Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2016-110
A l f• F� y CONTRACT DOCUMENTS AND SPECIFICATIONS FOR I.R.C. GO LINE TRANSFER HUB BID NO. 2016019 PROJECT NO. 1330 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA BOB SOLARI, CHAIRMAN JOSEPH E. FLESCHER, VICE CHAIRMAN COMMISSIONER WESLEY S. DAVIS COMMISSIONER PETER D. O'BRYAN 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 RICHARD B. SZPYRKA, P.E., ASSISTANT PUBLIC WORKS DIRECTOR I I BID#2016019 INDIAN RIVER COUNTY GO-LINE BUS TRANSFER HUB TABLE OF CONTENTS Division 0 Bidding Requirements and Contract Requirements and Forms 00100 Advertisement for Bid 00200 Instruction to Bidders 1. Defined Terms 2. Copies of Bidding Documents 3. Qualifications of Bidders 4. Examination of Bidding Documents, Other Related Data, and Site 5. Pre-Bid Conference 6. Site and Other Areas 7. Interpretations and Addenda 8. Bid Security 9. Contract Items 10. Liquidated Damages 11. Substitute and "Or-Equal" Items 12. Subcontractors, Suppliers, and Others 13. Preparation of Bid 14. Basis of Bid; Evaluation of Bids 15. Submittal of Bid 16. Modification and Withdrawal of Bid 17. Opening of Bid 18. Bids to Remain Subject to Acceptance 19. Award of Contract 20. Contract Security and Insurance 21. Signing of Agreement 00300 Bid Package Contents 00310 Bid Form 00420 Bid Bond 00421 FTA Contract Clauses Index 00452 Disclosure of Relationships 00454 Florida Trench Safety Act 00456 Qualifications Questionnaire 00458 List of Subcontractors 00470 Certification of Non Segregation & Non Discrimination 00472 Non-Collusion Affidavit 00474 Certification Regarding Lobbying 00491 Certificate of Non Segregated Facilities 00494 Drug Free Workplace Certification 00500 Certification of Sublet Work 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 for Substantial Completion i 00632 Contractor's Final Certification of the Work 00634 Professional Surveyor and Mapper's Certification as to the Elevations and Locations of the Work 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 010090 Special Provisions 010240 Contingency 010910 Reference Standards 011000 Summary of Work 011100 Regulatory Requirements 012600 Contract Modification Procedures 012900 Payment Procedures 013100 Project Management and Coordination 013200 Construction Schedules 013233 Photographic Documentation 013400 Submittal of Shop Drawings, Product Data and Samples 014000 Quality Requirements 015000 Temporary Facilities and Controls 015410 Protection of the Work and Property 015500 Access Roads, Parking Areas and Use of Public Streets 016100 Transportation and Handling of Materials and Equipment 016110 Storage of Material and Equipment 016300 Substitutions 017100 Site Cleanup and Restoration 017300 Execution 017419 Construction Waste Management and Disposal 017700 Closeout Procedures 017823 Operation and Maintenance Data 017839 Project Record Documents 018100 Post Final Inspection 018113 Sustainable Design Requirements— g q FGBC for New Construction 019113 General Commissioning Requirements Division 2 Site Construction 02101 Mobilization 02102 Maintenance of Traffic 02150 Survey Stake Out and Record Drawings (As-Builts) 02200 Prevention, Control and Abatement of Erosion and Water Pollution 02203 Swale and Dry Retention Area Construction 02204 Grassing by Sodding 02205 Grassing by Seeding and Mulching 02208 Tree Protection and Trimming 02230 Site Clearing 02240 Dewatering ii l 02260 Excavation Support and Protection 02300 Earthwork 02301 Subgrade 02304 Cemented Coquina Shell Base Course 02305 Asphalt Concrete Pavement 02307 Reinforced Concrete 02308 Curbing 02309 Street Signs 02311 Roadway Traffic Stripes and Pavement Markings 02361 Termite Control 02401 Drainage Pipe 02402 Drainage Structures 02403 Installation of Drainage Pipe and Structures 02700 Water and Wastewater Utility Standards 02802 Chain Link Fence 02810 Irrigation System 02920 Lawns and Grasses 02950 Trees, Plants and Ground Cover 02999 Incidental Site Construction Division 3 Concrete 03300 Cast-in-Place Concrete 03360 Concrete Finishes Division 4 Masonry 04200 Unit Masonry Division 5 Metals 05400 Cold-Formed Metal Framing Division 6 Wood and Plastics 061000 Rough Carpentry 061053 Miscellaneous Rough Carpentry 061600 Sheathing 061753 Shop-Fabricated Wood Trusses Division 7 Thermal and Moisture Protection 072100 Thermal Insulation 072500 Weather Barriers 074113 Metal Roof Panels 074600 Siding 079200 Joint Sealants Division 8 Doors and Windows 081113 Hollow Metal Doors and Frames 083323 Overhead Coiling Doors 087111 Door Hardware (Descriptive Specification) 088300 Mirrors iii Division 9 Finishes 092216 Non-Structural Metal Framing 092400 Portland Cement Plastering 099113 Exterior/Interior Painting Division 10 Specialties 101400 Signage 102113 Toilet Compartments 104413 Fire Extinguisher Cabinets 104416 Fire Extinguishers Division 11 Equipment(See Drawings) Division 12 Furnishings 124813 Entrance Floor Mats and Frames Division 13 Special Construction—N.A. Division 14 Conveying Systems-N.A. Division 15 Mechanical (See Mechanical Drawings) Division 16 Electrical (See Electrical Drawings) iv DIVISION 0 BIDDING REQUIREMENTS AND CONTRACT REQUIREMENTS AND FORMS 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 00420 Bid Bond 00421 FTA Contract Clauses Index 00452 Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships 00454 Sworn Statement under the Florida Trench Safety Act 00456 Qualifications Questionnaire 00458 List of Subcontractors 00470 Certification of Non Segregation & Non Discrimination 00472 Non-Collusion Affidavit 00474 Certification Regarding Lobbying 00491 Certificate of Non-Segregated Facilities 00494 Drug Free Workplace' 00500 Certification of Sublet Work 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 00634 Professional Surveyor and Mapper's Certification as to the Elevations and Locations 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 [lJ SECTION 00100 -Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801 27�h Street Vero Beach, Florida 32960 gIVER A 'Z LORI Telephone: (772) 567-8000 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 Wednesday. June 8. 2016. Disadvantaged Business Enterprise (DBE) participation in the project as either a prime bidder or a sub-contractor to a prime bidder is encouraged and expected. The DBE participation goal for this project is 2.2% or greater 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 "I.R.C. Go Line Transfer dUL and Bid No. 2016019". 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. Bids submitted or received after 2:00 P M , on the day specified above, will not be accepted, opened or considered INDIAN RIVER COUNTY PROJECT NO. 1330 INDIAN RIVER COUNTYBID NO. 2016019 PROJECT DESCRIPTION: 1. The construction of one enclosed/partially enclosed habitable single story structure, several exterior roof covered pre-manufactured structures, and all associated site work [The Disadvantaged Business Enterprise goal for this project is 2.2% or greater]: a. 1,732 SF single story structure constructed with a concrete slab on grade with a monolithic concrete foundation, concrete block masonry walls and pre- engineered wood roof trusses. All architectural design has been provided by IRC (owner). b. 3,410 SF+/- exterior roof covered, pre- manufactured building structure(s) approximately 10FT+/- width and with a total length of 330 FT +/-, lying in an irregular / non- linear shape. Preliminary architectural design has been provided by IRC (owner). The building system design shall be signed and sealed by a Florida Licensed architect and/or engineer as required by the Building Department and 00100-1 provided by the contractor. c. Site improvements for the 1.60 +/--acre site development area, together with 'off- site" improvements in 16th Street, including all clearing, earthwork, paving, drainage, and utilities, sidewalks, landscaping, irrigation systems. 2. The project is required to comply with the "Green Commercial Building Designation Standard of the Florida Green Building Coalition, Inc." 3. The project is funded by the Federal Transit Administration (FTA) and is subject to compliance requirements of the Buy America Act (1982) as amended as well as other standard Federal Requirements incorporated into the contract. All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto. Copies of the documents are available at: www.demandstar.com or by contacting the Purchasing Division at (772) 226- 1416 or purchasing(cDircgov.com. All other communications concerning this bid shall be directed to IRC Purchasing Division at purchasing@ircgov.com. A list of certified DBE contractors can be obtained from the State of Florida Office of Supplier Diversity and may also be found at http.//www3b.dot.state.fl.us/EqualOpportunityOfficeBusinessDirectory/CustomSearch.as px. All bidders shall submit one (1) original and one (1) copy of the Bid Proposal forms provided within the specifications. Please note that the questionnaire must be filled out completely including the financial statement. 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 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. 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 judgment, 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 Thursday. May 19. 2016 at 10:00 A.M. in the first floor conference room (A1-303) of the Indian River County Administration Building located at 1801 2r Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL PRIME BIDDERS IS REQUIRED. Bidders must be signed in by 10.00 a m. to be counted as in attendance. Attendance by DBE subcontractors is also encouraged but not required Following the Mandatory Pre-Bid Conference, DBE subcontractors may obtain a publicly available list of Contractor attendees by contacting the Indian River County Purchasing Division at 772-226-1416 or by email at purchasing@ircgov.com. 00100-2 INDIAN RIVER COUNTY By: Jennifer Hyde, Purchasing Manager For Publication in the Indian River Press Journal Date: May 1, 2016 For: Indian River 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 * * END OF SECTION 00100-3 SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No. - Title Page ARTICLE 1 - DEFINED TERMS ............................................................................................. 1 ARTICLE 2 -COPIES OF BIDDING DOCUMENTS................................................................1 ARTICLE 3-QUALIFICATIONS OF BIDDERS ......................................................................1 ARTICLE 4- EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, ANDSITE ...................................................................................................................2 ARTICLE 5 - PRE-BID CONFERENCE ..................................................................................4 ARTICLE 6 - SITE AND OTHER AREAS................................................................................ 4 ARTICLE 7 -INTERPRETATIONS AND ADDENDA ..............................................................4 ARTICLE 8 - BID SECURITY .................................................................................................5 ARTICLE 9 - CONTRACT TIMES........................................................................................... 5 ARTICLE 10- LIQUIDATED DAMAGES ................................................................................5 ARTICLE 11 - SUBSTITUTE AND "OR-EQUAL" ITEMS ........................................................6 ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS.......................................6 ARTICLE 13- PREPARATION OF BID ..................................................................................6 ARTICLE 14- BASIS OF BID; EVALUATION OF BIDS..........................................................7 ARTICLE 15- SUBMITTAL OF BID.............................. .........................................................8 ARTICLE 16-MODIFICATION AND WITHDRAWAL OF BID................................................8 ARTICLE 17-OPENING OF BIDS......................................................................................... 9 ARTICLE 18- BIDS TO REMAIN SUBJECT TO ACCEPTANCE ...........................................9 ARTICLE 19-AWARD OF CONTRACT ................................................................................9 ARTICLE 20 -CONTRACT SECURITY AND INSURANCE.................................................... 10 ARTICLE 21 -SIGNING OF AGREEMENT ............................................................................10 00200-i SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article Awardof 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.....................................................................................................2 DefinedTerms ......................................................................................... ....... ...................... ...1 Examination of Bidding Documents, Other Related Data, and Site.......... ... ..............................4 Interpretationsand Addenda.................................................................................... ..................7 LiquidatedDamages ..................... ....................................... ............................................ ......10 Modification and Withdrawal of Bid...........................................................................................16 Openingof Bids .............. ....... .................................................................................................17 Pre-Bid Conference ................................ ...................................................................................5 Preparationof Bid.....................................................................................................................13 Qualifications of Bidders .............................................................................................................3 Signingof Agreement ........................................................... ...................................................21 Siteand Other Areas ..................................................................................................................6 Subcontractors, Suppliers and Others ..................................................................... ................12 Submittalof Bid .......................................... .............................................................................15 Substitute and "Or-Equal' Items ...............................................................................................11 00200-ii SECTION 00200 - Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1 01 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. 2.03 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 00200-1 jurisdiction in which the project is located. F. Bidder must provide a copy of its detailed "Schedule of Values"complying with requirements specified in Division 01, Section 012900. 3.02 Each bid must contain evidence of Bidder'sq ualification 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 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.01.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions has been identified and established in paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities, including OWNER,or others. 4.03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to -a Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.03.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon' which Bidder is entitled to rely as provided in paragraph 4.06 of the General Conditions Bidder is responsible for any interpretation or conclusion Bidder draws from 00200-2 1 any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General Conditions 4.05 Upon a request directed to the OWNER (Richard B. Szpyrka, P.E. 772-226-1221}, the OWNER will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests,and studies. 4.06 This article has been deleted intentionally. 4.07 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 OWNER (Richard B. Szpyrka,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. Carefully study all 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 carefully study all 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. 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 00200-3 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; F. 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; G. 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; H. 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; I 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 J. Determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.08 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 MANDATORY Pre-Bid conference 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. ARTICLE 6 - SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. All additional lands and access thereto 00200-4 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 (Purchasinc0)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. 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 securityof the Successful Bidder will be retained until such Bidder has s 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. 00200-5 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 (a) Substantially Completed and (b) also 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-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 1201 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 00200-6 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. 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 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 1307 A Bid by a joint venture shall be executed by each joint venturer 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, email, 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 00200-7 1312 All supporting information requested in the Bid Form must be furnished. Do not leave any questions or requests unanswered. 13 13 Permits, Licenses, Fees and related requirements A. Contractor's requirement's- 1. equirement's1. The CONTRACTOR shall procure all permits and licenses, and give all notice necessary and incidental to the performance of the Work, including but not limited to all- - Building permit(s)for the"Primary Building Structure" and the "Exterior Shelter Structures"from all applicable jurisdictional agencies reviewing and approving the building plans (IRC Building Department, IRC Department of Health (DOH), IRC Fire Marshall/Emergency Services, and others), and all other permits issued by or through the building department that are necessary to construct the building and building systems or components, and any exterior improvements, systems, components, or infrastructure, - SWPPP permit(s): (Florida Department of Environmental Protection (FDEP), IRC), - De-watering permit(s). (St. Johns River Water Management District (SJRWMD), FDEP Industrial Wastewater, Indian River Farms Water Control District (IRFWCD), IRC); - Irrigation well permit(s)- IRC DOH, FDEP and/or SJRWMD permits and approvals for non-potable water(irrigation)well construction/drilling and water use. - Other permits and approvals customarily provided by contractor, or listed within the contract documents 2 The CONTRACTOR shall pay all jurisdictional agency inspection fees and plan review fees, and all other fees issued by or through all other applicable jurisdictional agencies reviewing and approving the building plans (IRC DOH, IRC Fire Marshall/Emergency Services, and others)that are necessary to construct the building and building systems or components, any exterior improvements, systems, components, or infrastructure, except those that may be charged by IRC Building Department or Public Works/ Engineering Department. 3 The CONTRACTOR shall provide the final building design for the "Exterior Shelter Structures", including all requisite architectural and engineering design and drawings necessary to obtain a building permit. B. Indian River County's requirements. In accordance with Florida Statutes Section 218 80, the "Public Bid Disclosure Act", Indian River County as OWNER is obligated to disclose all license, permit, impact or inspection fees that are payable to Indian River County as OWNER in connection with the construction of the Work by the accepted Bidder 1 The County will obtain/provide the following a. City of Vero Beach (COVB) Site Plan Approval— No. SP15-000014, issued 12/8/15 b Site Development permits, including: - SJRWMD— No 142891-1; issued 8/14/15 00200-8 Army Corp of Engineers (ACOE)— No. SAJ-2015-02417 (NW-46), issued 8/5/15 FDEP Waste Water— No. 0039141-039-DWC-CG, issued 9/23/15 FDEP Drinking Water— No. 0080446-239-DSGP; issued 9/23/15 - COVB Utility Construction —approval issued 12/8/15 COVB Tree Removal— No TR15-000086; issued 12/8/15 IRC R-O-W— No 2015090351, issued 11/23/15 c Initial Building Plan Review for the"Primary Building Structure" and "Site work". The IRC Building Department plan review is complete and is ready for a Building permit to be issued once the building contractor submits the building permit application. - Permit Application No. 2015100221 NOTE This does not include the plan review for the "Exterior Shelter Structures" The contractor shall provide final design, engineering and architectural design and prepare and submit all requisite permit applications for these structures 2 The County will pay for- 1 All site development/impact/concurrency fees 2 COVB, Comcast, and AT&T utility connection fees and other direct expenses charged by COVB, Comcast, and AT&T for permanent utility system modifications, extensions, and connections. 3 COVB water and wastewater utility permanent connection and line extension fees charged by COVB 4 SWDD Fees (Waste). 5. IRC Building Plan Review Fee, IRC Building permit fee. 6. FGBC Commercial Building Certification review fee C. FGBC Commercial Building Certification—The County, together with the assistance of the project design team and the CONTRACTOR, will submit an application for FGBC Commercial Building Certification. The County, through its LEED coordinator, will prepare the application and submit it with supporting documentation provided by the design team and CONTRACTOR. The CONTRACTOR has a significant responsibility to ensure certification is obtained. ARTICLE 14- BASIS OF BID; EVALUATION OF BIDS 1401 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. The site work has been itemized and listed in the Bid Form The bid items for the "Primary Building Structure" and the "Exterior Shelter Structure(s)" included on the Bid schedule are to be bid as lump sum items on the Bid Form. After receipt and opening of the bids, and within 5 days of owners request, and prior to the award of the contract, the contractor shall submit a "Schedule of Values" including each item of Work listed on the Bid Form, and the contractor shall also further itemize the Schedule of Values by allocating portions of the lump sum bid items for the "Primary Building Structure" and the 00200-9 "Exterior Shelter Structure(s)" to various portions of the work, which shall be used as the basis for reviewing contractor's Applications for payment. 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. 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. Bid Form B. Bid Bond C. Federal Transit Administration (FTA)Standard Contract Clauses D. Sworn Statement on Disclosure of Relationships E. Sworn Statement Under the Florida Trench Safety Act F. Qualifications Questionnaire G. List of Subcontractors H. Certification of Non Segregation & Non Discrimination I. Non-Collusion Affidavit J. Certification Regarding Lobbying K. Certificate of Non-Segregated Facilities L. Drug Free Workplace Certification M. Certification of Sublet Work 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 00200-10 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 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. ARTICLE 19 -AWARD OF CONTRACT 1901 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 00200-11 1902 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 1905 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 1906 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid is in the lowest, responsible and responsive bid 19.07 OWNER has no local ordinance or preferences, as defined in FS 255 0991 (2) in place, therefore no preference prohibited by that section will be considered in the acceptance, review or award of this bid. 19.08 Any actual or prospective bidder or proposer who is aggrieved in connection with the bidding and/or selection process may protest to the OWNER's Purchasing Manager. The protest shall be submitted in writing to the Purchasing Manager within seven (7) calendar days after the bidder or proposer knows or should have known of the facts giving rise to the protest. ARTICLE 20 -CONTRACT SECURITY AND INSURANCE 2001 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 $100,000 00200-12 ARTICLE 21 -SIGNING OF AGREEMENT 2101 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. 21.02 OWNER shall return one fully signed counterpart to Successful Bidder. 21.03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21.01 above, the additional time in calendar days, required to correctly complete the documents will be deducted, in equal amount, from the Contract time Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages incurred, and the Contract may be awarded as the OWNER desires: * *END OF SECTION ** 00200-13 PUBLIC CONSTRUCTION BOND Bond No. (enter bond number) BY THIS BOND, We ; as Principal and a corporatiori, as- Surety,-pre,bounid"to herein called`Owner, in the sum of$ , for; payment of which we bind ourselves, our heirs, personalrepresentatives,..successors, and assigns, jointly and severally, THE'CONDITION OF THIS BOND is that if Principal: 1. Performs the contfact dated- between. Principal and Owner for construction of , the contract being made a part of this.bond by reference, at the-times,and in the manner prescribed in the contract; and 2. 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 becau_se 'of a'default by Principal under.the contract; and 4. Performs the:gd&bhtee of all work and materials furnished under the,coritract:for the time specified in the contract; then this bond is void; otherwise it remains ih'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 changest. in or under the contract documents and compliance or noncompliance With any formalities-connected with the contract-or the-changes:does not affect Surety's obligation under this bond. DATED ON (Name of Principal) By (As Attorney in Fact) (Name of Surety), 00610::_3 0061o.-Public construction Bond F:1t?ubiic.Worki\ENGINEERiN6 DIVISION PROJECTS11330 t.R.C:Go-Line TransferHub44dminlbid documentsWaster Contract; Documents100610-Public Construction Bond:doc Public Work F.S. Chapter 255,0541)(a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 ORSECTION 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. BOND NO: CONTRACTOR NAME: CONTRACTOR ADDRESS: CONTRACTOR PHONE NO: SURETY COMPANY NAME: SURETY PRINCIPAL BUSINESS ADDRESS: SURETY PHONE NO:: OWNER NAME: _OWNER ADDRESS: OWNER PHONE NO: OBLIGEE NAME: (lfcon(actirigenfity is different from the owner,the contracting putiiic entity) OBLIGEE,ADDRESS: OBLIGEE;;PHQNE'NO: _ __ _ .BOND AMOUNT: CONTRACT�NO: (lf ipplicable). DESCRIPTION OF WORK: 'PROJECT.LOCATIONi LEGAL.DESCRIPTION: of applicable) FRONT PAGE. All other bond page(s)_nre deemed'subsequent to this page regardless of aoy.page numbers)that maybe printed thefebn.. 00610,-2- 00610-Public Cohstru"ction Bond F:\Public.Works\ENGINEERING DIVISION,PROJECTS\1330-I.R.C.GoUne Transfer Hub\Admin\bid docuinentsWlastei.Conttact, Documents\00610-:Public Construction;Bond doc, 1 00610 - PUBLIC CONSTRUCTION BOND INSTRUCTION FOR PUBLIC CONSTRUCTION BOND The front,or cover page to the required public,construction payment and. performance, bond shall contain the information required by.. Fla. Stat: 255.05(1)(a)i and be substantially in the format shown on the first page fallowing this instruction. The.Public-Constructi-M Bond shall be.in the.form suggested by Fla.`Stat. 255.05(3) as- shown on the second page following this instruction: A Power of Attorney from a surety insurer authorized to do business in Florida, Authorizing the signature of the Attorney in Fact who executes the Public Construction Bond shall accompany that Bond: -00610-A 00610-Public Construction Bond F 1PublicWorks\ENGINEERINGDIVISIbN PR0JECTS11330t1R:C.GoLlne Transfer.HublAdminlbid documentsWlaster Contract Documents\00610-Public Coni ction Bond.doc' SECTION 00550 - Notice to Proceed Dated TO: (BIDDER) ADDRESS: Contract For: I.R.C. Go Line Transfer Hub (Insert name of Conteact as it appears in the Contract Documents) IRC Project No: 1330 IRC Bid No,,-201-6019 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 180!' calendar- days-for Substantial Completion of this, project and 210thl,calendar 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 Lander this Cohtract'until he has obtained all insurance,required undee-Article-5 and,such,in.sarak6_%has been delivered"to the dWNER:and approved bythe OWNER; nor shall the,CONTRACTOR`allow,any Subcontractor,to_commence work on:his subcontract until altsimilaf insurance-required of the:SUbcontractor has been so: obtained and ap'roved.-Al[such insurance shall 'remain in effect uritis final payment!and at all times;thereafterwhen CONTRACTOR=may be correcting, removing,orjeplacing defective.Wjork in'accordance;with.Article,13 : Also,.before.you;may-start ah--W rk,at`thb.Site,you must: (add other,requirements,:if,applicable)' .INDIAWRIVER-COUNTY ,(OWNER) By: -(AUTHORIZED SIGNATURE) .(TITLE).; -00550'-Notice to Pf6ce6d REV.1-4-11 00550:1, FAMublic VJorRMENGINEERING DIVISION PROJECTS113304 R.C.GoLine Transfer HublAdminlbid documantsWlasiecContraci Dacumenls100550-Nolice to Proceed REV 1- '4-11.doc Rev.05/01. 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 20_(the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: CONTRACTOR: INDIAN RIVER COUNTY By: By- Bob Solari, Chairman (Contractor) By. (CORPORATE SEAL) Joseph A. Baird, County Administrator Attest APPROVED AS TO FORM AND LEGAL SUFFICIENCY By- Dylan Reingold, County Attorney Address for giving notices Jeffrey R. Smith, Clerk of Court and Comptroller License No-------------------------- Attest: -------------------------Attest: -------------------------- (Where applicable) Deputy Clerk SEAL Agent for service of process. -------------- ( ) 9 Designated Representative: Name- Richard B. Szovrka. P.E. Designated Representative: Title. Assistant Public Works Director Name. Title. 1801 27th Street Vero Beach, Florida 32960 Address 772 226-1221 Facsimile. (772) 778-9391 Phone Facsimile: (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) 9 ) 00520-10 11.05 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. 11.06 Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall- (1) Keep and maintain public records required by the County to perform the service (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements If the contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecords(aD-ircgov.com Indian River County Office of the County Attorney 1801 27th Street Vero Beach, FL 32960 C Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. 00520-9 11. Addenda (numbers to , inclusive); 12. CONTRACTOR'S BID (pages 00310-1 to 00310-12, inclusive) 13 Bid Bond (page 00430-1 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 00452-1 to 00452-2, inclusive); 15 Sworn Statement Under the Florida Trench Safety Act (pages 00454-1 to 00454-2, inclusive); 16 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), 17 Contractor's Final Certificate of the Work (page 00632-1 to 00632-2 of the Specifications) ARTICLE 11 - MISCELLANEOUS 11 01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 11 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. 11 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. 11 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. 00520-8 CONSTRUCTION DOCUMENT INDEX: Il OWNER'S FINAL SUBMMIISSION OWNER FOR SHEET N0. DESCRIPTION REVIEW REVIEWOWN R PE ISS REVISION,!1S REVISION 0 REVISION a REVISION,&REVISION©REVISION�REVISION i r CML r C-000 COVER SHEET 07-24-15 09-18-15 01-05-16 C-200 EXISTING CONDITIONS PLAN 07-24-15 D9-18-15 01-05-16 C-201 I GEOTHECHNICAL REPORT AND SOIL SURVEY 07-24-15 09-18-15 r C-300 SfORMWATFR POLLUTION PREVENTION PLAN 07-24-15 09-18-15 � C-301 SfORMWATER POLLUTION PREVENTION DETAILS 07-24-15 09-18-15 i C-400 SITE PUN 07-24-15 09-18-15 01-05-16 C-401 SITE DETAILS 07-24-15 09-18-15 01-05-16 C-402 SITE DETAILS 07-24-15 09-18-15 C-403 DIMENSION CONTROL PLAN 07-24-15 09-18-15 01-05-16 j C-500 PAVING GRADING DRAINAGE AND UTILITY PLAN 07-24-15 09-18-15 01-05-16 C-501 SECTIONS 07-24-15 09-18-15 01-05-18 C-502 ROOF DRAINAGE PIAN 07-24-15 09-18-15 01-05-16 C-503 PAVING GRADING AND DRAINAGE DETAILS 07-24-15 09-18-15 I C-504 GRADING AND DRAINAGE DETAILS 07-24-15 D9-18-15 i C-505 COVE STANDARD UTILITY DETAILS- WATER 07-24-15 09-18-15 01-05-16 I C-506 COVB STANDARD UTILITY DETAILS- SEWER 07-24-15 09-18-15 C-507 UFT STATION DETAILS - PRIVATE 07-24-15 09-18-15 t C-508 UFT STATION DETAILS - PRIVATE 07-24-15 09-18-15 01-05-16 L i C-600 LANDSCAPE PLAN 07-24-15 D9-18-15 01-05-16 C-601 LANDSCAPE DETAILS 07-24-15 09-18-15 { C-602 LANDSCAPE SPECIFICATIONS 07-24-15 09-18-15 01-05-16 C-700 IRRIGATION PUN 07-24-15 09-18-15 01-05-16 C-701 IRRIGATION SPECIFICATIONS 07-24-15 09-18-15 01-05-16 ARCHITECTURAL A-001 COVER SHEET 08-21-15 09-16-15 10-08-15 01-05-16 A-101 ARCHITECTURAL FLOOR PUN k SCHEDULES 08-21-15 09-16-15 10-06-15 01-05-16 A-103 ARCH. ROOF PUN AND DETAILS 08-21-15 09-16-15 10-06-15 01-05-16 A-200 BUILDING ELEVATIONS 08-21-15 09-16-15 10-06-15 01-05-16 r A-201 WALKWAY CANOPY PUN 1G-06-15 01-05-16 A-300 WALL SECTIONS 08-21-15 09-16-15 10-06-15 01-05-16 A-301 WALL SECTIONS 08-21-15 09-16-15 10-06-15 01-05-16 A-302 WALL SECTIONS 08-21-15 09-16-15 10-06-15 01-05-16 A-303 WALL SECTIONS 08-21-15 09-16-15 10-06-15 01-05-16 A-400 ENLARGED TOILET ROOMS AND DETAILS 08-21-15 09-16-15 1G-06-15 01-05-16 ' i A-500 MISCELLANEOUS DETAILS 08-21-15 09-16-15 10-06-15 01-05-16 A-600 DOOR,WINDOW,AND FINISH SCHED.AND DETAILS 08-21-15 09-16-15 1G-06-15 01-05-16 STRUCTURAL S-1.0 STRUCTURAL SPECIFICATIONS 08-21-15 10-07-15 I S-1.1 COMPONENT AND CLADDING DESIGN WIND PRESSURES 08-21-15 10-07-15 01-05-16 I S-1.2 SCHEDULES 08-21-15 10-07-15 S-2.1 FOUNDATION PUN GB-21-15 10-07-15 01-05-16 S-2.2 FIRST FLOOR PLAN 08-21-15 10-07-15 01-05-16 S-2.3 LOWER ROOF FRAMING PLAN 08-21-15 10-07-15 01-05-16 S-2.4 UPPER ROOF FRAMING PLAN 08-21-15 10-07-15 01-05-18 r S-3.1 CROSS SECTIONS 08-21-15 1G-07-15 01-05-16 S-3.2 TYPICAL DETAILS 08-21-15 10-07-15 MECHANICAL M-100 MECH. PLAN SPECIFICATIONS,SCHEDULES AND DETAILS 08-21-15 09-16-15 10-06-15 01-05-16 F PLUMBING P-100 PLUMBING NOTES,SCHEDULES AND DETAILS 08-21-15 09-16-15 10-06-15 01-05-16 I P-200 PLUMBING PUN 08-21-15 09-16-15 1D-06-15 01-05-16 ELECTRICAL E-100 SPECIFICATIONS AND SYMBOLS 08-21-15 09-16-15 10-06-15 01-05-16 I E-101 SCHEDULES AND DEVILS 08-21-15 09-16-15 10-06-15 01-05-16 E-102 SITE ELECTRICAL PLAN 08-21-15 09-16-15 1D-06-15 ' E-103 SITE PHOTOMETRIC PIAN 08-21-15 09-16-15 10-06-15 E-200 POWER AND SYSTEMS PLAN 08-21-15 09-16-15 10-06-15 E-201 LIGHTING PLAN 08-21-15 09-16-15 10-06-15 01-05-16 E-202 CCTV PLAN 08-21-15 09-16-15 10-06-15 E-400 SINGLE-UNE DIAGRAMS AND SCHEDULES 08-21-15 09-16-15 10-06-15 E-401 SYSTEMS RISER DIAGRAMS 08-21-15 09-16-15 10-06-15 00520-7 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—SUBCONTRACTORS A. CONTRACTOR shall take the following affirmative steps to ensure minority business, women's business enterprises and labor surplus area firms are used when possible- 1 Placing qualified small and minority businesses and women's business enterprises on solicitation lists 2. Ensuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources 3 Dividing total requirements,when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises. 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises. 5 Using the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. ARTICLE 10 - CONTRACT DOCUMENTS 10 01 Contents II� A The Contract Documents consist of the following 1. This Agreement (pages 00520-1 to 00520-10, inclusive); I 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), 5. Contractor's Application for Payment (pages 00622-1 to 00622-6 inclusive); 6 General Conditions (pages 00700-1 to 00700-44, inclusive); 7 Supplementary Conditions(pages 00800-i to 00800-11, inclusive); 8 Specifications as listed in Division 1 (General Requirements) and Divisions 2-16 (Technical Provisions). 9. Federal Transit Administration (FTA) Standard Contract Clauses (Section 00421) 10 Drawings consisting of the following. Index of drawings 00520-6 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 801 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. 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 402 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 00520-5 (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 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. 604 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 00520-4 14.07 of the General Conditions on or before the 210th calendar day after the date when the Contract Times commence to run. 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), CONTRACTOR shall pay OWNER $1,742.00 for each calendar day that expires after the time specified in paragraph 4 02 for Substantial Completion until the Work is substantially complete After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $1,742.00 for each calendar day that expires after the time specified in paragraph 4 02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 501 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5.01.A and summarized in paragraph 5 01.13, below- A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B THE CONTRACT SUM subject to additions and deductions provided in the Contract:. Numerical Amount:$ Written Amount: ARTICLE 6- PAYMENT PROCEDURES 601 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 00520-3 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 -------------- -- ---------------------------------------------- (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- The project includes enclosed and open air building to provide shelter, bathrooms, and storage. Bus / transit vehicle pick up / parking spaces, paved and secured parking for clients and operators Also constructed will be a covered shelter for walkway 1 pickup area. 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: I.R.C. Go Line Transfer Hub County Project Number: 1330 Bid Number: 2016019 Project Address 16th Street East of Old Dixie,Vero Beach, FL 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 401 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 substantially completed on or before the 180th calendar day after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 2 SECTION 00520 -Agreement(Public Works) TABLE OF CONTENTS ARTICLE1 -WORK . . .. ..... .. . .. .......... ...... .......... ............... . ........... .......... .. . ...... . . ........ ...2 ARTICLE2 -THE PROJECT .... ............. . .. ........... . .............. . .. ............... ........... . ......... .. ..... ....2 ARTICLE3-ENGINEER ..... .. ............. ... ..... ... ............. .. ............. .. . . . .. .. . .. ... ............ ...2 ARTICLE 4-CONTRACT TIMES.................................................................................:........................2 ARTICLE 5- CONTRACT PRICE ..... .. ....... . ................ .... .. . ............ .. - - - . ...... .. ... . ........3 ARTICLE 6-PAYMENT PROCEDURES............................................................................................. .3 ARTICLE 7-INDEMNIFICATION ...... . . ...... ............ ..... . . .... .............. . . .. ...... . ....... . . . .. 5 ARTICLE 8- CONTRACTOR'S REPRESENTATIONS......................................................................S ARTICLE 9-CONTRACT DOCUMENTS.............................................................................................6 ARTICLE 10-MISCELLANEOUS .........................................................................................................7 [THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY] l- _ A QTS �oS'GVL�i c:vJ%INC,. SECTION 00300 - Bid Package Contents THIS PACKAGE CONTAINS SECTION TITLE SECTION NUMBER Bid Form 00310 Bid Bond 00420 Federal Transit Administration (FTA) Standard Contract Clauses 00421 Sworn Statement on Disclosure of Relationships 00452 Sworn Statement Under the Florida Trench Safety Act 00454 Qualifications Questionnaire 00456 List of Subcontractors 00458 Certification of Non Segregation & Non Discrimination 00470 Non-Collusion Affidavit 00472 Certification Regarding Lobbying 00474 Certificate of Non-Segregated Facilities 00491 Drug Free Workplace Certification 00494 Certification of Sublet Work 00500 SUBMIT ONE (1) ORIGINAL AND ONE (1) COPY OF THIS COMPLETE PACKAGE WITH YOUR BID * * END OF SECTION 00300-1 SECTION 00310 - Bid Form PROJECT IDENTIFICATION- Project Name I R.0 GO LINE TRANSFER HUB County Project Number 1330 Bid Number 2016019 Project Address. 16th Street East of Old Dixie Highway Vero Beach, FL 32960 Project Description 1. The construction of one enclosed/partially enclosed habitable single story structure, several exterior roof covered pre-manufactured structures, and all associated site work a. 1,732 SF single story structure (the "Primary Building Structure") constructed with a concrete slab on grade with a monolithic concrete foundation, concrete block masonry walls and pre- engineered wood roof trusses. All architectural design has been provided by IRC (Owner). b. 3,410 SF+/- (as measured to exterior of columns) exterior roof covered, pre- manufactured building structure(s) (the "Exterior Shelter Structures'9 approximately 10FT+/- width and with a total length of 330 FT +/-, lying in an irregular / non- linear shape. Preliminary architectural design has been provided by Owner. The building system design shall be signed and sealed by a Florida Licensed architect and/or engineer as required by the Building Department and provided by the contractor The building system shall be a complete system and shall include the requisite foundation system, structural metal/aluminum framing system, flat metal roof panels where indicated, and sloped metal roofing system to match the primary building where indicated on the plans, together with flashing trim, fascia, gutters and downspouts, and decorative architectural features as depicted on the conceptual plans to match the architectural style, color, materials, and textures of the primary building These features shall include but may not be limited to decorative columns, fascia, sloped roof, and exposed rafters. The engineer and architect of record for this project provided by Owner must review and approve the shop drawings for the building system prior to the issuance of a building permit The design shall be substantially in conformance with the preliminary architectural plans provided in the contract documents/plans. Mechanical, electrical, and plumbing engineering and preliminary architecture design has been provided for this building by Owner but is subject to revisions c. Site improvements for the 1.60 +/--acre site development area, together with 'off-site"improvements in 16th Street. The site improvements include all clearing, earthwork, paving, drainage, and utilities, sidewalks, landscaping, irrigation systems, and all other site construction work listed or described in the contract documents/plans and site development permits. 00310-1 2. The project is required to comply with the "Green Commercial Building Designation Standard of the Florida Green Building Coalition, Inc." as specified in Division 1 Section "018113.13 Sustainable Design and Construction Requirements," Florida Green Building Coalition (FGBC), Commercial Building Certification Standards The Contractor has a significant responsibility to ensure compliance and certification is received. 3. The project is funded by the Federal Transit Administration (FTA) and is subject to compliance requirements of the Buy America Act (1982) as amended as well as other standard Federal Requirements incorporated into the contract. The project requires the contractor to comply with the Davis Bacon Act, Equal Employment Opportunity Act, and Buy American requirements and other Federal requirements. For non-DBE prime contractors, participation of DBE subcontractors in an amount of work equal to or greater than 1% of the total bid is encouraged by the County. THIS BID IS SUBMITTED TO INDIAN RIVER COUNTY 1800 271h STREET VERO BEACH, FLORIDA 32960 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 _ _ � •27.I(o tjNt` 5. 3t. )(o TWO 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. 00310-2 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 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. 00310-3 Itemized Bid Schedule Project Name:Indian River County Go-Line Transfer Hub Project Number/Bid Number:1330/2016019 Contractor's Name: Date: Bid Summary Bid Item# Description Unit lQuantity JUnit Price JTotal A Force Account(Division 0-1) 00000-00001-1 1 Contingency LS 1 $50,000 B Building Construction(Division 1-16) 4 01000-16000-1 Primary Building Structure and Including General Conditions LS 1 �-1 Z (793 Z (0 l 3 01000-16000-2 Exterior Shelter Structures LS 1 z��� j 3 z 13c) C Site Work(Division 2) / / /- 02000-1 On Site-Site Work(total from p 00310-8) NA 1 NA 6 qS 02000-2 16th Street-Site Work (total from p 00310-9) NA 1 NA 221 Grand Total-Contractor's Bid —T, 3 C7 cci TOTAL BID AMOUNT(IN WORDS) (1 0� f 1 O YYl:lNPJP LA hUV)Jdtd 4:r -d 6us�r� '5&YA y a," '�D11� X1..0 Ac • � AS=Assembly LS=Lump Sum LF=Linear Foot EA=Each ED=Each Day SY=Square Yard SF= Square Foot This page of the Itemized Bid Schedule includes a summary of all costs the contractor has bid to complete the work,and the total amount of the contractor's bid The bid items for the"Primary Building Structure"and the"Exterior Shelter Structure(s)"included on this page of the Itemized Bid schedule are to be bid as lump sum items, and should include all remaining project costs that are not attributed to and not included on the portion of the Itemized Bid Schedule for Site-Work. After receipt and openin of the bids,and within 5 days of owners request,and prior to Notice to Proceed,the contractor shall submit a"Schedule of Values"which includes each item of work listed o the Itemized Bid Schedule,but also further itemizes the work by allocating portions of the lump sum bid items for the"Primary Building Structure"and the"Exterior Shelter Structure(s)"to various portions of the work.The itemization should generally follow the 16 Division Specification Format and the Contract Documents Table of Contents. Cost for Compliance with Division 0 and 1 requirements,including the cost of FGBC compliance,and federal contract compliance and administration for all aspects of the project including DBE and EEO compliance as well as compliant project bulletin board,shall be included wihtin the lump sum bid for"Primary Building Structure"and when further itemized in the required schedule of values,shall be included within a schedule of value item"General Conditions." The site work has been itemized and listed in the Bid Form,on pp.00310-5 to 00310-9.The total amount bid for the site work is apportioned under two headings. "On Site- Site Work"and"16th Street—Site Work" These amounts shall be provided in the summary above. Pay Item and"Measurement and Payment"descriptions for site work are provided in Division 2 of the Contract Documents. 00310-4 Itemized Bid Schedule Project Name:Indian River County Go-Line Transfer Hub Project Number/Bid Number:1330/2016019 On-Site -Site Work (02000-1) Bid Item# Description Unit lQuantity JUnit Price JTotal 1 General-on-site 101-1 Mobilization LS 1 Z 8 Z 31 28 23� 102-1 Maintenance of Traffic LS 1 �r1 Q,00 y caOD 104-2 Prevention,Control and Abatement of Erosion and Water Pollution LS 1 7 -17! 108-1 Survey Stake-out LS 1 6 f v00 108-2 Record Drawings/As-builts LS 1 011 Subtotal 2 Clearing and Earthwork/Embankment/Grading 110-1-1 Clearing and Grubbing LS 1 t0 Q 5 10 DD cj 120-1 Excavation and Embankment(Regular) LS 1 5p1 0/ ✓ ` 6J`�� 23 Subtotal -1 &&2 - 3 Sewer Collection 02700-5103 Connect to Existing FM,3" LS 1 Z 23 Z 2"3 02700-S203DB HDPE Horizontal Directional Bore Force Main,3" LF 150 1 2 55-C) 02700-S202PVC PVC Force Main,2" LF 262 Z 5708 . 5(c 0 q`'� 02700-5303 Gate Valve,3" MJ EA 1 /6)/&5 d(D J 02700-5302 Gate Valve,2" Brass EA 2 G(v�o f 3 3Z po Z 9 qv 02700 53600LS Private Lift Station(includes sewer lateral to bldg) LS 1 Z! { 7 C_ b Subtotal 00310-5 Itemized Bid Schedule Project Name:Indian River County Go-Line Transfer Hub Project Number/Bid Number:1330/2016019 Bid Item# IDescription Unit lQuantity JUnit Price JTotal 4 Drainage 430-175-106P Polyvinyl chloride(PVC)pipe,6" LF 346 f 3 -7/1 -- 430-175-108P Polyvinyl chloride(PVC)pipe,8" LF 204 2 'SI�6 Z 5 2 Z X20 430-175-112 Reinforced Concrete Pipe, 12" LF 241 3`7 •3� f j 2 7 430-175-115 Reinforced Concrete Pipe,15" LF 213 Z S, /•2-7 ?9 430-175-118 Reinforced Concrete Pipe, 18" LF 65 jv 2 t q 7c,> I Z' 430-175-124 Reinforced Concrete Pipe,24" LF 25 (p f `s 53p 430-175-124A Advanced drainage system pipe(ADS N12),24" LF 476 430-98-12 Mitered end section,round, 12" EA 2 Zoo r /J�`JZ� 430-98-15 Mitered end section,round, 15" EA 2 ' y2Op, 2 -9,`lo 425-1-521 Inlets,ditch bottom,Type C <10 ft. EA 3 425-1-551 Inlets,ditch bottom,Type E <10 ft. EA 1 425-1-200 Inlets,Curb,Type 9, <10 ft. EA 1 Z (�90 Z G 425-1-201 Inlets,Curb,type 10, <10 ft. EA 4 Z (e(e 425-2-091 Drainage manhole EA 1 2 3y2 2 ?jy2 425-1-900 Inlets,special(Yard Drain) EA 4 Subtotal 23`i 4 3 5 Water Distribution 02700-W108 Connect to Existing WM,8" LS 1 �Qd .5U0 . 02700-W208PVC PVC Water Main,8"(includes all fittings,restraints) LF 30 �Q�• r . 2 �Z6 02700-W308GV Gate Valve,8" MJ EA 1 2 02700-W302GV Gate Valve,2" Brass EA 1 02700-W301GV Gate Valve, 1"Brass EA 1 Z� r 02700-W502WS Water Service,2"PE/PVC,and 1" PVC (from WM to bldg,includes RPZ) LS 1 02700-W406FH Fire Hydrant Assembly,relocate EA 1 l Gq0 l(�07O O Subtotal I5 ylo `- 00310-6 Itemized Bid Schedule Project Name:Indian River County Go-Line Transfer Hub Project Number/Bid Number:1330/2016019 Bid Item# IDescription Unit lQuantity JUnit Price JTotal 6 On-Site Pavement,Parking Asphalt Pavement 160-4-12 Type B Stabilization, LBR40,(12") SY 5141 2 b? r 00 285-706 Cemented Coquina Shell, base group 6,(8") SY 4805 I3. Z y�5 334-1-12-A Superpave Asphalt concrete-2.5"SP 12.5 SY 4805 �L-, �y 330 •� go �1 2 4� 160-4-8 Type B Stabilization,LBR40,(8") SY 593 7• , & 5 285-704 Cemented Coquina Shell,base group 4, (6") SY 574 6 1 q3 /1 334-1-12 Superpave Asphalt concrete-1.5"SP 12.5 SY 556 -! Concrete Pavement 160-4-12 Type B Stabilization,LBR40,(12") SY 900 350-4-1 Reinforced Concrete Pavement(6"thick)(Traffic Areas) SF 6750 •?7 /?/��OZ ��' Curb 2 Z 5 520-2-4 Concrete Curb(Type D)-(includes drop and transition curb) LF 1950 520-1-1 Concrete Curb and gutter(Type F)- (includes drop/valley curb) LF 32 JZ I f7'Z� Sidewalks /� /1 522-1 Concrete Sidewalk(4.5"thick) SF 11000 -{ I l y t�0 522-2 Concrete Sidewalk(6"thick)(sidewalk in R.0 W) SF 400 _I '. 75 ?� Signs/Pavement Markings 710-11 Painted pavement markings LS 1 SIT)_ 711-11 Thermoplastic pavement markings LS 1 1�oo �b 700-1-11 Single Post sign,F&I Ground Mount,<=12 sf EA 10 Subtotal Z? 00310-7 !61 Itemized Bid Schedule Project Name:Indian River County Go-Line Transfer Hub Project Number/Bid Number:1330/2016019 Bid Item# IDescription Unit lQuantity JUnit Price Total 7 Landscape/Irrigation Q p 580-1 Landscaping LS 1 a J 1(0 SZ 1 g 59 V 590-1 Irrigation System LS 1 D(10 r Z t�1fro0 ~ 570-1-2 Turf(Sod) SY 1105 Z• ZI -1 _" 0 580-2 Mulch(3"min ) SY 1300 J s O 10 Subtotal L4 91 3 1'Z 8 Miscellaneous b 595-1 Flag Pole LS 1 _Z1Z ^ 2 t 2 U S 595-2 Benches(Install Only) EA 8 f O O 9 00 595-3 Trash Receptacles and Cigarette Receptacle(Install only) EA 10 595-4 Solar Big Belly Compactors(install only) EA 3 / S6 Sd 595 5 Bollards EA 16 / 2 �1Z(o6 595-6 Bicycle Rack LS 1 -7 25 `ZS 527-1A Detectable Warnings on Walking Surfaces 37'+ EA 9 MQ�b — D O 6 527-1B Detectable Warnings on Walking Surfaces<5' EA 2 2� X00 550-10-325-5 Fence-5'Chain Link(Black Vinyl Clad) LF 245 Zq' S u�0 G 550-10-325-6 Fence-6'Chain Link(Black Vinyl Clad) LF 240 Z( Z 9O 550-10-325-8 Fence-8'Chain Link(Galvanized Steel) LF 255 `b , f q0 - 550-60237A Fence gate,Special type,Sliding(50+-Lf clear opening) LS 1 lj y 00 550-60237B Fence gate,Special type,Sliding(20+-Lf clear opening) LS 1 3 (¢00 3 (Q 60 595-9A Automatic Sliding gate operating system,front gate LS 1 ,0' Io0 C> loo` 595-9B Automatic Sliding gate operating system,rear gate LS 1 )O loo la IOO— � Subtotal _70i 06 0 Total On Site-Site Work �3 11 E 00310-8 Itemized Bid Schedule Project Name:Indian River County Go-Line Transfer Hub Project Number/Bid Number:1330/2016019 Bid Item# IDescription Unit lQuantity JUnit Price Total- 16th Street - Site Work (02000-2) 1 General 101-1 Mobilization LS 1 ZI j(50 2 �� 102-1 Maintenance of Traffic LS 1 7 9C^ eJ -{C)O 104-2 Prevention,Control and Abatement of Erosion and Water Pollution LS 1 Lou) 108-1 Survey Stake-out LS 1 25-6 Z�b 108-2 Record Drawings/As-builts LS 1 2 Clearing and Earthwork/embankment/Grading 110-1-1 Clearing and Grubbing LS 1 120-1 Excavation and Embankment(Regular) LS 1 Z,�Ot�' 3 Pavement r � 160-4-12 12"Stabilization SY 110 1�! 719 285-706 8"Coquina SY 100 17- 7.00 334-1-12-A 2.5"Asphalt SY 90 7L! )i ! 80 520-1-1 Concrete curb and gutter Type F LF 20 qc> 4 Signs/Pavement Markings 711-11 Thermoplastic pavement markings and LS 1 1.L70 LI-70- 706-3 Raised Retro-Reflective Pavement Markings LS 1 21275— 12 700-1-11 Single Post sign, F&I Ground Mount,<=12 sf (114-7/OM1-1) EA 1 Subtotal Total 16th Street-.Site Work 2-2 00310-9 II 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 B. 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.B of the General Conditions. E. The site work has been itemized and listed in the Bid Form. The bid items for the "Primary Building Structure" and the "Exterior Shelter Structure(s)" included on the Bid schedule are to be bid as lump sum items on the Bid Form. After receipt and opening of the bids, and within 5 days of owners request, and prior to Notice to Proceed, the contractor shall submit a "Schedule of Values" including each item of Work listed on the Bid Form, and the contractor shall also further itemize the Schedule of Values by allocating portions of the lump sum bid items for the "Primary Building Structure" and the "Exterior Shelter Structure(s)" to various portions of the work, which shall be used as the basis for reviewing contractor's Applications for payment. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14.07 B 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. Bid Form B Bid Bond C. Federal Transit Administration (FTA) Standard Contract Plauses D. Sworn Statement on Disclosure of Relationships E Sworn Statement Under the Florida Trench Safety Act 00310-10 F Qualifications Questionnaire G. List of Subcontractors H. Certification of Non Segregation & Non Discrimination I Non-Collusion Affidavit J. Certification Regarding Lobbying K. Certificate of Non-Segregated Facilities L. Drug Free Workplace Certification M. Certification of Sublet Work 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 , 20 State Contractor License No CGC 007847 If Bidder is- An Individual Name (typed or printed) By. (SEAL) (Individual's signature) Doing business as- Business Address- Phone No. FAX No.- Email A Partnership Partnership Name. By- (SEAL) (Signature of general partner-- attach evidence of authority to sign) Name (typed or printed). Business Address Phone No. FAX No. Email A Corporation Corporation Name __Barth Construction, Inc. State of Incorpor 'on Florida Type (Ge al nen, Professional, Service, Limited Liability)' eneral Contracting By' (SEAL) (Signature -- Attach evidence of authority to sign) 00310-11 Name (typed or printed)- Phll Barth Title- President (CORPCRATE_SEAL) Attest (Signature of Corporate Secretary) - Business Address: _1717 Indian River Blvd, Suite 202A Vero Beach, FL 32q60 Phone No.- (772) 778-3072 FAX No.: (772) 770-3017 Email Date of Qualification to do business is. 11?Z2 AJoint 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.. Email- 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 00310-12 SECTION 00420 AIA DOCUMENT A310 BID BOND The Contractor shall use the document form entitled "AIA Document A310 Bid Bond." END OF SECTION 00420-1 Section 00421 Federal Transit Administration (FTA) Standard Contract Clauses This section includes • Federal Transit Administration (FTA) Standard Contract Clauses • Attachment A — Sample Forms (9 forms) o Record of Supervisory and Office Personnel EEO Meeting or Individual Orientation (Form 275-021-05) o Certification Compliance with Equal Employment Opportunity (EEO) Provisions on Federal Aid Contracts (Form 700-011-13) o Contractor's Recruitment Report (Form 275-021-21) o Notification to FDOT of EEO Officer (Form 275-021-13) o Contractor's Company Wide EEO Report (Form 275-021-07) o Record of Project Personnel EEO Meeting (Form 275-021-06) o Equal Employment Opportunity And Affirmative Action (EEO/AA) Policy and Plan o Wage and Hour Record (Form 700-010-69 • Attachment B — Davis Bacon Wage Determination Requirements (5 pages) • Attachment C — Sample Project Bulletin Board IRC Go-Line Transfer Hub Section 00421 FEDERAL TRANSIT ADMINISTRATION CONTRACT CLAUSES INDEX Indian River County Section 5307/5309/5310/5311/5316/5317 Sub-recipient AgreementNendor Agreement/Bid Package Federally Required and Model Contract Clauses A.1 - Federally Required and Other Model Contract Clauses 1. Fly America Requirements 2. Buy America Requirements 4. Cargo Preference Requirements 5. Seismic Safety Requirements 6. Energy Conservation Requirements 7. Clean Water Requirements 8. &as Testing 10. Lobbying 11. Access to Records and Reports 12. Federal Changes 13. Bonding Requirements 14. Clean Air 15. Recycled Products 16. Davis-Bacon and Copeland Anti-Kickback Acts 17. Contract Work Hours and Safety Standards Act 18. Americans with Disabilities Acf(ADA) 19. No Government Obligation to Third Parties 20. Program Fraud and False or Fraudulent Statements and Related Acts 21. Termination 22. Government-wide Debarment and Suspension (Nonprocurement) 23 D-iyaey A e 24. Civil Rights Requirements 25. Breaches and Dispute Resolution V. Patefit and Rights in Dat 27. .,µ„s,t Employee vv r-rvccccry errgc-ecnzcnrJ 28. Disadvantaged Business Enterprises (DBE) 29. [n esei ed] 30. Incorporation of Federal Transit Administration (FTA) Terms 31. Drug and Alcohol Testing 32. Certification of Compliance 00421-1 IRC Go-Line Transfer Hub FLY AMERICA REQUIREMENTS 49 U.S.C. § 40118 41 CFR Part 301-10 Fly America Requirements The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301- 10, which provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. 00421-2 IRC Go-Line Transfer Hub 2. BUY AMERICA REQUIREMENTS 49 U.S.C. 53230) 49 CFR Part 661 Buy America - The contractor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 49 U.S.C. 53236)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and the applicable regulations in 49 C.F.R. Part 661.5. Date 06/07/2016 Signature 2!s�� Company Name Barth Construction, Inc. Tale President Certificate ofNon-Compliance with 49 US.C. 53230)(1) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(1) and 49 C.F.R. 661 5, but it may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 C.F.R. 661.7 Date Signature Company Name Title 00421-3 IRC Go-Line Transfer Hub 3. NOT USED 4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C. 1241 46 CFR Part 381 Cargo Preference - Use of United States-Flag Vessels - The contractor agrees: a. to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding_parag rqph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill-of-lading.) c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. 5. SEISMIC SAFETY REQUIREMENTS 42 U.S.C. 7701 et seq. 49 CFR Part 41 Seismic Safety - The contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. 6. ENERGY CONSERVATION REQUIREMENTS 42 U.S.C. 6321 et seq. 49 CFR Part 18 00421-4 IRC Go-Line Transfer Hub Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 7. CLEAN WATER REQUIREMENTS 33 U.S.C. 1251 Clean Water - (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 8. NOT USED 9. NOT USED 00421-5 IRC Go-Line Transfer Hub 10. LOBBYING 31 U.S.C. 1352 49 CFR Part 19 49 CFR Part 20 Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Contractors who apply or bid for an award of$100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements . r (To be submitted with each bid or offer exceeding$100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq )] 00421-6 IRC Go-Line Transfer Hub (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, 5QV*4- l.cm5 gh;Lliwi,Ik certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Phil Barth, President Name and Title of Contractor's Authorized Official 06/07/2016 Date 00421-7 IRC Go-Line Transfer Hub 11. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325 18 CFR 18.36 (i) 49 CFR 633.17 Access to Records - The following access to records requirements apply to this Contract: 1. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(1), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)l, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 2. Where the Purchaser is a State and 1s the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA Administrator or his authorized representatives, including any PMO Contractor, access to the Contractor's records and construction sites pertaining to a major capital project, defined at 49U.S.C. 5302(a)l, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at$100,000. 3. Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the United States or any of their duly authorized representatives with access to any books, documents,papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 4. Where any Purchaser which 1s the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 5. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 00421-8 IRC Go-Line Transfer Hub 6. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of tennination or expiration of this contract, except in the event of litigation or settlement of claims arising from the perfonnance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(1)(11). 7. FTA does not require the inclusion of these requirements in subcontracts. Requirements for Access to Records and Reports by Types of Contract Contract OperatiMal Turnkey _ ' ConstruchonF Architectural Acqu�srtion of Professional c.. .. - s-. Characteristics - r_..Servrce - _ _ __ Engmeenng- Rolling Stock ' Services -- - :Contract -_ � - - - I State Grantees =- °: None Those imposed None None None None a. Contracts on state pass below SAT thru to ($100,000) - None Contractor Yes,if non- None unless None unless None unless unless non- competitive non- non- non- b.Contracts __ competitive award or if competitive competitive competitive above award funded thru' award award award $100,000/Capital == 5307/5309/53 Projects _ 11 II Non State Grantees Those imposed Yes3 on non-state Yes Yes Yes Yes a.Contracts Grantee pass below SAT j` Yes3 thru to Yes Yes Yes Yes ($100,000) _= Contractor b.Contracts above -_ $100,000/Capital Projects __ Sources of Authority: 149 USC 5325 (a) Z 49 CFR 633.17 3 18 CFR 18.36 (i) 12. FEDERAL CHANGES 49 CFR Part 18 Federal Changes - Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 00421-9 IRC Go-Line Transfer Hub 13. BONDING REQUIREMENTS Bid Bond Requirements (Construction) (a) Bid Security A Bid Bond must be issued by a fully qualified surety company acceptable to Owner and listed as a company currently authorized under 31 CFR, Part 223 as possessing a Certificate of Authority as described thereunder. (b) Rights Reserved In submitting this Bid, it is understood and agreed by bidder that the right is reserved by Owner to reject any and all bids, or part of any bid, and it is agreed that the Bid may not be withdrawn for a period of ninety (90) days subsequent to the opening of bids, without the written consent of Owner. It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bid within ninety (90) days after the bid opening without the written consent of Owner, shall refuse or be unable to enter into this Contract, as provided above, or refuse or be unable to furnish adequate and acceptable Public Construction Bonds, as provided above, or refuse or be unable to furnish adequate and acceptable insurance, as provided above, he shall forfeit his bid security to the extent of Owner's damages occasioned by such withdrawal, or refusal, or inability to enter into an agreement, or provide adequate security therefore. It is further understood and agreed that to the extent the defaulting bidder's Bid Bond, Certified Check, Cashier's Check, Treasurer's Check, and/or Official Bank Check (excluding any income generated thereby which has been retained by Owner as provided in section 00400 (Bid Bond) in Division 0 of the Contract Documents and Specifications shall prove inadequate to fully recompense Owner for the damages occasioned by default, then the undersigned bidder agrees to indemnify Owner and pay over to Owner the difference between the bid security and Owner's total damages, so as to make Owner whole. The undersigned understands that any material alteration of any of the above or any of the material contained on this form, other than that requested, will render the bid unresponsive. Public Construction Bond Requirements (Adopted for IRC Go-Line Transfer Hub) The Contractor shall be required to obtain a Public Construction Bond pursuant to Chapter 255.05 Florida Statutes. (a) Public Construction Bonds 00421-10 IRC Go-Line Transfer Hub 1. The amount of the bond shall be 100 percent of the original contract price, unless the Owner determines that a lesser amount would be adequate for the protection of the Owner. 2. The Owner may require additional bond protection when a contract price is increased. The increase in protection shall generally equal 100 percent of the increase in contract price. The Owner may secure additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond. Warranty of the Work and Maintenance Bonds 1. The Contractor warrants to Owner, the Architect and/or Engineer that all materials and equipment furnished under this Contract will be of highest quality and new unless otherwise specified by Owner, free from faults and defects and in conformance with the Contract Documents. All work not so conforming to these standards shall be considered defective. If required by the Owner's Project Manager, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 2. The Work furnished must be of first quality and the workmanship must be the best obtainable in the various trades. The Work must be of safe, substantial and durable construction in all respects. The Contractor hereby guarantees the Work against defective materials or faulty workmanship for a minimum period of one (1) year after Final Payment by Owner and shall replace or repair any defective materials or equipment or faulty workmanship during the period of the guarantee at no cost to Owner. As additional security for these guarantees, the Contractor shall, prior to the release of Final Payment as provided for in Division 1 of the Contract Documents and Specifications , furnish separate Maintenance (or Guarantee) Bonds in forin acceptable to Owner written by the same corporate surety that provides the Public Construction Bond for this Contract. These bonds shall secure the Contractor's obligation to replace or repair defective materials and faulty workmanship for a minimum period of one (1) year after Final Payment and shall be written in an amount equal to ONE HUNDRED PERCENT (100%) of the CONTRACT SUM, as adjusted (if at all). 14. CLEAN AIR 42 U.S.C. 7401 et seq 40 CFR 15.61 49 CFR Part 18 Clean Air - (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seg. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the 00421-11 IRC Go-Line Transfer Hub Purchaser will, in turn, report each violation as required to assure notification'to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 15. RECYCLED PRODUCTS 42 U.S.C. 6962 40 CFR Part 247 Executive Order 12873 Recovered Materials - The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. 16. DAVIS-BACON AND COPELAND ANTI-KICKBACK ACTS Davis-Bacon and Copeland Anti-Kickback Acts (1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That 00421-12 IRC Go-Line Transfer Hub the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph (1)(11) of this section) and the Davis-Bacon poster(WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) Except with respect to helpers as defined as 29 CFR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(11) (B) or (C) of this section, shall be paid to all workers performing 00421-13 IRC Go-Line Transfer Hub work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (v)(A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or 00421-14 IRC Go-Line Transfer Hub will notify the contracting officer within the 30-day period that additional time is necessary (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(v) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2) Withholding—The Indian River County BOCC shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis- Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the Indian River County BOCC may, after written notice to the contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section I(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section I(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is 00421-15 ' IRC Go-Line Transfer Hub performed a copy of all payrolls to the Owner's designee for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005- 00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(1) of Regulations, 29 CFR part 5 and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5 12. (4) Apprentices and trainees - (i) Apprentices - Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed 00421-16 IRC Go-Line Transfer Hub pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less 00421-17 IRC Go-Line Transfer Hub than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity - The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment - A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements - All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (1 0) Certification of eligibility- (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for 00421-18 IRC Go-Line Transfer Hub award of a Govenunent contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 17. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Contract Work Hours and Safety Standards (1) Overtime requirements -No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph(1) of this section, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages—The Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. 00421-19 IRC Go-Line Transfer Hub 18. AMERICANS WITH DISABILITIES ACT (ADA) Americans with Disabilities Act (ADA). The Contractor agrees to comply with all applicable requirements of the Americans with Disabilities Act of 1990 (ADA), as amended, 42 USC § 12101 et seq.; section 504 of the Rehabilitation Act of 1973, as amended, 29 USC § 794; 49 USC § 5301(d); and any implementing requirements FTA may issue. These regulations provide that no handicapped individual, solely by reason of his or her handicap, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity included in or resulting from this Agreement. 19. NO GOVERNMENT OBLIGATION TO THIRD PARTIES No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 20. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 31 U.S.C. 3801 et seq. 49 CFR Part 31 18 U.S.C. 1001 49 U.S.C. 5307 Program Fraud and False or Fraudulent Statements or Related Acts. (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a 00421-20 IRC Go-Line Transfer Hub false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 21. TERMINATION 49 U.S.C. Part 18 FTA Circular 4220.1F a. Termination for Convenience (General Provision) The Owner may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to Owner. If the Contractor has any property in its possession belonging to the Owner, the Contractor will account for the same, and dispose of it in the manner the Owner directs. b. Termination for Default [Breach or Cause] (General Provision) If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the Owner may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the Owner that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the Owner, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. 00421-21 IRC Go-Line Transfer Hub c. Opportunity to Cure (General Provision) The Owner in its sole discretion may, in the case of a termination for breach or default, allow the Contractor seven (7) days in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to Owner's satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within seven 7 days after receipt by Contractor of written notice from Owner setting forth the nature of said breach or default, Owner shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude Owner from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that Owner elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by Owner shall not limit Owner's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. h. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provisions of this contract, the Owner may terminate this contract for default. The Owner shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the Owner may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the Owner resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the Owner in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages under this clause if- 1. the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, epidemics, quarantine restrictions, strikes, freight embargoes; and 2. the contractor, within [10] days from the beginning of any delay, notifies the Owner in writing of the causes of delay. If in the judgment of the Owner, the delay is excusable, the time for completing the work shall be extended. The judgment of the Owner shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. 00421-22 IRC Go-Line Transfer Hub If, after tennination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Owner. 22. GOVERNMENT-WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by Indian River County. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to Indian River County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may apse from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Company Name: Barth C struction, Inc. Authonzed by: Title: President Date: 06/07/2016 23. NOT USED 00421-23 IRC Go-Line Transfer Hub 24. CIVIL RIGHTS REOUIREMENTS 29 U.S.C. § 623, 42 U.S.C. § 2000 42 U.S.C. § 6102, 42 U.S.C. § 12112 42 U.S.C. § 12132, 49 U.S.C. § 5332 29 CFR Part 1630, 41 CFR Parts 60 et seq. Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et sect., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the 00421-24 IRC Go-Line Transfer Hub requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 24.NOT USED 25. BREACHES AND DISPUTE RESOLUTION 49 CFR Part 18 FTA Circular 4220.1F Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of the Owner . This decision shall be final and conclusive unless within [ten (10)] days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the Owner's designated Project Manager. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the Public Works Director shall be binding upon the Contractor and the Contractor shall abide be the decision. Performance During Dispute - Unless otherwise directed by Owner, Contractor shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the Owner is located. Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the Owner, representatives of the Owner including Owners Consultants or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an 00421-25 IRC Go-Line Transfer Hub approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. 26. NOT USED 27. NOT USED 28. DISADVANTAGED BUSINESS ENTERPRISE (DBE) 49 CFR Part 26 Disadvantaged Business Enterprises a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency's (Indian River County Metropolitan Planning Organization (IRC MPO)) overall goal for DBE participation is 2.2 %. A separate contract goal of 2.2% or treater DBE participation has been established for this procurement. b. The contractor shall not discnminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall cavy out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the Owner deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). The successful bidder/offeror will be required to report its DBE participation obtained through race-neutral means throughout the period of performance. d. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor's receipt of payment for that work from the Indian River County BOCC. In addition, is required to return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed and contractor's receipt of the partial retainage payment related to the subcontractor's work. e. The contractor must promptly notify the Owner, whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the 00421-26 IRC Go-Line Transfer Hub same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the Owner. 29. NOT USED 30. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS FTA Circular 4220.1F Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any Owner requests which would cause Owner to be in violation of the FTA terms and conditions. 31. DRUG AND ALCOHOL TESTING 49 U.S.C. §5331 49 CFR Part 655 Drug and Alcohol Testing The contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 CFR Part 655, produce any documentation necessary to establish its compliance with Part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the State Oversight Agency of(name of State), or the (insert name of grantee), to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 CFR Part 655 and review the testing process. The contractor agrees further to certify annually its compliance with Part 655 before (insert date) and to submit the Management Information System (MIS) reports before (insert date before March 15) to (insert title and address of person responsible for receiving information). To certify compliance the contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. 00421-27 IRC Go-Line Transfer Hub 32. CERTIFICATION OF COMPLIANCE The bidder hereby certifies that it will meet the requirements of the applicable regulations in these Model Clauses. Date: 06/07/2016 Signature: Company Name: Barth Construction, Inc. Tale: President 00421-28 Attachment A Sample Forms o Record of Supervisory and Office Personnel EEO Meeting or Individual Orientation (Form 275-021-05) o Certification Compliance with Equal Employment Opportunity (EEO) Provisions on Federal Aid Contracts (Form 700-011-13) o Contractor's Recruitment Report (Form 275-021-21) o Notification to FDOT of EEO Officer (Form 275-021-13) o Contractor's Company Wide EEO Report,(Form 275-02%1-07) o Record of Project Personnel EEO Meeting (Form 276-021-06) o Equal Employment Opportunity And Affirmative Action (EEO/AA) Policy and Plan o Wage and Hour Record (Form 700-010-69 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 275-021-05 RECORD OF SUPERVISORY AND OFFICE PERSONNEL EQUAL OPPORTUNITY oval EEO MEETING OR INDIVIDUAL ORIENTATION 1. COMPANY NAME: 2. DATE OF MEETING(M/D/Y): 3. FEID #OR FDOT VENDOR#: 4. NAME OF EEO OFFICER: 5. CHECK TYPE OF MEETING: 6. ADDRESS WHERE MEETING HELD: ❑ INDIVIDUAL ORIENTATION ❑ EEO MEETING 7. EEO OFFICER'S CERTIFICATION: The signature of this Company's EEO Officer is certification that an individual orientation or meeting was held with supervisory personnel and others idvolved in personnel matters to address all aspects of our equal employment opportunity (EEO) obligations. The major topics were addressed and a signed attendance record was made. SIGNATURE: , EEO OFFICER 8. MAJOR TOPICS ADDRESSED: ✓EEO Policy and Affirmative Action Plan ✓ Bulletin Boards ✓ Identification of EEO Officer ✓ Interviews by State and Federal representatives ✓ Equal Employment Opportunity and recruitment ✓Training opportunities ✓Wages and Payrolls ✓ Complaints ✓Utilization of Disadvantaged Businesses 9. ATTENDEES: PRINTED NAME AND TITLE SIGNATURE SAMPLE FORM FOR EEO UOMPLIANCE/DATA COLLECTION ATTACH ADDITIONAL PAGES IF NECESSARY STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 700-011-13 CERTIFICATION CONSTRUC0TION 605 COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY (EEO) PROVISIONS ON FEDERAL AID CONTRACTS SAMPLE FORM FOR EEO COMPLIANCE/DATA COLLECTION NOTE: This form is suWgg to change or modification FIN PROJECT I D. CONTRACT NO. prime contractor for the above referenced contract, hereby certifies that this company and all of it's subcontractors have made every Good Faith Effort to comply with the EEO provisions of FHWA Form-1273 (Section II Nondiscrimination and Section III. Nonsegregated facilities) on this contract. Exception The following subcontractor(s) have been found to be in noncompliance with the provisions stated above. Attached is notification sent to the respective subcontractor(s) explaining their noncompliance with these provisions. Subcontractor Name Subcontractor Name Street Address Street Address City/State/Zip City/State/Zip State of Florida A false statement or omission made in connection with County of this certification is sufficient cause for suspension, Sworn to and subscribed before me this day revocation,or denial of qualification to bid,and a of by determination of nonresponsibiity,and may subject the person and/or entity making the false statement to any (Print name of person signing Certication) and all civil and criminal penalties available pursuant to applicable Federal and State law Notary Public Contractor Commission Expires By Personally Known ❑ OR Produced Identification ❑ Title Type of Identification Produced Instructions 1 Attach copy of any notifications of noncompliance sent to each applicable subcontractor. 2 List the subcontractors found not in compliance at the time of this certification 3. A separate certification is required for each contract. 4 To be signed by an officer or director of the Contractor with the authority to bind the Contractor and notarized 5 To avoid delay in payment, certification must be submitted to the Project Engineer no later than the Friday before the monthly estimate cutoff date (generally the 3rd Sunday of the month) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 275-021.21 CONTRACTOR'S RECRUITMENT REPORT EQUAL OPPORTUNITY OFFICE 01/10 Page 1 SECTION 1: IDENTIFICATION OF CONTRACTOR 1. Contractor's Name2. FEID No. 3.Mark(x) Month(s) included in this Report Years 2 2 -J—T M A M J JJLJ A I S 10 1 N I D ❑ ❑ ❑ ❑ ❑ :1101❑ 101011711171 4. Person supplying this report 5. Reporter's Job Title 6. Reporter's Phone No. 7. Reporter's Email address (first/last) 8. Company EEO Officer(first/last) 9. EEO Officer's Signature& date 10. Is a letter from the EEO Officer containing additional information attached? ❑No❑Yes 11. List each Florida location where applications are accepted & hiring occurs for construction craft& laborer positions street/cit /state/zi Loc.1 Loc.2 Loc.3 Loc.4 sm SECTION 2: COMPLIANCE WITH FHWA 1273 RECRUITMENT REQUIRMENTS 12. Does each hiring location comply with the following recruitment Loc. 1 Loc. 2 Loc. 3 Loc. 4 requirements? The EEO information is displayed where applicants can see it. ❑ No❑Yes ❑ No❑Yes ❑No❑Yes ❑ No❑Yes All persons involved in hiring have received EEO training ❑ No❑Yes ❑ No❑Yes ❑ No❑Yes ❑No❑Yes Responsibility has been assigned for recruitment record keeping ❑ No❑Yes ❑ No❑Yes ❑ No❑Yes ❑ No❑Yes An applicant log is maintained ❑ No❑Yes ❑ No❑Yes ❑ No❑Yes ❑ No❑Yes Employees are requested to refer minority/female candidates ❑ No❑Yes ❑ No❑Yes ❑ No❑Yes ❑No❑Yes Positions are listed with the Agency for Workforce Innovation ❑ No❑Yes ❑ No ❑Yes ❑ No❑Yes ❑ No❑Yes Private referral sources for minority/female applicants are identified & ❑ No❑Yes ❑ No ❑Yes ❑ No❑Yes ❑No❑Yes updated Private referral sources are informed of how to refer candidates ❑ No❑Yes ❑ No❑Yes ❑ No❑Yes ❑No❑Yes Private referral sources are analyzed for effective minority/female ❑ No❑Yes ❑ No❑Yes ❑ No❑Yes ❑No❑Yes referrals Positions are advertised in newspapers having a large minority ❑No❑Yes ❑ No❑Yes ❑ No❑Yes ❑No❑Yes circulation `Equal Opportunity Employer is included in all job opening ❑ No❑Yes ❑ No❑Yes ❑ No❑Yes ❑ No❑Yes communications Applicants are advised of training opportunities ❑ No❑Yes ❑ No❑Yes ❑ No❑Yes ❑No❑Yes Hiring decisions& practices are reviewed for EEO &lack of ❑ No❑Yes ❑ No❑Yes ❑ No❑Yes ❑No❑Yes discrimination. 13.Are records available to support each `Yes' answer in #12? ❑ No ❑ Yes SECTION 3: HIRING SUMMARY All new hires and re-hires for all locations listed in Box 11&for the period shown in Box 3 AMERICAN INDIAN NATIVE HI. TWO OR TOTAL HIRES TOTAL MINORITIES WHITE BLACK HISPANIC or AL NATIVE ASIAN OTHER PAC IS. MORE RACES JOB CATEGORIES M F M F M F M F M F M F M F M F M F EQUIPMENT OPERATORS MECHANICS TRUCK DRIVERS IRONWORKERS CARPENTERS CEMENT MASONS ELECTRICIANS PIPEFITTERS,PLUMBERS PAINTERS LABORERS SEMI-SKILLED LABORERS,UNSKILLED TOTALS SAMPLE FORM FOR EEO COMPLIANCE/DATA COLLECTION NOTE: This form is subject to change or modification 275-021-21 EQUAL OPPORTUNITY OFFICE 01/10 1. Contractor's Name 2. FEID No. 3.Pa a No.(begin with#2) PMMW- SECTION 4: HIRES (Group by Location-Additional data may be submitted in an EEO Officer's Ietter0 A.Hirin location x B.Job Title Filled C Hire's Name first name/last name D Sex and Race 1 2 3 4 ❑ 11 El ❑ M F W BI H Al As PI 2M E.Hire Date F.Hou-ly Pay Rate G.4-di it employee identifier H How did the hire learn about the job? ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ $ I.How was this Job Opening communicated? Mark all that apply. . Name of Center/Office Job Order# Dale placed ❑No❑Yes Agency for Workforce Innovation ❑ No❑Yes Newspaper(Name each&ad dates) ❑No❑Yes Employee Referrals requested I How communicated Date s (how 8 date) Private Referral Sources El NO El Yes (List Names&dates) ❑No❑Yes Internal (company)job posting location&date ❑No❑Yes Internet/email site address&dale) ❑No❑Yes Now Hiring Signs(location&date) J.Are records available to support each `Yes' answer in 'I' (above)? ❑ No ❑ Yes A.Hiring location x B.Job Title Filled C.Hire's Name first name/last name D.Sex and Race 1❑ 2❑ 1:1 4❑ M F W BI H Al As PI 2M E.Hire Date F.HourlyPa Rate G.4-digit employee identifier H How did the hire learn about the job? ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ I. How was this Job Opening communicated? Mark all that apply Name of Center/Office Job Order# Date placed El No El Yes Agency for Workforce Innovation ❑No❑Yes Newspaper(Name each&ad dates) Employee Referrals requested How communicated Dates ❑NO❑YeS (how&date) El No❑Yes Private referral sources (Names&dates) ❑No❑Yes Internal (company)job posting location&date ❑No❑Yes Internet/email site address&date) ❑No❑Yes Now Hiring Signs(location&date) J.Are records available to support each `Yes' answer in `1' (above)? ❑ No ❑ Yes A.Hlrinq location x B.Job Title Filled C. Hire's Name first name/last name D.Sex and Race 1❑ 2❑ 3❑ M M F w BI H Al As PI 2M E.Hire Date F Hourl Pa Rate G.4-digit employee identifier H.How did the hire learn about the job? ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ I.How was this Job Opening communicated? Mark all that apply. Name of Center/Office Job Order# Date laced ❑No El Yes Agency for Workforce Innovation ❑No❑Yes Newspaper(Name each&ad dates) Employee Referrals requested How communicated Date(s) EI NO 17-1 Yes (how&date) Private referral sources ❑No❑Yes (Names&dates) ❑ No❑Yes , Internal (company)job posting location&date ❑No❑Yes Internet/email site address&date) ❑No❑Yes Now Hiring Signs(location&date) J.Are records available to su ort each `Yes' answer in 'I' labove ? E] No ❑ Yes ATTACH AND NUMBER ADDITIONAL COPIES OF THIS PAGE AS NEEDED SAMPLE FORM FOR EEO COMPLIANCE/DATA COLLECTION NOTE: This form is subject to change or modification STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 275-021-21 CONTRACTOR'S RECRUITMENT REPORT EQUAL OPPORTUNITY OFFICE Instructions for Completing Form 01/10 Primes and subcontractors are encouraged to use the form for self assessment and redirection of their recruitment program prior to official or ad hoc department reviews where the report will also be collected Prime contractors are encouraged to incorporate this form in their Certification of Compliance process to facilitate the review of subcontractor compliance with recruitment requirements SECTION 1: Identification of Contractor Box 1• Company's official name Box 2 Company's Federal Identification Number or FDOT vendor number. Box 3 Mark the calendar months that are included in this report and the year(s) Box 4 First and last name of person supplying information on this report Box 5 Job Title of person named in Box 4 Box 6 Phone number including area code of person name in Box 4 Box 7 Email address of person named in Box 4 Box 8 First and last name of Company EEO Officer Box 9* EEO Officer's Signature and date indicating review of reported data Box 10, Mark yes or no to indicate if a letter from the EEO Officer is attached containing additional information A letter from the EEO Officer is not required Box 11 List the street, city, zip code of Florida location where employment applications are accepted and hiring occurs for construction craft and laborer positions Mark N-A (not applicable) if there are no other locations SECTION 2: Compliance with FHWA 1273 Recruitment Requirements Box 12 Complete one set of questions for each location listed in Box 11 Box 13 Indicate if records are available to support each 'Yes' answer in Box 12 SECTION 3: Hiring Summary Report all hires and rehires occurring at all locations for the period shown in Box 3 ('Months included in this report') Summarize hires by Job Category, race and sex. Refer to the EEO Construction Contract Compliance Workbook Attachment 3 4 5, 'EEO Job Category of Classifications' to determine the job category of individual job classifications/job titles. 'Hires' includes all construction craft and laborer employees added to the payroll Rehires are included as hires. Include all of those still employed as of the date of this report plus those who have terminated subsequent to hire. Exclude persons who were offered a job and accepted it but failed to report for work; they are not considered a hire. Total minorities is the sum of Black, Hispanic, American India/Alaskan Native, Asian, Native Hawaiian/other Pacific Islander and Two or More Races. Total Hires is the sum of"Total Minorities' and White SECTION 4: Hires by Location General: At the top of this page, record the Contract actor's Name in Box 1 and their FEID number in Box 2. Record the page number in Box 3 beginning with '2' and continuing sequentially (3, 4, 5, etc) Group the hiring information of each location together: list Location 1 hires together, then list hires of Location 2, etc. A section is provided to record data on each hire and the company's recruitment activity to attract candidates for the position filled Record the details of each hire included in Section 3 Hiring Summary Additional information regarding hiring can be included an optional EEO Officers' letter as referred to in Box 10). A. Hiring Location Mark x next to 1, 2, 3, or 4 corresponding to the hiring locations listed in Box 11 B Job Title Filled New hires'job classification/job title C Hire's Name First name, last name D. Sex and Race Mark x for sex, and x for race ( W for white, H for Hispanic, BI for Black, Al for American Indian or Alaska Native, As for Asian, PI for Native Hawaiian or other Pacific Islander, 2M for Two or more Races E. Hire date Month/Day/Year hired F. Hourly Pay rate: $ xx.xx G. 4-digit Identifier four digit as used on payrolls H How did the hire learn of the job? Report how the hire reported learning of the job I How was this Job Opening Communicated? Indicate yes or no for each of the items listed and provide the additional data indicated (eg. Name of Center, Name of newspaper, etc) J Indicate if records are available to support each 'Yes' answer in Box H K. Repeat for each hire, adding as many additional pages as needed Number each page sequentially SAMPLE FORM FOR EEO COMPLIANCE/DATA COLLECTION NOTE: This form is subject to change or modification STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 275-021-13 ' NOTIFICATION TO FDOT OF EEO OFFICER EQUAL OPPORTUNITY. o1io7 Mail signed original to- FDOT Equal Opportunity Office , 605 Suwannee Street-MS 65, Tallahassee, FI 32399-0450 Section 1: COMPANY IDENTIFICATION 1. Contractor Name: 2.. FEID No.- 3. Home Office Mailing Address:(street) 4. Home Office Mailing Address:(city,State,Zip)) 5. Main Phone Number 6. Fax Number: 7. What is being I Initial EEO Officer Notice to FDOT I New Person Appointed Appointee Changed Name I Contact Data Changed Changed? ❑ Yes ❑ No I ❑ Yes LINO ❑ Yes ❑ No I ❑ Yes ❑ No Section 2: EEO OFFICER IDENTIFICATION 8. Name of EEO Officer:(first name, middle initial,last name) 9 EEO Officer's Working Title: 10. Work Address of EEO Officer: (Street) 11. Work Address of EEO Officer- (city,state,zip) 12.EEO Officer Phone Number- 13. EEO Officer Fax Number: 14 EEO Officer email address: Section 3: SIGNATURE OF CORPORATE OFFICIAL As required in the Equal Employment Opportunity Special Provisions included in Federally Funded Highway Construction Contracts and as required in the Equal Employment Opportunity Requirements included in all State funded highway construction contracts, this official notice of EEO Officer appointment (and/or update) is made to the Florida Department of Transportation and the U.S. Federal Highway Administration (FHWA). I understand that additional Information regarding the EEO Officer, the EEO Policy and other aspects of the construction contract compliance program may be found in the EEO Construction Contract Compliance Workbook. 15. Appointing Official's Signature: 16.Date:(Mo/Day/Yr.) 17. Official's Name:(printed) 18. Official's Title:(printed) (This Section For FDOT Use) Section 4: Processing of Notification 19 Processed by(First and Last Name) 20 Date Processed:(mo/day/yr) DISTRIBUTION: Original to FOOT Central EO Office Files;Copy Mailed to Contractor UPDATE ACTION: Input In EOR System SAMPLE FORM FOR EEO COMPLIANCE/DATA COLLECTION NOTE: This form is subject to change or modification 275-021-13 EQUAL OPPORTUNITY 01/07 State of Florida Department of Transportation EEO Officer Notification This form is used by contractors to communicate the appointment of an EEO Officer and to provide EEO Officer Contact data The form is also used to update that information in the event of new appointees, name changes or contact data changes. Refer to the EEO Construction Contract Compliance Workbook and the FDOT contract for compliance program requirements and instructions. The contractor mails original of the completed form to FDOT Equal Opportunity Office 605 Suwannee Street-MS 65 Tallahassee, FI 32399-0450 A copy of the form is returned to the contractor upon completion of processing by FDOT General: Complete all boxes each time this form is submitted Section 1: Proiect Identification Box 1 Contractor Name — The name of the contractor Box 2 FEID No. — The contractor's Federal Identification Number Box 3 - Home Office Mailing Address (Street) — The contractor's home office street address; if the business' home office is outside of Florida, indicate the address of the Florida Home Office. Box 4- Home Office Mailing Address (City, State, Zip) — The contractor's home office city, state and zip code; if-the business' home office is outside of Florida, indicate the address of the Florida Home Office. Box 5 Main Phone No. — Area code and phone number contractor's main business phone Box 6 Fax Number No. — Area code and phone number contractor's main fax Box 7 What is Being Changed? — Mark 'Yes' or 'No" to indicate if this is the company's initial submission of EEO Officer information; If a new person has been appointed as EEO Officer, If the appointee of record had a name change, and if the appointee's contact data is being updated. Section 2: EEO Officer Identification Box 8 Name of EEO Officer— First name, middle initial and last name of EEO Officer Box 9 EEO Officer's Working Title — Job title if the EEO Officer has other duties (e.g. Treasurer, Manager of Contract Services, etc) Box 10 Work Address of EEO Officer (Street) —Address of EEO Officer's office Box 11 Work Address of EEO Officer (City, State, Zip) —Address of EEO Officer's office Box 12 EEO Officer Phone Number— Area code and phone number for EEO Officer Box 13 EEO Officer Fax Number— Area code and fax number for EEO Officer Box 14 EEO Officer email address — EEO Officer Email address Section 3: Signature of Corporate Official Box 15 Appointing Official's Signature — Signature of Company Official responsible for EEO Officer Appointment Box 16 Date (Mo/Day/Year) — Date appointing official signs this Notification form Box 17 Official's Name (printed) — Printed first name and last name of person signing Box 15 Box 18 Official's Title (printed) — Printed title of person signing Box 15 (e.g. President, CEO, etc) Section 4: Processing of Notification This section is completed by FDOT Box 19 Processed by — First and last name of person processing the Notification Box 20 Date Processed — Date processing is completed SAMPLE FORM FOR EEO COMPLIANCE/DATA COLLECTION 1V(1'TF• T'hic fnrm is cnhiPrf fn rhanap nr mndifirafinn FORM 275.021-07 EQUAL OPPORTUNITY 01/10 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CONTRACTOR'S COMPANYWIDE EEO REPORT 1.REPORT FOR PAY 2.NAME AND FLORIDA HOME OFFICE ADDRESS PERIOD INCLUDING: March 201° June 20'" September 20" December 20'" 3. FEID#OR FDOT VENDOR# YEAR:2 4.FLORIDA CONSTRUCTION EMPLOYMENT TABLE A TABLE B WHITE BLACK AMERICAN NATIVE _-,.TOTAL.„ TOTAL INDIAN or HAWAILtNOR TWOORMORE Olt-The-Job JOBCATECORIESEMP,COYEESlthat oftlispaoic (NotafHlspnnic HISPANIC LASKAN ASIAN OTHER PACE RACES Traiaees(OJT) ' MWORITIES A Origin) Origin) ISL ._. t._':.;. NATIVE M F M F Al F AI F AI F Ni F At F M F M F OFFICIALS 0 0 0 0 (MANAGERS) SUPERVISORS 0 0 0 0 FORENIEWWOMEN 0 0 0 0 ADMINISTRATIVE 0 0 0 0 SUPPORT EQUIPMENT 0 0 0 0 OPERATORS MECHANICS 0 0SAMPLLj0fMF0R EE O LIATSC /DAIA TRUCK 0 0 0 0 COL, E IO DRIVERS IRONWORKERS 0 NOW01 his form is ub ec to ch ngre qr niodifigatAod CARPENTERS 0 0 0 0 CEMENT 0 0 0 0 MASONS ELECTRICIANS 0 0 0 0 PIPEFITTERS, 0 0 0 0 PLUMBERS PAINTERS 0 0 0 0 LABORERS, 0 0 0 0 SEMI-SKILLED LABORERS, 0 0 0 0 UNSKILLED TOTALS 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0MO TABLE C OTOTALS On-The-Job Trainees S.IF ANY EMPLOYEES REPORTED IN'TABLE A'ARE APPRENTICES, NAME OF THE PROGRAM, JOB CATEGORY, COUNT,RACE& SEX. 6.SUMMARIZE ALL HIRES FOR THE REPORTING PERIOD BY JOB CATEGORY,RACE,SEX(USE ADDITIONAL SHEET IF NEEDED). NEW IIIRE REPORTING PERIODS ARE JAN 1-MAR 30 OR APR]-JUN 30 OR JLY 1-SEP 30 OR OCT 1-DEC 31 PRINTED NAME-FIRST/LAST EMAIL ADDRESS PHONE SIGNATURE DATE 7.PREPARER 8.REVIEWER •• fvaaf nsvNm Efx1ALOITORIlNfTY STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION o m RECORD OF PROJECT PERSONNEL EEO MEETING 1.COMPANY NAME: 2. FINANCIAL PROJECT#: 3.DATE OF MEETING: 4.FEID#OR FDOT VENDOR#: S.NAME AND TITLE OF PERSON CONDUCTING MEETING 6.CHECK ONE: 7.DESCRIBE LOCATION WHERE WAS MEETING HELD: _PRIME SUBCONTRACTOR 8. CERTIFICATION OF MEETING: The signature below is certification that a meeting was held with project personnel informing them of their equal employment opportunity(EEO) civil rights,company's policies and various wage/payroll protections. The major topics wer addressed and a signed attendance record was made. SIGNATURE: , Meeting Leader 9. MAJOR TOPICS ADDRESSED: ✓ EEO Policy and Affirmative Action Plan ✓ Bulletin Boards ✓ Identification of EEO Officer ✓ Interviews by State and Federal representatives ✓ Work force diversity and recruitment ✓Training opportunities ✓ Wages and Payrolls ✓ Complaints ✓ Utilization of Disadvantaged Businesses 9. ATTENDEE SIGNATURES ATTENDEE SIGNATURES SAMPLE FOR- EEO COMPLIANCE/DATA NOTE: This form is subject to change or modification 11 ATTACH ADDITIONAL PAGES IF NECESSARY Florida Department of Transportation January 2010 EEO Construction Contract Compliance Work Book Chapter 3, Company EEO/AA Requirements EEO/AA POLICY 8 PLAN p p ryf & PAGE 1 OF 6 124VSW33SY,<C.1VVWR,- ,9_P333V2 Phone: (943) 333-4444 JLLLK CONSTRUCTION, INC. hearafter referred to as'the Company'or'this Company'has adopted this policy and plan Date:1/18/2003 By: JohwL. Kivlg, John L. King, President EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION (EEO/AA) POLICY AND PLAN EEO/AA POLICY STATEMENT It is the policy of this Company to comply and cooperate to the fullest extent with all applicable regulations of the Equal Employment Opportunity Provisions of the Civil Rights Act of 1964, Executive Order 11246, the Rehabilitation Act of 1973 (29 U S.C. 793), the Americans with Disabilities Act (ADA) of June 26, 1990 and the Vietnam Era Veterans Readjustment Assistance Act of 1972, all as amended. This policy pertains, as far as the responsibility of this Company is concerned, to any arrangement under which employees, including trainees, are selected for work It is the policy of this Company not to discriminate against any employee or applicant for employment because of race, religion, color, age, sex, and national origin, disabilities or Vietnam Era and Special Disabled Veterans status This Company will take affirmative action to assure an equal employment opportunity to all qualified persons, and that employees are treated equally during employment without regard to their race, religion, color, age, sex, national origin, disabilities, or Vietnam Era and Special Disabled Veteran's status Such action shall include but not be limited to 1 Employment, upgrading, demotion, or transfer 2 Recruitment and recruitment advertising 3 Layoff or termination 4 Rate of pay of other forms of compensation 5 Selection for training, including apprenticeship, pre-apprenticeship and/or on- the-job training. EEO OFFICER DUTIES It is the policy of this Company to continuously maintain the appointment of an Equal Employment Opportunity Officer (EEO Officer) The name and contact information for the EEO Officer will be communicated along with this policy. The EEO Officer has responsibility for effectively administering and promoting an active program of equal employment opportunity, The EEO Officer will coordinate the EEO efforts of superintendents, supervisors, foremen and others in the position of hiring personnel This Company's EEO Officer has the responsibility for effectively administering and promoting an active program of equal employment opportunity within the Company The EEO Officer will make recommendations, where appropriate, to correct any deficiencies found in the Company's program. The EEO Officer will ensure that this policy and plan are being carried out SAMPLE FORM FOR EEO COMPLIANCE/DATA EEO/AA POLICY 8 PLAN COLLECTION PAGE 2 OF 6 NOTE: This form is subject to change or modification EEO/AA PLAN EEO/AA Policy, Plan, Officer and Program Page 3-2-7 Florida Department of Transportation January 2010 EEO Construction Contract Compliance Work Book Chapter 3 Company EEO/AA Requirements It is the policy of this Company that there is not any discrimination by virtue of race, religion, color, age, sex, national origin, disabilities or Vietnam Era and Special Veterans status, in the functions of hiring, placement, up-grading, transfer or demotion. In addition, there shall not be any discriminatory practices in recruitment, advertising, or solicitation for employment, rates of pay or other forms of compensation, selection for training including apprenticeship, layoff or termination, or treatment during employment. The Company has affirmative action obligations in the hiring of minorities, females, disabled and veteran's applicants. We will not use goals, timetables or affirmative action standards to discriminate against any person because of their race, religion, color, age, national origin, disabilities, or Vietnam Era and Special Disabled Veteran's status. The Company will not transfer minority or female employee or trainees from one Company to another or from project to project for the sole purpose of meeting goals. This Company shall take specific affirmative actions to ensure equal opportunity. Our compliance with this policy and plan shall be based upon our efforts to achieve maximum results from our actions and we shall document our efforts fully. This Company will implement specific affirmative action steps, at least as extensive as the following actions to ensure equal employment opportunity: 1. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all times and in all facilities at which our employees are assigned to work. We shall specifically ensure that all foremen, superintendents and other on-site supervisory personnel are aware of and carry out our obligations to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities 2. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when we have employment opportunities available, and maintain a record of the organization's responses. 3. Maintain a current file of the names, addresses and telephone number of each minority and females off-the-street applicant or female referral from a union and minority or female referrals from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the Union hiring hall for referral and was not referred back to the Company by the union or, if referred, not employed by the Company, this shall be documented in the File with the reason therefore, along with whatever additional actions the Company may have taken. 4. Provide immediate written notification to the Director when the union or unions with which we have a collective bargaining agreement have not referred to us a minority person or woman sent by us, or when we have other information that the union referral process has impeded our efforts to meet our obligations. EEO/AA POLICY&PLAN PAGE 3 OF 6 SAMPLE FORM FOR EEO COMPLIANCE/DATA COLLECTION NOTE: This form is subject to change or modification EEO/AA Policy, Plan, Officer and Program Page 3-2-8 Florida Department of Transportation January 2010 EEO Construction Contract Compliance Work Book Chapter 3- Company EEO/AA Requirements 5. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Company's employment needs, especially those programs funded or approved by the Department of Labor. We shall provide notice of these programs to the sources complied under "2" above. 6. Disseminate the company EEO policy notice by providing notice to the unions and training programs and requesting their cooperation in assisting us in meeting our EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc ; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. 7. Review, at least annually, the Company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc. prior to the initiation of construction work at any job site A written record shall be made and maintained identifying the time and place of these meetings, persons Attending, subject matter discussed and disposition of the subject matter. 8. Disseminate the Company EEO policy externally by including it in any advertising in the new media, specifically including minority and female news media and proving written notification to and discussing the company EEO policy with other contractors and subcontractors with whom the company does or anticipates doing business 9. Direct our recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to female recruitment and training organizations serving our recruitment area and our employment needs Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, we shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. 10 We will encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth, both on the site and in other areas of our workforce SAMPLE FORM FOR EEO COMPLIANCE/DATA COLLECTION NOTE: This form is subject to change or modification EEO/AA POLICY&PLAN PAGE 4 OF 6 EEO/AA Policy, Plan, Officer and Program Page 3-2-9 Florida Department of Transportation January 2010 EEO Construction Contract Compliance Work Book Chapter 3 Company EEO/AA Requirements 11. Validate all test and other selection requirements where there is an obligation to do so under 41 CFP Part 60-3. 12. Conduct at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to prepare for, through appropriate training, etc. such opportunities. 13. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory affect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and our obligations under these specifications are being carried out. 14. Ensure that all facilities and company activities are non segregated except that separate or single-user toilets and necessary changing facilities shall be provided to assure privacy between the sexes. 15. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. 16. Conduct a review, at least annually, of all supervisors' adherence to and performance under the company EEO policies and affirmative action obligations. RECORDS This company will keep records to monitor all employment related activity to ensure that the company's EEO policy is being carried out. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates and changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. REPORTING OF COMPLAINTS If at any time anyone feels he or she has been discriminated against because of sex, race, religion, color, age, national origin, disabilities or Vietnam Era and Social Disabled Veteran status, they should report this matter to the company EEO Officer whose name and contact information is communicated along with this policy. The EEO Officer will investigate all complaints of alleged discrimination made to the company in connection with its contractual obligations. The EEO Officer will attempt to resolve such complaints, corrective actions to be taken and will then follow up on actions taken and their effect. If the investigation indicates that the discrimination may affect persons other that the complainant, such corrective actions shall include such other persons. SAMPLE FORM FOR EEO COMPLIANCE/DATA COLLECTION NOTE: This form is subject to change or modification EEO/AA Policy, Plan, Officer and Program Page 3-2-10 Florida Department of Transportation January 2010 EEO Construction Contract Compliance Work Book Chapter 3. Company EEO/AA Requirements EEO/AA POLICY&PLAN PAGE 5 OF 6 Upon corppletion of each investigation, the EEO Officer will inform every complaintant of all of their avenues of appeal. The following are the addresses for avenues for appeals. Company EEO Officer Florida Commission on Human Relations 2009 Apalachee Parkway Suite 100 See name and contact information Tallahassee, FI 32301 - 4857 subsequently shown or posted. 850 488-7082 or 800 342-8170 U.S. Dept. of Labor, Regional Director U.S. Federal Highway Administration Office of Federal Contract Compliance 227 N. Bronough Street, Room 2015 61 Forsyth Street, SW, Room 7B-75 Tallahassee, FI 32301 Atlanta, Ga 30303 (404)-562-2424 850 942-9650 U.S. Equal Employment Opportunity U S Equal Employment Opportunity Commission Commission Miami District Office Tampa District Office One Biscayne Tower, Suite 2700 501 East Polk Street, Suite 1020 Miami, FI 33131 Tampa, FI 33602 800 669-4000 800 669-4000 SAMPLE FORM FOR EEO COMPLIANCE/DATA COLLECTION NOTE: This form is subject to change or modification EEO/AA Policy, Plan, Officer and Program Page 3-2-11 Florida Department of Transportation January 2010 EEO Construction Contract Compliance Work Book Chapter 3. Company EEO/AA Requirements EEO OFFICER DESIGNATION:ACCOMPANYING EEO/AA POLICY&PLAN PAGE 6 OF 6 ,7.C.2x ergs✓'-AZ(e-,-70.N eo.. 12"SW33SJ,a vg( M41.M,Je,33342 Phone: (943) 333-4444 JLLLK CONSTRUCTION, INC.has made the following designation in regard to EEO/AA policy and plan. Date: 1/18/2003 By: Johw L. KLvLq, John L. King, President EQUAL EMPLOYMENT OPPORTUNITY OFFICER: EEO OFFICER NAME. JAYNE LEWIS ADDRESS. JLLK CONSTRUCTION, INC. xxxx SW XX St. Anywhere, F/XXXXX PHONE: XXX-)O(X-XXX SAMPLE FORM FOR EEO COMPLIANCE/DATA COLLECTION NOTE: This form is subject to change or modification EEO/AA Policy, Plan, Officer and Program Page 3-2-12 700-010-69 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Construction WAGE AND HOUR RECO RD 02/11 Ice: c EXCEPTIONS EXCEPTION(CRAFT) EXPLANATION (Title) the persons employed by on the (Building or work) day of all persons employed ned,that no rebates have been or will j REMARKS from the full weekly ,e been made either directly or indirectly from the deductions as defined in Regulations,Part 3 der the Copeland Act,as amended U.S.C.3145),and described below NAME AND TITLE SIGNATURE contract required to be submitted for the above laborers or mechanics contained therein are not le determination incorporated into the contract; THE WILLFUL FALSIFICATION OF ANY OF THE ABOVE ,r mechanic conform with the work he performed. STATEMENTS MAY SUBJECT THE CONTRACTOR OR above period are duly registered in a bona fide SUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION SEE eship agency recognized by the Bureau of SECTION 1001 OF TITLE 18 AND SECTION 231 OF TITLE 31 OF )f Labor,or if no such recognized agency exists THE UNITED STATES CODE. iip and Training,United States Department of Labor ID TO APPROVED PLANS,FUNDS OR PROGRAMS ly wage rates paid to each laborer or mechanic listed roll,payments of fringe benefits as listed in the made to appropriate programs for the benefit of noted in Section 4(c)below ID IN CASH >ted in the above referenced payroll has been yroll,an amount not less than the sum of the e rate plus the amount of the required fringe ract,except as noted in Section 4(c)below, 700-010-69 Construction 02/11 Address Contract# Project and Location FIN# 4) Day and Date Total Pay Rate Project (8) Deductions (9) (10) Net Wages Total from Hours Gross I FICA With- Total from Total Paid for Fringe Benefit Weekly holding Deduction Deductions week Sheet Gross tax Sheet (attached) (attached) 0.00 0.00 0-.00.00 ----- 0.00 $0.00 $ 0.00 0.00 0.00 0.00 $0.00 $ 0.00 0.00 0.00 0.00 $0.00$0.00 $ 0.00 0.00 0.00 0.00 X $0.00 $ 0.00 0.0000 0.00 $0.00 $ 0.0 $0.00 $ 0. 0.00 _ 0.00 0.00 $0.00 $ 0.00 0.00 0 00 0.00 $0.00 $ 0.00 0.00 0.00 0.00 $0.00 $ 0.00 0.00 0.00 ------------•----- 0.00 $0.00 $ 0.00 0.00 0.00 0.00 $0.00 $ 700-010-69 Construction 02/11 Address For Week Ending Contract# FIN# Project and Location Type a Deduction description in each box and then record the amount of that Deduction for each employee(or leave blank). Total Deductions Amount $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Ike $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 700-010-69 Construction 02/11 Address For Week Ending Contract# FIN# Project and Location e a Fringe Benefit description in each box and then record the amount of that Fringe for each employee(or leave blank). Total Fringe Benefit Amount $0.00 $0.00 $0.00 $0.00 Noe $0.00 IddIlL $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 golf $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ' $0.00 $0.00 $0.00 $0.00 General Decision Number: FL160019 01/08/2016 FL19 Superseded General Decision Number: FL20150019 State: Florida Construction Type: Building County: Indian River County in Florida. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories) . Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10. 15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 ENGI0487-009 07/01/2013 Rates Fringes OPERATOR: Mechanic. . . . . . . . . . . . . .$ 28 .32 8 .80 OPERATOR: Oiler. . . . . . . . . . . . . . . . .$ 22. 99 8 .80 OPERATOR: Boom Truck All Tower Cranes (Must have 2 operators) Mobile, Rail, Climbers, Static- Mount; All Cranes with Boom Length 150 Feet & Over (With or without jib) Friction, Hydro, Electric or Otherwise; Cranes 150 Tons & Over (Must have 2 operators) ; Cranes with 3 Drums (When 3rd drum is rigged for work) ; Gantry & Overhead Cranes; Hydro Cranes Over 25 Tons but not more than 50 Tons (Without Oiler/Apprentice) ; Hydro/Friction Cranes without Oiler/Apprentices when Approved by Union; & All Type of Flying Cranes. . .$ 29.05 8.80 Cranes with Boom Length Less than 150 Feet (With or without jib) ; Hydro Cranes 25 Tons & Under, & Over 50 Tons (With Oiler/Apprentice) . . . . . . . . . . .$ 28.32 8 .80 ---------------------------------------------------------------- * IRON0402-002 02/01/2015 Rates Fringes IRONWORKER, ORNAMENTAL, REINFORCING AND STRUCTURAL. . . . . . .$ 22.29 7 . 90 ---------------------------------------------------------------- PAIN0452-003 08/01/2014 Rates Fringes PAINTER: Brush, Roller, Spray and Steel. . . . . . . . . . . . . . . . . .$ 15.75 7.88 ---------------------------------------------------------------- SUFL2009-015 05/22/2009 Rates Fringes BRICKLAYER. . . . . . . . . . . . . . . . . . . . . . .$ 18 . 99 0.00 CARPENTER. . . . . . . . . . . . . . . . . . . . . . . .$ 15.48 3.00 CEMENT MASON/CONCRETE FINISHER. . .$ 14 .89 0.00 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 21.72 1 .28 INSULATOR - PIPE & PIPEWRAPPER. . .$ 13. 13 3.03 LABORER: Asphalt Shoveler. . . . . . .$ 7 .88 0.00 LABORER: Common or General. . . . . .$ 9.79 0.00 LABORER: Concrete Saw (Hand Held/Walk Behind) . . . . . . . . . . . . . . . .$ 12. 63 0.00 LABORER: Mason Tender - Brick. . .$ 10.00 0.00 LABORER: Mason Tender - Cement/Concrete. . . . . . . . . . . . . . . . . .$ 12. 83 1. 90 LABORER: Pipelayer. . . . . . . . . . . . . .$ 11. 53 0.00 LABORER: Roof Tearoff. . . . . . . . . . .$ 9.00 0.00 LABORER: Landscape and Irrigation. . . . . . . . . . . . . . . . . . . . . . .$ 9. 60 0.00 OPERATOR: Asphalt Spreader. . . . . .$ 11.41 0.00 OPERATOR: Backhoe/Excavator. . . . .$ 14 . 68 0.00 OPERATOR: Bulldozer. . . . . . . . . . . . .$ 15.00 0.00 OPERATOR: Crane. . . . . . . . . . . . . . . . .$ 17.75 0.00 OPERATOR: Distributor. . . . . . . . . . .$ 12.37 0.00 OPERATOR: Forklift. . . . . . . . . . . . . .$ 14 .00 0.00 OPERATOR: Grader/Blade. . . . . . . . . .$ 13. 44 0.00 OPERATOR: Loader. . . . . . . . . . . . . . . .$ 12.20 0. 63 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) . . . . . . . . .$ 12.83 0.00 OPERATOR: Pump. . . . . . . . . . . . . . . . . .$ 17 . 12 0. 00 OPERATOR: Roller. . . . . . . . . . . . . . . .$ 10. 68 0. 00 OPERATOR: Screed. . . . . . . . . . . . . . . .$ 11.34 0. 00 OPERATOR: Tractor. . . . . . . . . . . . . . .$ 9. 91 0.00 OPERATOR: Trencher. . . . . . . . . . . . . .$ 11.75 0.00 PIPEFITTER. . . . . . . . . . . . . . . . . . . . . . .$ 16.02 0. 52 PLUMBER (HVAC Pipe Installation) . . . . . . . . . . . . . . . . . . . .$ 15.80 0.00 ROOFER (Installation of Metal Roofs Only) . . . . . . . . . . . . . . . . . . . . . .$ 14 .26 0.59 ROOFER, Includes Built Up, Hot Tar, Modified Bitumen, Shake & Shingle, Single Ply, Slate, & Tile Roofs (Excludes Installation of Metal Roofs) . . . . .$ 13. 96 1 . 53 SHEET METAL WORKER. . . . . . . . . . . . . . .$ 16.04 1 . 53 TILE SETTER. . . . . . . . . . . . . . . . . . . . . .$ 17 . 99 3.00 TRUCK DRIVER: Dump Truck. . . . . . . .$ 10.00 0.00 TRUCK DRIVER: Lowboy Truck. . . . . .$ 12.09 0.00 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014 . PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198 . The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014 . Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014 . SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100°% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014 . UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2 . ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Florida Department of Transportation January 2011 EEO Construction Contract Compliance Workbook Chapter 4. Project EEO/AA Requirements Attachment 4-2-10-(continued) JOB SITE BULLETIN BOARDS: SAMPLE LAYOUTS & DIMENSIONS EXAMPLE 2 Project with One Wage Decision Sample Layout and Dimensions The following layout requires a display space 48" wide and 36" high (or 48" on ARRA funded projects). Documents are displayed in three rows with,each of the five standard posters placed on the top row. One-half inch is allowed around each side of the document. The sample shows one wage decision on two pages. There is space for at least five optional documents. The wide bold lines denote the actual bulletin board posting space. _____________ --------------- BOARD WIDTH. 48'Inches (STANDARD EEO IS THE FL LAW WAGE POSTERS) LAW PROHIBITS NOTICE IMPORTANT DETERMINATION DISCRIMINATION APPEALS BOARD PROJECT ADDITIONAL SPECIFIC POSTER OF POSTER OF HIGHWAY HIGHWAY WAGE HEIGHT: POSTING SPECIFIC P EEO POLICY EEO POLICY& DECISION DECISION &OFFICERS OFFICERS PG 1 PG 2 DECISIONS 36 inches PG 1 PG 2 (FDOT FORM) PG 1 US DOL EMPLOYEE OSHA SAFE& (if ARRA Funded) POSTERS RIGHTS/RESP HEALTHFUL EMPLOYEE WHISTLE- (&ARRA FAMILY& HEALTHFUL LACE POLYGRAPH BLOWERS POSTER) �' MEDICAL LEAVE (English) PROTECTION (ARRA PROJECT ONLY Shop drawing submittal for the bulletin board shall be submitted 5 days prior to notice to proceed and installed on-site prior to on-site mobilization Job Site Bulletin Board Page 4-2-6 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. 2016019 for I.R.C. GO LINE TRANFER HUB - IRC NO. 1330 2. This sworn statement is submitted by: Barth Construction, Inc. (Name of entity submitting Statement) whose business address is: 1717 Indian River Blvd, Suite 202A, Vero Beach, FL 32960 3. My name is Phil Barth (Please print name of individual signing) and my relationship to the entity named above is President 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, .moth'er`in=law;";'daughter= nY;aw, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother stepson S. prgtiter, ste brstepsister, 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 PABids\2015-2016 FY(2016000)\2016019-GoLine Transfer Hub\Bid Docs\Word forms\00452 Disclosure of Relationships.doc X 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 Sandra Wright Cousin If (Signature) 06/07/2016 (Date) STATE OF COUNTY OF %N_,)11 41 Ver,-- /C The foregoing instrument was acknowledged before me this 7_ day of _IRA4�_ , 20&,,_, by who is personally known to me or who has produced as identification. NOTARY PUBLIC SIGN: PRINT: Notary Public, State at large My Commission Expires: 7/Z//zo (Seal) my MAR !H.TUPEK � D F ;,;� •o= WM'Jody21, � d 7hru NOWY pubft 00452-2 P,\Bids\2015-2016 FY(2016000)\2016019-GoLine Transfer Hub\Bid Docs\Word forms\00452 Disclosure of Relationships.doc SECTION 00454 - Sworn Statement Under the Florida Trench Safety Act THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE FOR THE EXCAVATION WORK ("BIDDER"), OR ITS AUTHORIZED REPRESENTATIVE, IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO ADMINISTER OATHS. 1. This Sworn Statement is submitted with Project No 1330 for I.R.C. Go Line Transfer Hub. 2 This Sworn Statement is submitted by Barth Construction, Inc. (Legal Name of Entity Submitting Sworn Statement) hereinafter "BIDDER" The BIDDER's address is _ 1717 Indian River Blvd, Suite 202A, Vero Beach, FL 32960 BIDDER's Federal Employer Identification Number (FEIN) is 59-1931614 3 My name is Phil Barth and my relationship to the BIDDER (Prittt Name of Individudl-Signing) is President (Position or Title) I certify, through my signature at the end of this Sworn Statement, that I am an authorized representative of the BIDDER. 4 The Trench Safety Standards that will be in effect during the construction of this Project are contained within the Trench Safety Act, Section 553.60 et.seq. Florida Statutes and refer to the applicable Florida Statue(s) and/or OSHA Regulation(s) and include the "effective date" in the citation(s) Reference to and compliance with the applicable Florida Statute(s) and OSHA Regulation(s) is the complete and sole responsibility of the BIDDER. Such reference will not be checked by OWNER or ENGINEER and they shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards 5 The BIDDER assures the OWNER that it will comply with the applicable Trench Safety .:•: ':. ..-:l_a:Tnl,_4-/yam-.Piix—�.- :.:� .s'.Y... ;✓s.' Standards. -.- 6 The BIDDER has allocated:aand;:included:iii-its:bid the total amount of $ �b based on the linear feet"'of,t`rerich'to be,excaVated over five (5) feet deep, for compliance with the applicable=Trench.,Safety_Standards.,;.and intends to comply with said standards by instituting the following specific method(s) of compliance on this Project. The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the BIDDER Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness, or any other purpose The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 7 The BIDDER has allocated and included In its bid the total amount of $ based on the square feet of shoring to be used for compliance with shoring safety requirements and intends to comply with said shoring requirements by instituting the following specific method(s) of compliance on this Project. 00454-Florida Trench Safety Act-REV 04-07 00454-1 P-\Bids\2015-2016 FY(2016000)\2016019-Goline Transfer Hub\Bid Docs\Word forms\00454-Florida Trench Safety Act-REV 04-07.doc The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the BIDDER Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness or any other purpose The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 8 The BIDDER, in submitting this bid, represents that it has obtained and considered all available geotechnical information, has utilized said geotechnical information and that, based on such information and the BIDDER's own information, the BIDDER has sufficient knowledge of the Project's surface and subsurface site conditions and characteristics to assure BIDDER's compliance with the applicable Trench Safety Standards in designing the trench safety system(s) for the Project. BIDDER. Bart onstruction, Inc. By- Position or Title- President Date 06/07/2016 STATE OF �Gr� COUNTY OF /ND /,n/ 41 ye�°l-1 Personally appeared before me, the undersigned authority, who after after first being sworn by me, affixed his/her signature in the space provided above on this L day of 202�, . ptv bN "N.TUPEK Notary Public, State at large WCOMtrO IONIFF8T1W r2t� My Commission Expires: =� 0 7���i� �',o�tq"• BMW Thu NOWY Pdit lAlde llen * * END OF SECTION 00454-Florida Trench Safety Act-REV 04-07 00454-2 P\Bids\2015-2016 FY(2016000)\2016019-GoLine Transfer Hub\Bid Docs\Word forms\00454-Florida Trench Safely Act-REV 04-07 doc 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: 1330 Project Name. I.R.C.Go Line Transfer Hub 1. Bidder's Name/Address. Barth Construction, Inc. 1717 Indian River Blvd. Suite 202A Vero Beach, FL 32960 2. Bidder's Telephone & Email Address* 772-778-3072 JFykes&barthconstruction.com 3. Licensing and Corporate Status* Current/Active a. Is Contractor License current? Yes b. Bidder's Contractor License No. CGC 007847 [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. 35 Years 5. What is the last project OF THIS NATURE that the firm has completed? IRC Transit Facility 6 Has the firm ever failed to complete work awarded to you? No [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? No [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? No 00456-1 [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.] 9 Has the firm ever been charged with noncompliance of any public policy or rules? No [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? No [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 inspected the site of the proposed work for the firm- Name Jason Fykes Date of Inspections- 05/23/2016 14 Name of on-site Project Foreman Byron Smith Number of years of experience with similar projects as a Project Foreman: 30 15. Name of Project Manager- Jason Fykes Number of years of experience with similar projects as a Project Manager- 18 16 State your total bonding capacity 10 Million 17. State your bonding capacity per job- 5-8 Million 18. Please provide name, address, telephone number, and contact person of your bonding company- Lisa Riech Florida Surety Bonds, Inc. (407) 786-7770 [The remainder of this page was left blank intentionally] 00456-2 19. Complete the following table for SIMILAR projects: Name of Project Date Contact Person: Name/Email Original Contract Completed Address/Phone Amount !RG •-fetes%�- W.41*,t Dom; l �•� �M�� Zoll � /� (e !7 (a�/ _ ✓6,4o Pf.46k FL 3L f b S&`l- 0-7(� o l�G ";Ukh 6v",� �J v ZO13 L S NplfI 4 k9c P06/e W, -11651 // g!�D�oo C� v,tv 6Eclj S�-7- I�ZL r2� Sa•43 zrZo Joat�l 1/26 �i4Ie,YSG�1C`1 Se✓v�6�S Z� Zool ao U ��itlO ��G!•�-/ -q-,;,7— 060 00456-3 20. List similar projects your organization has underway or completed, that has been designed, built and received recognition in the form of a certification from USGBC LEED Certification, FGBC Commercial Building Certification, or another widely recognized organization with its primary purpose being the development of sustainable design and construction building rating system standards. Project Name/Description Rating System and Certification Year Complete Was Bidder the or Current Primary Status General Contractor? (Yes or No) 00456-4 21. List the LEED AP accredited individual under contractor's employment assigned to this project, or list the individual under contractor's employment assigned to this project in a supervisory role with experience as a project manager, superintendent, or other supervisory role on any commercial projects which have received certification by USFGBC, FGBC or other similar organization. Individual (Name): Phil Barth LEED AP (Year Accredited by GBCI): 2009 In what capacity will this individual be assigned to this project? Project Executive Experience: List Employee's Project Experience Project Name/Description Rating System Year Role of Individual on This Certification Project /Location Issued on Project FCS 56T ,c�w4zC 00456-5 22. List any similar projects your organization has underway or completed that was funded (all or in part) by a Federal Transit Authority (FTA) grant, and/or has been required to comply with the Davis-Bacon Act. [NOTE: If requested by the County, the Bidder shall furnish references, and other information, sufficiently comprehensive to permit an appraisal of its Abes_�aontractor.] By: (Signature) Phil Barth (Print Name) President (Position or Title) * * END OF SECTION 00456-6 illBARTH Construction,Inc. General Contractor CGC007847 Barth Construction, Inc. is currently working on two projects. Orchid Underwriters— Office remodel. Holden Hangar— Construction of new hangar. Barth Construction has been in business for thirty-five years. The company has never defaulted on a project. The project managers have years of experience planning projects and creating schedules for meeting deadlines. 1717 Indian River Boulevard * Suite 202A*Vero Beach,Florida 32960 Phone- (772)778-3072 *Fax. (772)770-3017 E-mail: mfo(a,barthconstruction.com * Internet: www.bartheonstruction.com C•\Users\kmintzer\Desktop\IRC Go Line Summary.doc SECTION"A" FINANCIAL Statement Asof 9/30/2015 (Date) 7 CASH*ASSETS $ 300, 056 ACCOUNTS RECEIVABLE 8 From Government Contracts Completed $ 9. From Non-Government Contracts Completed $ 10 Claims included in 8 and 9 not yet approved or in litigation $ 11 From Government Contracts in Process $ 12. From Non-Government Contracts in Process $ 119 , 240 13. Claims included in 11 and 12 not yet approved or in litigation $ 14. Retainage included in 11 and 12 $ 15 Other"*(list) NOTES RECEIVABLE 16 Due within 90 days"* $ 360 , 140 17 Due after 90 days"* $ INVESTMENTS 18. Listed securities- present market value $ 8-1., 610 19 Unlisted securities-present value $ BID DEPOSITS 20 Recoverable within 90 days $ 21 Recoverable after 90 days $ ACCRUEDINTEREST 22 Receivable on notes $ 23. Receivable on investments $ 24 Other(list) 25 Real Estate(Book value or market,whichever is less) $ 26 Inventories (not included in receivable billing and at present value) $ 27 Equipment-Net Book Value(Supply List by Cost, Depreciation, $ 10, 620 Net Book Value) OTHER ASSETS 28 Contract Costs in excess of Billings $ 18.' 986 29 Cash Surrender Value of Life Insurance $ 30 Receivables from Officers and Employees $ 31. Other(list) Deferred Income Tax $ 15, 721 32. TOTAL ASSETS $ 908, 363 *Do not include deposits for bids or other Guarantees **Do not include receivables from officers and employees ACCOUNTS PAYABLE 33. Due within 1 year $ 316, 176 34 Due after 1 year $ NOTES PAYABLE 35 Due within 1 year $ 36 Due after 1 year $ 37 Officers and employees $ 38 Taxes Payable $ 39. Accrued and Actual Payroll Payable $ 96 , 918 40 Mortgages Payable $ OTHER LIABILITIES 41. Federal Income Tax Provision $ 42. Deferred Income $ 43. Other(list) Contract Billincls Tn ExcpsC of rpt $ 162 , 348 $ NET WORTH 44 (If individual proprietorship or corporation) $ CAPITAL STOCK 45 Common Issued and Outstanding $ 1 0 0 46 Preferred Issued and Outstanding $ 47 Treasury Stock $ CAPITAL SURPLUS 48 Earned Surplus Prior Years $ 2 7 8 , O O 6 49 Earned Surplus Current Year $ 125; 495 50. Total Liabilities and Net Worth $ 908, 363 NOTE: IF ADDITIONAL SPACE IS REQUIRED, PLEASE NOTE AND ATTACH SCHEDULE TO STATEMENT 51 Dated this 6th day of June . 2016 Barth Construction, Inc. ame,of Organization By &�� Title 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. 1330 for I.R.C. Go Line Transfer Hub Work to be Performed Subcontractor's Name/Address DBE Contractor (Yes or Nol 1. COMM r Ivo 2. `C i en IZ-os.e Con+rcx . n5 5*4c W ovlh V ex 13 ISO 3. J?'. F Lpn cre.A-e n c. Iµ-kwnr q Ver se ch 00 4. WArdow Sal2s Alums C a 12'1 e-5 O 5. -Tru - Sze 1 Iv ukk C.CLY)o i t e_r 00 6. TYUS 5 7,cu es vexo NO 7. 1qAAaYV0C 200A09 O i ng *V 9- 8. S- U ax} 1PG2\r\A- A 5up?1x.1 ooy- 1'FrU M w+� ti O 9. lj av\s SrV\)c..o.o S- Q cco UL_ No 10. SolkT4 Br0 Pwf)+iry O P G,\n 11. 60yLur AIC VPc- V err !JO 12. Sou-}kLrrx Plul-AxIn5 P1 e o Qo 13. 01 co MpcQ.}t Elec--Vic c.A eb 'r,r, L_ N 0 14. Si S s gr>c.0 15. 16. : s 17. Note:Attach additional sheets if required. END OF SECTION 00458-1 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 275-030-13 CERTIFICATION OF NON SEGREGATION & EQUAL OPPORTUNITY OF 07109 NON DISCRIMINATION SECTION 1: PROJECT IDENTIFICATION 1.Financial Project No. 2.F.A.P.No. 1 3.FDOT LAP Contract No. 1 4.County 5.District or Name of Local Agency N/A I Indian River 6.Prime Contractor's Name Barth Construction, Inc. 7.Company Name of Contractor Supplier,Rental Company or Agency Submitting this certification &FEID No of Co.in Box 7 59-1931614 lM SECTION 2: CERTIFICATION STATEMENTS CERTIFICATION OF CERTIFICATION OF NONSEGREGATED FACILITIES NON DISCRIMINATION As a federally assisted construction contractor, I As a contractor, sub recipient or subcontractor on a hereby certify: the following for t his company: Federally funded contract, this company certifies that it A. This company does not maintain or provide shall, not discriminate on the basis of race, color, national any segregated facilities for employees at origin, or sex in the performance of such contracts. any of our establishments and we do not The contractor shall carry out applicable requirements of permit our employees to perform their 49 CFR Part 26 in the award and administration of DOT services at any location, under our control, assisted contracts. The company agrees that a failure to where segregated facilities are maintained. carry out these requirements is a material breach of B. Agreement that a breach of this certification contract, which may result in the contract's termination or is a violation of the equal opportunity clause such other remedy as the recipient deems appropriate. in this contract. Each subcontract, rental agreement and or material C. We will obtain and retain identical supplier agreement this company subsequently enters certifications from proposed subcontractors into for.this contact will require this same Certification. prior to the award of subcontracts exceeding It is the policy of this company to assure that applicants $10,000 which are not exempt from the are employed, and that employees are treated during provisions of the equal opportunity clause. employment, without regard to their race, religion, sex, As used in this certification, the terms "segregated color, national origin, age or disability. Actions include: facilities" means any waiting rooms, work areas, employment, upgrading, demotion, or transfer; restrooms and washrooms, restaurants and recruitment or recruitment advertising; layoff or fountains, recreation or entertainment area, termination; rates of pay and other forms of transportation, and housing facilities provided for compensation; and selection for training, including employees which are segregated by explicit apprenticeship, pre apprenticeship, and/or on-the-job directives or are in fact segregated on the basis of trainipg. race, color, religion or national origin because of This certification extends to the project identified above habit, local custom, or any other reason. and affirms our commitment to insure nondiscrimination and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR'1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions of FHWA-1273. Compliance with Title VI of the Civil Rights Act and the provisions of the American Disabilities Act of 1990 are incorporated in this certification. 9 Name first/last of corporate Official signing Certification 10.Jo Title of person named in Box 9 L 11. Silg52tyreof a if in Official 1 12. Date of Signature 06/07/2016 00470-1 275-030-13 EQUAL OPPORTUNITY OFFICE 07/09 Certification of Non Segregation & Non Discrimination Instructions for Completing Form This form is provided to contractors on federally assisted road and bridge construction projects to affirm their commitment to nondiscrimination and non segregated facilities during the term of a contract. Box 1: Fin. Proj No. —The Financial Project Number Box 2: FAP No. —The Federal Aid Project Number assigned to federally funded projects or'non-FAP' Box 3: FDOT LAP Contract No. —The project's Local Area Project ('LAP') number Box 4: County—County or counties project work is being performed in Box 5: District or Local Agency—The Department's District Number Designation where the project is located Districts are 1-7, and the Turnpike District or the name of the city, county or entity administering the contract Box 6: Prime Contractor Name—The name of the prime contractor. Box 7 Company Name of Contractor, Supplier, Rental Company or Agency Submitting this certification—name of company submitting the certification Box 8: FEID No. — Federal Identification Number of company named in Box 7 Box 9: Name (first, last (of corporate official signing certification. — First name, last name Box 10: Job Title of person named in Box 9—job title Box 11: Signature of Certifying Official—signature of person named in Box 9 Box 12: Date of signature—Month/day/year of signature 00470-2 SECTION 00472 NONCOLLUSION AFFIDAVIT OF PRIME BIDDER State of Florida } County of Indian River } Phil Barth being first duly sworn, disposes and says that: (Name/s) 1. They are President of Barth Construction, Inc. the Bidder that (Title) (Name of Company) has submitted the attached bid, 2. He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such Bid, 3 Such Bid is genuine and is not a collusive or sham Bid, 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham Bid in connection with the contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the County or any person interested in the proposed Contract; and 5 The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) (Title) President STATE OF FLORIDA } COUNTY OF INDIAN RIVER}SS The foregoing instrument was acknowledged before me this 7 1:)14�1 0` ,1GfNGl Zo/(- (Date) - by who is personally known to me or who has produced as identification and who did (did not) take an oath MAZ."cr✓/-%•%Zt PIAL v �''r' ��'c'� Notary (print & sign name) Commission NoMARM COMAUSSI`ONKWM �/yFF/ �9yTy3�38� BCflf�TWNIM L� i Pd*WMWOM •.?eF:o. 00472-1 SECTION 00474 CERTIFICATION REGARDING LOBBYING The undersigned Bidder/Contractor certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form — LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying", 61 Fed Reg 1413 (1/19/96). Note. Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P L. 104-65, to be codified at 2 U S C 1601, et seq )] (3) The undersigned shall require that the language of this certification be included in the awards documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U S C. 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure [Note Pursuant to 31 U.S C 1352 (1)-(2)(A), any person who makes a prohibited expenditure of fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure] The Bidder/Contractor, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any In addition, the Contractor understands and agrees that the provisions of 31 U S C A 3801, et seq, apply to this certification and disclosure, if any Company Name: Barth Construction, Inc. Authorized By Phil Barth Sigri) R'• (Print Name) Title President Date: 06/07/2016 00474-1 SECTION 00491 CERTIFICATE OF NON-SEGREGATED FACILITIES We, Barth Construction, Inc. (Company) Certify that we do not and will not maintain or provide for our employees any segregated facilities at any of our establishments, and that we do not and will not permit our employees to perform their services at any location, under our control, where segregated facilities are maintained. We understand and agree that breach of this certification is a violation of Equal Opportunity clause required by Executive Order 11246, amended. As used in this certification,the term "segregated facilities"means any waiting rooms,work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas,parking lots, drinking fountains,recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom or otherwise. We further agree that (except where we have obtained identical certifications from proposed Subcontractors for specific time periods) we will obtain identical certifications from proposed Subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause; that we will retain such certification in our files; and that we will forward the following notice to such proposed Subcontractors (except where the proposed Subcontractors have submitted identical certifications for specific time periods). NOTICE TO PROSPECTIVE SUBBUILDERS OF REQUIREMENT FOR CERTIFICATION OF NON-SEGREGATED FACILITIES. A certification of Non-segregated facilities as required by the 9 May 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor (32 Fed. Reg. 7439, 19 May 1967), must be submitted from the provisions either for each subcontract or for all subcontracts during a period (i.e. quarterly, semi-annually, or annually). NOTE: Whoever knowingly and willfully makes any false, fictitious or fraudulent representation may be liable to criminal prosecution under 18 U.S.C. 1001. Barth Construction, Inc. (Name of Company) R w By: Date: 06/07/2016 Tale: President 00491-1 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 700-010-36 CERTIFICATION OF SUBLET WORK CONSTRUCTION 10/07 TO- THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Date: General Info T?7t1 �otJS�RVCIto�J ,�N�. (Seal) Request No.- Prime Contractor Contractor FAP No.' By: Fin. Proj. ID: F.E.I.D. # IF CORPORATION,AFFIX SEAL Cont. No No.. ' Count : Il"]t1 1tiu�iQa Rt�et� T::;"r-- 1402-A Total Contract Amount Address JE�j �,a-c�t Ftr 32gco D Total Work 'L Subcontractor Name FEID# Subcontract to Whom Work Description ,: Total Amt in v' a Sublet .z All pertinent provisions and requirements of the prime contract including but not limited to Required Contract Total Provisions Federal-Aid Construction Contracts(FHWA-1273)and Special Provisions-Specific Equal Opportunity Responsibilities(Per 23 CFR-6336 of Federal-Aid Policy Guide)will be part of the subcontract. It is agreed that an State of Florida Executed or a certified copy of the subcontract will be submitted upon request,to the State of Florida Department of County of 1Al2)-1 1e,,V69(_ Transportation. All sublets will be in continued compliance with all Contract provisions and that the Contractor will continue to perform the minimum percentage of Contract work with its own organization,as required by said Sworn to and subscribed before me this day Contract. It is recognized and agreed that,as prime contractor,the undersigned remains responsible for the proper performance of all requirements of said contract does not relieve or release the undersigned and his surety or either of by O of them of any liability under the contract bond. The Contractor shall send a copy of this form to the subcontractor! Print name of person signing Certification) O subordinate(with a copy of FHWA-1273 on Federal-Aid Projects)and the Surety Company. The Prime certify that U1 firms or individuals,debarred or suspended by the FHWA or the Department,are not being used as subcontractors. -� �c7 +�:►9= +Etc MARION O Notary PublS _*; RNPEK I A false statement or omission made in connection with this certification is sufficient cause for suspension, —7 f0/ zc.) +, o" CMUSWN 2� O / �Z y N revocation,or denial of qualification to bid,and a determination of non-responsibility,and may subject the person Commission Expires °:€y°Q Bdtded �'un and/or entity making the false statement to any and all civil and criminal penalties available pursuant to applicable Personally Known ✓ OR Produced Identifica to No�rrp � Federal and State Law Type of Identification Produced ' ` - ' � SECTION 00494 DRUG FREE WORKPLACE CERTIFICATION � . � . `� n& BidBidder, xmtatutex�no�ra/goeo oo� m accordance with Florida� oa auu�� 28/ uo/ nenooyceum�s �nza � . � does aaofBusiness) - � �� ./i� ` � \ ' � 1. Publish a statement notifying employees that the unlawful manufacture,-.distribution, dispensing, possession, or use of controlled substance is prohibited in the workplace }` ' and specifying the actions that will be taken against employees for violation (if such prohibition ^ -- ' ' 2. Inform arnp|oyeoa about the dangers of drug abuse in the Vvorhn|ace, tba business' policy ofmaintaining a drug-free workplace, any available drug uounse|ing, rehabi|itotion, and employee assistance prognama, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under this bid acopy ofthe statement specified insubsection /1\. 4. In the statement specified in subsection /1\, notify the employees that, as condition of working on the oornnnoditiea, or contractual services that are under bid, the employee will abide by the terms of the statement, and will notify the employer of any conviction of, or plea of guilty, or nolo oontanohsto any violation of Chapter 1883, orofany controlled substance |avv of the United Stotae, or any 8tote, for a violation occurring in the workplace nolater than five /5\ days after such conviction. 5. |nnpoaa a sanction on, or require the satisfactory participation in o drug abuse ooaiatance, or rehabilitation prugnann, if such is available in the employee's community, byany employee who ioaoconvicted. 8. Make a good faith effort to continue to maintain o drug-free vvorkp|000 through implementation ofthis section. As the person authorized to sign the statement, | certify that this firm complies fully with the above requirements. Bildder� Signature 06/07/2016 Oahe Instructions for Form: The contractor must provide enough information through a Schedule "A" spreadsheet to determine which pay-item(s)are being sublet, the amounts, and cost. For sublet calculations, the amount will be calculated based on the actual contract unit price(s)unless there is a partial sublet. For partial sublets, use the unit prices from the actual sub-contract. 1) Enter the Date of the certification of sublet work was prepared. 2) Enter the sequential number of the request starting with number 1. 3) Enter the Federal Aid Project number for the Prime Contractor if any. 4) Enter the Financial Project Identification number of the Contract. 5) Enter the Contract number of the Contract with the Department. 6) Enter the County name where the work is being performed. 7) Enter the Name of the Prime Contractor. 8) Enter the FEID number of the Prime Contractor. 9) Enter the Original Contract dollar amount(round to nearest whole dollar). 10) Enter a "Y" in the space marked Change if any information on the line has changed since the previous certification of sublet work was prepared. Otherwise, leave blank. 11) Enter the Subcontractor names. Enter all the subcontractor(s) regardless of their tier. 12) Enter the tier number for the subcontractor. If the subcontractor works directly for the Prime Contractor, enter a "1". If he works one level below, enter a "2" and so on. 13) Enter the FEID number of the Subcontractor(s). 14) Enter the name of the pertinent Contractor or Subcontractor that hired subcontractor. 15) Enter a short description of the work to be performed. 16) Enter a "P" if any pay-item for the sublet is a partial sublet. 17) Enter the DBE status for the subcontractor: "D"for DBE, "N"for non-DBE. 18) The Department may require subcontractor to be prequalified with the Department as described in the Special Provisions and the Bid Solicitation Notice whenever construction projects contain certain classes of work that require specific expertise. 19) One(1)copy of this form shall be submitted to the District Office by the contractor. 20) To be signed by principal of the firm or someone with the delegated authority and notarized. 00500-2 THE AMERICAN INSTITUTE OF ARCHITECTS Executed in 1 Counterpart AIA Document M10 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Barth Construction, Inc. (Here insert full name and address or legal title of Contractor) 1717 Indian River Blvd, Suite #202A, Vero Beach, FL 32960 as Principal, hereinafter called the Principal, and United Fire &Casualty Company (Here insert full name and address or legal title of Surety) PO Box 73909, Cedar Rapids, IA 52407-3909 a corporation duly organized under the laws of the State of IOWA as Surety, hereinafter called the Surety, are held and firmly bound unto Indian River County Board of County Commissioners (Here insert full name and address or legal title of Owner) 1801 27th Street, Vero Beach, FL 32960 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ ---5%--- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name,address and description of project) Bid No. 2016019, I.R.C. Go Line Transfer Hub, 16th Street, Vero Beach, FL 32960 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the.penalty- - hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith•contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise td xemain _ in full force and effect. Signed and sealed this 8th day of June -2016 — - Barth Construction, Inc. (Principal) (Seal)- (Witness) (Title) United Fire &Casualty Company (Seat) (Witness) r (Title) Leslie M. Donahue, Attorney-in-Fact and Florida Licensed Resident Agent AIA DOCUMENT A310•BID BOND•AIA®• FEBRUARY 1970 ED•THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 ® Printed on Recycled Paper 9193 =VNTEDFJRE k, CASUALTY:'COW. -CEDAR.:RAPIDS 1A UNITED-FIRE&INDEMNITY.C,OW;,AW,-yVEB§ThR'TX. 41*491.46.-�:'S. ANC']E k66i 'V�NC'1AA.?ACtF COW . I IN,CA 'l- d-AveSE F_ 6RNEY ' Cedar sjA :52401 (original on file dt-HomOffice of Compri t Y�75ee Certification) KNOW.ALE PERSONS B.Y.THESE PRESENTS 'ThatJJ. NITEDT,IRE:&CASUALTY'COMPANY;a.corporat ion.duly 6rganiied,and existing..under .the:laws;of.the.State 6f Iowa -UNITED Ft* ii�:i�DtmN.iTy:c6i4PX.Ny-a*to'epotatibii-:-dii[�y..:PTgad" d d'e"xistl'n'*g-..-ufidi�ethe-laWioflihe-.State:of j4pan... LTACIFIC INSII ANY a;c'ori d h ��.INAN61A"' S I N -E.COMP I and ekisti der t dIWS of_*the:-S Ate of California. por..ion duly organized ng-u t (herein. colle ftive��all�ea`::tl�ei-Conu aru-'e's))`,,an&havi *-th*etr.c*o*W-,.or�ate.,h'e.�*�d-timets in-Cedar�R d State-of Iowa does' make constimte:and-66-Dbint LESLIE I-E U.- Do U E: OR':KIM :E .'*1,V.OR: JEFFREY �'.RELEH 6R.-SUSAN. a R TE SUSAN'�L E?C H., 0 RESW_L'DURHAM, OR:,PATRIC.IA L 'SLAUGHTER, OR:,.GL6RTA ,A- RICH-40S,, :OR OR DON=JPRAMLAGE OR .L18A ROSELANDOR CHERYL FOLEY -0.z GLENN ARVA*NIT,IS,- :OR- SONJA,-HARRIS_ ALL INDIVIDUALLY OT :MAITLAND FL their true-and-!Awfui!Mto'rtq( n irinFactwiihpod,'.Aiif�'�ritv'h�re'bY*�oiifi�ited:�'tb sign,sea,.an execute It-lawful bonds- undertakin- w ,a.nd.other�o-blig'at6'ry'lti''st'r'Lfm,ent*s.' sim'ila.rnaturd.pfovided.thAt-no.§iiigle:6tiligAti6n.shalrexc'�6d. $35,.000,:000.:00.5,.0OO,-OOO.:Ob. an&to'bihd I tlie:C6nipanies.thereby as filly.and tb.the-same extent as:if'suclf-instruments,wer.eaigniedb -the duly�authorized'officers of the Companies les, and:-all,bf the acts ofsaid At t6flney,pursuant.toAhe-authoftt'�.y:heie-by given-and,heteb.y%ratifiedandconftrin&d..' The Authority. MN -•kdvi(�INSURANCE-COMPA' NY- UNITED.FIRE&INDE ITY COMP 7 _N AND .,'!JNA.Q 'Thi'§:Power of Attorney')'Aiade:and-ex&dt6d-putsuafit-W iind-by.,.author : 1-52013 'b .-the B' nds of * yFIRE-&CASUALTY COMPANY; UNITED FIRE"&,INDEMNITY COMPANY; FINANCIAL PACIFIC INSURANCE` COMPANY "Article VI—Surety Bonds and Undertakings :Section2;.Appointment of Attorney-in-Fact. "The President or any Vice President, or any other officer of the Comp' * qiay-�rom-ti.ifte-to ani6i* f -tim-ei...apppint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of ifiguriirici*�-'bonds,.: .undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corpora' -.se I;mAy-be ffi a x6d-yr facsimile to any power of attorney or special power of attorney or certification of either authorized hereby,sucAi.signature ind:seaL .. wh_&n:s6,.Aised,being adopted by the Companies as the original signature of such officer and the original seal of the Compaiftiti,*tdbe valid.dn& -bindirig,upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact, subjeet:'6t :th'e limitations set, forth in-.tfieir respective:certificates of authority shall-have full-power to bind the Companies by their signature and:execut . ion•of any such instruments and to attach the seal of the Companies thereto The President or any Vice President,the Board ofDirectors:or7any•other:officer of aIle Companies may at any time revoke all power and authority previously given to any attorney-in-fact. io", CAS le. 0 IN WITNESS WHEREOF,the COMPANIES have each caused these presents tobe:signed by its �11 11 Z* CG00 0 omsu vice-president and'its corporate seal to be hereto affixed this 1 1 t h day of October, 2013 Z-A % qy '. CORPORATE M g.. • UNITED FIRE&CASUALTY COMPANY "d sFwt EL E ZZ j%3LY 2�? Or L rses UNITED FIRE&INDEMNITY COMPANY 4FINANCIAL PACIFIC INSURANCE COMPANY 0, By: State County of Linn,ss: Orn y`of- October, 2013, before me personally came Dennis J. Richmann to':me.known,wh6.,being by me duly sworn,did depose and say; that he resides in Cedar Rapids, State of Iowa, that he is a ViceTregident.411NITED' 'FIRE 8i CAS lJ_ALTYtOMPAN_ 'a Y . P id � o*ftJNITED�tiftE:&_ t I-T--YC'0MPANY,.and-a-Vic Tr id&nt,.of-F1,N**AN 61A PA' Y 1 r s,ent e es PACIFIC' INSURANCE COMPANY thecorporati6ns.,des6ribed:in-larid:.Which executed--A_ e-abov6'ingtrument; thiii-he-khows;the,seal-.of said'corpqrations;that the seffiffixe.d_;to.the said4ristrumdrit is sii6-h.:66rporate.:sdAl,:.that.it-.:.w.iis-so,afftxed.Dutsiiant:to.Eftithofity,.giv&fi-by-tile Bb'ardbfDirectors ofsaid corporations Orations d T I v and.tfiat.heereto, ursuarit-to:Re authority -an -ackiidwle 2 metolbe, t fs�id'coibdfaiions.. signqd' stname.th' d 8 a th �y, -iddl(k A.Davis .1oAia Noteirial*.Seal- 6-dtilm`1wi� onurn*b*er-.1'73d.4TNotary Public. 100 rnjaiw i2'k sloEx It s-041Olt L--- mm My commission expires:04/13-WIN-18 I,David A. hanger"I Secr.gtaryofUNITEb!.FiRE4&.,.CASUALTY'COMPANY and'Assistimt Secretary of: 'iTE-D'FJ1RE& INDEMNITY COMPANY, f.PIN Of tTACIFId-N9t-JRANG"*E COJMP'A** Q* 'th . `�havq e0niftred.1 the Power- and s r o .AN. ..NYj dohere y.cer 1_y-.,. AtJ -,fopqg6iogj Y,of pop 6 �bylaWsand-ee§61 oratibris asset in said-ToWer ofAttothe ,With,he: dA the copy of iioh�s;-of'�a4tor A ORIQINA,LS-_ON:FJLE1N:THE HOME OFFICE OF'1SA in i'-_nscfipts.thcreof.and of .he Whole-of.Corporations 116 CbRP6ikATION`S�..and:that tles.A' e are correct; he sii -.bee*n:rev*o*ked:and--is'n6w.in fiiII1bft0,:and effect. : &ofi fiAtthd-§aid-'.-PoW_r -Xit'm y.h�,tot: In testimony whereof I have.hereunto scri _�b name and:affixed carboriitbseal of:.the,said':Co rppratipns: S. Y 9 Z.10 CORPO TE. 30 00 E API Sdcretary ,VV&C ,.' 0 Assi cretary,UF&I/FPIC- BPOA0040010 FLORIDA SURETY BONDS, INCO Maitland, FL 407-786-7770 Daytona Beach, FL 386-898-0507 Dunedin, FL 727-333-7990 www.FloridaSuretyBonds.com Indian River County Purchasing Division A �� 180027 1h Street Vero Beach, FL 32960 # r A Phone (772) 226-1416 Fax (772) 770-5140 LORi� ADDENDUM NO. 1 Date: May 25, 2016 Project Name: I.R.C. Go Line Transfer Hub Bid Number: 2016019 Bid Opening Date: Wednesday, June 8, 2016 at 2:00 p.m. This addendum is released to answer questions asked to date and provide a recap of the pre-bid meeting. The following documents are attached: A: Pre-Bid Minutes B: Sign in sheets from pre-bid C: Agenda from pre-bid meeting D: FTA hand-outs from pre-bid meeting E: Questions/ answers from pre-bid, and as of May 20, 2016 F: DBE Flyer *************This Addendum must be acknowledged on the bid form and/or by return of this Acknowledgement with your Bid************ Company Name �r�7�1 ���157�cZUG7rei.l /fit. Name: T45�� Title:_ ` yd_-f J' AA) 6z_ (Type/ Printed) Authorized Signaturul�z� Date: G f 3 f/�_ Telephone: -7-72--778-3o'22- Email: VFY/L �D,QJL7�LLd+1S�iL�Jc%ca.J (�vv� Page I of I ATTACHMENT A Minutes for the Indian River County Go-Line Transfer Hub Mandatory Pre-Bid Meeting Date May 19, 2016 Time. 10:00 am Rich Szpyrka, Indian River County Public Works begins meeting All attendees state their names and company affiliation. Mr. Szpyrka turns the meeting over to Joe Schulke Mr. Schulke reminded all attendees to make sure they sign in since the pre-bid meeting is mandatory (see Attachment B Mandatory Meeting Sign In Sheet). He provided an agenda packet (see Attachment C)for the meeting to review then the meeting will be opened up for questions The design team will attempt to answer any questions as best they can. However,a typewritten response will be submitted as an addendum and it may differ from the answers given today, if we find that our response contradicts the contract documents, or a change is necessary The questions, responses, and discussions will be typewritten and added to the agenda package. It will be submitted to all contractors as a part of addenda no. 1., Location of project The Indian River County Go-Line Transfer Hub will be located at 1225 161 Street, Vero Beach, FL 32960 The site is east of Vero Beach High school,just west of the railroad tracks. The COVB Public Works Department accesses the site and will need to do so during construction so keep this in mind. Description of Work The construction of two structures, one is a partially enclosed bus shelter with bathrooms, a storage room, an open area with vending machines, and water fountains ("Primary Building Structure"). The second is a "U" shaped open canopy structure that goes around the building ("Secondary Building Structure"). The primary building structure is about 1,732 SF, with concrete slab, block masonry walls, and pre-engineered wood roof trusses All architectural design has been completed. The exterior "U" shaped secondary building structure is about 10 FT wide and about 330 FT in length The building system needs to be designed by the contractor or designated manufacturer. This is envisioned to be a pre-manufactured type of building that will match substantially the look and elevations of the plans prepared by the architect. The project is required to comply with the "Green Commercial Building Designation Standard of the FGBC The project is funded by the Federal Transit Administration (FTA) and is subject to compliance requirements of the Buy America Act that Chris Murphy will discuss shortly Project Team The project team is listed on the cover of the plans but any questions or concerns during this bidding process need to go only to Jennifer Hyde, IRC Purchasing Manager Jennifer Hyde, Purchasing Manager Indian River County Purchasing Department 1800 2r Street Vero Beach, FL 32960 Phone. (772) 226-1416 Fax: (772) 770-5140 Email purchasing@ircgov com Karen Deigl, President/CEO Senior Resource Center(SRA) Szpyrka, P.E., Project Manager Indian River County (IRC) Project Manager & Civil Engineer: Joseph W Schulke, P.E , LEED AP Schulke, Bittle & Stoddard, LLC (SBS) Architect: Kenneth R. Lebron, AIA Caribeno Architectural Group(CAG) Structural Engineer William P. Stoddard, Ph D , P E., LEED AP Schulke, Bittle & Stoddard, LLC (SBS) MEP Engineer David Alley, P.E. & Commissioning: Keith Przeclawski, P.E. Construction Engineering Group(CEG) Landscape Designer: Geoffrey Barkett, FNGLA Schulke, Bittle & Stoddard, LLC (SBS) Interior Design: Kenneth R. Lebron, AIA Caribeno Architectural Group(CAG) LEED Designated Professional. Joseph W. Schulke, P.E., LEED AP Schulke, Bittle& Stoddard, LLC (SBS) Bids Due The bids are due June 8. There's a list of forms in Section 00200"Instructions to Bidders", Section 00300 "Package Contents", and 00310 "Bid Form" Make sure to include all the forms in those sections Rich reiterates that if any of the forms are missing, the bid will be disqualified as not complete. Tentative Project Timeline Bids due June 8, 2016 Contract Award: Anticipated to be 30-60 days after bid Notice to Proceed: Anticipated to be 30-60 days after bid Construction 180 days to substantial completion 210 days to obtain certificate of occupancy Project Requirements You should pay close attention to Section 00200 "Instructions to Bidders" It indicates contractor's requirements as far as building permits, and other permits from various agencies that need to be obtained either by the contractor or the owner They are listed so you know your obligations and the County's obligations as well Indian River County will be responsible to pay impact fees and connection fees. The building permit application has been submitted for everything except for the"U" shaped canopy (secondary building structure), to the building department. The primary building structure has been through plan review and is basically ready for a permit to be issued it just needs a contractor's signature and the County to pay the impact fees. The contractor will provide final building design for the exterior shelter structure (secondary building structure) including the requisite engineering and architectural design and drawings necessary to obtain a permit. Federal Transit Administration (FTA) Contract Requirements Chris Murphy handed out a DBE informational packet(see Attachment D) Good morning- My name is Chris Murphy. I am an Engineer with CSDG. Our role in the project will be to ensure and follow up on compliance with Federal Requirements as the project gets underway With me today is the project team which includes Hetty and Morgan. FTA Grant funded project: The project is funded through a Grant from the Federal Transit Administration. As a condition of the FTA Grant, Federal Requirements must be met by the contractor and their sub-contractors These requirements are referenced in section 421 of the specifications and are Federal Clauses that are part of the contract. DBE Participation: DBE participation is encouraged and a goal of 2.2% has been set. DBE credentials will be reviewed Make sure if you are listing a DBE on the bid, that they have a valid DBE certificate. DBE is different from SBE and MBE. The certification must be DBE. The State of Florida Department of Transportation maintains a database of DBE certifications. Attached to the handout is a memorandum and sample listing of NAICS codes for various trades that may be involved in the project. Also attached is a sample list of DBE contractors registered with the State that have NAICS codes that match with some of the potential NAICS activities that could be associated with this project. The sample list is for Brevard and Indian River County only. Many more DBE's are located to the south in Palm Beach County and down to Miami as well as other parts of the State It will be up to each Prime bidder to engage in their own effort to identify and locate suitable DBE businesses to utilize for this project. Certified Payroll/Davis Bacon: Davis Bacon wages apply to the project and the Davis Bacon Wage Determination is included in the bid. Davis Bacon Wage compliance will be verified through review of Certified Payrolls as well as through random onsite interviews of any laborer on the job for any purpose. This includes site equipment operators, painters, roofers etc If for example an equipment operator is observed operating more than one piece of equipment with differing Davis Bacon wage rates, the operator is to be paid the higher of that rate. We will be conducting random spot interviews of laborers on site as the job progresses During these interviews we will be collecting wage rate information from an individual laborer (s) for use in comparing to the Certified Payrolls which the prime contractor will be submitting to the County for payment. The certified payrolls must conform to a standard format. Certified payrolls are required to be submitted weekly throughout the project and will be reviewed. If deficiencies are found, the Prime contractor will be notified and given an opportunity to correct the deficiencies or have their sub-contractor correct them if the certified payroll is from a sub- contractor. In addition to being submitted weekly, copies of certified payroll are to be submitted with each pay application. In the event a certified payroll is missing from a pay application, the pay application may be rejected. Job site Bulletin Board. A job site Bulletin Board is required The purpose of the Bulletin Board from a Federal Compliance perspective is to make sure that EEO,Wage and other federal requirements are posted in a place visible and easily accessible by laborers. The board will need to be posted in an area where laborers are likely to transit. Buy America: The job site is 'Buy America'. All products and materials incorporated into the construction of the project will need to be submitted as shop drawings and accompanied with a certification in conformance with Section 421. Green Commercial Building Designation Standard of the Florida Green Building Coalition, Inc. (FGBC) Be sure to review Section 018113 "Sustainable Design and Construction Requirements" located within Division 1 and Section 019113"General Commissioning Requirements"located within Division 1 This basically covers everything from recycling to the special requirements for landscaping and irrigation. These(Section 018113 specifications) are also located on the plans as well. These were provided on the plans so you can readily provide these plan sheets to your plumbing contractor, MEP's, landscaping and irrigation contractors, etc. The specifications indicate which specific credits that the contractor needs to provide documentation. It will include, in some cases, a certification letter prepared by the contractor with a reference to the FGBC credit/section and will require back up documentation. These requirements are in the specifications in the back of the plans. Commissioning requirements Construction Engineering Group (CEG) will be commissioning the project. Both of these specification sections will outline the testing you will need to perform. Typically, CEG will be witnessing the testing but you will be providing the testing and/or testing consultant. Other Comments From Design Team No additional comments from the design team. Questions See Attachment E—Questions and Responses at Pre-Bid Meeting. There were no other questions. Rich advised that the first addendum will go out on Tuesday, May 24, 2016 An email will go out today with the sign in list. Meeting ended Mandatory Pre-Bid Meeting Sign In Sheet–Go Line Transfer Hub-Bid No. 2016019 10:00 AM-Thursday,May 19,2016–Al-301,180127 lh Street,Vero Beach,FL Name Company Phone Address Email 77Z-3L1_1z`r`l ZKv� 2 occ2 s a.,{.lo hs HL-I_L"') I?,�V`�ilJ'tI �c�4 I�rErCQ .�L CD- -7 72- J 77.x-••).26- t f 3l �R•••cs GVIA> =�C TdD C"--fsY fb.�..,. 3t D*, Jennts@ t rco�ov.C 0— (�'1F � LIWGc�� �cuv�vtu� Caw - � L.;y�/• Lv�� �u� �z�cQU zcE- I �� I vur✓,v t?rvCoa. ya �✓J 0 D �� � J ��gL M 3zerG vh � > �J�u� N� ��-�.�J�i � /Lh'.-��I�C3.(�L.V•lL��rY��. I `�-�J C'L Z.� I� ���`�h I�r'\�.�C.r1�+W �yt`�r C?��l?YtC.:-)r KJ.CI�7't � C.."✓� � t\��lr��,•,l l"1�. ..L ��("�:, (�(.c•�`c.�c.�f� 112..LTJ�,�'J�,(O< <-�_��=-� �'�Yl�-E.�2�!c7�'� ���0�1 G� - ,�-O�`�' ��c'�c.4 �'T� �C � z7ot IB,ld( 7 4 - i. W 5�py/A' (C per' 77�-z2c rz 2/ lie,-a 15ez /�S�Purky- Gov, Cn owl lZ'o W• &AAUZ 5NJ.D, to ice c.A'�-ckcevj � 4,2WS g020Zt'w C46 &ZCHI 1rt� 3-21- b7,2- 6400 S�tri F 12G_ftjoae F(r L 2Z6n- t q90 p- y F ' E-h� 1'�•L �J�� L.�r• 17L Z?� ! 1 J Z lam' S 3[,c1Lo Pc1Y,� :r_an,�:it-GJt.+v.lt.. Yla:c✓ - � , —... _.._ - �.. .._. ._...._.... Mandatory Pre-Bid Meeting Sign In Sheet-Go Line Transfer Hub-Bid No.2016019 10:00 AM-Thursday, May 19,2016-Al-301, 180127"'Street,Vero Beach,FL Name Company Phone Address _ ` Email /fL�l � , f/c,,''.,�v.� �i v, /.�tn,- �'�1-G 5 G Y'71/ Z S'L ` ��-r.,... I-� c.•��' �i h .-�_ Ott, 13/LY6Trr J A-53,1C./^C g /SSo old Drxre Nwy (�UY14 �/l,�t Pk ruL ` �r� S�7ooys I��Pav9h(J6;Ilhywt4ssa to cs.coM l 11t, .�na�1.y/ r J.1//"GJ Fes' %?e 712 Q id% :- c 14%? 13'--) cZ S -7) 2 lla'- ya z.3 , de/C l C fc „(u'c•:: 5�3r,i r= L .3295P Z055r //yam S> S� ( dvn,�IC�tFLorer'nA;rrc. c�yN no-U. I 'Y!Z-GOs y3o 7 V490 7_ _._—.---- a1 a tpo C--k4_ �G� l cari4 astl-ute�-a3 L.to �aN 1- y.u.+�a� � �K. CZw}Ac,e-Ue�y oop. V✓���ll..•! YY� �'?;J12< �,� �}+U,V C'. l-�' ��4 I .� '2e_ "Ck �Ep ATTACHMENT C AGENDA,MEETING OUTLINE AND NOTES FROM INDIAN RIVER COUNTY GO-LINE TRANSFER HUB MANDATORY PRE-BID MEETING MAY 19,2016-10:00 AM IRC BID NO.:2016019 1.0 GENERAL A. The pre-bid meeting is mandatory. B. Attendance/sign in sheet—make sure you sign in. C Format of this meeting. An agenda packet has been prepared for this meeting. Please make sure you obtain a copy 1. Review the information in this packet. 2. Open up the meting for questions. D The design team will attempt to answer any questions at today's meeting. However,a typewritten response will also be provided. The typewritten response could differ from what is told to you today,if we find that our response contradicts the contract documents,or a change is necessary. The questions,responses,and discussions will be typewritten and added to the back of this agenda package_ It will be submitted to all contractors as a part of addenda no.1. 1.01 LOCATION OF WORK The Indian River County Go-Line Transfer Hub will be boated at 1225 16°f Street,Vero Beach,FL 32960. 1.02 DESCRIPTION OF WORK 1. The construction of one enclosed/partially enclosed habitable single story structure,several exterior roof covered pre-manufactured structures, and all associated site work[The Disadvantaged Business Enterprise goal for this project is 2.2%or greater): a 1,732 SF single story structure constructed with a concrete slab on grade with a monolithic concrete foundation,concrete block masonry walls and pre-engineered wood roof trusses. All architectural design has been provided by IRC(owner) b. 3,410 SF+/- exterior roof covered, pre-manufactured building structure(s) approximately 1 OFT+/- width and with a total length of 330 FT +/-, lying in an irregular / non- linear shape. Preliminary architectural design has been provided by IRC(owner) The building system design shall be signed and sealed by a Florida Licensed architect and/or engineer as required by the Building Department and provided by the contractor. c. Site improvements for the 1.60+/-acre site development area,together with "off-site" improvements in 16th Street,including all clearing,earthwork, paving,drainage, and utilities,sidewalks,landscaping,irrigation systems. 2. The project is required to comply with the "Green Commercial Building Designation Standard of the Florida Green Building Coalition,Inc." 3. The project is funded by the Federal Transit Administration(FTA)and is subject to compliance requirements of the Buy America Act(1982)as amended as well as other standard Federal Requirements incorporated into the contract. 1 1.03 PROJECT TEAM Owner Indian River County Board of County Commissioners 1 c!o Jennifer Hyde,Purchasing Manager Indian River County Purchasing Department 1800 27h Street Vero Beach,FL 32960 Phone- (772) 226-1416 Fax: (772)770-5140 Email:purchasing@ircgov.com 2. do: Karen Deigl,President/CEO Senior Resource Center(SRA) 3. do: Rich Szpyrka, P.E., Project Manager Indian River County(IRC) Project Manager &Civil Engineer: Joseph W.Schulke,P.E.,LEED AP Schulke, Bittle&Stoddard,LLC(SBS) Architect: Kenneth R. Lebron,AIA Caribeno Architectural Group(CAG) Structural Engineer: William P.Stoddard,Ph.D.,P.E.,LEED AP Schulke, Bittle&Stoddard,LLC(SBS) MEP Engineer David Alley,P.E. &Commissioning: Keith Przeclawski, P.E. Construction Engineering Group(CEG) Landscape Designer: Geoffrey Barkett,FNGLA Schulke,Bittle&Stoddard,LLC(SBS) Interior Design: Kenneth R. Lebron,AIA Caribeno Architectural Group(CAG) LEED Designated Professional: Joseph W.Schulke,P.E.,LEED AP Schulke,Bittle&Stoddard,LLC(SBS) 1.04 BIDS DUE - Reference: Section 00200"Instructions to Bidders" Section 00300"Package Contents"and 00310"Bid Form" - Bids will be received by Indian River County marked "Sealed Bid" until June 8, 2016. All bids will be opened publicly.and read aloud 2 at 2:00 PM. All bids received after 2:00 PM will be returned unopened. The bid must be submitted complete with all required forms, including: 0 Bid Form o Bid Bond 0 Federal Transit Administration(FTA)Standard Contract Clauses 0 Sworn Statement on Disclosure of Relationships o Sworn Statement Under the Florida Trench Safety Act 0 Qualifications Questionnaire 0 List of Subcontractors o Certification of Non Segregation& Non Discrimination 0 Non-Collusion Affidavit 0 Certification Regarding Lobbying o Certificate of Non-Segregated Facilities 0 Drug Free Workplace Certification 0 Certification of Sublet Work o And other required documents which are included in the Contract Documents. Any questions regarding this bid must be submitted to Jennifer Hyde,IRC Purchasing Manager 1.05 TENTATIVE PROJECT TIMELINE Bids due: June 8,2016 Contract Award: Anticipated to be 30-60 days after bid Notice to Proceed: Anticipated to be 30-60 days after bid Construction: 180 days to substantial completion 210 days to obtain certificate of occupancy 1.06 PROJECT REQUIREMENTS Contractor shall pay close attention to.Section 00200"Instructions to Bidders"of the project specifications. 1.07 FEDERAL TRANSIT ADMINISTRATION(FTA)CONTRACT REQUIREMENTS Highlights: A. FTA Grant funded project B. DBE Participation C. Certified payroll/Davis Bacon D. Job site Bulletin Board E. Buy America 1.08 GREEN COMMERCIAL BUILDING DESIGNATION STANDARD OF THE FLORIDA GREEN BUILDING COALITION,INC.(FGBC) o Joseph W Schulke,P.E.,LEED AP,LEED Coordinator for owner o Construction Engineering Group,Commissioning Authority for Owner Reference: o Section 018113`Sustainable Design and Construction Requirements" located within Division 1. 3 o Section 019113'General Commissioning Requirements"located within Division 1 1.09 OTHER COMMENTS FROM DESIGN TEAM 1.10 QUESTIONS s ATTACHMENT D C I V I L L.J F�V May 19,2016 Memorandum to:Brian Freeman,AICP,Senior Transportation Planner Indian River County MPO From:Chris Murphy,P.E.,Project Manager�1 CivilSury Design Group,Inc. Re:IRC Go-line Bus Transfer Hub-Mandatory Pre-Bid Meeting scheduled for May 19,2016 Please find attached with this memorandum it general handout fir distribution at the project pre- bid meeting that is scheduled for May 19.2016. 'These materials arc proposed to be used as sample materials when the topic of Disadvantaged Business Enterprise(DBE)participation is discussed at the pre-bid meeting. The purpose of the DBE program can be summarized by reference to a description offered by FDOT's Equal Opportunity Office which is provided below: `The Florida Deportment of Transportation's DBE Program,administered by the Equal Opportunity Office, is intended to remedy past and current discrimination against disadvantaged business enterprises,ensure a level playing field and foster equal opportunity and non-discrimination in DOT-assisted contracts, improve the flexibility and efficiency of the DBE program,and reduce burdens on small businesses.' The description above was written by FDO T for United States Department of Transportation (DO"T)funded projects. This project is funded through the Federal"Transit Administration(FTA) which is one of many agencies that fall under the administrative and regulatory umbrella of the DOT. In keeping with the ultimate aim of•grently encouraging DRF;participation in FTA funded projects, the project bid advertisement establishes a DBE goal of 2.2%.All bidders are greatly encouraged to meet or exceed this goal in an overall effort to maintain the spirit of the DBE program. Cc: Rich Szpyrka.P+_County Engineer i� c b � --........... _._._._._._._.._ ------ _ ----- nFlP:-tam.�r3h.�eLztate.Fl.us'cv�=lCl��crtjr,:<t0r.'ices�usme;z :r;_a_-:a_. cm:earcn.� DBE'Dire-tory. jMIDPage Safety Tools ��y I-p.f.FWfV ,:.�_tY. Jr.a .�_j:x: 0_A.Iirxft•Oml ��n:oz:gcaxe W.$SME: W:s se—I I. rsew.t3:±A't C8a exlx:sxG nth?w-d"a:F t: �.GP26i De:7�a-r: a-u,a,a: e:sa•1A UkEq -.tid 07 SAY Ji,13l S'3!± �siIILY a--t a�,t&A- QvkL.(fi O—id 02 G] -?SY r bsws/.`.:m+is CTS�C_�mn_aA Smal 3.sr-31st. twtr�n sGs d Ts9Msssse :,gn..ay Z 7 31- .......... R-A ----------- .......... p 1 71,ZEE I" -------------- ------------ -------- .......... ii[IN,MAmari—Ind y Cl..XT P,q,- eddy- molt- ....................... ............. North American Industry Classification System F9 frf F---� Ff2l NAICS.S.1— Introduction to NAICS R1.0-1. htto://wwcv.census.gov;eos/www/nails/inder.html Sample NAICS category 1 237310 Painting traffic lanes or parking lots 237310 Runway,airport.line painting(e.g.,striping) —1 237310 Traffic lane Paintinn — — — — - ....-........ ----- -- - 237310 Airport runway line painting ie.g..strioing) 1 237310 Painting lines on highways,streets and bridges 0 237310 Highway line painting 1 237310 Parking lot marking and line painting 1 238320 Painting and wallpapering 1 238320 Painting(except roof)contractors 1 541890 Siehlettetingandpainting services 238320 Paint and wallpaper stripping ` 238320 Electrostatic.Painting,on site,contractors 238320 House painting 238320 Engineering structure{e.g.,oil storage tank,water ., y tower)paintinL 238320 Ship paintingc_on_tractors "�, A0 237130 Underground cable fe.e..cable televisn, � 1 electricity,telephone)laving 237130 Utility line(i.e.,communicaticr4%lectrii:tioweri, 1 construction 238320 Bridge painting i k 3219_99 Paintsticks wood manufac�hf, 325510 Paintthinner and reducer ,��pre`tiarations manufacturing ;� tT3�.�r.. Nr 325510 Industrial.Uroduct.finishes and coatings(i.e.,paint) manufacturing ' ' iron 1 w 325510 Paints,emulsion(i.e„latex paint),manufacturing 325510 Marine paints manufacturine 325510 Archit?ctural coatings(i.e..paint)manufacturing 325510 Paints,oil and alkvd_vehicie,manufacturing r 325510 Paint and varnish removers manufacturing 325510 Driers,Paint and varnish.manufacturing 325510 Primers,taint:manufacturing 325510 Motor vehicle paints manufacturing 325510 Enamel paints manufacturing 325510 Paintsiexceptariist's)manufacturing 325510 Dopes,paint,and laguer.manufacturing 325510 Paintbrush cleaners manufacturing 325510 Latex paint 1i.e..water based)manufacturing 326199 Paint sticks.Plastics.manufacturing Sample NAICS 3/29/2016 1 of 33 keyword selection NAICS CODE CA'fEGQRY 237310 Painting traffic lanes_or parking lots 237310 Traffic lane painting 237310 Painting lines on highways,streets and bridges 237310 Parking lot marking and line painting 238320 Painting and wallpapering 238320 Painting(except roof)contractors 541890 Sin lettering and painting services 237130 Underground cable(e.g.,cable television,electricity,telephone)la 237130 Utility line(i.e.,communication,electric power),construction 2371.30 — Cable laying(e.g.,cable television,electricity,marine, o inclu g underground 237210 land subdividing and utility installation(e.g.,el ct 'e and water) 238210 Electrical wiring contractors _ 238210 Electrical,electrical wiring,and low vol ctr .I k 238210 Electric contracting 238210 Electrician 238210 I.Electrical contractors 238210 highway,street and br a lig r�tit� al signal installation 238210 Electrical equipment a n238210 Fire alarm system,electric,insta23821.0 Electric power control pane tion 23821.0 Alarm system(e.g.,fire,burglar),electric,installation only 238210 Low voltage electrical work 238210 Electrical work 238160 Roofing contractors 238170 Cutters,seamless roof,formed and installed onsite 238310 Roof insulation contractor 3/29/2016 Sample Naics Codes NAICS CODE CATEGORY 238320 Painting(except roof)contractors 238150 GlaAngcontr'actors 238140 fireplace,masonry,installation 238140 Masonry contractors _ 238140 Masonry pointing,cleaning or caulking ..._. 238110 Concrete floor surfacing 238330 Floor laying,scraping,finishing and refinishing .... . ..... ._.. ... 238330 Floor tile and sheets,installation only 238330 Access flooring installation _.. _._._._.._..._ _ _..._...... __. _. ._ __._._..._..._.. ...... ... 237310 Painting traffic lanes or parking lots 237310 Traffic Fane painting 238210 _�T.__. Traffic signal installation �____�_ ___.._. 5_41310_ _ Architectural(except landscape)design services 541310 Architectural(except landscape)services 541320 Landscape architectural services 238220 Bathroom plumbing fixture and sanitary ware i ion 7.38220 Plumbing fixture installation 238220 Plumbing contractors 238220 Plumbing and heating contracto 238220 Plumbers ___.._.. .._.._._.. .... .._- 2387.90 Commercial-type door i ion 238290 Door,commercial-or i ustria- e stallation 238350 Aluminum door and window,re ' ntial-type,installation 238350 Window and door(residential-type)of any material,prefabricated,installation 238350 Door and window,prefabricated,installation -- v 238220 Mechanical contractors 238290 Mechanical equipment insulation 238390 Building fixture and fitting(except mechanical equipment)installation 238.160Painting,spraying,or coating,roof _.. .._...._.. ..... .._.... 7.38160 Roof painting,spraying,or coating 3/29/2016 Sample Naics Codes NAICS CODE CATEGORY 238160 Treating roofs(by spraying,painting or coating) 238210 Cable splicing,electrical or fiber optic 238210 Burglar alarm system,electric,installation only 238990 Cable splicing(except electrical or fiber optic) 611513 Electricians'apprenticeship training 611219 Electrical measuring instrument repair and maintenance services - 238130 Roof truss(wood)installation 238160 Steep slope roofing installation 238160 Low slope roofing installation 238160 Asphalt roof shingle installation 238160_ Solar reflecting coating,roof,application_ 238160 ��- Roofing,built-up tar and gravel,installation 238160 Galvanized iron roofing installation _ 2381.60 Sheet metal roofing installation ._......... -_.._---- ---- -------- -- - — 238160 Corrugated metal ruoring installation 238160 Treating roofs(by spraying,painting or coating) ?_38160 Roof painting,spraying,or coating 238160 Capper roofing installation 238160 Roof membrane installation 238160Rall roofing installation _...._....---_.._. —._.. _. 238160 Shake and shingle,roof,' atio 238160 Painting,spraying,or ting, 238190 Deck and grate(excep et it tallation 322121 Tar paper,building and roo node in paper mills 324122 Tar paper,building and roofing,made from purchased paper 324122 Asphalt roofing coatings made from purchased asphaltic,materials 324122 Tar roofing cements and coatings made from purchased asphaltic materials 324122 Cements,asphalt roofing,made from purchased asphaltic materials 3/29/2016 Sample Naics Codes NAICS CODE CATEGORY 324122 Roofing felts made from purchased asphaltic materials 324122 Roofing cements,asphalt,made from purchased asphaltic materials 324122 Pitch,roofing,made from purchased asphaltic materials 324122 Roofing coatings made from purchased asphaltic materials 324122 Asphalt roofing cements made from purchased asphaltic materials 238390 Concrete coating,glazing or sealing 238140 _ Stonework(i.e.,masonry)contractors 238140 v Glass unit(i.e.,glass block)masonry _ 238140 Retaining wall,masonry(i.e.,block,brick,stone),c r n 221310 Canal,irrigation 221310 Impounding reservoirs,irrigation 221310 Irrigation system operation 238330 Vinyl flooring contractors 238330 Resilient floor tile or sheet(e.g.,li leu _ bb r,vinyl),installation only _ 541330 Traffic engineering cons _ ervi 561990 Flagging(i.e.,traffic co ol)s . e- 541320 Landscape consulting 561730 _ Landscape contractors(except c truction) — 611513 — Plumbers'apprenticeship tr g 238290 Rubber door installation 238290 Automated and revolving door installation 238290 Overhead door,commercial-or industrial-type,installation ...... ... _._..__ ..__..______.______._.._..__-_______._.._.. ......�____..................._. ... ... ......... ........ ...... 238350 Prefabricated.._. .. ..sash and door installati.. _. ".on 3/29/2016 Sample Naics Codes ATTACHMENT E Questions and Responses at Pre-Bid Meeting Q-1 There is some confusion about the permit application fees and permit fees. The main hub building has been submitted for plan review and is ready for pick up. Is the County paying the permit fee for that permit for that building? -It also says that the contractor is responsible for the fees. So there will be another building permit required for the "to be engineered" building? Are those permit and review fees the responsibility of the contractor? A-1. Anything that is payable to Indian River County is not your responsibility, do-not include it in your bid price. You are responsible to fill out permit applications but not the fee itself. Q-2. There is also a requirement for experience with a LEED building? A-2. You do not have to have a LEED AP. The company has to have experience but not a LEED AP on the project. You have to have a project foreman, superintendent, or other person in a supervisory role that has experience in a certified project, whether it's FGBC or LEED. Section 018113 of the contract documents states: 8. The contractor shall have experience with at least one commercial project receiving certification from FGBC, USGBC, or other recognized standard for green or sustainable construction. Experience of the contractor shall be in the capacity as the general and prime contractor on the project that received certification. 9. The contractor shall employ at least one person with LEED AP accreditation, who will be assigned to this project in a supervisory role The contractor's LEED AP may also serve in other roles for the project (i.e. project manager, project superintendent, project waste coordinator), or the contractor may retain a consultant who will work in the capacity as contractor's "Sustainable Design and,Construction Coordinator. " The contractor's consultant shall provide a "LEED AP" assigned to the project who shall be responsible for administration, coordination, and implementation of contractor's sustainable design and construction requirements. In lieu of this LEED AP accreditation,=the contractor may submit-to th _e owner, °the resume`of-the employee-it shall, assign to this project in a supervisory,role, who has experience?in•at<least one .(1) other:similar..�project which has received certification, ,in which this employee, was the project manager., .project superintendent,,or with other similar;responsibility., Q-3 There seems to be no spec section for the "pre-engineered" canopy. Was there a basis for the design? A-3: The design intent is described as follows: There are seven (7) free standing aluminum frame structures ("bus stops") that have a standing seam hipped roof to match appearance of the main building roof. Six (6) are rectangular shaped structures, and there is one (1) larger 'T' shaped structure (the main covered entry structure and bus stop) The aluminum columns on these structures are proposed to be covered with a faux column base with high impact EIFS fagade with the appearance to be similar to the appearance of the main building. The seven structures (bus stops) are connected by six (6) aluminum frame structures with flat roofs (covered walkways) that extend between each of the bus stops structures, and also extend to the main primary building structure at both the north and south sides. The six"covered walkway" structures do not have the faux base column detail that the"bus stop"structures have. All these structures are structurally independent of each other. There is not a physical connection between the seven "bus stops", the six "covered walkways", or with the primary building structure. The column detailing that surrounds the aluminum columns of the seven "bus stop" structures may be site built with the EIFS material as detailed, or pre-manufactured — but shall match the architectural detailing of the main structure. The intent is to have the structure match the architectural details, colors(pre-finished)and roofing of the principle structure. Aluminum framing member sizes indicated on the plans are minimum sizes for aesthetic purposes. If structural calculations require greater sizes or closer spacing then depicted on the plans, the sizes shall be modified accordingly The final design will be reviewed by the architect for aesthetics and consistency with intent of the preliminary plans during the "submittal' process. Electrical power as depicted on the Electrical plans at the secondary building structures should be routed through framing members where possible, and hidden from view. Q-4. The GC has to provide permit ready plans for the canopy? A-4: Yes, the contractor shall be responsible for the design of the secondary building structure, including signed and sealed drawings by licensed architect(s) and engineer(s)as required by the building department in order to obtain a building permit for the secondary building structure. Q-5. All of this would have to be submitted to the owner, then to the building department, reviewed and then constructed within 180 days? A-5: Yes,the preliminary design including coordination with a building systems manufacturer,final design, building permit application and permit issuance, and construction of the structure shall be completed within the time frame allocated in the bid documents. Q-6. Where did the concept come from for this being pre-engineered? A-6.The concept initially was to provide an aluminum framed flat roofed pre-engineered structure, similar to those used on many IRC school sites at the drop off/ pick up areas. The design team decided that the project should provide more aesthetically pleasing structures matching the primary building structure design, since the secondary structure(s) are surrounding and in front of the primary structure. There should be consistency in design and appearance. There are several suppliers of pre-manufactured aluminum structures The design team does not endorse any particular supplier. However, two suppliers that may be able to meet the project requirements include 1. Mitchell Metals 1761 McCoba Drive Suite A Smyrna, GA 30080 (770) 232-6145 sales(o)mitchelimetals.net http://www.mitchelimetals.net/photo-gallery/ 2. Perfection Architectural Systems, Inc. 2310 Mercator Drive Orlando, FL 32807 Toll Free- 800-238-7207 Phone- 407-671-6225 Fax: 407-671-8252 General Information Email. info(c)perfectionarch.com Design Assistance Email: design .perfection arch.com Quote Request and Estimating Email estimating(a)-perfectionarch.com hftp://www.perfectionarch.com/products/pitched-roof.php Q-7. Do you mean like one of those flat roof es? This is a able end e Y � types? 9 type A-7- Yes. The flat roofed structure stypically found at the IRC school sites are similar to what the intent is for the six (6) covered walkways, which are between the seven (7) "bus stop" structures and the primary building structure. However, the"bus stop" structures will have a hipped standing seamed roof, and will have a decorative / faux column base See answer A-3 for additional description, and reference architectural drawings, including A-201 Questions and responses received after the pre-bid meeting Date Received: May 20, 2016 Q8 We will be bidding on the above referenced project and have a question with regards to the DBE participation. We are an SBA certified 8(a) Program Participant as well as a Certified DBE in Chicago, IL (see attached acceptance letters). Our question is will these certifications satisfy the DBE goal requirement for the project? A8 The DBE participation rates will be based on DBE certifications possessed by the Prime Bidder or its sub-contractors that have been issued through the State of Florida's Unified Certification Program (UCP) only (see attached flyer from the Florida Department of Transportation (FDOT) concerning the UCP) (see Attachment F) The basis of bid for the project is the lowest responsive bidder Although DBE utilization is highly encouraged and is sought after in this bid, the DBE participation rate identified in the bid advertisement or by the contractor in their bid is not a factor in identifying the lowest responsive bidder whether the DBE participation of that bidder is 0% or 100%. The County reserves the right to request documentation of and review DBE certifications claimed by the prime bidder or its sub-contractors, anytime either before or after a contract is entered into with the County. Following bid award and during construction, the Contractor will be required to apprise the County of any changes to the original sub-contractor list provided to the County in the bid documents. At any point during the construction of the project, DBE utilization will be subject to monitoring and validation. Accordingly, during the construction of the project, any change in DBE utilization via a change in either the DBE status of the prime contractor or the addition or deletion of DBE sub- contractors by the prime contractor must be reported to the County immediately. Included with this response is a flyer published by the Florida Department of Transportation (FDOT) regarding DBE certification and the State of Florida's Unified Certification Program Based on this information from FDOT, recipients of USDOT funds (inclusive of FTA) in Florida only recognize DBE's that are part of the State of Florida Unified Certification Program (DBE). Although a Prime Bidder (or a sub-contractor)r may believe and may have demonstrated that they meet the minimum federal requirements of a Disadvantaged Business Enterprise (DBE) in a State other than Florida, their DBE certification does not have effect in Florida absent a reciprocity agreement between Florida and the issuing agency Please note that this response to the RFI question above is meant to provide a clarification regarding basis of award only as it relates to DBE participation and does not in any way limit or abridge,the County's right to exercise and act on any other requirement contained within the bid and contract documents for the project. ATTACHMENT F , Important InformationM DBE's, Prime Contractors and Consultants The U.S.Department of Transportation JUSDOT]now requires that all recipients of FAA,FTA and FHWA Federal funds participate in a Unified Certification Program JUCP)within their respective states. Florida's UCP has been approved and is fully operational. {that is the UCP? The UCP provides"one stop shopping"for all firms seeking certification as a Disadvantaged Business Enterprise JDBEJ in Florida. The DBE certification of a firm will be accepted by all USDOT recipients in Florida. The standards and criteria utilized in the certification process are uniform and thus reduce the temptation and opportunity for a firm to"forum"shop for certification. What does this mean to vou? i When you utilize DBE's on your Federal Aid projects you need only require a single DBE certification letter or certificate from a Certifying Member of the UCP i You will be able to access a single DBE Directory that will allow you to identify and locate every firm authorized to participate in Florida's DBE Program. https•/Avww3 dot state flus/EqualOpportunitvOffice/biznet/mainmenu.asp How does this benefit DBEs? There is a significant reduction in the paper work required to maintain DBI=certification with the numerous recipient programs in Florida. From now on,you need only establish and maintain your DBE certification with one Certifying Member Points To Remember: Some D131',cerli ications are accompanied h- an annual D13L ceridicalron letter or certificate-while other recipients,for example FDOT.do not Issue annual renewal letters. The DBE Directon•is updated in"real tune.'and is the single source for establishing cligibilit\. > There are ntan\ small and nmmrdv owned business programs throughout the State(MBL••.\VBL••.CSBL•.I113L•.SDBL.8a etc.) Most ol'thesc programs are governed by State and or local laws,and as such they are NOTpart of the DBE Program or the UCP certification process. "Ilse Df3L Program is dri+en by Federal Rule,and applies only to IM)0T assisted contracts and programs. i State,Count\ and Municipal Programs mai or ma. not accept the t.CP's DBE certification;whereas IiSDO•I•'s Florida recipients do NOTaccept an\ of the other certifications for its program. You should contact individual agencies regarding their policies. i A D131i f inn MI-iST he certified p ricer to the submission of bids. i Every state must have its own 1 U'. Howe%er-at this lints Florida's UCP has no reciprocal agreements with other states. This simply mean that Florida docs not accept a D13F,certification from another state and visa versa. 3> There IS a•'Moine State Rule"requiring that a D13L applicant to Florida's UC?,domiciled in another state,must be DBI-,certified In and br its "home stale"before it can he considered for DH1•.certification in Florida. Simplicity and efficiency for prime contractors.consultants and DRF,frmis in Florida are the net result of the Unified Certification Program. If you are interested in viewing[lie D13E Director,you may access an electronic version: www3.dot.state.11.us/CO tlal"]DO11 ttriityOfylCC h7Drida VVI'A/embers Pod&Deparauemt ofTran.cporratton• Grearer Orlando Aviation Authority•- MetbomnfAirport:ta1hortrr Sr.Perrrsbarg;Cleramatfr lnrrrnadvmdAbport Hilhborough Caunh•:I station Authority' Lev C oudr Tmnsil Sara,eta.flartanr.lirpart.luthoriq• Okaloosa County• Council oa:lgblR ofse Lane Conn(y ladian Rirer County Coanetr an Aging SL LadeCowily Key rtivinternddanat&FloridaAeys.tlarathon 4&port- (tty•of Orals ru}•of trier ffld fim"wd Counq•• Ciy ofLeesburg Panama UO-Alpo Manatee County-Arm Tram& Ptnellas.Sun roar Tmastl:iathortly Ler Count}, Miami Dade Connor• Spare Comi-1 era Tmnsh L IAXCodnd florido ReRional flvneportation:lulhorrl}• Palm Beach Intmi4ionalA&poN Cig•ofTaRahassrr• Palm Tran Ler('ourny Pon•1 ulhoHtt' Panama iYq•-Ray Courcy:t bpori&Indu.%lwal DLm,ri ./wAsomUle 41bporr.Iathorh)• Ch)'of hey It lest–DOT I o/ada Cou ly(1 oma.Trance rml)j• llrumomaRh n an.,hAutho,trr Esrambia Count,)•-trea Trmse Cor}'of GalnesviVe Collier-Area Trans& - Chy of-'aplesAirponAarhorlq' Cha rode Coamy Tmn.s4 Boca Raten-I irpat aalhorty Jarksom•die Tra—p.Ht Non duthorioy Lake Cormry - Lakeland 4rea.MacsTrantc7D eWd St.John,Courdr .Sarasota Gaunt}'Trrm..portalion;tuthorq ('$•of.11irmttar South Florida Regional Toa iparletion•lufhoriry (ty of M.Perersba,R •Cerrifj-ing Ifembers Indian River County �gIVE� Purchasing Division A 0� 1800 27t" Street Vero Beach, FL 32960 Phone (772) 226-1416 Fax (772) 770-5140 LORD ADDENDUM NO. 2 Date: May 31, 2016 Project Name: I.R.C. Go Line Transfer Hub Bid Number:- 2016019 Bid Opening Date: Wednesday, June 8, 2016 at 2:00 p.m. This addendum is released to answer the remaining question asked. Question: In regard to the IRC Go Line project - there seems to be a discrepancy A400 item 4A specifies model #4262 - which is a surface mounted towel dispenser - the drawings specify electric hand dryer and have elec. to it. Please clarify - if it is an electric - need model number. Answer: Each restroom shall have one electric hand dryer by AirMax - Series Hand Dryers: Automatic, Polished, Stainless Steel, Surface Mounted, 115V Stock No. DXM5-972. *************This Addendum must be acknowledged on the bid form and/or by return of this Acknowledgement with your Bid************ Company Name 94,e7/-L Name: L4-50(4 S Title: P etT �K- (Type/Printed) 'Z Authorized Signature: Date: �r i Telephone: 17Z- '7'76-3077-- Email: ��y��f=S�"A,27tCCovIS�ZJ��i0�1.Ccyy� Page 1 of I BOARD OF COUNTY COMMISSIONERS vE,q o z ' July 12, 2016 via Email Barth Construction, Inc. Attn: Mr. Phil Barth 1717 Indian River Boulevard,Suite 202A Vero Beach, FL 32960 NOTICE OF AWARD Reference: Indian River County Bid No. 2016019 I.R.C. Go Line Transfer Hub Dear Mr. Barth: It is my pleasure to inform you that on July 12, 2016,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 (unrecorded) in the amount of 100%of the contract amount($1,780,074.06). 2. Two Signed Copies of Enclosed Agreement. 3. Certificate of Insurance indicating coverage required by Article 5 of the General Conditions (section 00700 of the bid documents) and Supplemental Conditions (Section 00800 of the bid documents). Certificate(s) must name Indian River County and the City of Vero Beach as additional insured and must provide for a 30 day Notice of Cancellation. In accordance with section 255.05(1)(a),Florida Statutes,you are required to execute a Public Construction Bond for the above referenced project. Please submit the Bond,the Certificate(s)of Insurance,and two fully-executed copies of the enclosed agreement to this office at the address provided below no later than Wednesday,July 27, 2016. Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of award. Thank you for your prompt attention and if you have any questions, please do not hesitate to contact our office. Sincerely, Jennifer Hyde Purchasing Manager cc: Rich Szpyrka,County Engineer Office of Management and Budget •Purchasing Division 180027 th Street,Vero Beach,Florida 32960•(772)226-1416•Fax:(772)770-5140 E-mail:purchasing@ircgov.com t SECTION 00520 - Agreement (Public Works) TABLE OF CONTENTS Title Paqe ARTICLE1 -WORK.............. . ..................................................... ................ ... . .............. ................... 2 ARTICLE2 -THE PROJECT.... . ... .... .......................... ......... ....... ...... ................... ................. .. .. . 2 ARTICLE 3—ENGINEER............... ... ... .... ......................... ..... .................. ....................... . ............. 2 ARTICLE 4- CONTRACT TIMES............................................................. ... ....................... ............... 2 ARTICLE 5- CONTRACT PRICE........................................ . ............................... ...... ..................... . 3 ARTICLE 6-PAYMENT PROCEDURES......................... .. ......... . ...................... . . . ....................... 3 ARTICLE 7-INDEMNIFICATION................................ . .. .. ............... .................... ........................ 5 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS... .. ............... .......................... ....... .. ..... . 5 ARTICLE 9 -SUBCONTRACTORS................................................ ......................................... ........... 6 ARTICLE 10- CONTRACT DOCUMENTS.......................................................................................... 6 ARTICLE 11 -MISCELLANEOUS . .. . .. ..... ....... ..................... . ..... ...... ..... .... .. ............................ 8 jTBE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY] 00520-Agreement(Public Works)REV 04-07(2) 00520-1 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 Barth Construction, Inc. (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: The project includes enclosed and open air building to provide shelter, bathrooms, and storage. Bus / transit vehicle pick up / parking spaces, paved and secured parking for clients and operators. Also constructed will be a covered shelter for walkway/ pickup area. 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: I.R.C. Go Line Transfer hub County Project Number: 1330 Bid Number- 2016019 Project Address: 16th Street East of Old Dixie, Vero Beach, FL 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 401 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 substantially completed on or before the 180th calendar day after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 21 01h calendar day after the date when the Contract Times commence to run. 00520-Agreement(Public Works)REV 04-07(2) 00520-2 403 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), CONTRACTOR shall pay OWNER $1,742.00 for each calendar day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER 1,742.00 for each calendar day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 501 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 5.01.13, 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: $1,780,074.06 Written Amount: one million, seven hundred eighty thousand seventy four dollars and six cents 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 00520-Agreement(Public Works)REV 04-07(2) 00520-3 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 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. 00520-Agreement(Public Works)REV 04-07(2) 00520-4 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. 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. 00520-Agreement(Public Works)REV 04-07(2) 00520-5 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— SUBCONTRACTORS 9.01 CONTRACTOR shall take the following affirmative steps to ensure minority business, women's business enterprises and labor surplus area firms are used when possible: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists. 2. Ensuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources. 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises. 5. Using the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. ARTICLE 10 - CONTRACT DOCUMENTS 10.01 Contents A. The Contract Documents consist of the following- 1. This Agreement (pages 00520-1 to 00520-11 , 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)' 5 Contractor's Application for Payment (pages 00622-1 to 00622-6 inclusive); 6 General Conditions (pages 00700-1 to 00700-44, inclusive), 7. Supplementary Conditions (pages 00800-i to 00800-11, inclusive); 8. Specifications as listed in Division 1 (General Requirements) and Division 2-16 (Technical Provisions) 9. Federal Transit Administration (FTA) Standard Contract Clauses (Section 00421) 10. Drawings consisting of the following 00520-Agreement(Public Works)REV 04-07(2) 00520-6 CONSTRUCTION DOCUMENT INDEX: wan%MINO. WMRIPiM Rte► (�FIK j=M=j_Aj REVf9gM©1£VTSJOXeL8,65TOliQi !L8,61011eIRElTSiON®!REH9fON 1 CML I 11 i I I i C— COVER SHEET 07-24-1s 109-18-15 101-05-16 i I I C-200 1 EXISTING CONDITIONS PLAN 07-24-15 109-18-15 101--05-16 1 1 1 C-201 1 GEOTHECHNICAL REPORT AND SOIL SURVEY 07-24-15 1 09-18-15 I ( I 1 I I C-300 STORMWATER POLLUTION PREVENTION PLAN 07-24-15 109-18-15 C-301 1 STORMWATER POLLUTION PREVENTION DETAILS 107-24-15 109-18-15 I I I I I I c-400 I SITE PIAN 107-24-15 109-18-15 1 101-05-16 104-05-16 1 1 I I I 0-401 1 SITE DETAILS 1 07-24-15 09-18-15 1 01-05-16 1 I 1 {II^11 C-402 i SITE DETAILS 107-24-15 109-18-15 C-403 1 DIMENSION CONTROL PLAN 107-24-15 109-18-15 1 0I-15-16 1 04-OS-i6 C-SCO 1 PAVING GRADING ORALYAGE AND UMM PLAN 107-24-15 109-18-15 1 101-05-16 1 I I I 1 I C-501 SECTIONS 107-24-15 109-18-15 1 101-0.5-16 I I I I I C-502 ROOF DRAINAGE PIAN 07-24-15 109-18-15 1 01-05-16 1 1 I I I C-503 1PAVING GRADING AND DRAINAGE DETABS 107-24-15 109-18-15 I I C-504 1 GRADING AND DRAINAGE DETAILS 107-24-15 109-18-15 1 C-505 1 COVB STANDARD UTILITY DETAILS -WATER 107-24-15 09-18-15 101-05-16 1 C-506 1 COVE STANDARD UTILITY OETALs -SEWER 107-24-15 109-18-15 C-507 1 LIFT STATION DETAILS- PRIVATE r 107-24-15 109-18-15 C-508 1 LIFT STATION DELLS-PRIVATE 107-24-15 109-18-15 1 101-05-16 1 C-600 1 LANDSCAPE PLAN - 07-24-I5 109-18-15 01-05-16 C-601 I LANDSCAPE DETAILS 07-24-15 09-18-15 I I I 1 1 C-602 1 LA DSWE SPECIFICATIONS 107-24-15 109-18-15 1 101-05-16 1 1 I I I C-700 1 IRRIGATION PLAN 107-24-15 109-18-15 1 101-05-16 I C-701 1 IRRIGATION SPEcncATI0N5 107-24-15 109-18-I5 1101-05-16 1 I I I I I I I I I I i ARCHMECTURAL I I I I I I I I I A-001 I COVER SHEET 108-21-15 109-16-15 1 10-06-15 101-05-16 1 103-17-1611 0044-05-1-166 11 1 I A-101 1 ARcHRECTuRAL FLOOR PLAN k SCHEDULES 108-21-15 109-16-15 1 10-06-15 101-05-16 1 _�1 1 I I A-103 1 ARCH.ROOF PLAN AND DETAO.S 108-21-15 109-16-15 1 10-06-15 101-05-15 1 1 1 _ I I A-200 I BUILDING ELEVATIONS 108-21-15 109-16-15 1 10-06-15 F0-1 1 104-05-16 1� !1 I A-201 1 WALKWAY CANOPY PLAN I I I f0-06-15 107-05-16 I I I I 1 I A-300 1 WALL SECTIONS 108-21-15 109-16-15 1 10-05-15 101-05-16 1 I 1 A-301 1 WALL SECTIONS 108-2 1 15 1 09-16-15 10-06-15 01-05-16 1 1 I 1 I A-302 1 WALL SECTIONS 108-21-13 109-16-15 10-06-15 01-05-16 1 1 I 1 1 A-303 1 WALL SECTIONS 108-21-15 1 09-18-15 10-06-15 01-05-16 1 A-400 1 ENLARGED TOILET ROOMS AND DETAILS 108-21-15 109-16-15 1 10-08-15 01-05-16 1-1 1 1 1 1 A-500 1 IMISCELLANEWS DETAILS 108-21-t5 109-i6-15 1 10-OB-15 Ot-05-16 102-11-16 I I 1 I 1 A-600 1 DOOR,WINDOW,AND FINISH SCHED.AND DETAILS 108-21-15 1 09-I6-IS 1 10-06-15 OI-O5-16 1 1 p104-05-16 1 1 1 I I I I I 1 I I I 1 STRLICrURAIL I i I I I SI I S-1.0 1 STRUCTURAL SPECIFlGTIONS 108-21-15 1 1 10-07-15 1 S-1.1 1 COMPONENT AND CLADDING DESIGN WIND PRESSURES 108-21-15 1 10-07-15 01-05-16 1 1 1 I I S-1.2 1 SCHEDULES 108-21-15 1 10-07-15 1 1 1 1 I I S-2.1 1 FOUNDATION PLAN 108-21-I5 1 1 10-07-15 101-05-16 I I I S-2.2 1 FIRST FLOOR PUN I Oa-21-15 1 f0-07-15 01-05-16 1 S-2.3 1 LOWER ROOF FRAMING PIAN 108-21-15 1 f0-07-15 Ot-05-i6 1 1 I I I I S-2.4 1 UPPER ROOF FRAMING PLAN 108-21-15 1 70-07-15 101-05-16 1 1 1 1 1 S-3.1 1 CROSS SECTIONS 08-2i-IS 10-07-15 101-05-16 S-3.2 TYPICAL DETAILS 08-21-15 1 1 10-07-15 I I I I II I I I I I I MECHANICAL I I I I I I I I I I M-100 1 MECH.PLAN SPECIFICATIONS,SCHEDULES AND DETAILS 08-21-15 109-16-15 10-06-15 101-05-16 I I I I1 I I I I I I I I I I I PLUATBING P-100 1 PLUMBING NOTES,SCHEDULES AND DETAILS 08-21-15 109-16-15 70-05-15 101-05-16 1 I I I P-200 I PLUMBING PLAN I OB-21-15 109-16-I5 f0-O6-15 107-OS-i6 1 —Il l ELECTRICAL I If I 1 I I E-100 1 SPECIFICATIONS AND SYMROI 1 08-21-15 1 09-I6-15 f0-06-15 1 01-05=18 E-101 SCHEDULES AND DETAILS 108-21-15 109-16-15 10-06-15 01-05-I6 I I I I I E-102 1 SITE ELECTRICAL PIAT! 108-21-15 09-16-15 10-06-15 102-28-16 1 I I 1 I E-103 1 SITE PHOTOMETRIC PLANI OB-21-15 109-16-15 10-06-15 1 E-200 1 POWER AND SYSTEMS PIAN _1 08-21-15 109-16-15 10-06-15 1 04-05-16 1 I__I E-201 1 LIGHTING PLAN 1 08-21-15 09-16-15 f0-0B-15 01-05-16 i 1—�I 1 E-202 1 CCN PLAN 108-21-15 109-18-15 10-06-15 1 I I I I E-400 SWGLE-UNE DIALRALIS AND SCHEDULES 1 08-21-15 109-16-15 10-06-15 I I E-401 SYSTEMS RISER DUGRAMS 108-21-15 10 f0-06-15 00520-Agreement(Public Works)REV 04-07(2) 00520-7 11. Addenda (numbers 1 to 2, inclusive); 12. CONTRACTOR'S BID (pages 00310-1 to 00310-12, inclusive) 13. Bid Bond (pages 00420-1 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 00452-1 to 00452-2, inclusive) 15. Sworn Statement Under the Florida Trench Safety Act (pages 00454-1 to 00454-2, inclusive) 16. Certification of Non Segregation &.Non Discrimination (page 00470-1) 17. Non-Collusion Affidavit (page 00472-1) 18. Certification Regarding Lobbying (page 00474-1) 19. Certificate of Non Segregated Facilities (page 00491-1) 20. Drug Free Workplace Certification (page 00494-1) 21. 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). 17 Contractor's Final Certificate of the Work (page 00632-1 to 00632-2 of the specifications) ARTICLE 11 - MISCELLANEOUS 11 01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 11.02 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)REV 04-07(2) 00520-8 11.03 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. 11.04 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. 11.05 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. 11.06 Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law Specifically, the Contractor shall: (1) Keep and maintain public records required by the County to perform the service. (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County 00520-Agreement(Public Works)REV 04-07(2) 00520-9 B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 2261424 publicrecords(a-ircgov.com Indian River County Office of the County Attorney 1801 27th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. [The remainder of this page was left.blank intentionally] 00520-Agreement(Public Works)REV 04-07(2) 00520-10 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 July 12, 2016 (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: CONTRACTOR: INDIAN RIVER COUNTY Bo lari, Chair :' ':; � (Contractor) " By: - - CORPORATE.SERL) `. Jason . Br n, County ministrator � � �� ' APPROVE AS T FORM LEGAL UFI K11 By Dylan Reingold, County Attorney Address for giving notices: SAM 1du57Rue,7,,,.J, /NL ��' , v 2o2 Jeffrey R. Smith, Cler f Court and Co oiler zo 'g6'4"W- a 3g&ta License No.6-7C 00-7&V7 Attest: (Where applicable) Deputyrk (SEAL) Agent for service of process: Designated Representative: Name Richard B. Szpyrka, P.E. Designated Representative: Title: Public Works Director Name- 145,0• &/GE5 1801 27th Street Title: P,r76 Ac-r r IWWV {q 5,2 Vero Beach, Florida 32960 Address. (772) 226-1221 17 /7 //1Di.4n1 R1 VCp,- gwD 42 z,4 Facsimile: (772) 778-9391 t/E,Qy 66,4k� FL 3ZI160 Phone: x'72- 728 '30' 2 Facsimile. -7'72- -77a-30/7 (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) * * END OF SECTION * * 00520-Agreement(Public Works)REV 04-07(2) 00520-11 3120160044345 RECORDED IN THE RECORDS OF JEFFREY R.SMITH,CLERK OF CIRCUIT COURT INDIAN RIVER CO FL BK: 2954 PG: 2060,8/2/2016 2:20 PM C Public Work Executed In 2 Counterparts 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. BOND NO: 54-210441 CONTRACTOR NAME: Barth Construction, Inc. CONTRACTOR ADDRESS: 1717 Indian River Blvd, Suite #202A Vero Beach, FL 32960 CONTRACTOR PHONE NO: (772)778-3072 SURETY COMPANY: United Fire&Casualty Company PO Box 73909 Cedar Rapids, IA 52407-3909 (319) 399-5700 OWNER NAME: Indian River County, Florida OWNER ADDRESS: 1801 27th St. Vero Beach, FL 32960 OWNER PHONE NO.: (772)226-1221 OBLIGEE NAME:(If contracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO.: BOND AMOUNT: $1,780,074.06 CONTRACT NO.: (if applicable) County Proj. No. 1330; Bid No. 2016019 DESCRIPTION OF WORK: I.R.C. Go Line Transfer Hub PROJECT LOCATION: 16th Street East of Old Dixie,Vero Beach, FL 32960 LEGAL DESCRIPTION: (If applicable) FRONT PAGE All other bond page(s)are deemed subsequent to this page regardless of any page number(s)that may be printed thereon. A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH,CLERK BK: 2954 PG: 2061 THE ATTACHED STATUTORY COVER PAGE FORMS AND BECOMES A PART OF THIS BOND. PUBLIC CONSTRUCTION BOND Bond No.54-210441,Executed in 2 Counterparts (enter bond number) BY THIS BOND, We Barth Construction,Inc. as Principal and United Fire&Casuplty Company a corporation, as Surety, are bound to Indian River County,FL , herein called Owner, in the sum of$one* , for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the contract dated July 12, 2016 , between Principal and Owner for construction of County Proi.No. 1330;Bid No.2016019;1. C.Go Line**, 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 noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. - *Million Seven Hundred Eig Thousand Seventy-Foie and 06/100=($1;78Q074-06)--**Transfer Hub DATED ON July 15,2016 Barth Construction,Inc. Name inial - J 07 By (AsAttorneyirr-Fact} United Fire&Casualty Company (Name of Surety)/ , By ..LTJ c � 1 Teresa L.Durham,Attorney-In-Fact&FL_ _ Licensed Resident Agent(407)786-7770 00610-3 A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK BK: 2954 PG: 2062 T AiWi-CEDAR S,1A itt"CAS1fATY CO • UNITED mil L.,DEAo4i"i:b6 wijj�T'ER Tx n4ujjries: sarewbepar6ea FINANCIAL PACIFIC WSUR-A-INCE COMPANY,ROCCA 118 Second Ave SE -C I MY CER-TOW -OPY OF PO AT.-TORN bffice of C y See Certifitgoo• an kNOWALL PERSONS BYXKESETRtSENS>'Tjjk L 1NI[TEDFM.:&CA§UA7YCO&jP,0qy. ,,a c& da 4�L r ratlqn ..� exist�& 't . _.PQ yorg., ih '; . urider State-zf Ibm*-LTNr FlgE-.&IN D ]4AXY azorpo.;Xubad Wi.dt. e 'o brtA �zed`end TaXag-imd FINANqACP�CIM'IkSURA-i4Ct.6bMo.,,ii6� d4th-Im6oi f the Wi6 Siete of CdL#o rs ir R?i 'Itate bf-AIOW4.'does M",corigittit d SU9AN -L RE (herein co M "J FREY LESLIE V OR"d ev WEfICAHT,AVR I �i -C RETCH, %OR -TERE:sk�'L* DURHAM-,-OR POATTVRAtY" L SLAUGHTER, OR GLORIA A RICHARDS, OR OR DON BRAMLAGE, OR LISA ROSELAND, OR CHERYL F LEY, R GLENN 0 0 LE ARVANITT-fS, -OR SONJA kAAK-r kb 0 . I . s, ALL:I IVIP6L�Y, -Ir , - LAND FL their true and lawful Attornry(s)-in-Fact with power and authority hereby conferred to sign,seal and execute in its bebalf'a'll lawful bonds,undertakings and other obligatory instrnments of§irra*.natare.pro.vided thatmo single obligation shall exceed $35� 000,000�00 114%gad i4�-Sld such 16��ents:' -signed-P"'the du� - `th�fmrnc ibcri F authori=d ffic,ers.of the Companies ..'Ari4anof the ic�ofaid-Alt6ili as fully to�. cy;V. 'theauffiohereb�� vmandb *,rrZed- CMP=I ray. nd The Awhority here by granted iseRn!Puoquda redkedbyUNTHD FIRE&CASWITY add sbaffiermaiit ffi-lhfflbice and ctw` COMPANY, TII�TTIED FIRE&,INDM4NITYQ0MPANY_AND FINANCIALTAbIFIC INSURAN Ibis Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15,3013,by the Boards of a. Directors of UN=FIRE&CASUALTY COMPANY, UNITED FIRE& INDEM1,11TY COMPANY,and FINANCIAL PACIRC,INSURANCE COMPANY. "Article VI-Surety Bonds and Undertakings" -Fact. President, an other officer the 9etion_') Appointment of Attomey�in ne President or any vice or any 0 of Co fiaral.tinle,16%. mparnes inn from: by written certificates alto in-fad to act in behalf of the Companies in the execution , -f i 'j" :. lbo-'4'. Of PoIidi;s:q ln�,' h tmdertakinss and other obligatory instruments of Like natm The si_=amrc of any officer authorized hereby,and the Porporat.e.'se* -be affixed by facsimile to=y power of attorney or special Power of attorney or certification of eitheral ;ilhorized hereby,st ch:siguattite sad sial, soused,being adopted by the Companies as the original sigmture of suchofficer fficer and the original sea of the Comp'a'nldi;to be vifd and binding upon the Companies with the same force and effect as though manually affixed. Such Wom,, .-in-&ct,Subject to the limitations set forth;iii their respective certificates of authority shall have full power to bind the Companies by signature signaand,:aecution of;:aw such, 'n-a errts and to attach the seal Of the Companies tb=to. Ile President or any Vice President.the Board of Direct"arty othef'o >Ticer of the C4mpanies may at any time revoke all power and withority previously given to any attorney-in-fact. ."Pon f,4*- IN WITNESS WHEREOF,the COMPANIES have each caused thew presents.to* b.e;igned its *DXFOWATE vice president and its corporate seal to be hereto affixed this 11th Clay of October, 20iS X_ COMPANY ta MNTED FIRE&CASUALTY S BUZ S SL%Ljets= UNTM FUZE&INDEMNITY COMPANY - FINANCIAL PACIFIC RCSURANCE COMPANY" By, State of lowa,:County of Linn,ss. ,c On',I 1-th of October, 2013, before me Personally came Dennis J. Richmann dent. to&eknown,who being by me-4uly sworn,did deposeeand say,thaEhe resides in Cedar Rapids�State of Iowa;that h��js a Vict'.,Pr-mi&hi of U.NrrED FIRE&CASUALTY COMPANY,a Vice President of UN=FIRE'&INDENfl,=COMPANY, d t i tions described. an a Vice President of FINANCIAL PACIFIC :INSURANCE COMPANYthe corporations in and-which executed the above instrument;.diat-h knows the seal of tc�. said rnstru . ... P", . ' Paid corporations;that the Seal. -or -'s ".2 -W.the om. "gMxed -,thii -a:kh- fD*- of Wdooi� 'porate eat so ray vq�ft, ons _and �Ik6&idch(wl sa�bie to.-be t&ad N, �e SL �4nai6*0�*i*tql --M*61* edg. .0 ti acvJUTith A.Da"i .2 ,lows NoWW$W, c6mmiula. iimlier:173041 Oak MY conwffl=106a2q OVMWIS.'-. Ptilitic My commission expires:Mb- it David.A�-LanM-Secretary.91 111,=FIRE&CASUALTY COMPANY and A�.sistaq s=, fttry of Im..FIRZ,&iNDEmNITY COWANY azid'Assiw=S Ilry ISUI� I ON ,FINANC*PACTICIN CE,'C V db cer* of eAl e oWer-, e4o'. " 4 ; . f ego*_ oi&e, as seffbith iti-iiid-lo*er r thktl have�4mj#ed 6fA#*orneyai.di_ ft and'th of the:Sectiih ricisd titiobs of CorvoAdons Q�WINALS*4.`FM';E 1K. HOME Hft WFICE Oj�SAID'.,& TjON,*§ anddwthe.?ame�,aro oorrectftnscrqn: the a 'thegidt,? Attomeyhhs,h &.1... rce--; f 156- " is: Obli�. 0hii" 66euro�ed,.Aa-*�; Aw,uq. seal oflih luvi,Icreanto sO�'my name aAd affiiadVw e said Corporitions day of J�,J, _0 :-WATF.QF FLOPMA- 611 WA MER C OUNTY HIS fS 10;CERTIFTTHATTHiS IS*T U 4g"r -9,9`,DF-HE ORIGINAL ON f 1I.E-IN THIS 0F1ICE.TH'IS1- .1; 'D*N�')]XAL.MAY HAVE Mktt WOW 0, S Secretary,Lq:&C `IDA19 'STATUE J. S"exnetaiy, arc`- y <DEP 4 / , ® DATE(MM/DDNM) ACORO CERTIFICATE OF LIABILITY INSURANCE 7/20/2016 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: Angie Desormeaux Bowen, Miclette& Britt of Florida, LLCPHONE 407-647-1616 FAx ,•407-628-1635 1020 N Orlando Avenue EMAIL Suite#200 Certificates@bmbinc.com Maitland FL 32751 INSURER(S)AFFORDING COVERAGE NAIC a INSURER A.Amerisure Mutual Insurance Company 23396 INSURED BARTHCONST INSURER B.Amerisure Insurance Company 19488 Barth Construction III, Inc. INSURER C. Barth Construction, Inc. 1717 Indian River Blvd#202 INSURER D. Vero Beach FL 32960 INSURER E. INSURER F. COVERAGES CERTIFICATE NUMBER: 521095552 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 POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIALGENERALLIABILITY Y Y GL2018953 3/30/2016 3/30/2017 EACH OCCURRENCE $1,000,000 DAMAGE TO CLAIMS-MADE Fx-1 OCCUR PREMISES EaENTED occurrence $100,000 MED EXP(Any one person) $5,000 PERSONAL 8 ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 JE T F—]LOCPRODUCTS-COMP/OP AGG $2,000,000 POLICY a OTHER: $ B AUTOMOBILE LIABILITYY Y CA2018949 3/30/2016 3/30/2017 Ea accident $1,000,000 Ix ANY AUTO BODILY INJURY(Per person) $AUTOS NED SSC�HEEDULEDBODILY INJURY(Per accident) $ AOS HIRED AUTOS X NON-OWNED PR PERTY DAMA E $ AUTOS Per accident E UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB—___-CLAIMS-MADE——--- ----- AGGREGATE DED RETENTIONS $ B WORKERS COMPENSATION Y WC2018160 3/30/2016 3/30/2017X PER OTH- AND EMPLOYERS'LIABILITY STATE ER ANY PROPRIETOR/PARTNER/EXECUTIVE YNIA E.L.EACTUH ACCIDENT 5500,000 OFFICE RIMEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $500,000 DESCRIPTION OF OPERATIONS/LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The following policy provisions and/or endorsements form part of the policies of insurance represented by this certificate of insurance. The terms contained in the policies and/or endorsements supersede the representations made herein. Electronic copies of the policy provisions and/or endorsements listed below are available by emai ling. certificates@bmbinc.com When required by written contract,those parties listed in said contract, including the certificate holder, are added as an additional insured with respect to the general liability including ongoing and completed operations and the auto liability as afforded by the policy and/or See Attached. 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 1800 27th Street ACCORDANCE WITH THE POLICY PROVISIONS. Vero Beach FL 32960 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD SECTION 00622 - Contractor's Application for Payment I.R.C. Go Line Transfer Hub Application for Payment No. For Work Accomplished through the period of through To: Indian River County(OWNER) From: (CONTRACTOR) Bid No.: 2016019 Project No.: 1330 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 71: $ 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; 00622-Contractors Application for Payment-03-10 rev 00622-1 F.iPubfic WMWENGWEERING DMStON PROJECTS11330d.FM GaLlne Transfer HubWdmbftW dowmentsMaster Corte DowmentsOOM-ContradWs Appkatiwt for Payment-03-10 rev.doc Rev.O=i 2. Updated Construction Schedule per Specification Section 01310 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; arid. 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 nariite: Commission No:: Commission Expiration: Please;remit payment to: Contractor's.Name: Address: [The remainder of this pagewas left blank intentionally] 00622-Contractors AppH63tiohl&Payrnent=03AO rev 00622-2: ,. . _ F:tPublic W0rk51ENGINEERING OMSION PROJECTSt1330-I.R.C:GoUna Transfer.Hub%Admiml d documentswaster Contract Documents\00622'-Contradoes Application for Payment-03-10 rev.doc Rev.05!01. 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) STATES 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 r 'and that"he%she has been authoeized.byy Jit to"approve payment by the' OWNER to 'ttie CONTRACTOR. of -the. foregoing Contractor's Application for Payment., Subscribed and' `sworn to before "me this day of ..2Q iNotary:Public,"State of 'My Commission Expires` [The remainder'--of this page Was.left:blank,intentionally]° 00622.:Contfactoes,Application"for Payment•-03-10•rev 00622-3 F:1Pub4c WorIk IiRGINEERING DIVISION PROJECTSJI 3i6 .R:C:66ne Transfer HtlbtAdmir6id documentsWaster Contract Docume6ts100622=Contiacto s Application for 'Payment-t33=117rev.docRev:05/t)L` _ '- »•°"• ^-" - •-- ••-•:_ . ' 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 reasona_ b I y accurate statement of-the work.performed,and/ot Material supplied-by the Contractor.. I am not certifying as to whether or- not the Contractor has paid all subcontractors-, laborers, materialhien and suppliers because I am not in a: position to accurately determine that issue. D_"ated SIGNATURE CERTIFICATION OF INSPECTOR:. 1 have checked the estimate a' ainst,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 a$ to whether or not the Contractor haspaid all subcontractors, laborers;,materialmen and suppliers because 1 am not in a.position to accurately determine that`issue-. Dated- SIGNATURE [The Remainder of This;Page.Was Left Blank Intentionally] 00622 Contractors Application for-PayMbfit'-03-10 rev _ 00622 ;F:1PublIe WorkslENGINEERING DIVISION PROJECTS113304.R.C:Goune Transfer HubWdminWid'doamentsWaster Contract Documents100522=Contractor's Application for Payment'03-10 rev.doc Rev.05101. ATTACHMENT A C List`_of ali 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, materiaimen and suppliers for which;a.signed release of lien_fo"r"m'(pa_'rtial-,or final as applicable) isnot 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,-.C6ntfacto?s-Application for Payment;X03-10 re' 00622,=`5 FAFPUbiic Works%ENGINEERING'ONI510N P.f20JECTSV1330-I.R.C.GoLine Transfer.HubWi iMbid documentsWaster.Contract Oocuments100622-Contracto ws' iication for 'Payment--03-10 rev.doo Rev.05/01 ": _. ::..,.- PR07ECT'NAME: I:R.C: Go Line Transfer Hub• Project N.9'.1330 Payment,Application.No. PREVIOUS' BALANCE TO SCHEDULED VALUE- 'APPLICATION THIS PERIOD TOTAL COMPLETED % MATERIALS' FINISH .Item No. Description Unit Quantl Unit Price Amount, QUANTITY• TOTAL. QUANTITY TOTAL QUANTITY TOTAL STORED QUANTITY TOTAL 4�^."?I gam• f. f ' ,' �:•�r�"" - Y'.n.a'•r, ���•rd-kx:" +' r• ��� :?c4,9 u Jd'a'- ',s� u^G'3'}•{y�� ?'�i"R. �,�f�''�"�'j ��'0111%01% "Y, Ya='u }Y.k qty.rrl � :SrFrl;'• :.iY ��'t .ss'7,�1�4�•• i• li'yypi„t�.',uy,�.:A," •�,,jy '•,,101,1c4%`h' 4,r �,2 �t`$tuTa 4 �.rt:.. �`T,1.; �kft?� a:»��n:•uI,'.. .+:.5 u�ii '�a�4�41�J.:�� nif�C�•k�:'���.crH.tt}�17::k��l�vtLa����'+YirnJ�!$:1���c'�"T��a�5'I' WS3s"�rn41� +iY45��A�i1tiu���:luAUY.kt i��z.Y�.e���r� SUBTOTAL :SUBTOTAL 0.00: 0.00 0.00' 0:00 0.00 0.00 ^�jue4rl ��i��� Ira�P�:"�:aOt„�:'r;�'(,�u�<��4., ,ri.�.' �Ld�t.��.'�+..1t�R�u4��rt..•' ?�^.''ti�..�titl���'�.u?h�c.�Pi'�I.�. t�`t��.�"'.�.�,.�a '�.r,�'i,.;..i•.��'?k.' �;ttil•i��""r�1..`���I�rt+t�.�.,�lo•t�:rf�rFY •"C'E�.����ir'r' '`�',�+n�.'�,7 'yu F.�:,ri �:�:tfo.. �-id�+ FORCE, ACCOUNT. 1 LS GMM , iI•"�;'t `+fit IM"M 1201•+ .x ,1"IftWRI GRAND TOTAL TOTAL 0.00 :AMOUNT COMPLETED TO DATE $0.00 MATERIALS STORED TO DATE 50.00 SUB=TOTAL.MATERIALS STORED AND COMPLETED TO ,D, -PATE 50.00 G), RETAINAGE AT 10% S0.00 ` TOTAL-COMPLETED AND STORED LESS RETAINAGE 50.00 LESS PREVIOUSTAYi1MENT 50.00 ,3t• .AMOUNT DUE CONTRACTOR $0.00 'F:\Public Works\ENGINEERING DIVISION PROJEcrs\1330•I.R.C.GoUna.Tmnsfer Hub\Admin\bid documents\Master Contract Documents\00622-contractor's Application for Payment Spreadsheet Example.doc SECTION'00630 - Certificate of Substantial Completion Date.of Issuance: 20 OWNER:-Indian-River"County- CONTRACTOR` Project No.: 13'30 Project Description:-I.R.C. Go Line Transfer'Hub-(16t' Street East of Old Dixie Highway) OWNER's Bid.No. 2016019' CONTRACT.FOR:I.R.C_ Go LineTransfei Hub (Insert Name of Contract as it-appears in the Bid Documents) This Certificate of Substantial Completion applies,to all'Work under the Contract-Documents or to the-following specified:parts thereof: ToJ_hd*nn Rii&e.C:nunty OWNER- And To CONTRACTOR The Work to which-this-Certiffcate�.appiies'has'beeri�inspecied.by, authorized representatives_ of OWNER;;; CONTRACTOR and ENGINEER, grid that Work 'iso hereby-_ declared; t`o be substantially complete in--accordance with the Contract-,Documents�on DATE`OF SUBSTANTIAL-COMPLETION A_teritatiVe-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 if does not alter the. -responsibility of CONTRACTOR to:complete.-all,tfie�Work;iii 'accordance .with the"Contract,Documents. ' The: items, in ;the. tentative,.list- shall be. completed or,corrected: by_ 'CONTRACTOR:within . calendar days of the°°above.,date of-'Substantial Completion: 00630-CditificaW of Subkoidtial Completion REV 04-07' 00630-1.. 'F:1P.ublic WorkMENGINEERING DIVISION PROJECTSM30-I.R.C.'Goline:Transfe�HubVA ininlbid documentsWaster Contract DocumentslOMO-Certificate of Substantial! :. .Completion REV 04-07:doc S.' 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 CONTRA_CTOR'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 .Bye- (Authorized Bye (Authorized Signature); *-* END OF SECTION 00630'- 00630-Certificate of Substantial Completion REV 04-07 -2' RIPublie Works1ENGINEERING DIVISION PROJECTSM304.R.C.GoLine Transfer Hu%Aftinlbid'docUmentsWaster Contract DocumentsW0630'-Cortifieate 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: I.R.C. Go Line Transfer Hub IRC PROJECT NO-,1330 STATE OF COUNTY OF. Personally befotel me the undersigned' officer, authorized, by the laws of said state to administer baths, 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 120 enter into a contract for the perfo. rniance of certain Work, more particularly r,de dtibod asfoll6ws*' UNDER PENALTY, OF' PERJURY, affiant' fdrth6e says thait" aid 66'ristrUctio-n- has been completed and the Confradtherefr"e 161� performed mod and:ffna _pay' ment is:.now due. .and that.all.liens of all firms,and individuals contracting directly with or'di6actly employed by,. such CONTRACTOR have been paid-in full EXCEPT:_.: Name Description/Amount who have not been p0i.d.Ond who are due the amount set forth: Affiant-furi:her says,'that:, 1 CONTRACTOR-hAs reviewed th&-Contr6ct.Dd6uffi6n'ts. for a ti CONTkAtTbR`hnre eWodfhoMfork rdiompi compliance. the Contfac i Q6durhent§. 3- CbNffRACTOk.has completed f'he,W_ork in accordaric6-Vith,the Contract b0_oqhi6.hts. All.equipment and syiiems-dhavebeen tesied in the presence,o'f'theNEE— ENGI R,or ,his,`t60resehtatiV6'-and,are-fdIIy'ob&6tiohaI-wiW no;dofodts,&defici6ricies:exce0t,6is ]i6t6d,'�elo w", 00632;1` Fu licWorks\ENGINEERING DIVISION R.C� o n e-T 'ransfer 466\`A dmln\bid,documents\Master,Contract� DPW minis\66632-'Cbnitridors_Fn_ij 60ifificaticifIREV 04= d 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 WorksIENGINEERING DIVISION PROJECTS\1330-I.R.C.Gol-ine Transfer Hub%dminkbid documents\Master Contract Documents\Oo632-Contractor's Final Certification REV 04-07.doc SECTION 00634 - PROFESSIONAL SURVEYOR AND MAPPER'S CERTIFICATION AS TO ELEVATIONS AND LOCATIONS-OF THE WORK (TO BE COMPLETED BY'A FLORIDA PROFESSIONAL SURVEYOR AND MAPPER RETAINED BY' THE CONTRACTOR AND TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FORS PAYMENT) I CERTIFY that I am a Florida Professional Surveyor and Mapper retained by: (Insert name of CONTRACTOR) Who is the CONTRACTOR for the following Project: PROJECT NAME: I.R.C. Go Line Transfer Hub INDIAN RIVER'COUNTY PROJECT# 1330 I FURTHER:CERTIFY'that l have personallyperformed:the survey work,for the preparation, of Record Drawings for the CONTRACTOR for this project or that,such work was performed under my-direct control and supervision. FURTHER CERTIFY, .that :all constructed elevations; and locations of the Work are_ in =conformance.with.the Contract Documents, except:for discrepancies listed below: -[Attach adtlitional sheets,'as necessary]; (SURVEYOR'S•SEAL) CERTIFIED^BY:: -Phrited Name:: Florida Professional Surveyor and Mapper Registration Number:- •Date'.Signed'and°Sealed by Professional Surveyor and Mapper: _Compan--Name:, Conmpany-Address:- "Telephone s:'Telephone Number: ,o0634-Professionarsurveyor and Mappers.Certification as'to Llevations and Locations of'the work RLV 0407 00634.1 F:\Public W"r ENGINEERING DIVISION PROJECTSM30-I.R.C.GoLine Transfer HubVidminlbld docurirentsVvtasfer C6ntrad,Documents100634_Professional Surveyor,end.; :Mappees Catificalion as to Elevations and Locations of the Wdo k REV 04-07.'66 Rev:06x01' 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 thle NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS -AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approVidd,afid endorsed-by The Assoidiatbd G-6fiefM Contractors of Ameri6c! C66strUctibn Specifications lristitUtd' Copyright @1996- National Society of Prbf&§sioiial Engineers 1420'Kih§ Street Alexandria-,-VA 22314 American Consulting En-girieeit Council 101515th'Stre6t NW-, Washingtdh; bc:20006 AinedcariSociety.6f'Civ'il:Engineers 345East 47th-Street,,New Y6tk-,,NY.ld0l7 TABLE OF CONTENTS Title Page ARTICLE) -DEFINITIONS AN'DIER"IMINOLOGY' .......................... .............................li.;......a.............I..........;..........5 1.01 Defined-Terms ........ ............ ..... ........... .....!...........................................I 1.02,T6rmJho1bgy ...... .7 PRELIMINARY MATTERS:........ ............................ . ....................;......I............................... ...8 ARTICLE 2 2.01 Delivery bfBohds-...;...................... ................... ......... ............. ............................. ..............8, 2.02'Copies of Documents'.:.:.:.:...... .......... .......;.....................I.............. ....... ...............................8 -2.63-Com'Commencement of Contract Times;Notice,to Proceed...... .............................I.........!........ ...........8 2:04 Starting g the Work..,....................... ......I........................... ........................................................... .......8, 2.05 Before:Starting Construction-2....................................... ....................................i..........................:..8 2.06 Preconstruction.Conf6rence................ ................ ..................:..............I.......:.;............I....................9 2.07 Initial Accepibnc&of Schedules:............ .................. ................... .............................I.......................9 ARTICLES-:CONTRACT DOCUMENTS:.INTENT, 'AMENDING, REUSE....................................................... . . . 9 3.01In ten' i............................... .............. .....:.;.............. ............;.............................................;....... 3.02 Reference Standards................ ....... 11:.:........;................ . .................................... 10 3.03 Reporting and Resolving Discrepancies.......;.; ...... .................... ..............I...... ................10 104 Amending 7ehtin _0 Contract Documents.............�.-; q....:.....:.........................:..................10 f ............ .................... ....!.......... ........ ..........!............ .............10 1`06 06t�se�o D6duments.,..,..., AR.'T16CE-4-AVAILABILITY OF LANDS;SUBSURFACEAND PHYSICAL CONDITIONS"REFERENCE POINTS. 11 ............!................ ............. .......................... ............................I................. 4.01.Availability,of,Land6*...........;......I.......%... ....I......�. ......-..., - ....!... ......I......... ......; ..s.-;1................. ........11 'A 02 Subsurta&e and Physical ........ ......... ...................... ...................... 4 03.'Diffdrihg Subsurfa&g�&Physi6l Cdfiditi6hs.......... ......................... ............................... ......... 1,1 ........ .............. ...12 4'0 R4i6tence-P6ints............. ............ ..... ........!...... .. ............................ ...... . . .................13 4.'06 H aza I rdous.E.hviron I mental Condition 4"S"it-e............................ .............................;�. ........;....... .............13 ARTICLE 5--1B.O-N; DS-A-'N-"D'.1NS U ANC.E, � ............ ... ... .. . . . .. . . -14 5.61'Performance, Ppypent,,jnd:Other,Bond .................... � -.- . . I— - -- . . .: T... .............. . ............. .. .z. .14.... 4 5.02'-Licensed,Sureties and Insurers................................... ....................... ....... 5 Certificates-of Insurance .............................. ...... .0s, - ......... ........v ...... ........ ...........15 '6,64,-'C0' l.T-R'�A-Cf.'T0R"s.*L'i'a'bility-ingurande -: ..... 15 .............^.`.'.'.;.,...1 .................... 5.0 5 j 0 WNER's L ic!b Jlity Insurance ...................... ............................................ 5.06-Prbperty lh�uranc e . .............w... ........................ .......... ....................................16 -5.07J,Waiver bf.Rlghts:...................... .......................................................................................................4...17 ....... .......................................18 ' tance 8f 4o�and,lnsuranpq,_Opfiw to Replace..... .............................. ...... ......18 5.10 Partial Utilization,Acknowledgmentof Property,ths ............ ............... ARTICLE L6',-CCiN-rF�ACTOF�!8.kE9PONSIbILI-fi�8- J ... � 1. 1 -, 11. . -1.- 1 . - . -.1-1-....:..""..... ..... .............. .........t.............................18 6.01 �S(jporvision,and-Siipetint6nd-ence.......;...... ........ 18 ............ ....... .............:..............:...............:18 -6.03"Services, M4teria1s;,-.-and Equiorn6fit........... ................ 9 ............... .6;04 Prb4f6ss Schedule::..............................11....... . ........ .... 6 05 19 Sub,s,titijte,s,�,,aI'id.'"6r-'-E4dals` ................................................ v ............. ....................19 ,6.66 Concerning Subco tractors, Suppliers;" and Others................................. ..........21 00.700--General Codditi&is REV.5-10-13• ' b[Vi§IONPkOlhCiiYlj30--I'R':C'GoU6e.Tmnsferil.bWdH�iiddowm-mtsXkntir,Contract Doc mmtsX00700,Generz]Ce jjbnsRE '101.13A � _Gc, 6.07 Patent Fees and Royalties............... .... .. ...................................... ........:......... ......... .....................21 6.08 Permits................................................. . ............................................................................................22 6.09 Laws and Regulations.........................;. ............................1;.............*................................. .......... ....22 6.10 Tazes....;................................... ....-........ ...... . . ............... .........a................. ......................................22 6.11 Use of Site and Other Areas..................;.... . ..I.........22! . .. ......................................... ....... 6.12 Record Documents..........:.................:..........................!.......:.............. ..........w... . ....................23 6.13 Safety.and Protection ........... ...7... ....... ................. ...................................... - .......:.............................23 6.14 Safety Representative............ .......................................;.................... ........................ ......................23 �6.15 Hazard Communication Programs.............................;.......... - - ..........................;............................z....24 6.16 Emergencies..........;................................. ............. ................;.......:.................;.....................;.24 6.17 Shop Drawings and Samples ............... ..................................................................24 6.18 Continuing the:Work.......................... ...............................................................................................25 6.19 CONTRACTOR's General Wartanty and Guarantee.................:.............:...... ........................ .........25 6.20 Indemnification........................... ............................................. ......... .......... ............... .......25 ARTICLE7 7 OTHER WORK...............;.................................... ......................:.............. ......... .....................................26 7.01 Related Wdrk at Site................I.................I...................... ................................................................ 7.02 Coordination............... ...............................!.. ............. .....a............... .......:...................... ....... ........27 ARTICLE&-OWNER'S RESPONSIBILITIES..................... . .... ............. ...;............ ............ ....................;.......�..27 8.01 Co�nftiunications to Cbntractdr.............. ......... ... ........ ...........I.. ..... .......!..................27 8.02'Replacemeht of ENGINEER........................... .......................... ........I...............................................�.27 8.03 Furnish Data.............................................!...........................................................................................27 8.04 Pay Promptly When Due............................. .... .......................;............................................:; ............ 27 8.05 Lands and Easements, Reports and Tests:..,................. .....;.-. - .........:.;............................................27 8.06 Insurance.................. ....................................... ...........*:..;...... ................;...........................w................27 8.07 Change Orders............- .;.............:.......... ............. ............... ........ ..........27 8.08'Inspections, Tests, and Approvals....:. :._..:::..:.::..........:...::..:...:::.:......:.:... ............;......... ...... ..........27 6.09 Limitations-oriOINNER's Responsibilities...................................:...................................:................27 8.10 Undisclosed Hazaid.ous Environmental.Condition................. ........................ ........ . ....... ...........28 8.11 Evidence of-FinanciaIArrangementsAffanc ements............................................................................................ .ARTICLE 9-ENGINEER'S STATUS DURING CONSTRUCTION...........:............7..................... ....:....................._..28. 9.0I .0 . .1,qWNER'S Representative.................................................. . . ..................... ...................................... ...28 9.02 Visits Site.......... ...................................................................................... ..... ................ ............... 9.03 Project Representative.......................... ...... ....................... ................. ............ ....... -9.04,06iffibations and Interpretations.:.:.,........ . ....... . . ........... ...... ..... ........... ....... ....... .............28 9.05 Authofized-Vahations in-Work::....... ............... ........ .-.*................... 9.06 Rejecting ........... .....................29 ..........z.......... -9.07 Shop Drawings, Changebiii6is and P%ments....................... .............. ......................................29 ,9.08 Detbrmina6f6f L)hit_Pric6'k6rk'.. ..........t............ ............... .........................._...........;..............29 9,09 Decisions.on Requirements,of.Contract Documents and.Acceptabilily of Work................ .........29 9.10 Limitations on ENGINEER's Authority.and'Responsibikies.. .........................a:....;......... 7-.29 ARTICLE 10-CHANGES IN THE-WORKCLAIMS.......................... .......... ............................:.............................30 10.01-Authorized Changes-in-the Work......:... ......;;............. .......... .....;;........;...... .........................;.30 '02 Unauthorized,Changes in-the Wbrk_.-..;..:,...... .....................:........... ............................;...... ....30 10 03 Execution.of Chan- Ofdeis.............:............... ......... ... .............................30 Change . ......... 10.04 Notification to Sure t�....... ................. ...... .................... ........................30 10.05 Claims-and Disputes............................................................... ............ .................!- ................30 00700 lGehefial Uiiditidris REV 5-10-13' 00700 A, �-46ik*.&.�iNdDiE6666MS I" O ON PR'JE-C-rSX'I ii0-_LR'_C.Gub-TmnsFer Hub"drrdn)bid doannadebaster Ccuuma DocumentAW1700-G'emnd Corurni.ons REV 5-10 13.doe ARTICLE 11 -COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK...............................................31 11.01 Cost of the Work................... ..........................................................................................................31 11.02 Cash Allowances................. ...... ....... .. . ......... .... . . .... ....... . .... ........... ...................................33 11.03 Unit Price Work.................. ......... ......... ........... ...... ........... . .... . .... ..... . ......... ............. ....... 33 ARTICLE 12-CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES..............................................34 12.01 Change of Contract Price.... ... ... .............................................................................. .......... .... ....34 12.02 Change of Contract Times .... ......... ................................................ ....... .... ....34 ........... ...... ..... ... 12.03 Delays Beyond CONTRACTOR's Control........................... ..........................................................34 12.04 Delays Within CONTRACTOR's Control........................................................................................35 12.05 Delays Beyond OWNER'S and Contractor's Control.......................................................... ..........35 12.06 Delay Damages...............................................................................................................................35 -ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVEWORK....... ..... .. ............................................................ ....................................................35 13.01 Notice of Defects............................................ ........................ .. .... .... ...... ... ...............................35 13.02 Access to Work................... .................. ......... ....... .... ......... ...... .. . ................ .. ............. ......35 13.03 Tests and Inspections................. ............. .. . ... ....... .... ...................... ...... ......... ......... . .........35 13.04 Uncovering Work....................................................... . .. ..... .........................................................36 13.05 OWNER May Stop the Work...... .......... ................ ................. ... ...... .... . ................................ .36 13.06 Correction or Removal of Defective Work.................................. ..... .............................................36 13.07 Correction Period.......................... ........... .. ............. .... ......... .... ....... ....... ........... ....................36 13.08 Acceptance of Defective Work........................................ ..... ................................. .......................37 13.09 OWNER May Correct Defective Work............................. ............................................. . ...... .......37 ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION.......................................................................38 14 01 Schedule of Values... .. ...... ...... ......................................... .........................................................38 14.02 Progress Payments.......... ................................................................... ..........................................38 14.03 CONTRACTOR's Warranty of Title................................................................................................40 14.04 Substantial Completion...................................................................................................................40 14.05 Partial Utilization..............................................................................................................................40 14.06 Final Inspection...............................................................................................................................41 14.07 Final Payment.................................................................................................................................41 14.08 Final Completion Delayed.................................................. .........................................41 14.09 Waiver of Claims............................................. . .............................. ...................... .......................42 ARTICLE 15-SUSPENSION OF WORK AND TERMINATION.................................................................................42 15.01 OWNER May Suspend Work.........................................................................................................42 15.02 OWNER May Terminate for Cause................................................................................................42 15.03 OWNER May Terminate For Convenience....................................................................................42 15.04 CONTRACTOR May Stop Work or Terminate.................................................. ............................43 ARTICLE 16-DISPUTE RESOLUTION ......................................................................................................................43 16.01 Methods and Procedures.......................................................................... .....................................43 ARTICLE17-MISCELLANEOUS................................................................................................................................43 17.01 Giving Notice......................................................................... .........................................................43 17.02 Computation of Times.....................................................................................................................43 17.03 Cumulative Remedies.....................................................................................................................43 17.04 Survival of Obligations.....................................................................................................................44 17.05 Controlling Law....... ............... . ....... ........................................................ ............ .. .....................44 00700-General Conditions REV 5-10-13 00700-4 F:Public WorkAENGINEERING DIVISION PROJECTSU330.LR.C.GoUne Transfer Hub Acitni lbid documentsWaster Contract Documents100700-General Conditions REV 5-10-13.doe GENERAL CONDITIONS ARTICLE 1'- DEFINITIONS AND TERMINOLOGY 10. Claim--A demand or assertion by. OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other 1.01 Defined Terms relief with respect to the terms of .the Contract A demand for money or services by a third,party is not a A. Wherever used in the Contract Documents Claim. and: printed-with initial or all capital letters; the terms listed below will have the meanings, indicated which 11. Contract=The entire and. integrated -are applicable to both the"singular and plural thereof. written agreement between -Ithe OWNER and CONTRACTOR concerning the Work. The Contract 1. Addenda—Written or graphic instruments supersedesprior negotiations, representations, or issued prior .to the opening of Bids which clarify, agreements,whether'written or oral. correct, or change the Bidding Requirements or the Contract Documents. 12. Contract Documents—The Contract Documents establish the rights and obligations of.the 2: Agreement The written instrument which parties and-include,the Agreement-, Addenda (which )sevid(§nce.of the agreement between OWNER and pertain to the Contract Documents), CONTRACTOR's CONTRACTOR covering the Work. Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the 3: Application for Payment-The forhi Notice of Award) when attached as an exhibit'to=the acceptable to ENGINEER which is to be used by Agreement,,the Notice to Proceed, the Bonds; these 'CONTRACTOR during' the, course of`the Work in' General Conditions; the. Supplementary Conditions; requesting progress or final payments and which is to the Specifications and the Drawings as'the.sarrle-are be accompanied'by such supporting documentation more specifically.identifed.in the Agreement, together as is required by the Contract Documents. with all Written;Amendments, .Change;.Orders,,Work Change Directives, Field Orders, and` ENGINEER's 4. Asbestos—Any material. that contains. written interpretations and clarifications-issued on or more than one percent asbestos and is friable or is° after the.Effective Date of the Agreement. Approved releasing asbestos fibers into _the air above current. Shop. Drawings _and- the .-reports and drawings- of action IeV61s'established by the-United States Occu_pa-- subsurface and-physical conditionsare not Contract tiorlal.Safety.and Health Administration. Documents. Only printed or hard copies-of.the items listed in this paragraph-are Contract Documents., Files 5. Bid—The offer or proposal of 'a bidder in electronicned.ia format of text, data;graphics; and submitted 'on,the_ prescriber] form setting forth the_ the like that may. be furnished by OWNER to prices for the Work-to be performed. CONTRACTOR are not Contract bocuments. 6. Bidding Documents-The Bidding- 13. Contract'Price—The moneys;payable by Requirements:and'the proposed-Contract Documents OWNER, to. CONTRACTOR for completion-of the (including-61i Addenda issued prior to receipt of Bids). -Work in_accordance withthe,Contract-Documents-as stated'in the Agreement:_(subject to theprovisions of 7:. Bidding ire -The paragraph 11.03 in the case of Unit Price Work)`. Advertisernerit or Invitation to ,Bid,-Instructions' to Bidders;.Bid .security. .form, if:any; and-the-Bid form 14..Contr_act..Times—The number of days-or with.anysupplements: -the, dates stated in the Agreement to: -(i) ;achieve, SuBstantial Completion- and (ii)-complete the Work so .8. Bonds-Performance and payment.bonds, -that -it is ready for final payment as- evidenced by and other_instrumerits.ofsecurity. ENGINEER's written recommendation of final pay- ment. 9. Change Order-A document ment recommend- ed by ENGINEER_which is signed by.CONTRACTOR.. -15. CONTRA. CT.OR=The:individual or entity and OWNER-and-authorizes an addition, deletion, or with whom;01NNER has_;entered into ahe_Agree_ment; revision'in the Work or an adjustment-in=the Contract: Price.or the Contract Times,, issued on 'or-after the< 16. Cost_�of-the Work=See paragraph 11.01.A_ Effective Date of..the Agreement. for definition: 00700-General Conditions REV 5-100.13 00700'=5` F:�Public Works�FNGINEPRING DIVISION PROIECTS1t330.LR C Goline.Transrer HubWdminleid doe nientaiWer Contract D6ctfn ndM700.Genera!Conditions REV iI6-t3.doc 27. Milestone-A principal event "specified in 17. Drawings--That part of the Contract the Contract Documents relating to, an intermediate Documents prepared or approved by ENGINEER- completion date or time prior to Substantial Comple which graphically shows .the scope; extent, and tion of all the.Work. character of the: Work to be. .performed by CONTRACTOR. 'Shop Drawings and ;other 28. Notice of-Award-:The written notice by CONTRACTOR submittals are.not,Drawings•as so OWNER.to the"apparent successful bidder stating that defined. upon timely compliance by the apparent successful bidder with; the conditions precedent listed therein, 18.. Effective Date of the Agreement The OVIINER,wiil"sign and deliver the,Agreement. date indicate&'inthe Agreement on:which it becomes. effective, but.if no such date is,indicated,.it means the 29. `Notice;to Proceed-A written notice given date on which the .Agreemerit is signed and delivered by OWNER to CONTRACTOR, fixing the. date on by the last of the_two parties to sign and deliver. which the Contract Times will commence to run and on ,which .CONTRACTOR,;shall,start to perform the 19. ENGINEER-The individual, or entity Work u_nder.-the Contract Documents: named as such in the Agreement. 30' OWNER-The. individual, entity, public ideal-ef body,., or authoritywith -whom: CONTRACTOR has entity "�F8 +^ o _f"..'sh,, entered into the Agreement,and for whom the Work is s�..,;,e� cAlr_inICC0.? ;.;�le.,e.,.�o.,+ -M le-------I. to be'performed. i—esassesiat whe is identiA ^ush-iii--t#e p..... tary 31. Phial Utillzation--Use, by OWNER of,a Ss►ditiei s substantialiy completed part_of.�flie Work for,th6 pur- pose for ,which it is intended (6r"a rep lated urpose) 21. Field, Order--A written' order'issued_ ,by prior t6Sub§iantialCor pl!ion'bf'II theVW,Ork. ENGINEER which requires lmirior changes in 'the- Work but "which, does not involve,,a'-change in the 3Z PCBs_-Polychlorinated biphenyls: Contract Price or the Contract Time_s: 33:-Petroleum-Petroleum,,including crude'oil 22:. General Requirerrfents=Sections of or any fraction thereofu which, is liquid at standard Division" 1 of, the' Specifications:. The General, conditions of temperature and pressure (60 degrees Requirements:pertain to,all,secbdn§`of the Specifics- Fahf6nheit and 14.'Z po6i tls; per` square -'inch tions: "absolute),-,Such-as oil, petroldbr-6, fuel'oil'ioilsludgd;oil refuse, gaS011nei kerosene;, and oil Imixed'w_itil'other' 23...Hazardous Environmental_;Condition-The ;non-Hazardous-Waste:and crude oils. - presencelat'the Site,'of,AsNe tos,.PCBs,' Petroleum,, Hazardous Waste,,- or'•Radioactive Material :in: such! 34'. Project-The'_totah construction= of-which quantities `or circumstances that. .may;,;present W the. Work' to' be- 'performed under :the- Contract ,'substantial dang'erz to' persons_:or. property;.ezposed 'Do drhents`may be the'.whole, or'a part�as may;be thereto in connection with'theWork.. _indicated'elsewhere.in the Contract Docu'rrients: 24. Hazardous .Waste;--The,J< e'rm..Hazardous; 35,Project.Manual=The-bound:documentary Waste shaif have 'the :meaning"provided,in;.Section :information prepared'for biddingg:and c hsttUcting'.the 1004. of the -Solid Waste Disposal' Act (42 USC Work::A.listing of the contents:of.tI*.Project'.Manual; Section 6903)as amended`ftom.time to time: which may'be bound in=4one or .more Volumes,,:is contained in:thie table(s).:of.contents: 25..Laws and Regulations;,.Laws�cr-Regula't ions..-Any,and all 'applicable laws,,. rules; .regulations;; 36. Radioactive.' 'Material-=Source; special crdit ances,codes„and`orders:of'any.and'all-govern-= 'nuclear,, or :bYprodud”material `aS' defined by the mental :bodies, agencies,. ;authorities; and' courts> Atomic Energy'.-Act of 1954 (42.USC Section 20:11 et_; having jurisdiction: seq:)'as:amended,from-time`tatinid. 26.;Liens:=Charges,.. security :interests; or 3T;Resident Project' Representative-The encumbrances,upon Projectjunds- real property; or 'authorized representative of ENGINE ER•-WKd'may'be personal;propeity: assigned'to'the Site:br a0y,.part thereof. .00700'-Genorel 66ndilions REV.510-13 F9Public WorksIENGINEERINGDIVISION PROJECTS11330,LR.C.GoLine Trans(erfHublAdminlbid document Master Contract Documentsl00700-.General Conditions REV 5-10-13.doc' 38. Samples—Physical examples of communications, cable television, water, wastewater, materials, equipment, 'or workmanship that are storm water, other liquids or chemicals,. or traffic or representative of some portion of the Work and which other control systems." establish the standards by which such portion of the Work will.be_judged. 47. Unit Price Work-Work to be paid for on the basis of unit prices. 39.,-Shop Drawings-All drawings, diagrams, illustrations, schedules,:and other data.or information 48. Work—The entire:completed construction which are specifically prepared or assembled by or for or the various separately identifiable-.parts thereof re- CONTRACTOR and.submitted by CONTRACTOR to quired to be provided under the Contract Documents. illustrate some portion of the Work. Work, includes and is the result of- performing ,or providing all labor,. services,- `-and documentation 40. `Site-Lands, or areas -indicated in the necessary toproduce. such construction, and .Contract Documents as being furnished. by OWNER furnishing, installing, and incorporating .all materials -upon which the'Work is to. be. performed, including and equipment into such construction, all as required .rights_-of--way and easements.for access thereto, and by the Contract Documents. such.other lands furnished. by OWNER which are desinated for the use of CONTRACTOR-. 49. Work Change Directive—A- written statement.to CONTRACTOR issued on or after the 41.-Speciftcations—That part of the Contract Effective Date, of the Agreement and signed by Documents consisting of written technical descriptions OWNER and recommended by ENGINEER ordering -of materials;. equipment, systems, standards, and an addition, deletion, or revision. in the Work, :or workmanship as applied to'the Work,and certain responding to differing or unforeseen subsurface or alliin strative.-de'tails applicable thereto_. physical"conditions- conditions under which the Work is, to. be performed or to _emergencies. A Work Change 41--Siubcontractor.—An individual or entity Directive will not change the Contract Price or the having a direct contiact.with.CONTRACTOR or with .Contract Times but'is evidence that the parties expect :any other Subcontractor for the performance of a part that the change ordered or documented by a Work of the Work at the Site. 'Change Directive will be incorporated in a subse- quently issued Change Order following negotiations by 43..Substantial Completion—The time at-- the parties as to its effect_, if any, on the Contract_Price which the Wort- (or a specified part thereof) has or Contract Times: progressed to "the- point where, in the' opinion or ENGINEER,,the Work (or-a`specified part thereof) is .50. Written:Arrrendment—A written.statement sufficiently complete, in accordance with the Contract' modifying the, Contract' Documents, signed: by Documents, -so that the Work (or,a specified part. OWNER.and CONTRACTOR on or after the.Effective thereof).can be utilized for tie.purposes for which it is Date'of the Agreement and-.normally dealing with,the :intended. The terms: "substantially complete" and non-engineering or nontechnical,_rathbr ,than: strictly. "substantially completed"'as'applied to all or part of the construction-related aspects' of the,Contract Docu- 'Woi k-refer to Substantial Completion-.thereof: ments. 44"._Supp%menfary Conditions-That part of 1.02- Tern7inology the_ . Contract Documents ,which amends, or- .supplements r-.supplements these General Conditions. A. .Intent of Certain Terms or;Adjectives .45..-Supplie"r.:A °manufacturer;: fabricator; 1: Whenever.in the Contract Documents the supplier, distributor; mateeialman, or vendor having-a. terms"as allowed,"'"as approved;" or terms of like direct contract With, _CONTRACTOR; -or -with any effect or., irnport-_are used, or the: adjectives Subcontractor!to.furnish materials or equipment to.tie, "reasonable° "suitable;° -`acceptable," "proper," incorporated`in:the:-Work by CONTRACTOR'or: any "satisfactory,'',or.adjectives of:like effector. import Subcontractor: are,used to describe-an action,or,determination-of ENGINEER-as to the Work;itis�intended that,such 46.. Underground: Facilities—Ail underground action"or determinatiorrwill'be;solely to evaluate; in pipelines, -conduits; ducts; cables; rwiresi 'manholes, general, the completed_Work,for-compliance:-with vaults; tanks,. tunnels, or other such -facilities or- the requirements of.and information in tfie Contract attachments, and any, encasernents containing such Documents .and conformance: with the- design "facilities_, including:those.that convey electricity; gases; concept of the completed P_roject_as_a;functioning steam, liquid I petroleum=por roducts, telephone other whole as, shown- or indicated in the, ;Contract 00700=Generel Conditions REV.510-13 00700-7 F:VPubrie WaftIENGINEERING DIVISION PROJECTSM341,R.C:GoLine.Transfer HuMAdminitiid documentsWaster ContreU Documentsl00700-General Conations REV 510.13.doc' Documents (unless there is a specific statement requiring an obligation of CONTRACTOR, indicating otherwise). The use of any such term or "provide' is implied. adjective shall not be effective to assign to ENGI= NEER,any duty'or,authority to supervise or direct E. Unless stated otherwise in the Contract Docu- the performance of the Work or -any duty or merits, words or phrases which have, a:well-known authority to undertake responsibility,contrary.to,the technical or construction industry or trade.meaning are provisions of paragraph,9.101or any-other provision used in the Contract,Documents iri "accordance with of the_Contract Documents: such recognized meaning. B. Day ARTICLE 2-PRELIMINARY MATTERS 1. The word "day" shall constitute a calendar day of 24 .hours measure_d from midnight to the next midnight. 2;01 Delivery of Bonds. C. Defective A. 'When CONTRACTOR delivers the-executed Agreements to OWNER; CONTRACTOR.,shall also 1. The word"defective,"when modifying deliver to OWNER such Bonds-, as CONTRACTOR the word "Work," refers 'to Work that is ,may be required to furnish. unsatisfactory; faulty, or deficient in.ttiat it does not conform to the Contract Documents or does 2.02 Copies of Documents not meet the-requirements of any inspection, reference standard;test, or approval,referred to A. :OWNER shall furnish.to;CONTRACTOR up in the. Contract, Document"§; or has been to ten"copies.of the'Contract;Documents. Additional daoaged. prior to ENGINEER's recom- copies will be fuir%ish_ed upon request at'the cost.of mend_ation of,final,.payment -(unless resporisi- reproduction. bility for the protection thereof has'_ been assumed by OWNER at Substantial 2.03 Comm_ericeinent'of Contract'Tiii e7 s,N6666,_ Completion in accordance with paragraph to Proceed' 14.04 or 14.05). A. The Contract Times will commence to run on' D.- Furnish; Install, P".erform; Provide the thirtieth-day'after the Effectiv.'e'Date of the Agree- ment=or; if:a Notice to Proceetl'is'given on the day 1. indicated,in,the Noticeto Proceed; A Notice to Pro- d6nneGthGA With ' ceed may be'given at any.time within 30,days after-the . Effective Date of the Agreement. In ti eventwill the FnateFF JZ n-F,.eqUIPFAP�t 494MContract Times' commence to. run later ;than' the ninetieth day'after the day. of'Bid`,opening ,or the thirtieth"day after'the'Effective-Date'of the',-- ement, seritiet� whicheverdate:is earlier: _. The ward' "insta;F" "w#aee= sed iii2:04,. .Starfing'the'Work, _ A. CONTRACTOR, shall' start.` to perforrri` the Work,on. the. date' when"the,Contract-Times coo- mence:to.run.. No Wotk-.shall be:dohe,at the:Site prior use. .to the-date on which..the Contract Times�comrrience to run.. X. The- werd& "peFfsFM`' OF q;° wh�R- _ - - 2:05 Before Starting."Construction. S—eF- A. :CONTRA CTORs-'ReVieiw of Contract Docu- ments., Before undertaking each part.of the'Work," +* CONTRACTOR shall carefully study.and compare:the: Contract Documents.,and check "and"verify pertinent 4 'When "furnish;" "install," "perform;' .or figures`therein and'all;applicable field'oeasurements: `'provide- is;.not used in.connection;.with services; CONTRACTOR' shalC promptly report .in=writing ao materials; or equipment' in a. context clearly ENGINEER; any- -conflict;-- error; ambiguity;: or 00700'General Candilians"i2E1%5:10-13: FaPublic WorksIENGINEERtNG DIVISION P.ROJECTS11330 LR.C.Goline Transfer HubWdminibid docUmentsVNasler Contras Doaunentst00700'-General Conditions REV 5=10-13.6o discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from 2.07 Initial Acceptance of Schedules ENGINEER before proceeding with any Work.affected thereby;however, CONTRACTOR shall not-be liable A. Unless otherwise provided in the Contract to. OWNER or. ENGINEER_for failure to ,report any, Documentsi at least ten days before submission of the conflict, error, ambiguity, or discrepancy in the -first Application.for Payment a conference attended by Contract Documents unless CONTRACTOR knew or CONTRACTOR, ENGINEER, and others as appropri- reasonably should have known thereof. ate will be:held to review for acceptability to ENGI- NEER-as_ provided below the.schedules submitted in B. Preliminary Schedules: Within-,ten days after accordance with paragraph 2.05.13. CONTRACTOR the.Effective Date,of the_'Agreement(unless otherwise. shall have an-additional ten days to make corrections specified in the-deneraI Requirements),�CONTRAC- and adjustments and to complete and resubmit the TO_ R shall submit to,ENG_ INE_ER for its-timely review: schedules._ No progress payment shall be made to 'CONTRACTOR until'. acceptable schedules. are 1. a preliminary progress schedule:. submitted to ENGINEER. i indicating:the times (numbers°of days or dates) I for starting and completing the various stages, 1'. The, progress schedule will be of the Work, including any Milestones specified, acceptable to ENGINEER if it provides an in the Contrac_t_Documents;._ orderly progression of the Work-to completion within any specified Milestones and the 2: a preliminary schedule of Shop Contract- Times.. Such acceptance will not Drawing and Sample submittals which MI'list-, impose on ENGINEER responsibility for the each-required submittal acid the times for sub- progress schedule; for sequencing; scheduling, j mitting; • reviewing,: and processing_ such 'or progress of the Work nor interfere with or i submittal', and relieve CONTRACTOR from_ _CONTRACTOR's I 'full responsibility therefor: 3. a preliminary schedule of values for i all of the.Work whicti includes quantities and, 2.- CONTRACTOR's schedule of Shop f prices of items whichwhen added.together Drawing 'and Sample ,submittals will be equal_ the.Contract Price=and subdivides the: acceptable to ENGINEER 'if it provides a f Work into component parts•in sufficient detail to .workable arrangement for reviewing and serve-. as •the- basis for progress,payments, processing the required submittals. i during performance of-the Work. .Such.prices; i will include.an appropriate amount of overhead a CONTRACTOR's .schedule of values i and profitiapplicable-to each item of Work: will be acceptable to'ENGINEER as to,form ' and substance, if, it provides a reasonable G: €vidense..ef lnsdran8e: R _ r^ n `^'^r'- ^ allocation-of_the;.Contract Price to component r }jun Qitn is o+'nrtc:J ( NTR4r`TQR nnd'fllh/AICt]sF,'.II• parts of the VVorli: d ,-+{mac .;+h nnnie +� t, - eaGh 4ivt r t_e�„�et er;.: �s�eaGh i ideRtifiAkfICCE 3-CONTRACT DOCUMENTS: INTENT, + se44atpe,_,ifl ' d -etheF, AMENDING-REUSE. t :nvidnnnn of incr rn�nne uih inh-ni-h^r .�f +hnmnr +nv. ( may " _ . - 3.01 intent' At#isle A . The-. Contract Docuents are. comple- mentary; what is called:for bm y one'is as binding as.if =2.06 Preconstruction Conference called:for by all. B. Ii is the intent-of.the Contract Documents.,to }n r hr r+ "L;efoFe � .1n at the Site is + tedescribe a functionally complete Project(or part there- n, 9* , r -.tp � r_ .+ o_0 to,be constructed in•accordance with the'Contract and i,thpp_ec nc =•.n:+r.:nri�+e-will i... fi.+ld=+n establish-'.,. r _ Documents,. Any labor, documentation, services, I -as to the materials; or- equipment that, may reasonably be , \ni gid;Rn; +n A, 16�ttia`Qr►,od rin� rnf^.rea'+:,;., _ inferred from. `the Contract Documents or from 95, prevailing custom or trade.usage.as being required to- Fand whether produce-the intended,result will be-provided 00706'-Genera!Conditions REV 5-100.13 I F tPubt c WoAcs1ENGINEE(tING OMSION PROJECTS11330 I.R C.Got iris Transfer HubWdm nlbid dowmentslMaster Contract Doaimenls500700-General Conditions REV 5 10.13.doc 1 or not specifically called for at no additional cost to one of the methods indicated in paragraph OWNER. 3.04; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGINEER-for C: Clarifications andinterpretations of the failure to report_ any such conflict; error, Contract.Documents:shall be issued by ENGINEER. ambiguity, or discrepancy . unless' CON- as provided in Article 9.' TRACTOR knew or reasonably should have known thereof. 3.02 Refe_ rence Standards B. Resolving Discrepancies, A. Standards,..Specfcations, Codes, Laws, and Regulations 1. Except as may be otherwise specifically stated in the, Contract Documents, 1. Reference to standards, specifica theprovisions of the Contract Documents shall tions, manuals,. or codes of, any, .technical' take.precedence,in resolving.any conflict, error, society, organization, or association,,or to.Laws ambiguity, or discrepancy between the or Regulations,, whether such, reference be provisions of the Contract Documents and: specific;or by,implicatioii, shall mean the stain- dard, specification, manual, code, or Laws or a.the'. provisions of any standard, Regulations in,effect at the:time of opening of specification, manual, code;. or instruction Bids (or onthe Effective Date of the Agreement (whether or,not specifically incorporated by if'.there were no Bids), except ,as. may be reference in the Contract Documents);or- -otherwise .specifically stated in the Contract Documents:. b. the provisions of any Laws or Regulations applicable to the pe&miance 2. Noprovision of any such standard, of the Work'(unless:such an interpretation of specification„'manual or code,or any instruction' the provisions of'the Contract Documents of a Supplier shall be effective to change the would -result in-violation :of such Law__. or duties or :responsibilities of OWNER, Regulation)' _ _ CONTRACTOR, or ENGINEER, or=ariyof'.their subcontractors,'consultants, agents,.or employ-. 3:04• Amending a_ nd Sdpplernenting Coritiacf ees from those set= forth...in:; the Contract Documents Documents,. "nor:shall any such V-6vis'ion:_or instruction .be, effective.to assign to OWNER. �A, The Cbhtract-Docunientsmay be.'amendedto ENGINEER, or any, of_ ENGINEER's provide for additions,, deletionph s,- d-revision _s in the Consultants, agents,',or,employees,any:duty or Woek'or to modify,-ttie terms and conditions thereof in authority10 supervise,or direct.the performance_ one- or more of the 'following .ways: (i} a. Written of the Work' or any: _duty, or 'authority-__to, Amendment; (ii) :a 'Change` Order; or, (iii) a, Work undeitaket responsibility inconsistent .with the Change DirectiVe. provisions of the-Contract Documents., B., 'The requirements'of..the'ContractDocuments 3:03. Reporting andResolying Discrepancies may be supplemented, and minor variations "and deviations iri-the Work may-be authorized, by_'one or A., Reporting�Discrepancies' more of. the -following ways- (i); a Fieid"Order` (ii). ENGINEER's approval of a.Shop Drawing;orSainple;T 1. Ifduring the performance of ,thee or-.(iii) ENGINEER's written interpretation or clarifi- 1Nork; CONTRACTOR discovers any conflict; cation. error;ambiguity,,or discrepancywithin ahe Con=_- tract Documents_ or, between the ;Contract. 3:05; �Oeuse,ofDocument's Documents and. any provision of'_any Law,-or Regul1 tion-applicable to the.performance;ofahe A: -CONTRACTOR and any_Subcontractor or 1Nork;or of=any standard,,specification;:manual S'uppfier or other individual or entity, performing or or:code, or of+.any:instruction of'any Supplier, furnishing anyrt.of=the Work under,-a director-indirect" CONTRACTOR shall report-it to ENG INEER.in contract with OWNER:;(i) shall not have or=-acqu'i re. writing, at once: CONTRACTOR 'shall not: any title to or:ownership 6' in anyof,ttie Drawings,; Proceed'witti,the-Work affected thereby(except, Specifications;.or other;documents(or':copies`of any in -an, emergency. as required :by paragraph thereof) _,prepared; by 'or bearing_ the seal- of 6:16.A} until an, arnendriient:or,supplement to ENGINEER= or ENGINEER's Consultant,' including: theaContracY Documents;has been issued by electronic media editions; and (ii),:shall not,reuse=.any' 00700='Gsnsral Conditions REV 5-10-13: 00700-a0 'F:1Pubtic Worts\ENGINEERING DIVISION PROJECTS11330.1.R.C.-GoLine Transfer HublAdminlbid"documentsftasterContract Dooame�t$XWOD.General C&nditions REV 5-10-13.d6C, of such Drawings; Specifications, other documents, or ,copies thereof on extensions of the Project -or any 2. those drawings , of physical other project without written consent of OWNER-and conditions in or relating to existing surface,or ENGINEER and- specific written verification or subsurface structures at or contiguous to the adaption by ENGINEER. -This prohibition.will survive Site (except Underground:Facilities) that ENGI- final payment; -completion, and acceptance of the NEER* has used in preparing the, Contract- Work, or ontractWork,.or termination or completion. of the Contract. -Documents. Nothing herein. shall preclude CONTRACTOR-from _retaining copies,of the Contract Documents for record B'. Limited. Reliance 'by CONTRACTOR, on purposes., Technical Data Authorized:; CONTRACTOR may rely upon the general accuracy of the "technical'data" contained in such reports and, drawings,. but such ARTICLE 4-AVAILABILITY OF LANDS; reports and' drawings -are not Contract Documents. SUBSURFACE AND PHYSICAL CONDITIONS; Such"technical-data" is identified in the Supplementa- 'REFERENCE POINTS ry Conditions._ Except. for such reliance on such "technical data,"CONTRACTOR may not rely upon,or make any Claim against OWNER, ENGINEER,'or any of ENGINEER's Consultants with respect to: 4.01 Availability of Lands 1. the completeness of such reports A. OWNER shall.furnish the Site. OWNER shall and drawings for-CONTRACTOR's purposes, notify CONTRACTOR of any encumbrances or including, but not.limited to,;any aspects of the restrictions not-of general- application but specifically means; methods,,techniques;.sequences, and related,to--use'of the Site,-with which CONTRACTOR procedures of construction to be employed by must-comply in performing the Work. .OWNER will CONTRACTOR, .and safety precautions and :obtain in a timely manner and d pay for ea_sements for' programs incident thereto;-or per structures or permanent . changes. in existing facilities. If CONTRACTOR and OWNER are 2..- other data; interpretations, opinions, unable to agree on entitlement to or on tlie.amouiit or' -and information contained in such reports or extent, if any, of any adjustment in the Contract Price shown or indi_c_ate_d�in such drawings;or oe Contract.Times, or_both, as a result.of"any delay in OWNER's-furnishing: the Site; CONTRACTOR may, 3: any CONTRACTOR interpretation of make a Claim• therefor-as provided in paragraph or conclusion drawn from any "technical data" 10:05. or any such -other data; interpretation's;. opinions,or information: B.. Upon reasonable written request;. OWNER shall furnish CONTRACTOR with a current statement 4.03. Differing Subsuiface or Physical Conditions of record-legaltitle.and:legal description of the lands upon which the. Work' -is` .to -be ,performed and A: Notice:. If CONTRACTOR believes'that.any OWNER's-interest therein= as necessary. for -giving subsurface of-physical.coriditiori'at'or contiguous;to' •notice•of or filing a mechanic's_ or-construction, lien the Site_thatiis uncovered.or revealed either: :against such lands in, accordance:•with .applicable _ Laws and.Regulations.- 1: is of such a.nature as to establish. that any "technical data"-on which_CONTRAC- C. CONTRACT OR-shall provide.for all additionalTOR is.entitled to,rely-as;provide6in paragraph lands and-'access thereto that=may-be required for. .4.02`is materially inaccurate;,or• temporary° construction. facilities. or storage of materials_and:equipment: 2. is of'_such a nature as to require a - change:in the'Contract Documents;or. 4.02 Subsurface and PhysicaiConditions 3., differs materially-from that shown or A. Reports and Drawings; The.Supplementary indicated.in the Contract Documents;or Conditions identify. 4. is of° an unusual nature,: and .differs, 1. those reports, of explorations and materially 'from conditions: ordinarily test's, of subsurface_ 'conditions at or contiguous ;.encountered'and;generally recognized as inhe�-, to the ,Site that ENGINEER" has. used in e-nt in-work-of the character providedfor:in_the; preparing.the Conitract,Documents; and Contract;Documents;: 60ibti=Gan era i conditions REV slti-ia. 0000=%i FAPubric WorksIENGINEERING DMSION PROJECTS\1330-I.RC.GoLine Transfer HubVWmintbid documentsWaster Contract Documents\00700-General Conditions REV 5.10-13.doc, TRACTOR prior to CONTRACTOR's then CONTRACTOR shall, promptly after becoming making_ such final commitment;or aware thereof and before further' „disturbing the subsurface or physical conditions or performing any c. CONTRACTOR failed to give the 'Work in connection there with(except in an emergency' written notice within •.the. time and as. re- as required,by paragraph 6.16.A), notify OWNER and quired by paragraph 4.03.A. ENGINEER in, writing about such= condition. CONTRACTOR shall •not further disturb• such 3. If OWNER and CONTRACTOR.are condition or perform any Work in,connection therewith unable to agree on entitlement to or on the (except as aforesaid)`until receipt of written orderto do amount,or extent, if anyi of any adjustment in so. the Contract Price o."Contract Times,.or both, a Claim may be made therefor as provided. in B. ENGINEERs Review: After receipt of written paragraph 10.05_. However; OWNER, notice as.required by paragraph 4.03.A, ENGINEER ENGINEER,. and E_NGINEER's: Consultants will,promptly r'evie'w the pertinent condition, determine shall not be liable to CON_ TRACTOR'.for any the: necessity ,of 'OWNER's obtaining additional claims, costs, losses, or damages (including exploration or tests with. respect thereto, and advise tint not limited .to all. fees and charges of OWNER in.writing (with a"copy to CONTRACTOR)of engineers, architects, attorneys, and other ENGINEER's findings andconclusions. professionals and all:court or arbitration,or-other dispute resolution, costs); sustained by C. Possible Price and Times Adjustments CONTRACTOR on or in connection with any other project or anticipated project. 1. The Contract.Price:"or the Contract: Times; or both;.will,be equitably,'adjusted to the 4_.04•. U_nderground Facilities extent that, the :existence- of such' differing subsurface or physical'condition causes an in- A. Shown or Indicated.•The.information acid data crease or decrease in.CONTRACTOR's cost 'shown or indicated in the Contract•Documents with of 'or .time: required for, performanceof the respect to existing'" Underground Facilities. at. or Work; subject; however,t6the following: .contiguous to the Site is, based-on information and data furnished 'to- OWNER for ,ENGINEER_ by 'ttie a.,such,condition:must rnbet.any one or: 'owners of. such Underground .Facilities, including more of,the=categories described in para- OWNER,; or by others. Unless it is.�`otherwise O. gra4.03.A;and expressly provided in the Supplementary Conditions: 16.-,with respect-to.Workrthat,is paid.for 1., OWNER and ENGINEER shat{ hot on a, Unit, Price Basisi, any 'adjustment in be responsible 'for the 'accuracy or com- Contract Price: wi8" be' subject„_to the p{eteriess of any such information or data;and provisions of'paragrapks:6.,b&and,1.1:03. 2. the-cost of all of,the following will'be 2; CONTRACTOR shall:not,be entitled included'in the:Contradt-Pdce, and; CONTRAC- to any,adjustment, in the 'Contract Price—or- TOR shall have full responsibility-for: Confract Times;if a:reviewing,. and checking; all such _;a.;CQNTRACTOa , knew:, of the information,and data; existence of; such conditions fat the time CONTRACTOR made::a 'final commitment b:locating, -all' Underground Facilities to .pWNER_in.respect`of Contract- rice,and ,shown or- indicated in ,ahe Contract Contract Times by ttie.submission of°a:Bid Documents, or, becoming: bound under• a; negotiated contract;or, c: coordination of the Work” witti, the. .owners ,of such Underground ,Facilities, ti:ithe existence;of such condition could including:OWNER, during construction, and" reasonably ,have; been discovered "or revealed: as a •result',-Of'any-examination; d: the,safety protection,.of:all:such: investigation,; exploration, test; or, study d' Underground,Facilities and repairing any, the Site and:contiguous areas required-by damage`thereto resulting from the Work., the: Bidding Requirements o"• 'Contract Dol:Aenfs,tobe'conducted.byor•for,CON- B: Noi.Shown:orindicafed: bd700-General Conditions REV 5-10-13. 0 = 0700.. 12 F:1Publ c WorksIENGINEERING DNISION PROJECTS11330 LRC.GoLine Transfer HuMAdminlbid documentslMastec Contract Documents10070W General Conditions REV 5 1413.doc- locations, and shall be responsible for the accurate 1. If an Underground Facility is replacement or relocation of such reference points or uncovered or revealed at or contiguous-to the property monuments by professionally qualified Site which was 'not-shown or indicated; or not personnel. shown or indicated with reasonable accuracy in the Contract Documents,CONTRACTOR shall, 4.06 Hazardous Environmental Condition at-Site promptly after .becoming aware thereof. and before further disturbing conditions affected A. Reports;and Drawings. Reference is made to thereby;or performing any Work in connection the Supplementary Conditions for the identification of therewith (except in an emergency as required those reports and drawings, relating to a Hazardous by paragraph 6.16'A), identify the owner of Environmental Condition identified at the Site, if any; such Underground Facility and give written that have been utilized by- the ENGINEER in the notice to that owner and to OWNER and'ENGI- preparation of the Contract Documents:: NEER. ENGINEER willpromptly review,the.. Underground Facility and-determine the extent, B. Limned Reliance by CONTRACTOR on if any, to which a change is-required in- the Technical Data Authorized. CONTRACTOR may rely Contract Documents to reflect and document upon the general accuracy, of the- "technical data. the consequences of the existence or location contained in such reports and drawings, but;such of the Underground Facility. During such time, reports and drawings are not Contract Documents. CONTRACTOR shall be responsible for the Such "technical data" is identified in the safety and protection- of such Underground Supplementary Conditions. Except for such reliance Facility. on such"technical.data,"CONTRACTOR,may not rely upon or make any Claim, against. :OWNER, 2. If ENGINEER concludes that a ENGINEER or any of ENGINEER'_s Consultants with change in.the Contract Documents is required, respect to: a'Work.Change Directive or a Change'Order' .will be-issued, to re_fleet-and document. such. 1., the. completeness lof' such -reports consequences. An equitable adjustment shall and drawings for CONT_RACTOR's purposes; tie made in the Contract Price or Contract including`,, ut not limited to, any aspecfs of the Times; or both; to- the extent that they are, mean's, methods; techniques; sequences; and attributable-to the existence or location of any procedures of construction to'be:employed.;by Underground Facility that wins not shown or, CONTRACTOR and safety- precautions and indicated, or not -shown or indicated with, programs inciden_t thereto;or reasonable "accuracy in• the Contract Documents and that;CONTRACTOR did not 2; other data; interpretations, opinions know'of and could not reasonably have been and inforrriatidn contained in"such reporis'or 'expected'to .be aware of onto have"anticipated:, shown or indicated in such drawings;or If OWNER.and,CONTRACTOR are unable_to: agree.on ,entitlement-toor on.the amount or 3. any-CONTRACTOR interpretation of extent; if 'any,. of-any .such adjustment in or conclusion drawn from any_"technical data" Contract-Price;or Contract Tirnes; OWNER or, or-any such other data,-interpretations;opinions CONTRACTOR may make-a Claim therefor:as or information. provided in paragraph 10.05: C:, CONTRACTOR' shall not be• responsible for' 4.05 Reference Points -any Hazardous Environmental Condition uncovered or revealed.at.the Site:which.was not shown or indicated :A,. OWNER shall provide engineering surveys to -in7 Drawings or Specifications or identified ii%.the establish reference :points for-construction which in 'Contract Documents to be within the: scope_ of"the ENGINEER's _judgment 'are necessary. 'to enable Work'a_ CONTRACTOR:shall be responsible'_for' a CONTRACTOR to proceed :with the Work CON- Hazardous`Environmental Condition created with any TRACTOR shall be responsible for laying out:_the: materials' brought to, the' Site by CONTRACTOR, Work; shall protect; and preserve the established Subcontractors:_Suppliers,.,or anyone else for whom reference points_and property monuments; and shall_ CONTRACTOR is responsible. make no changes orrelocations`without the .prior written approyal-of OWNER., CONTRACTOR shall, D. If .CONTRACTOR encounters. a Hazardous report:to ENGINEER=whenever any reference point or- Environmental -Condition- or `if: ;CONTRACTOR; or property monument is lost or-destroyed or requires anyone: for whom, CONTRACTOR` Is responsible relocation because:of necessary.changes in grades_or creates a.; Hazardous Environmental .Condition, _ 0076j- General Conditions REV 51413 :'60706-- 13, F:1Pubtic WortcslENGINEERING DMStON PROJECTS11330.I.R C.Goline Transfer HubVWm nlbid dowmentslMaster Contract Doa,ments10070D-General Conditions REV 510.13.doc' CONTRACTOR shall ,immediately: (i) secure or or identified in'the Contract Documents to be included otherwise isoiate such condition; (ii) stop:all Work- in: -Within the scope of the Work, and (ii)was not created connection with' such' .condition_ .and 'in any area by CONTRACTOR of by anyone: for Whom affected thereby,(except in an emergency as required. CONTRACTOR is,.responsible., Nothing in this paea- by paragraph 6.16);and:(iii)notify-OWNER and ENGI- graph 4.06.E shall obligate OWNER to-indemnify any' NEER (and promptly thereafterconfirm such notice in individual or,entity from and against the consequences Writing). OWNER' shall promptly! consult with. of that individual's,or entity's own negligence. ENGINEER concerning the necessity for OWNER to retain,a qualified expert to evaluate such condition or H. To theJullest;extent.permitted by Laws and take corrective action, if any. Regulations. CONTRACTOR shall indemnify-and hold 'harmless OWNER; ENGINEER, ENGINEER's E. CONTRACTOR_ :shall, not be required 'to Consultants, and the officers, directors; partners, resume Work in_connection with such condition or]n employees, agents, other consultants, and any affected:area until,after OWNER_ has obtained any subcontractors.-of each.,and any of them from and required permits. related thereto and; delivered to against all claims,. -costs, losses, and. damages CONTRACTOR.written notice:.-(i).specifying that such. (including but not limited to-•all fees_and charges,of` condition and •any'affected area is or• has been engineers, architects, attorneys; and other rendered safe for the resumption of 'Work; or (ii): professionals: and all court or arbitration; or other specifying any, special' conditions.-under which such. dispute resolution costs).arising out of or relating to a Work, may be: resumed safely. If OWNER and, Hazardous Environmental. Condition created .by CONTRACTOR_ cannof'agree as-to entitlement to or- CONTRACTOR or, by- anyone; for whom on the amount or extent, if any; of any.adjustriient in 'CONTRACTOR 'is, responsible. Nothing in this Contract Price or Contract.Times, or both;'as a-result` paragraph 4.06:F shall; obligate CONTRACTOR' to of such Work stoppage or such s_pecial conditions inder-inify any individual or entity from and,against the under' which Work' is agreed to be' resumed tiy. consequences of that individual's.or entity's own negii- CONTRACTOR„ -either party, may make "a Claim Bence: therefor as provided in paragraph 10.05 I:., The.provisions,of paragraphs 4.02; 4.03; and F. t1f after, receiptf of, such written notice' 4:04; are not. intended to `apply to, a' Hazardous CONTRACTOR doesnot-agree.to resum6such.Work Environmental Condition un_co_ve_red_or-revealed:_at the. based on a reasonable belief it is unsafe,.'or does not, Site., agree.,td resume such Work un"der§uch�s_pecial.condi tions,'.then4.OWNER mayorder the portion of the Vltork. that is in-the area affected•'by-such condition to=bel ARTICLE.'5 BONDS AND INSURANCE deleted: from the; Work: If`"OWNER and CON': TRACTOR•cannot,agree'as to entitlement to or-on the': amount,or extent.;if any,-of an adjustment in Contract, Price or Contract.Times�as,a,re`sult of'deleting such. 5.01: Peiformance; P:ayirierrt_and:Other.Bonds portion:of the Work;; then e6er.party,may•make, a,. C 6 'therefor' as 'Provided inparagraph `10.05•, . _-. 4 -Pe. .. ' - OWNER mayhave,such deleted_;portion.-of-the-Work- - ,. -- performed by ,OWNER's,:own, forces ;or others in accordance with•Article::7.. ;G:._ Tojhe fullest extent'permitted by Laws and - Regulations,, OWNER s6l- indemnify and !hold, , harmless; ,CONTRACTOR; Subcontractors, ENGI=: :e)(99pt as pro ;ce NEER, ENGINEER's:, Consultants and `the, officers;, nimp directors; partners,. employees,, agents; other consuitants; and. subcontractors;of-each and any of - them,from=and, against:all claims,,costs, losses;-and. damages: (including, but;not;limited to all, fees and;, B. ,All,,Bonds shall tie in.the form-;prescribed by charges of-engineers,,architects,:attorneys, ano'other the-Contract:Documents.ezcept:as:providedottierwise pfofessionals' ;and, :alt, court,;:or arbitration: or :other ,by-Laws;_or :Regulations; and, shall be executed by dispute resolution.costs) arising out,of:or;relating to a• such sureties,as are named in'the-current list-of-"Com= Hazardous Environmental Condition,. provided that:- pani6s Holding C-erfifcates;of;Authority as-Acceptable § .kH zadous Environmental Condition: (i).was•not, Sureties on Federal; Bonds,land as 'Acceptable shown,or,:indicated iri'the Drawings, -r'Specificatioris, Reinsuring Companies" as published,;in:Circular;570 00700;General Conditions REV 5110-13' .� 00 l4 F:IPublic Wortcs\ENGINEERING DNISION PROJECTS\7330.LR-C.GoClne ir'ansfer.Hub\Adminlbid documentsWaster Contract Ooeumeints\00700_General Candilions REV 5-10-13.doc (amended)_ by the Financial Management Service, 1. claims under workers' compensation, Surety Bond Branch, U.S.. Department of the disability benefits, and other similar employee Treasury-. All-Bonds signed by an agent must be benefit acts; accompanied by a certified copy of such agent's authority to'act.. 2. claims for damages because of bodily injury, occupational sickness or disease, C. If the'surety on any Bond furnished by CON- or death of CONTRACTOR's employees; TRACTOR is declared bankrupt-or-becomes insolvent or its-right-to do business is terminated' in.any state 3: claims for damages because of where-any part of the Project its located'or it ceases to bodily_ injury,- sickness or disease, or death of meet the requirements of paragraph 5.01.13, any person other- than CONTRACTOR'S CONTRACTOR shall within 20 days thereafter employees;. substitute another Bond and surety, bothof which shall comply with the requirements of paragraphs 4. claims for damages insured by 5.01.6.and-5.02. reasonably available personal injury liability coverage which are sustained: (i)by any person 5.02 Licensed Sureties and insurers. as a result of an offense directly or indirectly related to-the employment of such person by A. .All Bonds and. insurance required by, the CONTRACTOR, or (ii) by any other person for Contract Documents to be purchased and maintained any other reason; by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed 5. claims for damages, other than to the or authorized in the jurisdiction in which the Project_is Work itself, because of injury to or destruction located to issue Bonds or insurance policies for the of tangible property wherever located, including limits and coverages so required:. Such surety and loss of use resulting therefrom;and insurance companies shall also meet such additional requi-ements: 3 include completed operations insurance; 1. OsWe—the interests—vi OWNER, 4. include contractual liability insurance ENGIN€ER's Consultants, and any GtheF covering CONTRACTOR's indemnity 4ndiv';daals or entities identified in the obligations under paragraphs 6.07, 6.11, and 6.20; diFestGF6, pa#eeF6, employees, agents, 5. contain a provision or endorsement and any Gf them, eaGh of whem is deemed to that the coverage afforded will not be canceled, have�.. h ,nsuFable interest and shall hQ ;stems materially changed or renewal refused until at an additional insuFed; least thirty days prior written notice has been given to OWNER and CONTRACTOR and to 2. be Witten on awild&s Risk"aI�.11- s;" each other additional insured identified in the Supplementary Conditions to whom a certificate fbFm that shall at least ;RGlude *nsuFanGe4bf of insurance has been issued (and the certificates of insurance furnished by the CONFaFy buildings, false Y�oi:ki and mateFials and - TRACTOR pursuant to paragraph 5.03 will so eFnent i n tFaRSit, and shall insure against at provide); IP Sleast the following peMs OF Gauses of loss; fiFe, ;-k+-;- —4-4-A GG'ferage, theft, vandalism 6. remain in effect at least until final , payment and at all times thereafter when CON- TRACTOR may be correcting, removing, or fmement of --A D—dations, water replacing defective Work in accordance with paragraph 13.07;and lass as may be speGifiGally Fequired by the 7. with respect to completed operations insurance, and any insurance coverage written 3. in ude 111GUFFed in the on a claims-made basis, remain in effect for at UFed-hefty least two years after final payment (andfeesFges-9f CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Conditions, to whom a ent certificate of insurance has been issued, s osatien4a# as evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year mateFials and "ve been thereafter). 5.05 OWNER's Liability Insurance 5. allaw fQF paFtial utilization of the We* maintain at OWNER's expense OWNER's own liabili�f 9er.uments 5.06 Property Insurance _.RGe has been is-sued. A. Unless ethepNise pFevided in the Supple mentaFy GenditieRs, OWNER shall pumhase and 13. OWNER shall PUFGhase and maintain suGh (subjel;t t49 616113h dedUGtible &meunts as may be --A the interests of GWNER, C 1TRhG by Laws and Regulations). This insuraRGe shall; SubGontFaGt9FS, ENGINEER_ €N SIN€€RFs-w„c.i- 00700-General Conditions REV 5-10-13 00700-16 FAPublic Works%ENGINEERING DIVISION PROJECTS11330-I.R.C.GoUne Transfer Hub\Admin)bid dowmentsWaster Contract Documentst00700-General Conditions REV 5.10.13.doc waive all righf_s against each ether and—them deemed to havcan anrshell be , - , , All thp ;. a_PF9VISIqq 9F endorsement.that th and, -in addition, waive all.'SUGh Fig�ts- against GoveFage _ -- �absentrasters, ENGINEER, €A GlNcF= is segs, digesters—partners; pmpleyees, agents, and--etheF ragFaph S, D. OWNER shall not be responsible fogy purchas- ing and maintaining any property insurance specified in this paragraph 5.06 to protect the interests of tea CONTRACTOR; Subcontractors, or others in the issued. Work to.the extent of any deductible amounts that are, identified,in .the.Supplementary Conditions.. The risk B. OWNER waives all, _rights against of loss'within such identified deductible amount_will be- borne by CONTRACTOR, Subconfractors,`or others - ^ suffering-any'such loss;. and if any:of'them wishes - property insurance coverage within the limits-of suchany of them f9F; amounts; each may purchase and maintain it of the purchasers own expense. a. less d--e W bwsiaess into ptidn, le of usother'nnrScnini E. If GONTRAGTOR equests- ih wAt;h, that: •-ari - Whptht�r by-OWNER; . . , 5._07, Waiver of Rights _ , ,.Substantial empletkn-ni-rcunnt I- paFagFapt4 _ .. X4:04, .GF' after finalaymenf `Willnrete6l ljiAW€R, - "I -RAPT-GR, 9lIbG9F;tFadteFs7ENGINEER-- €NGIN€ER's—Gensgl P_ OF 13999eqU-11-1-1 '(and 'the 9ffiGeFS, diFe9tqrs-i qgon;�--asd e�ns;;l�s - - - le _ , �y(�kpq[ipiqs shall GOntain paFtneFs, - Wanis 00700-General Co�tlons REV 510.13 ,00700,=17• F:\Publio WOrks NGINEERING DMSIDN PROJ_ECTS11330 ..R.C.'GoLine Transfer Hub\Adminlbid documentsVAaster Contract Dodiments100700-General Conditions REV 510=13'dod 5.08., Receipt and Application of Insurance and-a Change GFdeF'c-;h.;;Il be is-sued to adjyst the Proceeds A. Arm-insure-4 less Under the—peliGie&e 5.10 Partial Utilization, Acknowledgment,of.. Property lbsurer and iiriade 'payable to_OWNER as inter„ tray A. if OWNER finds;it'necessary to occupyor,use a portion or portions of the Work.prior to Substantial Completion.of all:the Work as'provided in..paragraph 14.05, no such use or occupancy, shall commence before-"the .insurers providing the property insurance pursuant to paragraph 5.06 have:acknowledged'notice Gthef §PPGjaI agreement is , the damaged thereof'and in waiting effected_,any,changes in,.cover- age-necessitated thereby.; The insurers providing the property insurance shall consent by endorsement on priate the policy or policies, but the property insurance shall.' Ghaogip not be:canceled or permitted to lapse on account of FO.. any such partial,use or occupancy. C.. CANNER asFid _ _ -40 - adj,►s aae,puttl?.a _ _ins0FeFs-unIess en ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES' day`s--after—t. _ OWA1€ asasiafy-st�a11-ria 6.01 Supervision and Superintendence iRs Fees nrdnnne 1Aith n1onh 4nrn6.r14n4 6-4 thC; -.. A; . CONTRACTOR'shail,supervise; inspect, and filo ..:.. . direct the Work competently and ,effciently; devoting such attention thereto and applying such skills:and, ii�c� re�c and iF rani iirerl in writii4g At OaFty io expertise as may be necessary to perform the Work in accordance•with_ the- Contract' Documents:_ dON- TRACTOR shall be'solely respor sible.fortlie means; methods; techniques, sequences,• and procedures:of 5.09' Acceptance`of Bonds and Insurance; Option, construction';, but CONTRACTOR, shall' not: be to Replace responsible for -the- negligence: •of OWNER. 'or ENGINEER in the designlor�specification"of a specific " .. means,:method;technique,:sequence;=or procedure of ' Feui= constriction' which is shown or- indicated in and expressly:;required_by the Contract'Documents: CON- . . TRACTOR' shall. be` 'responsible,,to. see, that' the - thp rtanse completed Vllork complies accurately.with"ttie-Confracf Documents. 69 receipt of 'tfae. sei ifsatzs—ter.: etl�er a iQe B. At all•times during the,progress of,the-.-Mork; `GWNER. -CONTRACTO shall assign a competent. resident superintendent -thereto .who shall not-be: replaced without written notice•to OWNER: and :ENGINEER, - except 'under extraordinary circumstances: The ptainSuperintendent will be CONTRACTORis representative'at the Site and'shall.have authority;.to Ger►tra ;' :act•on behalf,of.CONTRACTOR;,AII`communications. given.to,or received from the:superintendent':shall be binding on Ca the re ONTRACTOR: nht 0,14 6.02" Labor,Working Hours: A. CONTRACTOR. shall-; provide, competent; suitably qualified:personnel ao; survey,, :lay out; "and construct the_Work,as,=required:,by_the'Coritract_pocu ()D700'-General Conditions REV 5-1013 - 00700'=18� F9f ubl c WorksIENGINEERING DIVISION'ROJECTS11330 LR C:GoLino.Trarufer HublAdminlbld tlocumentslMasler Contract Documantst00700=General Conditions'REV 5:1 0-13:dod. ments: CONTRACTOR shall at all times maintain ly will comply with any provisions of the General good discipline and order at the Site. Requirements applicable thereto. B. Except as otherwise required-for the.safety or 2. Proposed, adjustments- in the protection of persons or the Work or property-at-the progress schedule that will change-the Contract Site or adjacent thereto, -and. except. as otherwise Times (or Milestones) shall be submitted_in stated-in the Contract Documents, all Work at the Site accordance with the requirements of Article 12., shall be performed during_ regular working hours, and Such adjustments-.may_ only be made by a CONTRACTOR will not permit overtime work,:or.the Change Order or Written Amendment in accor- performance of,Work on Saturday, Sunday, or any dance with.Article 12. legal holiday without OWNER's written consent(which will not .be unreasonably withheld) given ,after prior 6.05 Substitutes and"Or-Equals" written notice to ENGINEER. A. Whenever an item of material orequipment is specified or describedin the Contract Documents by 6.03 Services, Materials, and Equipment using the name of a proprietary-item,or the name of-a particular Supplier, the specification or.description is A. Unless otherwise specified in the General Re= intended to.establish the type, function, appearance, quirements, CONTRACTOR shall provide and and' quality, required. Unless the specificationor assume full re_sponsib'il_ity. for all services, materials, description contains or is followed by words reading equipment, labor,. transportation, construction that no like; equivalent, or "or- equal" item or no equipment and machinery, tools, appliances, fuel, substitution is permitted, other, items.of material or power, light, heat, telephone;water, sanitary.facilities, equipment or material or equipment of other Suppliers temporary facilities, and all other facilities and may besubmitted-to ENGINEER for r review'under the incidentals necessary for the perfo'rrriance; testing, circu_m_stances described below; ,start-up,and cornpletionofthe,Work: 1-. "Or-Equal" ltemIfs- in ENGINEER's B.. All.materials and equipment incorporated into sole dikeetion an item of.mateiia_I or equipment the Work shall'be as specified or,'if not specified,shall proposed- by CONTRACTOR is -functionally be of good quality .and new, except- as otherwise.. equal to that named and sufficiently similar so- provided oprovided in-the Contract Documents. All warranties that no change.in related Work will be required; .and guarantees specifically called for by the Specifica-- :it 'may- lie' considered by ENGINEER as an `tions shall expressly run to'the benefit of dWNER:_. If "or-equal" item; in :which' case. review .and required by ENGINEER; CONTRACTOR,shall.furnish approval -of -the proposed item may, in satisfactory. evidence (including reports of required .ENGINEER's sole Aiscretion,�be accomplished -tests) as to.the-source,_-kind ,and quality,ofLmaterials without compliance with some or all ,of the ,and equipment All materials and equipment shall_be, requirements for-approval of proposed substi- stored;; -applied; installed, connected; , erected, tute-items. For the purposes of_this paragraph" -protected; ` used,; cti cleaned; -and, conditioned' in 6.05.A.1, _a° :proposed_4item of ,rriaterial' "or accordance with •instruons of the', applicable- equipmeht'will be`-considered functionally'equal Supplier,:except as,-otherwise may be provided in°the: �to'an item so named if Co_ ntract Documents- a. in the 'exercise• of: reasonable -6.04 Progress Schedule judgment ENGINEER_determines that, {i):.it ls> at least', -equal. in', quality; durability; A., CONTRACTOR.shall adhere to the progress. appearance,, strength, and design 'schedule established in-;accordance-with, paragraph characteristics; (ii) it;w_ill reliably perform:at 2.07 as it may be, adjusted: timeto time as' 7 least equally well'the function imposed--by provided below. =the-design concept.-of,-the'completed•Project - as,a.functioning.lrvhole;'an ; 1. CONTRACTOR__ shall submit. to ENGINEER for-acce'ptance:(to the e)te-nt:.indi - b: CONTRACTOR °certifies that: (i) .catedlin paragraph 2.07-)proposed adjustments :there is no increase in-cost10 the;OWNER in the-progress_-schedule that.. ;11'not result in and: (ii) 'it,will conform <substantially even changing. the-Contract-Times-,(or Milestones): -with deviations,-to•the-detailed:requirements Such adjustments-will conform generally to the• of -the item named In the" Contract progress.schedule then.in effect•and additional- Documents. 00700-General Conditions REV.5-10-13 .00700-,19 F:1Public wor-WENGINEERING DMSION PROJECTSU3304,R.C:Gofirie Transfer HubWminU9d documenteMaster Contrad Documents=700-General Conditions REV 5;10-13.doc. 2. Substitute Items directly or indirectly from use of such substitute item, including costs of redesign. a. If in ENGINEER's sole discretion-an and claims of other contractors-affected by item of'material or equipment proposed by any- resulting change, all of which will be CONTRACTOR does` not qualify as ;an considered by;ENGINEER in evaluating the "or-equal" item under paragraph 6;05.A:1, it proposed substitute item: ENGINEER'may will be considered a proposed substitute require CONTRACTOR to furnish additional item, data about the proposed-substitute item. b..CONTRACTOR'1 shall submit suffi- B. ,Substitute Construction Methods or Proce- cient information as provided below to allow duces: If a specific means, method, technique; se- EIVGlNEER'to determine that' the_ ifem of• quence, or procedure of construction is shown or material or, equipment proposed is indicated,in and expressly required by the Contract essehtially_equivalent to that named and an Documents, CONTRACTOR may furnish or utilize a acceptable substitute.therefor.'Requests for substitute means, method, 'technique, sequencI.e; or review- of .proposed substitute items of procedure of construction approved by ENGINEER. material or equipment will not..be accepted CONTRACTOR shall.submit sufficient information.to by` ENGINEER' from anyone other than allow ENGINEER, in ENGINEER's sole discretion,`to CONTRACTOR.. determine.that the substitute proposed is equivalent to that expressly called for by the Contract Documents. c. The procedure--for review by. ENGI- The procedurefor review by ENGINEER Will be similar NEER will be. as )set forth in paragraph to'that provided in subparagraph 6.05.A:2. 6.05:A:2.d, assupplemented'in the General Requirements ,and as ENGINEER- may G. Engineers Evaluation: ENGINEER will be decide. Js appropriate, under the allowed a reasonable time,within which to evaluate circumstances. each, proposal or submittal made pursuant to para- graphs 6:05.A, and 6.b5.B. ENGINEER will.be the d. CONTRACTOR shall first make sole�judge.of acceptability:` No"W-:equal"or substitute written.application to ENGINEER for review will be ordered;'instaIIed'or-uiilized until ENGINEER's of a.proposed subsfhute16m of material or review is complete;which will be evidenced by either a ;equipment that CONTRACTOR seeks_'to Change Order' fora substitute- or-an approved.Shop furnisti,or use.. -The:application,shall:certify Drawing.=for an "or equal."' ENGINEER Will advise. -that, the, proposed, substitute item.- will -CONTRACTOR=. in Writing. of .any 'negative perform adequafeiy the, functions- :and determination. achieve the results called for'by:the.general design, be similar in substance to 1hat D. 'Special Guarantee: OWNER may. require specified,.and be suited;,to the;same use as CONTRACTOR, it furnish at CONTRACTOR's ex- that.specified. The application;will,statethe pense a: special performance guarantee or, other extent-,..if any,;to Which the;use.,of theTro= surety,with•(espect.to.any substitute: posed; substitute item will: prejudice CONTRACTOR's achievement of`Substan- E: ENGINEER',, Cost Reimbursement. tial Completion,on time, whettier;or,not use ENGINEER°Wll record',time,;required;:by ENGINEER of tEie proposed substitute°item in the VUo�k and,ENGINEER's,Consultants in.evaluating substitute will;require a';change-in:any,ofthe,Contract proposed.or.subrriitted`:by'CONTRACTOR pursuant.to Documents(or in the;provisions of,anyother paragraphs 6.05:A2; and 6.05,13 and in making direct contract with OWNER`for work on the changes in the ;Contract Documents (or in the Projectj'to,adapt the design'to,the proposed provisions.of any other direct contract with OWNER substitute. item and whether ,:or .not for work.on 6e Project)occasioned thereby.,Whether it incorporation_or:u,e of the proposed substi- or not ENGINEER'approves'a substitute item so pro= -tute,item,in connection with the,Work.is sub- posed or -submitted by., CONTRACTOR, CON= ject}to pal 't of any,license fee or royalty. TRACTOR,, I all reimburse OWNER for the_charges Al %nations 'of "they ,proposed', substitute of: ENGINEER, and ENGINEER's Consultants for item from";that specified Will,be:identifed in evaluating,eachsuch,proposedsubstitute. the,`;application,,,.and available engineering, sales;, maintenance, repair,, ;and F. •COIVTRACTORs°Expense: :CONTRACTOR replacement services'will be indicated; The shall. provide-.all,data :in support.°V any proposed, application will alsddbhtain•an;iteiiiized esti- substitute:or"6r-equal""at.CONTRACTOR's expense, mate:;of all:costs or.credits that,wilL result _ 00700-General bond-ions RE.V 5-10-13• .00700'-20 F.AN&ic,WarkMt NGINEERWGDNISibNP.ROJECTS11330-I.R.CrGoLineTransfer,H66Wminlbiddocumentswastercontract Documants=700:G6neralConditions"REV.5y10-13.doc 6.06 Concerning Subcontractors, Suppliers, tractors, Suppliers, and other individuals or entities and Others performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. A. CONTRACTOR shall not employ any Subcontractor, Supplier, or other individual or entity E. CONTRACTOR shall require all Subcontrac- (including those acceptable to OWNER as indicated in tors, Suppliers, and such other individuals or entities paragraph 6.06.13), whether initially or as a performing or furnishing any of the Work to commu- replacement, against whom OWNER may have nicate with ENGINEER through CONTRACTOR. reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier, or F. The divisions and sections of the Specifica- other individual or entity to furnish or perform any of tions and the identifications of any Drawings shall not the Work against whom CONTRACTOR has reason- control CONTRACTOR in dividing the Work among able objection. Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other G. All Work performed for CONTRACTOR by a individuals or entities to be submitted to OWNER in Subcontractor or Supplier will be pursuant to an advance for acceptance by OWNER by a specified appropriate agreement between CONTRACTOR and date prior to the Effective Date of the Agreement, and the Subcontractor or Supplier which specifically binds if CONTRACTOR has submitted a list thereof in the Subcontractor or Supplier to the applicable terms accordance with the Supplementary Conditions, and conditions of the Contract Documents for the OWNER's acceptance (either in writing or by failing to benefit of OWNER and ENGINEER. Whenever any make written objection thereto by the date indicated such agreement is with a Subcontractor or Supplier for acceptance or objection in the Bidding Documents who is listed as an additional insured on the property or the Contract Documents) of any such Subcon- insurance provided in paragraph 5.06, the agreement tractor, Supplier, or other individual or entity so between the CONTRACTOR and the Subcontractor identified may be revoked on the basis of reasonable or Supplier will contain provisions whereby the objection after due investigation. CONTRACTOR Subcontractor or Supplier waives all rights against shall submit an acceptable replacement for the OWNER, CONTRACTOR, ENGINEER, ENGINEER's rejected Subcontractor, Supplier, or other individual or Consultants, and all other individuals or entities entity, and the Contract Price will be adjusted by the identified in the Supplementary Conditions to be listed difference in the cost occasioned by such as insureds or additional insureds (and the officers, replacement, and an appropriate Change Order will be directors, partners, employees, agents, and other issued or Written Amendment signed. No acceptance consultants and subcontractors of each and any of by OWNER of any such Subcontractor, Supplier, or them) for all losses and damages caused by, arising other individual or entity, whether initially or as a out of, relating to, or resulting from any of the perils or replacement, shall constitute a waiver of any right of causes of loss covered by such policies and any other OWNER or ENGINEER to reject defective Work. property insurance applicable to the Work. If the insurers on any such policies require separate waiver C. CONTRACTOR shall be fully responsible to forms to be signed by any Subcontractor or Supplier, OWNER and ENGINEER for all acts and omissions of CONTRACTOR will obtain the same. the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just 6.07 Patent Fees and Royalties as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in A. CONTRACTOR shall pay all license fees and the Contract Documents shall create for the benefit of royalties and assume all costs incident to the use in any such Subcontractor, Supplier, or other individual the performance of the Work or the incorporation in or entity any contractual relationship between OWNER the Work of any invention, design, process, product, or ENGINEER and any such Subcontractor, Supplier or device which is the subject of patent rights or or other individual or entity, nor shall it create any copyrights held by others. If a particular invention, obligation on the part of OWNER or ENGINEER to design, process, product, or device is specified in the pay or to see to the payment of any moneys due any Contract Documents for use in the performance of the such Subcontractor, Supplier, or other individual or Work and if to the actual knowledge of OWNER or entity except as may otherwise be required by Laws ENGINEER its use is subject to patent rights or and Regulations. copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be D. CONTRACTOR shall be solely responsible disclosed by OWNER in the Contract Documents. To for scheduling and coordinating the Work of Subcon- the fullest extent permitted by Laws and Regulations, 00700-General Conditions REV 516.13 00700-21 F:%Pubfic Works%ENGINEERING DIVISION PROJECTS113304.R.C.GoUne Transfer HublAdminlbid documentsWaster Contrad Documents100700-General Conditions REV 5-10-13.doc CONTRACTOR shall indemnify_ and, hold harmless of. the,Agreement• if therewere no Bids) having an OWNER;,ENGINEER, ENGINEER's'Consultants,,and effect on the cost or time of performance of the Work ifie officers,.directors, partners; emploYees or agents, may be the subject of an adjustment in Contract Price and_other consultants-of each and any,of them-from or Contract'Tirnes. If OWNER,and CONTRACTOR and,against all claims, costs, .losses, and damages are, unable to" agree: on entitlement to or on the (including but not-limited to all fees and charges of amount or extent, if any, of any such adjustment,.,a engineers,, architects,, attorneys, and' other Claim may be made therefor as Provided.'In paragraph professionals and all court or arbitration or other 10:05. dispute resolution costs) arising out.-of:;or relating to any infringement of-patent rights or copyrights incident- 6.1. Taxes - to:tfie use in the.performance.of the Work or resulting from th'e incorporation hAhe Work of.any.invention,; A.. ;CONTRACTOR shall pay all sales, consum- design, process; product, or device not specified in the, er,,-use,,and other similar taxes.required to be Contract Documents.. paid by CONTRACTOR in accordance with the;,Laws and.Regulations of the place of,the 6.08 Permits Project which. are; applicable during the performance of the Work; A., .Unless otherwise provided in .the Supple Mentary Conditions,,CONTRACTOR,shall obtain and B. OWNER'qualifes for state and local sales tax Pay for all construction permits and licenses: OWNER; exemption in,thepurchase of all at and shall assist CONTRACTOR, when necessary, in' equipment.-- 'obtaining quipment:- 'obtaining such permits and licenses-. CONTRACTOW shall pay, all."governmental' charges and inspection 6:_19• Use of Site and Other-Areas fees necessary'for,the.prosecution of'the,Workwhich are:applicable=,at-'the time.of.-opening;of Bids,.or, if A: Limitation on Use of Site:and Other-Areas there are no Bids; on the Effective Date of -the Agreement: CONTRACTOR shall pay.ah charges'bf- Ts CONTRACTOR shall confine utility ;owners for connections `to the. Work; and:: construction' equipment; the storage, df OWNER shall pay;all charges of such utility owners, materials.and�equipriment, and the;operations of for capital" costs` related thereto, such as plant workers to the Site and other'areaspfermitted investment fees. by Laws: and Regulations; and shall not unreasonably :encumber the Site 'and.. other 6.09 Laws,and'Reguiations, areas with construction equipment or other materials or.e0yipment.. CONTRACTOR shall A: CONTRACTOR shall give; all notices and assume full responsibilityfor any 'damagel,to comply with all Laws-and_Regulations'-applicable;to the any =such.land or. `area, `or .to the owner`or perfot• - _mance,of the:Work! ' Except` where .otherwise occupant the'reof- .or'of':any.`adjacent land or expressly,i required ;by applicable, .Laws and- areas-resulting,from' the: performance"of the Regulations;;neither OWNER-nor:ENGINEER.shall'be Wont. responsible for:monitoring CONTRACTOR's compli=: ance with-any-Laws or-Regulations: 2., Should any claim, be made:by;any 'such: owner `or occupant because of the B:, if CONTRACTOR:performs„any.,Wgrk-_know,-; performance dike Work;;.CONTRACTOR shall irig o1 having reason:to know that'it is contrary,;to Laws, promptly_, settle „with 'such other party. by or•Regulations; CONTRACTOR.shall bear all claims;_ negotiation :or. otherwise! resolve the claim„by costs, lo"sses,,,and<darra9es tincluding but-not,;limited' -arbitration or :other dispute:, resolution to all, fees .and ..charges af: engineers ;architects; proceeding or at Caw: attomeys; sand: other professionals and; all court or- :arbitration_or otherdispute;resolution costs):arising out- 3., To the; fullest extent. permitted by of or'relating to succi,Work; however, .'itshall not'be; Laws and Regulations; CONTRACTOR.'shall; CONTRACTORS, primary: responsibility to: make; indemnify, °and hold: _harmless OWNER,, certain. that.the Specifcations and Drawings are in.. ENGINEER,-ENGINEER?s'Consultant; and the accordance with„Laws and.Regulations;,butthis shalt, :officers, directors,;partners;employees,:agents, not relieVe-`CONTRACTOR. of ;CONTRACTOR'S_,: and Bothe-:consuI ltants of each'andany-of-them` obligation&u r-p@ragraph.3.03: from and'against-all claims costs;:losses;�and ;damages,.(including buf not;limited to all,•fees .G: Changes,in.Laws or-.Regulations:not"known at:; F and charges of engineers,:architects;;attorneys, thetime.of`gpening of Bids or.,onthe Effective Date: and other professionals and all, ,courtor OOi00,-General Conditions 'REV 5.10-13 s1E 00700'-22 R%Putilic WorkNGiNEERING DIVISION PROJECTSM304.R.C."dkine Transfer Hub'Admihlbid documCo entsW^ster ntra t Documents100700.General Conditions REV 5-10-13.doc 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 .2. all the Work and materials and equip- any other party indemnified hereunder to the ment=to be incorporated therein, whether in extent caused by or based upon storage on or off the Site;:and CONTRACTOR's.performance of the Work._ 3. other property at the Site or adjacent B. Remoy_a!of Debris During Performance of the -thereto, including-trees,_ shrubs; lawns,.walks,. Work. During the progress of the Work CONTRAC= pavements, roadways, structures, utilities, and. TOR shall keep the Site and other areas free from Underground Facilities not designated for accumulations of waste materials, rubbish, and-'other removal, relocation, or replacement- in the debris. Removal and disposal of such waste materi- course.ofconstruction. als, rubbish,_and other debris shall conform to applica- ble Laws and Regulations. B. CONTRACTOR:shall comply with all applica- ble Laws and• Regulations relating to the safety of. C. Cleaning: Prior to Substantial Completion of persons or property, or to the protection of persons or the Work CONTRACTOR shall clean the Site and property from damage, injury, or loss; and shall erect make it ready for utilization by.OWN ER. At the com- and maintain all necessary safeguards for such safety pletion of the Work CONTRACTOR shall remove from and protection. CONTRACTOR shall notify owners of the Site-all tools, appliances, construction equipment adjacent property and of Underground Facilities and and machinery; and surplus materials and shall other utility owners when prosecution of the e Work may restore'to original condition all property not designated "affect them, and shall: cooperate 'with them in the for alteration_by tiie_ Contract Documents: protection, removal, relocation, ;and replacement of their property. All damage,_ injury, or loss to-any D. Loading Structures: CONTRACTOR shall not-, propeity referred to.in paragraph 6.13.A.2 or.6'.13:A.3 load nor permit any part of any structure to be loaded caused, directly or indirectly; in whole or in part; by in any,manner that will endanger the-structure, nor CONTRACTOR, any Subcontractor, Supplier,, or any .shall CONTRACTOR subject.any part.of.the Work or other individual or entity directly or;indirectly employed adjacent property to stresses or pressures that will by.ahy of them to perform any of the Work;or anyone endanger it. for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage'or-loss 6.12: Record Docunldnts� 'attributable to the fault of Drawings or Specifications or to-the acts or omissions,of OWNER or ENGINEER X. CONTRACTOR shall maintain'in&safe place or ENGINEER's Consultant, or anyone employed by 'at the Site one record copy of all Drawings;Specifica- 'any of_themi or anyone for whose acts any. of_them tions,. Addenda,. Written Amendments, Change may- .be. liable, and not attributable; directly- or 'Orders;.Work..Change. Directives; Field Orders, and indirectly, in whole or in part,,to the-fault or,negligence written interpretations and clarifications in-_good order of,CONTRACTOR-or--any Subcontractor,,..Supplier,,-;or .and .annotated' to show' changes made during other individual or entity directly orindirectly employed construction: These:record' Iocuments,together with by any. of them).. C i TRACTOR's duties and all approved Samples and a7 counterpart of all responsibilities;:for-safety and for protection,of the approved-Shop--Drawings will be available to ENGI- Work-shall continue,until'such,time=as.-all the Work°is NEifk for reference:: Upon_completion-of-the-Work; completed and ENGINEER,has: issued-a .nofice_to these record_ ,documents,, Samples,- and .Shop, OWNER and'. CONTRACTOR in ;accordance: with Drawings Will.be'delivered to ENGINEER-for.OWNER: paragraph 14;07.'B that the- Work is; -acceptable ,(except as otherwise expressly provided in.connection 6,13 Safety and Protection with Substantial Completion). A CONTRACTOR,shall be solely .responsible 6.14- Safety Representative for initiating; maintaining,and =supervising all .safety precautions and programs in connection with the= A., CONTRACTOR shall designate a qualified Work. CONTRACTOR :shall take' all necessary and experienced -safety, representative at the Site precautions for-.the safety of, and shall provide the_ whose duties and responsibilities shall be the necessary protection to prevent damage;injury or loss prevention of- accidents and the maintaining .and to:- supervising of safety Precautions-and programs., 007 -General Conditions REV.510-13 00700-23 _ F:%Pub is WorWENGINEERING DMSION PROJECTSM304.KC.GoUne Transfer HubVWmin%bid dowmentsWaster Contrad Docurnents%00700=Generil Conditions REV 551043.doc- 6.15 Hazard Communication Programs approval of the pertinent submittal will be_at the sole A. CONTRACTOR shall be responsible for expense and responsibility of CONTRACTOR. coordinating; any .exchange of material safety data D. ,Submittal Procedures, sheets.or-other hazard communication 'Information required to be made available to or exchanged be- 1., Before submitting each Shop tween or among employers at the Site'in accordance Drawing or Sampled CONTRACTOR shall have with Laws or Regulations. determined and verified:' 6.16 Emergencies a. all. field measurements,, quantities, dimensions, specified performance:,criteria, A. In emergencies affecting•the safety or protec- installation requirements,. mater ials,.:.catalog tion of persons or the Work orproperty�gt the Site orr numbers, .and similar, information with adjacent thereto,CONTRACTOR is obligated to act to respect thereto; prevent' threatened, damage,, injury, or loss., CONTRACTOR,shall give ENGINEER prompt written b. all materials with respect to.intended notice if CONTRACTOR believes that any significant use, fabrication,shipping, handling, storage;, changes in the Work or variations from the"Contract, assembly; and.installation pertaining to the Documents have been n caused thereby,or,are required performance of the Work; as'a result thereof. If ENGINEER determines,that a change in the•Contract Documents isrequired be c. all .information relative to .means; cause of the .action, taken by `CONTRACTOR in methods; techniques, sequences, and response to such an emergency; a Work Change procedur'.es. of construction and safety. Directive or Change Order will be:issued. precautions_:,and programs;incident-#hereto; and 6.17 -S_ho_p Dr iwin'gs:and'Samples d:.CONTRACTOR shall 'also have A. CONTRACTOR shall submit Shop;"Drawings reviewed- and coordinated each Shop to ENGINEER for*review'and approval in"accordance Drawing or" .Sample with ottier Shop With the acceptable schedule of Shop:Drawings and Drawings and.. Samples and" "with' "the Sample submittals. All submittals will be identified'as requirements-of the Work,and the Contract ENGINEER mayTrequire-and in the:nuriiber of copies: -Documents. specified in.the General. Requirements. The data. shown on -the Shop Drawings wilt be-complete with 2.. Each,submittal.shall,bear a stamp°br respect,to :quantities;, dimensions,. _specifi'e'd ,perFor specific written' indication 4hat•CONTRACTOR mance,and design criteria,.materials,,and similaf•data: has "satisfied CONTRACTOR'S" obligations to show. 'ENGINEER the services,;. materials; and under the !Contract.Documents with"respect to equipment`CONTRACTOR,proposes ;to°provide.and CONTRACTORjs,review and'approval_of.that to enable`ENGINEER to revie'w,:the information.fo�the submittal.. limited purposes,required by paragraph 6:17.E.. 3: At,':the time,of each:subrnitfaL CON= B. ;CONTRACTOR shall-also submit.Samples ta, TRACTOR; shall give; ENGINEER "specific =ENGINEER for review and approval` in accordance: written notice.of,such variations, if any,_;ttiatahe with-1he acceptable schedule of-Shop Drawings and Shop'Drawing or Sample.submitted may.have Sample submittals., Each. Sample�,`will be 'identified 'froni ��the requirements of- the: ,Contract clearly asto,material, Supplier;:pertinent'data,,such:as: Documents,;such notibe' to be in.a,written com= catalog numbers, and,.& use.6,which.intended and, munication separate.from the,submittal;.and, in otherwise as ENGINEERmayrequire_toenable ENGI_=? addition;sshall cause ,;_a specific;notation=to be NEER to;!review,the submittal for-the limited purposes- made on each 8hop`Drawing:.and:Sampie sub- required by paragraph 6.17.E:,The numbers of,each mitted,to:ENGINEER-for;reviewand approval of. Sample:to-be submitted will be as specified in;the: each such variation: Sfic p..eciations. _ ._ E.., „ENGlNEERs Review. C. -Where'a Shop:.Drawing.or,Sampl6,is•requi�edi' by the Contract bocuments�oe'the,�schedu,l ,;of iShop, 1., ENGINEER,, wiH;aimely, review and Drawings:and'Sample' submittais,acceptable:to.ENGI= approve Shop.; Drawings. and -Samples in NEER .as^required:,by, paragraph 2.07,_ any related' accordance .with 'the= `schedule, of= Shop Work_performed prior to:ENGINEER'S review and;; Drawings and Sample:submittals,.acceptgole to: 00700'-General Condiiions REV 5-10-13 00700x:24; F:\P,ublic WorksIENGINEERING DNISION PROJECTS\1330=I.R.C.GoUne Transfer_Hub\Adminlbid documenls_Wasler Contract DocumentsW0700'-General Condilions'REV SL10-13.doc,, ENGINEER. ENGINEER's review and approval will.be only to determine if the items 6.19 CONTRACTOR's General Warranty and covered by the submittals will, after installation Guarantee. or-incorporation in the;Work,-conform to the information given in the Contract Documents A. - CONTRACTOR wairants and.guarantees-to and be compatible with the design concept of OWNER; ENGINEER, and ENGINEER's Consultants the completed Project as a functioning whole as that°all Work will be,in accordance with the Contract a indic_ted by the Contract Documents. Documents and will not be defective. CONTRACTOR's warranty-.and guarantee hereunder 2,. ENGINEER's: review, and approval excludes defects or damage caused by: will.not extend to means, methods,,techniques, sequences, or procedures of- construction 1'. abuse, modification, or improper (except where a particular means, method, maintenance- or-- operation by. persons other technique,. sequence, or procedure of- con- than CONTRACTOR, Subcontractors, stiVetion is specifically and'expressly called for Suppliers, or-any other individual or. entity for by 'the- Contract Documents) or to, safety whom CONTRACTOR is responsible; or: precautions or programs incidedt'thereto. `The review and approval,of a separate item as such 2. normal wear and tear under normal Will: not indicate. approval of the assembly in usage. which.the item functions_ . B. CONTRACTOR's obligation to Perform and 3. ENGINEER's review and approval of. complete the-Work i.h accordance with the Contract Shop Drawings or. Samples shall not `relieve- Documents shall.be absolute: None of the following CONTRACTOR- from responsibility for any will constitute an acceptance of.Work1hat is not in variation from the requirements of-the Contract accordance.with the Contract Documents or a release Documents unless' CONTRACTOR 'has- in of.CONTRACTOR's obligation to perform the Work in writing called ENGINEER'S attention to- each accordance with the Con_tract Documents: such,variation at the time of each-submittal-as required- by paragraph 6.17.D.3 and ENG1-. 1., ob_servatioris_by ENGINEER; NEER has given written approval of each such variation:-by specific written notation. thereof 2. recommendation .by ENGINEER or incorporated in or accompanying the: Shop payment;by OWNER of any progress or final Drawing, .or :Sample approval;' nor will, any- payment; approval . by. ENGINEER relieve: CON TRACTOR. from responsibility. for complying =3. the issuance of a certificate-of-Sub- with the requirements of paragraph 6.17.D.1. stantial. Completion by ENGINEER or. any payment-related.1hereto by OWNER; F. Resubmittal.Procedures 4.: use or occupancy of:the Work or any 1.. CONTRACTOR:_shall make correct: part,th6fbof by OWNER-- Vons-required by:ENGINEER and shall -return the required' number of� corrected- copies of,- 5. any,-acceptance by OWNER or any Shop-;Drawings .and. submit as: requii-ed new' failure to do so Samples ;for review and' approval. CON-- TRACTOR::shall :direct" :specific, -attention in 6.: any review°and approval-oU a Shop writing:to revisions other than the,corrections Drawing or Sample submittal-or the issuance of called for by ENGINEER- -on, previous. a_notice;of acceptability by ENGINEER; submittals, 7.1 any inspection, test_, or: approval by 6.18 Continuing the;Work. others;.or :.._ A. CONTRACTOR shall carry.on,the Work and '8.: any correction of-defective Work by adhere ta.t e-progress schedule during.all disputes or OWNER: disagreements with OW_NER. No--Work :shall. be- -delayed or postponed, pending resolution of, any-- 6.20. Indemnification disputes or disagreements,.-except as:permitted by paragraph 15.04' r as;OWNER and CONTRACTOR A. To the fullest extent permitted by Laws.and- may ndmay otherwise:agree'in writing. Regulations; CONTRACTOR shall indemnify and hold 00700-'General Conditions REV 5-100.13 FIlublic WotkslENGINEERING DMSION FROJECTS\13304.R.C.GoLina Transfer HuMAdmin%bid doaimentsWaster Contract Docurnents100700-General Conditions REV 5=10.13.doC* harmless OWNER,. ENGINEER, ENGINEER's opinions, reports, -surveys; -Change Orders, Consultants, and the' officers, directors,. partners, designs, or Specifications;.or employees, agents, and other consultants and subcontractors of each and any of them from and' 2. giving- directions •or instructions, or against all claims,, costs, losses, and, damages failing to,give them; if that is the primary cause (including: but not limited to all fees and, charges of of the injury or damage. engineers,; architects, attorneys, and other professionals and ,all court or arbitration or other dispute resolution costs) arising,out of or relating to, ARTICLE.7'-OTHERWORK theperfoftaice of the Work, provided that,any such claim,cost, loss;or-damage:'. 7.01 Related Work at Site: 1. is attributable to bodily' injury, sickness, disease, or death, or to inj'u'ry to or A.; OWNER may perform other work related to destruction of tangible property.(other than the the Project at the Site,by OWNER's employees, or let Work:itself); including"the loss of use resulting other direct contracts-therefor; or have other work therefrom;.and performed by;utility;owners. If,such other work is not noted in the Co_ntractbocum_ ent_s,.then: 2. is caused in whole or in.part by any negligent actor omissionof;CONTRACTOR,,. 1.. written notice thereof will be given to 'any Subcontractor, any Supplier, "ora ny CONTRACTOR'06or to-starting,any such other 'individual or entity directly, or indirectly, work;and employed by any'of them to perfiorm any of the' Work,or anyone-for.whose acts any of'them 2. if OWNER°and CONTRACTOR are 'may -be liable; regardless of whether or not. unable 'to"agree on entitlement to or on the caused in part by'any negligence or omission:of amount,.or extent, if'.tin of„any-adjustment in 'an individual,or entity indemnified hereunder or the Contract Price or' Contract Times -that whether liability is imposed.upon.such ihdenini-- should be!allowed as"a result;of such other fled pary by Laws,and.Regulations regardless work, a Claim may, 'be. made'• therefor a's of the. negligence.•of any such individual` or provided in paragrbph 10.05.1 entity.. B. .CONTRACTOR- shall: afford each other B. In�any 'and all claims ,against ,OWNER, or contractor who is a'party�to_such"a direct'contract and ENGINEER .or: any,,of.aheir respective:, consultants,. each utility.,owner (and'OWNER;, if';OWNER is per- agents, officers,;directors; partners, or employees-by :forming the other work with.:OWNER's employees) any, employee (or the survivor or' personal` proper•and;safe access�to.tke.Site.and a reasonable representative.of.such employee) of-CONTRACTOR. opportunity: for: the: introduction and, storage. of any:Subcontractor; any Supplieror,any individual or materials'and equipment and`the execution_=of,tuch tity endirectly=or indirectly,employed:by.any of them to; :other work and.shall properly coordinate the W6(k-.,with perform;.;any of the;Work;.,or-anyone for"whose-acts -theirs: Unless otherwise vioWded,`iri the Contract any of them may. be; liable, the indemnification. Documents, CONTRACTOR shall do all .cutting, obligation under paragraph 6:20;A shall not:be limited` fitting;and�;patching,of the;Work.that;.may be,.req uired in any,'way by anylimitation on the amount,,or,type_of to, properly connect;:or otherwise.rmake_its.:several damages,.compensation, or benefits payable by-or for :parts come together and properly integrate witl ,such CONTRACTOR:or any suchSubcontractor,..Supplier, other work: ;CONTRACTOR.shall'nof endanger.any or'-6th6_ individual-or entity under workers':compen work of..others; by.;cutting, excavating; or:-otherwise, sation 1I.acts,,disability benefit acts; o�-other employee: altering,their•.work,and will.only;cuf.,or;altec(heir work beneft`acts: with;-the written'consent of.ENGINEER.andthe.others whose, work will be;, affected. The: duties and C.' Thee- indemnification obligations; of CON= responsibilities of> ..CONTRACTOR': under this TRACTOR'uhder`paragraph.6:20.A shall nof6ktend toa paragraph are„forthe benefit:of such;utility,owners•and •tlie liability= of ENGINEER and ENGINEER'S: other, contractors fo the _extent that there are Consultants ;or:to the -officers,. directors, partners, comparable provisions -,of,for. the benefit employees;, agents,,^ and _other consultants= and,. CONTRACTOR. in said direct ,contracts, between subcontractors_of each and ariy_of;therri'arising out,of� OWNER. and_ such- .utility. .owners and other contractors.,, 1., ttie,preparationror approyalof,.o�_the failure'to preps e'.or approve; maps, Drawings; 00700-General Conditions�REV'S,10-13' ,��. .... ...,.:.,, 00700'=26' F:.1Pu.blic.Works, lENGiNEE_RINGDIVISION.._.. PROJECTS, .. . N330=1.R.C:Got.ine T'rans'fer HublAdminlbid:dowmentslAAaster Contrad'Dowmenls100700-General Conditions REV 5-10-13.doa' C. If the proper execution or results of any part of 8.03 Furnish Data CONTRACTOR's Work depends upon work per- formed-by others under this-Artide 7,CONTRACTOR A. OWNER shall promptly furnish the data shall inspect such.other work:and promptly report to required of OWNER under the Contract Documents.- ENGINEER in writing any-delays, defects, or deficien- cies in such other,work that render it:unavailable.or- 8.04 Pay Promptly When Due unsuitable for the properexecution and results of CONTRACTOR's _Work. CONTRACTOR's failure to A. OWNER shall.make payments to..CONTRAC- so report will constitute•an acceptance of such other- TQR promptly when, they are due .as provided. in work as' fit- and proper for integration with paragraphs 14.02.0 and 14.07.C. CONTRACTOR's Work except for latent defects and deficiencies in such otherwork.. 8.05 Lands and Easements;Reports.and Tests 7.02 Coordination A., OWNER's duties in respect of providing lands and-easements and providing engineering.surveys to A. If,OWNER intends,to contract with others for establish reference,points are set forth in paragraphs the-performance.of other,work on the Project at-the 4.01 and 4.05. Paragraph.4.02 - refers to OWNER's Site; the following will be set forth_ in Supplementary identifying and making available to CONTRACTOR Conditions: copies of reports- eports of explorations and _tests of subsurface conditions and drawings• of physical 1. the individual or entity who will have conditions in or- relating to existing surface or authority and responsibility for coordination of subsurface.structures at or contiguous to the Site that 'the activities among the various contractors will have been utilized by ENGINEER in preparing the be identified; Contract Documents. 2: the-specific-matters to be covered by- 8.06 Insurance such; authority-: and fesponsibility will. be,. itemized;and A:• OWN ER's.responsibilities, if,any, in respect tb purchasing and maintaining liability and pr6pertyinsur- 3. the .extent of such authority and once dre set forth in Arf_cle 5. responsibilitieswill be.provided. 8:07 Change Orders B. Unless otherwise provided- in. the, Supplementary Conditions, OWNER shall have sole. A. OWNER is obligated td execute Change- authority hange- authority and responsibility for such coordination. Orders as indicated.in'paragraph 10.03.- 8.08 Inspectidns;_.Tests,.and Approvals .ARTICLE 8=OWNER'S RESPONSIBILITIES' - A., OWNER's-responsibility 'in-respectao certain inspections, tests, and 'approvals. is set 'forth in 8.01 bommunkationslo Contractor-- paragraph 13.03.B:, A. Except as ,otherwise, :provided in these 8.09 Limitations.on OWNER's Responsibilities= General_Conditions, OWNER.shall issue all communi- cations-to CONTRACTOR.through ENGINEER. A: The OWNER_shall not supervise, direct,`or have control or authon'4 over; nor'-be responsibleffor, -8.-62 Replacement of ENGINEER• CONTRACTOR's .means, methos, techniques,' se- quences, or.procedures of construction,;or the.safety A. In=case of termination of the:employment of precautions'and programs incident thereto; or for any ENGINEER,. OWNER shall appoint-an- engineer to failure -of-,CONTRACTOR to comply,with Laws,and whom CONTRACTOR makes no, reasonable 'Regulations. applicable`lto the, performance ,of; the objection„ whose status under the ! Contract Work. OWNER -will not. be responsible; =for Documen_is shall-tie that of•the former ENGINEER. CONTRACTOR`s failure, to perform. the Work =in -accordance with the Contract Documents. 00700-General Conditions REV 510-.13 00700-•27_ Fvubric Wor8 G_lNEERING DMSION PR0JECTS113304.R.C.GoLirie Transfer HublAdmin%bid dowmentsWlaster Contract Documenls100700-General Conditions REV 510-13.doc= 8.10 Undisclosed Hazardous Environmental of ENGINEER'S visits or observations 'of Condition CONTRACTOR's Work ENGINEER will 'not supervise,'direct,.control;'or have authority over or be A. OW_NER's responsibility in respect to. an (esponsible`for CONTRACTOR's means, methods, undisclosed Hazardous Environmental Condition is" techniques, sequences, or procedures of construction, set forth in paragraph 4 06 or the safety precautions. and programs incident thereto, or for any failure of CONTRACTOR to.comply 8.11 Evidence of Financial.Arrangements with Laws and. Regulations.. applicable to the' performance!of the Work. A. If and to,the extent OWNER has agreed to furnish I CONTRACTOR =reasonable-. evidence that 9.03 Project Representative 'financial arrangements have-,been made 10 "satisfy OWNER'S obligations.underthe Contract Documents, A. If OWNER and ENGINEER. agree, ENGI= OWNER's.responsibility in respect thereof will be as, NEER will furnish a Resident Project Representative set forth in the Supplementary Conditions: to assist ENGINEER, in providing more extensive observation of-the Work.. The responsibilities and authority and limitations thereon of any suchResident ARTICLE 9,-ENGINEER'S STATUS DURING, Project, Representative.. and, assistants will be as CONSTRUCTION provided in paragraph;9.10 and in the-Supplementary. Conditions. if OWNER designates another represen- tative or agent to represent OWNER at-the Site who is 9.01. 'OWNER'SRepresentative not ENGINEER's Consultant', agent or employee, the responsibilities and authority and limitations-thereon of ,A: ENGINEER will be OWNER's:representative such other individual or entity will tie as provided in the during the, construction period. The duties and,; Supplementary Conditions. responsibilities. and the limitations of authority of ENGINEER ,as OWNER's representative ,during, 9.04: Clarifications,and Interpretations- construction are set"�forik`inl the Contract,Documents: and will not be changed without written consent of A. ENGINEER will issue with _reasonable OWNER and'ENGINEER. promptness such written. clarifications. or'interpreta- ;6 s of the"requirements'of the Conteacfbocuments 9.02_ Visits to Site -as'ENGINEER.may determine ne'cessary,-which shall be`'consistent: With the intent of; and reasonably A. ENGINEER, will make_ visits. to ;the Site at inferable from ttie:Contract Documents. Such written" intervals appropriate to the:va�ious.stages of,consttuc- clarification's and'interpretations wily be binding; on tiara ;as`jENGINEER. deems `necessary in-order to. OWNER.aiid`CONT_.RACTOR. If OWNER and CON- observe asl 'an 'experienced and qualified design' TRACTOR are unable_,to agree:on entitlementb.or;on professional the progress tt at has been made and the: the-amounf-br�extent, if`any, of any adjustment'in°the quality-of the ;Various-aspects, of CONTRACTOR's' Contract Price or.Contract Times';.or both, that sfiould executed: Work Based .on iriforrnati-, obtained lie owed.-as- a_ . resuluof a written' clarification or Ong such Visits and observations,'-ENGINEER,;for interpretation; aClaim may, .be made_ 'therefor, as the`beneft"of''OWNER; will determjrie in general, if 'provided in Work-)i proceeding in.accordance.:witli jfie Con '-tract Documents.. 'ENGINEER-`will not,be required-to -9:05 Authorized Variations in Work make exhaustive or-continuoussinspecbo'ns on the,Site� - to check the, quality or quantity of the. Work.:, A., ENGINEER may,authorize minor variations in ENGINEER's efforts will'be directed toward providing the Work frorim '.the;, requirements of the :Contract for OWNER a'greater degree:of°confidence that the; Documents�which-do,not'involvean adjustment in'the completed Work`wilVd6nform:generally,ao the'Contract Contract.Price_or thei Contract Times and are compati- Documents.., :On' the basis of such- visits and :ble witti the design concept of ttie-completed,Project observations .ENGINEER-Will keep:OWNER informed as,a functioning 'whole as' indicated by the"Contract of the;progress of the Work.and`.will endeaVor.to'guard .Documents: These may,be,accohiplished by-a:Field OWNER-against.defecbve`W6rk. Order-ands will :be�".binding;on;="OWNER;and-:also on 'CONTRACTOR; who:shall perform the:VVork-involved B "ENGINEER's. _visits, and, observations: -are- -promptly. 'If'OWNER'aricfCONTRACTOR are unable subject to all the"limitations on.ENGINEER's-authority. to-,agree on'entitlement,to oron the amount.or extent; and., responsibility�set:forth in paragraph 9.10;., and. -if any; of. any adjustment in._the Contract;I'Price:or particularly, bufi,withouf limitation,.during or as�.a result' Contract;Times;,of"both; as a;result of a Field Order, 00700-General Conditions REV 510=13 '00700.4'28; F:1Public W&I slENG,INEERING DIVISION PROJECTS113WI.PM:GoLina Transfer Hu id doouinentsWaster Coiitmct Do&inits%00700;�General Conditions REV 5-10-1 3.d66, a Claim niay be made therefor as provided in accordance with the provisions of paragraph 10.05, paragraph 10.05. With a request for a formal decision. 9.06` Rejecting Defective Work B: When, functioning as interpreter and,judge under this,paragraph 9.09,__ENGINEER'will-not show A. ENGINEER will have_authority to disapprove partiality to OWNER,or-CONTRACTOR and will not or reject Work which ENGINEER believes to be be liable: in connectionwith. any, interpretation' or defective; or that ENGINEER believes will not produce decision rendered in good faith in such capacity:. The a completed Project"that conforms to the- Contract rendering of a decision by ENGINEER pursuant to this Documents or that will prejudice the integrity of the paragraph 9.09 with respect, to any such Claim, design concept of the completed Project as a dispute, or other matter(except any which have been functioning whole as indicated by the Contract waived by the making or acceptance of final payment Documents. ENGINEER will also have authority to as provided in paragraph 14;07) will be a condition require special inspection or testing of the Work._as precedent 10 - any" exercise by- OWNER or provided in paragraph 13.04,whether or not the Work CONTRACTOR of such rights or remedies as either is fabricated, installed, or completed. may otherwise have under the Contract Documents-or .by.Laws or Regulations in respect of any such Claim, _9.07 Shop Drawings, Change Orders and dis_pute,or other matter. Payments 9.10 Limitations on ENGINEER's Authority and A. In connection with ENGINEER's authority as Responsibilities to Shop Drawings and Samples, see paragraph 6.17. A. .Neither ENGINEER's, authority or .respon- B.. In connection with ENGINEER's authorityas sibility. under this Article 9 or under any other provision to Change Orders, see Articles 10, 11,and 12: of the Contract Documen nts or any decision made by ENGINEER in good faith either to exercise or not C. Irl connection with ENGINEER's authority as exercise such authority. or, responsibility or` the to Applications for Payment,see Article 14. undertaking, exercise; or performance of any authority or responsibility by ENGINEER 'shall create, impose; 9.08_ Determ_ inations for Un_it'Price Work' or give rise to any duty, in contract,.tort, or'ottieiwise owed by ENGINEER to CONTRACTOR,-any Subcon- A_. ENGINEER will determine the actual,gyanti- tractor;any Supplier;any other individual or entity;:or ties:and classifications of Unit Price Work performed to any surety for or.employee or"agenfof any of them. by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's. preliminary B... ENGINEER'Will not supervise; direct;,control, determinations'on such matters .before rendering a or have authority over or_ be responsible. 'for Written decision thereon- (by--recommendation. of an CONTRACTOR's means,..mbthods, techniques; se- Application for Payment or otherwise). ,ENGINEER's quences;,or procedures,of:construction,:or$ie;safety :Written decision thereon Will. be__final and binding precautions and programs incident thereto, odor any (except as'*niodified by ENGINEER-to reflect changed failure:of CONTRACTOR to�'coinply. with:Laws and factual conditions or, more__accurate data)' upon Regulations, 'applicable: to: the performance .of the OWNER and CONTRACTOR; subject to the Work: ENGINEER -will -not be responsible `for provisions of paragraph 10.05. CONTRACTOR's, failure, -to perform=._the. Work in accordance with the,Contract Documents. 9.09 Decisions on-Requirementsiof Contract Documents and Acceptability of Work C: ENGINEER will 'not be, responsible; for the acts or omissionsr of;.CONTRACTOR. or .of any A ENGINEER.will'be.theinitial interpreter=of the Subcontractor, any Supplier, or of any other individual requirements:of-the Contract Documents;and judge-of "or-entity performing any.of the Work: theacceptability acceptability of the 'Work thereunder. Claims; disputes and other matters relating to,the acceptability D.. ENGINEER'sL review of the final'Application of the Work; the quantities and.classifications of Unit'- for Payment and accompanying-documentation and all Price.Work, the interpretation of the-requirements of maintenance and operating instructions;, schedules, -,the Contract Documents pertaining to, the.: :guarantees,. Bonds,',certificates of inspection; tests 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 14.0TA will ,only be•,-to be referred. initially .40 ENGINEER., 1n, ;writing; 'in determine, generally that content complies'=-with the requirements.of, and-in the,.case of certificates-of 00700'-General Condit Ions REV.5.10-13 00'700'=29 FAPublic Works1ENGINEERING WSION PR0JECTS113304.R.C.GoLine Transfer HLONAdmiftid documentsWWaster Contract Daaunents100700:Geral Conditions REV 510-13.doc 'inspections, tests, and �approvals,_that the results 2. changes in' the Contract Price or certified indicate compliance with, 'the Contract Contract Times which. are agreed to .by the Documents. parties, including any undisputed sum -or amount of time for Work actually performed in E; The-limitations.upon.authority and,responsibik accordance with a Work Change Directive;and ityset-foith in this paragraph 9.10 shall'`also-apply to ENGINEER's Consultants; Resident Project Repre- 3. changes in, the -Contract Price. or sentative, and assistants. Contract Times which embody the substance of -any wriften. decision rendered. by ENGINEER ARTICLE-1'0:CHANGES'IN THE WORK;CLAIMS pursuanf.to paragraph 10.05; provided that,.in, lieu.of'executing:any such Change Order; an appeal may betaken from any such decision in accordance.with the provisions of the`Contract 10,.01 Authorized Changes in the Work Documents' and applicable-Laws and Regula- tions, but during any. such appeal, A. Without invalidating. the Agreement and CONTRACTOR shall carry on.'the Works and withoutnotice`to any,surety, OWNER may,at.any time, adhere..to the progress schedule as provided in or from tune to fimeI order additions, deletions, or paragraph 6:18.A. revisions in the Work by a, Written Amendment; a -Change Order,, or a Work^Change Directive. Upon, 10.04 Notification to Surety receipt,of any such document, CONTRACTOR sh_all promptly proceed with'the,Work involved Which',will be A. If'notice of any change affecting the general Performed' under the applicable ;coriditioris -of the scope. of the.Work or the provisions of the Contract Documents(except as-othervirisespecificaily, Contract', Documents .(including, but not provided). 'limited to Contract Price-or Contract Times) is requited by the_provisions,of;any Bond to ,13. If-OWNER and CONTRACTOR are unable to.. be given to 'a sueety; the;giVing of any-such' agree on:entitlement to, or0ni'me.amoum:or extent; if noiice:will`be CONTRACTOR's responsibility:. 'any, of an adjustment in the Contract Price or Contract: The`amount_of beet_; applicable Bond will be Times:oCboth,,that:should be`allowed-as'a result of a. adjusted to reflect the effect: of any such Work_`Change Directive; a Claim °may' be made ,change. 'therefor as.provided in paragr"aph 10.05: 1005 Claims an'd:'Disputes 1U2- Unauthorize'd-Changes in the Work A. Notice— Written, notice .stating the general A. CONTRACTOk.�shall not be .entitled:,to an. nature of each, Claim, dispute,, or other matter increase in;ttie..Contract`.Price or arr extensidnl of-the shall be delivered by the.claimant to:ENGINEER Contract:Tunes'with�respect,Jo any work'parformed, and.the other..party to the,-Contract promptly(but ;that Is,-not required. by:the.�Contract=Documents, as. in no"event later.than 30,days) after the start of amended, modified,;or_supplemented:as:provided ,in!fhe.evenigiving risethereto:,.Notice,of the amount paragraph'3:04„except,irn ttie;case.of an'"emergency` or extent of the. Claim; dispute, or;_oI her:;mafter 'as provided: in paragraph 6616 or -in, tiie,-case; of with. supporting data._shall':be• delivered to' the -uncovering Work,as;provided'n paragraph 13:04;13: ENGINEER ;and the:other party'ao,the-'Contract within 60-days after thestart of such event(unless i0.03 Execution of.Change Orders ENOINEER,=allows additional time for,claire ant'to submit additional.or mo(e:accurate data;.in support A.. OWNER _and'CONTRACTORS shall.execute: of such Claim; dispute;or other matter). Achim appropriate;Change:Orders'recommended:;by ENG1=, for an, adjustment 'in Contract Pnce shall' be WEER--(6'r-'Witten,Amendments)covering:. prepared in; accordance with the provisions:.of paragraph 12A1.B,: 'A Claim-for an;,adjustmentin' 1. changes =in_,the Work°which are:: (i), Coritract'Timeshall be prepared",in'.accordance .ordered '`by OWNER pursuant,, to. with rthe-provisians,;of paragraph,.1 Each 10.01.A,;(ii)„required;because7,ofaccepta6ce6f Claim;shall,be;aecompanied by°claimant's;written defective 1Nork under paragraph 1108.A,or statement;;ihai the, adjustment, claimed is; the 0WN>=R's correction of,_defective,Work-under. entire;adjustment to which.the-claimant:believes.it paragraph 1.3A9,. .or (iii) ,agreed; to, by, the: is:entitled;as.a•result,ofsaid__event; The.opposing parties;, party shall submit any:response fo,:ENGINEER and.the>claimantwithin 30Aays;0fter:receipt,ofahe 00700'-General'Condilions REV�'IU-13 F:1P.? Nc wo1,\ NGINEERING,DIVISION PROJECTS11330-I.R.C.GoUne.Transfer Hu&6ninlbid documentswaster Contract Documents\00700--General Conditions REV 5-10=13.doc. claimants last submittal (unless ENGINEER the- Work,, the, costs to be reimbursed to allows additional time). CONTRACTOR will be only those additional or incremental costs required because of the_change in B. ENGINEER's Decision: ENGINEER. will the Work or because of the event giving rise to the render a formal decision in writing within 30 days after Claim.. Except as otherwise, maybe. agreed ;to in receipt of the last submittal of the claimant or the last... writing-by OWNER; such costs shall be in amounts.no -submittal.of the'opposing party, if any. ENGINEER's higher than those prevailing in the, .locality of the written decision on. such Claim, dispute,. or other Project; shall include only -the ,following items, and matter will be. final and binding upon-OWNER and shall not include;any of`the costs itemized in para- CONTRACTOR unless: graph 1.1.01.B. 1. an appeal from ENGINEER's 1. PaYF911—costof49F eFADIEwopc-�„e decision is taken within .the time limits and in accordance with the dispute. resolution .procedures set forth in Article 16;or Glassi€Gati_ CONTRACT R. S�Gh 2,. if no such dispute resolution , .procedures have been set forth in.Article 163.a written notice: of intention to appeal from - ENGINEER's written decision_ is delivered by fyll time !he We* shall be app6i4iened en OWNER or CONTRACTOR to the other and to the basisi n-f their tiOe spent.on the, VVGFk. ENGINEER. within 30 days-.after the date of , sucti.l decision,., and a formal proceeding is instituted by the appealing, party in a forum of competent jurisdiction within 60:days-after.the GGnttibutiens, unemoloyment, exbisrb, date of such decision or within 60:days after - , Substahtial Completion, whichever is later (unless otherwise agreed in writing by OWNER and CONTRACTOR), to exercise-such rights or` koutside. of remedies`as.the appealing party may have withf respect.to-such Claim, dispute,,or other matter heIidaysFs4II.b16 in• .accordance with applicable- Laws. and . Regulations. 2. Cost_of all materials and equipment C: If ENGINEER does not render: a formal. furnished and incorporated in.-the Work;includ- decision in writing within the time stated in paragraph ing costs of transportation and storage'ttlereof; 10.05:13, a decision,denying the Claim in its entirety and Suppliers' field sere"ices required in shall be deemed;-to have been issued 31 days after connection therewith-. All cash discounts shall receiptoflhe last-submittal of:the claimant or the-last accrue to CONTRACTOR- unless OWNER submittal of the opposing party,'if:any. deposits.funds.with-CONTRACTOR,with►which to`make, payments, .in which-case-the cash p: No,Claim for.•an.adjustment in:Contract:Price; discounts shall'accrue to OWNER. All trade or,Contract Times.(or:Milestones) will be-valid if not: discounts,: rebates and' refunds; and- returns submitted in accordance with this paragraph 10.05. from-sale of'_surplus materials and equipment r shall accrue to-OWNER,.;and CONTRACTOR shall' make: provisions so.-that they- may ay be ARTICLE•11 =COST OF THE WORK;=CASH ob_tained_, UNIT'PRICE'WOR ALLOWANCES; K- 3, Payments=made by CONTRACTOR to Subcontractors. -for Work- performed .by _91.01 Cost-of the Work Subcontractors. If required by-OWNER,.CON- TRACTOR shall obtain competitive bids,from -A. Cosfs Inciuded: The term Cost of the;Work, subcontractors acceptable. to OWNER and means-the-sum of,all costs necessarily.incurred and, CONTRACTOR and-shaH."Aeliver suck bids to paid by CONTRACTOR in the proper performance,of OWNER, who will .then determine; _with tie the.Work: •Whenthe.value of•any Work covered by a: advice of•ENGINEER,-which.bids,if any,,will.be Change Order-or-when a_Claim for an adjustmentin'. acceptable: If.anyrsubcontract`provides that the Contract.Price_is_determined on-the basis of'Cost,of, Subcohifkfor-is:to be paid on the basis-of Cost, 00700-General CondiOon's REV 5-10=13 .- --------- F:1Public --NG-- -D----S10N -PROJEC-- WorksIENGINEERIMTS11330-I.R.C:GoLine Transfer HuMAdmiftid doaanentMaster Contract Documentsl00700:General Conditions REV.5-10-13.doc, of the Work plus a fee, the Subcontractor's tained by CONTRACTOR in connection with Cost of the Work and fee shall be determined the performance of the Work (except losses in the same manner as CONTRACTOR's Cost and damages within the deductible amounts of of the Work and fee as provided in this para- property insurance established in accordance graph 11.01. with paragraph 5.06.13), provided such losses and damages have resulted from causes other 4. Costs of special consultants than the negligence of CONTRACTOR, any (including but not limited to engineers, Subcontractor, or anyone directly or indirectly architects, testing laboratories, surveyors, employed by any of them or for whose acts any attorneys, and accountants) employed for of them may be liable. Such losses shall services specifically related to the Work, include settlements made with the written consent and approval of OWNER. No such 5. Supplemental costs including the losses, damages, and expenses shall be following: included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. a. The proportion of necessary trans- portation, travel, and subsistence expenses of g. The cost of utilities, fuel, and sanitary CONTRACTOR's employees incurred in dis- facilities at the Site. charge of duties connected with the Work. h. Minor expenses such as telegrams, b. Cost, including transportation and long distance telephone calls,telephone service maintenance, of all materials, supplies, equip- at the Site, expressage, and similar petty cash ment, machinery, appliances, office, and items in connection with the Work. temporary facilities at the Site, and hand tools not owned by the workers,which are consumed i. When the Cost of the Work is used to in the performance of the Work, and cost, less determine the value of a Change Order or of a market value, of such items used but not con- Claim, the cost of premiums for additional sumed which remain the property of CON- Bonds and insurance required because of the TRACTOR. changes in the Work or caused by the event giving rise to the Claim. C. Rentals of all construction equip- ment and machinery, and the parts, thereof j.When all the Work is performed on the whether rented from CONTRACTOR or others basis of cost-plus, the costs of premiums for all in accordance with rental agreements approved Bonds and insurance CONTRACTOR is by OWNER with the advice of ENGINEER, and required by the Contract Documents to the costs of transportation, loading, unloading, purchase and maintain. assembly, dismantling, and removal thereof. All such costs shall be in accordance with the B. Costs Excluded. The term Cost of the Work terms of said rental agreements. The rental of shall not include any of the following items: any such equipment, machinery, or parts shall cease when the use thereof is no longer 1. Payroll costs and other compensation necessary for the Work. of CONTRACTOR's officers, executives, princi- pals (of partnerships and sole proprietorships), d. Sales, consumer, use, and other general managers, engineers, architects, similar taxes related to the Work, and for which estimators, attorneys, auditors, accountants, CONTRACTOR is liable, imposed by Laws and purchasing and contracting agents, expediters, Regulations. timekeepers, clerks, and other personnel employed by CONTRACTOR, whether at the e. Deposits lost for causes other than Site or in CONTRACTOR's principal or branch negligence of CONTRACTOR, any Sub- office for general administration of the Work contractor, or anyone directly or indirectly and not specifically included in the agreed upon employed by any of them or for whose acts any schedule of job classifications referred to in of them may be liable, and royalty payments paragraph 11.01.A.1 or specifically covered by and fees for permits and licenses. paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the f. Losses and damages (and related CONTRACTOR's fee. expenses) caused by damage to the Work, not compensated by insurance or otherwise, sus- 00700-General Conditions REV 5-10-13 00700-32 P%Public WorksIENGINEERING DIVISION PROJECTS11330-I.R.C.GoUne Transfer HuMAdmintbid documentsWaster Contract DocumentS100700-General Conditions REV 5-10-13.doc 2., Expenses of CONTRACTOR's princi- 2. CONTRACTOR's costs for unloading pal. and branch. offices other than and handling on the Site, labor, installation CONTRACTOR'S office at the.Site. costs, overhead, profit, and other expenses contemplated for the allowances, have been 3. Any part of CONTRACTOR's capital included in the Contract Price and not in the expenses,. including interest on allowances, and no demand for additional CONTRACTOR's capital employed for the payment on account-of any of the foregoing will Work and charges-against CONTRACTOR for be valid. delinquent payments. B. Prior to final payment, an appropriate-Change 4. Costs due to the negligence of CON- Order will be issued as recommended by ENGINEER TRACTOR, any Subcontractor, or anyone to reflect actual amounts due CONTRACTOR, on directly or indirectly employed by any of them or account of Work covered by allowances, and the Con- for whose ac_ts.any of them, may be liable; tract Price shall be correspondingly.adjusted. including but not limited to, the correction of defective Work, disposal of materials, be, 11.03 Unit Price Work equipment wrongly supplied, and making good any damage to property. A. Where,the Contract Documents provide that all or part of the Work is to be-Unit Price Work, initially 5. Other overhead-or general expense the Contract Price will be deemed to include-for-all costs of any kind and the costs of any item not Unit Price Work an amount equal to the sum of the specifically and expressly included in unit price for each separately identified item of Unit paragraphs_ 11.01.A and 11.01-.6: Price Work times the estimated quantity of each item as indicated in the Agreement.. The estimated C. CONTRACTOR's•Fee: When all the Work is. quantities of items of Unit Price Work are not guaran- performed on the basis df cost-plus,CONTRACTOR'S teed and.are solely for the'purpose of comparison of fee shall be'determined asset forth in the Agreement: Bids-and determining,-an initial Contract Price. Deter- When the value of-any Work.covered by a Change minations of the actual quantities and classifications of Order'or When:a Claim for an adjustment in Contract Unit Price Work-performed by CONTRACTOR will be Price is determined'on the,basisof Cost of the-Work; made by ENGINEER subject to -the. provisions•-of CONTRACTOR's fee shall be_detibmiined as set,forth paragraph 9.08. in paragraph 12.01.0 B.: Each unit-price'will be deemed-to.include.an D: Documentation: Whenever the Cost of the- amount considered by CONTRACTOR to be: ade- Work for any purpose:is to be,determined pursuant to quate to cover CONTRACTOR's.overhead and:profit paragraphs-1 1.01A and 11.01.B; CONTRACTOR Will for each,separately identified item: "establish'and maintain records.thereof-in accordance:. with: generally accepted accounting practices and- C, OWNER or CONTRACTOR. may, make a submit ,in. a- -form -acceptable to"ENGINEER: am Claim for-an adjustment'in'the Contract Price in actor- itemized, cost` breakdown 'together with -supporting; dance with paragraph..,10:05 if: -- 1. the quantity of-any item of Unit.Price 11.02 Cash Allowances Work- performAC ed by CONTRTOR. differs materially and signiificantly`from .the estimated A It is understood that-CONTRACTOR-_has;in-- quantity of such item indicated in the cluded in the�Contract Pnce;all allowances so'named Agreement;>and in the.Contract.Documents and shall cause the-Work so covered to be performed for such.sums-:as may be. 2.. thereis nocorrespondingadjustment acceptable to OWNER and ENGINEER. with respect`any'otheritem"ofWork;-and CONTRACTOR agrees that,. 3. if CONTRACTOR believes that 1. the°allowances include the cost to- CONTRACTOR is,entitled to an increase in CONTRACTORk (less any. applicable, -trade. Contract Price:as a result of, having incurred :discounts)_of materials and'equipment required, additional expense; or--'OWNER believes that by theallowances._to be delivered at the.Site,, OWNER is entitled to a decrease in Contract and all-applicable taxes.-and Price and the pafies are_unable to agree_as to the.amount of any such increase or decrease..- 06700'Genesi Conditi0ris REV Sii-13 FAPublic WoftXENGINEERING DIVISION PROJECTS\13304.R.C:GoUne Transfer Hublgdniinlbid documentsVA star Contrad Doouments100700-General Conditions REV 510-13:doc' ARTICLE 12-CHANGE OF CONTRACT PRICE; c: where one or more tiers of subcon- CHANGE OF CONTRACT TIMES tracts are on the'basis of Cost of'the Work .plus,a fee and no-fixed fee,is agreed.upon, the intent,of paragraph '12.01'.C.2.a'is!that 12.01 Change,of Contract.Price 'the Subcontractor who actually pe"dorms the Work, at-whatever tier,will be paid a'.fee .A. The.Contract Price may only be changed-by a of 15 percent of the costs incurred by such, Change Order or by a Written Amendment. Any Subcontractor under paragraphs 11.01.A:1. Claim for'an adjustment in the Contract Price-shall-be, and: 11.0.1.A.2 and: that any higher, tier based on.written notice submitted by the party making 'Subcontractor and CONTRACTOR ,will the Claim to the.ENGINEER and the other party to the each be paid a fee -of five percent of the Contract.in..accordance With the provisions.of para amount paid,to the-next lower tier Subcon- graph_10.05. tractor; B:, The,dalue of any Work covered by'a Change- d. no fee shah be' payables on the Order or of any Claim foi an adjustment. in the basis,of costs itemized under paragraphs Contract Price will be determined as follows:' '11.01:A.4,.11,.01.A.5,and 11.01.B; 1. where the Work involved is.covered e: the amount of credit:tb be allowed by unit prices.. contained in the Contract by CONTRACTOR "to OWNER for any Documents, by application of such unit price charige,'which results in a.net decrease in, the quantities.of the items involved (subject to: cost will 6e `the arriourit,of the actual net' the provisions.of paragraph 11.03);or decrease in cost plus a- deduction in CON TRACTOR's fee by an, amount equal 2. where-the.Work.involved is not coV to five pe�cerit ofsuch net decrease;and ered,by unit prices:contained,in-the:'.Coriteact Documents, by a mutually agreed lump sum f. when both additions and credits are (which''may include an allowance for overhead inVolved in anyone change,, the adjustment and profit .not,necessarily in accordance,with in-CONTRACTOR'S fe'e shall be.computed' paragraph.12.01:C.2); or on the basis 'of- 'the 'net change: `in accordance, ;with paragraphs 12.0.1.C2:a 3. where the Work involved is not"cov. through 12:01,.C.2:e;inclusive: ered by unit, prices ,contained: in-the;Contract Documents arid'agreement''to a. lump sum 'is,; 12.02= Change of Contract Times• not reached.under-paragraph 12:01.8:2-, on-the,- basis of the Cost of'the Work (determined as, A. The•Conteact:Times (or Milestones).May body„ provided in paragraph; 11,01) 'plus: -a, be changed by, a. Change :Order or, by a :VVritten- CONT;RACTOR's fee for overhead and'profit Amendment.. Any Claim.,for_ari:Adjusiment<in' the; (determined'as,provided;in paragraph 12.011C). Contract Tunes _'(or. Miiestones) st all be based`.on ,written notice.."submitted;by the,partyrnakingthe claim C: CONTRACTORs. :Fee: The to'�the ENGINEER,and the other:party to the Contract. CONTRACTOR!s-fee-forr.overhead and profit'shall be in accordance with the.provisions of paragraph'1'0.05: deterrhined,as follows:, B Any adjustment of"the.-Contract Times (or 1. a,mutual) acceptable- xed fee;,or- Milestones) covered,,�by.a Change Qrcier or of,any .Claim, for an adiustment .in the Contract Times'.(or 2: if a.fixed fee isnot agreed upon; then Milestones)-will,be-determined in accordance with.the. a fee:based on the following percentages.of the provisions of-this Article,lZ, various portions.of the Cost of,the:Work. 12.03' Delays_Beyond,.CONTRACTOR's Controll .a., for costs. incurred under para- graphs, 11.01 A 1 and 11:0.1;,A:2, the -A: Where 'CONTRACTOR Is _prevented ,from, C_ONTR_ACT,OR'sfee shall:be 15 percent; completing,any part of the 1Nork Within ahe Contract; Times (or Milestones);:due lo,delay beyond the;control: b. for costs incurred,uritler`paragraph of CONTRACTOR; the Contract Times., (or 11.01'.A.3 :-the: as provided in paragraph-12.02.A. Delays beyond the ARTICLE 13-TESTS AND.INSPECTIONS; control of CONTRACTOR shall include, but- not be CORRECTION, REMOVAL OR ACCEPTANCE'OF limited to, acts or neglect by,OWNER, acts or neglect DEFECTIVE WORK ,of u6lity,owners.or other contractors performing_other° work-. as contemplated by Article 7, fires, floods; epidemics, abnormal weather conditionsi or acts of 13.0. 1 Notice of Defects God_. A. Prompt notice of all defective..Work of which 12:0.4= Delays Within"CO_NT_ RA CTOR:s.'Contro_l OWNER or ENGINEER has actual knowledge will be given to CONTRACTOR. All defective.Work-may be A. The Contract-Times(or Milestones)"will not be rejected, corrected,•or accepted_as provided;in this extended due to delays within the control of Article-11 CONTRACTOR. Delays attributable to-and within the, -control' of. a Subcontractor_ or Supplier shall be 13.02 Access to Work deemed_ to be delays within the control of CO__NTRAC- TOR''. A.- OWNER; ENGINEER, ENGINEER's Con- sultants, other representatives ,and personnel of 12:05 Delays Beyond OWNER's a_ rid OWNER, independent testing laboratories, and CON_TRACTOR's,Contiol governmental agencies with-jurisdictional'interests'will have access to the-Site and the Work°at reasonable A Where` CONTRACTOR is prevented from 'times for their-observation; inspecting, and testing. completing any part of*the Work within the,Contract- CONTRACTOR.TOR.shall provide them proper and safe Times�(or Milestones) due to delay beyond.the control conditions for .such access -and advise them of of both OWNER_and CONTRACTOR, an extension ofCONTRACTOR's Site ' safety* procedures. .and the Contract: Times (oc Milestones) in .an amount programs so that "they may comply: therewith* as equal to. the:time lost-due to such delay`shall be' applicable. CONTRACTOR's sole and exclusive remedy for.such "delay. 13.03 Tests and.lnspections 12.06, Delay Damages- A. CONTRACTOR:"shall give.ENGINEER.timely notice of readiness of the Work for all required A. In..no eventstiall OWNER or ENGINEER be.. inspections, :tests, or approvals:-and shalLcooperate liable-.,to- CONTRACTOR; any- Subcontractor, any with 'inspection -and testing, personnel to facilitate Supplier, or any otherr person or organization;or to any' required.inspections or tests: surety.-for-or`employee or:agent of any of.them; for damages-arising out of or resulting from:. B:. 1. delayscaused by or within-the control , of.CONTRACTOR;;or . 2. _ delays- beyond' the. control of both. ,OVVNER.and CONTRACTOR including but,not. _ . _limited. to fires,_ floods;: epidemics; abnormal. beI9*11 _weather conditions,, acts of God,- or-acts- or- neglect' rneglect'by-utility,owners or-other-contractors," _. i h a i ssstr. irtswrFPd iP,7AAAPAt0AA,4Asith performing other work, as contemplated :by' to Articlej.` andz B: Nothing in this paragraph 12:06 bars a, change in Coritract;Price pursuantto.this Article,12#o' compensate CONTRACT.ORi due, jo delay, _ interference; or disruption .directly attributable to. actions or.inactions of;OWNER or�anyone-for-whom- C.. If Laws or Regulations of; any public body OWNER isresponsible. having.Jurisdiction.require any Work;(or part,thereof) specifically to be inspected, tested,,or approved by an .employee or other representa.0ve of such public body; CONTRACTOR.. shall -assume; full; responsibility for- arranging and; obtaining.-such inspections, tests, .or 00700-Genial CondiGa REV.:r,.10-13 60700-"35: �:\Pu61ic WorleslENGINEERING DIVISION PROdECTS113304.R.C.GoLine Transfer HubVAdmin\bid documentskMaster.Contract Documents=700'=General Conditions REV 5-0-13 approvals, pay all costs in connection therewith, and to be defective, CONTRACTOR shall be allowed an furnish ENGINEER the required certificates of inspec- increase in the Contract Price or an extension of the tion or approval. Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, D. CONTRACTOR shall be responsible for observation, inspection, testing, replacement, and arranging and obtaining and shall pay all costs in reconstruction. If the parties are unable to agree as to connection with any inspections, tests, or approvals the amount or extent thereof, CONTRACTOR may required for OWNER's and ENGINEER's acceptance make a Claim therefor as provided in paragraph of materials or equipment to be incorporated in the 10.05. Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to 13.05 OWNER May Stop the Work CONTRACTOR's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals A. If the WOFk is defeGtive, OF GONTRACTOR shall be performed by organizations acceptable to ffi OWNER and ENGINEER. materials 9F fails te pe4r.-the +r� E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by CON- , TRACTOR without written concurrence of ENGI- until the Ga Ise f^: .sash-eide. has been eliminated NEER, it must, if requested by ENGINEER, be uncovhGweveF, thiG Fight of OWNER to stop the WGFk s - ered for observation. net give Fose to any duty 9R the paFt of G-WINIER t9 exeFGise this Fight fop the benefit of GONTRAGTOR, F. Uncovering Work as provided in paragraph 13 03.E shall be at CONTRACTOR's expense unless 9F eRtity, 9F aRY 6161" f9F, OF employee eF agent of CONTRACTOR has given ENGINEER timely notice aRY of them, of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable prompt- 13.06 Correction or Removal of Defective Work ness in response to such notice. A. CONTRACTOR shall correct all defective 13.04 Uncovering Work Work, whether or not fabricated, installed, or completed,or, if the Work has been rejected by ENGI- A. If any Work is covered contrary to the written NEER, remove it from the Project and replace it with request of ENGINEER, it must, if requested by ENGI- Work that is not defective. CONTRACTOR shall pay NEER, be uncovered for ENGINEER's observation all Claims, costs, losses, and damages (including but and replaced at CONTRACTOR's expense. not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all B. If ENGINEER considers it necessary or court or arbitration or other dispute resolution costs) advisable that covered Work be observed by ENGI- arising out of or relating to such correction or removal NEER or inspected or tested by others, CONTRAC- (including but not limited to all costs of repair or TOR, at ENGINEER's request, shall uncover, expose, replacement of work of others). or otherwise make available for observation, inspec- tion, or testing as ENGINEER may require, that 13.07 Correction Period portion of the Work in question, furnishing all neces- sary labor, material, and equipment. If it is found that A. 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 arbitration or other dispute resolution costs)arising out GentFaGt DeGuments, any WoFk is found to be of or relating to such uncovering, exposure, observadefeGtive, oF if the repair of any daFnages4G-#ie4aAd - tion, inspection, and testing, and of satisfactory 9F aFeas Fnade available fGF CONTRACTOR's use-by replacement or reconstruction (including but not OWNER 9F peFFRitted by Laws and Regulations as limited to all costs of repair or replacement of work of GeAtemplated in paFagFaph 6.44.A is feund to bee others); and OWNER shall be entitled to an ,witheut Gest appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, ser OWNER may make a Claim therefor as provided in , if the deferative paragraph 10.05. If, however, such Work is not found 00700-General Conditions REV 5-10-13 00700-36 F:1Public WorkstENGINEERING DIVISION PROJECTS%1330-I.R.C.GoLine Transfer HuMAdminlbid clocumentsWaster Contract Documents100700-General Conditions REV 5.10-13.doc the Drn eGt and FepIaGe :t With 1 eFk that ; Ret mendation of final payment, a Change Order will be r-rerSt eF fepai of issued incorporating the necessary revisions in the 4emeve and _ Contract Documents with respect to the Work, and OWNER.shall be entitled to an appropriate decrease #em: If CONTRACTOR does not promptly comply in the Contract Price, reflecting the diminished value of with the terms of such instructions, or in an Work so accepted, If the parties are unable to agree emergency where delay would cause serious risk of as to the amount thereof, OWNER may make a Claim, loss or damage; OWNER may have the defective therefor as provided. in paragraph 10.05 . If .the Work corrected or repaired,or may have the rejected acceptance occurs after such recommendation,. an "Work removed:and replaced, and all Claims, costs, appropriate amount will be paid'by CONTRACTOR_ to losses, and damages (including but not limited to-all OWNER. fees.and"charges of engineers, architects, attorneys, i and other.professionals and all court or arbitration or 13.09 OWNER May Correct Defective Work. other dispute resolution costs)arising out of or relating to such correction or repair or -succi .removal and A. If CONTRACTOR, fails within a reasonable replacement-(including' but not limited to all costs of time after written notice from ENGINEER to correct repair or replacenhent-of-work of others)will be.paid'by defective Work or to remove and replace rejected i CONTRACTOR: Work as required by ENGINEER in accordance with paragraph 13.06.A, or if CONTRACTOR fails to B. . _. pqrti perform the Work in accordance With the Contract Documents, or if CONTRACTOR fails to comply with befbFe Substantial G4npIetie_.n of -all the VVoFk, the any- other provision of the Contract. Documents;. OWNER may, after. seven days written notice to -q-9 PFeAded in the SpebifiGatiens 9F b CONTRACTOR, correct and remedy any such deficiency. C. Where-defective Work(and damage to other B: In:exercising the- rights and remedies under Work resulting therefrom)' has been corrected or this paragraph; OWNER shall proceed expeditiously. removed and replaced under this paragraph 13.07, In connection .with such corrective and remedial the correction period hereunder with respect to such action, OWNER may excliide.CONTRACTOR from all Work will be:extended for an--additiorial period of one or"part`of the.Site, take possession of all or part of the year after such correction or removal and replacement Work and suspend CONTRACTOR's services related i 'has been satisfactorily completed. thereto; take possession of CONTRACTOR's-tools; appliances, construction equipment and machinery at D. CONTRACTOR's obligations: -_under this the Site, and incorporate in theWork all materials'and paragraph 13.07 are.in addition-to:any other obligation equipment stored'at the Site or for which OWNER'has or.warranty. The provisions of this paragraph 13.07 paid CONTRACTOR,but which.are :_stored,eisewhere. shall not be construed as;a substitute for,or a waiver CONTRACTOR shall allow OWNE_R,, OWNER's of the provisions of any applicable statute.of limitation representatives, •agents-and employees; OWNER's or repose: other contractors, and ENGINEER';an&ENGINEER's' Consultants-access to the Site to enable OWNER to 13.08 Acceptance of Defective.)Work; exercise: °the _rights: and remedies under- this, _ paragraph._ A. If; instead of requiring correction.or removal and replacement of,defective Work, OWNER ,(and, C.. _Ali Claims; costs, losses,; and damages prior to ENGINEER's recommendation of final pay- (including bur notAmited_�to all fees and charg-other- ,do s of :ment, ENGINEER) prefers_to-accept it, OWNER_may engineers;, architects,., -attorneys, and other ,do so. CONTRACTOR shall pay=all Claims„ costs, professionals and all court or arbitration or other ---,losses, and-damages-.(including-but=not limited�t. all— dispute resolution.costs) incurred-or sustained-by - 'fees;and charges•of engineers, archifects; attorneys, OWNER in exercising rcising the rights and.remedies under ,and other-professionals and all court or arbitration or this paragraph "13.09 will be charged:,against,CON= other dispute. resolution costs)_ attributable to TRACTOR; and a, 'Change Order, will be issued. OWNER'S evaluation of and determination:.to accept incorporating.the necessary revisions in-the Contract such defectiVe 9rk(such costs.to be approved by Documents .with;respect to the Work; -and OWNER' ENGINEER.-as to reasonableness)and ttie.diministied shall-be entitled to -an appropriate; decrease in the. value of.the Work to ttie extent not otherwise paid by Contract Price. If the pa'rtiesaie unable-to agreeas to •CONTRACTOR}pursuant to this sentence,. If_ any the amount.of.the adjustment,OWNER.maymakez such acceptance occurs priorto.ENGINEER's'recoin- Claim�thereforas,provided in paragraph:10.05: Such Oo00-General Conditions REV 5=10-13 ' - 00100-37 F:Vublic Wor 1616IHEERING DMSION PROJECTS\1330d.R.C.GoLine Transfer Hub%dminlbid documentsWaster Contrad DocumentsXO0700-General Conditions REV 5-10-13.doe i claims;costs, losses and damages will include but not on account of the Work have been applied on be limited to all costs of repair,or replacement of work account `to discharge CONTRACTOR's of others destroyed or damaged by correction; legitimate obligations associated .with prior removal, ,or, replacement- of CONTRACTOR's Applications for Payment. defective Work., 3 The amount of retainage with respect 'Q( 'CONTRACTOR shall not: be allowed' an to progress: payments ,will be as stipulated in extension -of 'the� Contract Times _(or Milestones) the Agreement:. because,of any delay in the iperformance,ofthe Work attributable#o the exercise-by OWNER.of OWNER's B. Review of Applications rights and remedies under this paragraph.1109. 1. ENGINEER will,-within 10 days after receipt of,each Application-for,Payment, either ARTICLE 14:-PAYMENTSTO CONTRACTOR_ AND indicate in writing a recommendation of COMPLETION payment and present` the Application to OWNER or return the ApPlicatiom to CONTRACTOR indicating in writing 14.01 'Sche'dule.of Values ENGINEER's reasons for refusing to recommend.payment. In the latter case,'CON- A: The schedule of values established.as provid TRACTOR may make the necessary ed in paragraph ;2.07.A will serve as the basis for corrections and resubmit the Application. progress payrnenfs :and will be incorporated into a form'of:Application,.for Payment acceptable'to ENGI- 2. ENG_ INEER's recommendation. of. NEER. Progress.payments;'on.account of.Unit Price any payment requested in an .Application for Work will be based on:the numbed of un its`corripleted:: Payment will constitute a .representation_ by ENGINEER to OWNER, Based ori 14.02 Progress Payments ENGINEER's obseNations on`the Site of,the executed Work',as,an experienced and•qualified .A. Applicafions:f&'Payments design professional and on ENGINEER's, review of the Application for':Payment"and"the 1: At_,Ieast '20 days before: the dater -,accompanying data and schedules, that�`to the establ,ished for each progress-payment(but not best of ENG_INEER_'s_. knowledge; information more 'often 'than.' once az month);,. and belief: - CONTRACTOR-shallsubmit to ENGINEER_for review:.an.Application for.P.aymentfilled,out.and. a.•the Work has;.progressed•to the"po_int signed' by_:CONTRAd OR coveringsthe:Work: indicated; completed as of the'Aateof the'Application and -accompanied" 'by' such �s_ipporting, b. ihequality.of;ttie,Work.is generally in documentation as is requiredby the Contract', 'accordance: with the Contract Documents 'Documents.. .,R;payment is requested.,ori the: (subjectjo.-an,•evaluation of'the.Work basis of: materials and equipment not. :functioning whole prior, .to or� ,upon incorporated-, in 'the -Work but delivered' and. Substantial-Completion, to the-results.of'any suitably stored at the Site-or at-:another location- aubsequenf:tests called for, iwth�el-,Contract agreed to'in-writing,the Application for Payment ,Documents; to a final ,determination of shall'::also:be, accompanied by=a billi of sale, :quantifies";nd;:classifications;:for Unit Price invoice,:or:oit er,,docdmentatiori warranting that', Work .under paragraph 9.08; and to'any OWNER has received;the materials=and:equip other qualifications` stated in the Ment free;�and.,clear`.of all Liens and evidences .recommendation);_and tFiaf:the material a' nd:equipment-are covered. .by, :appropriate property:insurance: ,.or other= c: The conditions precedent; to arrangements to protect 01NNER's interest' CONTRACTOR's :being entitled; to such therein,. all of-which:•.must'-be satisfactory ,to, payment,appear to have=been.fulfilled.in so .OWNER. far as it' is'ENGINEER's: responsibility;to, 'observe,the;Work. 2: :Beginning with the; second. Application.for Pay_ment;,each,Application,shalt 3: `By: recommending: any such include~an„affdavit.of. CONTRACTOR stating.. payment' ENGINEER °w'ili :not ahere6y: be °fhat.,all'previous,progress.payments: received' :deemed to,,:have;:represented that: '(i)::n_spec= 00700'-Genual Conditions REV 5.10-13' - . ., ..� -- •�--_ ., 00700=38;` PROJECTS\1330 I.R.C.GoLine.Transfer.Hub%4d l lbid documents%lasler Contract Documents100700=General Conditions REV 5=10-13.doc. F:1Pu61icworltslENGINEERING DNI510N --� ...-. :•. ... :.-_a.. .. •> _, 4 ,:K,, ,- _. -_,_. :: ... .. , i tions made to check the quality or the quantity of the Work as it has been performed have theru„e^ce of any of the events c,;;,, been exhaustive, extended to every aspect of ated in paFagFaph 15.02.A. the Work in progress, or involved detailed inspections of the Work beyond the responsi- C. Payment Becomes Due bilities .specifically assigned to ENGINEER in the Contract Documents- or (ii) that there may 1. Ten day: er eseRtatien ef-the- not be other matters or issues between the parties,that might entitle CONTRACTOR to be ENGINEER'S Fewrimep the ame dation, paid,additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. , e!Rd when dW Will be paid by QVVNER 4. Neither ENGINEER's review of CONTRACTOR's Work for the. purposes, of D. Reduction in Payment recommending payments nor ENGINEER's recommendation of any payment, including final 1.. OWNER may refuse: to make payment, will impose responsibility on payment of the full amount recommended by ENGINEER'to supervise, direct, or control the ENGINEER because: Work or,for the means, methods, techniques, sequences, or procedures of construction, or a. claims- have been made against the safety precautions and programs incident OWNER on account of CONTRACTOR's thereto; or for CONTRACTOR'S failure. to performance or furnishing of the Work; comply with Laws and Regulations applicable to CONTRACTOR's performance of the. Work. b. Liens have, been filed in connection Additionally, said review or recommendation will with the Work,. except where not impose responsibility on ENGINEER to CONTRACTOR has deliyer'eda. specific make-any examination to ascertain how or for Bond satisfactory to OWNER to secure the what..purpbses..CONTRACTOR has used the satisfaction and disc_ha_rge of such Liens; moneys paid on-account of the.Contract Price; or to'determine that title to any of-the Work; c. there are other items entitling_.OWN- materials, or equipment has pasted. to ER to a set-off against the amount OWNER free-and clear of any Liens. -recommebded;.or 5. ENGINEER may refuse to recom d. OWNER has actual knowledge of the mend'the whole or any part of any payment_if; occurrence of any of the events,enumerated in ENGINEER's opinion;it would-be incorrect-to in paragraphs 14.02.6:5:a through make the representations to OWNER referred 14.02.6.5.6 or paragraph 15.02.A. to in paragraph 14.02.6:2. ENGINEER may" also refuse to recommend any such payment; 2: If OWNER-refuses to,make payment or, because of subsequently discovered of the full amount. _ "recommended by evidence or the results of subsequent' ENGINEER,- .- OWNER :must give inspectionsor tests; revise or revoke any-.such CONTRACTOR immediate written notice(with payment recommendation previously made, to a_copy to ENGINEER) stating,the reasons for such extent as may be necessary in such action and promptly pay CONTRACTOR ENGINEER's-opinion.'to protect.,OWNER from any amount remaining after-deduction of the loss.because: amount so withheld. OWNER°shall promptly. pay CONTRACTOR:the amount so;withheld;.or a..-the Work is defective; or completed any adjustment thereto L agreed to by QWNER -Work—has—been-=damaged,—requiring and—CONTRACTOR,:when—CONTRACTOR correction or replacement; corrects,to OWNER's_satisfaction-the reasons for.such action. bathe Contract-Price has been reduced by W_ritten Am_endment_or Change Orders; 3. If it is subsequentiy determined-that OWNER's refusal of payment was.not justified, c .OWNER has been required to correct the amount wrongfully withheld-shall 66'. ated: defecfiye-Work or complete Work in actor- as.an amount due as-determined by paragraph dance witfi paragraph 11.0.9;or 14.02.C.1., 06766-General Conditions REV,5-10.13' 00700-39 F:1Pubric WorkMENGINEERING'DIVISION PROJECTSM30-IRC;GoUne Transfer HublAdminMAd documents"ster Contract DoamentsW0700=General Canditions REV 5.10-13.doe 14.03 CONTRACTOR's Warranty of.Title -bondohq an OWNER and (_%_)NTR.A.G__TQR until final A. CONTRACTOR warrants and guarantees that.title to all Work; materials,,and equipment covered B. OWNER shall havel the right to exclude by any Application-for-Payment;.whether incorporated. CONTRACTOR from the Site after: the date of in the Projector not,will pass to OWNER nolater'than Substantial Completion, but:OWNER shall allow CON- the'time of payment.free and clear of all Liens. TRACTOR reasonable,access to complete or correct items onthe tentative list:: 14.04. Substantial Completion: •14.05 Partial Ufflization A. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall A. Use,by OWNER at OWNER's option of any notify .OWNER and ENGINEER in writing that the. substantially completed .part of,the Work which has entire Work i§.substantially complete(exceptfor,items, specifically been identified in the'Coniract Documents, specifically listed by CONTRACTOR as incomplete), or which,OWNER,. ENGINEER,.and CONTRACTOR and request-that ENGINEER issue a certificate. of agree constitutes a separately functioning and usable Substantial Completion. Promptly thereafter; part of the Work.that can be used by OWNER for its OWNER,. -CONTRACTOR; and ENGINEER shalt intended'purpose without significant interference with make 'an inspection of the Work- to determine the;. CONTRACTOR's performance of the remainder of status of completion: If ENGINEER does not.consider the.Work, may tie accomplished prior to Substantial the Work substantially complete; ENGINEER will Completion,of all the Work subject to the following notify CONTRACTOR in writing giving the reasons. conditions. therefore. If €t1QI":€E-pi sens_iders the W0 k 1; OWNER at any time may request -CONTRACTOR in writing'to permit OWNER to use any such'part of the Work which OWNER -: believes to,be.ready for'its intended use and . _ substantially complete. If CONTRACTOR agrees, that such part of the Work ,is _ substantially complete, CONTRACTOR' will certify to OWNER and. ENGINEER that.such __ . ,. . part"of the Work is substantially'complete and request ENGINEER to issue 'd certificate of, Substantial Completion for that: part of the ENGINEER will within 14 days.a�submi§sioh of . Work. CONTRACTOR:at any'tim may notify OWNER and: ENGINEER in .writing that in writing, statiRgtie reasens tFier #er. if, a##cf CONTRACTOR cohsiders,any such part of the .seiisi ' Work,.ready for°its,intended use and 'substan- tially.complete_and"request ENGINEER to.issue "'�'N€€R wily within. sai� 19 oat's esate ;; a.'certificate;_of S6bstantial Completion_ for that :. ., part.of the Work.. Wifliin'. a reasonable time after: _ either succi request, -OWNER, CONTRACTOR; and ENGINEER shallmake- an 'inspection of that pact:of .the 1lVoik to determine its. status of.,completion: If ENGINE any objeopps from.,; time of d4very', ENGINEER.does not consider that part'of,`the . 6f. Work-to besubstantially complete, ENGINEER will notify OWNER„ and CONTRACTOR in --- _ ----- —w(ting:-giving -the.-reasons--therefor:-- -If°------ ---- respensibilities; pendihq final Payment` between. ENGINEER considers that.part.of,'the Work to be substantially complete; the 'provisioris of' =Md my paragraph, -14.04 will apply with respect to _. certification. oU'Substaniial 'Completion of'that a9d, gyaWtees-. Unless Q).V. R and; part of the. Work., and the,. division of _ responsibility,, in 'respect. thereof and. access inform ;F=NG'INEER 'w Ntigq t� 'EWGINIEER' thereto. - .. . . .. _ 00700-,General Conditions REV 5-10-13 00700,=40,• FaPublic WorksIENGINEERING DIVISION PROJECTS11330-LR.C:GoLine Transfer HublAdminlbid documenlsWaster Contract Documenlsl00700;'General Conditions REV 5.DAIdoc, 2: No occupancy or separate operation fied. If any Subcontractor or Supplier fails to of -part of the, Work may occur prior to furnish such-a release-or receipt in-full, CON- compliance with the requirements of_paragraph TRACTOR may furnish a Bond or other 5:10 regarding property insurance. collateral satisfactory to OWNER to indemnify OWNER against any Lien. 14.06 Finallnspection B. Review of Application and Acceptance A. Upon written notice from CONTRACTOR.that. the entire- Work;.or an ;agreed portion, thereof, is 1. If, on the basis_ of ENGINEER's complete,; ENGINEER will promptly make a final observation of the Work during construction inspection with OWNER and CONTRACTOR and will and final inspection, and ENGINEER's review notify CONTRACTOR in-writing- of all particulars in of the. final Application for Payment and which this inspection reveals that the. Work is accompanying documentation as required by mpl incoete or. defective. CONTRACTOR shall the Contract Documents, ENGINEER is ;immediately take such fheasures-as are necessary to satisfied -that the Work has been completed complete such Work or remedy such deficiencies_. and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, 14.07 Final Payment. ENGINEER INE_ R.will, within ten days after.receipt of the final Application for Payment, indicate in A. Application for Payment writing ENGINEER's recommendation of payment and present the Application for 1. After CONTRACTOR, has, in, the Payment to OWNER for payment. At the same opinion of ENGINEER, satisfactorily completed time ENGINEER will also give written notice to all corrections identified during the final OWNER and'CONTRACTOR that the Work is inspection and has delivered, in accordance acceptable subject to the 1 provisions of With the.Contract Documents, all'maintenance paragraph 14.09.- Otherwise; ENGINEER will and operating instructions, schedules,.•guaran- return the Application for Payment to tees, Bonds,-certificates or other-evidence of CONTRACTOR; indicating in writing the insurance certificates of inspection, marked-up reasons for refusing to recommend" final record documents, (as provided in paragraph payment, in which case. CONTRACTOR shall 6:12), and other documents, CONTRACTOR make the necessary corrections and resubmit may make application for final payment follow= 'the Application for Payment: ing the procedure for progress payments. C. Payment.Becomes Due 2. The final Application for Payment: shall be, -accompanied (except as previously delivered) by::(i).�all'documentationcalled for in the Contract. _Documents,. including but not ,. the ambiciR limited to the-evidence of insurance required-by! - subparagraph 5.04.13.7; (ii)- consent of the surety,, if, any; to final `payment; and. (iii) complete and legally effective releases 'or waivers I '(satisfactory to. OWNER) of all Lien 14.08 -Final Gompietion Delayed rights arising-.out of or Liens filed in connection with.the Work. A. ,If, through no fault.of CONTRACTOR;• final completion of the Work is.significantly delayed,-and if 3 In lieu of the releases or waivers of ENGINEER so-confirms, OWNER shall, upon receipt Liens'specifiedin paragraph 14.0T.A.2 and as. of.CONTRACTOR's'final Application.for Payment and approved-'by--01NNER,CONTRACTOR=may-- recommendation-of=ENGINEER;and-Withbut-terminai- -- furnish receipts: or releases in, full .and an ing the Agreement,make payment'of the.balance due affidavit of CONTRACTOR that,(i)the releases for' thatportion of the Work_- fully .completed and and receipts include all, labor,. services; accepted. If. the remaining balance to, be held by material, and equipment for which a.Lien;could 'OWNb:06r.Work,.not fully..corn or corrected is be fled; and (ii) all payrolls; material and less than the retainage stipulated in_the;Agreement, equipment, bills; °and" :other indebtedness. and it Bonds- have:-been' fumished.as. required. in connected-with theWork for-which OWNER or, paragraph 601, the written consent of the.surety;to OWNER's property might. in any way- _be the payment_otthe balance due.for-that portion of-the have been paid or otherwise satis- Work fully,completed and-accepted;shall,be submitted, 00706=General Conditions REV 510.13' 00700-=41_ FAPUblie WoftXENGINEERING DAMON PROJECTS113304.R.C:GoUne Transfer HuGlAcl ninlbid dowmentslMaster Contract Documents=700-General Conditions REV 510AIdoc t i i by CONTRACTOR-to ENGINEER with the Application for such payment. Such payment shall be made Z. CONTRACTOR's disregard of Laws under the terms and conditions governing final or Regulations of "any public body having payment, except that it shall notconstitute a waiver of jurisdiction; Claims. 3.; CONTRACTOR's disregard' of the: 14.09 Waiver-of Claims authority of ENGINEER;or A. The"making and acceptance of final payment 4. CONTRACTOR's violation in any. will constitute: substantial' way. -of any provisions of the Contract Documents. 1. a waiver of all Claims by OWNER against CONTRACTOR, except Claims arising B: If ,one or, more ,of the events identified in from unsettled Liens, from defective Work paragraph: 1.5.02.A.occur, OWNER.may, after giving appearing after -final inspection pursuant. to CONTRACTOR,(and,the surety,' if anypseveri.days paragraph 14.06;from;failure to comply with the written notice; terminate the services of Contract Doc u—merits or ihe'terms of any special CONTRACTOR, exclude- CONTRACTOR from, the guarantees specified therein; or from Site; and take possession of the Work and of all CONTRACTOR's continuing obligations under, CONTRACTOR 's tools, appliances; construction the Contract Documents;and equipment;. and machinery at the Site, and use the same to' the full extent they could be used by 2., a-waiver of all.Claims.by CONTRAC- CONTRACTOR'(without:liability to CONTRACTOR for TOR. against, OWNER other than_ -'those trespass or conversion), incorporate in the Work.all previously made in writing which rare still materials and equipment stored at. the. Site or for unsettled. which. OWNER has paid CONTRACTOR but which are stored elsewhere;'-and finish the Work as OWNER may,deerri expedient, In'such case, CONTRACTOR' ARTICLE,15-SUSPENSION OF WORK'AND- shall not:-be,.entitled. to receive any further payment TERMINATION 'until the Work'is finished. if.the-unpaid balance of the 'Contract Price_exceeds allclaims; costs,:losses, and .damages (including "but riot I'imited 'to all fees and, i 15.01 OWNER May Suspend Work. charges of-engineeirs, a(chitects; attorneysi and other professionals: and all court or arbitration: or other A.. At any time and withoutcause,,OWNER.may, di'spufe�resolution costs)sustained by OWNER arising, suspend.the,Work-or,any,portion thereof for a.period out of or:relating to-completing•the_Work;'such,excess of not more than 90 consecutive days 'by notice in will:be paid to CONTRACTOR: If such.°claims, costs, writing to,CONTRACTOR and,-ENGINEER:which will losses; and:,damages exceed: such unpaid .balance; fix;ttie date on-which Work.will be resumed.. CON_: CONTRACTOR.,shall pay'the difference' to.OWNER. TRACTOR shall resume the;:Work on the_date so Such claims;,costs;,,loss6% and damages,incurred,by fixed. _ OWNER,;will be reviewed by ENGINEER as.to their in the GclntraG�'Rdpe eEpR7 IIIreasonableness and;, when so; approved by ENGINEER; incorporated in a-Change Ofder, When, si�ispen§ian if-,G4- makes ,_ . . exercising "any, '`rights .or, remedies under this paragraph OWNER`shall not,be required to obtain the lowestprice;for the Wbrk'performed: 15.02 :OWNER May"Terminate.for'Cause C'. Where",CONTRACTOR's,services have=been A: The!.-.occurrence of,any-,one or-more;-oUthe so terminated; by OWNER,'.the.,.termination will not - -- ------following-events:will:jus_bfy;termihation"forcause — aftect.-anvrrights-or—remedies-of�OWN ER—against---• CONTRACTORahen existing.or which may thereafter 1. CONTRACTOR's persistent, failure accrue. Any retention .or opyment:of moneys due to-perform the'Work .in accordance With,--the.- CONTRACTOR:: bye OWNER'will. note,release CO !Contract Documer its-(including, but'not limited TRACTORI.romaiability: to, failure to,supply sufficient.skilled.workers or .suitable !materials; or equipment' or failure, to; 15.03, OWN_ ER,May,,Terminate For.Convenience_ adhere; to the progressschedule.;established, under paragraph 2_.07,as.adjusted,froiI time.to; A. t Upon seven:, days written, notice ;to ,.CON- time pursuant.to paragr-ph_6.04) TRACTQR and. ENGINEER,.OWNER: may,;"without 00766•General Conditions REV-5-10.13 "00700'-`42 f:lPubac WoikslENGINEERING ONISION PROJECTS11330-I.R:C.GoLine Tianster-HubVAdmintid'documentsWM ster Contract Documents16700-General Conditions REV 5-ID-13.doe cause, and without prejudice to any other right or payment is made of all such amounts due. remedy of OWNER, elect to terminate,the Contract. CONTRACTOR, including interest thereon. The In such case, CONTRACTOR shall be paid (without provisions of this paragraph 15.04 are not intended to duplication of any items): preclude CONTRACTOR from making.-a Claim under :paragraph 10.05 for an adjustment in-Contract Price 1. for co-mpleted and acceptable, Work ofContract- Times or otherwise for expenses or executed in.accordance with the Contract damage directly. attributable to CONTRACT.OR's Documents prior to the- effective date of stopping the Work as permitted by this paragraph. termination, including fair-and reasona_ble sums for overhead'aiid profit on.such Work; _ ARTICLE 16-DIS_PUT_E RESOLUTION 2. for expenses sustained prior to the. effective. date of termination in performing services, and, furnishing, labor, materials, or equipment as ' required by the Contract' 16.01 Methods-arid.Procedures. Documents in connection with uncompleted Work, plus: fair and reasonable sums for A: Dispute resolution methods and procedures, if overhead and profit on such expenses; any, shall be as. set- forth in the Supplementary Conditions. If no method and procedure has been set 3. for all claims, costs, losses; and forth, and subject to the provisions of paragraphs 9.09 damages (including but not limited to all fees and . 10.05, OWNER and CONTRACTOR may and charges of engineers; architects, attorneys, exercise such rights or remedies as either may and other professionals and all court or otherwise have:under the Contract Documents or by arbitration or other-dispute resolution costs) 'in- Laws or Regulations in respect.of any dispute. curred' in settlement of terminated contracts with Subcontractors,Suppliers,and:others;and ,ARTICLE-17-MISCELLANEOUS 4. for reasonable, expenses directly attributable to termination. 1.7.01 Giving Notice B. CONTRACTOR shall not be-paid on'account. of loss of.anticipated profits-or-revenue-or other eco- A. Whenever any provision: of the Contract nomic toss arising out of or�resulting from such Documents,requires the.giving of written notice, it will termination. 'be-deemed-tohave been validly given if delivered in 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 the notice. the•.Work is suspended for more than:90 consecutive, days by OWNER or under an order of court or othe ' 17.02 Computation of Times public. authority, of ENGINEER-fails .to act on any .Application for Payrrierit within ,30 days, after it .is A. When-any.-period of time is.referred to in;the submitted,itted, - Contract;M6cuments by,days,. it will Jbe computed to then exclude_the.first and include the: last day of such CONTRACTOR may, upon seyen days written notices, period: If the last day of any such period falls on.a to OWNER and ENGINEER,: and'provided'OWNER Saturday orSunday,or ori a day made.a legal_holiday or ENGINEER do .not remedy such suspension or by-the,law of the applicable jurisdiction, such daywill — — —failure-.within-that.time; Germinate-the=Contract-and' be omitted from-the_-computa_tion, ---- recoverfrom OWNER pay"ment,on'the sarrie.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 tics .failed 'to act on an A. The duties-and obligation§.imposedby.these Application for Payment within 30 days after it is General Conditions and4he rights and-remedies avail- $ubmitted,, - ;able hereunder to the parties hereto_ar- in,addition to; and_are not.to be con"strued in.any way as a limitation CONTRACTOR may;,seven days..aftermhtten-notice of;any rights:an'd remedies available to any of al of to OWNER: and ENGINEER, stop !he. Work until them which, are'otherwise imposed or available by 00700-General ConCitioris REV 510=13 007W-43: -`43: . - _ F:1Public Woiks%ENGINEERING DIVISION PROJECTS11330-I.R.C.GoUne Transfer HublAdminlbiC doaunentsWaster Contract Qowmenis100706=General CordiSmis REV 510.13.do6, Laws or Regulations, by special warranty- or guarantee, or by other provisions of the- Contract Documents,,and the provisions of this.paragraph will be as effective as if repeated .specifically in the Contract Documents in connection with each particular,duty,.obligation, right, and remedy to which, they apply. 17.04- Survival of Obligations A. All representations; indemnifications, wa&an- ties, and'guarantees made in, required by, or given'in accordance with the Contract Documents, as well as all continuing obligations indicated. in'the. Contract' Documents, will survive final payment; completion, and acceptance of the Work or-termination or corriple- tion of the Agreement. 17.05 Controlling Law A. This,Contract is to be governed by the law of the state in which'the Project is located. i .00700-Geiterat condilioris'REV 510-13 00700-44; FAPuNc Work4NGINEERING DIVISION PROJECTbM330-I.R.6.6oUni Transfer HubVKdminlbid documen"aster centrad Documenls100700-Genera�condiGons REV 570-13.doc 9 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-2.05 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 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 Progress Payments SC- 14.02 Substantial Completion SC -14.04 00800-1 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 THIS SUPPLEMENTARY CONDITIONS INDEX+++ 00800-2 SECTION 00800- SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS SC-1.00 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-1.02 Terminology SC-1 02.0.1, 2, and 3 Delete paragraphs GC-1.02.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 C 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 00800-3 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 ENGINEER designates to establish an understanding among the parties as to the work and to discuss schedules referred to in paragraph 2.05 8, 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: 00800-4 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. B. Written/computed dimensions shall govern over scaled dimensions. SC-4.02 Subsurface and Physical Conditions SC-4 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: Subsurface investigation, prepared by KSM Engineering and Testing, Inc., May 15, 2015. Report included in the drawings on sheet C201 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 SC-5.03 Certificates of Insurance 00800-5 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- 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. Owned 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" and the "City of Vero Beach" 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. 00800-6 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 Best's Rating of A-VI or better 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. City of Vero Beach 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, B, 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 1 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; 2. 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; 00800-7 6. include testing and startup, and 7 be maintained in effect until final payment is made unless otherwise agreed to in 8writing by OWNER, CONTRACTOR and ENGINEER with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued. 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-506 shall comply with the requirements of paragraph 5.06 C 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. 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 City of Vero Beach 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 Acceptance of Bonds and Insurance; Option to Replace SC-5.09 Delete GC-5 09(paragraph A)in its entirety SC-6.02 Labor; Working Hours SC-6.02.13. Add the following paragraphs immediately after paragraph GC-6.02.8: 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, Martin Luther King, Jr. 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 00800-8 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 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 2 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. 3 Permits, Licenses, Fees and related requirements A. Contractor's requirement's. 1. The CONTRACTOR shall procure all permits and licenses, and give all notice necessary and incidental to the performance of the Work, including but not limited to all- - Building permit(s)for the "Primary Building Structure" and the "Exterior Shelter Structures"from all applicable jurisdictional agencies reviewing and approving the building plans (IRC Building Department, IRC DOH, IRC Fire Marshall/Emergency Services, and others); and all other permits issued by or through the building department that are necessary to construct the building and building systems or components, and any exterior improvements, systems, components, or infrastructure, - SWPPP permit(s). (FDEP, IRC), - De-watering permit(s): (SJRWMD, FDEP Industrial Wastewater, IRFWCD, IRC), - Irrigation well permit(s): IRC DOH, FDEP and/or SJRWMD permits and approvals for non-potable water(irrigation)well construction/drilling and water use. - Other permits and approvals customarily provided by contractor, or listed within the contract documents 2. The CONTRACTOR shall pay all jurisdictional agency inspection fees and plan review fees, and all other fees issued by or through all other applicable jurisdictional agencies reviewing and approving the building plans (IRC DOH, IRC Fire Marshall/Emergency-Services, and others)that are necessary to construct the building 00800-9 and building systems or components, any exterior improvements, systems, components, or infrastructure, except those that may be charged by IRC Building Department or Public Works/ Engineering Department. 3. The CONTRACTOR shall provide the final building design for the"Exterior Shelter Structures", including all requisite architectural and engineering design and drawings necessary to obtain a building permit. B. Indian River County's requirements- In accordance with Florida Statutes Section 218.80, the"Public Bid Disclosure Act", Indian River County as OWNER is obligated to disclose all license, permit, impact or inspection fees that are payable to Indian River County as OWNER in connection with the construction of the Work by the accepted Bidder. 1 The County will obtain/provide the following. a COVB Site Plan Approval— No. SP15-000014; issued 12/8/15 b Site Development permits, including. - SJRWMD—No. 142891-1, issued 8/14/15 - ACOE— No. SAJ-2015-02417 (NW-46), issued 8/5/15 - FDEP Waste Water— No. 0039141-039-DWC-CG, issued 9/23/15 - FDEP Drinking Water— No. 0080446-239-DSGP, issued 9/23/15 - COVB Utility Construction—approval issued 12/8/15 - COVB Tree Removal —No TR15-000086; issued 12/8/15 - IRC R-O-W— No 2015090351; issued 11/23/15 c. Initial Building Plan Review for the "Primary Building Structure" and "Site work" The IRC Building Department plan review is complete and is ready for a Building permit to be issued once the building contractor submits the building permit application - Permit Application No 2015100221 NOTE- This does not include the plan review for the "Exterior Shelter Structures". The contractor shall provide final design, engineering and architectural design and prepare and submit all requisite permit applications for these structures. 2. The County will pay for- 1. All site development/impact/concurrency fees. 2. COVB, Comcast, and AT&T utility connection fees and other direct expenses charged by COVB, Comcast, and AT&T for permanent utility system modifications, extensions, and connections. 3 COVB water and wastewater utility permanent connection and line extension fees charged by COVB. 4. SWDD Fees (Waste). 5 IRC Building Plan Review Fee, IRC Building permit fee. 6 FGBC Commercial Building Certification review fee. C FGBC Commercial Building Certification —The County, together with the assistance of the project design team and the contractor, will submit an application for FGBC Commercial Building Certification. The County, through its LEED coordinator, will prepare the application and submit it with supporting documentation provided by the design team and contractor. The contractor has a significant responsibility to ensure certification is obtained SC-11.01 Cost of the Work 00800-10 SC-11 01.A.1. Delete paragraph GC-11.01.A.1 in its entirety, and insert the following sentences in its place: 1 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. SC-13.03 Test and Inspections SC-13 03 B. Delete paragraph GC-13 03.B in its entirety, and insert the following sentences in its place B OWNER shall empley and paf er the con f '�ppe Rdent te6tinn labeFateF to a ioi ❑is aci viccv vi a'i r i" crivcnr-ccvrn exGeptthese iRSpe Gtipnc tests or approval o h eq } �.Ya .�pc, uviiv, ccvcv�n approvals hated immediately �1cIeW. �{iv�cctcreRz . , eGtiong tests, or apprvvaaly required aftef H}Itialfai�ginspeotiens, tests, of The CONTRACTOR shall arrange, obtain, and pay for the following inspections,tests, or approvals 1 Inspections, tests, or approvals covered by paragraphs 13 03 C and 13.03 D below; 2. Costs incurred in connection with tests or inspections conducted pursuant to paragraph 13 04 B shall be paid as provided in said paragraph 13.04.6; 3 Tests otherwise specifically provided in the Contract Documents. SC-13.05 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. 00800-11 SC-13.07 Correction Period SC-13.07 A. Delete the first sentence of paragraph GC-13.07.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. SC-13 07 B. Delete paragraph GC-13.07.8 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 02.8.5.d 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 GC-14 02.6.5: 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-14.04 Substantial Completion 00800-12 SC-14.04A. After the third sentence in paragraph GC-14.04A of the General Conditions, delete the remainder of paragraph 14 04A in its entirety and replace with the following: "If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion that shall fix the date of Substantial Completion. In accordance with the provisions of Florida Statutes section 208.735(7)(a)(2005), upon receipt of the tentative certificate of Substantial Completion from Engineer, the Owner, the Engineer, and the Contractor shall conduct a walk-through inspection of the Project to document a list of any items required to render the Work on the Project complete, satisfactory, and acceptable under this Agreement (herein the "Statutory List"). The Statutory List shall be reduced to writing and circulated among the Owner, the Engineer, and the Contractor by the Owner or the Engineer within 30 calendar days after substantial completion. 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; 2) upon completion of all items on the Statutory List, the Contractor may submit a pay request for all remaining retainage except as otherwise set forth in this Agreement; and 3) 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 on the Project." SC-14 04B Add the following new paragraph immediately after paragraph GC 14.04 B.: C. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees SC-14.07 Final Payment SC-14.07.C.1. Delete paragraph GC-14.07.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. SC-15.01 OWNER May Suspend Work SC-15 01.A Delete the last sentence in paragraph GC-15 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 00800-13 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 SC-15.02 OWNER May Terminate For Cause SC-1502.A.5 and SC-15.02.A.6 Add the following new paragraphs immediately after paragraph GC-15.02.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 SC-15.04 CONTRACTOR May Stop Work or Terminate SC-1504 Delete the following text from the first sentence of paragraph GC-15.04.A: or OWNER fails for 30 days to pay CONTRACTOR any sum finally determined to be due, SC-15.04 Delete the following text from the second sentence of paragraph GC-15 04.A. or OWNER has failed for 30 days to pay CONTRACTOR any sum finally determined to be dtle SC-16 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 191n Judicial Circuit in Indian River County unless delay in initiating mediation 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. SC-17 Miscellaneous SC-17.06 Liens Add the following new paragraphs immediately after paragraph GC17.05- SC-17 06 Liens 00800-14 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++ 00800-15 i SECTION 00942 -Change Order Form No. DATE OF ISSUANCE:. EFFECTIVE-DATE: OWNER: Indian River County CONTRACTOR- Project, I.R.C. Go,Line Transfer Hub OWNER's,Project No. 1330. OWNER'$ Bid No. 2016019. You are directed'to make the,following changes in the,Contract.Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES Description' Amount Description Time Original.Contract Price, $' Original Contract Time:. (days"or dates) Substantial Completion: Final.Completion* Net Increase(Decrease)from $ 'Net-change from preyious:Change previous Change Orders No. Orders N_ o. to (days) to Subst_antial'Completion Final:Com letion: Contract Price prior to this $ Contract Time,prior to:this Change. Change Order:; Order:; (days or,dates) Substantial.Completion Final Completion:; _ Net_increase(decrease)of this $: ',Net increase(decrease)this, Change;Order. ;Change_Order: .(days or dates), Substantial.Completion: Final Com letion: Contract Price with all.approv,_ed $` Contract Tiinevith all approved, Change.Orders_; Change Orders: (day_s or dates) .'Substantial Completion: Final Com letion: .ACCEPTED: RECOMMENDED., APPROVED:-, CONTRACTOR(Signature) ENGINEER(Signature) OWNER;.(Sigriature) Date:'. Date: Rafe: 00942-,Change Ordet:F9rm REV-04-.07 00942-.-1' F:1Public Wor ENGWEERING DNISION P.ROJECTS1133d-i;R.d:.G.Ui e.Transfer HubWdmin%bid documentsWasier 6irtmca 6ocumerital00942--Change.04er Dann_R_6 .64-pT.idoc Re6.05161 i i SECTION 00946 - Field Order Form Field Change No.: DATE-OF ISSUANCE:' EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR TRACTOR Project: I.R.C. Go Line-Transfer Hub OWNER's Project No; 1330 OWNER'S Bid'No. 2016019 Field Activity Description: Reason.fbr Change: Rdqornrh6hded� DistYositidfi'- Field_ Officbr Encliheer(SighatUrb) - . L - - - - - - --.-. -"Z Date bispositibn-,, Contractor'9-Onsite-Sup6r.visdt-(5ighatute) Date-- Distribution: Field.Operations Officer, Others as Required: On,Site-Supe-lrvisor Project File -*-ENQ,OF--8EdTI(5N-* 00946.-Field Ordir Form REV 04-07 FA1*6 bl I`C'W 6 rics\t Nd I N-E'ERI'NG-D-I'VI'S-10 N P'.R-O'-J E'CT S--\'l 330-L R'.C.--GdLi ne-Transfer H ub\Ad rh i n'\bid-do_'du rii 6 M a ht§\ ster Coritract Ddcu'Mienti\06946'-;.-Field,order.Form kffV 04-07.46c. SECTION 00948 -Work Change Directive No. i DATE'OF ISSUANCE: EFFECTIVE DATE: } i. I OWNER: Indian River County I CONTRACTOR: ' Project: I.R.C: Go Line Transfer Hub OWNER's Contract No. 1330 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 i defined in the.Contract Documents. Method of determining change in Method.of'determining;change in Contract Pricesl Contract Times' Q Unit-Prides f Contractor's Records II Wrip.Stim II.Engineer's'Re_cords [j'Ottiee:- IIOther: II By Change Order: II By:Change!Order: Estimated increase (decrease) of. 'this Work: Estimated increase.(decrease) in:Contract Times: Change Directive: $ Substantial Completion: days; Ready for Final Completion:: _ days: If the change involves'an increase, the estimated If the change irivolves°an increase, the,e'st_imated 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) O__WNER;(Signature)' Date:. Date: . Date: SECTION **' FaP.ublic Works\ENGINEERINd.DI-VISION'PRO JECTSM30-I.R:C.GoLine Transfer HubVldminlbid documentsWlaster.Contradt_. Do6uments100948;-Work'Change Directive k6v.66-2013.doc DIVISION 1 GENERAL REQUIREMENTS TITLE SECTION NO. SPECIAL PROVISIONS 010090 CONTINGENCY 010240 REFERENCE STANDARDS 010910 SUMMARY OF WORK 011000 REGULATORY REQUIREMENTS 011100 CONTRACT MODIFICATION PROCEDURES 012600 PAYMENT PROCEDURES 012900 PROJECT MANAGEMENT AND COORDINATION 013100 CONSTRUCTION SHEDULES 013200 PHOTOGRAPHIC DOCUMENTATION 013233 SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 013400 QUALITY REQUIREMENTS 014000 TEMPORARY FACILITIES AND CONTROLS 015000 PROTECTION OF THE WORK AND PROPERTY 015410 ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS 015500 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 016100 STORAGE OF MATERIAL AND EQUIPMENT 016110 SUBSTITUTIONS 016300 SITE CLEANUP AND RESTORATION 017100 EXECUTION 017300 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419 CLOSEOUT PROCEDURES 017700 OPERATION AND MAINTENANCE DATA 017823 PROJECT RECORD DOCUMENTS 017839 POST FINAL INSPECTION 018100 SUSTAINABLE DESIGN REQUIREMENTS - FGBC FOR NEW CONSTRUCTION 018113 GENERAL COMMISSIONING REQUIREMENTS 019113 SECTION 010090 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. B. 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 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: 4550 41st Street, 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 governing agency, St. Johns River Water Management District, Department of Environmental Protection, Army Corps of Engineers, Indian River Farms Water Control District, and all other applicable State or Federal agencies' specifications and permits. In the event of a conflict, the more stringent specification or requirement shall govern. E. Before performing any work outside the designated limits of the work site, secure any necessary permits and authorization from the applicable owner, or verify in writing that such has been previously obtained. Follow all requirements of any said permits or authorization. Give the ENGINEER and appropriate owner ten (10) days minimum notice before commencing construction operations outside the designated limits of the work site. 010090-1 SECTION 010240 CONTINGENCY 1.1 General CONTRACTOR shall furnish all labor, materials, equipment and incidentals necessary to perform additional work not covered on the Contract Drawings. The Contingency Account is intended as a contingency for unforeseen work. 1.1 PAYMENT A. Lump sum amount for contingency account work is included in the bid schedule. The value of contingency account work will be determined in accordance with Article 12 of the General Conditions + + END OF SECTION + + 010240- 1 SECTION 010910 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. B. 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 010910-1 CRSI Concrete Reinforcing Steel Institute DBE Disadvantaged Business Enterprise DNR Department of Natural Resources FDEP/DEP Florida Department of Environmental Protection FDOT/DOT Florida Department of Transportation FED.SPEC. Federal Specifications FTA Federal Transit Administration NCPI National Clay Pipe Institute NEC National Electric Code NEMA National Electrical Manufacturers Association NSPE National Society of Professional Engineers OSHA Occupational Safety and Health Administration PCI Prestressed Concrete Institute SJRWMD St. Johns River Water Management District SSPC Steel Structures Painting Council U L., Inc. Underwriter's Laboratories, Inc. USDOT United States Department of Transportation 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 + + 010910-2 SECTION 01 1000—SUMMARY OF WORK PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including i General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Phased construction. 4. Work by Owner. 5. Work under separate contracts. 6. Future work. 7. Purchase contracts. 8. Owner-furnished products. 9. Contractor-furnished, Owner-installed products. 10. Access to site. 11. Coordination with occupants. 12. Work restrictions. 13. Specification and drawing conventions. 14. Miscellaneous provisions. B. Related Requirements: 1. Division 01 Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 PROJECT INFORMATION A. Project Identification: Indian River County Go-Line Bus Transfer Hub. 1. Project Location: 1225 16"Street,Vero Beach,FL 32960. B. Owner: Indian River County Board of County Commissioners. 1. Owner's Representative: Richard B. Szpyrka, P.E.,Assistant Public Works Director, Indian River County, 1801 27th Street Vero Beach,FL 32960. C. Engineer/Prime Consultant: Joseph W.Schulke,P.E.,Schulke,Bittle& Stoddard,LLC,1717 Indian River Blvd.,Suite 201,Vero Beach,FL 32960. 011000-1 D. Prime Consultant's (Engineer) Consultants: The Engineer has retained the following design professionals who have prepared designated portions of the Contract Documents: 1. Civil: Schulke, Bittle & Stoddard, LLC, 1717 Indian River Blvd., Suite 201, Vero Beach,FL 32960. 2. Structural: Schulke, Bittle & Stoddard, LLC, 1717 Indian River Blvd., Suite 201, Vero Beach,FL 32960. 3. FGBC/LEED Designated Professional:Schulke,Bittle&Stoddard,LLC,1717 Indian River Blvd., Suite 201,Vero Beach,FL 32960. 4. Commissioning Agent: Construction Engineering Group (CEG),2651 W. Eau Gallie Blvd.,Suite A,Melbourne,FL 32935. 5. Architect: Caribeno Architectural Group,Inc. (CAG) 13 E Melbourne Avenue,Suite C,Melbourne,FL 32901. 6. MEP: Construction Engineering Group (CEG), 2651 W. Eau Gallie Blvd., Suite A, Melbourne,FL 32935. 7. Surveyor: Houston, Schulke, Bittle & Stoddard, LLC DBA Meridian Land Surveyors, 1717 Indian River Blvd.,Suite 201,Vero Beach,FL 32960. 8. Geotechnical Engineer: KSM Engineering&Testing,PO Box 78-1377,Sebastian,FL 32978-1377. E. Other Owner Consultants: The Owner has retained the following design professionals who have prepared designated portions of the Contract Documents: N/A F. Contractor: N/A. To be determined. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: 1. The construction of one enclosed/partially enclosed habitable single story structure, several exterior roof covered pre-manufactured structures,and all associated site work: a. 1,732 SF single story structure (the "Primary Building Structure") constructed with a concrete slab on grade with a monolithic concrete foundation, concrete block masonry walls and pre-engineered wood roof trusses. All architectural design has been provided by IRC (owner). b. 3,410 SF +/- (as measured to exterior of columns) exterior roof covered, pre- manufactured building structure(s) (the "Exterior Shelter Structures") approximately 10 FT+/-width and with a total length of 330 FT+/-, lying in an irregular/non-linear shape. Preliminary architectural design has been provided by IRC (owner). The building system design shall be signed and sealed by a Florida Licensed architect and/or engineer as required by the Building Department and provided by the contractor. The building system shall be a 011000-2 complete system and shall include the requisite foundation system, structural metal/aluminum framing system, flat metal roof panels where indicated, and sloped metal roofing system to match the primary building where indicated on the plans, together with flashing trim, fascia, gutters and downspouts, and decorative architectural features as depicted on the conceptual plans to match the architectural style, color, materials, and textures of the primary building. These features shall include but may not be limited to decorative columns, fascia, sloped roof, and exposed rafters. The engineer and architect of record for this project provided by IRC (owner) must review and approve the shop drawings for the building system prior to the issuance of a building permit. The design shall be substantially in conformance with the preliminary architectural plans provided in the contract documents/plans. Mechanical, electrical, and plumbing engineering and preliminary architecture design has been provided for this building by IRC(owner) but is subject to revisions. C. Site improvements for the 1.60 +/- acre site development area, together with "off-site" improvements in 16`h Street. The site improvements include all clearing, earthwork, paving, drainage, and utilities, sidewalks, landscaping, irrigation systems, and all other site construction work listed or described in the contract documents/plans and site development permits. 2. The project is required to comply with the "Green Commercial Building Designation Standard of the Florida Green Building Coalition, Inc." as specified in Division 1 Section "018113.13 Sustainable Design and Construction Requirements," Florida Green Building Coalition (FGBC), Commercial Building Certification Standards. The Contractor has a significant responsibility to ensure compliance and certification is received. 3. The project is funded by the Federal Transit Administration(FTA) and is subject to compliance requirements of the Buy America Act (1982) as amended as well as other standard Federal Requirements incorporated into the contract. The project requires the contractor to comply with the Davis Bacon Act, Equal Employment Opportunity Act, and Buy American requirements and other Federal requirements. For non-DBE prime contractors, participation of DBE subcontractors in an amount of work equal to or greater than 1% of the total bid is encouraged by the County. B. Type of Contract: 1. Project will be constructed under a single prime contract. 1.5 PHASED CONSTRUCTION A. The Work shall be conducted in a single phase. B. Before commencing Work, Contractor shall submit a construction schedule showing the sequence, commencement and completion dates, and move-in dates of Owner's personnel. 011000-3 1.6 WORK BY OWNER A. General: Cooperate fully with Owner so work may be carried out smoothly, without interfering with or delaying work under this Contract or work by Owner. Coordinate the Work of this Contract with work performed by Owner. B. Preceding Work: Owner will perform the following construction operations at Project site. Those operations are scheduled to be substantially complete before work under this Contract begins. 1. Owner has no construction operations planned. C. Concurrent Work: Owner will perform the following construction operations at Project site. Those operations will be conducted simultaneously with work under this Contract. 1. Owner construction operations include the installation of equipment and/or building systems that, due to the location,'type, complexity of the equipment or systems, requires installation concurrent with work under this contract, including: a. Communication systems(servers,UPS,network equipment) 2. The Contractor's work includes receiving, unloading; handling, storing, and protecting owner furnished products or equipment to be incorporated in the owner's construction operations, and coordinating work schedule with Owner's subcontractor(s). D. Subsequent Work: Owner will perform the following additional work at site after Substantial Completion. Completion of that work will depend on successful completion of preparatory work under this Contract. 1. Installation of furniture and equipment typically found in an office building, including telephones and computers. 1.7 WORK UNDER SEPARATE CONTRACTS A. Not Used. 1.8 FUTURE WORK A. The Contract Documents include requirements that will allow Owner to carry out future work following completion of this Project;provide for the following future work: 1. Not Used. 1.9 OWNER-FURNISHED PRODUCTS A. Owner will furnish products indicated. The Contractor's work includes receiving, unloading, handling,storing,protecting,installing(when indicated on the plans),Owner-furnished products, and making building services connections to the products after owner installation/construction, and coordinating the work schedule with Owner's subcontractor(s). B. Owner-Furnished Products: a. Three(3)Big Belly solar powered trash compactors (installed by contractor) 011000-4 b. Furniture systems (furnished and installed by owner) C. Communication systems (servers, UPS, network equipment) (furnished and installed by owner) d. Surveillance camera system(furnished and installed by owners) e. Exterior furniture(benches)(installed by contractor) f. Trash receptacles and cigarette receptacles (installed by contractor) g. Display case in building waiting area(furnished and installed by owner) h. Mural or wrap art in building waiting area(furnished and installed by owner) 1. Heavy duty storage shelves in recycle room (furnished and installed by owner) j. Digital signs at 8 bus pick up locations(furnished and installed by owner) k. Vending machine(furnished and installed by owner) 1. Plaque(installed by contractor) 1.10 CONTRACTOR-FURNISHED, OWNER-INSTALLED PRODUCTS A. Contractor shall furnish products indicated. The Work includes unloading,handling, storing,and protecting Contractor-furnished products as directed and turning them over to Owner at Project closeout. B. Contractor-Furnished, Owner-Installed Products: 1. <NOT USED>. 1.11 ACCESS TO SITE A. General: Contractor shall have full use of the Project site for construction operations during construction period, except that contractor shall permit ingress/egress by COVB Public Works Department(traverse through site)as noted on the plans. Contractor's use of Project site is limited by Owner's right to perform work or to retain other contractors on portions of Project and limited as noted or depicted in the contract documents/plans. 1.12 COORDINATION WITH OCCUPANTS A. Owner Limited Occupancy of Completed Areas of Construction: Owner reserves the right to occupy and to place and install equipment in completed portions of the Work,prior to Substantial Completion of the Work, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and limited occupancy shall not constitute acceptance of the total Work. 1. Architect will prepare a Certificate of Substantial Completion for each specific portion of the Work to be occupied prior to Owner acceptance of the completed Work. 1.13 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. 011000-5 B. On-Site Work Hours: Limit work to normal business working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday,unless otherwise indicated. 1. Hours for Utility Shutdowns: Tuesday through Thursday, normal business hours. 2. Any work requiring inspections,witnessing testing,etc.,by IRC, COVB,utility providers, the architect, or project engineers on weekends or outside of their normal business hours (7:00 a.m. to 4:00 p.m.) shall be pre-approved by the architect or engineer(as applicable) and owner; and contractor shall be responsible for payment of engineer's or architect's inspection fees at their overtime hourly rates. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Owner not less than two (2) days in advance of proposed utility interruptions. 2. Obtain Owner's written permission before proceeding with utility interruptions. D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to adjacent property owners or tenants. 1. Notify Owner not less than two(2) days in advance of proposed disruptive operations. 2. Obtain Owner's written permission before proceeding with disruptive operations. E. Nonsmoking Building: Smoking is not permitted within the building or within 25 feet(8 In) of entrances, operable windows, or outdoor-air intakes. F. Controlled Substances: Use of tobacco products and other controlled substances on Project site is not permitted. G. Employee Screening: Comply with Owner's requirements for [drug] [and] [background] screening of Contractor personnel working on Project site. 1. Maintain list of approved screened personnel with Owner's representative. 1.14 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Format:The Specifications are organized into Divisions and Sections using the 16- division format and CSUCSC's "MasterFormat"numbering system. 1. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. B. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations- Materials and products are identified by abbreviations [published as part of the U.S.National CAD Standard]. 011000-6 3. Keynoting: Materials and products are identified by reference keynotes referencing Specification Section numbers found in this Project Manual. 1 15 MISCELLANEOUS PROVISIONS A. <Insert miscellaneous provisions>. PART 2 -PRODUCTS (Not Used) PART 3 -EXECUTION(Not Used) END OF SECTION 011000 011000-7 SECTION 011100 REGULATORY REQUIREMENTS PART 1 -- GENERAL 1.01 PERMITS REQUIRED- All permits necessary for the construction of the work shall be obtained by the Contractor, except those pen-nits already obtained by the owner and listed below. Copies of permits obtained by the owner for the project are attached to the end of this section. Contractor shall review the pernits/approvals, familiarize itself with all pen-nit conditions, and include the materials and labor to meet all conditions and requirements within the scope of work of this contract, whether the conditions and requirements are depicted on the drawings or listed below or listed on the permits. A. Indian River County 1 Building plans — Building plans for the primary structure (3410 sf+-) have been submitted to the Indian River County Building Department for initial plan review. Plans have been revised pursuant to the building department's initial review There may be additional review comments based on a subsequent resubmittal. The contractor will be required to apply for all budding pen-nit applications for all proposed construction. The plan review permit application numbers are as follows: a. Primary Building: 2015100221 NOTE: This does not include the plan review for the covered canopy/exterior structures. The Contractor shall provide final design, engineering and architectural design and prepare and submit all requisite permit applications for these structures. 2. Site Development Approvals a. Site Plan Approval — The project has received COVB site plan approval (No. SP15-000014)—December 8,2015. b. Land Clearing / Tree Removal - The project has received land clearing / Tree removal permit from the COVB (No.TR15-000086)December 8,2015. C. IRC Concurrency — The project has been reviewed and deemed to meet concurrency requirements. All impact fees have been paid, except COVB utility (water and sewer)and IRC Solid waste.IRC will pay all impact fees. Notification: The COVB public works department—Matt Mitts, COVB Engineer, 1053 20`'Place,Vero Beach,FL 32960 (772) 978-5151 shall be notified and attend a pre-construction meeting, and shall be notified 48 hours prior to commencement of work.A certification of completion for each pen-nit/approval and as-built survey is required to be submitted at job close-out. 011100-1 B. IRC Engineering 1. IRC Engineering has issued the following permit(s)for this project: IRC Right-of-Way Commercial (No. 2015090351) , November 23, 2015 — To construct the driveway turn-out, sidewalks, utilities, and turn lane improvements within 16`h St.R-O-W. 2. Notification: The IRC Inspector,Dan Wittenberg, 1801 27`h Street,Vero Beach,FL 32960-3388(772)226-1622 and the engineer of record shall be notified and attend a pre-construction meeting,and shall be notified 48 hours prior to commencement of work.A certification of completion for each permit,adequate and passing test results,and as-built survey is required to be submitted at job close-out. C. COVB Water and Sewer Department: 1. Permit: COVB Water and Sewer Department has approved the proposed utility construction, and issued an approval letter dated September 15, 2015. The Contractor shall review and abide by all permit conditions. 2 Notification: COVB Water and Sewer Department and the engineer of record shall be notified and attend a pre-construction meeting, and shall be notified 48 hours prior to commencement of work, notified during the course of the work for all taps, connections, or any work on or adjacent to its facilities, for all tests and flushing of lines,and lift station start-up. 3. Closeout requirements: A certification of completion and Final FDEP clearances will be prepared by the engineer of record after the work is satisfactorily completed and adequate and complete documentation is provided by the contractor, including as-builts, Final release of lien documents, bill of sale, warranty letter, operation manuals, backflow preventer certification(s), adequate / passing utility test results, adequate/passing utility backfill density test results and other additional documents listed under permit conditions shall be provided prior to placing system(s) into service. 4. The Contractor shall prepare a detailed list of utility infrastructure installed from the point of connection to the utility,to the point of service in the right-of-way—the list shall include a list of items, quantity placed,unit price and total installed value.This list will be incorporated into the required COVB`Bill of Sale"of Utilities form. D FDEP-(Sewer Collection/Transmission) 1. Permit: A General Permit for constructing a wastewater collection/transmission system has been issued. FDEP Waste Water — No. 0039141-039-DWC-CG; issued 9/23/15. The Contractor shall review and abide by all conditions. 2. Requirements: A certification of completion/ request for clearance will be prepared by the engineer after the work is satisfactorily completed and adequate and complete documents are provided by the Contractor, including as-built survey, adequate and passing utility test results — which shall be submitted prior to placing the system into service. E. FDEP-Drinking Water 1. Permit: A General Permit for constructing a water distribution system has been issued. FDEP Drinking Water — No. 0080446-239-DSGP; issued 9/23/15. The Contractor shall review and abide by all conditions. 2. Requirements: A certification of completion/ request for clearance will be prepared by the engineer after the work is satisfactorily completed and adequate and complete documents are provided by the Contractor, including as-built 011100-2 survey, adequate and passing utility test results —which shall be submitted prior to placing the system into service. F. ACOE 1. Permit: A Nationwide Permit number 46 has been issued for this project. ACOE —No. SAJ-2015-02418 (NW-46); issued 8/5/15. 2. Notification: The Contractor shall notify the ACOE of the following: The ACOE shall be notified within 10 days of the start of the work,the ACOE shall be notified in writing of the date of commencement of the work authorized by the permit, and within 60 days of completion, the "Self Certification Statement of Compliance" (form attached with permit) must be completed and submitted to the ACOE. . Reporting address is: US Anny Corps of Engineers, Regulatory Division, Enforcement Section,P.O.Box 4970,Jacksonville FL 32232. G. FDEP SWPPP 1. Permit: N.O.I. to use "Generic Pen-nit for Stormwater Discharge from Large and Small Construction Activities" must be submitted by the Contractor, with the Contractor as the applicant and maintenance/operation entity. This permit requires that the Contractor conduct and document routine inspections. 2. Notification: At the completion of the project, the Contractor shall file a "N.P.D.E.S. Stormwater Notice of Termination". 3. A SWPPP has been prepared for Contractor's use in securing the permit and for the continuous planning and direction to comply with permit conditions. The SWPPP included with the construction plans is a suggested minimum plan for adherence to the FDEP NOI requirements. This plan is available (in CAD) for Contractor to use, edit and modify for its intended purposes. The Contractor is responsible for the plan's design and implementation, and is strongly encouraged to review, edit and take ownership of this plan. H. SJRWMD 1. Permit: An Individual pen-nit authorizing the construction of a surface water management system (No. 142891-1) has been obtained for this project. The Contractor shall review and abide by all the conditions. 2. Notification: The Contractor shall notify the SJRWMD of the following: SJRWMD must be notified 48 hours prior to the commencement of construction on district form no. 62-330.350(1), and within 30 days of completion of construction, submit the"As-Built Certification and Request for conversion to the operation phase"form (form 62-330.310(1)). 1. Utility Companies 1. Permits: N.A. IRC has coordinated with COVB T&D, and has depicted the proposed utility connection points and off-site modifications/relocations on the plans. The Contractor shall coordinate its work with all utility providers. Contacts during plan preparation were: COVB—Chris Blahnik(772-978-5460). The Contractor shall coordinate final off-site utility connections and service provisions with AT&T,Kirk Walker;Ph: (772)460-4455; and Comcast— Anthony Springsteel;Ph: (772)692-9010 x 69936 IRC has submitted plans of site construction to: -COVB Water and sewer,Todd Young,(772)978-5215 -AT&T,Kirk Walker;Ph: (772)460-4455 -Comcast,Anthony Springsteel;Ph: (772)692-9010 x 69936 011100-3 The Contractor shall notify all known utility providers including "Sunshine Locates" in the area and request utility locates. The Contractor shall notify all utilities 48 hours prior to start of construction. J. Other-Permits/Approvals The Contractor is responsible for obtaining any stormwater or de- watering/discharge permits and any building permits necessary for the work, including,but not limited to: • FDEP N.O.I. to use Generic Permit for Stormwater Discharge from Large or Small Construction Activities • FDEP Industrial Wastewater- "Generic permit for the Discharge of Produced Groundwater from any Non-Contaminated Site Activity" • SJRWIYID transferable consumptive use permit known as a "Noticed General Permit for Short Tenn Construction De-watering" • Building Department permits, as applicable. (Building/structure, plumbing, electrical, mechanical, irrigation, paving, LP tank, walls, fences, and all others necessary) • DOH—well construction and water use pennits K. Federal Transit Administration(FTA): The contractor is responsible for adherence to all FTA Standard Contract Clauses. Reference Sections "Agreement (Public Works)" (00520) and "Federal Transit Administration (FTA) Standard Contract Clauses" (00421). 011100-4 PART 2-PRODUCTS Not applicable PART 3-EXECUTION Not applicable PART 4—INDEX OF APPROVALS The following documents are attached: Buildin s Permit No. Issue Expiration IRC Building Permit Application—Primary 2015100221 Pending Pending Bldg. Issuance Issuance IRC Building Permit Application—Covered NA—submitted by Pending Pending canopies contractor Issuance Issuance Site Permit No. Issue Ex iration COVB Major Site Plan Approval SP15-000014 12/8/2015 06/08/2016 COVB Land Clearing/Tree Removal TR15-000086 12/8/2015 6/8/216 COVB Utility Construction Approval N/A 9/15/15 IRC Initial/Final Concurrency Certificate xxx xxx xxx IRC Right of Way Commercial 2015090351 11/23/2015 6/8/2016 FDEP Waste Water 0039141-039-DWC- 9/23/15 9/22/20 CG FDEP Drinking Water 0080446-239-DSGP 9/23/15 9/22/20 ACOE—NWP46 SAJ-2015-02418 8/5/15 3/18/2017 (NWP-46) SJRWMD ERP 142891-1 8/14/2015 8/13/2020 **END OF SECTION** 011100-5 S •��' BEFORE THE PLANNING&ZONING BOARD OF THE CITY OF VERO BEACH,FLORIDA 1053 20'PLACE VERO BEACH,FLORIDA 32960 In the Matter of. 1225 16th Street SITE PLAN APPLICATION NO.SP15-000014 Applicant: Owner: Indian River County(GoLine) City of Vero Beach c/o Joseph W.Schulke,P.E. 1053 20"Place 1717 Indian River Blvd.#201 Vero Beach,FL 32960 Vero Beach,FL 32960 ORDER GRANTING SITE PLAN APPROVAL The above-styled matter came before the Planning and Zoning Board of the City of Vero Beach ("Board')on Thursday, December 3, 2015, for public hearing on the Applicant's request for the construction of the main Indian River County GoLine Transfer Hub, located at, 1225 16`h Street, Vero Beach,Indian River County,Florida,and more fully described as: Parcel I.D.Number: 33 39 01 00000 5000 00005.0 Zoning District: M—Industrial The Applicant requested approval of a site plan for construction of the main Indian River County/Senior Resource Association Go-Line Transfer Hub to include 1,752+/-sf enclosed and open air building to provide shelter,bathrooms,and storage;(8)bus/transit vehicle pick up/parking spaces;paved and secured parking for clients and operators;a 4,600 covered shelter.(Attached) The Board, having fully heard and considered the testimony, evidence, and arguments of the Planning and Development staff,Applicant,and being fully advised in the premises,finds that in this matter competent substantial evidence and facts were presented which,in its judgment,show that the criteria of Section 64.10 of the zoning code have been satisfied. BASED ON THE FOREGOING,a motion was made by Mrs.Minuse and seconded by Mr.Croteau to approve Application Number SP15-000014 based on compliance with staffs conditions listed in their report. Finding that the Applicant has satisfied the requirements of Section 64 10 of the zoning code as stated above,and thereby grant site plan approval,subject to the following: 1. During construction and after final grading,no surface water runoff may be directed to adjacent properties, and all surface water runoff must be routed to approved drainage facilities or be retained on site. All runoff from the site,both during and after construction,must be free of pollutants,including sediment,prior to discharge; 2. The applicant shall provide the Department of Public Works with a copy of the notice of commencement and be subject to random inspections for compliance with Section 73.33; 3. All on-site and off-site landscaping,building maintenance and janitorial duties are the responsibility of the GoLine or Indian River County and not the City of Vero Beach; Pagel oft 011100-6 4. Applicant shall coordinate with City of Vero Beach Public Works personnel during driveway construction to limit disruption of necessary day to day operations. 5 An Indian River County Right-of-Way Permit shall be obtained following site plan approval; 6. Tree Mitigation from.#TR15-000086 shall be installed and inspected prior to C O 7 Per Sec.62.62(c)(1)(f),the Planning and Zoning Board approved fence heights of five foot along the north property line, 8 foot along the east property line, and between five to six foot along the western property line. The motion was approved by a vote of the Board as follows: Mrs.Minuse Yes Mrs.Hillman Yes Mr Wells Yes Mr Croteau Yes Mr Lauffer Yes IT IS THEREFORE ORDERED BY THE BOARD that the request for site plan approval is hereby GRANTED. DONE AND ORDERED at Vero Beach, Indian River County, Florida,-this o day of �peernber ,2015. ATTEST PLANNING&ZOKING'�pAD R _ - CITY OF VERO JBEACH,:FLORIDA B Sherri Philo Lawrence Lauffer Clerk of the Board Chairman XC: Charlotte Bowling,Bldg Dept(email) Plans Examiner of the Day Monte Falls,Public Works (via Nancy Nichols-email) File This effective date of the approved modification shall commence upon the termination of the ten-day appeal period. The effective-date shall not preclude the developer from applying for and building permits being issued prior to the effective date. Applications for building permits shall be made within six months of the effective date of the site plan and all final inspections shall be obtained within two years of the effective date of the site plan or the approved site plan shall become null and void unless an extension has been approved by the planning and development director. However, should an appeal be filed as provided under Section 64.04 of the Code of ordinances,all permit activity,work on premises,shall be stayed. Page 2 of 2 011100-7 Planning and Development Department P.O.Box 1389 Vero Beach,FL 32961-1389 (772)9784550(Tel) (772)778-3856(Fax) TREE REMOVAL/RELOCATION PERMIT PERMIT NUMBER: #TR15-000086 PROPERTY ADDRESS: 1225 16ie Street PROJECT NAME: Indian River County GoLine Transfer Hub PROPERTY OWNER: Indian River County/City of Vero Beach APPLICANT: Indian River County c/o Schulke,Bittle&Stoddard,LLC PARCEL ID: 33 39 0100000 5000 00005.0 SITE PLAN#: #SP15-000014 TREES/PALMS TO BE REMOVED: Construction Zone: Live Oak—2-I5",2-18" Cabbage Palm 12" MITIGATION CALCULATION: Construction Zone: Live Oaks-66"/2=33"x 5%=1 7" Palms-12"/2=6"x 5%=0.3" MITIGATION FEES: N/A PERMIT CONDITIONS: The replacement trees shall of a species on a list recommended by the Florida Urban Forestry Council for Central Florida similar to the tree removed in terms of height and canopy spread at maturity. The trees shall be a minimum of 3 inches DBH at time of installation,with a minimum height meeting the standards for the particular tree species in"Grades and Standards for Nursery Plants.Replacement tree shall be Florida Grade No. 1 or better(Sec.72,43). The Planning staff shall be notified'for inspection of mitigation prior to the issuance of C.O. Notice: This permitis valid for 60 day,except if issued in conjunction with any development approval,the term shall run concurrently with the tern ofthe ciated dev ent approval. Planning Department Approval: \ �5 Authorize (�afore Date Mitigation Fee: N/A Page I of I 011100-8 INDIAN RIVER COUNTY ENGINEERING DIVISION 1801 27TH STREET VERO BEACH,FL 32960-3365 772-226-1597 PERMIT Confirm.#: 533 ROW COMMERCIAL PERMIT#: 2015090351 PERMIT TYPE:ROWCOM ISSUED DATE: 11123/2015 BY: PWSM JOB DESCRIPTION: COMMERCIAL ROW-122516TH STREET VERO BEACH,FL 32960 JOB ADDRESS 1225 16TH ST GO LINE TRANSFER HUB FACILITY BLOCK 5000 LOT: 00005.0, SUBDIVISION#: - ADDR NBR: 146051 FOLIO NBR: 33-39-01-00000-5000-00005.0 WWP(2X fee): N OWNER NAME: CITY OF VERO BEACH JURISDICTION: VB' PROJECT APPLICANT: INDIAN RIVER COUNTY C/O JOSEPH W SC TYPE: OWNER JOB PHONE: DBA: CERT NBR JOB FAX: FLOOD ZONE FLOOD ELEV• FLOOD MAP OPEN CUT: LANES: BONDAMOUNT: ADDITIONAL INFO: PERMIT EXPIRES WITH SITE PLAN THRU CITY 72 HOUR NOTIFICATION REQUIRED PRIOR TO BEGINNING WORK IN INDIAN RIVER COUNTY RIGHT-OF-WAY MAINTENANCE OF TRAFFIC PER ATTACHED PLAN. SPECIAL CONDITIONS AND ADDITIONAL ITEMS ATTACHED. INSPECTION CODE DATE INITIALS . APPR DISAPPR COMMENTS (As Applicable) STAKE 8r GRADE 801 _!/ PRE-POURDRIVE/SIDE 802 / / OTHER 803 ROW FINAL 899 "t 1 DISPLAY ON JOB SITE This permit is subject to attached conditions. For information regarding this permit, contact the Indian River County Engineering Division at (772) 226-1283. Schedule Inspections Online at: - ' hftp://www.irccdd.com/Building_Division/Online—Permifting.htm This permit is bused upon information supplied on the application.Insufficient or erroneous information does not relieve the applicant of any future requirements that may be Imposed to comply with Indian River County Ordinances.Engineering reserves the right to modify the original permitted conditions as needed at any time prior to final acceptance In order to comply with Indian River County Ordinances. CDPR2020ROW 011100-9 INDIAN RIVER COUNTY j RIGHT-OF-WAY REVIEWIPERMIT APPLICATION ''ll nn DATE (� `� R.O.W.PERMIT NO. �D I S V`�1 O 3'; 1 APPLICANT Indian River County c/o Joseph W Schulke,P.E. 772-770-9622 1717 Indian River Blvd,Suite 201 Vero Beach,FL 32960 PHONE ADDRESS CONTRACTOR TBD NAME EMERGENCY PHONE NO,(REQUIRED) ADDRESS U1_6 OFFICE PHONE NO. LOCATION OF WORK5 16th Street,Vero Beach,FL 32960 Parcel ID No.:33390100000500000005.0 STREET ADDRESS N/A LOT BLOCK SUBDIVISION UNIT DESCRIPTION OF WORK Modify existing driveway,modify center lane,remove median and extend bi-directional tum lane 75 ft to the east,construct water and server utility extensions. -41L WMW JnG (Lvu/ +t ITE `012 ;Vg ONE) RESIDENTIAL COMMERCIA RAFFIC ENQ'11VEE4JNLG,,t-IVISION LAND DEVELOPMENT SITE PLAN 1r1AINTENANCE OF 19"I'lpIC "Vi UTILITY( _VATE d I� i E Cj"! a i- JU Juilwil IRCL ONE) / VBLIC PBIVATE / 3 asd/ucu// 9k�di� SEP 1 12615 ST E REVUE (CIRCLE ONE)��/ YES ND CONSTRUCTION TYPE: TRAF FiC i=NGINEERING tl DRIVEWAY* CABLE TV7 UNDERGROUND STREET PAVING ELECTRICITY OVERHEAD jt�SIDEWALKSICURBS TELEPHONE STORM DRAINAGE RIGHT-OF-WAY WATER SYSTEMS CLEARING _V9—SANITARY SEWER OTHER NOTE. 1. Detailed drawings shall be submitted with each application. 2. This permit is issued subject to all conditions on reverse side of this application. 3. A signature by the contractor shall be construed as making the contractor personally liable for all permit conditions unless contractor attached written proof of authorization to act on behalf of the applicant 4. All wS "ubjeqqo final inspection by Engineering Division. Call 770-5455,`AIRS" (automated inspection re est sys a schedule inspections for any permit issued after January 1,2003. IV Joseh W.Schulke,P. APPLIC ICON CTOR SIGNATURE�J �/' AME(PLEASE PRINT) E OFFICE USE ONLY NOTES: PERMIT FEE§ I T A 1 D W_) _ f-� ISSUING OFFICEb` DATE ISSUED '// ZPl SEP 14 2015 EXPIRATION DATE 14,/ �_ Fer6��13`M Rev.7118!04 C:1Documerds and Settings�webmasteADesktopIROW APPLICATION FORM.doc I � l 0 Y3 011100-10 RIGHT-OF-WAY CONDITIONS 1. Applicant shall not begin construction of any kind in the County right-of-way prior to application and issuance of a valid permit by the Department of Public works. 2. Any areas disturbed in the County right-of-way must be restored by applicant to a condition equal to or better than existing just prior to construction, including but not limited to compaction, grading, paving, seeding mulching and sodding, etc., as the case my be. The quality of construction, materials, and workmanship shall be in accordance with County standards. 3. "Applicant shall notify the Engineering Division at least 48 hours prior to the placement of concrete, paving of asphalt, installation of culverts, or backfilling of trenches, so that the County may inspect installations as necessary. Applicant shall further notify the County in writing of its request for final inspection and approval at the completion of the permitted activity. 4. This permit shall EXPIRE WITH THE ASSOCIATED LAND DEVELOPMENT OR SITE PLAN PERMIT unless otherwise stated in writing on the face of this permit by an authorized representative of the Engineering Division. 5. The applicant shall assume the responsibility for all maintenance, replacement or removal of any right- of-way improvement authorized by this permit; and applicant further agrees by acceptance of this permit to indemnify and save harmless the county, its officers, employees, or agents, from any damages, claims, causes of actions, or losses whether for personal injury, loss of life or property damage, arising from the actions or omissions of applicant, its officers, agents, or employees, associated with the placement, maintenance or removal of installations authorized by this permit. The applicant agrees to use all reasonable care under the given circumstances to assure that members of the traveling public are not unreasonably inconvenienced nor endangered by the activities conducted hereunder, including the use of reftectorized barriers, warning signals, flagmen or,other prudent measures as described in the Manual on Uniform Traffic Control Devices, (MUTCD), 2000 Edition, published by US Department of Transportation,Federal Highway Administration. 6. The validity of this permit is contingent upon applicant obtaining necessary permits from any other agencies having jurisdiction. Issuance of this permit does not relieve applicant of liability for trespass to private property 7. This permit shall be considered a license only, for the limited purpose of installation, placement and maintenance of the improvements specified on the face hereof, and does not convey any other right, title,or interest of the Count in the subject right-of-way property. B. Applicant agrees to remove or alter such installations without objection or cost to the County as the County may direct, at any time and within a reasonable time after receipt of direction by the County Engineer or his authorized representative. 9. Applicant is cautioned that electrical,water and sewer, or other installations or utilities may be located within the construction area, and applicant shall use diligent efforts to first detect and locate all such installations,and shall coordinate construction with all lawful users of said fight-of-way. Applicant shall be liable in every manner for all damages proximately resulting from its interference with or interruption of services provided by other lawful right-of-way users. 10.`In cases where a concrete driveway is to extend to a paved road,that portion of the driveway from property line to edge of the road pavement shall be a minimum thickness of four inches for residential, local roads only,all others will be six inches,as specified in Chapter 312.19(2B)of the County Right-of- Way Ordinance. If road is unpaved concretefasphalt driveway shall not extend beyond the property line. Rev.2118104 C.1Docurnents and Settings\webmasteADesrdopxRcrw APPLICATION FORMA= 2 011100-11 INDIAN RIVER COUNTY RIGHT-OF-WAY INFORMATION & FEE SCHEDULE PERMIT/REVIEW TYPE FEE STORMWATER TYPE C $100.00 SINGLE FAMILY ROW&DRAINAGE REVIEW(PRIVATE) $45.00 SINGLE FAMILY ROW&DRAINAGE REVIEW/PERMIT(PUBLIC) $75.00 UTILITY ROW PERM IT $350.00 LAND DEVELOPMENT ROW PERMIT $550.00 COMMERCIAL ROW PERMIT c5ii0.00 ADDITIONAL FEES RE-INSPECTION AFTER 2 SITE VISITS-(CHARGED @ AN HOURLY RATE) PLAN REVIEW AFTER 3d RESUBMITTAL-(CHARGED @ AN HOURLY RATE) Rev.2118104 CADocuments and SetUngslwebmasteADesldopUROW APPLICATION FORKdoc 3 011100-12 Inter-Office Memorandum Indian River County-Public Works Department Traffic Engineering Division TO: David Hays,P.E.,C.F.M.,Land Development Manager FROM: Jeanne Bresett,Trac DATE: October 1,2015 SUBJECT: M O.T.for Construction in the Right-of-Way Location:122516"'Street Job Type:Go Line Bus Hub-COVB Applicant:Indian River County–Mr.Joseph Schulke,P.E. ROW Permit:2015090351 Plans dated September 11,2015: Attached are Traffic Engineering's Special Conditions for Right- of-Way Permit,as well as the Regulations for the Maintenance of Traffic for the above referenced project. Also, included are the specific F.D.O.T.Traffic Design Standard indices for the Traffic Control Plans applicable for this project. 1)The contractor shall install stand mounted Advance Construction signing,in accordance with, F.D.O.T.Standard Index 602 for any work or activities that encroaches the area between two(2) feet to fifteen(15)feet outside of the travel way. 2) Traffic shall be restricted to a single lane when any work or activities encroaches the area between the centerline and 2 feet outside of the travel.way.One-lane closures shall be in accordance with F.D.O.T.Standard Index 603. Traffic Engineering shall be notified 24 hours in advance of any lane closings. —_3)�I here shallbe no excavehons lett open atter dace—---- --- ------- -- — 4) All construction equipment and materials shall:be stored a minimum of 15 feet from the edge of pavement and shall be protected by Type 11 Barricades with flashing yellow lights. 5) Construction fencing used in the work area to protect equipment or excavations shall not block sight distance near intersections or driveways. 6) Indian River County Traffic Engineering may have underground conduit for traffic signal interconnections and equipment in this area. It shall be the contractor's responsibility to contact Sunshine State One Call System at 1-800-432-4770 for locations of this equipment at least 72 hours prior to any construction. Wyou have any questions,please contact me. F:\Traffic\Right of Way Permits - Road Closings\ROW FORMS\DRIVEWAY CONNECTION\2015\Go Line Bus Hub 1225 16th street.2015090351.approval.doc 011100-13 �RIOp' INDIAN RIVER COUNTY TRAFFIC ENGINEERING DIVISION SPECIAL CONDI'T'IONS FOR RIGHT-OF-WAY CONSTRUCTION SPECIAL CONDITIONS: 1. All work performed under this permit shall be in accordance with the Florida Department of Transportation Design Standards, The Manual on Uniform Traffic Control Devices, and Indian River County Typical Drawings,latest editions. 2. All special conditions listed are, in addition to- the attached Indian River County Traffic Engineering Regulations for Maintenance of Traffic. 3. Jt shall be the contractor's responsibility to contact Sunshine State One Call-System (1-800-432-4770) at least 72 hours in advance of-commencing construction work to coordinate traffic control and obtain locations of underground traffic. signal• conduit for the County's Computerized Traffic Signal Coordination System. 4..The•contractor shall be responsible for using the applicable Traffic Control Plan for the type of work being performed All job supervisors shall have a copy of the control plan on site at all times and shall be familiar with the correct set-up of the plan. 5. At least one lane of traffic-shall be maintained at all times...One-lane•traffic shall be controlled with atJeast two (2.)-Bagn.e,n_._.Flagmen shall use STOP/$LOtiTJ_paddles at all ties. a�gs shah_ not be used for one-lane traffic control. 6. After proper notification to Traffic Engineering,consideration will be given to the contractor to close roadways to through traffic on a daily basis during daylight hours on narrow roadways where maintaining one-lane traffic would be difficult. The roadway shall be open to traffic at the end of each work day and on weekends. It shall be the contractor's responsibility to provide:all necessary construction signs and traffic control devices to close the road and provide a detour route in accordance with Indian River County standards. Signing shall be installed-that clearly indicates the time periods the road is closed to traffic. 7. •There shall be no construction work after dark. 8. All open excavations shall be back filled before the close of each work day. C:1Us=1hpayneWmIdop\1RC TRAFFIC ENGDMIZING SPECIAIAQriDTnONS FOR RIGHTDOC 92312015 011100-14 Special Conditions for Right-of-Way Permit Page 2 9. A compacted roadway shall be provided at the end of each work day. Disrupted roadways shall be clearly marked as a construction area. 10.Refer to the attached Traffic Engineering Regulations for construction work on Indian River County roadways for maintenance of traffic inspection policy and procedure. Field inspection for work zone safety and maintenance of traffic will be coordinated by the Traffic Engineering Division.. 11.All construction equipment, materials, etc. shall be stored outside of the clear zone. Equipment and construction materials that are stored within the clear zone shall be clearly marked with Type II barricades with flashing yellow lights. 12.All projects and work within Indian River County right-of-way shall have an approved Traffic Control Plan(TCP).All work shall be executed under the established TCP and Indian River County approved procedures. The TCP shall provide the proposed detour route,traffic control devices,and other pertinent information for the proposed project and shall be submitted for review and approval by the Public Works Department. The FDOT Design Standards,Indices 600, 2015 do not include a Traffic Control Plan for a full road closure. For full road closures, a TCP is required to be submitted by the contractor a minimum of two(2)weeks prior to the proposed road closure. All traffic control devices shall be in accordance with the Florida Department of Transportation (FDOT) Design Standards, Indices 600, 2015, the Manual on Uniform Traffic Control Devices, 2009 Edition, and.Indian River County Typical Drawings for Sighing;'Pavement Markings, and Geometrics,latest edition. ' 13. For full road'closures,Portable Changeable Message Signs are required to pre-advertise the roadway closure,,a minimum of seven(T)days in advance of the road closure_and during the duration of the road closure.The use of Portable Changeable Message-Signs for lane closures on thoroughfare plan roadways will be required.Messages are to be as approved by the Public Works Department and shown on the TCP. TRAFFIC ENGINEERING REGULATIONS Maintenance and Protection of Traffic: It shall be the responsibility of the contractor to provide_for the maintenance and protection of traffic in accordance with the applicable indices in the most current edition of the Florida:Department of Transportation Roadway and,Traffic Design Standards and the Federal Highway Administration Manual on Uniform Traffic Control Devices. The indices shall be-considered the minimum standards and a more extensive work zone set-up or modifications may be required by the County Public Work Director or his designee for,the protection of personnel in the work area as well as the traveling public. CAUsers\hcavne\DesldoplatC TRAFFIC ENGNEERING SPECIALCONDMONS FOR RIGHT.DOC' 9/232015 011100-15 Special Conditions for Right-of-Way Permit Page 3 It shall be the responsibility of the contractor to ensure that all subcontractors are in full compliance with all traffic control regulations. It shall be the responsibility of the contractor working on County roadways or within Right-of-Ways to establish maintenance of traffic prior to any work being performed. The contractor shall frequently .monitor the work zone set-up to ensure that all signing is properly placed and that warning signs remain at the proper advance posting distance from the work area. Any signs that do not apply to the work zone shall be removed or covered. The contractor shall remove the work zone set-up at the conclusion of the work- Traffic orkTraffic Engineering shall be notified twenty-four(24) hours in advance of any lane closings and ten(10)days in advance.of any road closures. Lane closures are restricted to outside the normal peak hours of traffic,lane closures shall occur during the hours of 9:00 AM to 4:00 PM unless otherwise approved by the Public Works Director or his designee. Traffic Engineering staff shall inspect the, Maintenance of Traffic prior to construction commencement to ensure compliance with the approved Traffic Control Plan. It is the policy of the Traffic Engineering Division to randomly monitor the contractor's compliance with all regulations while working on County roadways and within right-of-ways. Matters of public safety shall be attended to immediately upon notification by the County Public Work Director or his designee. If the contractor is found to be negligent in maintaining proper work zone set-up in accordance with the County's Right-of-Way ordinance(Chapter 312), the County Public Work Director or his designee shall impose penalties in the-amount of$250.00 for working without the proper traffic control. --Construction-at-or-Near-Signalized-Intersections:--------- _--_--_____.._—_- The contractor shall have full responsibility for any work performed at or near any traffic signals in Indian River County. The contractor shall request that the County locate buried interconnect conduit and cable,loop sensors, and pull boxes prior to commencing construction. Any damage to the interconnect conduit, loop sensors,and'pull boxes or any other traffic signal equipment shall be repaired at the contractor's expense. It shall be the responsibility of the contractor to notify Traffic Engineering Division 72 hours prior to any work being performed near a signalized intersection or flashing beacon: Once the proper notification and locate procedures are satisfied,the contractor working in or near signalized intersections 'or around traffic signal poles, signal cabinets, or flashing beacons shall be advised of the follovdng regulations: 1. No excavation shall be performed within a 15 foot radius of any traffic signal pole. If excavation is necessary within a 15 foot radius,it will be the contractors responsibility to provide the following: C:\UsM%hpayae\DmlQap\IRC TRAFFIC ENGINEERING SPECIAIMNDiTION'S FOR RIGHT-DOC gnmo15 011100-16 Special Conditions for Right-of-Way Permit Page 4 a. In a manner approved by the County Public Works Director or liis designee,the contractor shall provide constant support of the traffic signal pole to prevent movement during excavation and backfill operations. b. Compaction around the excavation site to a 98%density,bringing the backfill up in 1 foot lifts. c. Density reports from a licensed testing company provided to the County Public Works Director. d., Restore the traffic signal and all support equipment to original condition or better. 2. There shall be no pavement cuts made within 500 feet of a signal or flashing beacon without contacting Indian River County Traffic Engineering•Division at (772-226-1547), 72 hours prior to construction. 3. Any traffic signal,loop sensors,conduit,interconnect cable, or any support equipment damaged by a contractor shall be repaired at the contractors expense. 4. Any contractor that works at or in the vicinity of a signalized intersection shall have full responsibility for any liability incurred by causing damage to signal equipment that results in the failure of the traffic signal functions. If such a failure occurs, the contractor shall notify the police and the Traffic Engineering Division immediately at(772-226-1547). Once the proper notification and locate procedures are satisfied,:the contractor working in or near signalized intersections or around traffic signal poles, signal cabinets, or flashing beacons shall be advised of the following regulations: 5. No excavation shall be performed within a 15 foot radius of any traffic signal pole. If excavation is necessary within a 15 foot radius,it will be the contractors responsibility to provide the following: a. In a manner approved by the County Public Works Director or his designee,the contractor shall provide constant support of the traffic signal pole to prevent movement during excavation and backfill operations. b. Compaction around the excavation,site to a 98%density,bringing the backfill up.in 1 foot lifts. c. Density reports from a licensed testing company provided to the County Public Works Director. d. Restore the traffic signal and all support equipment to original condition or Better. C:\Users\hpayne\Desldop\IRC TRAFFIC ENGINEERING SPECIAWONDITIONS FOR RIGHT.DOC 9/23/2015 011100-17 Special Conditions for Right-of-Way Permit Page 5 6. There shall be no pavement cuts made within 500 feet of a signal or flashing beacon without contacting Indian River County Traffic Engineering Division at (772-226-1547), 72 hours prior to construction. 7. Any traffic signal, loop sensors; conduit, interconnect cable,or any support equipment damaged by a contractor shall be repaired at the contractors expense. 8. Any contractor that works at or in the vicinity of a signalized intersection shall have full responsibility for any liability incurred by causing damage to signal equipment that results in the failure of the traffic signal functions. If such a failuie occurs, the contractor shall notify the police and the Traffic Engineering Division immediately at(772-226-1547). C.XUsers\hpayne\Daktop\IRC TRAFFIC ENGINEERING SPECIALCONDMONS FOR RIGHPDOC 923/2015 011100-18 ROAD WORK END FAD ROAD W011K A Q � o0 b " a . . . . . �•-{. a a +Ta .!eragtn�qt Wwk Nu • ^'? sec r>DR Ir END Table it ROAD NORA ROAD ow,ra sear. a+ r oewn s .np-r. m Soo, Taper ten th.ShaWQer WORK O s.raeM 1 s••r+we a At nu AAHEAD » wO11°al a� a ry m "Deas .aa�fwiw �' sNer. s11re�. rMdT. +y[aw ]s I0 !s Q Table I !p .d' ff dd Le so Device S acln is ss 6r u Ne..MI. .O__O•ulr•e VQ .0 Y] " in Yp. a yl><' IS ItO ISO lain \ S.." conn d 6—k Ad.w V.A"m � fniDAl Tfpurer Nalene s0 13] .107 ]00 DISTANCE BETWEEN SIGNS svK`Io Ir41 nw ran0nf Tay% larged SS 11) IB! ]IO - Soa.d A a D ]t f0 z! Sa .O Ido l00 ]!D "s O W p h v,M.) 7p1 y00 >o ra Is 77 f0 A s. 61 IDS ]If ]r0 - a5 Il 350 AN >0 fv 70 r) so >0 100 TO is? ]A am SO w ,ar aN• _ !oo 'Mrar.y fM,Qwr Ylrm. I Molnar eaovlde.vWrA C O VL v(fnprn d M.W.r ram x law SYMBOLS GENERAL NOTES DURATION NOTES "^NrdM or I.e.MWder in/aer frw+0ly i Deed anb mrfree nrtltry ® YIOIf NFe 1.WMn rw/.w nw0 Wert eMIfIH•/far IAQ Ihmpn IfdlN laMf IQ+ene pear 1.LOei Uxi s1N1YMrny tnKef mry b m#1".It dr 1IM J"( t/pa NAa la`a le•M1Ay oN d WOef e1 N)t fe+rAMup awNX)Iane.+nd leln,eatmp tM.er1 vee».!M adrxvN IdIMvilq romnlwM aff Rel: .S v DePN)peed IMM M.. \/ M IL.Wf.R O0v IM11 ae SWfI.—ler 1116 WDAAEAS app,F.JIM-d r1."p A rOrc ODFTAIMN aro OO eYedrea x lcrs. flap And rype a Ill. and FLAOOEA)Ipn.—lade.NA 603. R VL1idce in Nm W/L Atea NwQ MOA1dlm'IIT.tdXinp, Aaawng,eanllNnq,er strop•Ig11rY vprxlnp. ■ CMneelvNp pease(Sec rrMvO Ae.AOW ]. IN,11 ROAR dQn euT se oa r n•n aR•rnNO!e!0a WOA6FA aympW llpa m,v .. ea!M Ild0.lrro 1N fAarM•r.w0 I)b11np prrlareed. Mai Zara s,tn !.W/Nn a sde read MIMIC(I)faQ Olplw'ae wAldn/K TTC lane.adAR tonal r7[ dnjWa 611011 ro placed n 4rrw6.we dM utAr.4pplrud0 TCZ tldne). b taw ldadrnrdrnn+ovr.ndn d rral/rr CONDITIONS for Da 'Al TCZ"alike—+ad sAWrvnal Xdernulga"I".AMn 6h G00. WMrAN ANY VEHICt""WIDNr1rr. _ WONIRAS on NOR ACTIvIr1ES ENCROACH THE,MITA CLOSER TNNI I4 Vvr NOT CLOSE"THAN Z TO TWO EDGE Or TAAVA WAY. LAsr4 omflorloN: 2025 OT/0waEx sxrrT 7107/71111 m FDO TWO-LANK,TWO-WAY,WORK ON SHOULDER "oI MO' L ,�— DESIGN STANDARDS 602 7Of1 i I I sro OA S1011 Ra30 Clnp De.H1J OPrm✓Dn( 01M11 Po 1g, On m I �a H !If Used.See flhk 1-01vke SPKIm)-ran7eu STOP 5101 STOP SLOE MDAo NOUD 1 IOD 5m" .50 odllr 5DK1 7�. C D A 1 41 I. .W divas �• �e I D D I D A O C Ib I Da1He SpXinp-ieepe« I_ SDp MOIO( M[r.V® 0wka fPswno-1nP« IMDp06ty fn TaeMl W-8 y�a � • • TQ at $lOW STOP/SLOW AFAD tuf ►ul co METHOD 1.2 AFAD's j on on ox OM crop star smv so( I pr PIBAAD poAD I rose me 'rARM Clrnmehamp OPw(eJ DallwrK On( �� 1/Vpatl,fM1 Yr 41.I-'DanM1 fp.clnp•Ierolnf i 'O Ovral'SDKs A Q [ro IW !D oD $ af raefa 750 C O Io[o Ran. N 41 ! U 4 p a ee O wall ue+ o D D D 0 D •T V. A a r TSee roou fDISTANCE DETWEEN SIGNS Spats 5_th (/ti wIt� • aeelr.rm,.uw i ra«mrJ mo 70o ImP mo AED/YELLOW AFAD ! s « rom t E METHOD 2-1 AFAR AND A FLAGGER •(see snow t hang • ., I '-(SN 5Ree1'1 NPIc1 AUTOMATED FLAGGE11 ASSISTANCE DEVICES IAFAD)NOTES I.AIADa!earl mfr ea Y ed m Jk.alrml 191110 Intra•!ee1Y me lane d e.D4rallm RPMs lAorn m sp1f1!e/7 a.n«e1✓I+hen AFRO.r.—I. A wrote tl>ppm n va.,&-ft op.rwe—MAD MOW))w m wnpw OAD en err and of dM approaching,rraflrf In the d~m to to(Ona!✓lee. rima«+II f/afti(moral lana 14111 011.71.Wool,of IM ep 111-IM-1 ihl 11-1-Ir I!✓/r[caNr.l D..I ?Orot OVKHIN ry7pNtl+M Mra Rets l .d 1n tM apar✓1en a 1M NM 'Clod 1111✓I lava el fna faleMnp<e1NhlPaf ori p/eYa1 l VMn rrlN PI nrpMilme.Ifw A.sM/laptrrp rIK1e.IpKI 1a rlRlwnnlN. nlPf.Pe!✓1 IN AFAD.Mnm/n Wa,aetn Nb 101!1 ea re.reH.a Pna a ire Ifeppe!n.s'n.�wmwru[faP vlar el!nl NAfYJO 1p"r_of ah ,ay(ne 1laptw.P««rep rfb tlwrtt'.VIP Irp Il+ptorY P,re.:""y r h>J•lA�w.NMrY<1N.r..e/appltlKM.p[iatric In 4✓p rel ahunJ:+N ).Mfcp tae AfAO n n«m Ys4 H fhaD DC mOrN W[HIc 1110 rear tope a antl a.a Pf The lallawmt methad>IA Ift Oepf.rmmf d AFAD: r.for Mahrd I.IhO AFADs are lass lhM ODD It Matt.For 941W 2.fh.AMD oM the trapper era faJO 1h>n ee T n NAD d n a al smadN p I AD still 0J>GUNK er rraN rtls✓vn ane rM Jpiaf fK M..hh MO1poa 1:Plerl an NAD of lKn enI d tee IlmDerary iva/f(c co«!el/.ae. 700 ff AFp . 1 101 tf hnpeA«[pvnvtl. Halee Ph[.aPan0 of tM 1Mgrell"all;, rm I EInKl"I..'iratpars K1Qat"War m•.A.IP«.vide--I f4p✓ro eDK✓,ees ahwal en OAD 4 Art,1 frappe/u ape Dppe G11 Ind. walWHHsn. usr DEScarlrlDH: ' fMD(x Snur X015 REvntoM TWO-LANE, TWO-WAY, HO. Pa 07/01/10 OESIGN STANDARDS WORN WIITH1 THE'TRAVLL WAY 603 20f 2 ,. 1 � Bono TDuw ONE NNE VWRK AHEAD ROM' IaDI ioenl AHEAD NM MWfp1I [lE ' ADAD ROBE BYIIx 2a N. D , Ste lfNe ' SP ISP C. e' A Q 1I�L �Iyy rryy I1yL Wpa A[!i T ry .1Y SY IY 1Y D a 1 1Y A B C 1 ROAD P DniTe 5 im rN 3aV EtN WORK S..TWO AHEAD DerKe Sp+(rnpJamr ONEIANE ROAD BE r,I TSE p AHEM ppppyy® p . TOSTOD 11 DISTANCE BETWEEN 5IGN5 TABLE I DEVICE SPACING BUFFER SPACE Sp..d Sp.+rtni(rLl M+f.GII.m!eflwNll DO.fl1J xp"d- Dist. (nphl A e C O - I-an) INJ. 10 w le, —120012001to Saeid C. x TYOe 1 w/Yp 71'_ 45. 250 !Blah TV61r,t NVf.r( lxrr[+di,Ir VxHCN ]S ISS. OIY1111.r by— so lOn ('V ss x ..ora. ]bra 1 r0 1 raper 7+npeM Tager 7+npeM ]s ]sD I ]amu. to ]a m so aP sns 0 •ten"AD 1VaAa 7 IDLE Nb..MI RR YIN n 'f010 PO 20 7D l0 .100 IS iW O m altenul.to Me ROAD MORA AHEAD NqA 10 JI] ••SBP&wW m.NOAO Waw[AHEAD 5W w GENERAL NOTES DURATION NOTES ss .05 c-1 .—V a....x91K NMeAxx la N+r. ).Warr amrNr.m[..N b.radrmd is mr rrNly Iain,r+xlrq rna eppme rnrw 1.RGAO"RI ANDD am m!W PREPARED TO SIOP.Mnl mal 09 SIO Q oleo r.uxll. M ..Wo'r e0 a/w IMl.walp[.mermf are niH: 'SS 6U •••!Y IH1ePAAED'l.STOP alba maY m em[IN >,Wan aIYTNrma are 6p mndue or lag,. M Ipp r.r,ara0,N r!MPH w lei. I.Afartl—1 merry—1.1-1 G It/e(I.d.1 OW lslkir.p nplM: 4 spNd Amt 1.IS wan r Ix, 1.FMp(any'-f rtv(k: [Ne.IpM mYmtllan.....NU.r pwaKNap rm wwt xa WMR Bdlw Sp n now I.01(iriJl aNd[II: Iw>dlwxm .4.11.lm w—fry[. m>llWnm pYo ie 0--, J.All..INH!,, e.YMIrIK ur I.e ww.40."'I,Wm.'MMAY•/wxrnp. [IAH-1.(w 0..I.W +.T/IIIIa HyMM' "N.' ImrV+(Inp,ar alr.m liaha rp. aPprNl aMxw.la 1+n01n x11Y1 fn SYMBOLS NIKr,/lapppn en Im SNI MmnY N sne+q[mYn6 IB!Ilam—"14— !.YeAree+nd 1-01err//Of I"r.idw.,MI OM..—INH-. mm.ml—lana 1—290 11 NPM d exn ahtl 0I Ia hlxl mKmpaaf+rm el+11 Hams, Werf A aJ ].7Ba ONE-"NE ROAD agdt>ro lo to fdy ra.xm pot tlr ILRGEA Dmp Irtmr Y"t bqe Mrtn Jr.le•(MmJ aaaurm ar Ivly cwnm wAtn m r9rR/t Wrp oMxaoe>m tM Nblwq p &AW 11+0 And TYR.a LqM en ro w..wx NNIr[, CA—41".0 Den[.vne Inde.eo.om e.Mb.+$14—d flW ;-Il.lJoh-1 of hl-I-TIC tong Mdlllmd T7C CONDITIONS d"I.l ae.l)m plxN p xmdia[.wlfn o)-+ppNro.4 TCI ma— Www AMI VEHIdLe.EODfIWeilr Wwf Sm.slaw WOMIE OR THEA ARAIMIS q s.l..(KP NanWlYnp 1.—dKxly b Imp 11 fm.x.ant am ro.9ae ENCAOACN THE AREA BETWEEN a" N,Ogr cmmmllrq dxKe dE.011.111..m.1 IM—A fin-V m I ..pr..ld+r THE CENTERLINE AND A Alfie P '"Ad.In Ins Bore xm Ma NgMxmI.,n[xllWr/16LIdnp..01W.P•w OUTSIDE THE EOOE OF TRAVEL WAY. —0 AIR-.-Flnl AI.--D.uM.I slraWe 1gMl mxaMna (AYADA 101 Ox! C 1aa170MI11[xlm 1 Ouu[rm d Trerll[ 6.Ter TORW&IT Aa,.O INADN slrlp.gwwar TCE rmW+mkvts and eadNNml rdprlulMA ralx f.indae R.6m. ( a PEsunnoN: 1075 • WDEN SHEET ,gyp A6LAST TWO-LANE,TWO-WAY. No. w0. 07/01/14 : w- DESIGN STANDARDS WORK WITHIN THE TRAVEL WAY 803 10/2 , f 0 1 i I Lep Ile ROAD Aoap well WORD 1010 WOl[ MOAN C7 WORK 4 AHEAD AD NDAD ROAD fap �'fs WORN I 'MORN AOa. x014 � @ � AHEAD ` g � Q y � �AMEAO mwn ual Af� laINInO '• '�. 100' D A ApApll NDA[ �► l00 AI W+ Q \1- 118 IpT I w Q . xe A�iTr/Y/'/17beI I a was N.. p ROAD 6- fnaurp lAe o ,p a+p I a lwp x1eA foal noAl ADHD 11 It pp n 8 WO:AD U Q AHEAD `I (Ny I O ` ROAD I ` AoAD � IS wonN dh wDAN ff0 AHEAD fef AM¢AO nom wol[ opal wplc UNSIGNALIZED I SIGNALIZED O SYMBOLS GENERAL NOTES DURATION NOTES DISTANCE.BETWEEN SIGNS U p 1.9—N —,1.Th.rRW 1n mq b.ww10W.d lar IAe.Med aipn 1.AOAO MAXWORR ANFAO ANO END R AD WORK elpn nWY.e adlled Speed I eU.r the/enosmy rorbRr.rr�are Pxri 1 rwn a I00 NpN 1.ITZ Il l WhM l :. a.1111.In A aNlrnp ain Elul lae ea el Opal,the Aipm 1 Wolf.Perella!an 60 WI Ga P(lest yt( sip HIM!P a!rI PIM.) Anul a.veal—d MU I—rn eltaeer.e wOh Wee Na Ir701 A 5pe111.f mPn er W. 19 n s SO SO v Oranv.Fh0 Me Tsq 0<raM (.Vp spN e0arrplrrwf la vW{Itl ApprvAldmp tlx nae m ir—a.rep 0—IS.e bees NW soot A.It the MH lOK.lrhMl Kron a—I-0.Ile er 1-11e IMbOd M 11—dV.e I w s/Jalenl..peel l.'A Ilea.. .,no Inv Inr.rnWll.n rn 1W.T Nn FLa. e.Veallu In rM MIA Ar.a n.S.dp.yn ....... Mat Zpn.Srpn IhrNnv na<IPKIrq er Alroee 11phA nlrenelgF @ J.FhpOero shell b.re(erld rhrr.Thr/[!n AWNr.I mMr Then one tlrrHnrM el Y.Nev.M ranPleNlr d roe',r.ea.AY nu Vern c.WrN,.O NWic Er nwf� i CONDITIONS rinopen anal DQ m area it fah OIAe/w rn Or1.(1[eaaarrrtelbn b NI bma. WHERE AM YFlltCl£,FOIIIFAIOM. Swo Oar S.Me,,—10-ey a.tnven Inmrdlnq Jwr[ea en.V eR nK Ensor Ihen M. r eWORKERS On(?iqFIATHE ACTjVIrPAVERE1f5 E I .NCAOACN ON iN.AAVlkFM C n>b We!eW RNAIraI a A-.1a.I TrArlla 6.iemvaarr A•gMr pAurnp m.e,TlluNnf ere le e.AvprwN er Inv D.Ir III RFOVIR 0 TNF CLOW"Or A TINrH OWrKew Lnprne.r Orl.r Iv IR..rPrmrnp of r.r1. I PORTION Oe ONF OR A AV.TAAPF(C LAN"Ill AN IMCIIS.CTION. r,Fpr ToneWbrY ANsed A mala Strive,penerd rCZ—WrWanrs a addirl.nd kId.—Ilvn,refer r.We.Na..0 l i 4 � LA$T3 DESCRIPTION: 2075 IND.K SNf¢f 1N FDOT� TWO-LANE, TWO-WAY,WORKLAN iwrFRSECTRON NO' No o71027/o7iia � .r..r-- DESIGN STANDARDS ) 604 ]of 7 I • i a b b - - - -- b - a . r r • • . . �p Table 11' - - •N.rtA/<C �i Ta erl ngth Shoulder ' til3 A e rp er u m.Y,t ht few s<e rales lr sps /repel r .v lr aseef ROAD - Oerrtl 0 7 OeNaa f •r SOO EJ10 SNM. sAldr. Sfdir. WORK ferIDin rlydP see r.mn sre/aaN 1 ROAD WORK - 11 EAD !mulV w v w ep t= rWn Table 1 Ss ss a sa Device s acln <° '2 as In ISO mo Ree.Den,"!e4reea oaNm(1,4 s0 u' Isr fro SOU cane.o. TYM!r ryAe N DISTANCE.BETWEEN SIGNS C-PN ro.dr..rt.n ard[ed.Fay.Ilw Ss f.a rat 1m fPxrnp nu PPIWI ad Im JOb 'ro t^vs s%p re Te M hpr r 7 A 73 JS Se 75 SO mI 6S f/J 717 1(O M ad .fvre aOD ]a0 .101!ds 15 SD r. IV 'al isP (�J as «4er arab Sao b u'V n sm fo IVP a ...nm.lmVmaY.,ma 01 •J00 A".d/heROAD WOAK AHEAD.0..r YJ•l.'Iin M.e.var leper m M. O cI d4q M_11pM sN[MYU h lest. Y.Ym4 d Wd fhbfdU N Iem � (ra.maed piYPo aw uroA.ea r:.m � GENERAL NOTES DURATION NOTES O 1.It ret,nrr emot'.eKrmtNf an aM th—pe.df,r I—sr N.e,foot dnan M.M eWUd If 91.1 IM S�PPit.d!Mm 11.11/mW0 nYKe WmrA vW[Nf MU rN IOrmpN Iratlr<lbU n a aro emr pUmd /elprrpP[.bOrbf N!n.: SYMBOLS ryr[Ndxq en.Nlsn.q n,.IUbmrinp 1Ne sort orq s I4ipr 1A.I asa.vre spr.,aes.n m mono r r.n. pradoct and a nAGGER Sr SWI N'..ttrmted IU 1M WORKERS up.r' P.YlNtle<N foe Wart We bM NpltrmeMhY.!.40.16 Itagw[NII be eo'Nm"4 ne PIN U eeeNle—V or dyanr.frsm Cb' fb.Nnp.nrlOeenp,r.!tett ICON...—Iog. srp rm rr A'r rwml rrr res Or ap.FDO Aad Type a UPN 76 rme rCE M.^el'a.nPlnd 1.s.r prl.md m IM-01,d mr.Ih.r r INN r CnamelNl./D<rhe ISee kW'Na 6001 less Ibn 19 rrom 1M adpe.t IneN..i. J.Wee...&a mrnp IW I nee b•—811—r..eldrd n.ds.r In.10. D War!ran S.P. —..Itv.W,ied m 1h...dun he--1.20 6 114 CONDITIONS —0- [A.Ide.r/1r.r...Dlledtb a/TIffr< .,W WEBS P.'.b rr4.ed r mlh rend s b Nar a amp pmrnrmrd. wxeRr AIfY vENrcte,raulFltcxr. S.S)M DER WORK 1,9-,M'.1 iW u w ef1UMe 1.IM WORKER sraWN'ImJn. WORKIM OR THEM AC"VMCS FNCROACH TM AREA CtOSFR THAN 6.Wha side—'dad,r.erse.f the NpM<r mR.n 1M TIC rano.ddifl..e1"c r .Ir Nar CIDSlq THAN] TO ew d.elree"11 be p0.ed 1.—.1d.—stA.her app4lYN ME Ra.eea, N[lavr W rrnYl)L WAY. 7.Far Peae,M rC7 repurremnh e.0 wfdNgdY rNrm.foq IN.w Nd.e Na 60. Lestpeseerrnl'w 20)S, INDEX sqm om/S'o. ZZ DESIGN STANDARDS MUL77LANE, WORK ON SHOULDER "0. 612 1 of 1 Tabic It Buller Space and Taper Length OW1n I.pel«nNn NCd(an nE WerW D M1 a R r @ S d SPn V p.'t W V J DIN,.. Mw.t `_ _- �-0 __ -� �_ Wnira PWIeNprtN PNaminr N.rNnys '� r-Jj ITU ((14 (Npp.l ISS 123 D a -- .%'!' �� IAS ISO 100 A e C 7a0N len Idol aw er s xD ~ !� 'END AO ms 330 ROAD see Taav N Sea f.Wp lI i aS 300 5.0 npaK .• no.a Lr.nA AHEAD Orrf I S r/ 7a r PMre SNnT Joe SO rlS ND RIWIT UNE Ste TA.It 1 Set a11e� - 95 195 660 CLOSED I ao I fro SPEFDING FINESNLEAD as III IAo DOUBLED TLI Im w. WHEN WORKERS rabic e/ PRESENT Device 5 ail a-Donn 1p,C.Caxml-Allen xl..01.t)nCr ep^Mn Orvklr1W(![.) Nal.PoolnNr(r rrnftredt F,uw iYp.!or Typ.N 1YepsN a l.la.a/.ISVSh AIN.e nerd. Seed C",df 0✓lkNe)er V1nINr .ul Poll INK,"II, f pnl Tnau11 xukerK Panels pr Drume DISTANCE BETWEEN SIGNS GENERAL NOTES r. r.ren.x re er r rx rD /n.npl.n.sort men IP...e Spaanp(IIJ 1.Potato apNNlem en.if a! !rank lune.I-IV IM.dJnrex I- No 1.!talk. 35 15 il s0 m V!ertlera SpeN A D C 301.1I ]J i W ]0 m nIA . ]n" 2.On..mo&hpnlr.r.0.pNlnn Sm.,a o--are Io N erufe, 50'.70 L M.Leon 01 l4P✓M 1.1 (V ]3 50 SO i00 .Won d/Notal In Iep pI St S J 0 f.oaNN eNCrI II n.T IaOAI O nplr S 3,Wnrn . dr It P✓IxIPN M the Man.Il/R an dh11N high-1.ln!rnamellrinp dnl[e Wan h ImtNW •SS npn.r rvMN ]6A0 1 JO 1000 end len I—Slleed-f lana ends signs 1Wslnaled!or rha ripal/arm rwsN end Innv eN signs. O DURATION NOTES •TM RO,1D WdAK)NILE.1,m1.1..rel TM tope 110,1.1.YNiridad vlp-,..ah I/Wl.^ny n[rpronlr t"I An WrATNe 1.rM AN O NONE ANDA. 4 He.SMIr ar rm/Mdd.•.Indo no-0.1.la9e. 1,To. YI ante.dpelMe IMV b 71.d lar-k.plrN/Ont Ill.1apl) 19A And IM R/6NT SAnf CWMO K RILE E Addlr1e 1 b_ha..rinrr.w d. 0.0 N PI.rN 0-Inc[exerlln....ling IN work arN and So. i he W.M.r eel. O Sri.me.1.rN.r M 011-1[.1n. IS—IM 1 1.q erd n IN.n.s,". )a IN NOM 4NF CL06F0 AHEAD slpn, I.Ior pNk opN.fl.rH VD I.aPP...f-ef is V(I,-Worm.1'Nnnelit/as d.rl[ds, Nhrl work.nndlweed wo........r.......1ne-lural,re A.IP pNrppa.n Od...0un ranN. M�NYd.And.wf✓IDK.Vty W elprCN rf W).1 IM/.11wmP[OMAIen1 • Ide.11-1.M AOAO NVR.-1.N.w n lh 1nv1/rN Olan 1t ePpnN Ir me APpronlh a win r.NW1Ys. ata p1Jr. pfdWdl arlWeen rkns Wnlmnll 1f last. a.fN 1d rl el a e0.p,nllr.ne re,.N11a1 IS I er len. ♦,0.9nl.1w"'MI Son-0n1[N Ne Ie M n./hop 1n N[.rd.n1.won/Rre-l"anr WmK S."AdE ..Ne t V.1 ..✓eNAlrq IM 1..r.I.1.ter..1{10x) .tl wll xnrH 1 a 1).nen 1.0 r✓.1.iS.0 wN _ado 1h Mpn., _n 10 Ire/hr., +elm!Is 11m pull.!!pais ane Inn I.per rdapin 1..0l1wJ. r,vWYme IN-al-or If Inv 1-or M.Omn...Idem .5.r[m two ekAmd1tlr0 dose!dlr[Lify 11 1,.M d1 Ih Work ere. or If,omnN NNmod rax{/Cr In In, d.ThI[IprN Mne Il O(ruprd of•WAS.!w Ilrprr,l rd-dOl rr.[kIN Wdh -11 oras.-xgn-mlon-raNln.,/I.aNng,attlMllrm.ar....N R.xl vepalfap. .v1INdYN pralf nelpx.e WW.rpnp(0NVR10l ILIA"/ 0 ,In MOT/Wen.dr. rq plop,I/r1N+p.a.NOp Nry,orurnr Z..r.M.d Ne.r Ino 116 nelphl SYMBOLS 0.NMn)a.N ehWdpa Mpnp a WrdNI a.6 A.or mer.e11lo.A WlpurW.rq do.l WO a nsN ra afgllPerarnry. nese IM albu/dN�n Aerw,[.e1 Ih-oily 1.N,le.1.1.1h1011 Ira!N InnNIe 1—.410. N ® VN.kat Na Y• fm 1-1 N.,012 ler IWIder 0jN,INmnl.r. 1.I.,nota.ew.[lenr up r.60S.rI.W.-I.1.d Awr.'N. at11fN Y.e aent110 N ramlllms A.0.I'll r M WWII.NOT.] flpn WAn Ire IS INln.) 1,Wh.1 110.rued Ixersrr1111..!,soar NI1Nn Ing rTC Fane.iMld.nel TTC IN,-Stan N pared In n Ietl..N.exalt in In..arl ere.Ir.r.Npn.le-A'. 0,Ans.rlq AN Trp.a Lt.M ✓-don s wr.ahr.ypnrr.n IQ iMrmr don'.q.MS..,.r✓Immm.er NreN Olt...0-U.P. C"l-1111.1 a.+N.(sN m0..x).000) 9.raft 1C]den don RN nXIg^hon War.IS Npp-f-W In CM pidNe 1-01 a A/u,m per Imr CONDITIONS A mNn1.Spm Sfpn ,!gong•All Indo.xe,014 r ` WNCRF ANY VInfxlo,000f)xaNl e". Adr .Wain Ana.O1nrp S•For,peva ir2 rpVIrNNNr IN NdkrvW x/ernW/a4 rdn b IROI1 N4 dVO. WORKENS OA 7"010 ACTIVITIES $RCROACN ON THE LANE Aa)ACIA T 4 TO EI rwA snome0A ANO TNF AREA 7 0Or510E THE EDDO OF 'TAAVFL MAY. Lw x DESCAII]IONf 1 INDEX 'SHEET AeymoH @ 2075 ),I TILANE,WORK WITHIN TRAVEL WAY HD, Poo. 07/01/00 r DESIGN STANDARDS MEDIAN OR OUTSIDE LANE 613 1 Of 2 C= l.v D.MY Po.r.d..D(IffNNwy AM,N/Y.B.NY SNII M R,md.d d MbfAf.e W11lef EM CNN Iyln N B.shkife/Rp a 111111 Pf Crulf CwN.R Madl.• a a a a a • . . . . a a — A R C t Am."',Jp,.. END Sir.C—e 'ROAD HORN RDAD Ary.IM !'rR SOD R'MN Rmp.me To T Lfk 1 YI L[ .9PEEOUiO FVNES ROAD DOUSIFD �g WHEN WORMERS T--P.—W PRF.SEHT P xm N.•pA MN,NH And DnKlY R[IN.ftll Ix.r.),7 r.,"W Ed.dr—NNr EVEN PAVEMENT Nre.R.Nd PoN.frm dfSadl.ved AM Nm.P.Nd O .fhtfl Rt R,Rdye DT Rn«uee aaroo TA.cl— 0 Z..a,N SN.ldd RI A B.rn r m Cr..A N.W. NNun a a r' �J o a a D D • • �y a END A D C t p.d B.ffel SPx,• POM RORN RDAD Mnp,.d Otaflw SNNO, N.I T }DRN Addp.NO r.Tr ll[ I WAX RDAD RYV[N MDRN ' SPEEDINGFINES itntE tAR[s r•, r.. r,.....1 fw.m�, DOLMLED PlNN INu,..rt Nn Mtl D,IeaJ R,I.rAtM WHEN WORKERS urcrNlr r Tp A'a.N.,fill,a r1m,R.r. PRESENT [ UNEVEN PAVEMENT a m - INTERMITTENT WORK STOPPAGE - LANE REOPENED TO TRAFFIC I�fT urs NlPriam. 2015INDER SNEEr AEvfspoR MULTILANE,WORK WITHIN TRAVEL WAY — No. 07/01/05 "Y DESIGN STANDARDS MEDIANOWOUTBIDE LANE 613 2OP2, i t ROAD WORK END AHEAD ROAD NORx A lu 0 •11,,Wi to�%A.. •!fart Art. Y , Tvv r.em n ENO Table 11' ROAD ReRR ROAD Taper Length.Shoulder WORKDw.r.awrm.r+Nr ow,n T rlrw.rm.n Sar • L. ,eh 1 s«r.N.I PAllr) AHEAD ver011n rocs 5pi4 x.ln pepp.lp (manl r Ir rr SNdr. SNOT. Shldr. Fynr87 33 .1 Table I 51 as t•ws� Device S adn as —AF °0 w1.DlN.nn.e.rr.m Dean.and sn 10, so.N C.ne.w YP• or YPe I . IN Iw Ito N I„ryM ruaw.r wra.r• arrrrade,a veNlnl D!S ANCE BETWEEN SIGNS O swrvne unl non random raper rranpem la3 ]ro - O Shed SS 10]f 50111 700 11 S° 30100 131 220 SO•I,er 300 p0 O 'N,O.,y Uclwem 170m. LES �SYMBOLS GENERAL NOTE.t DURATION w•Nmin a t•a.nwmn m Iw1 IIaWInUd.., ,ml.nrwee w,tllN ® wO,t Nee 1.wMn IW/w nwe yrt rwl(rlq ever IDa W,upn IL,IIrr l,naf'm a OM aolu .1.!lent eM fMMpvme pnrtH eI eMPeO a'An pw,^0.r 1ael(e.rb Gne esl+Nhlfvl0+M h,'ulm0n0 IM•.N Ir,OA IM NvnwM nlrl: � -IM I..W —ion.Ye IIOn S- PoPN rptta 10w1(nlpN M 1•a11Ru,N Iw IM wORREAS 115M1/er late-el".90— S..r.00--,rv'0 60 mMrt er IHi AM M rTp•O Melt , FLI=.,10ei...I...NO 607. A VCVdn 1.Vn wart.Vee nru Npl•INM111Y.rpeline, IU.Nnp vH,11w./q.w.11ep�lmh.A 0prw,np • C-111.e f.-(k Inner Im.6001 J.SNOULDa.wm Ilan NaY re eH.+..n.wan,lr le n.wMRER Mn>N 110^MIY on 1M.IOe r0.r.1M.MWtlw.err I.a+hp p.rla.N°. Mark rmn Pon 1 when a std.(na0 hvesentt tae h1eMAY•Itm IN rrc tone,additlm.l rIC °nue,shall as plme,n errord—,wild xl<..pp-ou rcr In0nr11. ca Iwv IdwldltNun+Dr.rtme a TIN In CONDITIONS E ,,/ar p.mr l irr r.euinm,nt,wN atltlitiwNl In/01+unoM1,Wn la Intlw Nn G00. wNEAE ANI vIHIM,rmI0IIENT, _ w00CL111 Ow rxClO ACTIV11145 ENCAOALII rM0 AREA CLOSER TIM li our NOT CLOSER THAN }70 THE IOGI O/TRAVEL WAY. IAS7 O°ESCAIprIOM ,2015 I 'INDEX SNLR 17 0/07/7] 1 ,.� DES/GN STANDARDS TWO-LANE, TWO-WAY, WORK ON SHOULDER 602 10(1 STO DA 7LON cnmlN1s10p fkn<el Op.MYI Oh( W.. TA Ogo AtY16 fRVAIW �1Wa vwRN If Used,Sm rabbi I-Devkb S➢athp-7Mrem Im SO 50 S.ar Senn 25d C S A yo SM iawe YVD aWP � � Q A d E Dante Spurr -ra eM Sp0 �. e rae4 aa.e rda wDloc rmAdm nerke sp.mWra➢a• IFAo m rror _ x.r.6bi 1 QA!IAPC nn Ia�e o • •. i0 aR L STOP/SLOW AFAD DY METHOD 1-2 AFAWS STOP YEY mDs !� Niror �s0o� tOB UarvMRp a.Oonan DNlmlal M( � Il Used.Sao iYf➢Y 1+Gann Spnrnp+)YnpMf D IOD IW SO Sv Sulfer Spa<e )SO c d A Sn iYNe nA� A• naI ` AONIIMp � Ya V W F fV I O ou q q -1 I➢afl MN m D 0a D I < ci e r-1 K,h ra wA Eao O fum ual. Sap raup.t •vIa llsAv DeK<e sexr➢v-r<➢n s/Ld s.a raaa l DISTANCE BETWEEN SIGNS y� �qyp M aA7D REO Speed .SAft rttJ aasAd 7oma —r—no A s c D • Red/YeUM AFAD n ar e S me '— 00 eS 350 0 0 F 50 RED/YEL.LOW AFAD 55 a rcHn METHOD 2.7 AFAO.AND A_FIAGGER •(se.shwa NWnI "ISM 54[11 1 Md.) AUTOMATED FIAGGER ASSISTANCE DEVICES(AFAD)NOTES 1.MAD.%Aan,.W NOW to 0"1—,h,"rn<re/)Mlr W lam'1 e.0.'o a NNes eh—M l0lN 1 0I F da,aaa apply when AFAD are abed. A..a"fllppn mq a1eWRMMOdI/Y W.".IM AFAD(MilbW 1)'n mar e—a aMfe WAD W en!a"d IM • a➢Nn<Mm)nM11(m Ih1 MFKIIW n 0a(YNrdned, fehVWYY Ilallk 1-0!Arte Mbha blmr IM f4Aper al IM--ta end Yf IM rMpuarr fralfK.—I/a1M A 5.Onfr OMntIN llanbe'a Mho Aar.xea 11—d rA rb anrMran Of Ma AFAO MaIMd al d arl fWf W tM fWlaKmp taalhiw Ma 0-91 R L WaM vYN al,mOnlOw,IM MAO Ifa0P09 ftalnul 1fKh N npnnwW. nia!YperNa IIM AFRO.NaM 10 un,aKp A'AO avlle 6e Ia slaw d aaa a.rM flpper hes m una0RiY61ee wr ae 1/M MAP"t M Mlw of aU—by by IM Ilbow ap—.Y'ne tl—Nap—llaysen 4 rhe Ileppdr hal'.VdW Wr➢itbd VIM M op'—.me rrarfic m both tlneclnmY:abd 4 WhW Md AFAD a not m use.H Shay be b-od Wynn,um rkar FMe or and one W'fife t01ld"NAMpd!M IAV diplplMN W AFAD: <.F01 HNHbd 1.the MAWS Me I.,)AAA a00 ft apWl.FPr HoMod Z the WAD and V.U.N.W.tads IOM ba)WNded 6p a herd.w Min cplhibOW MO a100--Wad—h XIIAM 1:PIM Oa AFAD W OWn.0 a the IlWilare fnlflc i_al FAOa. 000 It'"n. ihl MAD Stull Oa Iemavad W fbrarYd. men"E:pi.. MAO A 0n aaa.f IM'-parr"Off,<WIra1 rona d E.—-,,.law Ilapens Me?able—R.1M par!de normal flo➢d1Yp aprralMes'.0-41 N OM a flapper Y IM oypaW4 604 1WIfyHI1Io OESCWPi1DN: 2015 16any. SHEET NdM p„ Two-Lw1VE, Two-WAY, Na 'Na DESIGN STANDARDS. WORK WnHEN THE TRAVEL WAY • 603 20f2 RE 41 PREPARED ROAD ORE UNE .101110 WORK TO STOP POAD AHEAD ANEAD mrRtdT [em , ROAD MONK GdIfa s.N. D Sr SM I.11 a It- 61.14 t-norl Ale+ � IA D D a D •-�- D. A 0 G ROAD D OeykAs TM.N sm ExD WORK sae r.wr 1 now m01O1 AHEAD Decree swoo0 riper ONDAB BE sap rawl ! A�'y AHEAD PNEPNiR7 n TO STOP DISTANCE BETWEEN SIGNS TABLE I DEVICE SPACING BUFFER SPACE faMQ Eaa[xp(R.l. N...OIb ..—e Dlb.rr UV fuer° ON f—w ! C 0 tmph!• N1.! 00 OF,less ] Ipp spead COM.b TYp1 1 a1 rYM II (-Phi T.4.1-..ream O_ as dV-11. ]f Iff rV vnM1a er Mvms m ]M O ss d raber ]010 1. p Taper T+ngnf Tapd T.rpIN if ]!D 0 •The ANDWOAC f NI(r algn—,M xUnt H SO le)D M 9d M I00 1!' 310 .h oft- 11w ROAD WORK AMEAO Nps 1a !}] � ••SOD aaprrd the ROAD WORK AHEAD$10n a GENEAAL NOTES DU"I TION NOTES 53 4" 0 mla.sY peArMn slpns NNIMrvr r1 Nt.. I.Wol aper Nlanf.AOM un..NrneQ he ane"affi,r Immo Is.eppp.ae fame 1,AND WOR.AHEAD mJ IM RE pREp.AEO TO 5101 1.01 me, 1D OID ONe re r1N II[. hrt OvfrM r1 ell Ol the lawrrlp 1. .pUse. t.Nrlrals NQ nod: E] O.] ••• MOANI. TD STar 1 U —11.erea M 1tM A eni OAm nnmtve Or laew TD 1J0 fpr ped+O1 11H e]NM/er . 1.Alddr.rol eM-r4[entfhl may M eflNtnQ 01 Me a. Iallmp n.Mr. Wera Ne e"on1 0.shad Amh 1.11 n,-111 f.rug'A""vehicle: [sh elob eaal.Olee Ip r.NDH.pplodNrp 1M wdl Ha. NM.ON1e/Sc.[INb I.DItk' vHiNe: r O�ftsMe rau.I lO 1M.b la•11Nf. H IAemN Qua tO pepnNb[ ),vlml vMI[IA.. e.Vehh1H a Ino+dtl a/a+h—mph....e..y./vlbmNp. Ime.l....Fee 91 11 1."w",Gyula. Ileywhy,HbOAIIap,of—am.h9k.OPN 1'99 +ttbrYNe Ienph.Mll p0 SYMBOLS W1Nn NSOy.n.1,rM aah mew N eMNSY Wolf..1 pe fbpyNf aNH'Lx m e,Velxma a"tw1plHdOT OI the rcay has been[en.mdad. ond,W1 nb l, ,iA 1-1 J0D f ® Z..f Bath aMr er a Irrerr Tpmm..NrM a1 11 Irnrrl. 'verf Arca I`11 3,The ONE-IANC AND srpn.Are re m fe11y-.rM MI.—ILADCEA.,M b1M/ Yl LM wren)C 1 1P fwM /NNvaQ Or'fuln[O.[vpQ.hrn M re.a I[>r[Irp w/l brwl W fro nlyhr.r in 1 0, w Il+a Ase TTM D bole[ eNn w IN.•rrlr NNlre, GAdneen-0 D.W is-Inde.Ms.am$ 1.Who,.Nd1 road INMHII.the hlpbur Nilhie the FTC n w.bldkkeW FTG I CONDITIONS de,k.,11.11 M pla,U Ar r[INrWNp nfh bpd nppllGMla ICE m e[t.. WHEN AM VEMICIE.EODIINEITr. WDARIAS D.THEIR aria A .D WNA Z.M flpR !. The Mn<MmeOt rg Oarrna Grate,Lr 1—.IIN Nal An+w0 he Na ENCADACM TH11 MEA ROTVVEEN, []-' /lspper [Mmell,i __11n 11.1141 eM a11N.Ore+n.may M wNrr.v prnrgly TME CENTERLINE AMD A LINO Y maid.,In 1N Nere Ne.h+ye hlpMmmuer mlNlny,f1+114ny,H[Irl.lup.er i OUTS(DE THE E000 01 TRAVEL WAY. _a =1.elplar As——Ory;111 strafe IIyIRi eMrbmp. 1A/ADI.Wr1A GN. I qa� l—Urwif eNI.I.Dn.tnan N Trrlbe O.for Tampon.,Ries"R.mpl,swpr,papa.TCL r1a-mals+n0 wiftimr.) rnlnmNflnA rCla/re"al.1m,000. L[yT OIfCMIrIIOx: I WOEa s!d . y AEvt31DH 4 1015 TWO LANE- TWO-WAY, ND.07/01/14 f• DESIGN STANDARDS WORK WITHIIHTI TII•7E'TRAVEL WAY 603 l Rao EAO ROAD Pofo lan LPAP'WPAK MEAD 4 AWORK AHEAD P .ROAD ROAD EPO ,pt ROIDL ■ORA ANEAD Y Q � 4 � � AN[AO' lal � 6,Ip1pP � e •fa !00' O A LAID PKPP[ e� � Ip0 B A I m m gr - 4 qj . @ e IDD sEr A3 e,rp+� IRB Y / aOb 1OAf WbAP ROADrOfl4 AHEAD N 8 MAD 8 A C WORK {1P AHEAD fPb MEAD gill'; OAe ROl{ AD11 ROA[ UNSIGNALIZED SIGNALIZED C SYMBOLS GENERAL NOTES DURATION NOTES DISTANCE BETWEEN SIGNS ® meld ao.ruro Erc.l NmA ArH f.n.YIAOOFA IpM arpe amy w mgrRpvR r.,b.xYre W upn I.ROAD MgANEAO ANO A]ID ROAD WORM W,rwy e/emHMR A II 4r ef.IM/WPlr+y[erbnrpN me/Kt: 10 p left y� Slpn RNA 1C r IC(Nln.l 2'h t b.I..?f En 1 d.0 lees ebb IM d W LPN ra-X frpnf,let R/yru a so e1 Mp u!Ae eYYWu N 1e11 IS Oh J SO V WargR FNO M071W D VpN fhtll D!yasl nwNeO Y�tl La[M!D w DLCW OJm!W✓A/Mfr Na 1)30} A.N.A 1145 aAN m teff. L.ND figtl pNirvttfpRf le 11.A JOAfa[Rrp Ih vmA r [h+molnnq Oe/m Efev Ia/er R0.6001 3.EL Iht wort sDaf//peMs rtasa/mmLlpt.IM crolfR(p aheNdW fa(N ern 1m f tfalant/".—fe A WOf D. wlp[M+nfmlR+lrvn m fMlx Nt.660. !.fl.w(In 1hr wmA afea Mve NOA+NenaRY.N1+Imp, p, WmY Zmw SrOn IIHNny emll/JHp,m preps..oRn(IAq. W J.llagg/rf aiNN a rmerM NAeM nNY C.<Mr/r earc+n+n pM lrrNran b w 1eHly W emye�n y N IN Isar,+Y pa+elra NnNRerfd Vaf/N. p-e FIa061+ CONDITIONS FNgpmf pwl x p apnl ar Bath pe/r m a evw Lawmrm[pba p YI tmaf. E" An,Rar WOWS ANY THEE B Cjvffl EAR. 3,Nlu�auv ffw,rp balwWn rNMMVraa tmrcu atoll M nm gf/J[vf IAu p. W CADAC OR THEIR A[PAVEMENT' ' 3 MOMW ON TNS IAVE OF 0 cp IAr+e IAeatrlKaVeR f A!e[Uen t/TrJ//It 4 FeNparry f.prW pAurp mMOEulrau my Ia ee AeprmN a r+pr1IX RKOOfAWO iM.CLOfDIIi Ol A T[RIfK I me ORPIRtbnf[np+eee/pNm fp Ilw e/promP W werL LWS I/Al ONR OR 7lv SRJIIfC IANES W AN fMERXCTIOR. Y.Fpr Tl++D 1 Pa d MmblO Swim 9—o TCI faP4forQyf aM adekloNl ed-_leH 1.IMRl R0.E00 R Y AESCRIR1tE1L' 2015 ENOL' SHEET AA"OT NQ N0. I.RST FDO TWO-LANE,TWO-WAY,WORK'IN INTERSECTION 07/01/14 i �.r�'— DESIGN STANDARDS 604 1 of] , i i I a � a 01 Y<Qrfn W c0 ~J T f wH.Arcr Taper Length Shfwfdar A d Tater Le m•rt � nL nfd see ia6m 11 , I5pffd elplai fmlw/ r 10 Ir, ROAQ 0 OfV+[e 9pXm Te r On+ S [AQ•urrgm SOp EtID SNQI. Snldr. SlrrQr. WORK Yf]plrw Ixff sp rfnro l s..r.u1r a0At1 1ieRA 75 2a 91 17 AHEAD ...I. Ja 1a so 6o LA IF ww famtm •ACTH/ a e I I 99 17 W at Device$acln - 10 72 DO f Nay.dNfnre eel✓Ien Devf[ef(1f.1 .15 170 fin Ior so 6p1ee Cenff er TOf 1 H rYprSO 19] fal 200 DISTANCE BETWEEN SIGNS fMP61 Teaulu al✓ren D[rrkWa H v.1uu1 I st f1) lar7za L.Ws tafcmp(ft1 ° do Tao lad :m O tppp Tfplr TIn01M 7fper i nt 65 Its 711 )M1O m eV m nr Eve• ]00 ]On TJ 75 30 2t SD i0 is, tdS 200 e3 m lJ0 ]5V 201.15 79 JO 30 50 ]0 arNr Ar rvelN Ipe 0013-1-1. 2f !V 50 1V0 V n m nua/IAWd✓xr/111 O l� •500 1", t1M ROAD wOAr AHEAD flgn H VA'.Lfnglll el JOaWQfr lflarr rn/.fr t--I dfwq hpxCM flanf whk11QVCr la Ifff. ' �' w r d Ifmdfr In 0 f,.mNne1 P.m d pMee wr/M/ GENERAL NOTES OURATIOIV'NOTES 1.If be..It faer vlen eMffn[ne[en IM 10.0"Iff+[1-1 sr xnAr 1—er 1.Np.f aM rMMell[fp Oevlrcl/her a pnrrflen II all ff Int S.Ie/r1d rMfQ IAde fnp1U SYMBOLS fair vMlfllf rftlN 14f Mlpph HalflL lMr3 m a MM nppr Prnw lOrlpfllp[apdnrwn+ue r.N: ua_ fea[rutlrnp firlYf[ninp fM INNrAUnp mf.elr—.1.w I'M"inNl he a.YHl,pperll pn[ A d0 w1 H h[a ® WHY Alfa preWQM fM a rL ICSrn[pn!hall N rpeihtuled/Or the WDRrFRS • IfaOpH iMll W p[alrwtl NVn.'I'M VIN[.[In at Ih.y.H vnl(leMthe Flew" MINxprf TIN rpNpMNfnJllr.rOUNap. llpMe eNrltlrp. Slprr Wrin la'r lIr M+M wsrl arlf 01-P flrq Aad TYYC a I/dnl 2.TMa TCZ Aaa Nf0 afN+e/1s xat Perlarnw rn IM neNfn molt Il1an X.. • Chfmparbp D vkf IS-We.ft 6'001 left I...Is-f/pm Tae Mop W frave+raf. ).Whfn xn1+D neva perfwnia of a-141ane uMnldea n.d++n Ihr nVh. Vmn ZM,Slgn --ur mN+r[d 1n IM mw—I--)/half W—111d. CONDITIONS I b uhf IdrnNINNWI.OirHrbn tll 71NIk 1;WaRXCAf Yqn/tp ee rfnaw pr Indt mwrtltl when M--.mo.mo penefrmn. WHERE ANY VEHICLE,[WIINfM. WORKERS OR THEIR ACTNIrfCS S.tAOULOEh MAX.,o,,—,Of uYw ei m Nteruete re IM WOA6FRWelpn. YMCAOACN THE MPA CLDSfR THAN 1 IT aur Her CLOSER THAN r TO B,d..k a iM rbe r.lo m.the— A w11Nn the rtC lent wdalpnN RC THE COO.Of TMVEL WAY. dfr)[n ihfll be pla(w b Lirerdann Ah elner'app/tuNe iC1 IMI+fA 7.Ip,01-0 r[Z rryvlrrnHMa M1 edeft'-.INN 6-Id.1.I14p+-d". IASY L OCSCAIfrIOM INDCA SNE. 2075 MULTIMANE, WORK ON SHOULDER a He. 077/01//01/07 ,,.r DESIGN STANDARDS 672 7 of 1 I s� Table It Buffer Space and Taper Length mils 'rape Lerom j Nelda sp"' nrimow @ or @ @ / @ im�wdl 7anTRfelf aru. L Rau �. white MIwI.nI"Female N.,mm. © If j ln2 'fMKpel I . =D .23 153 /2S @ @ @ @ w or/V/777777-f,I @ 3p :do a L h SD 250 247 T TA 1[f, M[ 'Mr.,S- TNI TSIs a � m, 12. ROAD see"rape II sce Taf.N 03 an 548 RORq -• R0.101gRR AHEAD Ohl',s Ta r Ohne sNflro•TIm.Y IOD �s RltM UNE Ea Ta4f.f ,•I rot,I E, 493 "0 aoeEO m no rep t-rs SPEEDING F1 ES I as e.5 ru Ann DOUBLED ra• rm dao V161EN WGRKERS Table f PRESENT DeYlee 5 atln When fill.,SPae r.rw m All.•m MpA.Dist p[e M.lrlfn D.4a 111J on a ptwortsk NrAIpL,me Tpp!er Trp 11 '-ft.rowh,DIe N.ph"be-sed, sped GYn.r.r •aKltedea K YKlkal w Loot Lf,Wn m0 fl. fmpbt Tv.Wu Musty PAAHA K drml DISTANCE BETWEEN SIGNS GENERAL.NOTES r r. e r r eV Ilr IMV.Ir.WINM.feh aAa 12,..e sp.ro vu 1.W.rt ep.I.Nen.IWO he r.✓I.e a..•kdlk I-I-IM Ila a j-.Lro n0en re Veffk. 23 » SD Ts m wAaw, spd • e c so le u u w p0 7.0e wdmdM WEI-r.Me n.,V..Das a sae.Are ft....,find. SO la r0 75 50 JO t00 W w Y 0 b d IMard 1 aro Iw M 1 tel aS n 350 s paste,Aw low I pN Ch mM L When.Kh if perferalld In the med/aA IAO An dbhW N,A.u,,1M«erodldnp dtw[e p1A.is Im"Ild Q •Ss.M a -C, 2AAD 10.10 [000 and Met tanr desert ad N-ena slp.1 NbUlt dd lW the I"I-loose AN to.Cd skh. O •rb.ADAD WOR[IMIF uve•ar e...e rla•aeI•apNMA a-1.1ded"I.Ig..nb IM 1.4-9 oaAxee.: DURATION NOTES -{ an An A a IN Mae We"AIDE" s.W.I.1A.1 Do loebad.Nam•a me.s.her. I.I.W-rr-NIL AdOWthe Aon,b assorted Il,..A.padliod.Mf[A.2 � .0.-it.MOIR IAIE CLOSED I}NI[C b.Mdlif.-rerrk.o--.r d..f seenbe 01.0almlp lass mmise AUwi q rte w.to-.4 aa.Lfa carpmK DAL. ,-� Ill.may M WM Al ass rR-.,Off. s[,OSi In[I,"".d dt he rbrk/.. Q RIOM LAVE CLOSED AHEAD.p4 2.Mr reel apelelle.W is 1pprpfMNt.r 13 11i0oles.110.1,16-WINI(I I11WL On.,.K.an 1ndWd.0 ni01nAI,-1 IfrOfA the--im.As AA le-,-h a ben mean L.- A-pad.Aad 0110%Mf alal be..ofM d W of the loffevmp NnNOan, ••f0a Aeyoo o IAV MAD WOM AHEAD.0n K IM I-"N..11 0011.1.-aplo.A e,rMh,eadrasA. Are Mall .dei ap nos_ Me,eMlher L life• A.s0.ae tinel Ia lS mWl-1011. d,spa[AIV M 2 <e.rN e/Yr[er ue b de.eelne a a ms Me J- .north 1*11.wasp fTOHAaE 0.Re .•e nor, ni M.•Moa e"per[hlro o. /a•0.1rldA d..11 Mhle 2 K rl.IYn AO pair I.Dnp A[rlane sed 1h!AlyMp V ePa Id Ird/e. .CLW I.the aW1e Apafa.ed rM ape is W reeMML . [.Y.Y..ire[emNaOl M the i.WaY fW W.fenlmbM. S.rm ass lnAvMi.p 0-011wly m font W ass DDrt arta mer De-it d pralded IMIek.a the A. rm dal LM If atfvped M•dafs s a Lrper,.edlnn dW i reps eidA ..II-4-mph- -re-I 0.A0•flaiMn0.AonmvdaAl-.he 11vaA ese-sm, a reo-pras r.aht I.p1M reiiip XWVPJ N MAOI In.dh hiON-1moOdil, rdaaw,II.WeO eK10eWq,a1.,e61 E0M.mWldd IDhd IM IA WIFN SYMBOLS r.wa.,pa fd.berm..,bevmp.rIelA.r s n.el Arn u.lr...d,nrro.0 mp a•flr.s,AAu a r.deW..06 [faa IM SAWld.r m Oona.!.f the wrpl.p III11!o Do-e11NWa Vdle 4.1-.1110.IM 1-11 ® Wk Nes Lae.$.a 11W1I M4 at2 I K fm.all 1.0c,ler-4. 3.Lor.ark.per.-.p le An,-*,,..I-Dae he Wel. 1Pue-1 f0 O.AIM If mMRlaf 4 4 Aro f a WMr10N WE 2 f,•. S/pe VRA!p'e IE'[MMJ r•whena Aide led Ind-ft'sIm hlfAeq within the T7c.mn eMrIma AC dmf".1,01 be pINM on u.Are.aM raMlAr 1.IM wpb Arw h-Mph-avmlt[. v &-p ALP AW Trp.6✓pN Ass rA.- On NA.r appfifabf,rq lepa rvtMlp-rjmswpP eulOMlq,es.lW rights.0-dep. I31 fll;p Defel/ss.Neff,M4 abal d.Me TCZ Alaa deet aM.pplr.heir Mort IS ael0 p.rfbnAd M 1M Iai"l 8-(Q W A M•W oVl sae. R @ WK.per srp• AlpNeer.see ..m..ere. COND?10015 fad x en •e.aMe pfel p. .TC2 nms •V.al Ie. l4 fafees a b . ANMOM. Dour.EN. o-wa .aeerd wdruw oA 1.91A Aerrvrrres ENCAOACN ON ME.WYE ADIACEM TO EfrHER SHOULDER AND ME AREA 7 OIn31a2 THE face OF TWEL WAY. LAST z OESCNIrTIONr 2015 N1oex fNEEt' MVIsmN FDOY� MULTILANE, WORK WITHIN TRAVEL.WAY Na No. 07/01109" �Ir- DESIGN STANDARDS MRDLiAN OR OUTSIDE LANE 613 10f 2 a a, Ov—d OrN.rrm B1NaNhwd Anr NIn.BeNd SMR Br R-1 Or blBr.g.d 0." .rM CMN I Lor.Of Be smeld<r By A Berrfrf dr Com C.'A,.. MOM I b A B C 'Land bdfer 98.re END ROAD Sgnn Cnrmm RBAD RDRN rORx Aro y.r<., dov I UILE Rrerrnof ro rrNri< SPEEDING flNE9 ROAO DOUBLED pORs s ul Lfi UVNEN WORI�R6 7mpnrN oavtmenl rtvt n. PRESENT W.i on0fr R— ...try rwk...try 7 ro r Ong ud#rdO.Of 0wrf wry EVENPAVEMENT (V g Nrnw B.afd OWraLm OurmO'nond AN Arrow Board O Shml Be RPRnrdd Or ANorofcd Onlrldc Tfm Clr.r 11NINg r.n.Or B.SNieldad By A Bifl-Or Crmh C.LNm c--I ro I ro p A B• C L and Bn1fel SoOro• ROAD RBRR ROAD RrIgN Or Ornriny SNOW. Artie T. 1-11 A00 WaRR n rLlr I PILE 4 ROAO ORN UNEVEN SPEEDING FINES 'ultE tANEs ronmr.r r.+.mod Nrnrn DOUBLED II.rIXI Naph Wort Net Md D--N....V NMEN WORNER6 LWrr.Iry r To s B lldr rdve Of rianl R.y. PRESENT 4 UNEVEN PAVEMENT s INTERMITTENT WORK STOPPAGE- LANE REOPENED TO TRAFFIC :BLicru'r". 2015 I rxorx SNBrT RLVrsrav E MULTILANE,WORX WITHIN TRAVEL WAY Ra Na "7101105 1 �— DESIGN STANDARDS MEDIAN ORI OUTSIDE LANE '613 201`2 DEVELOPMENT REVIEW COMMENTS Water and Sewer Department Application No. SP15-000014 Date Received:9-15-15 Applicant:_ Schulke,Bittle,&Stoddard,Inc. Owner: I.R.C./C.O.V.B. 180127'St. Vero Beach,FL 32960 Project Title: IRC GO LINE BUS DEPOT Site Location: 1235 161h St. Major Site Plan Change of Use XFI-1 Minor Change to Site HUse of Downtown Right-Of-Way COMMENTS: 1. The water and sewer portion of this site plan is approved as submitted.Thank you for the opportunity to review this project. Signed: 4-y' Date:9-15-15 Todd A Young, Senior Engineering Designer Cc: Robert J.Bolton,P.E.,Director of Water and Sewer 011100-33 Civ 0 Ver j-o:Beach - Post Qffke.BoxI389 'Veno Beach,Flot4dd 329d] office of the Director (7-7-2):.9.78--5j2'0:1'i ax:.(772)978=5215 Water and Se,'vyer Dept. REQUIREMENTS-FOR BELL OF SALE EXECUTION The Consulting Engineer Will-prepare a list oNitihties-ziiistalled.fibiri t-he point of connection (new const-ru-ction)to the point of service-in the,right�.ofway and in dedicated easements,and in easementsto-be dedicated as.part of the.project. The list of items and the-Unit prices which: apply in the contractor's:contract(labor-and m aterial).shall.'be used to-determine.the value of the items being dedicated- This should!be in the form of an Attachment "A�' — Engineer's Cost FstiinAte,signed andsealed. The City.:also xqquires an 8-1%2.x.11_s-ized As-Built Attachment:"B"signed;and sealed.consisting of-the construction p].an, Which should also reference .th e:legal description to;tie everything. together as-being-on.the same premises as the utility facilities that are being sold to tfie City:(see attached exatiples of each)'. In addition,the full:.narne and mailing address ot--the..Owner,along with the name and:title of the authorized individu51(s),Who will be signing:the Sill-of Sale document fbr,theOwner shall be provi&d. The above information is to be transmitted to the Water& Sewer Dept,, to the attention of Debbie A&ean,Clerical Specialist(dadrean6acovii-org).Please contact Debbie at.77297845201 if you have any questions. The.City will th n'prepare the Bill of Sale Document and.transmit it to the Engineer f6r execution by the Owner.-The Engineerwillreturn the o,riRinal,exectited'docume.nf.to.,the Water and SewerDept. retain:copies for the Owner's and i En9neer's records.The document will,be . schedided'as an agenda item for the-next,aiiaitable City,Council meeting,to-be signed offby City officials accepting the:conveyance,and then submitted,lor.recording- A copy of the recorded document will be provided,to the Engineer-for distribution to the owner. 011100-34 Attachment ►Aa (1'I"►-S,&+ dt-o j e'r t.A b►- me.. Engineer's Coat Estimate I,MUlam P.Stoddard,MD.,P.E.a Rodda Ragletered Englnear,Ucenae.No..57696,do hereby certify that We t optOOrnate has been prepped under my responsibta dlfeellcn for the Woter.Maiii.etld Force Main Sew lmprovamerits Itstett belotN and that the total coat eatimatetl for t6; is$16,27228 This ea8ftO hae been prepared,In part,for asttmeting the value of ugi ies to be dedieated to the City of Vero trench;Installed In'su-bstardki conformance wflh the approved W''4 donstructicn Piens for the PCO.-ec ti.. deted and approved by the C.4.V:8.Utility oepartnt r,Ch 11,2014' 4 {� •.a9 i?.' 6 yul �� • h .r1 ��J ',.fto.a�ia �y. Dore. - 6F5ttIVn NJ_ .SEL. A '� 6'x 4.9.S.Tepptv8 Slga.%4-bV W'hypay nM .. . 5.8.tmtnlw ti¢t.1t 6t�4'htl Ry ago EA t 3 4L10 S 2,14238 4•PVCwemaa;o i.IF 15 .S - 129.60 S' 3•P6102 HIgRW OV.OL HMUW Llaw Ep-y - Wliat]®►fwl bath groat EA I -S. ._ 829.72" S 829.72 " CR:D73lFL090 ... :EA 1 .S' 36836 'S36826 EA 1. i. ..238.35,-S .. . .23835 "P AA .. `MJ AIP 1163 im4antPIDIP .&NA T .S. 217.9 S 2170 ..FNENC ID92tiO3PV :EA° 1 ".S. 12736.'S. .. ... -_ 12236 `M17Yeoe'ACCem ' - ..EA. .2 'S - '11724 :3 -- --- -214.48 !Fld MD1P@CJL _ .. .. 'EA: ."1. '1 --- :00.3.00 it. - 803.00 1-77 wm T w cob hfQPJF1P .- - --SA. .7.. .1... 'S. .._768.40"it- - _. -- - 768.W 3'PVCWxWmzh140L%%%,=tkv-. LF 3 S 07.62 `S. 439.10 3!DIPWdla,rabid- .. . :1F: 6 '.S' 334.08 1� 3,32IL49 "i3•AD nidega:.' LS' .1 S 6256 S. 62.36_ Bev.Main. - .EA1 19A2 S ,"--. -_.. ..1.419.42 4-Tggig V"t Yah"nos i2 Lid- EA' - '1 S � � 1,203:01 S 1,28101 r GMVV#I1m Vi1wBoa&LW, � EAI' S 1;225.12 S 1',228.12, 4•HDPB'ADb*Wmad Baiv*Mlalwf .LF 79 S 32.40 S 2,SS9.60, ,cn-77:20,cpw l ws c114a Lod .LP s $ 1 29U5 s - . Subg&d 1 . s . .18,27228 7D7'Al:, Wow Beirer S 18,272.26 TMA1. S ISaY= Page I of i 011100-35 24 IM12 IS it e y lilt - 1� � EEElSe E t • ,p� }ri,..:.ti�i•::..ti:l�i � �F a l�ti�� !el�5i i het;,E:�1�.�'��_�:i'�iiii. "� l 011100-36 Ria City o� Yeo. ,t, Post Office Box 13$9 Vero fleach.Florida 32961 btfice of M6,Mecfur (772)9.78.-5220"Rix:(772)97$=52`15 Water and-&Kwr b'cpt. .RECORD DRAWINGS REQUIREMENTS The Engineer shall provide: 1. A CD with.the base drawings: 2. Three(3)sets of signed and-sealed Record Drawin.gs.440 one(1).PDF of same. The base;drawing shall.be in Auto-Cad format,AoW-SURVEY POINT"data,and`be in"STATE PLANE'COORDINATES" The cen.ier of the SURVEY POINTS and the center of the structures should-coincide: (Station offsets are not necessary:or'useful) A water main or force main. directional bore requires a Profile;drawing, and location with. SURVEY"POINTS, The,base drawifigs shall be modified to.reflect any end: ll changes and deviations so'as to accurately depict the worl,as actually constructed. Information shown-shall'be,in conformance with the requirements ofDEP Form'62-X55.900(9),aiid62=664.300(8)(b). The elevation datuffi:must beton the drdiving in Wge.bold letters. If the survey work-is perfdraied-by an independent survey company, their certification as-to the completeness and accuracy of their.survey.information Will also be required. if-requested,the City will review the submission malet-iii.1sPrior to final submittal by Bre Engineer. Water Mains,Reuse Water Mains and Sanitary Seiver Force Mains 1. All fittings;valves.and services shall.have SURVEY POINTS; 440 beshown in their as- built toedtioil. 2.. Top of;pipe.elevations.and profiles shown in,the drawings.shall be corrected to as-built elevations. 3; Service lines shat.11 be shown between water main and meter box. 4.- The location and number of sample.- points :as designated on Ahe FDEP Permit- will correspond to the numbers designated:on bacteriological reports by the testing labs. Sanitairy Sewers -Iz Sanitary sewer manholes and:lift stations shall have SURVEY-POINTS,and depict the rim .(top)elevation and.ifiveftelevations for all lines into and out lbewet well and manholes. 2: .A profile.drawing of'the sanitary sewer shall be included,and shall show the as-built Percent grade of the sewer. 3. All:services, cleanouts and wyes shall'have SURVEY POINTS, and be referenced to the downstream manh6le,,With a-station mid offset from the sewer line. 4. Service,lines-shall be shown between sanitary sewers and cleanbuts.. i. Theel.evatJoh of'sabitary sewer1iiies,where crossing-other pipe lines,shall Wirm the proper clearance between lines. 011100-37 Depart fiFlorida Department of �Ve`ot `�as e'( o Environmental Protection Carlos Lopez-Cantera Southeast District Office Lt. Governor 3301 Gun Club Road,MSC 7210-1 West Palm Beach, Florida 33406 Jonathan P. Steverson a"''ental pt°`o (561)681-6600 Secretary September 23,2015 NOTIFICATION OF ACCEPTANCE OF USE OF A GENERAL PERMIT PERNHTTEE: PERMIT NUMBER:0039141-039-DWC-CG Indian River County Public Works Dept. COUNTY:Indian River c/o Joseph W.Schulke,P.E.,Agent PROJECT NAME:Go-Line Transfer Hub Schulke,Bittle.&Stoddard,LLC EXPIRATION DATE: September 22,2020 1717 Indian River Blvd.,Suite 201 WASTEWATER TREATNIENT: Vero Beach,FL 32960 City of Vero Beach WWTF Sent by Email: jschulke@sbsengineers.com FACILITY ID:FLA021661 Dear Mr.Schulke: Thank you for your Notification/Application for Constructing a Domestic Wastewater Collection- Transmission System for the subject project.Our Office received the Notice on September 16,2015 This is to advise you that the Department does not object to your use of such general permit. Please note the attached requirements apply to your use of this general permit for constructing the proposed domestic wastewater collection/trans Miss Lon system. You are further advised that the construction activity must conform to the description contained in your Notification/Application for Constructing a Domestic Wastewater Collection/Transmission System and that any deviation will subject the permittee to enforcement action and possible penalties. If you have any questions please contact John A.Armstrong,P.E.at telephone number(561) 681-6684 or by email at john.a.arntstrong@deo.state.fl.us. Sincerely, K �a5� 1� Jason Andreotta Date Permitting Program Administrator Southeast District ec:Richard B.Szpyrka,P:E., Indian River County Public Works Dept.,rszpyrka@ircgov.com Robert J.Bolton,P.E.,City of Vero Beach Water and Sewer Department,wsrb@covb.oro John A.Armstrong,P.E.,DEP,john.a.armstrong@dep.state.fl.us www.dep.state.tl.us 011100-38 Permittee:Indian River County Public Works Dept. c/o Mr.Joseph W.Schulke,P.E.,Authorized Agent Schulke,Bittle,&Stoddard,LLC Project Name:Go-Line Transfer Hub Permit Number:0039141-039-DWC-CG Page 2 of 2 REQUIREMENTS FOR USE OF THE GENERAL PERMIT FOR DOMESTIC WASTEWATER COLLECTION/TRANSMISSION SYSTEMS: 1. 'Ibis general permit is subject to the general permit conditions of Rule 62-4.540,F.A.C.,as applicable. "Ibis rule is available at the Department's Internet site at. http://www.dep.state.fl.us/leg,iURuies/shared/62-4/62-4.pdf[62-4.540] 2. This general permit does not relieve the pernuttee of the responsibility for obtaining a dredge and fill permit where it is required.[62-604.600(6)(b)1] 3. This general permit cannot be revised,except to transfer the permit.[62-604.600(6)(b)2] C 4. If the project has been started and not completed by the expiration date on page one of this permit,a new permit must be obtained before the expiration date in.ordcr to continue work on the project.[62- 4.0301 5, Upon completion of construction of the collection/transmission system project,and before placing the facilities into operation for any.purpose other than testing for leaks or testing equipment operation, the permittee shall submit to the.Deparlment's Southeast District Office Form 62-604.300(8)(b), Request for Approval to Place a Domestic Wastewater Collection/Transmission System into Operation. This form is available at the Department's Internet site at: http://vvww.det).state.1l.us/water/wastewater/forms.him[62-604.700(2)] 6. The new or modified col lection/transmissi on,facilities shall not be placed into service until the Department clears the project for use. [62-604.700(3)] 7. Abnormal events shall be reported to the Department's Southeast(Dista-ict OfficeJDistrict Office in accordance with Rule 62-604.550,F.A.C. For unauthorized spills of wastewater in excess of 1000 gallons per incident;or where information indicates that public health or the environment may be endangered,oral reports shall be provided to the STATE WATCH OFFICE TOLL FREE NUMBER (800)320-0519 as soon as practical,but no later than 24 hours from the iime the pernuftee or other designee becomes aware of the circumstances: Unauthorized releases or spills less than 1000 gallons per incident are to be reported orally to the Department's Southeast[Di'stri'ct Offtce]District Office Within 24 hours from the time the pernuttee,or other designee.becomes aware of.the circumstances. [62-604.550] 011100-39 pepart,he Florida Department of Govern o Environmental Protection Carlos Lopez-Cantera Southeast District Office Lt. Govemor 3301 Gun Club Road,MSC 7210-1 West Palm Beach, Florida 33406 Jonathan P. Steverson ental P (561)681-6600 Secretary September 23,2015 NOTIFICATION OF ACCEPTANCE OF USE OF A GENERAL PERMIT Permittee: Permit Number: 0080446-239-DSGP Indian River County Public Works Dept. County:Indian River c/o Joseph W Schulke.P.E.,Agent Project Name:Go-Line Transfer Hub Schulke,Bittle,&Stoddard,LLC Expiration Date: September 22,2020 1717 Indian River Blvd.,Suite 201 Water Supplier:City of Vero Beach Vero Beach,FL 32960 PWS ID:3310206 Sent by Email: jschulke@sbsengineers.com Dear Mr Schulke: On September 16,2015,the Florida Department of Environmental Protection received a `'Notice of Intent to Use the General Permit for Construclion of Water Main,Exlensions for P.WSs"[DEP Form No.62-555.900(7)],under the provisions of Rule 62-4.530 and Chapter 62-555, Florida Administrative Code(F.A.C.). The proposed project includes construction of:20 linear feet of 8-inch polyvinyl chloride(PVC)water main,relocation of a fire hydrant assembly,one(1)water service, and associated bacteriological sample points,valves and appurtenances. The proposed project is located at: 1225 161 Street;Vero Beach,Florida 32960 Based upon the submitted Notice and accompanying documentation,this correspondence is being sent to advise that the Department does not object to the use of such General Permit at this time. Please be advised that the permittee is required to abide by Rule 62- 555.405.F.A.C.,all applicable rules in Chapters 62-4,62-550.62-555.F.A.C.,and the General Conditions for All General Drinking Water Permits(found in 62-4.540,F.A.C.). The permittee shall comply with all sampling requirements specific to this project. These requirements are attached for review and implementation. Pursuant to Rule 62-555.345,F.A.C.,the permittee shall submit a certification of construction completion[DEP Form No.62-555.900(9)1 to the Department and obtain approval,or clearance,from the Department before placing any water main extension www,dep.state.flus 011100-40 Permittee:Indian River County Public Works Dept. c/o Mr.Joseph W Schulke,P.E.,Authorized Agent Schulke,Bittle,&Stoddard,LLC Project Name:Go-Line Transfer Hub Permit Number:0080446-239-DSGP Page 2 of 3 constructed under this general permit into operation for any purpose other than disinfection or testing for leaks. Within 30 days after the sale or legal transfer of ownership of the permitted project that has not been cleared for service in total by the Department,.both the pernuttee and the proposed permittee shall sign and submit an application for transfer of the permit using Form 62-555.900(8).F.A.C.,with the appropriate fee. The permitted construction is not authorized past the 30-day period unless the permit has been transferred. When any existing asbestos cement(AC)pipes are replaced under this permit,the permittee shall do so in accordance with the applicable rules of the Federal Asbestos Regulation and Florida DEP requirements. For specific requirements applicable to AC pipes,the permittee should contact the Air and Waste Management section managers prior to commencing any such activities at(561)681-6782 or sed.air@dep.state.11.us. Please be aware that a notification is required to be submitted to the Department for a regulated project. If the project has been started and not completed by the expiration date on page one•of this permit,a new permit must be obtained before the expiration date in order to continue work on the project,per Rule 62-4.030,F.A.C. Sincerely, Jason Andreotta Date Permitting Program Administrator Southeast District Electronic copies furnished to- Richard B.Szpyrka,P.E...,Indian River County Public Works Dept.,rszpwka@ircoov.com Cheryl.Dunn,Indian River County Health.Department—CherVI.Dunn@flhealth.aov Robert J.Bolton,P.E.,City of Vero Beach Water and Sewer Department,wsrb@covb.ore, Michele Owens,FDEP/SED: michele.owens@dep.statc:fl.us Jocelyn Labbe,FDEP/SED: roceIyn.Iabbe@del).state.fl.us John A.Armstrong,P.E.,FDEP/SED:john.a.armstrone@dep.state.fl.us 011100-41 Permittee: Indian River County Public Works Dept. c/o Mr.Joseph W.Schulke,P.E.,Authorized Agent Schulke,Bittle,&Stoddard,LLC Project Name-Go-Line Transfer Hub Permit Number:0080446-239-DSGP Page 3 of 3 A Civil Penalty May Be Incurred if this project is placed into operation before obtaining a clearance from this office. Requirements for clearance upon completion of projects are as follows: 1) Clearance Fonn Submission of a fully completed Department of Environmental Protection(DEP)Form 62-555.900(9)Certification of Construction Completion and Request for Clearance to Place Permitted PIVS Components into Operation. 2) Record Drawings,if deviations were made Submission of the portion of record drawings showing deviations from the DEP construction permit,including preliminary design report or drawings and specifications, if there are any deviations from said permit(Note that it is necessary to submit a copy of only the portion of record drawings showing deviations and not a complete set of record drawings). 3) Bacteriological Results Copies of satisfactory bacteriological analysis(a.k.a.Main Clearance),taken within sixty (60)days of completion of construction,from locations within the distribution system or water main extension to be cleared,in accordance with Rules 62-555.315(6),62-555.340: and 62-555.330,F.A.C.and American Water Works Association(AWWA)Standard C 651-92,as follows: Connection to an existing system The end point of the proposed addition Any water lines branching off a main extension Every 1,200 feet on straight runs of pipe Each location shall be sampled on two consecutive days,with sample points and chlorine residual readings clearly indicated on the report. A sketch or description of all bacteriological sampling locations must-also be provided. For further cl ari fication.contact: John A.Armstrong,P.E. Southeast District Permitting Program Florida Department of Environmental Protection 3301 Gun Club Road MSC 7210-1 West Palm Beach,FL 33406 john.a.armstrona @dep.stateftus (561)681-6684 011100-42 DEPARTMENT OF THE ARMY \'�•%"�� JACKSONVILLE DISTRICT CORPS OF ENGINEERS 400 HIGH POINT DRIVE,SUITE 600 COCOA,FLORIDA 32926 ' August 5,2015 REPLY TO ATTENTION OF Regulatory Division North Permits Branch Cocoa Permits Section SAJ-2015-02418(NW-TSD) Indian River County C/o Mr. Richard Szpyrka 1901 27th Street, Building A Vero Beach, FL 32960 Email address: rszpyrka(6ircgov.com Dear Mr. Szpyrka: Your request for a Department of the Army permit was received on July 24,2015, has been assigned number SAJ-2015-02418(NW-TSD). A.review of the information and drawings provided shows the proposed work is to impact 0.05 acres of a drainage ditch for the Indian River County Go Line Transfer Hub site. The project involves the installation of 226 linear feet of 24 inch reinforced concrete pipe (RCP)and 627 cubic yards of fill in the drainage ditch. The project is located on the south side of 161h Street,west of the Florida East Coast (FEC)Railroad,east of Old Dixie Highway, in Section 29,Township 32 South, Range 40 East, Vero Beach, Indian River County Florida. Your project, as depicted on the enclosed drawings, is authorized by Nationwide Permit(NWP) Number 46. In addition,project specific conditions have been enclosed.. This verification is valid until March 18,2017 Furthermore, if you commence or are under contract to commence this activity before the date that the relevant nationwide permit is modified or revoked,you will have 12 months from the date of the modification or revocation of the NWP to complete the activity under the present terms and conditions of this nationwide permit. Please access the U.S. Army Corps of Engineers' (Corps)Jacksonville District's Regulatory•Internet page to access Internet links to view the Final Nationwide Permits, Federal Register Vol.77,dated February 21, 2012, specifically pages 10270-1'0290,the Corrections to the Final Nationwide Permits, Federal Register 77, March 19, 2012,and the List of Regional Conditions. The Internet page address is: hftp://www.sa i.usace.a rmy.m it%N1 issions/Regulatory.aspx 011100-43 -2- Please be aware this Internet address is case sensitive and should be entered as it appears above. Once there you will need to click on"Source Book"; and,then click on "Nationwide Permits." These files contain the description of the Nationwide Permit authorization,the Nationwide Permit general conditions,and the regional conditions, which apply specifically to this verification for NWP 46. Enclosed is a list of the six General Conditions,which apply to all Department of the Army authorizations. You must comply with all of the special and general conditions and any project specific condition of this authorization or you may be subject to enforcement action. In the event you have not completed construction of your project within the specified time limit,a separate application or re-verification may be required. The following special conditions are included with this verification 1. Reporting Address: All reports, documentation and correspondence required by the conditions of this permit shall be submitted to the following address: U.S Army Corps of Engineers, Regulatory Division, Enforcement Section, P O Box 4970, Jacksonville, FL 32232. The Permittee shall reference this permit number, SAJ-2015- 02418(NW-TSD),on all submittals. 2: Commencement Notification: Within 10'days from the date of initiating the authorized work,the Permittee shall provide to the Corps a written notification of the date of commencement of work authorized by this permit. 3 Completion Notification: Within 60 days of completion of the work authorized,the attached"Self-Certification Statement of Compliance"must be completed and submitted to the U.S Army Corps of Engineers. Mail the completed form to the U.S Army Corps of Engineers, Regulatory Division, Enforcement Section, P.0 Box 4970, Jacksonville, FL 32232. 4. Cultural Resources/Historic Properties, a No structure or work shall adversely affect impact or disturb properties listed in the Nafiorial Register of Historic Places(NRNP)or those eligible for inclusion in the NRNP. b. If during the ground disturbing activities and construction work within the-permit area,there are archaeological/cultural materials encountered which were not the subject of a previous cultural resources assessment survey(and which shall include, but not be limited to: pottery, modified shell,flora,fauna;human remains;ceramics, stone tools or metal implements,dugout canoes.,evidence of structures or any other physical remains that could be associated with Native American cultures or early colonial or American settlement),the Permittee shall immediately stop all work and 011100-44 -a- ground-disturbing activities within a 100-meter diameter of the discovery and notify the Corps within the same business day(8 hours). The Corps shall then notify the Florida State Historic Preservation Officer(SHPO)and.the appropriate Tribal Historic Preservation Officer(s)(THPO(s))to assess the significance of the discovery and devise appropriate actions. c Additional cultural resources assessments may be required of the permit area in the case of unanticipated discoveries as referenced in accordance with the above Special Condition , and if deemed necessary by the SHPO, THPO(s), or Corps,in accordance with 36 CFR 800 or 33 CFR 325,Appendix C(5) Based, on the circumstances of the discovery,equity to all parties,and considerations of the public interest,the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325.7. Such activity shall not resume on non-federal lands without written authorization from the SHPO for finds under his or herjurisdiction,and from the Corps. d. In the unlikely event that unmarked human remains are identified on non-federal lands,they will be treated in accordance with Section 872.05 Florida Statutes. All work and ground disturbing activities within a 100-meter diameter of the unmarked human remains shall immediately cease and the Permittee shall immediately notify-the medical examiner, Corps,and State Archeologist within the same business day(8-hours). The Corps shall then notify the appropriate SHPO and THPO(s). Based, on the circumstances of the discovery,equity.to all parties,and considerations of the public interest,the Corps may modify;suspend or revoke the permit in accordance with 33 CFR Part 325 7 Such activity shall not resume without written authorization from the State Archeologist and from the Corps. 5.. Turbidity/Erosion Control: Best management practices for turbidity/erosion control shall be'used when performing any activity authorized in this permit. The permittee agrees that all wetland areas and surface waters outside of the specific limits of construction-authorized in'this permit must be protected from erosion,siltation, scouring or excess turbidity and dewatering. 6.. Eastern Indigo Snake Protection Measures: The Permittee shall comply with U.S. Fish acid Wildlife Service's"Standard Protection Measures'for the Eastern Indigo Snake"dated Augusf 12,2013 and provided'in Attachment 2 of this permit."I 7: Notice,of Permit: The Permittee shall post a copy of this authorization at the,project site. 8: Regulatory Agency Changes: Should any other regulatory agency require changes to the work authorized or obligated by this permit,the Permittee is advised that 011100-45 -4- a modification to this permit instrument is required prior to initiation of those changes. It is the Permittee's responsibility to request a modification of this permit from the Cocoa Regulatory Office. This letter of authorization does not give absolute Federal authority to perform the work as specified on your application. The proposed work may be subject to local building restrictions mandated by the National Flood Insurance Program. You should contact your local office that issues building permits to determine if your site is located in a flood-prone area,and if you must comply with the local building requirements mandated by the National Flood Insurance Program If you are unable to access the internet or require a hardcopy of any of the conditions, limitations,or expiration date for the above referenced NWP, please contact Tamy Dabu by telephone at 321-504-3771 extension 11. Thank you for your cooperation with our permit program. The Corps Jacksonville District Regulatory Division is committed to improving service to our customers. We strive to perform our duty in a friendly and timely manner while working to preserve our environment. We invite you to complete our automated Customer Service Survey at http://oorpsmar)u.usace.army.mil/cm apex/f?p=regulatory survey. Please be aware this Internet address is case sensitive; and,you will need to enter it exactly as it appears above. Your input is appreciated—favorable or otherwise. Sincerely, Tamy Dabu Project Manager,Cocoa Permits Section Enclosures CC. Joseph Schulke,Schulke, Bittle& Stoddard, LLC (E-mail: ischulke0sbse'ngineers.com) 011100-46 GENERAL CONDITIONS 33 CFR PART 320-330 PUBLISHED FEDERAL REGISTER DATED 13 NOVEMBER 1986 1. The time limit for completing the work authorized ends on March 18,2017. If you find that you need more time to complete the authorized activity, submit your request for a time extension to this office for consideration at least one month before the above date is reached. 2. You must maintain the activity authorized by this permit in good condition and in conformance with the terms and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity, although you may make a good faith transfer to a third party in compliance with General Condition 4 below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer,you must obtain a modification of this permit from this office,which may require restoration of the area 3. If you discover any previously unknown historic or archeological remains while accomplishing the activity authorized by this permit,you must immediately notify this office of what you have found We will initiate the Federal and state coordination required to determine if the remains warrant a recovery effort of if the site is eligible for listing in the National Register of Historic Places. 4. If you sell the property associated with this permit you must obtain the signature of the new owner in the space provided and forward a copy of the permit to this office to validate the transfer of this authorization. 5. If a conditioned water quality certification has been issued for your project,,you must comply with the conditions specified in the certification as special conditions to this permit. For your convenience,.a copy of the certification is attached if it contains such conditions. 6. You must allow a representative from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being or has been accomplished in accordance with the terms and conditions of your permit. 011100-47 DEPARTMENT OF THE ARMY PERMIT TRANSFER REQUEST NATIONWIDE PERMIT: NW46 PERMIT NUMBER: SAJ-2015-02418 (NW-TSD) When the structures or work authorized by this permit are still in existence at the time the property is transferred,the terms and conditions of this permit will continue to be binding on the new owner(s)of the property Although the construction period for works authorized by Department of the Army permits is finite,the permit itself,with its limitations, does not expire. To validate the transfer of this permit and the associated responsibilities associated with compliance with its terms and conditions, have the transferee sign and date below and mail to the U S Army Corps of Engineers, Enforcement Section, Post Office Box 4970,Jacksonville, FL 32232-0019. (TRANSFEREE-SIGNATURE) (SUBDIVISION) (DATE) (LOT) (BLOCK) (STREET ADDRESS) (NAME-PRINTED) (MAILING ADDRESS) (CITY,STATE,ZIP-CODE) (Telephone number) (Fax number) (E-mail address) 011100-48 SELF-CERTIFICATION STATEMENT OF COMPLIANCE Permit Number: NW-46 Permit Number:SAJ-2015-02418 Permittee's Name&Address(please print or type): Telephone Number- Location of the Work: Date Work Started: Date Work Completed: PROPERTY_IS INACCESSIBLE WITHOUT PRIOR NOTIFICATION: YES NO TOJSCHEDULE AN INSPECTION PLEASE CONTACT AT . Description of the Work(e.g.bank stabilization,residential or commercial filling,docks, dredging, etc.) Acreage or Square Feet of Impacts to Waters of the United States: Describe Mitigation completed(if applicable): Describe any Deviations from Permit(attach drawing(s)depicting the deviations). I certify that all work,and mitigation(if applicable)was done in accordance with the limitations and conditions as described in the permit. Any deviations as described above are depicted on the attached drawing(s). Signature of Permittee Date Mail this completed form to the U.S.Army Corps of Engineers,.Regulatory Division,Special Projects&Enforcement Section, Post Office Box'4970,Jacksonville, Florida 32232-0019 011100-49 08/05/2015 SAJ-2015-02418(NW-TSD) O MATION Attachment O%wLJAPPUCFV,T. .DM 1nccw-57REET VICINITY MAP t IEROGE STREET VERO SEACM,ROMDA779m om 27s12r �Y 4IE PlNlFREPFFED eY: � /� OCM/WC N RNR 65TOODw D.UT - 1717N[WIRNEAOOVLEbWD,bVR6701 v9i06EaCY.FtD20Al7RD 41 FwC 77N7PD195 ?� � �•= Ei1RVEY0R. `D-_ L 1. i uEmotwlLwaaR�vE*DRe.nC Leena 1117MMOBEAN.rLOSfAREVARp,PME AI Y � TEL.772T9lt213 •gam; PROJECT DESCRIPTION qp`�•�-. .'<; "" COYTTWCtWuOF THE Yau:siDUYNVFRCOUm WL1E ZRAYREV M» i •,f - I- `�� - iHEIY>RDYEYEIRSYElLT91D[ � ✓ tlfl•I.fIEY%AfEDaM OHNaIR 0.4DDI0 TD PP(ADTE rICLTER, lk � EailROaYS.w,p SiORaq. •mwst::vtarvEHaE raa:u.l.wxpa vacEs ��_ _ TO vwalDuTIINT%ANlc rORGfAAMDO TGRf SITE • OClI£EDpTIIOESgHaM10DA$UT'_at,( g'fiz <DJEA?D 31t'LTEIIDTZ YY OVERwALAWaYiPCKUPaI!Ey •CpRTRK'i IwY RETENaOH fTOAYHuiER Yalia0EYE7.SYfiEY, •ILLSESAC OI URUDCN OOCN � . i i PROPERTY TAX ID NUMBERS rAEC70SPEilY47iRW5Eq�CdAVIRtYTiTHE FOU0%g46 37+DND�Qimm✓i0>Qi t ,�-_•�7.z'Z, ` 7 ' CONSTRUCTION SCHEDULE CDIISiF11DiIp1 by 4H 1; FEIFVAYx-MID ®r" 601lSRU6710N NIDE: 6EPIEn9fi7,Mt6 �" - a""'M�� - FLOOD ELEVATION rRti S�DHO++H KAEOH AFffM:T4 BE 01 GL000 ZOr:E%'PUI ROOD rl6uRAIDE aIAR a76f0001uH,OECFAKi81 a,7W7. PROJECT PHASING THS&,is bTODEMtPLCrMNaNC PKAM LEGAL DESCRIPTION ARIDACOUHTTOTOINki RIVER,CITY6YERODEtH,MDECII AP =i OF DEVELOPMENT SUMMARY itJ1ARY `w 93VTHNEST WARIER SECTION OF SECTION I,TO_SMP33 SOVIN.RA43E 79 EAST LYINO WEST OF THE Lp110A W"TCMSTRaRRDI�AND SOVTH 0/16111 STREET AS DEX/H' NCFFICL4RCCplDDOOKOS.PAO2 EV6IDNOR "AREA PROPOSM GROSS AREA SOO OF THE PUBIC RECORDS OF.D RMR COUl.Y.FLORIDA A206EN-C MORE PARTtCVWLY DEWMIOED AS 6 ACRES. % ACFES It I'MO.9 ORcpsswe a£A affm TES-imam. ®a%0 I.s7 WdZID% OPEN SPK-e 30M 004 5247% 21,'l 00 3767% CCIOIEHOVIO AT w1 DOERsc M40FIHE SOUTH IDOH7 OFLMYOF ISN STREET AND TWiwES7 RWM OFWAY i1Nvwvs 73=075 1757% 4u7 1,11 0777% OFZHErLORDAEASTCOASTRAEPOA%TH'JiCE SOUTH IO'WW'E• S•ALOHS THE VIM RICHT OFw?YOFTHE FLMIC?ELT COAST RARROAO FOR A DISTANCE OF 2W6D FEET;THDiCE SOUTHiI-H'zr WEST FORA pWANC6 OF 30!ri cES;SHHlCE NORTH a•asm•%EA FOP•GST ulCfi OF 035 FEET;THENCE NORTN71•a6' I5'CAM FOR A OLSiwICE OF 508 FEET;THENCE NORTH tr 25'W%ES FOR ADW—Ce OF 10583 FEET TOA POINT ON THE EOVTH Fo4N7 OF YlAY OF HIGH STREET;THENCE HORTA 77.16.52'EAST ALON3 TAE SAID SOUTH RWM OFM OF 151H STREET FOR A OWANCE OF 219TP]FEEF TO T HE POINT OF SMUTTING COVER HIND PMCEL CONTNMNO DOWD SOWE FEET OR 1501 RES mDRE ORHESE SHEET SITE PLAN FOR EIti VIROMEN 1'AL'RESOURCE I'ERDIIT SCHULKE,BITTLE&STODDARD, L.L.C. rru&s77WrtPx en>z�.c•uv7�,swx•avla�nxxtt ac-ecrr+c 1 OF S I.R.C.CO LL-.TL TRA\SFER HUB 1235 l TH sTREE'C•VERO DEA CI I,FLORIDAINDIAN RIVER ELVD,SLATE 201 VERO EFACH,FLORIDA 3.'%0 INT317749672 FAX 7727 7T04t96 EAwLInOFbsa5erg0!!rs.Cptl 011100-50 ` 08/05/2015 SAJ-2015-02418(NW-TSD) WE AT LOCATI MJ SEND METM Ix TWE URB kl�ILMR IS t j MRSTRUCT LAR 140 A 120 DRAIN SO, 47 3� RAI SET SCALE SffEPLAN StTE PLAN FOR ENVIROMENTAL RESOURCE PERMIT F�IUI E,BITTLE&STODDARD, L.L.C. EF , 0l1100'S1 08/05/2015 SAJ-2015-02418(NW-TSD) Page 4 ot 5ac men 9�a �D R c TRANSIT HUB SITE'v FLORIDA EAST COAST RAILROAD R.O.W. CONC. SNV 18 54'DRIVE AISLE 9.5'BUS 14.58' PROPOSED LOADING_ FLAT PLANTER A. BUFFER 22'0_ AREA FOR HEDGE ,kq S LANDSCAPE 22.0 20.0'--- - —PROPOSED SILT-=�- �— --20.0 'D'CURB PROPOSED 8'H.GALV.STEEL - 1 e.a 18.0 15.7 15.52 1- 5 -150 FENCE I CHAIN LINK FENCE TOP EL.20.0'z EXISTING - 16.0' �— '-' 16.0 115 MATCH EXISTING rGRADE - 14.0 .Z :;'i✓\. .;�.h. ' GRA�D .r>>Y..*�-<,SC" _ 14.0 12.0' 2. 10 >s 10.0'- --REMOVEMOVE10.0 MUCK ORGANICS 8.0 - OTHER DELETERIOUS- ',a�i;'` ti '� I" - .- WATER ELEVATION:9.1'x- r f C 6.0' -._-__ _____-MATERIPLS PRIOR TO----o�;-.,...:4,.;>�.?,y`F,- -- _—_— ___-_ __6.0 _ ___ _ _ _ PIPE PLACEMENT AN D _ - \(( _I PROPOSED_ 4'0 - BACKFILLING SECTION C-((`((```'''���'�'�'�\\\ 24 DIA. ` - -- - 4.0' SCALE:1-=10'-0'� DRAINAGE PIPE SURFACE WATER AREA 0.05 At. VOLUME FILL.627.5 CY CROSS SECTION SHEET SITE PLAN FOR ENVIRONIF:NTAI.RESOURCE PERDIIT SCHULKE, BI TL EaVC STODDARD, L.L.C. C!'M&ST.W.C7LPX OVk:LL"PoNC (A40D PLSYS'Y+C fAM1'Ri771uF1I7K PfRlnI7n.0 4 OF 8I.R.C.GO LINE TRAINSFER IUB cmrslrama or wnaxa nrn ro<aoo 7 12-15 16TH STREET-VERO BEACH,FLORIDA 1717 INDIA!RIVER BLVD.,SUITE 201 VERO BEACH.FLORIDA 32960 TEL772/770-9822 FAX772/7704)499 EIAUL'n!ooslmnginaen.4 011100-52 08/05/2015; SAJ-201.&02418`(N W-TSD) a e ,-o, .ti -- --ate - _ ter„- ac m s✓ rL.z�- :rr,+a''• ' s' '. . ' `'=" •�'� :' ', 3.fi.........�' m+ - . �,Y. - `� +�-5 y-'.'v>��- :h n�v' ., _ t:��•�'F.'n - �"LS%°': - '"'+iz 'l NAN .::i3"" 0 �2 =•,,,-y�sy;,; .`+rt_%i,.: Yix'x'`.� "r" '',°�°'._ '+ ''r.:i:-r.i;-i"�' ..%,::i:<: =.• .. ",`.r.':: 3.r' tNU w.., - :. 1 ..,;�;Y;' �; `�- ''G�� -��y-• _ - ��j';,'- �:'�:_�a��y_"'d'i'•,�,'-'�.,, >�.ti^�» ° 's;,;d�,z' '+ "s` - 4:'£'':c: e*x...-'--. i'z�<.,. �:.3_- X»: ,,t 4,Y �'3_ .''•, " xsr.:',•r•�� �s.,�' •?ss",.,� .,,:..._ ,.'s '.:vi-�:+ : '��1.Y,�,t.3-Yx_>.„ .�.5'F• .',e; __ �.; - _w,,{,7 a .Y'+ss•1:`c��S,E•T: ntr, _?' §i,. _,a.Y a *u:a` .- .tia:.`+°Yi �e -lM- �,.Y."e =.d..�. '`'i�.- .-•8. _ R.Y -'.;•.` �.'.'`�ti 'T: ." u ;tr,; 's+t7 _ .0 :r' - r^� €.* ti�L• �'_•, `�y`'''`:3-^.'z: `.'s-,� -:F r_ '17 ���`%"�-:3k`4 �ae�.s"- ��s# ` - '"•*s- ',+,:�-{'�.;s.,i��+.��`-r X\��r�L 1NG. i�t',���;��.��N�- ''r,-�:'�`�•'`',-,Y ;='£` =t •n'^"A , ., '' �:ix"''"s'.>'9' µr. 3• '�`%"g '' F+x�'` W'F'� ''.QaGa:.ia':+.s ��,: :,4,,�.a;f•1-^�, :x-3.,- �--zi r;�=s `2{2�•• \t�,- 53PG" �; �v:, �.}� --e. �•: K, I `"ks - �_��s..,va�a"�;'$2,=�' i:'r'.x.. ,.x�:`ti�--�°„"`�s� '��.:•.. _:�''� �t,.:t'L'•,t•'��xx � r`r,::.' j, zt N rt' � 4 *•.- � t �/�.,.<,-•,. - a. _qr,�.�},: � ��t <g'- ,..�r�'�;`xi:�.- •ar �j '.•�tY.;,Y?-' `�c`P i;;`�:ar,�`,+r:.`' R'.T- >:. � R.},y__� 'F:e:; .:��-rYTu�.trKi'$�..'`t. i F - ;. x„-+PYO. '+ Y'z .�ia. ,rv::, d_. - k, 'i'.3•a, S -$,-..�...'t�'... � r j Y+:'_ .cF•'`,,-�5 ,'i�,'.4J ,�:'i Y }:`_�„ ,�.ii;S"...w - '^F.:Y.'' - '{..;r't IV ri-� ', _,.t't4" .? -?.•..ry, .::i'ri,:.,,.`" ,' -.{..6��a.tfi,�:�.='•`:,rtik' •x;ge•m::.y .. 2. «,'.' t�•y "ek, ✓`.a�N s•p:sa:.� �_rr�T:r r:=i�,''ik�}, '.:! j �`ir - •may^ -i% .-`�+tp•'.rt' .r,.?y� - '.x.;'" ' ..su,`•, +_.-;, -' '$'•s5"�x•" 4il:< + ,-:t.` `, "" `S5'-*..a *'� i',S•. '6.. � :Kvrc s- �.I,'l. {�� "'1��':4 T': 3 .• r..:� aV Fez. xx :�*.T -.a+� h�i. ,` �,�.a } � .�� � ��k ns'4 �-� i. 4 klygs�j s. :, �_�•Ea�y-`�; -� ` �'.d6: '�. �' "�.,{.:.•5�6 'rxi k;*- �t'�_ i�,K< �tiy a.. ,,:,;?-.g_�,,. i, •�`,"���m1•",t'� -,•M-,�, , t'"�~ '`n'r'.,.t 'Y'f`'.'>,_" 5, n .�:.. �.-`a .,� F :�;a:� •' ls�,'''"t+;'�.`R � .k i.. _r" �- - f"h,�fii'e:C! '3• _ x - _.�„�^�'.�'_ � x: _ -,.2�`_-'`3_s ,t<".z '-'(j io .'• L „ .'n`.-:',. .-�t�:, ai:'a:`i •t=!.f' nrt.."'°`a.�`.:?, _�"?',^"+ z. ;a3._ .} `•x.r-.:g'-`y�F.1 z���N '•pyy"�'' 1?s;i..-, ?.':,.. -tF�i_�,.�x� _yA,b-_ - £'t}_ a}�_'3�� _:',',sf-:it,�.�.Y." �. 4.F. r."r{j' .4.a'ui.�'�� qw."�F..� $:t t.•�.sY, 7 't, r�,H.'t µ. = �` �, '`�°i. 1 �'.'"d Y--�h"::rk�i:�'�.,� ;,�!t,�"�•k 0�,- - c,�; �-°':�:. .y};x` =i _.-�"`':',� -�..-� ;�:.t ' -_ "s.`-✓.; fatz3iw:ri' .� '�=x' ,j, j�:a s�. �'x r"�' � :k� � .=•.ry._,- j`i-���•z, n-� - "-'< r, ia�..'utks,. 4yti ''&�' „`d'D':%i .i J•3 ;� s.r`..,?lR,y,Se ,. .I. ,..,:c2'."'z. ., '4 AERIAL. SCALE V-60' SHEET, SITE PLAN FOR ENVIRONIENT'Ai RE SOURCE'PERAUTLSCHULKEj BITTLE&STODDARD, 'L.L.C. qx a.STRUM c FMJVM%S-L"RM?&W DfAMEV71t PfRAnM .5OF8' I.R.0:00LINETRANSFERHUB e•s;=�r�n< :r,-ezJcrr.—..�:•cec:eeee _-_ 127516TH STREET-VERO BRACH:FLORIDA. '17Y71NMLN FIVEA 6LVD.,cUITE?]I VER06EACFi.FIIxIW.3]460: TEL772f7704&`2'FC,%772177NQ490'EI. ULi lice 011100-53 Attachment 2 STANDARD PROTECTION IN EASURES FOR TILE EASTERN INDIGO SNAKE U.S.Fish and Wildlife Service August 12,2013 The eastern indigo snake protection/education plan(Plan)below has been developed by the U.S. Fish and Wildlife Service(USFWS)in Florida for use by applicants and their construction personnel.At least 30 days prior to any clearing/land alteration activities,the applicant shall notify the appropriate USFWS Field Office via e-mail that the Plan will be imnplemenied as described below(North Florida Field Office: iaxregs(@fivs.gov;South Florida Field Office• verobeachnfws.gov;Panama City Field Oflice:panamaci1y(@..fws.gov).As long as the signatory of the e-mail certifies compliance with the below Plan(including use of the attached poster and brochure),no fiuther written confirmation or"approval"from the USFWS is needed and the applicant may move forward with the project. If the applicant decides to use an eastern indigo snake protection/education plan other than the approved Plan below,written confirmation or"approval"from the USFWS that the plan is adequate must be obtained.At least 30 days prior to any clearing/land alteration activities,the applicant shall submit their unique plan for review and approval.The USFWS will respond via e- mail,typically within 30 days of receiving the plan,either concurring that the plan is adequate or requesting additional information.A concurrence e-mail from the appropriate USFWS Field Office will fulfill approval requirements. The Plan materials should consist of: 1)a combination of posters and pamphlets(see Poster Information section below);and 2)verbal educational instructions to constriction personnel by supervisory or management personnel before any clearing/land alteration activities are initiated (see Pre-Construction Activities and During Construction Activities sections below). POSTER INFORMATION Posters with the.following information small be placed at strategic locations on the construction site and along any proposed access roads(a final poster for Plan compliance,to be printed on I17 x 17"or larger paper and lanunated,is attached): DESCRIPTION•The eastern indigo snake is one of the largest non-venomous snakes in North America,with individuals often reaching up to 8 feet in length.They derive their nanme from the glossy,blue-black color of their scales above and uniformly slate blue below.Frequently,they have orange to coral reddish coloration in the throat area,yet some specimens have been reported to only have cream coloration on the throat.These snakes are not typically aggressive and will attempt to crawl away when disturbed.Though indigo snakes rarely bite,they should NOT be handled. SIiIILAR SNAKES:The black racer is the only other solid black snake resembling the eastern indigo snake.However,black racers have a white or cream chum,thinner bodies,and WILL BITE if handled. LIFE HISTORY:The eastern indigo snake occurs in a wide variety of terrestrial habitat types throughout Florida.Although they have a preference for uplands,they also utilize some wetlands 1 011100-54 Attachment 2 and agricultural areas.Eastern indigo snakes will often seek shelter inside gopher tortoise burrows and other below-and above-ground refugia,such as other animal burrows,stumps, roots,and debris piles. Females may lay from 4- 12 white eggs as carly.as April through June, with young hatching in late July through October. PRO'T'ECTION UNDER FEDERAL.AND S'TA'TE I.,AW:'llie eastern indigo snake is classified as a'1lnreatened species by both the USFWS and the Florida Fish and Wildlife Conservation Commission."faking"of eastern indigo snakes is prohibited by the Endangered Species fMet Without a pen nit."fake"�is defined by the USFWS as an attempt to kill,harm, harass,pursue,hunt,shoot,wound,trap,capture,collect,or engage in any such conduct. Penalties include a maxunum fine of 525;000 for civil violations and lip to$50,000:aid/or innprison nnent for criminal offenses,if convicted. Only individuals currently authorized through an issued hucidental Take Statement in association with a USFWS Biological Opinion,or by a Section 10(a)(1)(A)pemnit issued by the USFWS,to handle an eastern indigo snake are allowed to do so. IF YOU SEE A LIVE EASTERN INDIGO SNAKE ON'THE$ITP;: • Cease clearing activities and allow the live eastern indigo snake sufficient time to move away front the site Without interference; • Personnel niust-NOT attempt to touch or handle snake due to protected status. • Take photographs of the snake,i.fpossihle,for identification and documentation purposes. • hnnmediately notify supervisor or the applicant's designated agent,and the appropriate USFWS.office,with the location information and condition of the snake. • If the snake is located in a vicinity where continuation of the clearing or construction activities will cause harm to the snake,the activities nniust halt until such tine that a representative of.the USFWS returns tine call(within one day)with further guidance as to when activities may resume. IF YOU SEF.A DEAD EAS'T'ERN INDIGO SNAKE ON THE SITE: • Cease clewing activities and immniediately notify supervisor or the applicant's designated agent,and the appropriate USFWS,office,With the location information and condition of the snake. • Take photographs•ofthe slake,if possible,for identifcation and documeirtation puirposes. • 'Iluoroughly soak the dead snake in Nvatorand then freeze-the specimen.'llne appropriate wildlife agency will retrieve the dead snake. 'Telephone numbers of USFWS Florida Field Offices to_ be contacted if a live or dead_ eastern indigo snake is encountered: North Florida Field Office—(904)730336 Panama City Field Office—(850)769-0552, South Florida Field Office—(772)562-3909 2 011100-55 Attachment 2 PRG-CONSTRUCTION ACTIVITIES 1.The applicant or designated agent will post educational posters in the construction office and throughout the construction site,including any access roads.The posters must be clearly visible to all constriction staff.A sample poster is attached. 2.Prior to the onset of construction activities,the applicant/designated agent will conduct a meeting with all constriction staff(annually for multi-year projects)to discuss identification of the snake,its protected status,what to do if a snake is observed within the project area,and applicable penalties that may be imposed if state and/or federal regulations are violated. An educational brochure including color photographs of the snake will be given to each staff member in attendance and additional copies will be provided to the constriction superintendent to make available in the onsite construction office(a final brochure for Plan compliance,to be printed double-sided on 8.5"x 11''paper and then properly folded,is attached). Photos of eastern indigo snakes may be accessed on USFWS and/or FWC websites. 3.Constriction staff will be informed that in the event that an eastern indigo snake(live or dead) is observed on the project site during construction activities,all such activities are to cease until the established procedures are implennented accorduig to the Plan,which includes notification of the appropriate USFWS Field Office.The contact information for the USFWS is provided on tine referenced posters and brochures. DURING CONSTRUCTION AC'I IVITIES 1.During initial site clearing activities,an onsite observer may be utilized to determine whether habitat conditions suggest a reasonable probability of an eastern indigo snake sighting(example: discovery of snake sheds,tracks,lots of refugia and cavities present in the area of clearing activities,and presence of gopher tortoises and burrows). 2. If an eastern indigo snake is discovered during goph6r tortoise relocation activities(i.e burrow excavation)_,the USFWS shall be contacted within one business day to obtain further guidance which may result in further project consultation. 3.Periodically during construction activities,the applicant's designated agent should visit the project area to observe the condition of the posters and Plan materials,and replace them as needed.Construction personnel should be reminded of the hstrrctions(above)as to what is expected if any eastern indigo snakes are seen: POST CONSTRUCTION ACTIVITIES Whether or not eastern indigo snakes are observed during constriction activities,a monitoring report should be submitted to the appropriate USFWS Field Office within 60 days of project completion.The report can be sent electronically to the appropriate USFWS e-mail address listed on page one of this Plan. 3 011100-56 ' Attachment 2 ATTENTION: - THREATENED EASTERN INDIGO SNAKES MAY BE PRESENT ON THIS S I TE M IF YOU SEE A LIVE EASTERN INDIGO SNAKE ON THE SITE: • Cease clearing activities and allow the eastern indigo snake sufficient time to move away from the site without interference. ` • Personnel must NOT attempt to touch or handle snake due to protected status. • Take photographs of the snake,if possible,for identification and documentation purposes. • Immediately notify supervisor or the applicant's designated agent,and the appropriate U.S.Fish and Wildlife Service(USFWS)office,with the location information and condition of the snake. • If the snake is located in a vicinity where continuation of the clearing or construction activities will cause harm to the snake,the activities must halt until such time that a representative of the USFWS returns the call(within one day)with further guidance as to when activities may resume. IF YOU SEE A DEAD EASTERN INDIGO SNAKE ON THE SITE: • Cease clearing activities and immediately notify supervisor or the applicant's designated agent,and the appropriate USFWS office,with the location information and condition of the snake. • Take photographs of the snake,if possible,for identification and documentation purposes. • Thoroughly soak the dead snake in water and then freeze the,specimen.The appropriate wildlife agency will retrieve the dead snake. USFWS Florida Field Offices to be contacted if a live or dead eastern indigo snake is encountered: North Florida Field Office—(904)731-3336 Panama City Field Office—(850)769-0552 South Florida Field Office—(772)562-3909 Killing,harming,or harassing indigo snakes is strictly prohibited and punishable under State and Federal Law. DESCRIPTION: The eastern indigo snake is one of the largest non-venomous snakes in North America,with individuals often reaching up to 8 feet in length.They derive their name from the glossy,blue-black color of their scales above and uniformly slate blue below.Frequently,they have orange to coral reddish coloration in the throat area,yet some specimens have been reported to only have cream coloration on the throat.These snakes are not typically aggressive and will attempt to crawl away when disturbed. Though indigo snakes rarely bite,they should NOT be handled. SIMILAR SNAKES. The black racer is the only other solid black snake resembling the eastern indigo snake.However,black racers have a white or cream chin,thinner bodies,and WILL BITE if handled. LIFE HISTORY: The eastern indigo snake occurs in a wide variety of terrestrial habitat types throughout Florida. Although they have a preference for uplands,they also utilize some wetlands and agricultural areas. Eastern indigo snakes will often seek shelter inside gopher tortoise burrows and other below-and above- ground refugia,such as other animal burrows,stumps,roots,and debris piles.Females may lay from 4-12 white eggs as early.as April through June,with young hatching in late July.through October. PROTECTION: The eastern indigo snake is classified as a Threatened species by both the USFWS and the Florida Fish and Wildlife Conservation Commission."Taking'of eastern indigo snakes is prohibited by the Endangered Species Act without a permit."Take"is defined by the USFWS as an attempt to kill,harm, harass,pursue,hunt;shoot,wound,trap,capture,collect,or engage in any such conduct.Penalties include a maximum fine of$25,000 for civil violations and up to$50,000 and/or imprisonment for criminal offenses,if convicted. Only individuals currently authorized through an issued Incidental Take Statement in association with a USFWS Biological Opinion,,or by a Section 10(a)(1)(A)permit issued by the USFWS,to handle an eastern indigo shake are allowed to do so. Auguvl I2,201.3 011100-57 S- t. Rohns River Water Management District Ann B.Shortelle,Ph.D.,Executive Director 4049 Reid Street • P.O.Box 1429 • Palatka,FL 32178-1429 • (386)329-4500 On the Internet at floridaswater.com. August 14,2015 Indian River County 180127th St Bldg A Vero Beach, FL 32960-3388 SUBJECT: 142891-1 Indian River County GoLine Transfer Hub Dear Sir- Enclosed is your individual permit issued by the St.Johns River Water Management District on August 14,2015.This permit is a legal document and should be kept with your other important documents. Permit issuance does not relieve you from-the responsibility of obtaining any necessary permits from any federal,state,or local agencies for your project Technical Staff Report: if you wish to review a copy of the Technical Staff Report(TSR)that provides the District's staff analysis of your permit application,you may view the TSR by going to the Permitting section of the District's website at floridaswater.com/permitting. Using the"search applications and permits" feature,you can use your permit number or project name to find information about the permit. When you see the results of your search,click on the permit number and then on the TSR folder. Noticing Your Permit: For noticing instructions,please refer to the noticing materials in this package regarding closing the point of entry for someone to challenge the issuance of your permit.Please note that if a timely petition for administrative hearing is filed,your permit will become nonfinal and any activities that you choose to undertake pursuant to your permit will be at your own risk. Compliance with Permit Conditions: To submit your required permit compliance information,go to the District's website at floridaswater.com/permitting Under the"Apply for a permit or submit compliance data"section, dick to sign-in to your existing account or to create a new account.Select the"Compliance Submittal"tab,enter your permit number,and select"No Specific Date"for the Compliance Due Date Range.You will then be able to view all the compliance.submittal requirements for your project Select the compliance item that you are ready to submit and then attach the appropriate information or form.The forms to comply with your permit conditions are available at floridaswater.com/permitting under the section"Handbooks,forms,fees,final orders".Click on forms to view all permit compliance forms,then scroll to the ERP application forms section and select the applicable compliance forms.Alternatively,if you have difficulty finding forms or need GOVERNING BOARD John A Miklos,crWRNAN Fred N.Roberts Jr.,VrCE CHNRM AN Chuck Drake,sECREM Carla Yetter,TREAsuRER ORLANDO OCALA ORWIDO FEANANDINABEACH Douglas C.Boumique Douglas Bumett Margam H.Ghyabi Ron Howse George W.Robbins VERO BEACH SL AUGUSTIN' ORMOND BEACH CDCUA JACKsONVRLE 011100-58 copies of the appropriate forms,please contact the Bureau of Regulatory Support at(386)329- 4570. Transferring Your Permit: Your permit requires you to notify the District within 30 days of any change in ownership or control of the project or activity covered by the permit,or within 30 days of any change in ownership or control of the real property on which the permitted project or activity is located or occurs.You will need to provide the District with the information specified in rule 62-330.340, Florida Administrative Code(F.A.C.).Generally,this will require you to complete and submit Form 62-330.340(1),."Request to Transfer Permit,"available at httr)://www.floridaswAter.com/i)ermitting/bermifforms.htmi. Please note that a permittee is liable for compliance with the permit before the permit is transferred. The District,therefore,recommends that you request a permit transfer in advance in accordance with the applicable rules.You are encouraged to contact District staff for assistance with this process. Thank you and please let us know if you have additional questions.For general questions contact e-permit@sjrwmd.com or(386)329-4570. Sincerely, Margaret Daniels, Bureau Chief Bureau of Regulatory Support St.Johns River Water Management District 4049 Reid Street Palatka, FL 32177-2529 (386)329-4570 Enclosures: Permit cc: District Permit File- Consultant: Joseph W Schulke Schulke;Bittle&Stoddard LLC 1717 Indian River Blvd Ste 261 Vero Beach,FL 32960-0864 011100-59 ST.J(jHl4S'RI.VERWATER'MANAGEMENT DfSTRICT' Post Office Box 1429" Pa Ikka,0 1 o ri d a 32178-1429: ' PERMIT NO: .142891-1. DATEISSUED: August-14, 20.1.5 PROJECT NAME:.I ndian River County GoLine-Tran z -DATE. P sf"er-Hub A PERMIT AUTHORIZ ING:: Construction i 6 f a Sto rmW a.t,er-Manageffient.Systern with,stbrmwat&treatme-h�6'e.constructe'd*16s_` t-by,dry�refe6ei`iin_for.lb'dia'n''River Co`_un't`y.GoLineJran4er' Hub al. project.t6 per.plans,r6ce.ived by�thebistrict'6'n 061y28,2015. This'pi'�"e'mit'a*u:thbri,'z-'es'O.OF> ac-i-6."of'fill impact" to ahiupland-cut ditch. L OCA T1 ON: 5ection(s); Towns- ip(s). 33S Range(s):, 39E'; Indian River County Red'.ivinq Watir,Body: N arn e ]Class Indian River Lagoon 1111.Marine:IW ISSUED.TO: Indiah RiVer CoUhtv Vero-Beach;FL"32960;3388 The p ermittee.agrees to hold and.save the.-St.Johns-River Water M anagement-District•and its successors harrrkss from any.and all damages;:(Iaims;.qr j -'- _ liabilities which_may M sefto m permit issuance; Said appl'cafion,)�cludi g-41I,pa�s and_specifications encemade a part, ereof. Tlh?ir ;d than mi�_ je'rmittee-4Dy'*prgp'erty-rig.hts-nor'a:ny'ridhts-or privileges7otheit. t 6 go those specified �IieVe the-permittee.fforn complyiogwij any law :regulation & qes not convey to the p julatibh nst&j rpquirern'e6t aif6cti6gth-�4s-o"f other bodies or agencies,.All:-&`uctureis-ana- s'i led -h"". . 6, 6�id shall th'e p-rioperty-o t e.permitte� permitf6e:he_re n er a remain This,.permit maybe-revoked;-mo'difibd or't'ransfe rred,at anytime:pursuant tb-4he appropriate visions-cif,'C ha6er- j*-;-Florida-Statutes., PERMIT IS CONDITIONED UPON" S66 b6nditi6ns,6&,aft;ich-e-d-"E'xhibi't'A',-da.t.e'd``A66ust-14;.2015 visidii:of.:Regu atory,Engineenng.-and;EnvAnment al' ervices ByService:Center 011100-60 "EXHIBIT A" CONDITIONS FOR ISSUANCE OF PERMIT NUMBER 142891-1 Indian River County GoLine Transfer Hub DATED August 14,2015 1. All activities shall be implemented following the plans,specifications and performance criteria approved by this permit.Any deviations must be authorized in a permit modification in accordance with Rule 62-330.315,F.A.0 Any deviations that are not so authorized may subject the permittee to enforcement action and revocation of the permit under Chapter 373, F S 2. A complete copy of this permit shall be kept at the work site of the permitted activity during the construction phase,and shall be available for review at the work site upon request by the District staff.The permittee shall require the contractor to review the complete permit prior to beginning construction. 3. Activities shall be conducted in a manner that does not cause or contribute to violations of state water quality standards. Performance-based erosion and sediment control best management practices shall be installed immediately prior to,and be maintained during and after construction as needed,to prevent adverse impacts to the water resources and adjacent lands Such practices shall be in accordance with the State of Florida Erosion and Sediment Control Designer and Reviewer Manual(Florida Department of Environmental Protection and Florida Department of Transportation JIune 2007),and the Florida Stormwater Erosion and Sedimentation Control Inspector's Manual(Florida Department of Environmental Protection, Nonpoint Source Management Section,Tallahassee,Florida, July 2008),which ate both incorporated by reference in subparagraph 62-330.050(9)(b)5, F.A.0 ,unless a project-specific erosion and sediment control plan is approved or other water quality control measures are required as part of the permit. 4. At least 48 hours prior to beginning the authorized activities,the permittee shall submit to the District a fully executed Form 62-330.350(1),"Construction Commencement Notice,"[10-1-13],incorporated by reference herein (http://vAm.flruies.org/Gateway/reference.asp?No=Ref-02505), indicating the expected start and completion dates A copy of this form may be obtained from the District,as described in subsection 62-330.010(5), F.A.C.If available,an District website that fulfills this notification requirement may be used in lieu of the form. 5 Unless the permit is transferred under.Rule 62-330.340, F.A.C.,or transferred to an operating entity under Rule 62-330.310, F.A.C.,the permittee is liable to comply with the plans,terms and conditions of the permit for the life of the project or activity_ 6. Within 30 days after completing construction of the entire project,or any independent portion of the project,the permittee shall provide the following to the Agency,as applicable: a.For an individual,private single-family residential dwelling unit,duplex,triplex,or quadruplex—"Construction Completion and Inspection Certification for Activities Associated With a Private Single-Family Dwelling Unit" [Form 62-330.310(3)];or b.For all other activities—"As-Built Certification and Request for Conversion to Operational Phase"[Form 62-330.310(1)]. c:lf•available,an Agency website that fulfills this certification requirement may be used in lieu of the form. 011100-61 7. If the final operation and maintenance entity is a third parry: a. Prior to sales of any lot or unit served by the activity and within one year of permit issuance,or within 30 days of as-built certification,whichever comes first,the. permittee shall submit,as applicable,a copy of the operation and maintenance documents(see sections 12.3 thru 12.3.3 of volume 1)as filed with the Department of State,Division of Corporations and a copy of any easement,plat,or deed restriction needed to operate or maintain the project,as recorded with the Clerk of the Court in the County in which the activity is located. b.Within 30 days of submittal of the as-built certification,the permittee shall submit "Request for Transfer of Environmental Resource Permit to the Perpetual Operation Entity"[Form 62-330.310(2)]to transfer the permit to the operation and maintenance entity,along with the documentation requested in the form. If available,an Agency website that fulfills this transfer requirement may be used in lieu of the form. 8. The permittee shall notify the District in writing of changes required by any other regulatory District that require changes to the permitted activity,and any required modification of this permit must be obtained prior to implementing the changes. 9. This permit does not: a.Convey to the permittee any property rights or privileges,or any other rights or privileges other than those specified herein or in Chapter 62-330,F.A.C.; b.Convey to the permittee or create in the permittee any interest in real property; c.Relieve the permittee from the need to obtain and comply with any other required federal,state,and local authorization,law,rule,or ordinance;or d.Authorize any entrance upon or work on property that is not owned,held in easement,or controlled by the permittee 10.Prior to conducting any activities on state-owned submerged lands or other lands of the state,title to which is vested in the Board of Trustees of the Internal Improvement Trust Fund,the permittee must receive all necessary approvals and authorizations under Chapters 253 and 258,F.S.Written authorization that requires formal execution by the Board of Trustees of the Internal Improvement Trust Fund shall not be considered received until it has been fully executed. 11.The permittee shall hold and save the District harmless from any and all damages,claims, or liabilities that may arise by reason of the construction,alteration,operation,, maintenance,removal,abandonment or use of any project authorized by the permit 12_The permittee shall notify the District in writing: a..Immediately if any previously s_ubrT tted information is discovered to be inaccurate; and b.Within 30 days of any conveyance or division of ownership or control of the property or the system,other than conveyance via a long-term lease,and the new owner shall request transfer of the permit in accordance with Rule 62-330.340, F.A.0 This does not apply to the sale of lots or units in residential or commercial subdivisions or condominiums where the stormwater management system has been completed and converted to the operation phase. 011100-62 13.Upon reasonable notice,to the permittee, District staff with proper identification shall have permission to enter,inspect,sample and test the project or activities to ensure conformity with the plans and specifications authorized in the permit. 14.If any prehistoric or historic artifacts,such as pottery or ceramics,stone tools or metal implements,dugout canoes,or any other physical remains that could be associated,with Native American:Cultures,or early colonial or American settlement are encountered at any time within the project site area,work involving subsurface disturbance in the immediate vicinity of such discoveries shall cease' The permittee or other designee shall contact the Florida Department of State,Division of Historical Resources,Compliance and Review Section,at(850)245-6333 or(800)84777278,as.well as the appropriate permitting agency office Such subsurface work shall not resume without verbal or written authorization from the Division of Historical Resources.If unmarked human remains are encountered,all work shall stop immediately and notification shall be.provided in accordance with Section 872.05,F.S_ 15.Any delineation of the extent of a wetland or other surface water submitted as part of the permit application,including plans or other supporting documentation,shall not be considered binding unless a specific condition of this permit or a formal determination under Rule 62-330.201,F.A.C.,provides otherwise 16,The permittee shall provide routine maintenance of all components of the stormwater management system to remove trapped sediments and debris. Removed materials-shall be disposed of in a landfill or other-uplands in a manner that does not require a permit under Chapter 62-330, F.A.C.,or cause violations of state water quality standards. 17.This permit is issued based on the applicant's submitted information that reasonably demonstrates that adverse water resource-related impacts will not be caused by the completed permit activity. If any adverse impacts result,the District will require the permittee to eliminate the cause,obtain any necessary permit modification,and take any necessary corrective actions to resolve the adverse impacts 18.A Recorded Notice of Environmental Resource Permit may be recorded in the county public records in accordance with Rule 62-330 090(7), F.A.C.Such notice is not an• encumbrance'upon the property 19:This permit for construction will expire five years from the date of issuance_ 20.At a minimum,all retention and detention storage areas must be excavated to rough grade prior to building construction or placement of.impervious surface within the area to be served by those facilities. To prevent reduction in storage volume and percolation rates,all accumulated sediment must be removed from the storage area prior to final grading and stabilization. 21.All wetland areas or water bodies that are outside the specific limits of construction authorized by this permit must be protected from erosion,siltation,scouring,or excess turbidity;and dewatering. 22.The operation and maintenance entity shall inspect the stormwater or surface water management system once within two years after the-completion of construction and every two years thereafter to determine if the system is functioning as designed and permitted. The operation and maintenance,en tity must maintaina record of each required inspection; including the date of h,e,inspection,the name and contact information of the inspector,and whether the system wasfunctioning as designed and permitted,and make such record available for inspection upon request by the District during normal business hours. if at any 011100-63 time the system is not functioning as designed and permitted,then within 30 days the entity shall submit a report electronically or in writing to the District using Form 62-330.311(1), "Operation and Maintenance Inspection Certification,"describing the remedial actions taken to resolve the failure or deviation. 23.The project must be constructed and operated as per plans received by the District on July 28,2015. 24.This permit authorizes 0.05 acre of surface water impact to an upland-cut ditch. No other impacts to wetlands or other surface waters are authorized. 011100-64 7 Notice of Rights 1. A person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the St.Johns River Water Management District(District). Pursuant to Chapter 28-106 and Rule 40C-1.1007, Florida Administrative Code,the petition must be filed(received)either by delivery at the office of the District Clerk at District Headquarters, P.0. Box 1429, Palatka Florida 32178-1429(4049 Reid St., Palatka,FL 32177)or by e-mail with the District Clerk at Clerk@sirwmd.com,within twenty-six(26)days of the District depositing the notice of District decision in the mail(for those persons to whom the District mails actual notice), within twenty-one(21)days of the District emailing the notice of District decision(for those persons to whom the District emails actual notice),or within twenty-one(21)days of newspaper publication of the notice of District decision(for those persons to whom the District does not mail or email actual notice).A petition must comply with Sections 120.54(5)(b)4.and 120.569(2)(c),Florida Statutes,and Chapter 28-106, Florida Administrative Code. The District will not accept a petition sent by facsimile(fax),as explained in paragraph no.4 below. 2. Please be advised that if you wish to dispute this District decision,mediation may be available and that choosing mediation does not affect your right to an administrative hearing. If you wish to request mediation,you must do so.in a timely-filed petition. If all parties,including the District,agree to the details of the mediation procedure,in writing, within 10 days after the time period stated in the announcement for election of an administrative remedy under Sections 120.569 and 120.57, Florida Statutes,the time limitations imposed by Sections 120.569 and 120.57,Florida Statutes,shall be tolled to allow mediation of the disputed District decision.The mediation must be concluded within 60 days of the date of the parties'written agreement,or such other timeframe agreed to by the parties in writing. Any mediation agreement must include provisions for selecting a mediator,a statement that each parry shall be responsible for paying its pro-rata share of the costs and fees associated with mediation,and the mediating parties'understanding, regarding the confidentiality of discussions and documents introduced,during mediation. If mediation results in settlement of.the administrative dispute,the District will enter a final order consistent with the settlement agreement. If mediation terminates without settlement of the dispute,the District will notify all the parties in writing that the administrative hearing process under Sections 120.569 and 120.57,Florida Statutes,is resumed: Even if a party chooses not to engage in formal mediation,or if formal mediation does not result in a settlement agreement,the District will remain willing to engage in informal settlement discussions. 3. A person whose substantiai interests are or may be affected has the'right to,an'informal administrative hearing pursuant to Sections 120.589 and 120.57(2),Florida Statutes, where no material facts are in dispute. A petition for an informal hearing must also comply with the requirements set forth in Rule 28-106.301,Florida Administrative Code. 011100-65 Notice of Rights 4. A petition for an administrative hearing is deemed filed upon receipt of the complete petition by the District Clerk at the District Headquarters in Palatka, Florida during the District's regular business hours. The District's regular business hours are 8:00 a.m.— 5:00 p.m.,excluding weekends and District holidays.Petitions received by the District Clerk after the District's regular business hours shall be deemed filed as of 8:00 a.m.on the District's next regular business day. The District's acceptance of petitions filed by e- mail is subject to certain conditions set forth in the District's Statement of Agency Organization and Operation(issued pursuant to Rule 28-101.001, Florida Administrative Code),which is available for viewing at floridaswater.coin. These•conditions include,but are not limited to,the petition being in the form of a PDF or TIFF file and being capable of being stored and printed by the District. Further,pursuant to the District's Statement of Agency Organization and Operation,attempting to file a petition by facsimile is prohibited and shall not constitute filing 5. Failure to file a petition for an administrative hearing within the requisite timeframe shall constitute a waiver of the right to an administrative hearing.(Rule 28-106.111, Florida Administrative Code). 6. The right to an administrative hearing and the relevant procedures to be followed are governed by Chapter 120,Florida Statutes,Chapter 28-106, Florida Administrative Code, and Rule 40C-1.1007, Florida Administrative Code. Because the administrative hearing process is designed to formulate final agency action,the filing of a petition means the District's final action may be different from the position taken by it in this notice. A person whose substantial interests are or may be affected by the District's final action has the right to become a party to the proceeding,in accordance with the requirements set forth above. 7. Pursuant to Section 120.68,Florida Statutes,a party to the proceeding before the District who is adversely affected by final District action may seek review of the action in the District Court of Appeal by filing a notice of appeal pursuant to Rules 9 110 and 9.190, Florida Rules of Appellate Procedure,within 30 days of the rendering of the final District action. 8. A District action is considered rendered,as referred to in paragraph no.7 above,after it is signed on behalf of the District and filed by the District Clerk: 9. Failure to.observe the relevant timeframes for filing a petition for judicial review as described in paragraph no.7 above will result in waiver of that right to review. NOR.Decision.DOC.001 Revised.12.7.11 011100-66 Notice of Rights Certificate of Service I HEREBY CERTIFY that a copy of the foregoing,Notice of Rights has been sent to the permittee: Indian River County 180127th St Bldg A Vero Beach,FL 32960-3388 This 14tthh-day of August,2015. -/Pt b Margaret Daniels,Bureau Chief Bureau of Regulatory Support St.Johns River Water Management District 4049 Reid Street Palatka, FL 32177-2529 (386)329-4570 Permit Number: 142891-1 011100-67 NOTICING INFORMATION Dear Permittee: Please be advised that the St.Johns River Water Management District will not publish a notice in the newspaper advising the public that it has issued a permit for this project. Newspaper publication,using the District's notice form,notifies members of the public of their right to challenge the issuance of the permit.if proper notice is given by newspaper publication, then there is a 21-day time limit for someone to file a petition for an administrative hearing to challenge the issuance of the permit. To close the point of entry for filing a petition,you may publish(at your own expense)a one- time notice of the District's decision in a newspaper of general circulation within the affected area as defined in Section 50.011 of the Florida Statutes. If you do not publish a newspaper notice to close the point of entry,the time to challenge the issuance of your permit will not expire and someone could file a petition even after your project is constructed. A copy of the notice form and a partial list of newspapers of general circulation are attached for your convenience. However,you are not limited to those listed newspapers. If you choose to close the point of entry and the notice is published,the newspaper will return to you an affidavit of publication. In that event, it is important that you either submit a scanned copy of the affidavit by emailing it to compliancesupport@sjrwmd.cam(preferred method)or send a copy of the original affidavit to: Margaret Daniels,Bureau Chief Bureau of Regulatory Support 4049 Reid Street Palatka,FL 32177 If you have any questions,please contact the Bureau of Regulatory Support at(386)329-4570: Sincerely, Margaret Daniels,Bureau Chief Bureau of Regulatory Support 011100-68 NOTICE OF AGENCY ACTION TAKEN BY THE ST.JOHNS RIVER WATER MANAGEMENT DISTRICT Notice is given that the following permit was issued on (Name and address of applicant) permit# The project is located in County,Section Township South,-Range East.The permit authorizes a surface water management system on acres for known as The receiving water body is A person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the St.Johns River Water Management District(District). Pursuant to Chapter 28-106 and Rule 40C-1.1007,Florida Administrative Code (F.A.0),the petition must be filed(received)either by delivery at the office of the District Clerk at District Headquarters, P O. Box 1429, Palatka FL 32178-1429(4049 Reid St, Palatka, FL 32177) or by e-mail with the District Clerk at Clerk@sjrwmd.com,within twenty-one(21)days of newspaper publication of the notice of District decision(for those persons to whom the District does not mail or email actual notice).A petition must comply with Sections 120.54(5)(b)4.and 120.569(2)(c), Florida Statutes(F.S),and Chapter 28-106,F.A.0 The District will not accept a petition sent by facsimile(fax).Mediation pursuant to Section 120.573,F.S.,may be available and choosing mediation does not affect your right to an administrative hearing. A petition for an administrative hearing is deemed filed upon receipt of the complete petition by the District Clerk at the District Headquarters in Palatka, Florida during the District's regular business hours.The District's regular business hours are 8 a.m.—5 p.m.,excluding weekends and District holidays.Petitions received by the District Clerk after the District's regular business hours shall be deemed filed as of 8 a.m.on the District's next regular business day.The District's acceptance of petitions filed by e-mail is subject to certain conditions set forth in the District's Statement of Agency Organization and Operation(issued pursuant to Rule 28-101.001, Florida Administrative Code),which is available for viewing at floridaswater.com.These conditions include,but are not limited to,the petition being in the form of a PDF or TIFF file and being capable of being stored and printed by the District. Further,pursuant to the District's Statement of Agency Organization and Operation,attempting to file a petition by facsimile(fax)is prohibited and shall not constitute filing. The right to an administrative hearing and the relevant procedures to be followed are governed by Chapter 120, Florida Statutes,Chapter 28-106,Florida Administrative Code,and Rule 40C- 1.1007,Florida Administrative Code Because the administrative hearing process is designed to formulate final agency action,the filing of a petition means the District's final action may be different from the position taken by it in this,notice.Failure to file a petition for an administrative hearing within the requisite time frame shall constitute a waiver of the right to an administrative hearing.(Rule 28-106.111,FA.C.). If you wish to do so,please visit http.//floridaswater.con- hor_dect to read the complete Notice of Rights to determine any legal rights you may have concerning the District's decision(s)on the permit application(s)described above.You can also request the Notice of Rights by contacting the Director of Regulatory Support,4049'Reid St.,Palatka,FL.32177=2529,tele.no.(386)329- 4570. 011100-69 NEWSPAPER ADVERTISING ALACHUA BAKER The Alachua County Record,Legal Advertising Baker County Press,Legal Advertising P O Box 806 P.O Box 598 Gainesville,FL 32602 Maclenny,FL 32063 352-377-2444/fax 352-338-1986 904-259-2400/fax 904-259-6502 BRAFORD BREVARD Bradford County Telegraph,Legal Advertising Florida Today,Legal Advertising P O Drawer A P O Box 419000 Starke,FL 32901 Melbourne,FL 32941-9000 904-964-6305/fax 904-964-8628 321-242-3832/fax 321-242-6618 CLAY DUVAL Clay Today,Legal Advertising Daily Record,Legal Advertising 1560 Kinsley Ave.,Suite 1 P.O.Box 1769 Orange Park,FL 32073 Jacksonville,FL 32201 904-264-32001 fax 904-264-3285 904-356-2466/fax 904-353-2628 FLAGLER INDIAN RIVER Flagler Tribune,c/o News Journal Vero Beach Press Journal,Legal Advertising P.O.Box 2831 P.O.Box 1268 Daytona Beach,FL 32120-2831 Vero Beach,FL 32961-1268 386-681-2322 772-221-4282/fax 772-978-2340 LAKE MARION Daily Commercial,Legal Advertising Ocala Star Banner,Legal Advertising P O Drawer 490007 2121 SW 19th Avenue Road Leesburg,FL 34749 Ocala,FL 34474 352-365-8235/fax 352-365-1951 352-867-4010/fax 352-867-4126 NASSAU OKEECHOBEE News-Leader,Legal Advertising Okeechobee News,Legal Advertising P O Box 766 P O Box 639 Fernandina Beach,FL 32035 Okeechobee,FL 34973-0639 904-261-3696/fax 904-261-3698 863-763-3134/fax 863-763-5901 ORANGE OSCEOLA Sentinel Communications,Legal Advertising Little Sentinel,Legal Advertising 633 N Orange Avenue 633 N Orange Avenue Orlando,FL 32801 Orlando,FL 32801 407-420-5160/fax 407-420.5011 407-420-5160/fax 407-420-5011 PUTNAM ST.JOHNS Palatka Daily News,Legal Advertising St.Augustine Record,Legal Advertising P O Box 777 P.O.Box 1630 Palatka,FL 32178 St.Augustine,FL 32085 386-312-5200/fax 386-312-5209 904-819-3436 SEMINOLE VOLUSIA Seminole Herald,Legal Advertising News Journal_Corporation,Legal Advertising 300 North French Avenue P.O Box 2831 Sanford,FL 32771 Daytona Beach,FL 32120-2831 407-323-9408 (386)681-2322 011100-70 SECTION 012600 - CONTRACT MODIFICATION PROCEDURES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. B. Related Requirements: 1. Division 01 Section "Substitution Procedures" for administrative procedures for handling requests for substitutions made after the Contract award. 1.3 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on an IRC approved form. 1.4 PROPOSAL REQUESTS A. Owner-Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary,the description will include supplemental or revised Drawings and Specifications. 1. Work Change Proposal Requests issued by Architect are not instructions either to stop work in progress or to execute the proposed change. 2. Within seven(7)days after receipt of Proposal Request,submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts C. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 012600-1 B. Contractor-Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4 Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Division 01 Section "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Submit on a form acceptable to Architect. 1.5 CHANGE ORDER PROCEDURES A. On Owner's approval of a Work Changes Proposal Request, Contractor will issue a Change Order for signatures of Owner and Contractor on an IRC approved form. 1.6 CONSTRUCTION CHANGE DIRECTNE A. Construction Change Directive: Architect may issue a Construction Change Directive on an IRC approved form. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 -PRODUCTS (Not Used) PART 3 -EXECUTION(Not Used) END OF SECTION 012600 012600-2 SECTION 012900 -PAYMENT PROCEDURES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements necessary to prepare and process Applications for Payment. B. Related Requirements: 1. Division 01 Section 012600 "Contract Modification Procedures" for administrative procedures for handling changes to the Contract. 2. Division 01 Section 018113 "Sustainable Design Requirements" for administrative requirements governing submittal of cost breakdown information required for LEED or FGBC documentation. 3. Division 00 Section 00421 "FTA Contract Clauses Index." 1.3 DEFINITIONS A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 1.4 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the schedule of values with preparation of Contractor's construction schedule. 1. Coordinate line items in the schedule of values with other required administrative forms and schedules, including the following: a. Section 00622 -Contractor's Application for Payment. b. Submittal schedule. c Items required to be indicated as separate activities in Contractor's construction schedule. 2. Submit the schedule-of values to Architect at earliest possible date,but no later than seven (7) days before the date scheduled for submittal of initial Applications for Payment. 012900-1 3. Subschedules for Phased Work: Where the Work is separated into phases requiring separately phased payments, provide subschedules showing values coordinated with each phase of payment. 4. Subschedules for Separate Elements of Work: Where the Contractor's construction schedule defines separate elements of the Work, provide subschedules showing values coordinated with each element. B. Format and Content: Use Project Manual table of contents as a guide to establish line items for the schedule of values. Provide at least one line item for each Specification Section. 1. Identification: Include the following Project identification on the schedule of values: a. Project name and location. b. Name of Architect. C. Architect's project number. d. Contractor's name and address. e Date of submittal. f Additional project identification as may be requested by Owner in relation to ARRA requirements. 2. Arrange schedule of values consistent with format of IRC approved forms. 3. Arrange the schedule of values in tabular form with separate columns to indicate the following for each item listed: a. Related Specification Section or Division. b. Description of the Work. C. Name of subcontractor. d. Name of manufacturer or fabricator. e. Name of supplier. f. Change Orders (numbers)that affect value. g. Dollar value of the following, as a percentage of the Contract Sum to nearest one- hundredth percent, adjusted to total 100 percent. 1) Labor. 2) Materials. 3) Equipment. 4. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with Project Manual table of contents. Provide multiple line items for principal subcontract amounts in excess of five percent of the Contract Sum. a. Include separate line items under [Contractor and] principal subcontracts for [LEED or FGBC documentation and other] Project closeout requirements in an amount totaling five percent of the Contract Sum and subcontract amount. 5. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 6. Provide a separate line item in the schedule of values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. 012900-2 a. Differentiate between items stored on-site and items stored off-site. If required, include evidence of insurance. 7. Provide separate line items in the schedule of values for initial cost of materials, for each subsequent stage of completion,and for total installed value of that part of the Work. 8. Purchase Contracts: Provide a separate line item in the schedule of values for each purchase contract. Show line-item value of purchase contract. Indicate owner payments or deposits, if any, and balance to be paid by Contractor. 9. Each item in the schedule of values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. a. Temporary facilities and other major cost items that are not direct cost of actual work-in-place may be shown either as separate line items in the schedule of values or distributed as general overhead expense, at Contractor's option. 10. Schedule Updating: Update and resubmit the schedule of values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 1.5 APPLICATIONS FOR PAYMENT A. Each Application for Payment following the initial Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Times: The date for each progress payment is indicated in the Agreement between Owner and Contractor. The period of construction work covered by each Application for Payment is the period indicated in the Agreement. C. Application for Payment Forms: Use IRC approved forms as form for Applications for Payment, or other forms acceptable to the architect and Owner. D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without action. 1. Entries shall match data on the schedule of values and Contractor's construction schedule. Use updated schedules if revisions were made. 2. Include amounts for work completed following previous Application for Payment,whether or not payment has been received. Include only amounts for work completed at time of Application for Payment. 3. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. E. Stored Materials: Include in Application for Payment amounts applied for materials or equipment purchased or fabricated and stored, on-site and protected only. 012900-3 I. Provide certificate of insurance,evidence of transfer of title to Owner,and consent of surety to payment, for stored materials. 2. Provide supporting documentation that verifies amount requested, such as paid invoices. Match amount requested with amounts indicated on documentation; do not include overhead and profit on stored materials. 3. Provide summary documentation for stored materials indicating the following: a. Value of materials previously stored and remaining stored as of date of previous Applications for Payment. b. Value of previously stored materials put in place after date of previous Application for Payment and on or before date of current Application for Payment. C. Value of materials stored since date of previous Application for Payment and remaining stored as of date of current Application for Payment. F. Transmittal: Submit three (3) signed and notarized original copies of each Application for Payment to Architect by a method ensuring receipt within 24 hours One copy shall include waivers of lien and similar attachments if required. 1. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. G. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's liens from subcontractors, sub-subcontractors, and suppliers for construction period covered by the previous application. 1 Submit partial waivers on each item for amount requested in previous application, after deduction for retainage, on each item. 2. When an application shows completion of an item,submit conditional final or full waivers 3 Owner reserves the right to designate which entities involved in the Work must submit waivers. 4. Submit final Application for Payment with or preceded by conditional final waivers from every entity involved with performance of the Work covered by the application who is lawfully entitled to a lien. 5 Waiver Forms: Submit executed waivers of lien on forms, acceptable to Owner. H. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors including any certified as Disadvantaged Business Enterprise(DBE) along with DBE number. 2. Schedule of values. 3. LEED or FGBC submittal for project materials cost data. 4. Contractor's construction schedule (preliminary if not final) 5. Products list(preliminary if not final) 6. LEED or FGBC action plans. 7. Schedule of unit prices. 8. Submittal schedule (preliminary if not final). 9. List of Contractor's staff assignments. 10. List of Contractor's principal consultants. 11 Copies of building permits. 012900-4 12. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 13. Initial progress report. 14. Report of preconstruction conference. 15. Certificates of insurance and insurance policies. 16. Performance and payment bonds or construction bond,as applicable. 17. Data needed to acquire Owner's insurance. 18. Certified Payroll(Davis Bacon Act Compliance). 19. Contractors Equal Employment Opportunity Plan (EEO) and Affirmative Action Plan (AA) 20. Notification form of EEO Officer Identification. 21. EEO Contractor analysis. 22. Contractors.Recruitment Report. 23. Certification of Non-Segregated Facilities and Non-Discrimination. 24. Companywide EEO Report. 25. Evidence the Contractor has registered with the Federal Central Contractor Registration (CCR)www.bpn.gov/ccr. I. Application for Payment at Substantial Completion: After Architect issues the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificate(s)of Substantial Completion issued previously for Owner occupancy of designated portions of the Work. J. Final Payment Application: After completing Project closeout requirements, submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including,but not limited,to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes, fees,and similar obligations were paid. 3. Updated final statement, accounting for final changes to the Contract Sum. 4. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims" or IRC approved form. 5. AIA Document G706A, "Contractor's Affidavit of Release of Liens" or IRC approved form. 6. AIA Document G707, "Consent of Surety to Final Payment" or IRC approved form. 7. Evidence that claims have been settled. 8. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work. 9. Final liquidated damages settlement statement. 012900-5 PART 2 -PRODUCTS (Not Used) PART 3 -EXECUTION(Not Used) END OF SECTION 012900 012900-6 SECTION 0 13 100 -PROJECT MANAGEMENT AND COORDINATION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including,but not limited to,the following: 1. General coordination procedures. 2. Coordination drawings. 3. Requests for Information(RFIs). 4. Project meetings. B. Each Contractor shall participate in coordination requirements. Certain areas of responsibility are assigned to a specific contractor. C. Related Requirements: 1. Division 01 Section 013200 "Construction Progress Documentation" for preparing and submitting Contractor's construction schedule. 2. Division 01 Section 017300 "Execution" for procedures for coordinating general installation,and field-engineering services, including establishment of benchmarks and control points. 3. Division 01 Section 017700 "Closeout Procedures" for coordinating closeout of the Contract. 4. Division 01 Section 019113 "General Commissioning Requirements" for coordinating the Work with Owner's Commissioning Authority. 1.3 DEFINITIONS A. RFL• Request from Owner, Architect, or Contractor seeking information required by or clarifications of the Contract Documents. 1.4 INFORMATIONAL SUBMITTALS A. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Include the following information in tabular form: 013100-1 I. Name, address, and telephone number of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. B. Key Personnel Names: Within fifteen (15)days of starting construction operations, submit a list of key personnel assignments, including superintendent and other personnel in attendance at Project site. Identify individuals and their duties and responsibilities; list addresses and telephone numbers, including home, office, and cellular telephone numbers and e-mail addresses. Provide names, addresses, and telephone numbers of individuals assigned as alternates in the absence of individuals assigned to Project. 1. Post copies of list in project meeting room,in temporary field office,and by each temporary telephone. Keep list current at all times. C EEO &DBE Compliance information: Prior to start of construction, provide the following: 1. Contractors Equal Employment Opportunity Plan (EEO) and Affirmative Action Plan (AA). 2. Notification form of EEO Officer Identification. 3. EEO Contractor Analysis. 4. Contractors Recruitment Report. 5. Certification of Non-Segregated Facilities and Non-Discrimination. 6. Companywide EEO Report. 7. Jobsite Bulletin Board. 8. Evidence the Contractor has registered with the Federal Central Contractor Registration (CCR)www.bpn.gov/ccr. 1.5 GENERAL COORDINATION PROCEDURES A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components,before or after its own installation. 2. Coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Coordination: Each contractor shall coordinate its construction operations with those of other contractors and entities to ensure efficient and orderly installation of each part of the Work. Each contractor shall coordinate its operations with operations, included in different Sections, that depend on each other for proper installation, connection, and operation. 013100-2 I. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components,before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum performance and accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. C. Prepare memoranda for distribution to each party involved,outlining special procedures required for coordination. Include such items as required notices,reports,and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. D. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include,but are not limited to,the following: 1. Preparation of Contractor's construction schedule. 2. Preparation of the schedule of values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. E. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy,water,and materials. Coordinate use of temporary utilities to minimize waste. 1. Salvage materials and equipment involved in performance of,but not actually incorporated into,the Work. See other Sections for disposition of salvaged materials that are designated as Owner's property. 1.6 COORDINATION DRAWINGS A. Coordination Drawings, General: Prepare coordination drawings according to requirements in individual Sections, and additionally where installation is not completely shown on Shop Drawings, where limited space availability necessitates coordination, or if coordination is required to facilitate integration of products and materials fabricated or installed by more than one entity. 1. Content: Project-specific information,drawn accurately to a scale large enough to indicate and resolve conflicts. Do not base coordination drawings on standard printed data. Include the following information, as applicable: a. Use applicable Drawings as a basis for preparation of coordination drawings. Prepare sections,elevations,and details as needed to describe relationship of various systems and components. 013100-3 b. Coordinate the addition of trade-specific information to the coordination drawings by multiple contractors in a sequence that best provides for coordination of the information and resolution of conflicts between installed components before submitting for review. C. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, and electrical'systems. d. Indicate space requirements for routine maintenance and for anticipated replacement of components during the life of the installation. e. Show location and size of access doors required for access to concealed dampers, valves,and other controls. f. Indicate required installation sequences. g. Indicate dimensions shown on the Drawings. Specifically note dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Architect indicating proposed resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. B. Coordination Drawing Organization: Organize coordination drawings as follows: 1. Floor Plans and Reflected Ceiling Plans Show architectural and structural elements, and mechanical, plumbing, fire-protection, fire-alarm, and electrical Work. Show locations of visible ceiling-mounted devices relative to acoustical ceiling grid. Supplement plan drawings with section drawings where required to adequately represent the Work. 2. Plenum Space: Indicate subframing for support of ceiling and wall systems, mechanical and electrical equipment, and related Work. Locate components within ceiling plenum to accommodate layout of light fixtures indicated on Drawings. Indicate areas of conflict between light fixtures and other components. 3. Mechanical Rooms: Provide coordination drawings for mechanical rooms showing plans and elevations of mechanical, plumbing, fire-protection, fire-alarm, and electrical equipment. 4. Structural Penetrations: Indicate penetrations and openings required for all disciplines. 5. Slab Edge and Embedded Items: Indicate slab edge locations and sizes and locations of embedded items for metal fabrications, sleeves, anchor bolts, bearing plates, angles, door floor closers, slab depressions for floor finishes,curbs and housekeeping pads, and similar items. 6. Mechanical and Plumbing Work: Show the following: a. Sizes and bottom elevations of ductwork, piping, and conduit runs, including insulation,bracing, flanges,and support systems. b. Dimensions of major components, such as dampers,valves, diffusers, access doors, cleanouts and electrical distribution equipment. C. Fire-rated enclosures around ductwork. 7. Electrical Work: Show the following: a. Runs of vertical and horizontal conduit 1-1/4 inches(32 mm)in diameter and larger. b. Light fixture, exit light, emergency battery pack, smoke detector, and other fire- alarm locations. C. Panel board, switch board, switchgear, transformer, busway, generator, and motor control center locations. d. Location of pull boxes and junction boxes, dimensioned from column center lines. 013100-4 8. Fire-Protection System: Show the following: a. Locations of standpipes,mains piping,branch lines,pipe drops,and sprinkler heads. 9. Review: Architect will review coordination drawings to confirm that the Work is being coordinated,\ but not for the .details of the coordination, which are Contractor's responsibility. If Architect determines that coordination drawings are not being prepared in sufficient scope or detail,or are otherwise deficient,Architect will so inform Contractor, who shall make changes as directed and resubmit. 10. Coordination Drawing Prints: Prepare coordination drawing prints according to requirements in Division 01 Section 013400 "Submittal Procedures." - C. Coordination Digital Data Files: Prepare coordination digital data files according to the following requirements: 1. File Preparation Format: Same digital data software program, version, and operating system as original Drawings. 2. Architect will furnish Contractor one set of digital data files of Drawings for use in preparing coordination digital data files. a. Architect makes no representations as to the accuracy or completeness of digital data files as they relate to Drawings. b. Digital Data Software Program: Drawings are available in AutoCad. 1.7 REQUESTS FOR INFORMATION(RFIs) A. General: Immediately on discovery of the need for additional information or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. 1. Architect will return RFIs submitted to Architect by other entities controlled by Contractor with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing information or interpretation and the following: 1. Project name. 2. Project number. 3. Date. 4. Name of Contractor. 5. Name of Architect. 6. RFI number, numbered sequentially. 7. RFI subject. 8. Specification Section number and title and related paragraphs, as appropriate. 9. Drawing number and detail references, as appropriate. 10. Field dimensions and conditions, as appropriate. 11. Contractor's suggested resolution. If Contractor's suggested resolution impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 013100-5 12. Contractor's signature. 13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. a. Include dimensions, thicknesses, structural grid references, and details of affected materials,assemblies, and attachments on attached sketches. C. RFI Forms: [AIA Document G716] or[Software-generated form with substantially the same content as indicated above,acceptable to Architect]. 1. Attachments shall be electronic files in Adobe Acrobat PDF format. D. Architect's Action: Architect will review each RFI, determine action required, and respond. Allow seven (7)working days for Architect's response for each RFI. RFIs received by Architect after 1:00 p.m. will be considered as received the following working day. 1. The following Contractor-generated RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. C Requests for approval of Contractor's means and methods. d. Requests for coordination information already indicated in the Contract Documents. e. Requests for adjustments in the Contract Time or the Contract Sum. f. Requests for interpretation of Architect's actions on submittals. g. Incomplete RFIs or inaccurately prepared RFIs. 2. Architect's action may include a request for additional information, in which case Architect's time for response will date from time of receipt of additional information. 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Division 01 Section 012600 "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum,notify Architect in writing within ten (10) days of receipt of the RFI response E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log bi-weekly or more often as requested by architect. Use CSI Log Form 13.213,or other form approved by architect. Include the following: 1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect. 4. RFI number including RFIs that were returned without action or withdrawn. S. RFI description. 6. Date the RFI was submitted. 7. Date Architect's response was received. 013100-6 F. On receipt of Architect's action,update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within [seven] (7) days if Contractor disagrees with response. 1. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 2. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. 1.8 PROJECT WEB SITE—N/A 1.9 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Entity responsible for conducting meeting will record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within three(3)days of the meeting. B. Preconstruction Conference: Schedule and conduct a preconstruction conference before starting construction,at a time convenient to Owner and Architect,but no later than fifteen(15)days after execution of the Agreement. 1. Conduct the conference to review responsibilities and personnel assignments. 2. Attendees: Authorized representatives of Owner, Commissioning Authority, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. C. Critical work sequencing and long-lead items. d. Designation of key personnel and their duties. e. Lines of communications. f. Procedures for processing field decisions and Change Orders. g. Procedures for RFIs. h. Procedures for testing and inspecting. i. Procedures for processing Applications for Payment. j. Distribution of the Contract Documents. k. Submittal procedures. 1. LEED requirements/Sustainable design requirements(FGBC). in. Preparation of record documents. n. Use of the premises. 013100-7 o. Work restrictions. p. Working hours. q. Owner's occupancy requirements. r. Responsibility for temporary facilities and controls. S. Procedures for moisture and mold control. t. Procedures for disruptions and shutdowns. U. Construction waste management and recycling. V. Parking availability. W. Office, work,and storage areas. X. Equipment deliveries and priorities. y. First aid. Z. Security. aa. Progress cleaning. bb. EEO compliance procedures. cc. Weekly Certified Payroll. dd. Federal Davis Bacon Act Compliance. ee. Shop Drawings Review Process. 4. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. C. LEED or FGBC Coordination Conference: Owner will schedule and conduct a LEED/FGBC coordination conference before starting construction, at a time convenient to Owner, Architect, and Contractor. 1. Attendees: Authorized representatives of Owner, Commissioning Authority,Architect, and their consultants; Contractor and its superintendent and LEED or FGBC coordinator; major subcontractors; suppliers; and other concerned parties shall attend the conference Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect meeting requirements for LEED or FGBC certification, including the following: a. LEED or FGBC Project Checklist. b. General requirements for LEED or FGBC-related procurement and documentation. C. Project closeout requirements and LEED or FGBC certification procedures. d. Role of LEED or FGBC coordinator. e. Construction waste management. f. Construction operations and LEED or FGBC requirements and restrictions. 3. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. D. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Architect and Commissioning Authority of scheduled meeting dates. 013100-8 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. Contract Documents. b. Options. C. Related RFIs. d. Related Change Orders e. Purchases. f. Deliveries. g. Submittals. h. LEED requirements/Sustainable design requirements(FGBC) i. Review of mockups. j. Possible conflicts. k. Compatibility requirements. 1. Time schedules. in. Weather limitations n. Manufacturer's written instructions. o. Warranty requirements. p. Compatibility of materials. q. Acceptability of substrates. r Temporary facilities and controls. S. Space and access limitations. t. Regulations of authorities having jurisdiction. U. Testing and inspecting requirements. V. Installation procedures. W. Coordination with other work. X. Required performance results. y. Protection of adjacent work. Z. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to other parties requiring information. 5 Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. E. Project Closeout Conference: Schedule and conduct a project closeout conference, at a time convenient to Owner and Architect, but no later than thirty(30) days prior to the scheduled date of Substantial Completion. 1. Conduct the conference to review requirements and responsibilities related to Project closeout. 2. Attendees: Authorized representatives of Owner, Commissioning Authority,Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the meeting. Participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Discuss items of significance that could affect or delay Project closeout,including the following: 013100-9 a. Preparation of record documents. b. Procedures required prior to inspection for Substantial Completion and for final inspection for acceptance. C. Submittal of written warranties. d. Requirements for completing LEED/sustainable design (FGBC) documentation. e. Requirements for preparing operations and maintenance data. f. Requirements for delivery of material samples, attic stock, and spare parts. g. Requirements for demonstration and training. h. Preparation of Contractor's punch list. i. Procedures for processing Applications for Payment at Substantial Completion and for final payment. J. Submittal procedures. k. Coordination of separate contracts. 1. Owner's partial occupancy requirements. in. Installation of Owner's furniture, fixtures, and equipment. n. Responsibility for removing temporary facilities and controls. 4. Minutes: Entity conducting meeting will record and distribute meeting minutes. F. Progress Meetings: Conduct progress meetings at biweekly intervals. 1 Coordinate dates of meetings with preparation of payment requests. 2 Attendees: In addition to representatives of Owner, Commissioning Authority, and Architect,each contractor, subcontractor,supplier,and other entity concerned with current progress or involved in planning, coordination,or performance of future activities shall be represented at these meetings All participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's construction schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Resolution of BIM component conflicts. 4) Status of submittals. 5) Status of LEED/sustainable design (FGBC) documentation. 6) Deliveries. 7) Off-site fabrication. 8) Access. 9) Site utilization. 013100-10 10) Temporary facilities and controls. 11) Progress cleaning. 12) Quality and work standards. 13) Status of correction of deficient items. 14) Field observations. 15) Status of RFIs. 16) Status of proposal requests. 17) Pending changes. 18) Status of Change Orders. 19) Pending claims and disputes. 20) Documentation of information for payment requests. 4. Minutes: Entity responsible for conducting the meeting will record and distribute the meeting minutes to each party present and to parties requiring information. a. Schedule Updating: Revise Contractor's construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. G. Coordination Meetings: Conduct project coordination meetings at bi-weekly intervals. Project coordination meetings are in addition to specific meetings held for other purposes, such as progress meetings and preinstallation conferences. 1. Attendees: In addition to representatives of Owner, Commissioning Authority, and Architect,each contractor,subcontractor,supplier,and other entity concerned with current progress or involved in planning, coordination,or performance of future activities shall be represented at these meetings. All participants at the meetings shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda. Review and correct or approve minutes of the previous coordination meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Combined Contractor's Construction Schedule: Review progress since the last coordination meeting. Determine whether each contract is on time, ahead of schedule, or behind schedule, in relation to combined Contractor's construction schedule Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. b Schedule Updating: Revise combined Contractor's construction schedule after each coordination meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with report of each meeting. C. Review present and future needs of each contractor present,including the following: I) Interface requirements. 2) Sequence of operations. 3) Resolution of component conflicts. 4) Status of submittals. 5) Deliveries. 6) Off-site fabrication. 7) Access. 013100-11 8) Site utilization. 9) Temporary facilities and controls. 10) Work hours. 11) Hazards and risks. 12) Progress cleaning. 13) Quality and work standards 14) Change Orders. 3. Reporting: Record meeting results and distribute copies to everyone in attendance and to others affected by decisions or actions resulting from each meeting. PART 2 -PRODUCTS (Not Used) PART 3 -EXECUTION(Not Used) END OF SECTION 013100 013100-12 SECTION 013200 CONSTRUCTION SCHEDULES 1.1 GENERAL REQUIREMENTS A. No partial payments shall be approved by the ENGINEER until there is an approved construction progress schedule on hand. B Designate an authorized representative who shall be responsible for development and maintenance of the schedule and of all progress and payment reports. This representative shall have direct project control and complete authority to act on behalf of the CONTRACTOR in fulfilling the commitments of the CONTRACTOR's schedules. 1.2 REVISIONS TO THE CONSTRUCTION SCHEDULES When the ENGINEER requires the CONTRACTOR to submit revised (updated) progress schedules on a monthly basis the CONTRACTOR shall: A. Indicate the progress of each activity to the date of submission. B. Show changes occurring since the previous submission listing: 1. Major changes in scope. 2. Activities modified since the previous submission. 3. Revised projections of progress and completion. 4. Other identifiable changes. C. Provide a narrative report as needed to define: 1. Problem areas, anticipated delays, and the impact on the schedule. 2. Corrective action recommended and its effect. 3. The effect of changes on schedules of other prime contractors. 1.3 SUBMISSION OF THE CONSTRUCTION SCHEDULES On or before the tenth day after the effective date of the Agreement, submit the initial schedules to the ENGINEER. The ENGINEER will review the schedules and return a review copy to the CONTRACTOR within 21 days after receipt. If required by the ENGINEER, resubmit revised schedules on or before the seventh day after receipt of the review copy. If required by the ENGINEER, submit revised monthly progress schedules with that month's application for payment. 013200-1 1.4 DISTRIBUTION OF THE CONSTRUCTION SCHEDULES A. After receiving approval by the ENGINEER, distribute copies of the approved initial schedule and all reviewed revisions (updated) to: 1. Job site file. 2. Subcontractors. 3 Other concerned parties. 4. OWNER (two copies). 5 ENGINEER B. In the cover letter, instruct recipients to report promptly to the CONTRACTOR, in writing, any problems anticipated by the projections shown in the schedules. + + END OF SECTION + + 013200-2 SECTION 013233 -PHOTOGRAPHIC DOCUMENTATION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Preconstruction video recordings. B. Related Requirements: 1. Division 01 Section 013400 "Submittal Procedures" for submitting photographic documentation. 2. Division 01 Section 017700 "Closeout Procedures" for submitting photographic documentation as project record documents at Project closeout. 3. Division 02 Section 02230 "Site Clearing" for photographic documentation before site clearing operations commence. 1.3 COSTS A. Photographic documentation services shall be included in the contract sum unless otherwise indicated. 1.4 INFORMATIONAL SUBMITTALS A. Digital Photographs: Submit image files within three(3) days of taking photographs. 1. Digital Camera: Minimum sensor resolution of eight(8)megapixels. 2. Format: Minimum 3200 by 2400 pixels, in unaltered original files,with same aspect ratio as the sensor, uncropped, date and time stamped, in folder named by date of photograph, accompanied by key plan file. 3. Identification: Provide the following information with each image description in file metadata tag: a. Name of Project. b. Date photograph was taken. C. Description of vantage point, indicating location, direction(by compass point), and elevation or story of construction. 013233-1 B. Construction Photographs- Submit two (2) prints of each photographic view within seven (7) days of taking photographs. 1. Format: 4-by-5-inch (4 photos per page permissible) smooth-surface matte prints on single-weight, commercial-grade photographic paper; punched for standard three-ring binder 2. Identification: For each print,provide an applied label or rubber-stamped impression with the following information: a. Name of Project. b. Date photograph was taken if not date stamped by camera. C. Description of vantage point, indicating location, direction(by compass point), and elevation or story of construction. C. Video Recordings: Submit video recordings within seven (7) days of recording. 1. Submit video recordings [in digital video disc format acceptable to Architect. 2. Identification: With each submittal,provide the following information- a. Name of Project. b. Date video recording was recorded. C. Description of vantage point, indicating location, direction(by compass point), and elevation or story of construction. 3. Transcript: Prepared on 8-1/2-by-I 1-inch(215-by=280-mm)paper,punched and bound in heavy-duty, three-ring, vinyl-covered binders Mark appropriate identification on front and spine of each binder. Include a cover sheet with same label information as corresponding video recording. Include name of Project and date of video recording on each page. 1 5 USAGE RIGHTS A. Obtain and transfer copyright usage rights from photographer to Owner for unlimited reproduction of photographic documentation. PART2 -PRODUCTS 2.1 PHOTOGRAPHIC MEDIA A. Digital Images: Provide images in JPG format, produced by a digital camera with minimum sensor size of eight (8) megapixels, and at an image resolution of not less than 3200 by 2400 pixels. B Digital Video Recordings: Provide high-resolution, digital video disc 013233-2 PART 3 -EXECUTION 3.1 CONSTRUCTION PHOTOGRAPHS A. General: Take photographs using the maximum range of depth of field, and that are in focus,to clearly show the Work. Photographs with blurry or out-of-focus areas will not be accepted. 1. Maintain key plan with each set of construction photographs that identifies each photographic location. B. Digital Images: Submit digital images exactly as originally recorded in the digital camera, without alteration,manipulation, editing, or modifications using image-editing software. 1. Date and Time: Include date and time in file name for each image. 2. Field Office Images: Maintain one set of images accessible in the field office at Project site, available at all times for reference. Identify images in the same manner as those submitted to Architect. C. Preconstruction Photographs: Before starting construction,take photographs of Project site and surrounding properties, including existing items to remain during construction, from different vantage points. 1. Flag construction limits before taking construction photographs. 2. Take twenty (20) photographs to show existing conditions adjacent to property before starting the Work. 3. Take twenty (20) photographs of existing buildings either on or adjoining property to accurately record physical conditions at start of construction. 4. Take additional photographs as required to record settlement or cracking of adjacent structures,pavements, and improvements. D. Periodic Construction Photographs: Take twenty (20) photographs monthly, coinciding with the cutoff date associated with each Application for Payment. Select vantage points to show status of construction and progress since last photographs were taken. E. Final Completion Construction Photographs: Take forty (40) color photographs after date of Substantial Completion for submission as project record documents. 1. Do not include date stamp. 3.2 CONSTRUCTION VIDEO RECORDINGS A. Video Recording Photographer: Engage a qualified videographer to record construction video recordings. B. Recording: Mount camera on tripod before starting recording unless otherwise necessary to show area of construction. Display continuous running time and date. At start of each video recording, record weather conditions from local newspaper or television and the actual temperature reading at Project site. 013233-3 C. Narration: Describe scenes on video recording by audio narration by microphone or dubbing audio narration off-site after video recording is recorded. Include description of items being viewed,recent events,and planned activities. At each change in location,describe vantage point, location, direction(by compass point), and elevation or story of construction. 1. Confirm date and time at beginning and end of recording. 2. Begih each video recording with name of Project,Contractor's name,videographer's name, and Project location. D. Transcript: Provide a typewritten transcript of the narration. Display images and running time captured from video recording opposite the corresponding narration segment. E. Preconstruction Video Recording: Before starting construction, record video recording of Project site and surrounding properties from different vantage points, as directed by Architect. 1. Flag construction limits before recording construction video recordings. 2. Show existing conditions adjacent to Project site before starting the Work. 3. Show existing buildings either on or adjoining Project site to accurately record physical conditions at the start of construction. 4. Show protection efforts by Contractor. END OF SECTION 013233 013233-4 SECTION 013400 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. B 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. B. 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. 013400-1 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. It is CONTRACTOR'S responsibility to review all submittals made before transmitting them to ENGINEER to assure that all submittals comply with FTA Buy America provisions including 49USC5323 and 49 CFR part 661. 3. 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. 013400-2 1.6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP DRAWINGS. PRODUCT DATA AND SAMPLES A. Submit to: Joseph W. Schulke, P.E. Schulke, Bittle & Stoddard, LLC 1717 Indian River Blvd, Suite 201 Vero Beach, FL 32960 Email. jschulke@sbsengineers.com 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. C. At the beginning of each letter of transmittal, provide a reference heading indicating the following- 1. OWNER'S Name 2. Project Name 3. Project 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] 013400-3 SECTION 013400 SUBMITTAL OF SHOP DRAWINGS CONTRACTOR SUBMITTAL SUBMITTAL NO. Contractor: Date Sent to Engineer: No. Copies Submitted: ❑ Original Submittal ❑ Re-Submittal Project Name. IRC Go-Line Bus Transfer Hub Project No.: 1330 ❑ Shop Drawing ❑ Cut Sheet ❑ Other Description: Sub-Contractor: Remarks: Reviewing Agency: (As checked below) Date Received Date Returned No. Copies Ret'd ❑ IRC Engineering Div. ❑ Utilities Services ❑ Engineer- Civil ❑ Architect ❑ Engineer- Mechanical/ Plumbing ❑ Engineer- Electrical ❑ Engineer- Structural Remarks Engineer: Schulke, Bittle & Stoddard, LLC Date Rec'd from Contractor 1717 Indian River Blvd, Suite 201 Date Ret'd to Contractor Vero Beach, FL 32960 No. Copies Ret'd Remarks: Distribution of Copies 013400-4 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" 013400-5 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 0. 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 + + 13400-6 SECTION 014000 - QUALITY REQUIREMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality-assurance and-control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality- assurance and -control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality-assurance and -control services required by Architect,Owner,Commissioning Authority,or authorities having jurisdiction are not limited by provisions of this Section. C. Related Requirements: 1. Divisions 01 through 16 Sections for specific test and inspection requirements. 1.3 DEFINITIONS A. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. B. Quality-Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Services do not include contract enforcement activities performed by Architect. C. Mockups: Full-size physical assemblies that are constructed on-site. Mockups are constructed to verify selections made under Sample submittals; to demonstrate aesthetic effects and, where indicated, qualities of materials and execution; to review coordination, testing, or operation; to 014000-1 show interface between dissimilar materials; and to demonstrate compliance with specified installation tolerances. Mockups are not Samples. Unless otherwise indicated, approved mockups establish the standard by which the Work will be judged. 1. Laboratory Mockups: Full-size physical assemblies constructed at testing facility to verify performance characteristics. 2 Integrated Exterior Mockups: Mockups of the exterior envelope erected separately from the building but on Project site, consisting of multiple products, assemblies, and subassemblies. 3. Room Mockups: Mockups of typical interior spaces complete with wall,floor,and ceiling finishes,doors,windows,millwork,casework, specialties,furnishings and equipment,and lighting. D. Preconstruction Testing: Tests and inspections performed specifically for Project before products and materials are incorporated into the Work,to verify performance or compliance with specified criteria. E. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements. F. Source Quality-Control Testing: Tests and inspections that are performed at the source, e.g., plant, mill, factory, or shop. G. Field Quality-Control Testing: Tests and inspections that are performed on-site for installation of the Work and for completed Work. H. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. 1. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub-subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. 1. Use of trade-specific terminology in referring to a trade or entity does not require that certain construction activities be performed by accredited or unionized individuals, or that requirements specified apply exclusively to specific trade(s). J. Experienced: When used with an entity or individual, "experienced" means having successfully completed a minimum of five (5) previous projects similar in nature, size, and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. 1.4 CONFLICTING REQUIREMENTS A. Referenced Standards: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer conflicting requirements that are different, but apparently equal, to Architect for a decision before proceeding. 014000-2 B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate,for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. 1.5 ACTION SUBMITTALS A. Shop Drawings: For [integrated exterior] [laboratory] mockups, provide plans, sections, and elevations, indicating materials and size of mockup construction. 1. Indicate manufacturer and model number of individual components. 2. Provide axonometric drawings for conditions difficult to illustrate in two dimensions. 1.6 INFORMATIONAL SUBMITTALS A. Contractor's Quality-Control Plan: For quality-assurance and quality-control activities and responsibilities. B. Qualification Data: For Contractor's quality-control personnel. C. Contractor's Statement of Responsibility: When required by authorities having jurisdiction, submit copy of written statement of responsibility sent to authorities having jurisdiction before starting work on the following systems: 1. Seismic-force-resisting system, designated seismic system, or component listed in the designated seismic system quality-assurance plan prepared by Architect. 2. Main wind-force-resisting system or a wind-resisting component listed in the wind-force- resisting system quality-assurance plan prepared by Architect. D. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. E. Schedule of Tests and Inspections: Prepare in tabular form and include the following: 1 Specification Section number and title. 2. Entity responsible for performing tests and inspections. 3. Description of test and inspection. 4. Identification of applicable standards. 5. Identification of test and inspection methods. 6. Number of tests and inspections required. 7. Time schedule or time span for tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality-control service. 014000-3 1.7 REPORTS AND DOCUMENTS A. Test and Inspection Reports: Prepare and submit certified written reports specified in other Sections Include the following: 1. Date of issue. 2. Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and testing and inspecting. 11 Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting. B. Manufacturer's Technical Representative's Field Reports: Prepare written information documenting manufacturer's technical representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Factory-Authorized Service Representative's Reports: Prepare written information documenting manufacturer's factory-authorized service representative's tests and inspections specified in other Sections. Include the following: 1. Name,address,and telephone number of factory-authorized service representative making report. 2. Statement that equipment complies with requirements. 3 Results of operational and other tests and a statement of whether observed performance complies with requirements. 4. Statement whether conditions,products, and installation will affect warranty. 5. Other required items indicated in individual Specification Sections. D. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 014000-4 1.8 QUALITY ASSURANCE A. General: Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance,as well as sufficient production capacity to produce required units. C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system,assembly,or product that are similar in material,design,and extent to those indicated for this Project. F. Specialists: Certain Specification Sections require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. 1. Requirements of authorities having jurisdiction shall supersede requirements for specialists. G. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E 329; and with additional qualifications specified in individual Sections; and, where required by authorities having jurisdiction,that is acceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. H. Manufacturer's Technical Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to observe and inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. I. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. 014000-5 J. Preconstruction Testing: Where testing agency is indicated to perform preconstruction testing for compliance with specified requirements for performance and test methods, comply with the following: 1. Contractor responsibilities include the following: a. Provide test specimens representative of proposed products and construction. b. Submit specimens in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work. C. Provide sizes and configurations of test assemblies, mockups, and laboratory mockups to adequately demonstrate capability of products to comply with performance requirements. d. Build site-assembled test assemblies and mockups using installers who will perform same tasks for Project. e. Build laboratory mockups at testing facility using personnel,products,and methods of construction indicated for the completed Work. f. When testing is complete,remove test specimens,assemblies, [and]mockups[,and laboratory mockups]; do not reuse products on Project. 2. Testing Agency Responsibilities: Submit a certified written report of each test, inspection, and similar quality-assurance service to Architect and Commissioning Authority, with copy to Contractor. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Documents. K. Mockups: Before installing portions of the Work requiring mockups, build mockups for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed Work: 1. Build mockups in location and of size indicated or, if not indicated, as directed by Architect. 2. Notify Architect seven (7) days in advance of dates and times when mockups will be constructed. 3. Employ supervisory personnel who will oversee mockup construction. Employ workers that will be employed during the construction at Project. 4. Demonstrate the proposed range of aesthetic effects and workmanship. 5. Obtain Architect's approval of mockups before starting work, fabrication, or construction. a. Allow seven (7) days for initial review and each re-review of each mockup. 6. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 7. Demolish and remove mockups when directed unless otherwise indicated. L Integrated Exterior Mockups: Construct integrated exterior mockup as indicated on Drawings. Coordinate installation of exterior envelope materials and products for which mockups are required in individual Specification Sections, along with supporting materials. M. Room Mockups: Construct room mockups incorporating required materials and assemblies, finished according to requirements. Provide required lighting and additional lighting where required to enable Architect to evaluate quality of the Work. Provide room mockups of the following rooms: 014000-6 1. N/A. N. Laboratory Mockups: Comply with requirements of preconstruction testing and those specified in individual Specification Sections in Divisions 02 through 16. 1.9 QUALITY CONTROL A. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Perform additional quality-control activities required to verify that the Work complies with requirements,whether specified or not. 1. Unless otherwise indicated, provide quality-control services specified and those required by authorities having jurisdiction. Perform quality-control services required of Contractor by authorities having jurisdiction,whether specified or not. 2. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality-control services. a. Contractor shall not employ same entity engaged by Owner, unless agreed to in writing by Owner. 3. Notify testing agencies at least twenty-four(24)hours in advance of time when Work that requires testing or inspecting will be performed. 4. Where quality-control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality-control service. 5. Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 6. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. B. Manufacturer's Field Services: Where indicated, engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including service connections. Report results in writing as specified in Division 01 Section 013300 "Submittal Procedures." C. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical representative to observe and inspect the Work. Manufacturer's technical representative's services include participation in preinstallation conferences, examination of substrates and conditions, verification of materials, observation of Installer activities, inspection of completed portions of the Work, and submittal of written reports. D. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality-control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. E. Testing Agency Responsibilities: Cooperate with Architect, Commissioning Authority, and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Architect, Commissioning Authority,and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 014000-7 2. Determine the location from which test samples will be taken and in which in-situ tests are conducted. 3. Conduct and interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and similar quality- control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform any duties of Contractor. F. Associated Services: Cooperate with agencies performing required tests,inspections,and similar quality-control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at Project site. G. Coordination. Coordinate sequence of activities to accommodate required quality-assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and,similar activities H. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality- control services required by the Contract Documents as a component of Contractor's quality- control plan. Coordinate and submit concurrently with Contractor's construction schedule. Update as the Work progresses. 1. Distribution: Distribute schedule to Owner,Architect,Commissioning Authority,testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. 1.10 SPECIAL TESTS AND INSPECTIONS A. Special Tests and Inspections: Engage a qualified testing agency to conduct special tests and inspections required by authorities having jurisdiction. B. Special Tests and Inspections- Conducted by a qualified testing agency as required by authorities having jurisdiction, as indicated in individual Specification Sections, and as follows- 1. Verifying that manufacturer maintains detailed fabrication and quality-control procedures and reviews the completeness and adequacy of those procedures to perform the Work. 014000-8 2. Notifying Architect[, Commissioning Authority, and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. 3. Submitting a certified written report of each test, inspection, and similar quality-control service to Architect and Commissioning Authority with copy to Contractor and to authorities having jurisdiction. 4. Submitting a final report of special tests and inspections at Substantial Completion,which includes a list of unresolved deficiencies. 5. Interpreting tests and inspections and stating in each report whether tested and inspected work complies with or deviates from the Contract Documents. 6. Retesting and reinspectmg corrected work. PART 2 -PRODUCTS (Not Used) PART 3 -EXECUTION 3.1 ACCEPTABLE TESTING AGENCIES A. N.A. - Contractor's testing agency(s) are presumed to be acceptable if it meets the qualifications and experience requirements listed and/or specified in the drawings and contract documents,other Division 2 to 16 specifications and the drawings. Contractor shall submit testing agency(s) qualifications and experience with fifteen (15) days of notice to proceed for Architect and Commissioning Authority's approval. 3.2 TEST AND INSPECTION LOG A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. Date test or inspection results were transmitted to Architect. 4. Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and revisions as they occur. Provide access to test and inspection log for Architect's and Commissioning Authority's reference during normal working hours. 3.3 REPAIR AND PROTECTION A. General: On completion'of testing, inspecting, sample taking, and,similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas . and extend restoration into adjoining areas with durable seams that are as invisible as possible. Comply with the Contract Document requirements for cutting and patching in Division 01 Section "Execution." 014000-9 B. Protect construction exposed by or for quality-control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality-control services. END OF SECTION 014000 014000-10 SECTION 015000 -TEMPORARY FACILITIES AND CONTROLS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Requirements: 1. Division 01 Section 011000 "Summary" for work restrictions and limitations on utility interruptions. 2. Division 02 Section 02240 "Dewatering" for disposal of ground water at Project site. 3. Division 02 Section 02305 "Asphalt Pavement" for construction and maintenance of asphalt pavement for temporary roads and paved areas. 4. Division 02 Section 02307 "Concrete Construction" for construction and maintenance of cement concrete pavement for temporary roads and paved areas. 1.3 USE CHARGES A. General: Installation and removal of and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities to use temporary services and facilities without cost, including, but not limited to, Owner's construction forces, Architect,testing agencies, and authorities having jurisdiction. B. Sewer Service: Pay sewer-service use charges for sewer usage by all entities for construction operations C. Water Service: Pay water-service use charges for water used by all entities for construction operations. D. Electric Power Service: Pay electric-power-service use charges for electricity used by all entities for construction operations. 1.4 INFORMATIONAL SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. 015000-1 B. Erosion- and Sedimentation-Control Plan: Show compliance with requirements of EPA Construction General Permit or authorities having jurisdiction,whichever is more stringent. C. Fire-Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire-prevention program. D. Moisture-Protection Plan: Describe procedures and controls for protecting materials and construction from water absorption and damage. 1. Describe delivery, handling, and storage provisions for materials subject to water absorption or water damage. 2. Indicate procedures for discarding water-damaged materials, protocols for mitigating water intrusion into completed Work, and replacing water-damaged Work. 3. Indicate sequencing of work that requires water, such as sprayed fire-resistive materials, plastering, and terrazzo grinding, and describe plans for dealing with water from these operations. Show procedures for verifying that wet construction has dried sufficiently to permit installation of finish materials. E. Dust- and HVAC-Control Plan: Submit coordination drawing and narrative that indicates the dust- and HVAC-control measures proposed for use, proposed locations, and proposed time frame for their operation. Identify further options if proposed measures are later determined to be inadequate. Include the following: 1. Locations of dust-control partitions at each phase of work. 2. HVAC system isolation schematic drawing. 3. Location of proposed air-filtration system discharge. 4. Waste handling procedures. 5. Other dust-control measures. 1.5 QUALITY ASSURANCE A. Electric Service: Comply with NECA,NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. C. Accessible Temporary Egress: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines. 1.6 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. 015000-2 PART2 -PRODUCTS 2.1 MATERIALS A. Chain-Link Fencing: See Division 2, Section 02802"Chain Link fence". B. Portable Chain-Link Fencing: NA. Install permanent chain link fence for project security. Retain "Polyethylene Sheet" Paragraph below if specifying polyethylene sheet temporary partitions for enclosure or dust control. C. Polyethylene Sheet: Reinforced, fire-resistive sheet, 10-mil (0.25-mm) minimum thickness, with flame-spread rating of 15 or less per ASTM E 84 and passing NFPA 701 Test Method 2. D. Dust-Control Adhesive-Surface Walk-off Mats: Provide mats minimum 36 by 60 inches. 2.2 TEMPORARY FACILITIES A. Field Offices, General: Not required/provide at contractors option. 1. Store combustible materials apart from building. B. Project Bulletin Board: Contractor to provide a bulletin board to post all warnings, conditions, notices, and requirements necessary to comply with all local, state, and federal regulations to be placed at a location acceptable to the County and visible to all job-site employees. 2.3 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. B. Air-Filtration Units: Primary and secondary HEPA-filter-equipped portable units with four- stage filtration. Provide single switch for emergency shutoff. Configure to run continuously. PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. 1. Locate facilities to limit site disturbance as specified in Division 01 Section 011000 "Summary." B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 015000-3 3.2 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. 1. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary,to make connections for temporary services. B. Sewers and Drainage: Provide temporary utilities to remove effluent lawfully. C. Water Service: Install water service and distribution piping in sizes and pressures adequate for construction. D. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. E. Heating and Cooling: Provide temporary heating and cooling required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. F. Ventilation and Humidity Control: Provide temporary ventilation required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption. 1. Provide dehumidification systems when required to reduce substrate moisture levels to level required to allow installation or application of finishes. G. Electric Power Service: Provide electric power service and distribution system of sufficient size, capacity, and power characteristics required for construction operations. 1. Install electric power service overhead unless otherwise indicated. H. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations,observations, inspections, and traffic conditions. 1. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. I. Telephone Service: 1. Provide superintendent with cellular telephone or portable two-way radio for use when away from field office. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 015000-4 I. Provide construction for temporary offices, shops, and sheds located within construction area or within 30 feet of building lines that is noncombustible according to ASTM E 136. Comply with NFPA 241. 2. Maintain support facilities until Architect schedules Substantial Completion inspection. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate for construction operations. Locate temporary roads and paved areas as indicated on Drawings. 1. Provide dust-control treatment that is nonpolluting and nontracking. Reapply treatment as required to minimize dust. C. Temporary Use of Permanent Roads and Paved Areas: Locate temporary roads and paved areas in same location as permanent roads and paved areas. Construct and maintain temporary roads and paved areas adequate for construction operations. Extend temporary roads and paved areas, within construction limits indicated, as necessary for construction operations. 1 Coordinate elevations of temporary roads and paved areas with permanent roads and paved areas. 2. Prepare subgrade and install subbase and base for temporary roads and paved areas according to Division 02 Section 02300 "Earthwork", 02301 "Subgrade" and 02304 "Cemented Coquina Shell Base Course." 3. Recondition base after temporary use, including removing contaminated material, regrading,proofrolling, compacting, and testing. 4. Delay installation of final course of permanent asphalt pavement until immediately before Substantial Completion. Repair asphalt base-course pavement before installation of final course according to Division 02 Section 02305 "Asphalt Concrete Pavement." D. Traffic Controls: Comply with requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs,pavement, and utilities. 2. Maintain access for fire-fighting equipment and access to fire hydrants. E. Parking: Provide temporary parking areas for construction personnel. F. Dewatering Facilities and Drains: Comply with requirements of authorities having jurisdiction. Maintain Project site, excavations, and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties or endanger permanent Work or temporary facilities. 2. Remove snow and ice as required to minimize accumulations. G. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted. 1. Identification Signs: Provide Project identification signs as indicated on Drawings. 2. Temporary Signs: Provide other signs as indicated and as required to inform public and individuals seeking entrance to Project. 015000-5 a. Provide temporary, directional signs for construction personnel and visitors. 3. Maintain and touchup signs so they are legible at all times. H. Waste Disposal Facilities: Comply with requirements specified in Division 01 Section 017419 "Construction Waste Management and Disposal." I. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with progress cleaning requirements in Division 01 Section 017300 "Execution." J. Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel. 1. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. K. Temporary Stairs: Until permanent stairs are available, provide temporary stairs where ladders are not adequate. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. B. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air,waterway, and subsoil contamination or pollution or other undesirable effects. 1. Comply with work restrictions specified in Division 01 Section 011000 "Summary of Work." C Temporary Erosion and Sedimentation Control: Comply with requirements of FDEP Notice of Intent to Use Generic Permit for Stormwater Discharge from Large and Small Construction Activities or authorities having jurisdiction,whichever is more stringent and requirements specified in Division 2 Section "Site Clearing." D. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion and discharge of soil-bearing water runoff and airborne dust to undisturbed areas and to adjacent properties and walkways, according to erosion- and sedimentation- control drawings (SWPPP)and authorities having jurisdiction,whichever is more stringent. 1. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross tree-or plant-protection zones. 2. Inspect, repair, and maintain erosion- and sedimentation-control measures during construction until permanent vegetation has been established. 3. Clean, repair, and restore adjoining properties and roads affected by erosion and sedimentation from Project site during the course of Project. 015000-6 4. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. E. Stormwater Control: Comply with requirements of authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains. F. Tree and Plant Protection: Comply with requirements specified in Division 02 Section 02208 "Tree Protection and Trimming." G. Tree and Plant Protection: Install temporary fencing located as indicated or outside the drip line of trees to protect vegetation from damage from construction operations. Protect tree root systems from damage, flooding, and erosion. H. Pest Control: Engage pest-control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals so Project will be free of pests and their residues at Substantial Completion. Perform control operations lawfully,using environmentally safe materials. 1. Site Enclosure Fence: Before construction operations begin, furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. 1. Extent of Fence: As required to enclose entire Project site or portion determined sufficient to accommodate construction operations. 2. Maintain security by limiting number of keys and restricting distribution to authorized personnel. Furnish one set of keys to Owner. J. Security Enclosure and Lockup: Install temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Lock entrances at end of each work day. K. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. L. Temporary Egress: Maintain temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction. M. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. 1. Where heating or cooling is needed and permanent enclosure is incomplete, insulate temporary enclosures. 3.5 MOISTURE AND MOLD CONTROL A. Contractor's Moisture-Protection Plan: Avoid trapping water in finished work. Document visible signs of mold that may appear during construction. 015000-7 B. Exposed Construction Phase: Before installation of weather barriers, when materials are subject to wetting and exposure and to airborne mold spores,protect as follows: 1. Protect porous materials from water damage. 2. Protect stored and installed material from flowing or standing water. 3. Keep porous and organic materials from coming into prolonged contact with concrete. 4. Remove standing water from decks. 5. Keep deck openings covered or dammed. C. Partially Enclosed Construction Phase: After installation of weather barriers but before full enclosure and conditioning of building, when installed materials are still subject to infiltration of moisture and ambient mold spores,protect as follows: 1. Do not load or install drywall or other porous materials or components, or items with high organic content, into partially enclosed building. 2. Keep interior spaces reasonably clean and protected from water damage. 3. Periodically collect and remove waste containing cellulose or other organic matter. 4. Discard or replace water-damaged material. 5. Do not install material that is wet. 6. Discard,replace,or clean stored or installed material that begins to grow mold. 7. Perform work in a sequence that allows any wet materials adequate time to dry before enclosing the material in drywall or other interior finishes. D. Controlled Construction Phase of Construction: After completing and sealing of the building enclosure but prior to the full operation of permanent HVAC systems, maintain as follows: 1. Control moisture and humidity inside building by maintaining effective dry-in conditions. 2. Use permanent HVAC system to control humidity. 3. Comply with manufacturer's written instructions for temperature, relative humidity, and exposure to water limits. a. Hygroscopic materials that may support mold growth, including wood and gypsum-based products, that become wet during the course of construction and remain wet for forty-eight(48)hours are considered defective. b. Measure moisture content of materials that have been exposed to moisture during construction operations or after installation. Record readings beginning at time of exposure and continuing daily for forty-eight (48) hours. Identify materials containing moisture levels higher than allowed. Report findings in writing to Architect. C. Remove materials that cannot be completely restored to their manufactured moisture level within forty-eight(48)hours. 3.6 OPERATION, TERMINATION,AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. 015000-8 I. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion. D. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces,and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary roads and paved areas not intended for or acceptable for integration into permanent construction. Where area is intended for landscape development,remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Division 01 Section 017700 "Closeout Procedures." END OF SECTION 015000 015000-9 SECTION 015410 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 frequently 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 015410-1 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's responsibility for the maintenance of barricades, signs, lights, and for providing watchmen shall continue until OWNER accepts the Project. 1.3 TREE AND PLANT PROTECTION A. Protect existing trees, shrubs and plants on or adjacent to the site that are shown or designated to remain in place against unnecessary cutting, breaking or skinning of trunk, branches, bark or roots. B. Do not store or park materials or equipment within the drip line. C. Install temporary fences or barricades to protect trees and plants in areas subject to traffic. D. Fires shall not be permitted under or adjacent to trees and plants. E. Within the limits of the Work, water trees and plants that are to remain, in order to maintain their health during construction operations. F. Cover all exposed roots with burlap and keep it continuously wet. Cover all exposed roots with earth as soon as possible. Protect root systems from mechanical damage and damage by erosion, flooding, run-off or noxious materials in solution. G. If branches or trunks are damaged, prune branches immediately and protect the cut or damaged areas with emulsified asphalt compounded specifically for horticultural use. H Remove all damaged trees and plants that die or suffer permanent injury and replace them with a specimen of equal or better quality. I. Coordinate Work in this Section with requirements of other sections herein. 1.4 PROTECTION OF IRRIGATION The CONTRACTOR shall be responsible for maintaining in good condition all irrigation systems within the easements, which could be damaged by construction activities. The CONTRACTOR shall repair any irrigation systems damaged by construction activities within two (2) days. The CONTRACTOR 015410-2 shall be responsible for maintaining the functionality of the remaining portion of the system if it should fall outside of the right-of-way. 1.5 PROTECTION OF EXISTING STRUCTURES A. Underground Structures: 1. Underground structures are defined to include, but not be limited to, all sewer, water, gas, and other piping, and manholes, chambers, electrical conduits, tunnels and other existing subsurface work located within or adja- cent to the limits of the Work. 2. All underground structures known to ENGINEER except service connections for water, sewer, electric, and telephone are shown. This information is shown for the assistance of CONTRACTOR in accordance with the best information available, but is not guaranteed to be correct or complete. The existing utilities shown on the Contract Drawings are located according to the information available to the ENGINEER at the time the Drawings were prepared and have not been independently verified by the OWNER or the ENGINEER. Guarantee is not made that all existing underground utilities are shown or that the locations of those shown are accurate. The locations shown are for bidding purposes only. Finding the actual location of any existing utilities is the CONTRACTOR's responsibility and shall be done before it commences any work in the vicinity. Furthermore, the CONTRACTOR shall be fully responsible for any and all damages, which might be occasioned by the CONTRACTOR's failure to exactly locate and preserve any and all underground utilities. The OWNER or ENGINEER will assume no liability for any damages sustained or costs incurred because of the CONTRACTOR's operations in the vicinity of existing utilities or structures, nor for temporary bracing and shoring of same. If it is necessary to shore, brace, or swing a utility, contact the utility company or department affected and obtain their permission regarding the method to use for such work. 3. Contact the various utility companies which may have buried or aerial utilities within or near the construction area before commencing work. Provide 48 hours minimum notice to all utility companies prior to beginning construction. 4. Schedule and execute all work involving existing utilities in order to minimize necessary interruption of services. Whenever such interruption is necessary for completion of the work, notify the ENGINEER and the appropriate utility at least 48 hours in advance. Perform all work to repair/restore utility service to the satisfaction of the appropriate utility. Include all costs related to service maintenance, interruption, and restoration in the appropriate line item in the Contract. 5. Where it is necessary to temporarily interrupt house or business services, 015410-3 the CONTRACTOR shall notify the owner or occupant, both before the interruption (24-hour minimum), and again immediately before service is resumed. Before disconnecting and pipes or cables, the CONTRACTOR shall obtain permission from their owner, or shall make suitable arrangement for their disconnection by their owner. 6. Explore ahead of trenching and excavation work and uncover all obstructing underground structures sufficiently to determine their location, to prevent damage to them and to prevent interruption of the services which such structures provide. If CONTRACTOR damages an underground structure, restore it to original condition at CONTRACTOR's expense. 7.• Necessary changes in the location of the Work may be made by ENGINEER, to avoid unanticipated underground structures. 8. If permanent relocation of an underground structure or other subsurface facility is required and is not otherwise provided for in the Contract Documents, ENGINEER will direct CONTRACTOR in writing to perform the Work, which shall be paid for under the provisions of Article 11 of the General Conditions. B Surface Structures: 1 Surface structures are defined as structures or facilities above the ground surface. Included with such structures are their foundations and any extension below the surface. Surface structures include, but are not limited to, buildings, tanks, walls, bridges, roads, dams, channels, open drainage, piping, poles, wires, posts, signs, markers, curbs, walks and all other facil- ities that are visible above the ground surface. C. Protection of Underground and Surface Structures: 1. Sustain in their places and protect from direct or indirect injury, all underground and surface structures located within or adjacent to the limits of the Work. Such sustaining and supporting shall be done carefully, and as required by the party owning or controlling such structure. Before proceeding with the work of sustaining and supporting such structure, satisfy the ENGINEER that the methods and procedures to be used have been approved by the party owning same. 2. Assume all risks attending the presence or proximity of all underground and surface structures within or adjacent to the limits of the Work. CONTRACTOR shall be responsible for all damage and expense for direct or indirect injury caused by its Work to any structure. CONTRACTOR shall repair immediately all damage caused by his work, to the satisfaction of the OWNER of the damaged structure. D. All other existing surface facilities, including but not limited to, guard rails, posts, guard cables, signs, poles, markers, and curbs which are temporarily removed to facilitate installation of the Work shall be replaced and restored to their original 015410-4 condition at CONTRACTOR'S expense. 1.6 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's responsibility to determine the location, character and depth of any existing utilities. He shall assist the utility companies, by 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. 1.7 ADJUSTMENTS OF UTILITY CASTINGS, COVERS AND BOXES A. All existing utility castings, including valve boxes, junction boxes, manholes, pull boxes, inlets and similar structures in the areas of construction that are to remain in service shall be adjusted by the CONTRACTOR to bring them flush with the surface of the finished work. B. The CONTRACTOR shall coordinate the utilities to ensure proper construction sequencing. CONTRACTOR shall make available survey reference markers to the various utility companies. + + END OF SECTION + + 015410-5 SECTION 015500 ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS 1.1 GENERAL A. Provide all temporary construction roads, walks and parking areas required during construction and for use of emergency vehicles. Design and maintain temporary roads and parking areas so they are fully usable in all weather conditions. B. Prevent interference with traffic and the OWNER's operations on existing roads. Indemnify and save harmless the OWNER from any expenses caused by CONTRACTOR's operations over these roads. C. Roadways damaged by CONTRACTOR shall be restored to their original condition by the CONTRACTOR subject to approval of the OWNER or ENGINEER D. Remove temporary roads, walks and parking areas prior to final acceptance and return the ground to its original condition, unless otherwise required by the Contract Documents. 1.2 USE OF PUBLIC STREETS The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic. Any earth or other excavated material spilled from trucks shall be removed immediately by the CONTRACTOR and the streets cleaned to the satisfaction of the Owner. 1.3 USE OF PUBLIC STREETS FOR HAUL ROADS A. Prior to construction, the CONTRACTOR shall designate all proposed haul roads to be used during the life of the project. Any earth or other materials spilled from trucks shall be removed by the CONTRACTOR and streets cleaned to the satisfaction of the Owner. He further shall be responsible for repairs to any damages caused by his operations, prior to final payment. B. All trucks carrying earth shall be covered while moving with an appropriate tarpaulin. Should trucks hauling earth fail to cover their loads, the CONTRACTOR will be given two (2) written warnings, after which the CONTRACTOR shall pay a fine of $50 per uncovered truck to the Owner when invoked by the Owner to Owner's Engineer. All cleanup shall be the responsibility of the CONTRACTOR. 015500-1 C. All trucks/moving equipment shall have backup warning horns in proper working order while on the job site. + + END OF SECTION ++ 015500-2 SECTION 016100 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 not be delivered to OWNER except where otherwise directed. C. 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. 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. 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. 016100-1 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. B. Provide additional protection during handling as necessary to prevent scraping, marring or otherwise damaging products or surrounding surfaces. C 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 + + 016100-2 SECTION 016110 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 excavated materials, construction equipment, and materials and equipment 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, adjoining owners, 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 manufacturer's 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 + + 016110-1 SECTION 016300 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. B. 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. B. 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: 016300-1 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. 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 determined 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. r 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 016300-2 proceed with the review without additional cost to CONTRACTOR. 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's 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 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 + + 016300-3 SECTION 017100 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. B. Provide onsite containers for the collection of waste materials, debris, and rubbish and empty such containers in a legal manner when they become full. 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. 017100-1 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. Particular attention will be placed on restoration of canals to equal or better condition than prior to 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, INDIAN RIVER FARMS WATER CONTROL DISTRICT, 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 + + 017100-2 SECTION 017300 -EXECUTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work including, but not limited to,the following: 1. Construction layout. 2. Field engineering and surveying. 3. Installation of the Work. 4. Cutting and patching. 5. Coordination of Owner-installed products. 6. Progress cleaning. 7. Starting and adjusting. 8. Protection of installed construction. 9. Correction of the Work. B. Related Requirements: 1. Division 01 Section 011000 "Summary" for limits on use of Project site. 2. Division 01 Section 013400 "Submittal Procedures" for submitting surveys. 3. Division 01 Section 017700 "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner-accepted deviations from indicated lines and levels,and final cleaning. 1.3 DEFINITIONS A. Cutting: Removal of in-place construction necessary to permit installation or performance of other work. B. Patching: Fitting and repair work required to restore construction to original conditions after installation of other work. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For land surveyor. B. Certificates: Submit certificate signed by land surveyor certifying that location and elevation of improvements comply with requirements. 017300-1 C. Cutting and Patching Plan: Submit plan describing procedures at least ten (10) days prior to the time cutting and patching will be performed. Include the following information: 1. Extent: Describe reason for and extent of each occurrence of cutting and patching. 2. Changes to In-Place Construction: Describe anticipated results. Include changes to structural elements and operating components as well as changes in building appearance and other significant visual elements. 3. Products: List products to be used for patching and firms or entities that will perform patching work. 4. Dates: Indicate when cutting and patching will be performed. 5. Utilities and Mechanical and Electrical Systems: List services and systems that cutting and patching procedures will disturb or affect. List services and systems that will be relocated and those that will be temporarily out of service. Indicate length of time permanent services and systems will be disrupted. a. Include description of provisions for temporary services and systems during interruption of permanent services and systems. D. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept hazardous materials, for hazardous waste disposal. E. Certified Surveys: Submit six(6)copies signed by land surveyor. F. Final Property Survey: Submit ten (10) copies showing the Work performed and record survey data. 1.5 QUALITY ASSURANCE A. Land Surveyor Qualifications. A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land-surveying services of the kind indicated. B. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of construction elements. 1. Structural Elements: When cutting and patching structural elements, notify Architect of locations and details of cutting and await directions from Architect before proceeding. Shore,brace, and support structural elements during cutting and patching. Do not cut and patch structural elements in a manner that could change their load-carrying capacity or increase deflection a. Insert list of structural elements.: N.A. 2. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. Operational elements include the following: a. Primary operational systems and equipment. b. Fire separation assemblies 017300-2 C. Air or smoke barriers. d. Fire-suppression systems. e. Mechanical systems piping and ducts. f. Control systems. g. Communication systems. h. Fire-detection and-alarm systems. i. Conveying systems. j. Electrical wiring systems. k. Operating systems of special construction. 3. Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load-carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. Other construction elements include but are not limited to the following: a. Water, moisture, or vapor barriers. b. Membranes and flashings. C. Exterior curtain-wall construction. d. Sprayed fire-resistive material. e. Equipment supports. f. Piping, ductwork,vessels,and equipment. g. Noise-and vibration-control elements and systems. 4. Visual Elements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch exposed construction in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. C. Cutting and Patching Conference: Before proceeding, meet at Project site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. D. Manufacturer's Installation Instructions: Obtain and maintain on-site manufacturer's written recommendations and instructions for installation of products and equipment. PART 2 -PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. 1. For projects requiring compliance with sustainable design and construction practices and procedures,use products for patching that comply with requirements in Division 01 Section 018113 "Sustainable Design Requirements." B. In-Place Materials: Use materials for patching identical to in-place materials. For exposed surfaces,use materials that visually match in-place adjacent surfaces to the fullest extent possible. 017300-3 L If identical materials are unavailable or cannot be used,use materials that, when installed, will provide a match acceptable to Architect for the visual and functional performance of in-place materials. PART 3 -EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities, mechanical and electrical systems, and other construction affecting the Work. 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer,storm sewer,and water-service piping;underground electrical services,and other utilities. 2. Furnish location data for work related to Project that must be performed by public utilities serving Project site. B. Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Examine roughing-in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 2. Examine walls,floors, and roofs for suitable conditions where products and systems are to be installed. 3. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. C. Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections, include the following: 1. Description of the Work. 2. List of detrimental conditions, including substrates. 3. List of unacceptable installation tolerances. 4. Recommended corrections. D. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Existing Utility Information: Furnish information to local utility and Owner that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. 017300-4 B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents caused by differing field conditions outside the control of Contractor, submit a request for information to Architect according to requirements in Division 01 Section 013100 "Project Management and Coordination." 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are discovered, notify Architect promptly. B. General: Engage a land surveyor to lay out the Work using accepted surveying practices. 1. Establish benchmarks and control points to set line's and levels at each story of construction and elsewhere as needed to locate each element of Project. 2. Establish limits on use of Project site. 3. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 4. Inform installers of lines and levels to which they must comply. 5. Check the location, level and plumb, of every mayor element as the Work progresses. 6. Notify Architect when deviations from required lines and levels exceed allowable tolerances. 7. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction. C. Site Improvements: Locate and lay out site improvements,including pavements,grading,fill and topsoil placement,utility slopes, and rim and invert elevations. D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations,column grids,and floor levels,including those required for mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations. E. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Architect. 017300-5 34 FIELD ENGINEERING A. Identification: Owner will identify existing benchmarks, control points, and property corners. B. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. 1. Do not change or relocate existing benchmarks or control points without prior written approval of Architect. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Architect before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. C. Benchmarks: Establish and maintain a minimum of two (2) permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. 2. Where the actual location or elevation of layout points cannot be marked, provide temporary reference points sufficient to locate the Work. 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition. D. Certified Survey: On completion of foundation walls, major site improvements, and other work requiring field-engineering services, prepare a certified survey showing dimensions, locations, angles, and elevations of construction and sitework. E. Final Property Survey: Engage a Professional Surveyor& Mapper to prepare a final property survey showing significant features (real property) for Project. Include on the survey a certification, signed by Professional Surveyor & Mapper, that principal metes, bounds, lines, and levels of Project are accurately positioned as shown on the survey. 1. Show boundary lines, monuments, streets, site improvements and utilities, existing improvements and significant vegetation, adjoining properties, acreage, grade contours, and the distance and bearing from a site corner to a legal point in NAVD 1988. 2. Recording: At Substantial Completion,have the final property survey recorded by or with authorities having jurisdiction as the official "property survey." 3.5 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes,ducts, and wiring in finished areas unless otherwise indicated. 017300-6 4. Maintain minimum headroom clearance of 96 inches(2440 mm)in occupied spaces and 90 inches(2300 mm) in unoccupied spaces. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. E. Sequence the Work and allow adequate clearances to accommodate movement of construction items on site and placement in permanent locations. F. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. G. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. H. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated,verify size and type required for load conditions. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Architect. 2. Allow for building movement,including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings,templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. 1. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. J. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 3.6 CUTTING AND PATCHING A. Cutting and Patching,General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time,and complete without delay. 1. Cut in-place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. 017300-7 B. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during installation or cutting and patching operations,by methods and with materials so as not to void existing warranties. C. Temporary Support: Provide temporary support of work to be cut. D. Protection. Protect in-place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. E. Adjacent Occupied Areas: Where interference with use of adjoining areas or interruption of free passage to adjoining areas is unavoidable, coordinate cutting and patching according to requirements in Division 01 Section "Summary." F. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems are required to be removed,relocated,or abandoned,bypass such services/systems before cutting to prevent interruption to occupied areas. G. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general,use hand or small power tools designed for sawing and grinding,not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete and Masonry: Cut using a cutting machine,such as an abrasive saw or a diamond- core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Division 02 Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. H. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other work. Patch with durable seams that are as invisible as practicable. Provide materials and comply with installation requirements specified in other Sections,where applicable. 1. Inspection: Where feasible,test and inspect patched areas after completion to demonstrate physical integrity of installation. 2 Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will minimize evidence of patching and refinishing. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. b. Restore damaged pipe covering to its original condition. 017300-8 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another,patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in-place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a. Where patching occurs in a painted surface,prepare substrate and apply primer and intermediate paint coats appropriate for substrate over the patch, and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces 4. Ceilings: Patch, repair, or rehang in-place ceilings as necessary to provide an even-plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition and ensures thermal and moisture integrity of building enclosure. I. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils,putty, and similar materials from adjacent finished surfaces. 3.7 OWNER-INSTALLED PRODUCTS A. Site Access: Provide access to Project site for Owner's construction personnel. B. -Coordination: Coordinate construction and operations of the Work with work performed by Owner's construction personnel. 1. Construction Schedule: Inform Owner of Contractor's preferred construction schedule for Owner's portion of the Work. Adjust construction schedule based on a mutually agreeable timetable. Notify Owner if changes to schedule are required due to differences in actual construction progress. 2. Preinstallation Conferences: Include Owner's construction personnel at preinstallation conferences covering portions of the Work that are to receive Owner's work. Attend preinstallation conferences conducted by Owner's construction personnel if portions of the Work depend on Owner's construction. 3.8 PROGRESS CLEANING A. General: Clean Project site and work areas daily,including common areas. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold waste materials more than seven days during normal weather or three days if the temperature is expected to rise above 80 deg F (27 deg C). 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. a. Use containers intended for holding waste materials of type to be stored. 017300-9 4. Coordinate progress cleaning for point-use areas where Contractor and other contractors are working concurrently B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness,necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work,broom-clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial-Completion. G. Waste Disposal: Do not bury or burn waste materials on-site. Do not wash waste materials down sewers or into waterways. Comply with waste disposal requirements in [Division 01 Section 015000 "Temporary Facilities and Controls."l [Division 01 Section 017419 "Construction Waste ManalZement and Disposal."] H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. 1. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.9 STARTING AND ADJUSTING A. Coordinate startup and adjusting of equipment and operating components with requirements in Division 01 Section "General Commissioning Requirements." B. Start equipment and operating components to confirm proper operation. Remove malfunctioning units,replace with new units, and retest. C. Adjust equipment for proper operation. Adjust operating components for proper operation without binding. 017300-10 D. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. E. Manufacturer's Field Service: Comply with qualification requirements in Division 01 Section "Quality Requirements." 3.10 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturer's written instructions for temperature and relative humidity. END OF SECTION 017300 017300-11 SECTION 017419 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for the following- 1. Salvaging nonhazardous demolition and construction waste. 2. Recycling nonhazardous demolition and construction waste. 3. Disposing of nonhazardous demolition and construction waste. B. Related Requirements: 1. Division 04 Section 04200 "Unit Masonry" for disposal requirements for masonry waste. 2. Division 02 Section 02230 "Site Clearing" for disposition of waste resulting from site clearing and removal of above-and below-grade improvements. 13 DEFINITIONS A. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. B. Demolition Waste. Building and site improvement materials resulting from demolition or selective demolition operations: C Disposal: Removal off-site of demolition and construction waste and subsequent sale,recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation for reuse. E. Salvage: Recovery of demolition or construction waste and subsequent sale or reuse in another facility. F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent incorporation into the Work. 017419-1 1.4 PERFORMANCE REQUIREMENTS A. General: Achieve end-of-Project rates for salvage/recycling of 75% by weight of total non- hazardous solid waste generated by the Work. Practice efficient waste management in the use of materials in the course of the Work. Use all reasonable means to divert construction and demolition waste from landfills and incinerators. Facilitate recycling and salvage of materials,including the following: 1. Demolition Waste: a. Asphalt paving. b. Concrete. C.. Concrete reinforcing steel. d. Brick. e. Concrete masonry units. f. Wood studs. g. Wood joists. h. Plywood and oriented strand board. i. Wood paneling. j. Wood trim. k. Structural and miscellaneous steel. 1. Rough hardware. in. Roofing. n. Insulation. o. Doors and frames. p. Door hardware. q. Windows. r. Glazing. S. Metal studs. t. Gypsum board. U. Acoustical tile and panels. V. Carpet. W. Carpet pad. X. Demountable partitions. y. Equipment. Z. Cabinets. aa. Plumbing fixtures. bb. Piping. cc. Supports and hangers. dd. Valves. ee. Sprinklers. ff. Mechanical equipment. gg. Refrigerants. hh. Electrical conduit. ii. Copper wiring. J. Lighting fixtures. kk. Lamps. 11. Ballasts. mm. Electrical devices. nn. Switchgear and panelboards. oo. Transformers. 017419-2 2. Construction Waste: a. Masonry and CMU. b. Lumber. C. Wood sheet materials. d. Wood trim. e. Metals. f. Roofing. g. Insulation. h. Carpet and pad. 1. Gypsum board. j. Piping. k. Electrical conduit. 1. Packaging: Regardless of salvage/recycle goal indicated in "General" Paragraph above, salvage or recycle 100 percent of the following uncontaminated packaging materials: 1) Paper. 2) Cardboard. 3) Boxes. 4) Plastic sheet and film. 5) Polystyrene packaging. 6) Wood crates. 7) Plastic pails. 1.5 ACTION SUBMITTALS A. Waste Management Plan: Submit plan within seven (7) days of date established for the Notice to Proceed. 1.6 INFORMATIONAL SUBMITTALS A. Waste Reduction Progress Reports: Concurrent with each Application for Payment, submit report. Use Form CWM-7 for construction waste and Form CWM-8 for demolition waste. Include the following information: 1. Material category. 2. Generation point of waste. 3. Total quantity of waste in tons. 4. Quantity of waste salvaged,both estimated and actual in tons. 5. Quantity of waste recycled,both estimated and actual in tons. 6. Total quantity of waste recovered(salvaged plus recycled) in tons. 7. Total quantity of waste recovered(salvaged plus recycled) as a percentage of total waste. B. Waste Reduction Calculations: Before request for Substantial Completion, submit calculated end-of-Project rates for salvage, recycling, and disposal as a percentage of total waste generated by the Work. 017419-3 C. Records of Donations: Indicate receipt and acceptance of salvageable waste donated to individuals and organizations. Indicate whether organization is tax exempt. D. Records of Sales: Indicate receipt and acceptance of salvageable waste sold to individuals and organizations. Indicate whether organization is tax exempt. E. Recycling and Processing Facility Records: Indicate receipt and acceptance of recyclable waste by recycling and processing facilities licensed to accept them. Include manifests,weight tickets, receipts, and invoices. F. Landfill and Incinerator Disposal Records: Indicate receipt and acceptance of waste by landfills and incinerator facilities licensed to accept them. Include manifests,weight tickets,receipts,and invoices. G. FGBC submittal: FGBC letter template for Category 5,Credit 2.1 and 2.2, signed by Contractor, tabulating total waste material, quantities diverted and means by which it is diverted, and statement that requirements for the credit have been met. H. Qualification Data: For waste management coordinator and refrigerant recovery technician. I. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering refrigerant,stating that all refrigerant that was present was recovered and that recovery was performed according to EPA regulations. Include name and address of technician and date refrigerant was recovered. 1.7 QUALITY ASSURANCE A. Waste Management Coordinator Qualifications: Experienced firm, with a record of successful waste management coordination of projects with similar requirements, that employs a LEED- Accredited Professional, with experience as a waste management coordinator. The Waste management coordinator may also serve as the contractor's LEED coordinator and as the contractor's project superintendent. B. Refrigerant Recovery Technician Qualifications: Certified by EPA-approved certification program. C. Regulatory Requirements: Comply with hauling and disposal regulations of authorities having jurisdiction. D. Waste Management Conference: Conduct conference at Project site to comply with requirements in Division 01 Section 013100 "Project Management and Coordination." Review methods and procedures related to waste management including,but not limited to,the following: 1. Review and discuss waste management plan including responsibilities of waste management coordinator. 2. Review requirements for documenting quantities of each type of waste and its disposition. 3. Review and finalize procedures for materials separation and verify availability of containers and bins needed to avoid delays. 4. Review procedures for periodic waste collection and transportation to recycling and disposal facilities. 017419-4 5. Review waste management requirements for each trade. 1.8 WASTE MANAGEMENT PLAN A. General: Develop a waste management plan according to ASTM E 1609 and requirements in this Section. Plan shall consist of waste identification, waste reduction work plan, and cost/revenue analysis. Indicate quantities by weight or volume, but use same units of measure throughout waste management plan. B. Waste Identification: Indicate anticipated types and quantities of demolition,site-clearing, and construction] waste generated by the Work. Use Form CWM-1 for construction waste and Form CWM-2 for demolition waste. Include estimated quantities and assumptions for estimates. C. Waste Reduction Work Plan: List each type of waste and whether it will be salvaged, recycled, or disposed of in landfill or incinerator. Use Form CWM-3 for construction waste and Form CWM-4 for demolition waste. Include points of waste generation,total quantity of each type of waste,quantity for each means of recovery, and handling and transportation procedures 1. Salvaged Materials for Reuse: For materials that will be salvaged and reused in this Project, describe methods for preparing salvaged materials before incorporation into the Work. 2. Salvaged Materials for Sale: For materials that will be sold to individuals and organizations, include list of their names, addresses, and telephone numbers. 3. Salvaged Materials for Donation: For materials that will be donated to individuals and organizations, include list of their names, addresses,and telephone numbers. 4. Recycled Materials: Include list of local receivers and processors and type of recycled materials each will accept. Include names, addresses, and telephone numbers. 5. Disposed Materials: Indicate how and where materials will be disposed of. Include name, address, and telephone number of each landfill and incinerator facility. 6. Handling and Transportation Procedures: Include method that will be used for separating recyclable waste including sizes of containers, container labeling, and designated location where materials separation will be performed. D. Cost/Revenue Analysis: Indicate total cost of waste disposal as if there was no waste management plan and net additional cost or net savings resulting from implementing waste management plan. Use Form CWM-5 for construction waste and Form CWM-6 for demolition waste. Include the following: I. Total quantity of waste. 2. Estimated cost of disposal (cost per unit). Include hauling and tipping fees and cost of collection containers for each type of waste. 3. Total cost of disposal(with no waste management). 4. Revenue from salvaged materials. 5. Revenue from recycled materials. 6. Savings in hauling and tipping fees by donating materials. 7. Savings in hauling and tipping fees that are avoided. 8. Handling and transportation costs. Include cost of collection containers for each type of waste. 9. Net additional cost or net savings from waste management plan. 017419-5 PART 2 -PRODUCTS (Not Used) PART 3 -EXECUTION 3.1 PLAN IMPLEMENTATION A. General: Implement approved waste management plan. Provide handling, containers, storage, signage,transportation,and other items as required to implement waste management plan during the entire duration of the Contract. 1. Comply with operation, termination, and removal requirements in Division 01 Section 015000 "Temporary Facilities and Controls." B. Waste Management Coordinator: Engage a waste management coordinator to be responsible for implementing, monitoring, and reporting status of waste management work plan. Coordinator shall be present at Project site full time for duration of Project. C. Training: Train workers, subcontractors,and suppliers on proper waste management procedures, as appropriate for the Work. 1. Distribute waste management plan to everyone concerned within three (3) days of submittal return. 2. Distribute waste management plan to entities when they first begin work on-site. Review plan procedures and locations established for salvage,recycling,and disposal. D. Site Access and Temporary Controls. Conduct waste management operations to ensure minimum interference with roads,streets,walks,walkways,and other adjacent occupied and used facilities. 1. Designate and label specific areas on Project site necessary for separating materials that are to be salvaged, recycled,reused, donated, and sold. 2. Comply with Division 01 Section 015000 "Temporary Facilities and Controls" for controlling dust and dirt, environmental protection, and noise control. E. Waste Management in Historic Zones or Areas: Hauling equipment and other materials shall be of sizes that clear surfaces within historic spaces, areas, rooms, and openings, by 12 inches (300 mm)or more. 3.2 RECYCLING DEMOLITION AND CONSTRUCTION WASTE, GENERAL A. General: Recycle paper and beverage containers used by on-site workers. B. Recycling Receivers and Processors: List below is provided for information only; available recycling receivers and processors include, but are not limited to,the following: 1. East Coast Recycling,Inc.,4880 Glades Cut Off Road,Fort Pierce,FL 34981-4609,(772) 461-5833. C. Recycling Incentives: Revenues, savings, rebates, tax credits, and other incentives received for recycling waste materials shall accrue to Contractor. 017419-6 D. Preparation of Waste: Prepare and maintain recyclable waste materials according to recycling or reuse facility requirements. Maintain materials free of dirt, adhesives, solvents, petroleum contamination, and other substances deleterious to the recycling process E. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable waste by type at Project site to the maximum extent practical according to approved construction waste management plan. 1. Provide appropriately marked containers or bins for controlling recyclable waste until removed from Project site. Include list of acceptable and unacceptable materials at each container and bin. a. Inspect containers and bins for contamination and remove contaminated materials if found. 2. Stockpile processed materials on-site without intermixing with other materials. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 3. Stockpile materials away from construction area. Do not store within drip line of remaining trees. 4. Store components off the ground and protect from the weather. 5. Remove recyclable waste from Owner's property and transport to recycling receiver or processor. 3.3 RECYCLING DEMOLITION WASTE A. Asphalt Paving: Break up and transport paving to asphalt-recycling facility. B. Concrete: Remove reinforcement and other metals from concrete and sort with other metals. 1 Crush concrete and screen to comply with requirements in Division 02 Section 02300 "Earthwork" for use as satisfactory soil for fill or subbase. 2. Or, break up and transport to a concrete recycling facility. C. Masonry: Remove metal reinforcement, anchors, and ties from masonry and sort with other metals. a. Crush masonry and screen to comply with requirements in Division 02 Section 02300 "Earthwork" for use as general fill. b. Or,break up and transport to a concrete recycling facility C. Clean and stack undamaged, whole masonry units on wood pallets and transport to a recycling facility. D. Wood Materials: Sort and stack members according to size, type, and length. Separate lumber, engineered wood products,panel products, and treated wood materials. E. Metals: Separate metals by type. 1. Structural Steel: Stack members according to size,type of member, and length. 017419-7 2. Remove and dispose of bolts,nuts,washers,and other rough hardware. F. Asphalt Shingle Roofing: Separate organic and glass-fiber asphalt shingles and felts. Remove and dispose of nails, staples,and accessories. G Gypsum Board: Stack large clean pieces on wood pallets or in container and store in a dry location. Remove edge trim and sort with other metals. Remove and dispose of fasteners. H. Acoustical Ceiling Panels and Tile: Stack large clean pieces on wood pallets and store in a dry location. I. Metal Suspension System: Separate metal members including trim, and other metals from acoustical panels and the and sort with other metals. J. Carpet and Pad. Roll large pieces tightly after removing debris,trash, adhesive, and tack strips. 1. Store clean, dry carpet and pad in a closed container or trailer provided by Carpet Reclamation Agency or carpet recycler K. Carpet Tile. Remove debris,trash, and adhesive. 1. Stack tile on pallet and store clean, dry carpet in a closed container or trailer provided by Carpet Reclamation Agency or carpet recycler. L Piping: Reduce piping to straight lengths and store by type and size. Separate supports,hangers, valves, sprinklers, and other components by type and size. M. Conduit: Reduce conduit to straight lengths and store by type and size. 3.4 RECYCLING CONSTRUCTION WASTE A. Packaging: 1. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location. 2. Polystyrene Packaging: Separate and bag materials. 3. Pallets: As much as possible,require deliveries using pallets to remove pallets from Project site. For pallets that remain on-site, break down pallets into component wood pieces and comply with requirements for recycling wood. 4. Crates: Break down crates into component wood pieces and comply with requirements for recycling wood. B. Wood Materials. 1. Clean Cut-Offs of Lumber: Grind or chip into small pieces. 2. Clean Sawdust: Bag sawdust that does not contain painted or treated wood. a. Comply with requirements in Division 02 Section 02950 "Trees, Plants and Ground Cover" and Section 02920 "Lawns and Grasses" for use of clean sawdust as organic mulch. 017419-8 C Gypsum Board: Stack large clean pieces on wood pallets or in container and store in a dry location. Transport to a recycling facility. 1. Clean Gypsum Board: Grind scraps of clean gypsum board using small mobile chipper or hammer mill. Screen out paper after grinding. 3.5 DISPOSAL OF WASTE A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not burn waste materials. C. Disposal: Remove waste materials from Owner's property and legally dispose of them. 3.6 SUGGESTED FORMS TO BE USED FOR COMPLIANCE A. Form CWM-1 for construction waste identification. B. Form CWM-2 for demolition waste identification. C. Form CWM-3 for construction waste reduction work plan. D. Form CWM-4 for demolition waste reduction work plan. E. Form CWM-5 cost/revenue analysis of construction waste reduction work plan. F. Form CWM-6 cost/revenue analysis of demolition waste reduction work plan. G. Form CWM-7 for construction waste H. Form CWM-8 for demolition waste. Forms can be provided upon request from ARCHITECT. END OF SECTION 017419 017419-9 SECTION 017700 -CLOSEOUT PROCEDURES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of, the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for contract closeout, including,but not limited to,the following: 1. Substantial Completion procedures 2. Final completion procedures. 3. Warranties. 4. Final cleaning. 5. Repair of the Work. B. Related Requirements: 1. Division 01 Section 013233 "Photographic Documentation" for submitting final completion construction photographic documentation. 2. Division 01 Section 017300 "Execution" for progress cleaning of Project site. 3. Division 01 Section 017823 "Operation and Maintenance Data" for operation and maintenance manual requirements. 4. Division 01 Section 017839 "Project Record Documents" for submitting record Drawings,record Specifications, and record Product Data. 5. Divisions 02 throul4h 16 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.3 ACTION SUBMITTALS A. Product Data: For cleaning agents. B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion. C. Certified List of Incomplete Items: Final submittal at Final Completion. 1.4 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Certificate of Insurance: For continuing coverage. 017700-1 C. Field Report: For pest control inspection. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Schedule of Maintenance Material Items: For maintenance material submittal items specified in other Sections. 1.6 SUBSTANTIAL COMPLETION PROCEDURES A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected(Contractor's punch list), indicating the value of each item on the list and reasons why the Work is incomplete. B. Submittals Prior to Substantial Completion: Complete the following a minimum of five(5) days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1 Certificates of Release: Obtain and submit releases from authorities having jurisdiction permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 2. Submit closeout submittals specified in other Division 01 Sections, including project record documents, operation and maintenance manuals, final completion construction photographic documentation, damage or settlement surveys,property surveys, and similar final record information. 3. Submit closeout submittals specified in individual Divisions 02 through 16 Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Submit maintenance material submittals specified in individual Divisions 02 through 16 Sections, including tools, spare parts, extra materials, and similar items, and deliver to location designated by Architect. Label with manufacturer's name and model number where applicable. a. Schedule of Maintenance Material Items: Prepare and submit schedule of maintenance material submittal items,including name and quantity of each item and name and number of related Specification Section. Obtain Architect's signature for receipt of submittals. 5. Submit test/adjust/balance records. 6. Submit sustainable design submittals required in Division 01 Section 018113 "Sustainable Design Requirements" and in individual Division 02 through 16 Sections. 7. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. C. Procedures Prior to Substantial Completion: Complete the following a minimum of five(5)days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Advise Owner of pending insurance changeover requirements. 017700-2 2. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 3. Complete startup and testing of systems and equipment. 4. Perform preventive maintenance on equipment used prior to Substantial Completion. 5. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. See plan specifications and requirements in Section 019113 General Commissioning Requirements." 6. Advise Owner of changeover in heat and other utilities. 7. Participate with Owner in conducting inspection and walkthrough with local emergency responders. 8. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 9. Complete final cleaning requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. D. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of five (5) days prior to date the work will be completed and ready for final inspection and tests. On receipt of request,Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor'of items, either on Contractor's list or additional items identified by Architect,that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for final completion. 1.7 FINAL COMPLETION PROCEDURES A. Submittals Prior to Final Completion: Before requesting final inspection for determining final completion, complete the following: 1. Submit a final Application for Payment according to Division 01 Section 012900"Payment Procedures." 2. Certified List of Incomplete Items: Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected(punch list),endorsed and dated by Architect. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest-control final inspection report. B. Inspection: Submit a written request for final inspection to determine acceptance a minimum of 5 days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 017700-3 1.8 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including,if necessary, areas disturbed by Contractor that are outside the limits of construction.[ Use CSI Form 14.1A.] 1. Organize list of spaces in sequential order, starting with exterior areas first and proceeding from lowest floor to highest floor. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors,equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. C. Name of Architect. d. Name of Contractor. e. Page number. 4. Submit list of incomplete items in any of the following formats: a. MS Excel electronic file. Architect will return annotated file. b. PDF electronic file. Architect will return annotated file. C. Three(3)paper copies. Architect will return two (2) copies. 19 SUBMITTAL OF PROJECT WARRANTIES A. Time of Submittal: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated, or when delay in submittal of warranties might limit Owner's rights under warranty B. Partial Occupancy: Submit properly executed warranties within fifteen (15) days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence-based on the table of contents of Project Manual. 1. Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-Il-inch (215-by-280-mm)paper. 2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title"WARRANTIES," Project name, and name of Contractor. 4. Warranty Electronic File: Scan warranties and bonds and assemble complete warranty and bond submittal package into a single indexed electronic PDF file with links enabling navigation to each item. Provide bookmarked table of contents at beginning of document. 017700-4 D. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2 -PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. I. Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. PART 3 -EXECUTION 3.1 FINAL CLEANING A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a designated portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Rake grounds that are neither planted nor paved to a smooth, even-textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. g. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts,trenches,equipment vaults,manholes,attics,and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. i. Vacuum carpet and similar soft surfaces, removing debris and excess nap; clean according to manufacturer's recommendations if visible soil or stains remain. 017700-5 j. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision-obscuring materials. Polish mirrors and glass,taking care not to scratch surfaces. k. Remove labels that are not permanent. 1. Wipe surfaces of mechanical and electrical equipment[, elevator equipment,] and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. M. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. n. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers,registers, and grills. o Clean ducts, blowers, and coils if units were operated without filters during construction or that display contamination with particulate matter on inspection. 1) Clean HVAC system in compliance with NADCA Standard 1992-01. Provide written report on completion of cleaning. P. Clean light fixtures, lamps,globes, and reflectors to function with full efficiency. q. Leave Project clean and ready for occupancy. C. Pest Control: Comply with pest control requirements in Division 01 Section 015000 "Temporary Facilities and Controls." Prepare written report. D. Construction Waste Disposal: Comply with waste disposal requirements in Division 01 Section 015000 "Temporary Facilities and Controls." Division 01 Section 017419 "Construction Waste Management and Disposal." 3.2 REPAIR OF THE WORK A. Complete repair and restoration operations before requesting inspection for determination of Substantial Completion. B. Repair or remove and replace defective construction. Repairing includes replacing defective parts,refinishing damaged surfaces,touching up with matching materials,and properly adjusting operating equipment. Where damaged or worn items cannot be repaired or restored; provide replacements. Remove and replace operating components that cannot be repaired. Restore damaged construction and permanent facilities used during construction to specified condition. 1. Remove and replace chipped, scratched, and broken glass, reflective surfaces, and other damaged transparent materials. 2 Touch up and otherwise repair and restore marred or exposed finishes and surfaces. Replace finishes and surfaces that that already show evidence of repair or restoration. a. Do not paint over "UL" and other required labels and identification, including mechanical and electrical nameplates. Remove paint applied to required labels and identification. 3 Replace parts subject to operating conditions during construction that may impede operation or reduce longevity. 017700-6 4. Replace burned-out bulbs, bulbs noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. END OF SECTION 017700 017700-7 SECTION 017823 -OPERATION AND MAINTENANCE DATA PART 1 -GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: 1. Operation and maintenance documentation directory. 2. Emergency manuals. 3. Operation manuals for systems, subsystems, and equipment. 4. Product maintenance manuals. 5 Systems and equipment maintenance manuals. B. Related Requirements: 1. Division 01 Section 013400 "Submittal Procedures" for submitting copies of submittals for operation and maintenance manuals. 2. Division Ol Section 018113 "Sustainable Design Requirements- FGBC For New Construction" for record requirements to achieve FGBC Certification. 3. Division 01 Section 019113 "General Commissioning Requirements" for verification and compilation of data into operation and maintenance manuals. 4. Divisions 02 through 16 Sections and/or drawings for specific operation and maintenance manual requirements for the Work in those Sections. 1.3 DEFINITIONS A. System: An organized collection of parts,equipment,or subsystems united by regular interaction. B. Subsystem: A portion of a system with characteristics similar to a system. 1.4 CLOSEOUT SUBMITTALS A. Manual,Content- Operations and maintenance manual content is specified in individual Specification Sections and/or drawings to be reviewed at the time of Section submittals. Submit reviewed manual content formatted and organized as required by this Section. 1. Architect and Commissioning Authority will comment on whether content of operations and maintenance submittals are acceptable. 017823-1 2. Where applicable, clarify and update reviewed manual content to correspond to revisions and field conditions. B. Format: Submit operations and maintenance manuals in the following format: 1. PDF electronic file (optional). Assemble each manual into a composite electronically indexed file. Submit on digital media acceptable to Architect. a. Name each indexed document file in composite electronic index with applicable item name. Include a complete electronically linked operation and maintenance directory. 2. Three (3) paper copies (required). Include a complete operation and maintenance directory. Enclose title pages and directories in clear plastic sleeves. C. Manual Submittal- Submit each manual in final form prior to requesting inspection for Substantial Completion and at least fifteen (15) days before commencing demonstration and training. Architect and Commissioning Authority will return copy with comments. 1. Correct or revise each manual to comply with Architect's and Commissioning Authority's comments. Submit copies of each corrected manual within fifteen (15) days of receipt of Architect's and Commissioning Authority's comments and prior to commencing demonstration and training. 2. Submit corrected final manual in a PDF electronic format, assembled into a composite electronically indexed file. PART 2 -PRODUCTS 2.1 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY A. Directory: Prepare a single, comprehensive directory of emergency, operation, and maintenance data and materials,listing items and their location to facilitate ready access to desired information. Include a section in the directory for each of the following: 1. List of documents. 2. List of systems. 3. List of equipment. 4. Table of contents. B. List of Systems and Subsystems: List systems alphabetically. Include references to operation and maintenance manuals that contain information about each system. C. List of Equipment: List equipment for each system, organized alphabetically by system. For pieces of equipment not part of system, list alphabetically in separate list. D. Tables of Contents: Include a table of contents for each emergency, operation, and maintenance manual. 017823-2 E Identification: In the documentation directory and in each operation and maintenance manual, identify each system, subsystem, and piece of equipment with same designation used in the Contract Documents. If no designation exists, assign a designation according to ASHRAE Guideline 4, "Preparation of Operating and Maintenance Documentation for Building Systems." 2.2 REQUIREMENTS FOR EMERGENCY, OPERATION,AND MAINTENANCE MANUALS A. Organization: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed: 1. Title page. 2. Table of contents. 3. Manual contents. B. Title Page- Include the following information: I. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner 4. Date of submittal. 5. Name and contact information for Contractor. 6. Name and contact information for Construction Manager. 7. Name and contact information for Architect. 8. Name and contact information for Commissioning Authority. 9. Names and contact information for mayor consultants to the Architect that designed the systems contained in the manuals. 10 Cross-reference to related systems in other operation and maintenance manuals. C. Table of Contents List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual. 1. If operation or maintenance documentation requires more than one volume to accommodate data,include comprehensive table of contents for all volumes in each volume of the set. D. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system,subsystem,and equipment. If possible,assemble instructions for subsystems,equipment, and components of one system into a single binder. E. Manuals, Electronic Files (optional). Submit manuals in the form of a multiple file composite electronic PDF file for each manual type required. 1. Electronic Files: Use electronic files prepared by manufacturer where available. Where scanning of paper documents is required,configure scanned file for minimum readable file size. 2. File Names and Bookmarks: Enable bookmarking of individual documents based on file names. Name document files to correspond to system, subsystem, and equipment names 017823-3 used in manual directory and table of contents. Group documents for each system and subsystem into individual composite bookmarked files, then create composite manual, so that resulting bookmarks reflect the system, subsystem, and equipment names in a readily navigated file tree. Configure electronic manual to display bookmark panel on opening file. F. Manuals, Paper Copy (required): Submit manuals in the form of hard copy, bound and labeled volumes. 1. Binders: Heavy-duty, three-ring, vinyl-covered, [loose-leaf] [post-type] binders, in thickness necessary to accommodate contents,sized to hold 8-1/2-by-1 l-inch(215-by-280- mm) paper; with clear plastic sleeve on spine to hold label describing contents and with pockets inside covers to hold folded oversize sheets. a. If two or more binders are necessary to accommodate data of a system,organize data in each binder into groupings by subsystem and related components. Cross- reference other binders if necessary to provide essential information for proper operation or maintenance of equipment or system. b. Identify each binder on front and spine, with printed title "OPERATION AND MAINTENANCE MANUAL," Project title or name,[ and] subject matter of contents[, and indicate Specification Section number on bottom of spine]. Indicate volume number for multiple-volume sets. 2. Dividers- Heavy-paper dividers with plastic-covered tabs for each section of the manual. Mark each tab to indicate contents. Include typed list of products and mayor components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual. 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic software storage media for computerized electronic equipment. 4. Supplementary Text: Prepared on 8-1/2-by-1 I-inch(215-by-280anm)white bond paper. 5. Drawings: Attach reinforced,punched binder tabs on drawings and bind with text. a. If oversize drawings are necessary, fold drawings to same size as text pages and use as foldouts. b. If drawings are too large to be used as foldouts, fold and place drawings in labeled envelopes and bind envelopes in rear of manual. At appropriate locations in manual, insert typewritten pages indicating drawing titles, descriptions of contents, and drawing locations. 2.3 EMERGENCY MANUALS A. Content: Organize manual into a separate section for each of the following: 1. Type of emergency. 2. Emergency instructions. 3. Emergency procedures. B. Type of Emergency: Where applicable for each type of emergency indicated below, include instructions and procedures for each system, subsystem,piece of equipment, and component: 017823-4 I. Fire. 2. Flood. 3. Gas leak. 4. Water leak. 5. Power failure. 6. Water outage. 7. System, subsystem, or equipment failure. 8. Chemical release or spill. C. Emergency Instructions: Describe and explain warnings,trouble indications,error messages,and similar codes and signals. Include responsibilities of Owner's operating personnel for notification of Installer, supplier, and manufacturer to maintain warranties. D. Emergency Procedures: Include the following, as applicable: 1. Instructions on stopping. 2. Shutdown instructions for each type of emergency. 3. Operating instructions for conditions outside normal operating limits. 4. Required sequences for electric or electronic systems. 5. Special operating instructions and procedures. 2.4 OPERATION MANUALS A. Content: In addition to requirements in this Section,include operation data required in individual Specification Sections and the following information: 1. System, subsystem, and equipment descriptions. Use designations for systems and equipment indicated on Contract Documents. 2. Performance and design criteria if Contractor has delegated design responsibility. 3. Operating standards. 4. Operating procedures. 5. Operating logs. 6. Wiring diagrams. 7. Control diagrams. 8. Piped system diagrams. 9. Precautions against improper use. 10. License requirements including inspection and renewal dates. B. Descriptions: Include the following: 1. Product name and model number. Use designations for products indicated on Contract Documents. 2. Manufacturer's name. 3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Performance curves. 8. Engineering data and tests. 9. Complete nomenclature and number of replacement parts. 017823-5 C. Operating Procedures: Include the following, as applicable: 1. Startup procedures. 2. Equipment or system break-in procedures. 3. Routine and normal operating instructions. 4. Regulation and control procedures. 5. Instructions on stopping. 6. Normal shutdown instructions. 7. Seasonal and weekend operating instructions. S. Required sequences for electric or electronic systems. 9. Special operating instructions and procedures. D. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed. E. Piped Systems: Diagram piping as installed, and identify color-coding where required for identification. 25 PRODUCT MAINTENANCE MANUALS A. Content: Organize manual into a separate section for each product,material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below. B. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product,list name,address,and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual and drawing or schedule designation or identifier where applicable. C. Product Information: Include the following, as applicable: 1. Product name and model number. 2. Manufacturer's name. 3. Color,pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products. D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. 017823-6 F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. 2.6 SYSTEMS AND EQUIPMENT MAINTENANCE MANUALS A. Content: For each system,subsystem,and piece of equipment not part of a system,include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules,spare parts list and source information,maintenance service contracts,and warranty and bond information,as described below. B. Source Information: List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual and drawing or schedule designation or identifier where applicable. C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment: 1. Standard maintenance instructions and bulletins. 2. Drawings,diagrams,and instructions required for maintenance,including disassembly and component removal, replacement, and assembly. 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts. D. Maintenance Procedures: Include the following information and items that detail essential maintenance procedures: 1. Test and inspection instructions. 2. Troubleshooting guide. 3. Precautions against improper maintenance. 4. Disassembly; component removal,repair, and replacement; and reassembly instructions. 5. Aligning, adjusting, and checking instructions. 6. Demonstration and training video recording, if available. E. Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment,and separate schedules for preventive and routine maintenance and service with standard time allotment. 1. Scheduled Maintenance and Service: Tabulate actions for daily, weekly, monthly, quarterly, semiannual, and annual frequencies. 2. Maintenance and Service Record: Include manufacturers' forms for recording maintenance. F. Spare Parts List and Source Information• Include lists of replacement and repair parts,with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services. 017823-7 G. Maintenance Service Contracts: Include copies of maintenance agreements with name and telephone number of service agent. H. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. PART 3 -EXECUTION 3.1 MANUAL PREPARATION A. Operation and Maintenance Documentation Directory: Prepare a separate manual that provides an organized reference to emergency, operation, and maintenance manuals. B. Emergency Manual: Assemble a complete set of emergency information indicating procedures for use by emergency personnel and by Owner's operating personnel for types of emergencies indicated. C. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product, material,and finish incorporated into the Work. D. Operation and Maintenance Manuals: Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system. 1. Engage a factory-authorized service representative to assemble and prepare information for each system, subsystem, and piece of equipment not part of a system. 2. Prepare a separate manual for each system and subsystem, in the form of an instructional manual for use by Owner's operating personnel. E. Manufacturers'Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. 1. Prepare supplementary text if manufacturers' standard printed data are not available and where the information is necessary for proper operation and maintenance of equipment or systems. F. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in record Drawings to ensure correct illustration of completed installation. 1. Do not use original project record documents as part of operation and maintenance manuals. 017823-8 2. Comply with requirements of newly prepared record Drawings in Division 01 Section "Project Record Documents." G. Comply with Division 01 Section "Closeout Procedures" for schedule for submitting operation and maintenance documentation. END OF SECTION 017823 017823-9 SECTION 017839 -PROJECT RECORD DOCUMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for project record documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. 4. Miscellaneous record submittals. B. Related Requirements: 1. Division 01 Section 017300 "Execution" for final property survey. 2. Division 01 Section 017700 "Closeout Procedures" for general closeout procedures. 3. Division 01 Section 017823 "Operation and Maintenance Data" for operation and maintenance manual requirements. 4. Division 01 Section 018113 "Sustainable Design Requirements- FGBC For New Construction" for record requirements to achieve FGBC Certification. 5. Divisions 02 through 16 Sections and drawings for specific requirements for project record documents of the Work in those Sections. 1.3 CLOSEOUT SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit two(2) sets of marked-up record prints. 2. Number of Copies: Submit copies of record Drawings as follows: a. Initial Submittal: 1) Submit one(1)paper-copy set of marked-up record prints. 2) Architect will indicate whether general scope of changes, additional information recorded, and quality of drafting are acceptable. b. Final Submittal: 1) Submit three(3)paper-copy sets of marked-up record prints. 017839-1 2) Submit PDF electronic files of scanned record prints and three (3) sets of prints. 3) Print each drawing, whether or not changes and additional information were recorded. B. Record Specifications: Submit one paper copy of Project's Specifications, including addenda and contract modifications. C. Record Product Data: Submit one paper copy of each submittal. 1. Where record Product Data are required as part of operation and maintenance manuals, submit duplicate marked-up Product Data as a component of manual. D. Miscellaneous Record Submittals: See other Specification Sections for miscellaneous record- keeping requirements and submittals in connection with various construction activities. Submit one paper copy of each submittal. E. Reports: Submit written report weekly indicating items incorporated into project record documents concurrent with progress of the Work, including revisions,concealed conditions, field changes,product selections, and other notations incorporated. PART 2 -PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of marked-up paper copies of the Contract Drawings and Shop Drawings, incorporating new and revised drawings as modifications are issued. 1. Preparation: Mark record prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data,whether individual or entity is Installer, subcontractor, or similar entity, to provide information for preparation of corresponding marked-up record prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an acceptable drawing technique. C. Record data as soon as possible after obtaining it. d. Record and check the markup before enclosing concealed installations. e. Cross-reference record prints to corresponding archive photographic documentation. 2. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b Revisions to details shown on Drawings. C. Depths of foundations below first floor. d. Locations and depths of underground utilities. e. Revisions to routing of piping and conduits. f. Revisions to electrical circuitry. 017839-2 g. Actual equipment locations. h. Duct size and routing. i. Locations of concealed internal utilities. j. Changes made by Change Order or Construction Change Directive. k. Changes made following Architect's written orders. 1. Details not on the original Contract Drawings. M. Field records for variable and concealed conditions. n. Record information on the Work that is shown only schematically. 3. Mark the Contract Drawings and Shop Drawings completely and accurately. Use personnel proficient at recording graphic information in production of marked-up record prints. 4. Mark record sets with erasable,red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive numbers,alternate numbers,Change Order numbers, and similar identification,where applicable. B. Record Digital Data Files: Immediately before inspection for Certificate of Substantial Completion,review marked-up record prints with Architect and Construction Manager. When authorized,prepare a full set of corrected digital data files of the Contract Drawings, as follows: 1. Format: Same digital data software program,version,and operating system as the original Contract Drawings. 2. Incorporate changes and additional information previously marked on record prints. Delete,redraw, and add details and notations where applicable. 3. Refer instances of uncertainty to Architect for resolution. 4. Architect will furnish Contractor one set of digital data files of the Contract Drawings for use in recording information. a. See Division 01 Section "Submittal Procedures" for requirements related to use of Architect's digital data files. b. Architect will provide data file layer information. Record markups in separate layers. C. Newly Prepared Record Drawings: Prepare new Drawings instead of preparing record Drawings where Architect determines that neither the original Contract Drawings nor Shop Drawings are suitable to show actual installation. 1. New Drawings may be required when a Change Order is issued as a result of accepting an alternate, substitution, or other modification. 2. Consult Architect for proper scale and scope of detailing and notations required to record the actual physical installation and its relation to other construction. Integrate newly prepared record Drawings into record Drawing sets; comply with procedures for formatting, organizing, copying, binding,and submitting. D. Format: Identify and date each record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. 017839-3 I. Record Prints: Organize record prints and newly prepared record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. Format: Annotated PDF electronic file. 3. Record Digital Data Files: Organize digital data information into separate electronic files that correspond to each sheet of the Contract Drawings. Name each file with the sheet identification. Include identification in each digital data file. 4. Identification: As follows: a. Project name. b. Date. C. Designation "PROJECT RECORD DRAWINGS." d. Name of Architect. e. Name of Contractor. 2.2 RECORD SPECIFICATIONS A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3 Record the name of manufacturer, supplier, Installer, and other information necessary to provide a record of selections made. 4. For each principal product, indicate whether record Product Data has been submitted in operation and maintenance manuals instead of submitted as record Product Data. 5. Note related Change Orders[, record Product Data,] and record Drawings where applicable. B. Format: Submit record Specifications as paper copy. 23 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders, record Specifications, and record Drawings where applicable. B. Format: Submit record Product Data as paper copy 1. Include record Product Data directory organized by Specification Section number and title, electronically linked to each item of record Product Data. 017839-4 2.4 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each,ready for continued use and reference. B. Format: Submit miscellaneous record submittals as paper copy. 1. Include miscellaneous record submittals directory organized by Specification Section number and title,electronically linked to each item of miscellaneous record submittals. PART 3 -EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for project record document purposes. Post changes and revisions to project record documents as they occur; do not wait until end of Project. B. Maintenance of Record Documents and Samples: Store record documents and Samples in the field office apart from the Contract Documents used for construction. Do not use project record documents for construction purposes. Maintain record documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to project record documents for Architect's reference during normal working hours. END OF SECTION 017839 017839-5 SECTION 018100 POST FINAL INSPECTION 1.1 GENERAL A. Approximately one year after Final Completion, the OWNER will make arrangements with the Construction Coordination Manager and 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 and Construction Coordination Manager 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 performance and payment bonds. 018100-1 SECTION 018113 -SUSTAINABLE DESIGN AND CONSTRUCTION REQUIREMENTS— FLORIDA GREEN BUILDING COALITION(FGBC), COMMERCIAL BUILDING CERTIFICATION STANDARDS 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. FGBC Sustainable Design and Construction Requirements -General Requirements: 1. The project is required to comply with the "Florida Green Commercial Building Certification Standard, effective July 1, 2011" published by the Florida Green Building Coalition, Inc." as specified in Division 1 Section "018113 - Sustainable Design and Construction Requirements." The Contractor has a significant responsibility to ensure compliance and certification is received. 2. The owner, through its Designated Professional, together with the assistance of the project design team and the contractor, will submit an application for Commercial Building Certification to the FGBC. The Designated Professional will collect, organize and review all necessary supporting documentation provided by the design team and contractor and shall request, when needed, additional information from the design team and contractor, said information shall be provided by the design team and contractor without objection or delay. 3. The FGBC Commercial Building Certification requires compliance with the Florida Green Commercial Building Certification Standard Reference Guide and Checklist (Schedule A). The project's "Schedule A" is included as Sheet 2 of 2 of the drawings titled "FGBC Sustainable Design and Construction Requirements." This checklist lists all credit points targeted by the owner and design team. Only the owner has the discretion to modify the points targeted and the contractor may not modify or change the points targeted but may suggest alternatives for owner's and Designated Professional's consideration. 4. The application will include a request for FGBC Commercial Building Certification for the Transit Hub Facility building and site work. 5. The contractor shall obtain a copy of the "Florida Green Commercial Building Certification Standard Reference Guide" at www.floridagreenbuilding.org and shall review and understand all applicable requirements. 6. The contractor shall adhere to all requirements specified in Section 018113 —Sustainable Design and Construction Requirements — Florida Green Building Coalition (FGBC) Commercial Building Construction Standards; and shall adhere to all other related requirements in Division 01 to 16 of the specifications and all related requirements in the drawings. ,7. The contractor shall be responsible for and shall coordinate the work of its sub- contractors as their work relates to the FGBC Certification Requirements and Procedures. 8. The contractor shall have experience with at least one commercial project receiving certification from FGBC, USGBC, or other recognized standard for green or sustainable 018113-1 construction. Experience of the contractor shall be in the capacity as the general and prime contractor on the project that received certification. 9. The contractor shall employ at least one person with LEED AP accreditation,who will be assigned to this project in a supervisory role. The contractor's LEED AP may also serve in other roles for the project (i.e. project manager, project superintendent, project waste coordinator), or the contractor may retain a consultant who will work in the capacity as contractor's "Sustainable Design and Construction Coordinator." The contractor's consultant shall provide a "LEED AP" assigned to the project who shall be responsible for administration, coordination, and implementation of contractor's sustainable design and construction requirements. In lieu of this LEED AP accreditation, the contractor may submit to the owner, the resume of the employee it shall assign to this project in a supervisory role, who has experience in at least one (1) other similar project which has received certification, in which this employee was the project manager, project superintendent,or with other similar responsibility. The experience of the contractor's employee or consultant assigned to this project shall be listed in section 00456 of the Contract Documents—"Qualifications Questionnaire." B. This section includes general requirements and procedures for compliance with certain FGBC prerequisites and credits needed for Project to obtain certification based on FGBC — "Florida Green Commercial Building Certification Standard." 1. Other FGBC prerequisites and credits needed to obtain FGBC certification depend on product selections and may not be specifically identified as FGBC requirements. Compliance with requirements needed to obtain FGBC prerequisites and credits may be used as one criterion to evaluate substitution requests and comparable product requests. 2. Additional FGBC prerequisites and credits needed to obtain the indicated FGBC certification depend on Architect's design and other aspects of Project that are not part of the Work of the Contract. 3. A copy of the FGBC Project checklist is included in the drawings. 4. Reference Standard: The contractor shall reference the Florida Green Building Coalition reference Guide, "Florida Green Commercial Building Standard Reference Guide,version 2, 10/23/2012". This guide is available to download from the following web-site: www.floridagreenbuilding.org C. Related Requirements: 1. Divisions 01 through 16 Sections for FGBC requirements specific to the work of each of these Sections. Requirements may or may not include reference to FGBC 1.3 DEFINITIONS A. Chain-of-Custody Certificates: Certificates signed by manufacturers certifying that wood used to make products was obtained from forests certified by an FSC-accredited certification body to comply with FSC STD-01-001, "FSC Principles and Criteria for Forest Stewardship." Certificates shall include evidence that manufacturer is certified for chain of custody by an FSC-accredited certification body. 018113-2 B. Project Materials—Manufactured Locally: Materials that have been manufactured within a 700 mile radius of the project site. If only a fraction of a product or material is manufactured locally, then only that percentage (by weight) shall contribute to the regional value. C. Regional materials —Extracted Locally: Project materials that have been extracted, harvested, or recovered within a 700 mile radius of the project site. If only a fraction of a product or material is extracted/harvested/recovered locally, then only that percentage (by weight) shall contribute to the value. D. Recycled Content: The recycled content value of a material assembly shall be determined by weight. The recycled fraction of the assembly is then multiplied by the cost of assembly to determine the recycled content value. 1.4 ADMINISTRATIVE REQUIREMENTS A. Respond to questions and requests from Architect and the owner's FGBC designated professional regarding credits that are the responsibility of the Contractor, that depend on product selection or product qualities, or that depend on Contractor's procedures until the FGBC has made its determination on the project's certification application. Document responses as informational submittals. 1.5 ACTION SUBMITTALS AND CONTRACTOR'S FGBC PROJECT REQUIREMENTS A. General- Submit additional FGBC submittals required by other Specification Sections. B. FGBC submittals are in addition to other submittals. If submitted item is identical to that submitted to comply with other requirements, submit duplicate copies as a separate submittal to verify compliance with indicated FGBC requirements. C. FGBC Documentation Submittals, Contractors Requirements and Special Materials/ Products Required: 1. Products / Materials, Generally: Provide products and procedures necessary to obtain FGBC credits required in this Section. Although other Sections may specify some requirements that contribute to FGBC credits, the Contractor shall determine additional materials and procedures necessary to obtain FGBC credits indicated. 2. Submittals: FGBC submittals required to be completed by the contractor as specified herein shall include the FGBC template form, completed with reference to Project name, date of form preparation, category description, category and credit no., summary description of compliance and design/ construction features implemented, signature of contractor or its designated consultant or sub-contractor, and the completed FGBC form shall have attached with it supporting documentation specified herein and within the FGBC Standard. 3. FGBC Categories / Credits — Contractors Requirements: There are seven categories within the FGBC point system, each with multiple credit options. The contractor is responsible for providing submittals (and completed FGBC forms), materials, workmanship, documents, records, testing, and other tasks outlined herein to obtain the points determined by the 018113-3 owner and its designated professional to be necessary to qualify for FGBC certification. The contractor shall comply with the following requirements within the following categories: Category 2—Energy 1. General: Assist LEED / FGBC designated professional, Commissioning team and owner in preparing documentation necessary to prove compliance with FGBC credits listed on the FGBC Project checklist; and provide assistance necessary to adhere to the Commissioning plan. 2. Credit No. E Prerequisite 3: Testing and Balancing of Installed equipment: Contractor shall assign representatives with expertise and authority to act on its behalf and shall schedule them to participate in all Testing and verification procedures of all installed equipment, including all heating, Ventilation, Air conditioning and Refrigeration systems and controls, lighting systems and controls, renewable energy systems and controls, hot water systems, and energy and water measurement devices The contractor shall coordinate the scheduling of all testing and verification so that the CxA and MEP Engineering Firm of record for the design of the systems is in attendance and witnesses and confirms all testing and results. The contractor shall retain a licensed engineer or a professional certified by the National Environmental Balancing Bureau (NEBB), the Associated Air Balance Council (AABC), or other similar nationally accredited organization to perform all testing and verification, at no additional cost to the owner. All testing and verification results shall be provided in a report form — both as hard copies (8 '/2 x 11" paper) with certification and original signature / seal, and in an electronic file/ format (ie: pdf file) which is suitable for sharing, copying and printing duplicates of the reports. The reports shall be provided to the architect, MEP and CxA. Additional responsibilities of the contractor are outlined in SECTION 019113 - GENERAL COMMISSIONING REQUIREMENTS, including responsibilities listed in paragraph 1.6 A., 1.- 8. 3. Credit No. E Prerequisite 5: Ozone Depletion Potential management: Submit a certified statement from the systems manufacturer/ supplier and / or manufacturers "cut sheets", for each HVAC&R system provided for this project,which indicates that the system uses no (zero) CFC based refrigerants. 4. Credit No. E3.1 — Fundamental Building Systems Commissioning, and Credit E3.2 Advanced Building Systems Commissioning_ Responsibilities of the contractor are outlined in SECTION 019113 - GENERAL COMMISSIONING REQUIREMENTS. In addition,the contractor shall: a. Comply with all requirements outlined within SECTION 018113, paragraph 1.5 C.1, "Credit No. E Prerequisite 3: Testing and Balancing of Installed equipment' b. Prepare and submit a Manual with all operation and maintenance documentation on all Energy, Water and IEQ systems. 018113-4 Category 3: Water 1. General: Assist LEED/FGBC designated professional and owner. Contractor shall assist the design team with the preparation of documentation necessary to prove compliance with FGBC credits listed on the FGBC Project checklist 2. Credit No. W Prerequisite No. 1 and Credit No's 1.1, 1.2, 1.3, 1.4, 1.5: Interior Water Use reduction: Provide cut-sheets for all plumbing fixtures indicating the fixtures meet or exceed the low flow requirements necessary to meet or exceed FGBC Water conservation requirements listed herein. FGBC water conservation, including FGBC design and installation objectives and contractors requirements are: a. W Prerequisite No. 1 — Meet most FGBC requirements listed below for credits W1.1 to W1.5 b. W1.1 Toilets — all toilets less than or equal to 1 gallon per flush — provide cut sheets. c. W1.2 Urinals - all urinals less than or equal to 0.5 gallon per flush— provide cut sheets. d. W1.3 Lavatory faucets - all lavatory faucets less than or equal to 0.5 gallon per min.—provide cut sheets. e. W1.5 Shower Heads - all shower heads less than or equal to 1.5 gallon per min— provide cut sheets. f. W5.1 Meet Florida WaterStar Standards and obtain certification — provide photographs of installed indoor fixtures and appliances. 3. Credit No. W Prerequisite No 2, 3, 4 and 5, and Credit No's. W4.1, W4.2, W4.4, W4.5, W4.6, W4.7, W5.1, W 5.2: -General requirements and coordination: The contractor (and its landscape sub- contractor) shall coordinate with the contractor's WaterStar certifier consultant prior to commencement of the work to ensure the work will be completed in accordance with the contract documents, and FGBC certification,Florida Friendly certification and WaterStar certification requirements; and shall assist the consultant with the certification process. Accordingly, the contractor (and its landscape sub-contractor) shall become familiar the requirements and include all equipment, materials and labor to meet or exceed the landscape requirements in sections 018113, 02204, 02205, 02208, 02920, 02950, the drawings and other applicable specifications in Divisions 1 to 16. -Installed Landscape, Water Conservation Certifications: Obtain Florida Friendly Landscape certification, WaterStar Certification, and meet or exceed FGBC Water conservation requirements for the installed Landscape listed herein. FGBC water conservation, including Landscape and irrigation design and installation objectives and contractors requirements are: a. W Prerequisite 2 and W 5.2 — No Invasive Plants on-site, and Florida Friendly Landscape—Provide third party verification that there are no invasive species on-site, and maintained landscape does not contain any plants on the current UF/ IFAS 018113-5 assessment "invasive — not recommended list". Provide as-built landscape plan and plant list. b. W Prerequisite 3 — separate irrigation zones for turf and landscape — provide as- built plan of landscape material with irrigation zones superimposed, with location and type of controller depicted. c. W Prerequisite 4 — Provide inspection report that rain shut off device is installed and operating correctly d. W Prerequisite 5 and W4.1 —Draught tolerant landscape material, Florida Friendly Low Water Landscape — (100%) - Provide third party verification that 100% landscape plant material is from a local drought tolerant list. Provide as-built landscape plan and plant list. e. W4.2 Turf/ Sod Percentage (max. 40%) — Provide third party verification, and provide as-built landscape plan depicting grassed areas and percentage coverage of site. (max. amount to be 40%). f. W4.4 Plants / Trees Compatible with Local microclimate - Provide third party verification that the landscape material provided is located in areas that are compatible with its location in the landscape — (consider sun/ shade, soil type, incompatible plant types, placement for watering and fertilizers). Provide as-built landscape plan and plant list. g. W4.5 Evenly shaped turf areas / no grass on berms - Provide as-built landscape plan and photographs of all landscaped and grassed areas. h. W4.6 Plants with similar Maintenance grouped together. - Provide third party verification that the landscape material provided is grouped together with other materials with similar maintenance requirements Provide as-built landscape plan and plant list. i. W4.7 Mulch (non cypress) — Provide evidence that the mulch provided is non cypress, applied 3 to 4 inches deep and extending out to drip line (min.). Provide as- built landscape plan and photographs of all landscaped/mulched areas. j. W5.1 and W5.2 Meet Florida WaterStar Standards and Florida Friendly Landscape program Standards,and obtain certification. See additional information below: The Florida Friendly Landscape certification is a third party certification program that includes design criteria that help encourages landscape maintenance in a Florida Friendly way through less use of irrigation,fertilizers and pesticides.The contractor shall ensure the certification(Silver Level Recognition,min.)is obtained. http://ffl.ifas.ufl.edu/materials/BD Checklist.pdf-Web-site for Florida Friendly Landscape Checklist. http://fyn.ifas.ufl.edu/-Florida yards and neighborhoods—OF -web-site The Water Star program is a third party certification program designed to increase water efficiency in landscapes, irrigation systems, and indoor uses. The contractor shall ensure the certification is obtained. http://floridawaterstar.com/SJRWMD.html-Florida WaterStar—SIRWMD website http.//floridawaterstar:com/certifiers.html-Florida WaterStar certifiers 018113-6 http://floridawaterstar.com/forms/SJRWMD Commercial Agreement.pdf-FloridaWaterStar commercial agreement k. The contractor's responsibilities include: 1. Obtain and submit certification(s) from the landscape contractor and landscape supplier(s), that specifies that all (100%) of the plant material provided on the site is: 1.) Florida No. 1 or better in accordance with"Grades and Standards for Nursery Plants",Part I and Part II, State of Florida; and 2.)rated Florida Friendly Low water landscape 100% Draught tolerant, and is also rated "high" drought tolerant in accordance with the publication prepared by Florida's water management districts" Waterwise Florida landscapes"; and 3.)no invasive plants are present 2. The Contractor shall be the applicant for the Florida Friendly Landscape certification, and shall prepare and submit the Florida Friendly Landscaping checklistfor New Construction Form. A Preliminary Draft of the checklist form has been prepared by the architect / engineer, and will be made available to the contractor to reference, edit, and use to fulfill this requirement, as warranted. 3. The Contractor shall be the applicant for the WaterStar certification, and shall prepare and submit the application Submittal Form, and the Participation Agreement for Commercial Properties. Preliminary Drafts of both forms have been prepared by the architect/ engineer, and will be made available to the contractor to reference, edit, and use to fulfill this requirement, as warranted. 4. The contractor shall retain a WaterStar Certifier, at no additional cost to the owner, to review and evaluate the application for certification, and other responsibilities further defined herein. 5. The contractor shall prepare and provide all documentation, as-built drawings, photographs, supporting calculations, indicating compliance with the WaterStar certification process, including:. a. provide drawings to the certifier that include the irrigation and landscape details (as-built plans). Electronic documents are preferred. b. Drawings shall be clearly readable and to scale. Drawings must include a date, legend, scale and direction marker. Note: Irrigation and landscape design plans prepared by the engineer/architect will be made available to the contractor to reference, edit, use to fulfill this requirement, as warranted, to prepare as-built drawings of the irrigation and landscape plans. c. provide photographs of installed landscape, irrigation and indoor fixtures and appliances to comply with FGBC Category 3 —Water, credit 018113-7 no's -W4.5 Evenly Shaped turf areas -W4.7 Mulch (non-cypress) applied 3 to 4 inches deep -W5.1 Water Star certification—photos of installed indoor plumbing fixtures and appliances. 6. The contractor shall coordinate the final inspection and submission of data with the WaterStar certifier. 7. The contractor shall submit the final Certificate of Occupancy (CO) to confirm requirements and/or compliance with state, county and municipal codes prior to final inspection. 8. The contractor shall obtain the WaterStar Certificate as required by category 3 — Water, Credit W5.1 and shall obtain the Florida Friendly Landscape certification as required by Category 3 —Water, Credit W5.2. 1. The WaterStar Certifier's responsibilities include: 1. The WaterStar certifier shall be retained by the contractor. 2. WaterStar Certifier is responsible for consulting with the contractor to help achieve certification. Certifier will evaluate projects to see that relevant criteria are met, including the review and evaluation of the landscape and irrigation plans, and indoor schedule of fixtures and appliances; review and make recommendations for any changes, whether made to comply with the certification, or made due to owner/contractor material or systems preferences. 3. WaterStar Certifier shall review all documentation provided by the contractor and inspect the project,to verify compliance with WaterStar criteria. 4. WaterStar Certifier shall coordinate with the administrator (SJRWMD), and is responsible for all electronic submissions/certifications to the administrator. -and in addition, the WaterStar Certifier shall prepare letter(s) verifying compliance with FGBC Category 3—Water,credit no's : -W Prerequisite 4 — field report and letter indicating rain shut off device is installed and operating correctly. -W4.1 Florida Friendly Low Water Landscape — all material (100%) -W4.2 Turf/Sod Percentage -provide percentage (40% max) -W4.4 Plants/Trees are compatible with Local microclimate -W4.6 Plants with similar Maintenance are grouped together -W 5.2 Florida Friendly Landscape - 1.) maintained landscape does not contain any plants on the current UF/ IFAS assessment "invasive — not recommended list", and 2.) that the rain shut off device and smart controller is installed and operating correctly, and 3.) that installation of landscape is consistent with UF/ IFAS recommendations per current GI- BMP manual.. 4. Credit No. W 6 Installed Irriization: Irrigation system design, installation and operation: Meet or exceed FGBC Water conservation requirements listed herein. FGBC water conservation, including irrigation 018113-8 design and installation objectives and contractors requirements are as follows for Credit W 6,Installed Irrigation: a. The contractor shall retain an experience irrigation system installation sub-contractor, who shall review the conceptual irrigation plan prepared by the architect / engineer, and shall provide an irrigation system substantially in conformance with the conceptual plan, but which may be altered if necessary so that it also complies with the following minimum operating features. -provide separate zones for turf and landscape beds, with multi program controller — programmable to different zones with different lengths of time, and which is calibrated to supply less than 3/4 inch of water per zone, provided with a battery back up and have a functioning rain sensor. -high volume irrigation zones must not exceed 60% of the landscape area. -provide head to head coverage of emitters to minimize overlap and overwatering. -provide only micro irrigation in landscape beds and narrow areas -minimize overspray onto impervious areas. -install check valves in all down gradient irrigation zones/pipes to minimize low pressure drainage. (Necessary if greater than 18"change in elevation) -Irrigation heads within the same zone shall have matched precipitation rates -pop up sprinkler heads shall be installed to rise above turf grass—min 5". b. The contractor (and its irrigation sub-contractor) shall coordinate with the contractor's WaterStar certifier consultant prior to commencement of the work to ensure the work will be completed in accordance with the contract documents, and FGBC certification, Florida Friendly certification and WaterStar certification requirements; and shall assist the consultant with the certification process. Accordingly, the contractor (and its irrigation sub-contractor) shall become familiar the requirements and include all equipment, materials and labor to meet or exceed the irrigation requirements in sections 018113, 02810, the drawings and other applicable specifications in Divisions 1 to 16. c. Upon completion of the system installation, the contractor (and its irrigation sub-contractor) shall prepare and submit an as-built irrigation system plan, cut sheets on all irrigation system components, photographs of the installed system, operation and maintenance documents and other necessary documentation which indicates that the installed irrigation system has the above listed features. d. The contractor (and its irrigation sub-contractor) shall provide the owner with a plan and operation and maintenance manual which includes as-built landscape and as-built irrigation plans, zone diagram plan, operating manuals for all irrigation system components, warranties, and a general irrigation schedule with recommendations and instructions on modifying the schedule for local climatic and growing conditions. In addition, each of the following items shall be installed adjacent to the controller or an easily accessible weather protected area: 1. controller handbook/operating instructions 2. zone diagram 3. specific zone application rates and maintenance run times 4. soil moisture sensor probe location(if applicable) 018113-9 e. The contractor shall provide a minimum of two hours of owner training Category 4: Site 1. General: Assist LEED / FGBC designated professional and owner in preparing documentation necessary to prove compliance with FGBC credits listed on the FGBC Project checklist. 2. Credit No. S Prerequisite No. 1 —Erosion and Sediment Control Plan: Obtain and provide a copy of the FDEP Notice of Intent to Use Generic permit for Stormwater Discharge; submit evidence in the form of inspection reports, that routine inspections of the SWPPP systems are conducted, and appropriate corrective actions,when warranted, are taken. 3. Credit No. S 1 —FDEP Professional: Contractor shall retain a FDEP Certified Erosion and sedimentation Control Professional to ensure compliance with the requirements of the FDEP Notice of Intent to Use Generic permit for Stormwater Discharge; submit name of the certified FDEP professional, copies of his FDEP certification, and a copy of the page of the permit application identifying the FDEP certified individual and their contact information. 4. Credit No. S4.3 and S5- Shaded, covered or High Albedo Hardscape and Reduced Heat Islands, Roof. At least 80 % of the the roof of all on-site structures must be reflective. Submit cut sheets for the roofing material of the covered walkways/canopies and for the occupied building that indicates the relectivity of the roofing materials, which shall indicate a Solar Reflective Index (SRI) >= 78. 5. Credit No. S6 — Reduced Heat islands - Building: At least 80% the vertical elements of the exterior of the buildings shall be highly reflective. Submit cut sheets for the wall coating/paint used for all vertical exterior surfaces which shall indicate the relectivity of the roofing materials, which shall indicate a Solar Reflective Index(SRI) >= 78. 6. Credit No. 58.1 — Bicycle storage : submit cut sheet for the bike rack selected and installed. 7. Credit No. S9.1, 59.2, S9.4 — Site Lighting : submit cut sheet for the lighting which indicates compliance with the FGBC credits, including: a. 59.1 — Dark Sky — Lighting with > 1000 lamp lumes are shielded, and > 3500 lumens meet full cut-off IESNA classification, and if bulb> 26W the lights sghall be full cut-off from lighting adjacent properties. b. S9.2 —Lighting Efficiency—all exterior lighting fixtures provide > 95 lumens per watt. c. S9.4 — Motion and daylight sensors — all exterior lights shall be controlled by motion and daylight sensors Category 5: Health 1. General: Assist LEED /FGBC designated professional, Commissioning team and owner in preparing documentation necessary to prove compliance with FGBC credits listed on the FGBC Project checklist; and provide assistance necessary to adhere to the Commissioning plan. 2. Credit No. H Prerequisite No. 2 and Credits H 1.8 —Indoor Air Quality Plan and Testing A.Construction IAQ Management Plan During Construction: 018113-10 Prepare and submit, to the Commissioning team and LEED / FGBC designated professional, a Construction indoor air quality (IAQ) management plan, for the construction of the building, in accordance with the following guidelines: a) Meet or exceed the minimum requirements recommended in the Design approaches of the Sheet metal and and Air conditioning National Contractors Association (SMACNA) IAQ guideline for occupied buildings under construction, 1995. b) Protect stored on-site or installed absorptive materials from moisture damage. c) Provide pre-occupancy indoor air quality testing B. Prepare and submit the FGBC Letter template, (template form to be provided by FGBC / LEED designated professional) signed by the General Contractor, indicating compliance with this FGBC Prerequisites, together with attached supporting documentation, including: a) Provide 6 photographs at 3 different locations during construction along with a brief description, SMACNA approach employed, documenting the implementation of the IAQ management measures (such as protection of ducts and on-site stored or installed absorptive materials) b) Provide a letter from the contractor signed by both the project manager and the superintendent indicating that the SMACNA guidelines have been complied with, and declare the five approaches of SMACNA IAQ guidelines for Occupied Buildings under Construction, 1995, chapter 3, which were used during construction. Include a description of each of the important design approaches employed. C. Pre-Occupancy IAQ Testing — Test and Remediate building prior to occupancy using procedures consistent with U.S. EPA's current "Protocol for Environmental Requirements, Baseline IAQ and Materials, for the research triangle park campus, Section 01445". Prepare and submit the FGBC Letter template, (template form to be provided by FGBC / LEED designated professional) signed by the General Contractor, indicating compliance with this FGBC credit, Provide test results for the for the following contaminants indicating the maximum concentrations are not exceeded: -Formaldehyde - 50 parts/billion -Particulates- 50 micrograms/cubic meter -Total Volatile organic compounds -500 micrograms/cubic meter -4-Phenylcyclohexene(4-PCH)—6 5 micrograms/cubic meter— only test if carpets/fabrics provided with styrene butadiene rubber Carbon Monoxide—9 parts/million,and no greater than 2 parts /million above outdoor levels 018113-11 3. Credit No. 141.3 — Building Entrance — outdoor Pollutants - Submit a cut sheet of the permanent walk off grates or matts provided. 4. Credit No. H1.6 —Chemical/ Cleaning Storage Room - Submit a report of test results verifying the performance of the independent exhaust systems for chemical use / storage areas and copy rooms - test the exhaust ventilation within each specified area; confirm an air change effectiveness of 0.9 as determined by ASHRAE 129-1997. 5. Credit No. H2.1 — Low Emitting Materials — Adhesives and Sealants: Submit a manufacturer's catalog cut sheet and material Safety Data Sheet(MSDS) highlighting the stated VOC emissions for each adhesive and sealant used in the building, which must indicate compliance with limits established by the South Coast Air Quality District (SCAQMD) Rule no. 1168, and all sealants used as fillers shall meet or exceed the requirements of the Bay Area Air Quality Management District, Regulation 8, rule 51; and all adhesives and sealants shall comply with the following VOC content limits: i. Indoor carpet adhesives: 50 g/L Ii. Carpet pad Adhesives: 50 g/L. iii. Outdoor carpet Adhesives: 150 g/L. iv. Wood flooring Adhesives: 100 g/L. V. Rubber floor Adhesives: 60 g/L. vi. Subfloor Adhesives: 50 g/L. vii. Ceramic the Adhesives: 65 g/L. viii. VCT and Asphalt Tile Adhesives: 50 g/L. ix. Cove Base Adhesives: 50 g/L. X. Gypsum Board and Panel Adhesives: 50 g/L. xi. Multipurpose Construction Adhesives: 70 g/L. xii. Structural Glazing Adhesives: 100 g/L. xiii. Single ply roof membrane adhesives: 250 g/L. 018113-12 6. Credit No. H2.2 — Low Emitting Materials — Paints/ Coatings: Submit a manufacturer's catalog cut sheet and material Safety Data Sheet (MSDS) highlighting the stated VOC limits and chemical components limits for each paint or coating used in the building is below these values: Interior: Non-flat: 150 gram/liter;Flat: 50 gram/liter Exterior: Non-flat: 200 gram/liter; Flat: 100 gram/liter 7. Credit No. H2.4 — Healthy floorings: Submit a manufacturer's catalog cut sheet indicating that at least 80% of all flooring installed is classified as hard or resilient and comply with GreenGuard or similar Health related certifications. 8. Credit No. H2.5 —Low Emitting Materials— Composite Wood: Submit a manufacturer's catalog cut sheet for each composite wood or agrifiber product used in the building indicating that the bonding agent used in each product contains no added urea- formaldehyde. 9. Credit No. H 2.6—Low Emitting Materials—Insulation: Submit a manufacturer's catalog cut sheet for each insulation product used in the building indicating that it contains no formaldehyde. Category 6: Materials 1. General: Assist LEED / FGBC designated professional and owner in preparing documentation necessary to prove compliance with FGBC credits listed on the FGBC Project checklist. 2. Credit No. M1.2 —Recycled Content (min. 10%): Submit documentation from the manufacturer, indicating that the material or product incorporates post-consumer recycled content, and states the percentage by weight of the recycled content in the item. Submit the FGBC Letter template, (template form to be provided by FGBC / LEED designated professional) signed by the General Contractor declaring that the requirements of this credit has been met, and attach calculations demonstrating the following: tabulation of each material or product used, it's percentage via weight of recyclable content, the value of the material or product , the calculated value of the recycled content within each material or product, and its percentage of the total value of all the materials in the project. Requirement for this credit: The value of the recyclable content within all materials or products shall constitute 10% of the total value of the materials in the project. 3. Credit No. MIA —Certified Wood: (min. 50%) Submit the vendor's or manufacturer's Forest Stewardship Council (FSC) chain of custody certificate number (SFI or CSA also accepted). Submit the FGBC Letter template, (template form to be provided by FGBC / LEED designated professional) signed by the General Contractor declaring that the requirements of this credit have been met, and attach calculations demonstrating the following: list the FSC certified materials and products used, tabulate value of each FSC certified material or product used, the total value of all materials and products in the project, and the FSC certified materials or products calculated percentage of the total value of the materials and products in the project. Requirement for this credit: Not less than 50 percent (by 018113-13 cost) of wood-based materials shall be produced from wood obtained from forests certified by an FSC-accredited certification body to comply with FSC STD-01-001, "FSC Principles and Criteria for Forest Stewardship." Non-rented temporary wood applications(ie: formboards)may count towards this credit and calculation. 4. Credit No. M 2.1 — Construction Waste Rec. cY ling (50%): Develop and submit a waste management plan, quantifying material diversion goals. Submit plan to architect and FGBC / LEED designated professional. Plan should include a list of materials to be recycled, designation of specific area on-site for recycling and tracking recycling efforts; identify construction haulers and recyclers to handle the designated materials. Submit the FGBC Letter template, (template form to be provided by FGBC / LEED designated professional) signed by the General Contractor declaring that the requirements of this credit has been met, and attach calculations demonstrating the following: tabulation (by weight) of the total waste material and quantities diverted, and the means by which diverted. Comply with Division 01 Section "Construction Waste Management and Disposal." Requirement for this credit: Recycle or salvage 50% of construction, demolition, and land clearing waste. 5. Credit No. M2.3 -Recyclable Materials (10% min): Submit documentation from the manufacturer, for each material or product, that the material or product will be accepted back into their recycling program. Submit the FGBC Letter template, (template form to be provided by FGBC /LEED designated professional) signed by the General Contractor, and attach calculations demonstrating the following: tabulation of each material or product used, the value of the material or product, the total value of all materials and products in the project, and the materials or products (used for this credit) calculated percentage of the total value of the materials in the project. Requirement for this credit: The value of the material or product shall constitute 10% of the total value of the materials in the project. 6. Credit No. M2.5 — Durable Materials: Contractor shall use finish systems and materials capable of withstanding the moisture and heat impacts of the local climate for a 30 year period on all exterior finishes and coatings. Contractor shall provide a copy of a minimum 30 year warranty for each exterior finish and coating system installed. 7. Credit No. M2.6 — Low Maintenance Materials: Contractor shall use interior and exterior finish materials that require minimal or no periodic cleaning, which can be maintained in a serviceable condition with minimal periodic cleaning for 100% of the interior finishes and 50% of the exterior finishes systems. Contractor shall provide cut sheets and copies of the manufacturers recommended maintenance procedures for the interior and exterior finishes. 8. Credit M3.1 —Project materials, 50% Manufactured locally: Submit documentation from the manufacturer, indicating that the material or product has been manufactured locally (within 700 mile radius of the site) . Submit the FGBC Letter template, (template form to be provided by FGBC / LEED designated professional) signed by the General Contractor declaring that the requirements of this credit have been met, and attach calculations demonstrating the following- tabulation and value 018113-14 of each material or product used for this credit, the total value of all materials and products in the project, and the materials or products (used for this credit) calculated percentage of the total value of the materials and products in the project. Requirement for this credit: The value of the materials or products manufactured regionally shall constitute 50% of the total value of the materials or products in the project. 9. Credit M3.2 — Local Raw Materials extraction, 10% : Submit documentation from the manufacturer, indicating that the Project's raw materials are Regional Materials that have been extracted , harvested, or recovered within a 700 mile radius of the project site. Submit the FGBC Letter template, (template form to be provided by FGBC / LEED designated professional) signed by the General Contractor declaring that the requirements of this credit have been met, and attach calculations demonstrating the following: tabulation and value of each material or product used for this credit, the total value of all materials and products in the project, and the materials or products (used for this credit) calculated percentage of the total value of the materials and products in the project. Requirement for this credit: The value of the materials or products extracted locally shall constitute 10% of the total value of the materials or products in the project . Catelzory 7: Disaster Mitigation 1. General: Assist LEED / FGBC designated professional and owner in preparing documentation necessary to prove compliance with FGBC credits listed on the FGBC Project checklist. 2. Credit No. DM 1.1 — Hurricane, Impact Resistance: Submit to the architect and FGBC / LEED designated coordinator, manufacturer's cut sheets indicating that the required approvals and classifications are met for each window, door, or other opening into the structure. Manufacturer's data must indicate that the openings are impact resistant and meet or exceed component and cladding design pressures designated on the structural plans and specifications. 3. Credit No. DM 1.2 — Building Integrated shutter system: Submit to the architect and FGBC / LEED designated coordinator, manufacturer's cut sheets indicating that the required approvals and classifications are met for the shutter systems at each window and door opening. Shutters must be solid (non rain penetrable) and permanently installed(can not be manually installed). Manufacturer's data must indicate that the shutters are impact resistant and meet or exceed component and cladding design pressures designated on the structural plans and specifications. 4.Credit No. DM 1.4—Unmterupted Operations: Submit to the architect and FGBC / LEED designated coordinator, manufacturer's cut sheets indicating that the required approvals and classifications are met, including electrical and mechanical system components installed to provide back-up power. 5.Credit No. DM 2.1 — Termite Prevention : Submit the FGBC Letter template, (template form to be provided by FGBC / LEED designated professional) signed by the General Contractor, declaring that the requirements of this credit have been met, and attach documentation demonstrating that the requirements have been met, including: Provide a 018113-15 "Full" / "Unlimited" Termite warranty for at least 1 year, which can subsequently be renewed by the owner annually for at least 5 years; and provide termite certificate indicating the type of alternative termite prevention measures incorporated into the building in lieu of traditional soil poisoning for termite treatment, including: use of borate or ACQ treated lumber,or termite batt systems, have been provided. 6.Credit No. DM 2.2—Termite barriers: Submit the FGBC Letter template, (template form to be provided by FGBC / LEED designated professional) signed by the General Contractor, declaring that the requirements of this credit have been met, and attach documentation demonstrating that the requirements have been met, including providing photos showing ALL slab penetrations are sealed with stainless steel mesh, elastomeric plumbing boots, or other means of sealing all slab penetrations. Provide cut sheets on materials installed for this purpose, and which indicates the materials installed are fabricated/ manufactured for the purpose of creating a physical barrier to prevent termite intrusion through slab penetrations. 7.Credit No. DM 3.1, 3.2 — FF elevation / Equipment Pads: Submit an "as-built" survey prepared by a licensed surveyor depicting the finished floor elevation, and grading of the site. Submit NFIP Flood Elevation certificate prepared by a licensed surveyor indicating the 100 year flood plain elevation or grade. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: Submit qualifications for the FGBC coordinator. Contractor shall engage an FGBC / LEED Accredited Professional or a project manager / superintendent experienced with LEED/FGBC accredited projects to coordinate FGBC requirements for this project. B. Project Materials Cost Data: Provide statement indicating total cost (value) for materials used for Project. Costs exclude labor, overhead, and profit. Include breakout of costs for the following categories of items: i. Furniture. ii. Plumbing. iii. Mechanical. iv. Electrical. v. Specialty equipment items such as the generator. vi. Wood-based construction materials. C. FGBC Action Plans: Provide preliminary submittals within 14 days of date established for the Notice to Proceed indicating how the following requirements will be met: i. Category 3, Credit no. W pre-requisite No's 2,3,4,5 and credit No's W4.1,4.2,4.4, 4.5, 4.6, 4.7, 5.1, 5.2: Provide name and accreditations for landscape and irrigation contractors and the WaterStar Certifier which Contractor has retained for this projects landscape and irrigation requirements in order to meet the specified credits. Provide plan outline indicating how contractor intends to meet the requirements. ii. Category 4, Credit no. S pre-requisite no. 1 and Credit S 1: Provide name and accreditations for FDEP Certified Erosion and Sediment Control Professional which 018113-16 contractor has retained for this project; provide a copy of the SWPPP plan signed by the contractor and designated FDEP professional, and provide a copy of the completed and filed "FDEP Notice of Intent to use Generic permit for Stormwater Discharge"form. iii. Category 5, Credit No. H Pre-requisite no. 2 and Credits H 1.8: Prepare and submit to the Commissioning team and LEED / FGBC designated professional, a Construction indoor air quality (IAQ) management plan, which shall be implemented during the construction of the building. iv. Category 6, Credit No. M 2.1: Waste management plan complying with Division 01 Section "Construction Waste Management and Disposal" and FGBC Credit M 2.1 requirements specified herein. v. Category 6, Credit No. M 2.3: List of all proposed products and materials incorporated into the project where said products and materials can be accepted back into the manufacturers recycling program, and indicate the value of the material or product. Submit documentation from the manufacturer confirming existence of its recycling program for the products and materials. vi. Category 6, Credit No. M 1.2: List of proposed materials with recycled content. Indicate cost, post-consumer recycled content, for each product having recycled content,and its fraction by weight of recyclable content. vii. Category 6, Credit No. 3.1: List of proposed regional materials. Identify each regional material, including its source, cost, and the fraction by weight that is considered regional. viii. Category 6, Credit No. IA: List of proposed certified wood products. Indicate each product containing certified wood, including its source and cost of certified wood products. D. FGBC Progress Reports: Concurrent with each Application for Payment, submit reports comparing actual construction and purchasing activities with FGBC action plans for the following: i. Category 4, Credit no. S pre-requisite no. 1 and Credit S1: Provide SWPPP plan, inspection reports and outline of corrective actions taken. ii. Category 6, Credit No. M 2.1 : Waste reduction progress reports complying with Division 01 Section "Construction Waste Management and Disposal." iii. Category 5, Credit No. H Pre-requisite no. 2 and Credits H 1.8: Progress reports, photos, and other evidence of the implementation of the Construction indoor air quality(IAQ)management plan. iv. Category 6, Credit No.M 1.2: Recycled content. V. Category 6, Credit No. M 3.2: Regional materials. vi. Category 6, Credit No. M 1.4: Certified wood products. 018113-17 1.7 QUALITY ASSURANCE A. Requiring that Contractor engage a LEED-Accredited Professional to coordinate LEED requirements may help avoid inadvertent errors that could jeopardize Project's LEED certification, but availability of Contractors'personnel with this accreditation may be limited. B. FGBC Coordinator: Contractor shall engage an FGBC / LEED Accredited Professional or a project manager / superintendent experienced with LEED / FGBC accredited projects to coordinate FGBC requirements for this project. FGBC coordinator may also serve as waste management coordinator, and may be the project superintendent. C. The contractor's FGBC coordinator shall have experience on a minimum of 1 similar project. Contacts/web-sites: http://fyn.ifas.ufl.edu/- Florida yards and neighborhoods—OF -web-site http://ffl.ifas.ufl.edu/professionals/awards.htm http://ffl.ifas.ufl.edu/materials/BD Checklist.pdf-Web-site for Florida Friendly Landscape Checklist. http://floridawaterstar.com/SJRWMD.html -florida water star—SJRWMD website http://floridawaterstar.com/certifiers.html -florida water star certifiers http://floridawaterstar.com/forms/SJRWMD Commercial Agreement.pdf- Florida waterstar commercial agreement END OF SECTION 018113 018113-18 SECTION 019113 -GENERAL COMMISSIONING REQUIREMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. B. OPR and BoD documentation are included by reference for information only. C. At the end of this section the following documents are attached for reference and use for commissioning process: 1. Pre-Start up Inspection Checklist—HVAC Air-side 2. Commissioning Plan 3. Owner's Project Requirements 4. Basis of Design 1.2 SUMMARY A. Section includes general requirements that apply to implementation of commissioning without regard to specific systems,assemblies, or components. B. Related Sections: 1. Refer to the attached checklist for "Commissioning Plan" for commissioning process activities for plumbing systems, assemblies,equipment, and components. 2. Refer to the attached checklist for "Commissioning of HVAC" for commissioning process activities for HVAC&R systems, assemblies,equipment, and components. 3. Refer to the Electrical Drawings for "Commissioning of Electrical Systems" for commissioning process activities for electrical systems, assemblies, equipment, and components. 1.3 DEFINITIONS A. BoD: Basis of Design. A document that records concepts, calculations, decisions, and product selections used to meet the OPR and to satisfy applicable'regulatory requirements, standards, and guidelines. The document includes both narrative descriptions and lists of individual items that support the design process. B. Commissioning Plan: A document that outlines the organization, schedule, allocation of resources, and documentation requirements of the commissioning process. C. CxA: Commissioning Authority. D. OPR: Owner's Project Requirements. A document that details the functional requirements of a project and the expectations of how it will be used and operated. These include Project goals, measurable performance criteria, cost considerations, benchmarks, success criteria, and supporting information. 019113-1 E. Systems, Subsystems, Equipment, and Components. Where these terms are used together or separately,they shall mean "as-built" systems, subsystems, equipment, and components. 1.4 COMMISSIONING TEAM A. Members Appointed by Contractor(s): Individuals, each having the authority to act on behalf of the entity he or she represents, explicitly organized to implement the commissioning process through coordinated action. The commissioning team shall consist of, but not be limited to, representatives of each Contractor, including Project superintendent and subcontractors, installers, suppliers,and specialists deemed appropriate by the CxA. B. Members Appointed by Owner: 1. CxA: The designated person, company, or entity that plans, schedules, and coordinates the commissioning team to implement the commissioning process. Owner will engage the CxA under a separate contract. 2. Representatives of the facility user and operation and maintenance personnel. 3 Architect and engineering design professionals. 1.5 OWNER'S RESPONSIBILITIES A. Provide the OPR documentation to the CxA and each Contractor for information and use. B. Assign operation and maintenance personnel and schedule them to participate in commissioning team activities. C. Provide the BoD documentation,prepared by Architect and approved by Owner, to the CxA and each Contractor for use in developing the commissioning plan, systems manual, and operation and maintenance training plan. 1.6 EACH CONTRACTOR'S RESPONSIBILITIES A. Each Contractor shall assign representatives with expertise and authority to act on its behalf and shall schedule them to participate in and perform commissioning process activities including, but not limited to,the following: 1. Evaluate performance deficiencies identified in test reports and, in collaboration with entity responsible for system and equipment installation,recommend corrective action. 2 Cooperate with the CxA for resolution of issues recorded in the Issues Log. 3. Attend commissioning team meetings held on a biweekly basis. 4. Integrate and coordinate commissioning process activities with construction schedule. 5 Review and accept construction checklists provided by the CxA. 6. Complete paper construction checklists as Work is completed and provide to the Commissioning Authority on a weekly basis. 7. Review and accept commissioning process test procedures provided by the Commissioning Authority. 8. Complete commissioning process test procedures. The contractor shall retain a licensed engineer or a professional certified by the National Environmental Balancing Bureau (NEBB), the Associated Air Balance Council (AABC), or other similar nationally 019113-2 accredited organization to perform all testing and verification, at no additional cost to the owner. All testing and verification results shall be provided in a report form — both as hard copies (8 '/z x 11" paper) with certification and original signature / seal, and in an electronic file/ format (ie: pdf file) which is suitable for sharing, copying and printing duplicates of the reports. The reports shall be provided to the architect,MEP and CxA. 1.7 CxA'S RESPONSIBILITIES A. Organize and lead the commissioning team. B. Provide commissioning plan. C. Convene commissioning team meetings. D. Provide Project-specific construction checklists and commissioning process test procedures. E. Verify the execution of commissioning process activities using random sampling. The sampling rate may vary from 1 to 100 percent. Verification will include, but is not limited to, equipment submittals, construction checklists, training, operating and maintenance data, tests, and test reports to verify compliance with the OPR. When a random sample does not meet the requirement,the CxA will report the failure in the Issues Log. F. Prepare and maintain the Issues Log. G. Prepare and maintain completed construction checklist log. H. Witness systems, assemblies, equipment,and component startup. L Compile test data, inspection reports, and certificates; include them in the systems manual and commissioning process report. PART 2 -PRODUCTS (Not Used) PART 3 -EXECUTION(Not Used) PART 4—DOCUMENTS/FORMS A. Pre-Start up Inspection Checklist—HVAC Air-side B. Commissioning Plan C. Owner's Project Requirements D. Basis of Design END OF SECTION 019113 019113-3 PRE-STARTUP INSPECTION CHECKLIST - HVAC AIR-SIDE CHECKLIST ITEM YES NO 1.0- Physical Installation of Ductwork 1.1 Ductwork installed in accordance with design drawings 1.2 All duct connections complete 1.3 Fittings in ductwork properly specified and appropriate for the application 1.4 Ductwork complete and leak tested 1.5 Air filters installed and clean 1.6 Comments and Observations: 2.0- Electrical 2.1 Disconnect panels installed, labeled and functional 2.2 Fuse rating correct for connected equipment 2.3 Power available to panels 2.4 Motor protection devices installed and functional 2.5 Control system contactors functional 2.6 Control system interlocks functional 2.7 Shielded wiring used on electronic controls 2.8 Comments and Observations: 3.0-Controls 3.1 Factory start-up and check-out complete 3.2 Solid-state sensors used 3.3 Con air sensor calibrated 3.4 Comments and Observations: 4.0-Test and Balance 4.1 Air balance complete with design maximum flow verified 4.2 Test and balance report submitted 4.3 Comments and Observations: 5.0- Equipment Nameplate Data 5.1 Fan: Manufacturer: Model Number: Serial No.: Option Codes: Type: Other: 019113-4 Commissioning Plan for Indian River Transit Authority 1. General Project Information Project Name Indian River County Transit Go-Line Hub Facility. Project Address 1235 16"Street,Vero Beach,Florida 32960 Building Type Bus Transit Hub Building Size(ft') 1,732 Building Description Transit Hub Owner/Agency Indian River County Scheduled Completion Date Project Director Commissioning Authority Keith Przeclawski CEG Project Number 150220 2. Commissioning Goals • Perform commissioning tasks consistent with FGBC Requirements. 3. Systems to be Commissioned System Type#Refer to Commissioning Systems Checklist.# Check if Applicable HVAC Ductwork X Fans X HVAC control system X DOMESTIC HOT WATER Domestic water heaters X 019113-5 4. Commissioning Team Information Function Name/Address/Contact Info Owner/Tenant Indian River County Project Director Commissioning Authority Keith Przeclawski (design phase) Commissioning Authority Keith Przeclawski (construction phase) Construction Manager Architect Caribeno Architectural Group Mechanical Engineer Keith Przeclawski Electrical Engineer David E. Alley,PE Inspector of Record Mechanical Inspector Electrical Inspector General Contractor Mechanical Contractor Controls Contractor TAB Contractor Electrical Contractor 019113-6 5. Commissioni g Process—Activities, Schedule and Responsibilities Commissioning Timing Responsibility Notes Activity (Project Phase) y" Toject'.team,,dd.l. ',Bij ge ocumen �Own f's�Ptoie6i", See� PR re airemen'ts. OFR :PP for' ;�kPfojbdt Dir&tor�. ongoing'o9g 41 �'a.wA` -xA-review Cx Plan PP CxA This document. Basis of Design PP Design Team,with Describe systems and design assumptions and describe (BOD) CxA review how they meet the OPR. See template.#DGS Basis of Design(BOD)for Small Buildings,August 19,2006, (DGS Sample BOD for Small Bldgs-060819.doc)# C ' - fi i sppcffoa V9, esign, eqmWith, �r ' -' ent�s int e� � '&X review _specifications. Use Sectiofrdii0-�of equivalent)_ - 'Include ref&fehce`§46 Section 0 1,8416 Hhn&hanib"al and -,eledtfical�ft- jsions; Develop pre VJD he� _�a "dc is s an pvi esJo.'tc tkX(of'Di:�ign'� T d- To functional' eam)" [-ExOmpjesin`;Toolkit] Chf ecklists. , A eveq _,Tfie'0x_kd'6veIopsIte'§t_- sorl ri), 1esfxestl I'm 't nttd t r,., 16st ..J)e,S1!gn,Teai recordiri`g'. ilts.T'o' s�fe ptovideO,.oJUi 66 1110es W 'in,�66i fori6ie Cx Kick-off Const. Lead by CxA, Review the commissioning requirements and the Meeting attended by schedule with Contractor. Can be combined with pre- Contractor construction or other early construction phase meetings. Complete Const. Contractor,with Completed and signed by Contractor indicating that prefunctional CxA(or Inspector) installation is complete for each system being checklists review commissioned and that the system is ready for testing. Perform functional Const. Contractor,with Contractor executes tests under guidance of CxA. performance testing CxA(or Inspector) Deficiencies are noted by CxA.Retesting performed guidance,witness after Contractor corrects any deficiencies. and approval Commissioning Const. CxA CxA provides certification that commissioning tasks acceptance have been completed successfully. Cx Summary Const. CxA Report includes executed pre-functional checklists, Report completed functional test forms,and a record of deficiencies and resolutions.Also includes CxA certification of acceptance.Attach OPR and BOD Include recommendations for End-of-Warranty Review activities. See template.#DGS Commissioning Summary Report for Small Buildings, September 7,2006,(DGS Sample CX Summary Report-060907.doc)# Table Notes. Project Phases. Budget,PP=Preliminary Plans, WD=Working Drawings,Const.=Construction Cx=Commissioning CxA=Commissioning Authority 019113-7 Owner's Proiect Requirements (OPR) IRC Transit Hub Facility • Owner and User Requirements - Indian River County/ Senior Resource Association Go Line Transfer Hub. The transfer hub will be located at 1235 16th Street, Vero Beach, FL The site lies on the south side of 16th Street, west of and adjacent to the FEC railroad ROW, on a 1 60 acre site.. Desired improvements include eight pick-up and drop-off location for GoLine buses, and a building with restrooms and waiting area, paved parking, landscaping and drainage improvements. Currently, the Transit system operates from vacant land and a barricaded street at the COVB airport. Seven busses currently are routed through the Hub from 6 AM to 7 PM, arriving every 1/2 hour+-. On average, 820 persons per day are traveling through the HUB. The Transit Authority expects the user levels to increase significantly, and has secured the proposed new HUB site from the COVB— at its current Public works compound on 16th St. The Primary building will be 2200 to 2800+/-sf partially enclosed and partially open air structure with roll-up doors for security purposes when not open There will be public men's and women's restrooms along with a private staff"drivers" restroom Provisions for a future expansion to accommodate ticket sales and administrative services will be planed but not constructed. The primary building will be constructed with concrete block walls, wood roof trusses and standing seam metal roof. The structure will not be air conditioned. The bathrooms and storage areas will be ventilated. Each drop off location will have a shelter structure with concrete columns with a standing seam metal roof and exposed rafters. These structures may be site built or a pre-manufactured structure. The design and architectural elements should match the primary building. The primary building and each covered structure will be connected with pre-engineered metal structures. These structures will be smaller and narrower than the shelter structures, and will likely be metal columns with a flat aluminum roof. The budget for the project construction is $1,200,000 00 • Environmental and Sustainability Goals The Goal is to obtain a Silver level certification (or higher) from the FGBC Green Commercial Building Standard. Specific Objectives include: -design to Minimize Maintenance requirements 019113-8 -provide ability to wash down inside building and out with hose/drains -minimize landscape requirements and landscape maintenance -design within the budget ($1,200,000,00) -minimize energy consumption. Do NOT air condition the primary building -provide security— cameras, fenced and gated facility -specify low VOC construction materials. -require construction waste to be recycled -use low flow water fixture to conserve water. -roof material shall be energy Star having an SRI of 78 or greater. -flooring shall be classified as hard or resilient and comply with greenguard or similar health related certification. -all composite wood and agrifiber products will contain no added urea-fomaldehyde. -all insulation products will be free of formaldehyde. -use materials with recycled content a minimum of 10% of the total project cost. -use a minimum 50% of FSC, SFI, or CSA certified wood-based materials and products. -use a minimum of 50% of building materials and products that are manufactured within 700 miles of the product site. • Energy Efficiency Goals Energy Efficiency: Projected energy usage for the building will be designed to achieve energy consumption levels 25% below the Florida Building Code. Materials, R-values, equipment and motor efficiency, shading, etc. will be utilized to provide an energy efficient facility A likely unachievable goal of 60% is thought to be possible if compared to an equivalent air conditioned building (However, the basis for comparison will likely have to be a non-air conditioned building as well Building Features: -Cooling and heating System: The occupied areas will not be air conditioned or heated. (not required by FBC for this use) Approximately '/2 of the facility (the waiting area) is open air; and approximately % of the facility (bathrooms and storage rooms) will be mechanically ventilated. -Ventilation: The facility will be mechanically ventilated with low wattage fans. The electrically commutated motors (ECM) will be controlled by occupancy sensors, to provide exhaust during occupant use and thermostats to control space temperature and provide air movement. Make up air comes from 8"x12" holes in the walls at the slab. Janitor closet fan will run continuously during occupied hours. -Water heater: Domestic hot water will be generated by an electric tank type water heater. Hot water will be provided at the lavatories, shower and janitor sink. Domestic hot water will be stored at 140F and a mixing valve will be provided to reduce the temperature to 110F for distribution. -Insulation: Hot water piping will be insulated with 3/4" fiberglass insulation with vapor barrier. 019113-9 -Roof: Metal roof with high reflectivity -Fagade: the fagade will be stucco, with a highly reflective paint finish -Lighting: Building interior, building exterior and site lighting fixtures shall use LED lighting technology for very low energy consumption, for reducing life cycle costs, and for reducing owner's future maintenance requirements. The interior lighting power allowances shall meet the reduced interior lighting power allowance per the requirements of the Florida Energy Code. The exterior lighting shall not exceed the maximum lighting power allowances per the requirement of the Florida Energy Code. Exterior fixtures shall include stainless hardware for corrosion protection Interior fixtures in public areas shall be vandal resistant for durability -Lighting Controls: Interior facility lighting controls shall include occupancy sensors in both the private and group restrooms as well as the communications closet. Lighting controls in the interior public waiting rooms shall include photocells for day-light harvesting to further minimize energy consumption. Exterior building mounted and site pole mounted lighting fixtures shall be controlled by the astronomical time clock function of the lighting relay panel Fixtures shall turn on at dusk and off at dawn each night for public safety and building security. -Stand-by Power- The electrical distribution system shall include a manual transfer switch with provisions for connecting a mobile stand-by generator. Indoor Environmental Quality Requirements There are no full time employees at the facility. The facility will be opened by the first (designated) bus driver to arrive at the facility, and closed by the last (designated) bus driver to leave the facility. Designated Transit employees or sub-contractors will visit the site daily for trash pick-up, cleaning, and general inspection of the facility These visits are not expected to exceed 1 hour per day on average. The occupancy of the facility by the clients of the transit system is expected to be transient in nature. Occupants are there to change bus routes and switch from one bus to another, and are not expected to remain in the Primary building for more than 45 minutes. The Primary building provides bathrooms, limited shelter, seating, water fountains and vending machines. The occupant loading is estimated to be: 019113-10 Currently approximately 820 persons use the temporary transfer hub located at the City of Vero Beach Airport Estimated Occupancy of the facility is. o Drivers: 13 trips/day x 7 routes =91 x.5 hr� = 46 hr. o Cleaners: 2/day =2 x 1 hr = 2 hr o Visitors: 10/trip x 13 trips/day x 7 routes =910 x 75 hr = 683 hr o Full Time Employees: None =0 x 0 hr = 0 hr o Part Time - inspect/ maintenance/trash 1/day =1 x 1 hr = 1 hr Total 1,004 732 hr. o Total Occupants 1004 o Full time equiv. occupants: 732 hr/ 8 = 92 occupants o Allowance for peak season /future growth (assume 25%) Total 1,254 visitors The primary uses within the Primary Building are 1. waiting area —800+-sf,.roof covered open air 2. bathrooms / storage room with mop sink — 3 restrooms, 1 storage room, total 880 +- sf The occupied areas will not be air conditioned or heated. (not required by FBC for this use). The waiting area is an open air area The facility will have three large roll up doors that are normally open during hours of operation. The area will be naturally ventilated and will have an abundance of natural light. There are no air quality concerns, and therefore, no need for filtration devices, comfort controls, etc. or other mechanical or /due to mechanical systems Lighting will be controlled by occupancy sensors with integral photocell for daylight harvesting The bathrooms/ storage area is enclosed, and ventilated. The facility will be mechanically ventilated with low wattage fans. The electrically commutated motors (ECM) will be controlled by occupancy sensors, to provide exhaust during occupant use and thermostats to control space temperature and provide air movement. Make up air comes from 8"x12" holes in the walls at the slab. Janitor closet fan will run continuously during occupied hours. Lighting in the bathrooms will be controlled by occupancy sensors and in the storage room, will be controlled by manual wall switches for spaces containing electrical equipment per the Florida Building Code. All finishes, glues, adhesives, etc. specified will be low VOC. Flooring will be polished/ stained concrete surface Walls will be stucco and struck CMU, and ceiling will be stucco — all painted with a non-absorbent epoxy system that is impervious to moisture and inhibits the growth of mold / mildew. Bathroom fixtures are specified to be stainless steel, for durability, ease of cleaning and maintenance, and mildew and mold resistant. 019113-11 Air Quality testing will be done at the completion of construction. • Equipment and System Expectations All mechanical equipment shall be new and free of defects. Install all equipment, ductwork and controls in accordance with codes, governing standards and manufacturer's recommendations. All fans shall have EC motors with the ability to easily adjust the airflow as manufactured by Greenheck, DeltaBreez, or equivalent. Fans shall be controlled either by reverse acting line voltage thermostat, occupancy sensor, time clock, or a combination thereof. Maintenance includes minor cleaning as grille gets dirty. Lighting Controls shall be adjusted and tested to ensure that they meet the project's operational requirements The maintenance, testing, adjusting and commissioning requirements shall include the following items: 1. Adjust occupancy sensors to turn off area lighting 5 minutes after the respective controlled space has been vacated. 2 Adjust daylighting harvesting photocells to ensure adequate lighting levels are maintained when natural daylighting is sufficient to maintain at least 30 foot-candles. 3. Set and adjust time clocks to the proper time and set on and off times for the specific relay control zones per the owner's desired operational schedule of each individual zone. 4 Provide owner training and written documentation on system and equipment operation to include occupancy sensors and the lighting control relay system Demonstrate the safety procedures associated with operation of the standby power manual transfer switch Instruct the owner to on how to connect the temporary generator cables to the generator interface cabinet. Instruct the owner on the following procedures when using a standby generator- 1 Turn off all branch circuit breakers in the electrical panel. 2 Open the main disconnect switch 3. Connect the temporary generator phase, neutral and ground cables to the generator interface cables. 4. Change manual transfer switch to generator position. 5 Start generator. 6. Turn on selected branch circuit breakers in the electrical panel and monitor generator load as not to overload standby generator 7. When generator uses is completed, turn-off generator 8 Turn off all branch circuit breakers. 9 Disconnect generator. 10. Return manual transfer switch to the normal position. 11 Close the main disconnect switch. 12. Turn on all branch circuit breakers with loads. 019113-12 O Building Occupant and O&M Personnel Requirements Ken/Karen - Describe how the building will be operated, and by whom. Described the level of training and orientation required for the building occupants to understand and use the building systems. There are no full time employees at the facility. The facility will be opened by the first (designated) bus driver to arrive at the facility, and closed by the last (designated) bus driver to leave the facility. Designated Transit employees or sub-contractors will visit the site daily for trash pick-up, cleaning, and general inspection of the facility. These visits are not expected to exceed 1 hour per day on average The occupancy of the facility by the clients of the transit system is expected to be transient in nature. Occupants are there to change bus routes and switch from one bus to another, and are not expected to remain in the Primary building for more than 45 minutes. The Primary building provides bathrooms, limited shelter, seating, water fountains and vending machines. Training / orientation required of occupants: -Transit System's employees / sub-contractors: Designated Transit employees or sub- contractors will visit the site daily for trash pick-up, cleaning, landscape and grounds maintenance, and general inspection of the facility, and facility maintenance as required. These visits are not expected to exceed 1 hour per day on average. The Transit Authority has full time staff and sub-contractors designated for specific duties, which they are trained for and currently provide similar work at other sites and at the Transit Authorities' Operations and Administration Offices. Minimal training is anticipated for the employees for this facility due to their experience and current duties. However, the contract documents will require that the contractor (and system manufacturer's reps) provide a minimum of 2 hours of training on each mechanical and electrical system provided in the facility, including: -lighting relay panel, control stations and occupancy sensors. -ventilation system switches and controls -water heating system and controls -irrigation system switches and controls -sewage pump station system switches, controls, and emergency contact. _con. rit y / GameFa system equipment unawnentFOIS -automated site entry gate switches and controls -roll up door and security man door switches and controls -Stand-by power manual transfer switch and generator cable connection methods. 019113-13 -Transit System's client(s): The facility occupancy is transient in nature. Systems will be designed to work independent of the control of these occupants. The building will be designed to have most systems automated, including: lighting, ventilation system, camera systems, irrigation systems, Water Heaters. Only the roll up / security doors and gates at the site entrance, while operated with electrical/ mechanical systems, will be manually open and closed by designated staff (bus drivers) at the beginning and end of the day. 019113-14 Basis of Design — IRC Transit Hub Facility 1. Primary Design Assumptions a. Mechanical - HVAC Design Criteria: Design shall be based on the weather data as follows: Summer indoor design criteria: Thermostats will be set to 80F to activate mechanical ventilation. Summer outdoor design criteria: 91 F DB/79F WB. Winter outdoor conditions: 38F. Outside air supply and exhaust ventilation rates based on ASHRAE 62.1- Ventilation for Acceptable Indoor Quality. Projected energy usage for the building will be designed to achieve energy consumption levels 25% below the Florida Building Code. Materials, R-values, equipment and motor efficiency, shading, etc. will be utilized to provide an energy efficient facility. Space Use: The building is used for patrons of the Indian River County Transit System to have a building to wait in for their bus to arrive. There are restroom facilities and vending machines for patrons use as well as informational boards providing details on bus routes and times. There will also be signage describing some of the energy savings features of the building and project. The building is designed to be an open air structure (no air conditioning) There are three large roll-up doors that will be opened during hours of operation. Acoustic Requirements: The system design will result in the following HVAC related background sound requirements Restrooms: RC 30 Cooling and heating System: No cooling or heating is required for this facility. Ventilation: The facility will be mechanically ventilated with low wattage fans, one per semi-enclosed space. The electrically commutated motors (ECM) will be controlled by occupancy sensors, to provide exhaust during occupant use and thermostats to control space temperature and provide air movement. Make up air comes from 8"x12" holes in the walls at the slab. Janitor closet fan will run continuously during occupied hours. Redundancy: Redundancy is addressed in the form of natural and mechanical ventilation. The facility has multiple control methods to enable the mechanical ventilation but will also take advantage of natural ventilation due to the open air structure. 019113-15 b. Mechanical - Plumbing Plumbing systems will be designed to achieve required water conservation savings in accordance with FGBC requirements. In addition, low VOC glues and solvents will be used in plumbing systems to comply with indoor air quality requirements. Sanitary Drainage System: Sanitary waste and vent piping will connect all fixtures and equipment and discharge to the site sewer system. Sanitary drainage and vent piping may be PVC. Cleanouts will be located so as to aid in the cleaning of stoppages. Domestic Water Distribution: The domestic water distribution piping will serve all equipment and fixtures in the building. Isolation valves will be provided at individual fixtures and equipment and at fixture groups to facilitate maintenance. There will be a reduced pressure backflow preventer on the incoming service main located outside the building. Underground water supply piping will be Type K copper and a main shut-off valve will be located in the building for maintenance purposes Aboveground water supply piping will be Type L copper. The use of CPVC is an acceptable alternative. Water hammer arrestors will be provided at all equipment with quick closing valve operation. Domestic hot water will be generated by an electric tank type water heater. Hot water will be provided at the lavatories, showers and janitor sink Domestic hot water will be stored at 140F and a mixing valve will be provided to reduce the temperature to 110F for distribution. Products & Equipment: All sanitary and waste piping above and below grade will be PVC type DWV, no hub piping (ASTM 2665). Hot water piping will be insulated with '/4"fiberglass insulation with vapor barrier. All plumbing fixtures in toilet rooms will be stainless steel All water closets will be wall hung with flush valves. All water closets will be low-flow type. All urinals will be wall hung, low-flow type. All floor drains will have trap primers. All sinks and lavatories will be provided with low flow restrictors. ADA fixtures will be provided where required by code. Showers will use low-flow heads (1 5 gpm) Accessible water coolers are to be provided. c. Electrical Lighting: Building interior, building exterior and site lighting fixtures shall use LED lighting technology for very low energy consumption, for reducing life cycle costs, and for reducing owner's future maintenance requirements The interior lighting power allowances shall meet the reduced interior lighting power allowance per the requirements of the Florida Energy Code. The exterior lighting shall not exceed the maximum lighting power allowances per the requirement of the Florida Energy Code. 019113-16 Exterior fixtures shall include stainless hardware for corrosion protection. Interior fixtures in public areas shall be vandal resistant for durability. -Lighting Controls: Interior facility lighting controls shall include occupancy sensors in both the private and group restrooms as well as the communications closet. Lighting controls in the interior public waiting rooms shall include photocells for day-light harvesting to further minimize energy consumption Exterior building mounted and site pole mounted lighting fixtures shall be controlled by the astronomical time clock function of the lighting relay panel. Fixtures shall turn on at dusk and off at dawn each night for public safety and building security. -Power Distribution- The electrical distribution system shall consist of a utility pole mounted transformer with ground mounted connection pedestal, utility meter, exterior enclosed circuit breaker, manual transfer switch, generator interface cabinet, interior electrical distribution panel and the lighting relay panel. -Stand-by Power: The electrical distribution system shall include a manual transfer switch with provisions for connecting a mobile stand-by generator. -Branch Circuits and Wiring Devices Interior and exterior receptacles shall be provided as noted on the construction drawings. Disconnect switches shall be provided for water heater, power operated gates and the irrigation pump. -CCTV System: Conduit system and cables shall be provided for the interior and exterior cameras per the plans. Cameras and electronics will be provided and installed by others. -Communication System- Conduit and cable system shall be provided per the drawings. 2. Standards The codes and standards covering the facility include, but are not limited to the following: a. Mechanical-HVAC Florida Building Code Florida Mechanical Code National Fire Protection Association NFPA 90A American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE) Sheet Metal and Air Conditioning Contractors National Assn. (SMACNA) 019113-17 b Mechanical - Plumbing ,Florida Building Code Florida Plumbing Code Authority Having Jurisdiction c. Electrical National Electrical Code—2014 d. Buildina Codes: Florida Energy Code—2014 Florida Building Code —2014 Florida Plumbing Code —2014 Florida Mechanical Code —2014 National Electric Code—2014 Florida Accessibility Code —2014 Florida Fire Code - 2014 National Fire Protection Association NFPA 101 - 2014 3. Narrative Descriptions All exhaust fans take advantage of EC motor technology which allows all fans to use less than 225W and some being as little as 13.6W. In addition, this wattage is a maximum and can easily be reduced as required. The water heater exceeds efficiency ratings required by the Florida Building Code. Lighting Controls shall be adjusted and tested to ensure that they meet the project's operational requirements. The maintenance, testing, adjusting and commissioning requirements shall include the following items: 1. Adjust occupancy sensors to turn off area lighting 5 minutes after the respective controlled space has been vacated. 2. Adjust daylighting harvesting photocells to ensure adequate lighting levels are maintained when natural daylighting is sufficient to maintain at least 30 foot-candles. 3. Set and adjust time clocks to the proper time and set on and off times for the specific relay control zones per the owner's desired operational schedule of each individual zone. 4. Provide owner training and written documentation on system and equipment operation to include occupancy sensors and the lighting control relay system. Demonstrate the safety procedures associated with operation of the standby power manual transfer switch. Instruct the owner to on how to connect the temporary generator 019113-18 cables to the generator interface cabinet. Instruct the owner on the safe procedures when using a standby generator: 019113-19 Division 2 Site Construction Table of Contents Division 2 Site Construction 02101 Mobilization 02102 Maintenance of Traffic 02150 Survey Stake Out and Record Drawings (As-Builts) 02200 Prevention, Control and Abatement of Erosion and Water Pollution 02203 Swale and Dry Retention Area Construction 02204 Grassing by Sodding 02205 Grassing by Seeding and Mulching 02208 Tree Protection and Trimming 02230 Site Clearing 02240 Dewatering 02260 Excavation Support and Protection 02300 Earthwork 02301 Subgrade 02304 Cemented Coquina Shell Base Course 02305 Asphalt Concrete Pavement 02307 Reinforced Concrete 02308 Curbing 02309 Street Signs 02311 Roadway Traffic Stripes and Pavement Markings 02361 Termite Control 02401 Drainage Pipe 02402 Drainage Structures 02403 Installation of Drainage Pipe and Structures 02700 Water and Wastewater Utility Standards 02802 Chain Link Fence 02810 Irrigation System (See Civil Drawings for Specifications) 02920 Lawns and Grasses 02950 Trees, Plants and Ground Cover 02999 Incidental Site Construction SECTION 02101 MOBILIZATION Bid Item No. 101-1 Mobilization-Per Lump Sum 1. DESCRIPTION: A. Perform preparatory work and operations in mobilizing for beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies, and incidentals to the project site and for the establishment of temporary offices, buildings, safety equipment and first aid supplies, and sanitary and other facilities. Include the costs of bonds and any required insurance and any other preconstruction expense necessary for the start of the work, excluding the cost of construction materials. When the project includes significant (greater than 15% of project costs) vertical building construction work, those portions of the "mobilization" work and costs associated with and attributed to the building construction work may be apportioned to the "General Conditions" cost within the Schedule of Values prepared and/ or submitted for that part of the contractor's bid, including the cost of FGBC compliance and Federal contract compliance and administration for all aspects of the project including DBE and EEO compliance, as well as compliant project bulletin board. The work specified in this section shall conform to Section 101 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. (2015 Edition) B. Measurement and Payment - The scope of work for "Mobilization" shall include (within the unit price bid, per LS as specified in the bid form) the cost of mobilizing for the beginning of the work. 2. PARTIAL PAYMENTS: When the proposal includes a separate pay item for Mobilization, partial payments will be made therefore in accordance with the following: Percent of Original Contract Amount Allowable Percent of the Lump Sttm Price Earned for the Item* 5 25 10 50 25 75 50 100 *Partial payments for any project will be limited to 10% of the original Contract amount for that project. Any remaining amount will be paid upon completion of all work on the project. The standard retainage will be applied to these allowances. 02101-1 SECTION 02102 MAINTENANCE OF TRAFFIC Bid Item No. 102-1 - Maintenance of Traffic-Per Lump Sum 1. DESCRIPTION: A. Maintain traffic within the limits of the project for the duration of the project period and construct and maintain detours; provide facilities for access to residences and business, etc, along the project; furnish install and maintain traffic control and safety devices during construction; furnish and install work zone pavement markings for maintenance of traffic in construction areas; and provide any other special requirements for safe and expeditious movement of traffic specified on the plans and reference standards. Maintenance of traffic includes all facilities, devices and operations as required for safety and convenience of the public within the work zone. B. Measurement and Payment- The scope of work for "Maintenance of Traffic" shall include (within the unit price bid, per LS as specified in the bid form) the cost of maintaining traffic within the limits of the project work for the duration of the construction period, including: Any temporary suspensions of the work; construct and maintain detours; provide facilities for access to residences, business, etc along the project; furnish install, and maintain traffic control and safety devices during construction; furnish and install work zone pavement markings for maintenance of traffic in construction zones; provide any other special requirements for safe and expeditious movement of traffic. Maintenance of traffic includes all facilities, devices and operations as required for safety and convenience of the public within the work zone. 2. APPLICABLE CODES, STANDARDS AND SPECIFICATIONS: A. The work, including the furnishing of labor, material and equipment, for "Maintenance of Traffic", shall be provided in accordance with the F.D.O.T. Standard Specifications for Road and Bridge Construction, Section 102, Maintenance of Traffic. B. Maintenance of traffic shall be provided in accordance with applicable F.D.O.T. Design Standards, traffic control plans and specifications depicted within index No.'s 600 through 670. C. The M.U.T.C.D. part VI is the minimum national standard for traffic control for highway construction, maintenance and utility operations. Follow the basic principles and minimum standards contained in these documents for the design, application, installation, maintenance and removal of all traffic control devices, warning devises and barriers which are necessary to protect the public and workers from hazards within the project limits. 02102-1 D. The contractor shall review all permit conditions, and provide additional and/or specific M.O.T. requirements written or depicted therein. E. The contractor shall provide additional M.O.T. in accordance with the plans. The F.D.O.T. design standards shall be considered a minimum requirement, and the M.O.T. on the plans shall be considered a supplement and addition to those standards. 3. REFERENCES: A. Section numbers and article numbers specified are those contained in the latest edition of the"Florida Department of Transportation Standard Specifications for Road and Bridge Construction" and may also be referenced herein as: - FDOT Standard Specifications, or - Florida DOT Standard Specifications, or - Standard Specifications 4. SPECIFIC REQUIREMENTS: A. The Contractor shall present his Maintenance of Traffic Plan at the pre-construction conference. B. Commence the maintenance of traffic starting the day work begins. C. Provide a worksite supervisor who is designated as the person responsible for the maintenance of traffic, and is available on a 24 hour per day basis, and participates in all changes to traffic control and reviews the project on a day to day basis. The supervisor shall be available within 45 minuets after notification of an emergency situation, and is prepared to positively respond to repair the traffic control or provide alternative traffic arrangements. D. Provide and maintain adequate accommodations for intersecting and crossing traffic. Maintain all existing signal operations for main and side street movements for the duration of the project. Before beginning any construction provide the engineer with a plan for maintaining detection devises for each intersection and the name(s) and phone numbers of persons that can be contacted when signal operation malfunctions. E. Provide continuous access to all residences and places of business. F. Provide uniformed law enforcement officers, including marked law enforcement vehicles, to assist in controlling and directing traffic in the work zone for traffic control in a signalized intersection when signals are not in use. G. Furnish install and maintain adequate traffic control devices, warning devices, and barriers to protect the traveling public and workers, and to safeguard the work area; and furnish and install work zone pavement markings for maintenance of traffic in 02102-2 construction areas in close conformity with the lines and details shown on the plans and referenced standards. **END OF SECTION" 02102-3 SECTION 02150 Survey Stake Out and Record Drawings (As-Builts) -Bid Item No. 108-1 —Survey stakeout —Per Lump Sum -Bid Item No. 108-2 —Record Drawings /As-Builts —Per Lump Sum 1.1 GENERAL A The CONTRACTOR will furnish all construction staking for the project. All staking from control will be under the supervision of a Florida Registered Land Surveyor. B. Develop and make all detail surveys and measurements needed for construction including but not limited to, slope stakes, batter boards, piling layouts and all other working lines, elevations and cut sheets. C. Keep a transit and leveling instrument on the site at all times and a skilled instrument man available whenever necessary for layout of the Work. D. Provide all material required for benchmarks, control points, batter boards, grade stakes, and other items. E. 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. F. Safeguard all points, stakes, grademarks, monuments and benchmarks made or established on the Work, and reestablish same, if disturbed. Rectify all Work improperly installed because of not maintaining, not protecting or removing without authorization such established points, stakes, marks and monuments. G. When requested by the ENGINEER, provide such facilities and assistance as may be necessary for the ENGINEER to check line and grade points placed by the CONTRACTOR. Do no excavation or embankment work until all cross-sectioning necessary for determining pay quantities has been completed and checked by the ENGINEER. H. Measurement and Payment - The scope of work for "Survey Stake Out and Record Drawings" shall include (within the unit price bid, per LS as specified in the bid form) the cost of all survey services required to construct and complete the project work, as described in this specification, other requirements within Division 1-16 specifications, the drawings, and all other contract documents. 1.2 SURVEY WORK AND QUALIFICATIONS OF SURVEYOR A. 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 in the survey data. The commencing of any of the work by the CONTRACTOR shall be held as the CONTRACTOR's acceptance that all survey or existing site information is correct and accurate, without any reasonably inferable errors, inaccuracies or omissions. B. The CONTRACTOR shall carefully preserve all control stakes, benchmarks, 02150-1 reference points and property corners and will be responsible for any mistake or loss of time caused by their unnecessary,loss or disturbance. If the loss or disturbance of the stakes or marks cause a delay in the Work, the CONTRACTOR shall have no claim for damages or extension of time. Control stakes, benchmarks, reference points and property corners disturbed by the CONTRACTOR's work shall be replaced by a Florida Registered Land Sur- veyor and Mapper, at the CONTRACTOR's expense. In the event the Owner must provide the services of the Florida Registered Surveyor and Mapper to perform this replacement work, the cost of the surveying services will be deducted from any sums due the CONTRACTOR for the work performed under this Contract. C. All survey work shall be performed under the guidance and direction of a Florida Registered Surveyor and Mapper. D. All survey work for Record Drawings shall be performed by a Florida Registered Surveyor and Mapper. 1.3 BUILDING SURVEY A. The CONTRACTOR shall furnish special purpose surveys required by the Building department and the Building Permit for the project during the course of the work, including but not limited to: stake-out, formboard location, slab/ foundation location, Flood elevation certificate, and other requisite surveys for all the proposed building structures. B. All Special purpose surveys shall be prepared under the supervision of a Florida Registered Land Surveyor. 1.4 RECORD DRAWINGS / SURVEY GENERAL Maintain, prepare and provide the ENGINEER with record documents as specified below, except where otherwise specified or modified within the scope of work provided in the specific project contract documents. (See section 017839 — "Project Record Documents" for additional project record requirements, including requirements for record drawings of the building structures). The Contractor and/or Developer shall be responsible for, and required to provide, Record Drawings as outlined in this section and other specifications within Divisions 1-16 of the contract documents MAINTENANCE OF RECORD DOCUMENTS: 1. Maintain in CONTRACTOR's field office in clean, dry, legible condition complete sets of the following project documents: Drawings, Specifications, Addenda, approved Shop Drawings, samples, photographs, Change Orders, other modifications of Contract Documents, test records, survey data, Field Orders, and all other documents pertinent to CONTRACTOR'S Work. 2. Provide files and racks for proper storage and easy access. 3. Make documents available at all times for inspection by ENGINEER and 02150-2 OWNER. 4. Do not use record documents for any other purpose and do not remove them from the field office. 5. Label each document "RECORD DRAWING" in 2-inch high printed letters. 6. Keep record documents current at all times. 7. No work shall be permanently concealed until the required record data 'has been obtained. RECORD 1 AS-BUTT DRAWINGS A. During the construction operation, the CONTRACTOR shall maintain records of all deviations from the approved Project Plans and Specifications and shall prepare therefrom "RECORD" drawings showing correctly and accurately all changes and deviations from the work made during construction to reflect the work as it was actually constructed. B. The Record/As-Built survey shall be performed and subsequent plans prepared by a Professional Surveyor and Mapper, registered in the state of Florida and certified to the standards set forth in Chapter 472, Florida Statutes and Chapter 5J-17.050 Florida Administrative Code (Florida Minimum Technical Standards). C. Field measurements of vertical or horizontal dimensions of constructed improvements shall be obtained so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans. Clearly shown by symbols, notations, or delineations, those constructed improvements located by the survey. D. All vertical information (elevations) provided on the Record Drawings shall be referenced to the North American Vertical Datum of 1988 (NAVD 88) unless otherwise specified by the Project Engineer E. The horizontal information provided on the Record Drawings shall be referenced to the State of Florida, State Plane Coordinate System, Florida East Zone as established by Global Positioning System (GPS) which meets or exceeds Third Order Class I Accuracy Standards according to current publication of the Federal Geodetic Control Committee(FGCC) procedures. F All Record/As-Built drawings shall be prepared in digital format (ACRD Civil 3D 2013) and shall utilize the digital design drawings as prepared by the Proiect Engineer as a base for the Record/As-Built drawings It is the responsibility of the Surveyor to request these files from the Contractor or Project Owner in order to produce the Record/As-Built drawing set. G. ALL improvements proposed to be constructed as shown on the approved construction plans shall be field measured upon completion and shown on the Record/As-Built survey. Any improvements that appear in both plan and profile 02150-3 views shall show the Record/As-Built information in both views. H. The following items are required to be shown on all Indian River County project Record/As-Built drawings submitted to the County: DRAINAGE: 1. Right-of-way Swale/Drainage — All culvert inverts, elevations and station offsets; inlet grate and bottom elevations; swale beginning and end bottom elevations; and highs and lows along top of bank. Size of swale. 2. Pipe Culvert/PVC Sleeves-All inverts, pipe size, stations and offsets. 3. Outfalls — All pipe inverts, pipe size, elevations and station offsets, weir box elevations, weir elevation, bleeder elevation and sizes. 4. Roadway/Off Site Drainage — All inverts, elevations and station offsets; manhole top elevation; grate top elevations. 5. Retention Ponds — Provide perimeter elevations, grade breaks, depths and calculated pond areas at control elevation and grade breaks above and below water surface.Show as-built of typical cross section as shown on design plan. ROADWAY: 1. Stations and offsets related to controlling baseline and elevations of all structures, side street and major driveway radius returns (edge of pavement), bends and/or change in direction of roadway alignment, minimum of 1000' intervals along roadway alignment. 2. Elevations along Profile Grade Line (PGL), of all edge of pavements on each side of Profile Grade Line (PGL), at medians at the high/low and PVI points along Profile Grade Line (PGL). 3. All final Elevations to be plotted on PGL AND Plan & Profile sheets as applicable. 4. Elevations of edge of pavement and flow line at curb inlets and on the adjacent edge of pavement at curb inlets. WATER, FORCE, AND RECLAIMED WATER MAINS: 1. Show size and type of material used to construct mains. 2. Show horizontal location and elevation of all tees, crosses, bends, terminal ends, valves, fire hydrants, air release valves, and sampling points, etc., by distances from known reference points. 3. Show location, size and type of material of all sleeves and casing pipes. 4. Elevation and horizontal location of all storm sewers, gravity sewers including laterals, force mains, water mains, etc. which are crossed; including clearance dimension at all conflicts or crossings. 5. Top of pipe elevation and horizontal location of all water and force main stub outs. 6. Horizontal location of all services at the property lines. 7. Horizontal and vertical location of pipe including size of all mains and ground elevation shall be obtained at one-hundred (100) foot intervals. Contractor shall place temporary PVC stand pipes (tell-tales) at each of the one hundred (100) foot intervals and at all fittings and conflicts/crossings to 02150-4 facilitate the record drawing survey. The tell-tale pipes shall be constructed of 2-inch PVC pipe, shall be placed on the top of the pipes to be surveyed, and shall be removed by the Contractor after completion of the field survey by the "As-Built" Professional Surveyor. 8. Location of fire lines. 9. Dedicated easement locations, identified by O.R. Book and Page Number. GRAVITY SEWER: 1. Manholes: Elevation of top rim, bottom elevation and invert of each influent and effluent line. 2. Show distance between manholes center-to-center and horizontal location by baseline station and offset. 3. Show material size and type used to construct sewer mains. 4. Show length (center of manhole to end of stub) distances from known reference points or baseline offsets, and elevation of stub-outs. 5. Show which services have twenty (20) foot length of DIP at water main crossings. 6. Show station and offset location of sanitary services' at property line. Particular care in dimensioning needed in special situations, i.e.,cui-de- sacs and locations where services are not perpendicular to wye. 7. Show invert elevation of sanitary service at property line. 8. Any and all necessary dedicated easement locations, identified by O.R. Book and Page Number. PUMP / LIFT STATION: Record Drawings shall show elevations for the top and bottom and diameter of wet well along with invert of effluent line. Record Drawings should also indicate the make, model number, horsepower, impeller and condition point of pumps selected and installed, shape of wet well, location of control panel, location of pump out connection, float level settings, any deviation from the plans, and serialnumber(s) of the pump(s). SURVEY CONTROL 1. Install/re-establish: It shall be the contractor's responsibility to hire a Professional Surveyor and Mapper as defined per Chapter 472, Florida Statutes, to replace any horizontal and vertical control shown on the engineering plans that was destroyed during construction. 2. New roadway alignment control points (survey baseline or controlling line and all points as indicated on the plans or control sheet) upon final roadway completion. Include all intersections and side streets. State plane coordinates and elevations for all control points. 3. If shown on plans or not. Any Public Land Corner or Governmental Survey Control point(s),vertical control (bench marks), property corners destroyed and/or disturbed during the scope of the project shall be properly 02150-5 re-established as per standards as set forth within Florida Statutes, Administrative code and Minimum Technical Standards for that type of survey. All said surveying mentioned above shall be performed under the direct supervision of a registered Professional Surveyor and Mapper in the state of Florida and certified accordingly. Said Governmental agency(s) shall be notified in writing of disturbance and re- establishments. RECORD/AS-BUILT DRAWINGS FORMAT - SUBMITTAL A. ENGINEER will supply the CONTRACTOR with the electronic file of the approved construction plans for the input of the As-Built (record) information. B. CONTRACTOR shall deliver seven (7) certified sets of Record/As-Builts with Electronic Drawing files prepared in AutoCAD Civil 3D 2013 AND PDF format or in current version as agreed by the ENGINEER. C. CONTRACTOR's surveyor shall review, sign and seal As-Builts or Record drawing(s). Said drawing(s) shall clearly state type of survey, positional tolerances, adhere and be certified to by a registered Professional Surveyor and Mapper in the state of Florida, any standards set forth by Florida Statutes, Administrative code and Minimum Technical Standards for As- Built/Record surveys.\ D. All Record/As-Built drawings are subject to review and approval by County Surveyor. ACCURACY The CONTRACTOR will be held responsible for the accuracy and completeness of Record Drawings and Electronic As-Builts and shall bear any costs incurred in finding utilities as a result of incorrect data furnished by the CONTRACTOR. COMPLETION OF WORK Upon Substantial Completion of the Work, deliver Record Drawings/As-Built Drawings to ENGINEER. Final payment will not be made until satisfactory record documents are received and approved by ENGINEER. AERIAL RL..OT-OGRARL..1 eRtif y the we Fk in detail. + + END OF SECTION + + 02150-6 SECTION 02200 Prevention, Control and Abatement of Erosion and Water Pollution -Bid Item No. 104-2-Prevention, Control & Abatement of Erosion and Water Pollution —Per Lump Sum PART 1 —GENERAL 1.1 SCOPE A. This Section covers erosion control and the treatment of dewatering water and stormwater runoff from the construction site and work area. Pollution control measures shall prevent polluted or turbid waters from being discharged from the construction site or work area to undeveloped portions of the site or offsite, including but not limited to Multiple Separate Storm Sewer Systems (MS4s) and Waters of the State. The work specified in this section shall conform to Section 104 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. (2015 Edition) B. Measurement and Payment - The scope of work for "Prevention, Control & Abatement of Erosion and Water Pollution" shall include (within the unit price bid, per Lump Sum (LS) as specified in the bid form) the cost of all equipment, materials and labor required to adhere to the requirements of this specification, other applicable specifications within Divisions 1 to 16, the drawings and all other contract documents C. The OWNER considers pollution from dewatering water and stormwater runoff from a construction site or work area to be a very serious offense. The CONTRACTOR is solely responsible for preventing pollution caused by dewatering water and stormwater runoff from the construction site or work area. Note that state regulations do not allow mixing stormwater and dewatering groundwater in the same release-separate and independent discharges are required. D. Pollution control measures specified herein represent minimum standards to be adhered to by the CONTRACTOR throughout the Project's construction. The OWNER reserves the right to require the CONTRACTOR to employ additional pollution control measures, when in the sole opinion of the OWNER, they are warranted. If site specific conditions require additional erosion and stormwater pollution control measures during any phase of construction or operation to prevent erosion or to control sediment or other pollution, beyond those specified in the Drawings, the Project's approved Stormwater Pollution Prevention Plan (SWPPP), or herein, implement additional best management practices as necessary, in accordance with Chapter 4, "Best Management Practices for Erosion and Sedimentation Control" of the Florida Erosion and Sediment Control Inspector's Manual and other references as may be applicable or required by regulatory permits. 02200-1 E. The OWNER may terminate this Contract if the CONTRACTOR fails to comply with this Section. Alternatively, the OWNER may halt the CONTRACTOR's operations until the CONTRACTOR is in full compliance with this Section. If the OWNER halts the CONTRACTOR's Work as a result of failure to comply with this Section, the Contract time clock will continue to run. F. In addition to these Specifications, comply with Chapter 4 -"Best Management Practices for Erosion and Sedimentation Control" and Chapter 5 — "Best Management Practices for Dewatering" of the Florida Erosion and Sediment Control Inspector's Manual. In the event of a conflict between the referenced chapters and these Specifications, the more stringent requirement shall prevail. G. Submit to SJRWMD a "Notice to District of Dewatering Activity" (SJRWMD Form No. 40C-2.900(12)) prior to commencement of dewatering in accordance with F.A.C. 40C-2.042(9). Provide a copy of the Notice to Indian River County. 1.2 PERMITS A. The OWNER has obtained certain permits for this project and they are listed in paragraph 6.08.13 of the EJCDC Standard General Conditions of the Construction Contract (General Conditions). Per paragraph 6.08.0 of the General Conditions, apply for and obtain all other required federal, state, and local permits, licenses, sampling, and tests. B. Provide copies of all approved permits to the OWNER and ENGINEER and comply with all conditions contained in all permits at no extra cost to the OWNER. If there is a conflict between any permit requirement and these Specifications or requirements between permits, the more stringent specification or requirement shall govern. C. Pay for all required water quality sampling and laboratory tests. 1.3 GENERAL A. Do not begin any other construction work until the pollution control and treatment system has been constructed in accordance with approved plans, permits, and these Specifications; and the installed system has been examined by the OWNER for compliance. B. From time to time, the OWNER or ENGINEER will inspect the pollution control and treatment system and may take effluent samples for analysis by a testing laboratory selected and paid for by the OWNER. If at any time, the OWNER or ENGINEER determines that the pollution control and treatment system is not in compliance with the approved system, the OWNER or ENGINEER will shut the portion of the project down that is not in compliance, and it shall remain shut-down until the pollution control and treatment system is properly constructed or repaired, and complies with the approved pollution control and treatment system plans, specifications, contract documents, and permits. 02200-2 C. Schedule construction to minimize erosion and stormwater runoff from the construction site. Implement erosion control measures on disturbed areas as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased, but in no case more than 7 days after the construction activity in that portion of the site has temporarily or permanently ceased. In addition to other temporary erosion control measures that may be implemented, application of polyacrylamide is required on all such disturbed areas within 7 days after the construction activity in that portion of the site has temporarily or permanently ceased, unless final landscaping has been installed. Polyacrylamide application shall be as specified herein. Include polyacrylamide application in the Project's SWPPP. D. Inspect each pollution control system at least once per day and after each rainfall event. Clean and maintain each pollution control system as required until the system is no longer needed If*a water quality violation occurs, immediately cease all work contributing to the water quality violation and correct the problem. Immediately report all water quality violations to the OWNER Immediately report the discharge of any hazardous substance to the State Warning Point at 800-320- 0519 or 850-413-9911. E. Discharge shall not violate State or local water quality standards in receiving waters, nor cause injury to the public health or to public or private property, nor to the Work completed or in progress The receiving point for water from construction operations shall be approved by the applicable owner, regulatory agency, and the ENGINEER The receiving point shall be shown on the Project SWPPP. F. Promptly repair all damage at no cost to the OWNER 1.4 SUBMITTALS A. Shop Drawings: Submit shop drawings of the proposed pollution control and treatment systems in accordance with Section 013400. B. Approved Stormwater Pollution Prevention Plan. C "Contractor's Affidavit Regarding Erosion Control and Treatment of Dewatering Water and Stormwater From Construction Activities" (end of section). 1.5 STORMWATER TREATMENT AND EROSION CONTROL SYSTEM RESPONSIBILITY A. Prepare a site-specific design of the erosion and stormwater pollution control system. Install and maintain all erosion and stormwater pollution control devices under the supervision of a State Certified Stormwater, Erosion, and Sedimentation Control Inspector. Maintain the erosion and stormwater pollution control devices until in the ENGINEER's sole opinion, the devices are no longer necessary (such time not to extend past the date the OWNER formally accepts the project as complete). Before beginning construction, submit to Indian River County, Florida 02200-3 Department of Environmental Protection (FDEP) and other applicable regulatory agencies for review and approval, a Stormwater Pollution Prevention Plan (SWPPP), prepared by the certified erosion control subcontractor. Construction shall not begin until the SWPPP has been approved by Indian River County, FDEP, and all applicable regulatory agencies Submit the approved SWPPP to the ENGINEER before beginning construction. Include in the SWPPP, the "Contractor's Affidavit Regarding Erosion Control and Treatment of Dewatering Water and Stormwater from Construction Activities" (located at the end of this Section). 1.6 "POLLUTION" AND CERTAIN UNCONTESTABLE POLLUTION EVENTS DEFINED A. With respect to this Section and as may be further defined in paragraphs 1.6.8, 1.6.C, and 1.6.D, "pollution" is the presence in off-site waters of any substances, contaminants, or manmade or human-induced impairment of off-site waters or alteration of the chemical, physical, biological, or radiological integrity of off-site water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant life, or property. Pollutants to be removed include but are not limited to, sediment and suspended solids, solid and sanitary wastes, phosphorus, nitrogen, pesticides, oil and grease, concrete truck washout, stucco mixer washout, curb machine washout, washout from other construction equipment, construction chemicals, and construction debris. B. When the Discharge is Directly Into an Existing Water Body An existing water body (including ditches and canals) is defined to be polluted by the CONTRACTOR's operations when at any time, the turbidity of the water immediately downstream of the CONTRACTOR's discharge point(s) is at least 29 nephelometric turbidity units (NTUs) higher than the turbidity of the background water upstream of the discharge point(s). [See Fla. Administrative Code 62-302.530] Exception: When the discharge is directly into or through an outfall discharging into "Outstanding Florida Waters," designated by Florida Statute 403.061(27), the turbidity of the discharged water cannot exceed the turbidity of the immediate receiving water. The ENGINEER or OWNER shall determine the locations where the turbidity is measured. C. When the Discharge is not Directly Into an Existing Water Body In some instances, dewatering water or stormwater runoff from the construction site or work area may reach a water body indirectly, such as by overland flow. If the discharge water's TSS and turbidity measurements exceed pre-construction background values by 20 percent for TSS and 29 NTUs for turbidity, then the discharge is defined to be polluted. D. When Pollution Always Occurs The discharge from a construction site or work area is defined to be polluted whenever the pH of the discharge is less than 6.5 or greater than 8.5, or whenever any of the following is present in the discharge water: (1) Hazardous waste or hazardous materials in any quantity, 02200-4 (2) Any petroleum product or by-product in any quantity, (3) Any chemical in any quantity, or (4) Concentrated pollutants. E. Above paragraphs 1.6.13, 1.6.C, and 1.6.0 do not in any way, limit the types of conditions in which pollution may be determined to occur. 1.7 PENALTIES FOR NONCOMPLIANCE WITH THIS SECTION A. In addition to the OWNER's specific remedies, if erosion or pollution is caused by dewatering water or stormwater runoff from the construction site, the OWNER may report the violations to Indian River County Stormwater Enforcement, SJRWMD, FDEP, Indian River Farms Water Control District (or other F. S. Chapter 298 Drainage District, as appropriate), and other pertinent regulatory or enforcement agencies. PART 2- MATERIALS AND INSTALLATION 2.1 GENERAL A. Polvacrylamide: As required in Paragraph 1.3.C, place polyacrylamide (PAM) on bare ground to reduce the potential for erosion and cover it with hay, jute, or mulch. PAM may also be used in water bodies to remove turbidity. In all cases, use the anionic form of polyacrylamide that does not stick to fish gills. For PAM information and its proper application, a contact is Applied Polymer Systems, Inc., (678) 494- 5998, www.siltstop.com. B. Staked Silt Fences: 1. General: Use silt fences to control runoff from the construction site where the soil has been disturbed. 2. Installation: Install per the manufacture's recommendations and as specified herein. In general, install the silt fence in a manner that allows it to stop the water long enough for the sediment to settle while the water passes through the silt fence fabric. All supporting posts shall be on the down-slope side of the fencing. Place the bottom of the fabric 6-inches minimum, under compacted soil to prevent the flow of sediment underneath the fence. Place silt fences away from the toe of slopes. Otherwise, install in accordance with FOOT Index No. 102. 3. Product: All material shall be new and unused. Use FOOT Types III through IV silt fences where large sediment loads are anticipated, where slopes are 1.2 (vertical: horizontal) or steeper, or as directed by the ENGINEER; otherwise use FOOT Type II silt fence. C. Turbidity Barriers: 1. General: Use turbidity barriers to control sediment contamination of rivers, lakes, ponds, canals, etc. 2. Installation: Install per the manufacturer's recommendations and per FOOT Index No. 103 unless directed otherwise by the ENGINEER. 02200-5 3. Product: All material shall be new and unused. The turbidity barrier shall be a pervious barrier and the fabric color shall be yellow. Use staked turbidity barriers in water less than one-foot deep. Use floating turbidity barriers in water one-foot or deeper. D. Sedimentation Control From Dewatering or Pumping Operations Using Filter Bags: 1. Filter bags shall be manufactured using a polypropylene non-woven geotextile and sewn by a double-needle machine, using a high strength nylon thread. The bag shall have a fill spout large enough to accommodate a 4- inch pump discharge hose. Straps shall be attached to the bag to secure the hose and prevent pumped water from escaping without being filtered. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many filter bags as required, at no additional cost to the OWNER. Legally dispose of the bags offsite, at no cost to the OWNER. If the bags are placed on aggregate to facilitate filtration efficiency, do not use Iimerock aggregate use non-calcareous rock. 3. Product: The filter bag shall be supplied with lifting straps. a. "DIRTBAG 53 or 55 as applicable," supplied by ACF Environmental, Inc (1-800-448-3636). b. "DANDY DEWATERING BAG" supplied by Dandy Products, Inc. (1-800-591-2284). C. Or equivalent. E. Curb Inlet Protection: 1. Filter stormwater before it enters curb inlets. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 3. Product: All materials shall be new and unused. The length of the curb inlet filtration device shall be at least 2-feet longer than the curb inlet opening. a. "GUTTERBUDDY," supplied by ACF Environmental, Inc. (1-800-448- 3636). b. Or equivalent. F. Catch Basin Protection: 1. Filter stormwater before it enters catch basins (drop inlets). The filter"sack" shall be manufactured from woven polypropylene geotextile and sewn by a double-needle machine, using a high strength nylon thread. The sack shall be manufactured to fit the opening of the catch basin or drop inlet and it shall have the following features: two dump straps attached at the bottom to facilitate emptying; lifting loops as an integral part of the system to be used to lift the sack from the basin; and a colored restraint chord approximately halfway up the sack to keep the sides away from the catch basin walls The colored restraint chord shall also serve as a visual means of indicating when the sack should be emptied. 2. Installation: Install in each catch basin in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 02200-6 3. Product: All materials shall be new and unused. a. "SILTSACK" (regular flow), supplied by ACF Environmental, Inc. (1- 800-448-3636). b. "FioGuard+PLUS," supplied by Kristar Enterprises, Inc. (1-800-579- 8819). C. Or equivalent. G. Construction Site Egress Driveways: Minimize the transport of sediment and soil from the construction site or work area by vehicle wheels. Construct a crushed rock driving surface at the vehicle exit point(s). Locate the site egress driveways a minimum of 25 feet from all drainage inlets or pipes. Provide an area large enough to remove the sediment and soil from vehicle wheels before the vehicle leaves the construction site or work area. Provide wash-down stations as required to wash vehicle tires and retain all washwater on-site. Do not use limerock. H. Rock and Stone for Erosion Control and Pollution Control and Treatment. 1. Crushed Limerock: Limerock shall not be used under any circumstance. 2. Acceptable Material: FOOT #4 non-calcareous aggregate, washed and meeting the requirements of FOOT Standard Specifications for Road and Bridge Construction, Section 901. I. Hay Bales: Hay bales shall not be used. PART 3 - EXECUTION A. Design, construct, and maintain the pollution control and treatment system to minimize erosion and capture and remove pollutants from the construction site and from all other areas disturbed by construction activities. B Apply polyacrylamide in strict accordance with the polyacrylamide manufacturer/supplier's recommendations and specifications. C. REPAIR ALL EROSION DAMAGE- At no additional cost to the OWNER and regardless of the state of completion of the Work, immediately clean all dirt and debris from all pipes and drainage structures; and repair all flooding, washouts, and all other erosion damage to the Work. This responsibility shall not end until Final Acceptance of the Work by the OWNER. Included is damage caused by erosion of any kind (e.g wind, waves, stormwater runoff, hurricanes, etc.) including Acts of God. Restore all erosion damaged areas to design grades and elevations. Also, refer to General Conditions 6.13.B. [The remainder of this page was left blank intentionally] 02200-7 CONTRACTOR'S AFFIDAVIT REGARDING EROSION CONTROL AND TREATMENT OF DEWATERING WATER AND STORMWATER FROM CONSTRUCTION ACTIVITIES This sworn statement is submitted to Indian River County for the following project (list project name and site address): I.R.C. Go Line Transfer Hub (16th Street East of Old Dixie Highway, Vero Beach. FL 32960) STATE OF COUNTY OF Personally before me the undersigned authority, appeared ,who upon oath duly administered, stated as follows: 1. This sworn statement is submitted by the CONTRACTOR, whose business address is and (if applicable) its Federal Identification No.(FEIN) is 2. My name is and my relationship to the entity named above is --------------------- 3. CONTRACTOR understands and agrees that in addition to complying with the terms and conditions of the project contract documents, Permittee is responsible for complying with the terms and conditions of the following as applicable to the site: (a) State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities (for projects one acre or larger), (b) Stormwater Pollution Prevention Plan (regardless of project size), (c) St. Johns River Water Management .District permit(s) (regardless of project size), (d) Florida Department of Environmental Protection permit(s) (regardless of project size), (e) All other permits required for this project not specifically listed herein, and (f) All Codes and Ordinances of the City of Vero Beach and Indian River County. 02200-8 4. CONTRACTOR understands and agrees that "pollution" as defined by Florida Statutes Chapter 403.031(7) includes: "_ _ _ the presence in the outdoor atmosphere or waters of the state of any substances, contaminants, noise, or manmade or human-induced impairment of air or waters or alteration of the chemical, physical, biological, or radiological integrity of air or water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant life, or property or which unreasonably interfere with the enjoyment of life or property, including outdoor recreation unless authorized by applicable law." 5. CONTRACTOR understands and agrees that in addition to the definition set forth in Item 4 above, "pollution" is also defined by Florida Administrative Code 62-302.530 and as may be further defined in the Indian River County permit(s). 6. CONTRACTOR understands that Indian River County requires the design, installation, and maintenance of proper erosion control measures at all times UNTIL Final Acceptance of the Project by the OWNER. 7. CONTRACTOR understands that there are civil and criminal penalties for pollution listed in Florida Statutes Ch. 403.141 and Ch. 403.161, including but not limited to, Indian River County issuing a Cease and Desist Order for the project. CONTRACTOR understands that it may be liable for these and other penalties if offsite pollution occurs as a result of activities associated with the Project. Under penalty of perjury, CONTRACTOR declares that it has read the foregoing affidavit and the facts stated in it are true. [The remainder of this page was left blank intentionally] 02200-9 FURTHER AFFIANT SAYETH NAUGHT CONTRACTOR: Authorized Signature: Printed Name: --------------------------------------- Date: ------------------- Work Telephone: Mobile Telephone: The foregoing instrument was subscribed and sworn to before me this day of 120_by who is personally known to me or has produced as identification and who did take oath. Notary Public State of Florida at Large My Commission expires: ---------------------------- + + END OF SECTION + + 02200-10 SECTION 02203 SWALE AND DRY RETENTION AREA CONSTRUCTION Bid Item No. N.A.— Include in other related bid item costs. 1. SCOPE A. The Contractor shall furnish all materials, labor, equipment and supervision required to prepare the soil and fine grade the project areas to ready and make suitable for grassing (sod) or seed (mulch), all project areas designated on the drawings and as specified herein. B. When specifications herein are in conflict with the landscape architects/designers drawings or specifications (see sections 02920 and 02950), those drawings and specifications shall prevail. C. When a separate bid item is not included in the Bid form for "Swale and Dry Retention Area Construction", the cost for the work shall be included in the similar items of work, including the cost for Site Clearing, Earthwork, Grassing, and other applicable work. 2. APPLICABLE CODES, STANDARDS AND SPECIFICATIONS: A. The work, including the furnishing of labor, material and equipment, for"SWALE AND DRY RETENTION AREA CONSTRUCTION", shall be provided in accordance with the F.D.O.T. Standard Specifications for Road and Bridge Construction, Section 120, Excavation and Embankment", and in accordance with the specifications herein. 3. REFERENCES A. Section numbers and article numbers specified are those contained in the latest edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction." , and may also be referenced herein as: -F.D.O.T. Standard Specifications, or -Florida D.O.T Standard Specifications, or -Standard Specifications 4. EXECUTION A. Fine grading of swales and dry retention areas shall be accomplished after the existing ground has been excavated and compacted to within + 0.2 ft. of the design elevations. Fine grading of the swale areas adjacent to roadways will be done by a motor grader unless otherwise approved or directed by the Engineer tractor with box blade or other equipment may be used on dry retention areas. Hand dressing will not be required except where shown on the Drawings or in confined areas where equipment operation is restricted. B. The Contractor shall maintain and keep open and free from leaves, sticks, rubble, 02203-1 and other debris, all swales graded by him until final acceptance of the work. C. The finished grade shall be completed and shaped to a surface which varies no more than 0.1 foot above or below the Plan elevations except that, adjacent to pavement, grates, or sidewalk, the Swale shall be graded to match the edge of the pavement, grate or sidewalk. D. In areas where sodding is required, finished soil grade shall be set 0.2 foot below the plan elevation to compensate for sod thickness. E. Compaction to a specific density will not be required except when the swale bank extends or overlaps into a roadside clearzone or unpaved shoulder, and then the area shall be compacted to 98% of the max dry density in accordance with Section 02300 Earthwork unless so directed by the Engineer. However, in all cases swales shall be compacted to a firm, even surface true to grade and cross section. All swales must be rolled. F. Fine grading of the swale areas shall preferably be done prior to paving the asphalt-wearing course. If the .Contractor chooses to fine grade the swale areas subsequent to paving, he must exercise extreme ,care when dressing areas adjacent to pavement areas to avoid damage to the pavement. No handling of swale material shall be permitted on the pavement surface. G. After final dressing of the swales, the Contractor shall seed or sod them as required by the Plans in accordance with Section 204 or 205 of the FDOT Standard Specifications. 02203-2 SECTION 02204 GRASSING BY SODDING Bid Item No. 570-1-2 —Turf (SOD) -Per Square Yard 1. SCOPE A. The Contractor shall furnish all materials, labor, equipment and supervision required to prepare the soil, fine grade the area and establish a healthy stand of grass by sodding of the areas so designated on the drawings and as specified herein. B. When specifications herein are in conflict with the landscape architects/designers drawings or specifications (see sections 02920 and 02950), those drawings and specifications shall prevail. C. The scope of work for "Grassing by Sodding" shall include (within the unit price bid, per SY) the cost of all labor, tools, and equipment necessary for laying turf(sod), fertilizer (2 applications), sidewalk sweeping after mowing, mowing, pegging disposal of clippings,water, tools, equipment, labor, maintenance and all other incidentals necessary. 2. APPLICABLE CODES, STANDARDS AND SPECIFICATIONS: A. The work, including the furnishing of labor, material and equipment, for "GRASSING BY SODDING", shall be provided in accordance with the F.D.O.T. Standard Specifications for Road and Bridge Construction, Section 570", and in accordance with the specifications herein. B. Reference Sections 02205, 02920, 02950 for additional requirements. 3. REFERENCES A. Section numbers and article numbers specified are those contained in the latest edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction." , and may also be referenced herein as: -F.D.O.T. Standard Specifications, or -Florida D.O.T Standard Specifications, or -Standard Specifications 2. GENERAL A. PREPARATION 1. The area to be sodded shall be clear of old sod and weeds. The area shall be fine graded and the surface loosened, by scarifying, if necessary. If the soil is dry, it shall be moistened to provide an optimum growing condition. 02204-1 2. Grading: Filling, top soil replacement, and grading for grasses areas shall be in accordance with Section 02300- "Earthwork". B. FERTILIZER 1. Fertilizer shall be uniformly spread over the area to be sodded at the rate of 400 to 500 pounds per acre. The fertilizer shall have a chemical designation of 12-8-8. Soil which has a PH of 5.0 or lower shall, if directed by the Engineer, have an application of dolomite lime stone, but the amount of dolomite applied shall not raise the PH above 6.0. C. SOD 1. The sod shall be either St. Augustine or Bahia as specified on the plans. The sod shall be of a tough texture with a good mat of roots. It shall be free of weeds and other objectionable grasses. Approximately three days prior to cutting the sod, it shall be closely mowed and raked to remove excess growth and debris. The sod shall be cut with sufficient thickness to retain the root system intact. There shall be a minimum of delay between the cutting of the sod and the laying so that is live, fresh and uninjured when laid. D. LAYING 1. No sod shall be laid until the Engineer has approved the condition of the prepared area. The sod shall be placed with the edges in close contact. Where the sod is laid on a slope the pieces of sod shall be laid with staggered joints to minimize erosion along the joints and where the sod is laid in drainage swales and ditches the joints shall be staggered in the line of flow for the same reason. After the sod is laid it shall be brought into close contact with the soil by tamping, light rolling or other acceptable means. Where the sod may slide due to the steep slope it shall be pegged to firm soil with wood pegs. E. WATERING 1. The sod shall be kept watered on an as need basis for the duration of the contract period and in no case for less than two weeks. When the grass is watered it should be at the rate of one inch or 620 gallons per 1000 square feet per application. F. MAINTENANCE 1. The Contractor shall, at his expense, maintain the sodded area in a satisfactory condition until final acceptance of the project or 02204-2 until the end of the two weeks watering period, whichever is later (see Paragraph E above). Such maintenance shall include the filling, leveling and repair of any washed or eroded areas and the resodding of any areas which may have been damaged or are not growing satisfactorily. G. GUARANTEE All sodded areas shall be guaranteed for one year after date of final acceptance. Replacement of Defective Sod: Any dead sod or sod showing (less than 95% of a square) indication of probable non survival or lack of health and vigor, or which do not exhibit the characteristics to meet specifications, shall be replaced within two weeks of notice from Owner or Engineer. All replacement sod shall be furnished/installed at no additional cost to the Owner and shall be guaranteed for three months. All replacement shall meet original specifications. The Contractor shall notify the Owner and Engineer ten days prior to the end of the guarantee period and such guarantee shall be extended until notification is received. At the end of the guarantee period, all sod that is dead or in unsatisfactory growth shall be replaced within two weeks. 02204-3 SECTION 02205 GRASSING BY SEEDING & MULCHING Bid Item No. N/A-Included within cost of other related work when seeding and mulching is necessary(i.e. Bid Item No. 104-2). 1. SCOPE A. The Contractor shall furnish all materials, labor, equipment and supervision required to prepare the soil, fine grade the area and establish a healthy stand of grass by applying seed, fertilizer and mulch by the method in the areas so designated on the Drawings, in areas disturbed by construction under this Contract and/or otherwise specified herein. B. When Specifications herein are in conflict with the landscape architect's/designer's drawings or specifications (see Sections 02920 and 02950), those drawings and specifications shall prevail. E The scope-efA,or--k fo- " ., sg by Seeding ane-hing" shall i eltide (within the unit pfiee bid, pef—SY) the--eeste -all labor-, toosl,andequipment neeessafy for- ef seed, > � idisposal of elippings, 7equipment, labor-, fflaintenanee and all other ineidentals 2. APPLICABLE CODES, STANDARDS AND SPECIFICATIONS: A. The work, including the furnishing of labor, material and equipment, for "GRASSING BY SEEDING AND MULCHING", shall be provided in accordance with the F.D.O.T. Standard Specifications for Road and Bridge Construction, Section 570", and in accordance with the specifications herein. B. Reference Sections 02204, 02920, 02950 for additional requirements. 3. REFERENCES A. Section numbers and article numbers specified are those contained in the latest edition of the "Florida Department of Transportation Standard Specifications for Road Bridge Construction" and may also be referenced herein as: -F.D.O.T. Standard Specifications, or -Florida D.O.T. Standard Specifications, or - Standard Specifications 2. GENERAL A. GENERAL As early in the contract as practical the Contractor shall prepare the areas to 02205-1 be grassed and plant thein so as to allow time for establishment of a stand of grass prior to end of the Contract Period. Areas to be grassed shall be approved by the Engineer prior to planting. Seeding and mulching will not be permitted when wind velocities exceed 15 miles per hour. No seeding shall be done when the ground is unduly wet or in an untillable condition. B. EQUIPMENT 1. Fertilizer Spreader - The device for spreading dolomitic limestone and fertilizer shall be capable of uniformly distributing the material at the specified rate. 2. Seed Spreader - The seed spreader shall be an approved mechanical hand spreader or other approved type of spreader. 3. Mulch Cutting Equipment - The mulching equipment shall be of a type capable of cutting the specified materials uniforinly into the soil and to the required depth. 4. Rollers - A traffic roller or other suitable equipment will be required for rolling the grassed areas. C. METHODS 1. Area Preparation - The ground which is to be seeded shall be prepared by thoroughly pulverizing the soil to a depth of 2 to 4 inches. The prepared soil shall be loose and free of large clods, roots and other objectionable material that will interfere with the grassing or maintenance operations. Prior to seeding & mulching, the ground shall have been fine graded to the plan section and reasonably smooth. 2. Application of Fertilizer - If there is reason to believe that the soil PH is lower than 5.5, the Contractor shall have the soil tested. If it is below 5.0, the Contractor shall apply sufficient dolomite limestone to bring the PH to between 5.0 and 6.0. The fertilizer to be used shall have a chemical designation of 12-8-8. At least 50 percent of the phosphoric acid shall be from normal supper phosphate having a minimum of two units of sulphur. The fertilizer and/or limestone shall be spread uniformly over the area to be grassed at the rate of 1,000 pounds per acre. Immediately after the fertilizer is spread, it shall be mixed with the soil to a depth of approximately four inches. 3. Seeding - While the soil is still loose and moist, the seed shall be scattered uniformly over the area. Unless otherwise directed, the grass seed shall be 20 part Bermuda and 80 parts Argentine Bahia. The Bahia seed shall be scarified seed having a 02205-2 total germination of 85%. 10 to 20 parts of a quick-growing, noncompetitive grass seed such a millet or Italian rye shall be included to provide early r�cover. The rate of spread for the permanent-type seed mixture shall be 100op unds per acre. The rate of spread for the quick growing seed shall be 20op unds per acre. 4. Mulching - Approximately two inches, loose thickness, of the mulch material shall be applied uniformly over the seeded area, and the mulch material cut into the soil with the equipment specified so as to produce a loose mulched thickness of three to four inches. Care shall be exercised that the materials are not cut too deeply into the soil. 5. Rolling - Immediately after completion of the seeding and mulching, the entire area shall be rolled thoroughly with the equipment specified. At least two trips over the entire area will be required. 6. Watering - The seeded areas shall be watered so as to provide optimum growth conditions for the establishment of the grass. In no case, however, shall the period of maintaining such moisture be less than two weeks after the planting. D. MAINTENANCE 1. The Contractor shall maintain the grassed areas in a satisfactory manner until final acceptance of the Contract and until the seed has germinated and a stand of grass established. Maintenance shall include repairing any damaged or eroded areas and reseeding any areas which do not produce a satisfactory stand of grass. 3. SOIL STABILIZATION A. Temporary soil stabilization shall be applied within seven (7) days to denuded areas that are at final grade or may not be at final grade but will remain undisturbed for more than thirty (30) days. Grassing by seeding and mulching in accordance with this Section of the specifications is required for these purposes. 02205-3 SECTION 02208 TREE PROTECTION AND TRIMMING Bid Item No. N.A.— Include in other bid item costs. PART 1 -- GENERAL 1. DESCRIPTION OF WORK A. Only those trees which are in the direct path of construction are to be removed. Contractor shall make every possible effort to save any tree of four-inch diameter or larger, including minor adjustments to the pipe routing sidewalk locations, etc. Changes must be approved by the Engineer. Any tree which is not designated for removal but which will significantly interfere with construction shall be trimmed by a qualified tree surgeon. Contractor shall minimize tree removal and tree trimming operations to as great an extent as possible. B. The scope of work for Tree Protection and Trimming shall include the costs of barricades / protection, pruning, repair, maintenance, watering, mulch, fertilizer, and all else necessary to protect and maintain the health and viability of the tree When a separate bid item is not included in the Bid form for Tree protection and Trimming, the cost for the work shall be included in similar items of work, including the costs for clearing and/ or landscaping. 2. QUALITY ASSURANCE Engage a qualified tree surgeon to perform the following work: 1. Carefully remove branches from trees as required for new construction; all wounded trees shall be immediately treated 2. Recommend procedures to compensate for loss of roots and perform initial pruning of branches and stimulation of root growth where removed to accommodate new construction. 3 Perform tree repair work for damages incurred by new construction. 3. JOB CONDITIONS Provide temporary fencing, barricades, or guards to protect trees and other plants which are to remain from damage. PART 2 -- PRODUCTS 4. MATERIALS 02208-1 Tree Pruning Compound: Waterproof, antiseptic, elastic, and free of kerosene, coal tar, Creosote, and other substances harmful to plants Pruned or damaged trees shall be treated with the following: 1. Pine trees (all species): A mixture of twelve percent (12%) Benzene Hexachloride (BHC) emulsifiable concentrate shall be mixed at the rate of one (1) pint BHC per gallon of#2 fuel oil Spray damaged area liberally. Spray the rest of the tree from ground level to a height of six feet (6'). Spraying of damaged trees shall be completed within five (5) days after injury occurs. 2. Hardwood (all species except pine): An application of asphalt-type tree pruning paint shall be applied to the damaged area. The paint shall be applied in sufficient quantity so as to form an airtight seal. Spraying or painting of the damaged trees shall be performed within twenty-four (24) hours after the injury occurs In case of damage to "specimen" hardwoods, the inspecting Engineer may require the Contractor to retain a skilled and licensed tree surgeon to properly treat the damaged tree. No compensation shall be made to the Contractor for treating damaged trees PART 3 -- EXECUTION 5. GENERAL Protect tree root system from damage due to noxious materials in solution caused by run-off or spoilage during mixing and placement of construction materials, or drainage from stored materials. Protect root systems from flooding, erosion, or excessive wetting resulting from dewatering operations. 6. REPAIR AND REPLACEMENT OF TREES A. Repair trees damaged by construction operations, in a manner acceptable to the Engineer. Make repairs promptly after damage occurs to prevent progressive deterioration of damaged trees B. Remove and replace dead and damaged trees which are determined by the tree surgeon to be incapable of restoration to normal growth pattern C. If trees over six inches in caliper measurement (taken 12 inches above grade) are required to be replaced, provide new trees of six inches caliper size, and of the species selected by the Engineer 7. DISPOSAL Removal from Owner's property: Remove excess excavation, displaced trees, and trimmings, and dispose of off the Owner's property in a manner approved by local agencies. ** END OF SECTION '* 02208-2 SECTION 02230 - SITE CLEARING Bid Item 110-1-1 -Clearing and Grubbing- Per Lump Sum PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Section numbers and article numbers specified are those contained in the latest edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction"and may also be referenced herein as: - F.D.O.T. Standard Specifications - Florida D.O.T. Standard Specifications - Standard Specifications 1.2 GENERAL SCOPE A. Measurement and Payment - The scope of work for "Site Clearing" or "Clearing and Grubbing" shall include (within the unit price bid, per AC or LS as specified in the bid form) the cost of all labor, tools, and equipment necessary to excavate, remove, and dispose of those items as directed by the Engineer and where designated on the Drawings, and as described herein. The cost of restoration and backfill and compaction for the specific area of removal shall also be included under this item. B. No additional payment will be made, nor will additional work, or change orders be authorized for work needed to remove, relocate, protect, or otherwise account for in the construction of the work depicted in the plans, for any feature, or item that would be apparent from a careful inspection of the site and review of the plans, even though such feature or item is not specifically called out in the plans. It is therefore essential the contractor make such inspection and review. 1.3 APPLICABLE CODES, STANDARDS AND SPECIFICATIONS: A. The work, including the furnishing of labor, material and equipment, for"SITE CLEARING", shall be provided in accordance with the F.D.O.T. Standard Speci- fications for Road and Bridge Construction, Section 110, and in accordance with the specifications herein. 1.4 SUMMARY A. Clearing and grubbing shall consist of the complete removal and disposal of all trees, brush, logs, stumps, roots, weeds, rubbish, rocks, structures designated to be removed, concrete and SITE CLEARING 02230 - 1 other deleterious material and obstructions resting upon or protruding through the surface of the ground, including.septic tanks, building foundations, pipes, etc. Stumps, roots 3" and over and similar obstructions shall be removed to a minimum depth of 2 feet below the existing ground. All structural items shall be excavated to full depth, completely removed, and the excavation backfilled per these specifications. a. The Contractor shall clear and grub the areas described below: i. Within the right-of-way and easements. ii. Within the project limits/boundary as depicted in the plans. Coordinate clearing with any phased construction necessary. b. This Section includes the following: i. Protecting existing trees, shrubs, groundcovers, plants, and grass to remain. ii. Removing existing trees, shrubs, groundcovers, plants, and grass. iii. Clearing and grubbing. iv. Stripping and stockpiling topsoil. v Removing above-and below-grade site improvements vi. Disconnecting, capping or sealing, and abandoning site utilities in place and/or removing site utilities as indicated in the drawings. vii. Cap or abandon wells per drawings and jurisdictional agency requirements. viii. Temporary erosion and sedimentation control measures. c. Related Sections include the following: i. Division 1 Section 018113 "Sustainable Design Requirements" for additional LEED or FGBC requirements. ii. Division 1 Section 015000 "Temporary Facilities and Controls" for temporary utilities, temporary construction and support facilities, temporary security and protection facilities, and temporary erosion and sedimentation control procedures. iii. Division 1 Section 017300 "Execution" for verifying utility locations and for recording field measurements. iv. Division 2 Section 02208 "Tree Protection and Trimming" for protecting trees remaining on-site that are affected by site operations. v. Division 2 Section 02300 "Earthwork" for soil materials, excavating, backfilling, and site grading. vi. Division 2 Section 02920 "Lawns and Grasses" and 02950 "Trees, Plants, and Ground Cover" for finish grading including preparing and placing planting soil mixes and testing of topsoil material. 1.5 DEFINITIONS A. Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches (50 mm) in diameter; and free of subsoil and weeds, roots, toxic materials, or other nonsoil materials. B. Tree Protection Zone- Area surrounding individual trees or groups of trees to be protected during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees,unless otherwise indicated. SITE CLEARING 02230 -2 1.6 MATERIAL OWNERSHIP A. Except for stripped topsoil or other materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.7 SUBMITTALS A. Photographs or videotape, sufficiently detailed, of existing conditions of trees and plantings, adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing. B. Record drawings, according to Division 1 Section 017839 "Project Record Documents," identifying and accurately locating capped utilities and other subsurface structural, electrical, and mechanical conditions. 1.8 QUALITY ASSURANCE A. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section 013100 "Project Management and Coordination." 1.9 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Improvements on Adjoining Property: Authority for performing site clearing indicated on property adjoining Owner's property will be obtained by Owner before award of Contract. 1. Do not proceed with work on adjoining property until directed by Architect. C. Salvable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises where indicated. D. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. E. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place. SITE CLEARING 02230 -3 PART2 -PRODUCTS 2.1 SOIL MATERIALS A. Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified in Division 2 Section 02300 "Earthwork." 1. Obtain approved borrow soil materials off-site when satisfactory soil materials are not available on-site. PART 3 -EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly flag trees and vegetation to remain or to be relocated. C. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to Owner. 3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL A. Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways, according to requirements of authorities having jurisdiction. B. Inspect, repair, and maintain erosion and sedimentation control measures during construction until permanent vegetation has been established. C. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. 3.3 TREE PROTECTION A. Erect and maintain temporary fencing around tree protection zones before starting site clearing. Remove fence when construction is complete. 1. Do not store construction materials, debris, or excavated material within fenced area. 2. Do not permit vehicles,equipment, or foot traffic within fenced area. 3. Maintain fenced area free of weeds and trash. B. Do not excavate within tree protection zones, unless otherwise indicated. SITE CLEARING 02230 -4 C. Where excavation for new construction is required within tree protection zones, hand clear and excavate to minimize damage to root systems. Use narrow-tine spading forks, comb soil to expose roots,and cleanly cut roots as close to excavation as possible. 1. Cover exposed roots with burlap and water regularly. 2. Temporarily support and protect roots from damage until they are permanently redirected and covered with soil. 3. Coat cut faces of roots more than 1-1/2 inches (38 mm) in diameter with an emulsified asphalt or other approved coating formulated for use on damaged plant tissues. 4. Backfill with soil as soon as possible. D. Repair or replace trees and vegetation indicated to remain that are damaged by construction operations, in a manner approved by Architect. 1. Employ an arborist, licensed in jurisdiction where Project is located, to submit details of proposed repairs and to repair damage to trees and shrubs. 2. Replace trees that cannot be repaired and restored to full-growth status, as determined by Architect. 3.4 UTILITIES A. Contractor will arrange for disconnecting and sealing indicated utilities that serve existing structures before site clearing. 1. Verify that utilities have been disconnected and capped before proceeding with site clearing. B Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. 1. Arrange with utility companies to shut off indicated utilities. C. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Architect not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Architect's written permission. D. Excavate for and remove underground utilities indicated to be removed. E. Removal of underground utilities is included in Division 2 Sections covering site utilities. 3.5 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. SITE CLEARING 02230 - 5 3. Grind stumps and remove roots, obstructions, and debris extending to a depth of 18 inches (450 mm)below exposed subgrade. 4. Use only hand methods for grubbing within tree protection zone. 5. Chip removed tree branches and [stockpile in areas approved by Architect] [dispose of off-site]. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches (200 mm), and compact each layer to a density equal to adjacent original ground. 3.6 TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials. 1. Remove subsoil and nonsoil materials from topsoil, including trash, debris, weeds, roots, and other waste materials. C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Limit height of topsoil stockpiles to 72 inches(1800 mm). 2. Do not stockpile topsoil within tree protection zones. 3. Dispose of excess topsoil as specified for waste material disposal. 4. Stockpile surplus topsoil to allow for respreading deeper topsoil. 3.7 SITE IMPROVEMENTS A. Remove existing above- and below-grade improvements as indicated and as necessary to facilitate new construction. B. Remove slabs,paving, curbs, gutters, and aggregate base as indicated. 1. Unless existing full-depth joints coincide with line of demolition, neatly saw-cut length of existing pavement to remain before removing existing pavement. Saw-cut faces vertically. 2. Paint cut ends of steel reinforcement in concrete to remain to prevent corrosion. 3.8 DISPOSAL A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Owner's property. SITE CLEARING 02230 -6 I. Separate recyclable materials produced during site clearing from other nonrecyclable materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities. END OF SECTION 02230 SITE CLEARING 02230- 7 SECTION 02240—DEWATERING Bid Item No. N.A.— Include in other bid item costs. PART1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes construction dewatering. B. Related Sections include the following: 1. Division 1 Section 015000 "Temporary Facilities and Controls" for temporary utilities and support facilities. 2. Division 2 Section 02260 "Excavation Support and Protection." 3. Division 2 Section 02300 "Earthwork" for excavating, backfilling, site grading and for site utilities. C. The scope of work for Dewatering shall include the costs of Design, furnish, install, test, operate, monitor, and maintain dewatering system(s) of sufficient scope, size, and capacity to control ground-water flow into excavations and permit construction to proceed on dry, stable subgrades; together with all else necessary and incidental to the work specified in this section 02240 of the Specifications, the drawings, permit conditions, and other application specifications within Divisions 1 to 16 of the Contract Documents and Specifications. D. When a separate bid item is not included in the Bid form for Dewatering, the cost for the work shall be included in the items of work requiring dewatering, including the cost for installation of drainage, utility, building / structure foundation, and other applicable work. 1.3 APPLICABLE CODES, STANDARDS, AND SPECIFICATIONS A. The dewatering of any excavation areas and the disposal of the water shall be in strict accordance with the latest version of all local and state government rules and regulations. The Contractor shall obtain any required dewatering permit from the appropriate agencies prior to commencing dewatering operations. B. SJRWMD Consumptive Use Permit: 1. Discharge must not exceed state water quality standards. 2. Contractor must have a transferable SJRWMD Consumptive Use Permit known as a "Noticed General Permit for Short Term Construction Dewatering", unless dewatering activities will result in less than 300,000 GPD for 30 days or less. DEWATERING 02240 - 1 3. No hydraulic pumps may be used for de-watering unless approved by the water man- agement district for that area. Dewatering existing stormwater retention areas (ponds/lakes) may be exempt from this condition. Contractor to confirm with SJRWMD. 4. No turbid discharge. Turbidity readings are required once a week and must be reported to the project engineer. C. FDEP Industrial Wastewater Permit: The contractor shall obtain generic permit for the dis- charge of produced ground water from any non-contaminated site activity. (F.D.E.P. industrial wastewater) 1. Before discharge of produced ground water can occur from the site, analytical tests on samples of the proposed untreated discharge water shall be performed to determine if contamination exists (by contractor). If none exists, the results shall be submitted to the FDEP industrial wastewater permitting within one week of commencement of discharge, with a letter and appropriate form notifying the agency that dewatering activities will commence pursuant to 62-621.300(2) F.A.C. and the site qualifies for the generic per- mit. 2. The facility is authorized to discharge produced ground water from any non- contaminated site activity which discharges by a point source to surface waters of the state, as defined in chapter 62-620,F.A.C., only if the reported values for the parameters listed in table 1 do not exceed any of the listed screening values. 3. Minimum reporting requirements for all produced ground water dischargers. The efflu- ent shall be sampled (by contractor) before the commencement of discharge, again with- in thirty (30) days after commencement of discharge, and then once every six (6)months for the life of the project to maintain continued coverage under this generic permit. Samples taken in compliance with the provisions of this permit shall be taken prior to actual discharge or mixing with the receiving waters. The effluent shall be sampled for the parameters listed on Table 1. 4. If any of the analytical test results exceed the screening values listed in Table 1, except TOC, the discharge is not authorized by this permit. If T.O.C. is exceeded because of naturally occurring organic compounds, the result and explanation for the high reading must be submitted to the FDEP for review and issuance of an exemption. 5. If any screening values (other than TOC) exceed the thresholds, then a generic permit cannot be issued, and a separate individual wasterwater permit application must be sub- mitted at least 90 days prior to date of discharge. The engineer of record must be noti- fied if this occurs. TABLE 1 SCREENING VALUES FOR DISCHARGE INTO: Parameter Fresh Waters Coastal Waters Total Organic Carbon(TOC) 10.0 mg/L 10.0 mg/L pH, standard units 6.0-8.5 6.5-8.5 Total Recoverable Mercury 0.012 µg/L 0.025 µg/L Total Recoverable Cadmium 9.3 pg/L 9.3 pg/L Total Recoverable Copper 2.9 /L 2.9 g/L Total Recoverable Lead 0.03 mg/L 5.6 mg/L Total Recoverable Zinc 86.0 L 86.0 L Total Recoverable Chromium (Hex.) 11.0pg/L 50.0 µg/L Benzene 1 0 pg/L 1.0 pg/L Naphthalene 100.0 L 1 100.0pg/L 1.4 PERFORMANCE REQUIREMENTS DEWATERING 02240-2 A. Dewatering Performance: Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground-water flow into excavations and permit construction to proceed on dry, stable subgrades. 1. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. 2. Prevent surface water from entering excavations by grading, dikes, or other means. 3. Accomplish dewatering without damaging existing buildings adjacent to excavation. 4. Remove dewatering system if no longer needed. 15 SUBMITTALS A. Shop Drawings for Information: For dewatering system. Show arrangement, locations, and details of wells and well points; locations of headers and discharge lines; and means of discharge and disposal of water. 1. Include layouts of piezometers and flow-measuring devices for monitoring performance of dewatering system. 2. Include a written report outlining control procedures to be adopted if dewatering problems arise. B. Qualification Data: For Installer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by dewatering operations. D. Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions performed during dewatering. 1. Note locations and capping depth of wells and well points. E. Field Test Reports: Before starting excavation, submit test results and computations demonstrating that dewatering system is capable of meeting performance requirements. 1.6 QUALITY ASSURANCE A. Regulatory Requirements: Comply with water disposal requirements of authorities having jurisdiction. B. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.7 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Architect and then only after arranging to provide temporary utility services according to requirements indicated. DEWATERING 02240 -3 B. Project-Site Information: A geotechnical report has been prepared for this Project and is available for information only. The opinions expressed in this report are those of geotechnical engineer and represent interpretations of subsoil conditions, tests, and results of analyses conducted by geotechnical engineer. Owner will not be responsible for interpretations or conclusions drawn from this data. 1. Make additional test borings and conduct other exploratory operations necessary for, dewatering. 2. The geotechnical report is included elsewhere in the Project Manual or drawings. C. Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During dewatering, regularly resurvey benchmarks , maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify Architect if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. PART 2 -PRODUCTS (Not Used) PART 3 -EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. 1. Prevent surface water and subsurface or ground water from entering excavations, from ponding on prepared subgrades,and from flooding site and surrounding area. 2. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. B. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. 3.2 INSTALLATION A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface-water controls. DEWATERING 02240 -4 B. Before excavating below ground-water level, place system into operation to lower water to specified levels. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. C. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water-bearing strata above and below bottom of foundations, drains, sewers, and other excavations. 1. Do not permit open-sump pumping that leads to loss of fines, soil piping, subgrade softening,and slope instability. D Reduce hydrostatic head in water-bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. 1. Maintain piezometric water level a minimum of 24 inches (600 mm) below surface of excavation. E Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water in a manner that avoids inconvenience to others. Provide sumps, sedimentation tanks, and other flow- control devices as required by authorities having jurisdiction. F. Provide standby equipment on-site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. 1. Remove dewatering system from Project site on completion of dewatering. Plug or fill well holes with sand or grout. G. Damages: Promptly repair damages to adjacent facilities caused by dewatering operations. 3.3 OBSERVATION WELLS A. Provide, take measurements, and maintain at least the minimum number of observation wells as may be required by authorities having jurisdiction. B. Observe and record daily elevation of ground water and piezometric water levels in observation wells. C. Repair or replace, within 24 hours, observation wells that become inactive, damaged, or destroyed. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. Add or remove water from observation-well risers to demonstrate that observation wells are functioning properly. 1. Fill observation wells, remove piezometers, and fill holes when dewatering is completed. END OF SECTION 02240 DEWATERING 02240-5 SECTION 02260 -EXCAVATION SUPPORT AND PROTECTION Bid Item No. N.A.— Include in other bid item costs. PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections,apply to this Section. 1:2 SUMMARY A. This Section includes temporary excavation support and protection systems. B. Related Sections include the following: 1. Division 1 Section 015000 "Temporary Facilities and Controls" for temporary utilities and support facilities. 2. Division 2 Section 02240 "Dewatering" for dewatering excavations. 3. Division 2 Section 02300 "Earthwork" for excavating and backfilling and for existing utilities. C. The scope of work for "Excavation Support and Protection" shall include the costs of Design, furnish, install, monitor, and maintain excavation support and protection system.capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads; together with all else necessary and incidental to the work specified in this section 02260 of the Specifications, the drawings, permit conditions, and other application specifications within Divisions 1 to 16 of the Contract Documents and Specifications. When a separate bid item is not included in the Bid form for "Excavation Support and Protection," the cost for the work shall be included in the items of work requiring "Excavation Support and Protection," including the cost for installation of drainage,utility, building(s)/structure(s), and other applicable work. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. 1. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified professional engineer. 2. Prevent surface water from entering excavations by grading, dikes, or other means. 3. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. EXCAVATION SUPPORT AND PROTECTION 02260 - 1 1.4 SUBMITTALS A. Shop Drawings for Information: Prepared by or under the supervision of a qualified professional engineer for excavation support and protection systems. 1. Include Shop Drawings signed and sealed by the qualified professional engineer responsible for their preparation. B. Qualification Data: For Installer and professional engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of,or the performance of excavation support and protection systems. 1.5 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Architect and then only after arranging to provide temporary utility services according to requirements indicated. B. Project-Site Information: A geotechnical report has been prepared for this Project and is available for information only. The opinions expressed in this report are those of geotechnical engineer and represent interpretations of subsoil conditions, tests, and results of analyses conducted by geotechnical engineer. Owner will not be responsible for interpretations or conclusions drawn from this data. 1. Make additional test borings and conduct other exploratory operations necessary for excavation support and protection. 2. The geotechnical report is included elsewhere in the Project Manual or drawings. C. Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor; establish exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. Promptly notify Architect if changes in elevations or positions occur or if cracks, sags, or other damage is evident in adjacent construction. PART2 -PRODUCTS 2.1 MATERIALS A. General: Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A 36/A 36M,ASTM A 690/A 690M, or ASTM A 992/A 992M. EXCAVATION SUPPORT AND PROTECTION 02260-2 C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/A 572M, or ASTM A 690/A 690M; with continuous interlocks. D. Wood Lagging: Lumber, mixed hardwood, nominal rough thickness of[3 inches (75 mm)] [4 inches(100 mm)]. E. Shotcrete: Comply with Division 3 Section "Shotcrete" for shotcrete materials and mixes, reinforcing, and shotcrete application. F. Cast-in-Place Concrete: ACI 301, of compressive strength required for application. G. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. PART 3 -EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. 1. Shore,support,and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with roads, streets,walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. C. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 SOLDIER BEAMS AND LAGGING A. Install steel soldier beams before starting excavation. Space soldier beams at regular intervals not to exceed allowable flexural strength of wood lagging. Accurately align exposed faces of flanges to vary not more than 2 inches (50 mm) from a horizontal line and not more than 1:120 out of vertical alignment. EXCAVATION SUPPORT AND PROTECTION 02260 -3 B. Install wood lagging within flanges of soldier beams as excavation proceeds. Trim excavation as required to install lagging. Fill voids behind lagging with soil, and compact. C. Install wales horizontally at centers indicated and secure to soldier beams. 3.3 SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. Limit vertical offset of adjacent sheet piling to 60 inches (1500 mm). Accurately align exposed faces of sheet piling to vary not more than 2 inches (50 mm) from a horizontal line and not more than 1:120 out of vertical alignment. Cut tops of sheet piling to uniform elevation at top of excavation. 34 TIEBACKS A. Tiebacks: Drill for, install, grout, and tension tiebacks into position. Test load-carrying capacity of each tieback and replace and retest deficient tiebacks. 1. Test loading shall be observed by a qualified professional engineer responsible for design of excavation support and protection system. 2. Maintain tiebacks in place until permanent construction is able to withstand lateral earth and hydrostatic pressures. 3 5 BRACING A. Bracing: Locate bracing to clear columns, floor framing construction, and other permanent work. If necessary to move brace, install new bracing before removing original brace. 1. Do not place bracing where it will be cast into or included in permanent concrete work, unless otherwise approved by Architect. 2. Install internal bracing, if required,to prevent spreading or distortion of braced frames 3. Maintain bracing until structural elements are supported by other bracing or until permanent construction is able to withstand lateral earth and hydrostatic pressures 3.6 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils or damaging structures,pavements, facilities, and utilities. 1 Remove excavation support and protection systems to a minimum depth of 48 inches (1200 mm)below overlying construction and abandon remainder. 2. Repair or replace, as approved by Architect, adjacent work damaged or displaced by removing excavation support and protection systems. B. Leave excavation support and protection systems permanently in place. EXCAVATION SUPPORT AND PROTECTION 02260 -4 SECTION 02300 EARTHWORK—Excavation and Embankment Bid Item 120-1 — Excavation and Embankment (regular) - Per Lump Sum PART 1 - GENERAL A. The contractor shall furnish all labor, materials and equipment and all operations necessary to achieve the proposed plan grades, and shall include all subsoil excavation, borrow excavation; delivery, placement, rough grading, compaction, finish grading of the excavated materials, and all embankment construction required for the proposed roads,parking areas,building pads,ditches,swales,ponds/lakes;all in accordance with Section 120 of the F.D.O.T. standard specifications. 1. SCOPE A. This Section includes the following: 1. Preparing of sub grade for building slabs, walks, pavements and landscaped areas. 2. Excavating and backfilling for underground sewers,and drainage,water mains and services, mechanical and electrical appurtenances. B. Excavating/embankment construction for streets, parking areas, structures, ditches, swales,ponds, lakes in accordance with Section 120 of the standard specifications,and the specifications herein. C. Final Grading, together with placement and preparation of topsoil for lawns and planting, is specified herein, and in Section 02204- "Grassing by Sodding." D. The scope of work for "EARTHWORK—Excavation and Embankment" shall include (within the unit price bid, per CY or LS as specified in the bid form) the cost of all labor, tools, and equipment necessary for Excavating/embankment construction for streets,parking areas, structures, ditches, swales, ponds, lakes, including import/ borrow fill where required, grading, compacting and testing, disposal of unsuitable materials, and all else necessary and incidental to,in accordance with the Drawings, and as specified herein. 2. REFERENCES A. Section numbers and article numbers specified are those contained in the latest edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction.", and may also be referenced herein as: 02300-1 -F.D.O.T. Standard Specifications -Florida D.O.T Standard Specifications -Standard Specifications 3. DEFINITIONS A. Excavation consists of removal of material encountered to sub grade elevations indicated and subsequent disposal of materials removed. Unauthorized excavation consists of removal of materials beyond indicated sub grade elevations or dimensions without specific direction of the Engineer. Unauthorized excavation, as well as remedial work directed by the Engineer shall be at the Contractor's expense. 1. Under footings, foundation bases, or retaining walls, fill unauthorized excavation by extending indicated bottom of footing or base to excavation bottom, without altering required top elevation. Lean concrete fill may be used to bring elevations to proper position, when acceptable to the Project Architect/Engineer. 2. In locations other than those above, backfill and compact unauthorized excavations as specified for authorized excavations as same classification, unless otherwise directed by the Project Architect/Engineer. C. Additional Excavation: When excavation has reached required sub grade elevations, notify the Engineer, who will inspect conditions. If the Engineer determines that bearing materials at required sub grade elevations are unsuitable, continue excavation until suitable bearing materials are encountered and replace excavated material as directed by the Engineer. The Contract Sum may be adjusted by an appropriate Contract Modification. 1. Removal of unsuitable material and its replacement as directed will be paid on a unit cost basis of Conditions of the Contract relative to changes in the work. 1 D. Sub grade: The undisturbed earth or the compacted soil layer immediately below granular sub-base (if required), base, and drainage fill, or topsoil materials. E. Structure: Buildings, foundations, slabs, tanks, curbs, or other man-made stationary features occurring above or below ground surface. 4. SUBMITTALS A. Test Reports: Submit the following reports directly to the Engineer from the testing services, with copy to Contractor, and Owner: 1. Test reports on borrow material. 2. Verification of suitability of each footing sub grade material, in accordance with specified requirements. 02300-2 3. Field reports: in-place soil density tests. 4. One optimum moisture-maximum density curve for each type of soil encountered. 5. Report of actual unconfined compressive strength and/or results of bearing tests of each stratum tested. 5. QUALITY ASSURANCE A. Codes and Standards: Perform excavation work in compliance with applicable requirements of authorities having jurisdiction. B. Trenching to comply with OSHA Standard 29CFR, Section 1926-650 subpart P. Contractor to provide written assurance of compliance. C. Testing and Inspection Service: The Contractor will employ and pay for a qualified independent geotechnical testing and inspection laboratory to perform soil testing and inspection service during earthwork operations. D. Degree of Compaction:Required compaction is expressed as a percentage of maximum density by test procedures of ASTM D1557. 6. PROJECT CONDITIONS A. Bidders shall inform themselves of location and nature of work,character of equipment and facilities needed for performance of work,general and local conditions prevailing at site and other matters, which may-in any way affect work under this contract. B. Site Information: Data in subsurface investigation reports was used for the basis of the design and are available to the Contractor for review and compliance with recommendations. Conditions are not intended as representations or warranties of accuracy of continuity between soil borings. The Owner will not be responsible for interpretations or conclusions drawn from this data by the Contractor. 1. Additional test borings and other exploratory operations may be performed by Contractor,at the Contractor's option;however,no change in the Contract Sum will be authorized for such additional exploration. 2. The Soils Report shall be a part of these specifications and shall have the same force and effect as the specifications. C. Existing Utilities: Locate existing underground utilities in areas of excavation work. If utilities are indicated to remain in place, provide adequate means of support and protection during earthwork operations. 1. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult Project Architect/Engineer and utility owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities immediately to satisfaction of utility owners. 02300-3 2. Do not interrupt existing utilities serving facilities occupied by Owner or others, during occupied hours, except when permitted in writing by the Engineer and then only after acceptable temporary utility services have been provided. A. Provide a minimum of 48-hour notice to the Engineer, and receive written notice to proceed before interrupting any utility. 3. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies for shutoff of services if lines are active. D. Use of Explosives: Use of explosives is not permitted. E. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. 1. Operate warning lights as recommended by authorities having jurisdiction. 2. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. 3. Perform excavation by hand within drip-line of large trees selected to remain. Protect root systems from damage or dry out to the greatest extent possible. Maintain moist condition for root system and cover exposed roots with moistened burlap. F. Maintain existing benchmarks, monuments and other reference points, if disturbed or destroyed, replace as directed by the Engineer. G. Condition of Premises: Accept site as found and excavate, fill and backfill site as indicated on the drawings and as specified in this Section. 7. RELATED REQUIREMENTS A. In other parts of the contract documents and specifications, related to this work include (but are not limited to): 1. Drawings 2. Geotechnical report and Recommendations. 3. Survey/Existing Site Conditions. 4. Division 1 Section 013200 "Construction Schedules" and 013233 "Photographic Documentation" for recording pre-excavation and earthwork progress. 5. Division 1 Section 015000 "Temporary Facilities and Controls" for temporary controls, utilities, and support facilities. 6. Division 2 Section 02230 "Site Clearing"for temporary erosion and sedimentation control measures, site stripping, grubbing, stripping and stockpiling topsoil, and removal of above- and below-grade improvements and utilities. 7. Division 2 Section 02208 "Tree Protection and Trimming" for protecting and trimming trees to remain. 02300-4 8. Division 2 Section 02240 "Dewatering" for lowering and disposing of ground water during construction. 9. Division 2 Section 02260 "Excavation Support and Protection" for shoring, bracing, and sheet piling of excavations. 10. Division 2 Section 02920 "Lawns and Grasses" for finish grading, including preparing and placing topsoil and planting soil for lawns. 11. Division 2 Section 02950 "Trees, Plants and Ground Cover" for planting bed establishment and tree and shrub pit excavation and planting. 12. Divisions 2, 15, and 16 Sections for installing underground mechanical and electrical utilities and buried mechanical and electrical structures. PART 2—PRODUCTS 1. SOIL MATERIALS A. "Satisfactory Fill Materials" include materials classified in ASTM D2487 as GW, GP, SW and SP which are free of all humus, peat, spongy material, roots, stumps, muck, asphalt paving materials, and other object objectionable materials; and are properly worked by Contractor to obtain optimum moisture and compaction. Within 2 feet of the surface of the indicated grade, limit rock size to 3 inches. Below 2 feet of the surface of indicated grade, limit rock size to 12 inches. Pulverized/crushed concrete and masonry free of steel reinforcement bar and other deleterious materials may be incorporated as general backfill or fill material if it is distributed so as not to create voids and meets the maximum size and depth of burial specified herein for"rock." B. "Unsatisfactory Materials" include materials other than "Satisfactory Fill Materials": however,materials of any classification that are determined by testing laboratory as too wet or too soft for providing a stable foundation for structure,paving and walks will be classified as "unsatisfactory". C. Sub-base Material:Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, crushed slag, and natural or crushed sand. D. Drainage Fill:Washed,evenly graded mixture of crushed stone,or crushed or uncrushed gravel,with 100 percent passing a 1-1/2 inch sieve and not more than 5 percent passing a No. 4 sieve. E. Select Fill- shall consist of uniform, clean, free draining sand, containing less than 3% fines passing a No. 200 sieve. Laboratory test results of this fill shall be submitted to the engineer for approval. F. Backfill and Fill Materials: Satisfactory soil materials free of clay,rock or gravel larger than 2 inches in any dimension, debris, waste, muck, vegetation and other deleterious matter. PART 3 - EXECUTION 02300-5 1. INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 2. GENERAL A. Public Safety: Accomplish work in a manner that provides for safety of the public and workers and provides for the protection of property. B. Construction:Do not close,obstruct or store material or equipment in streets,sidewalks, alleys or passageways without a permit in accordance with local ordinances,regulations, codes and Owner approval. C. Interference: Conduct operations with minimum interference with roads and other, facilities. D. Debris Removal: Do not store or permit debris to accumulate on site. 1. If Contractor fails to remove excess debris promptly,Owner reserves the right to cause same to be removed at Contractor's expense. E. Erosion Repair: Take every precaution and temporary measure to prevent damage from erosion of freshly graded areas. 1. Repair and reestablish grades to required elevations and slopes where settlement/washing occurs prior to acceptance of work., F. Temporary Structures: Remove temporary structures when no longer required. 3. LOCATIONS AND ELEVATIONS A. Be responsible for surveys,measurements and layouts required for proper execution of work. 1. Lay out lines and grades from existing survey control system and as shown on Site Plan. B. Locate by stake and mark, locations and elevations of the following: 1. Elevations of existing earth cut and fill. 2. Final grades for landscape contours. 3. Other items as required to execute work under this Section of the specifications. 4. CLEARING AND GRUBBING A. Shall be in accordance with SECTION 02230 SITE CLEARING. 5. STRIPPING 02300-6 A. Strip turf, organic material,muck surface litter,rubble and overburden for entire depth of root system of grass or other vegetation and/or to bottom of muck layer within all areas of construction as indicated on Site Plan(s). B. Stockpile clean topsoil on site to be used in the final grading work as an underlayment for sod and landscaping proposed for the site. 6. EXCAVATION A. Shall be in accordance with this subsection. B. Begin excavation after stripping, clearing and compaction where applicable, has been completed. C. Excavation is unclassified and includes excavation to sub grade elevations indicated, regardless of character of materials and obstructions encountered. D. Excavations for appurtenances and structures shall conform to dimensions and elevations and shall extend a sufficient distance from walls and footings to allow for placing and removal of forms and installation of services,except where the concrete for walls and footings is authorized to be deposited directly against excavation surfaces. All excavation below general machine excavation for footings and foundations shall be hand worked. Bottoms of all (footings and appurtenances) shall be on level planes. E. Remove"unsatisfactory materials"encountered from the building and pavements areas. F. Excavate in such a manner that quick and efficient drainage of storm water will be affected. G. Classify excavated materials and stockpile separately suitable soils for use as backfill materials. If sufficient quantities of excavated materials meeting requirements for backfill are not available on site, provide materials meeting these requirements. H. Stockpile excavated material suitable for use as fill, backfill, and select fill. 7. STABILITY OF EXCAVATIONS A. General: Comply with local codes, ordinances, and requirements of agencies having jurisdiction. Comply with OSHA Standard 29CFR, Section 1926-650 subpart P. B. Slope sides of excavations to comply with local codes,ordinances,and requirements of agencies having jurisdiction. Shore and brace where sloping is not possible because of space restrictions or stability of material excavated. Maintain sides and slopes of excavations in safe condition until completion of backfilling. C. Shoring and Bracing: Provide materials for shoring and bracing, such as sheet piling, uprights, stringers, and cross braces, in good serviceable condition for all trenches in excess of 5 feet deep. Maintain shoring and bracing in excavations regardless of time 02300-7 period those excavations will be open. Extend shoring and bracing as excavation progresses. Contractor shall design and install a trench safety system and shall comply with Florida Statutes Section 553.60 through 553.64,known as the"Trench Safety Act", which requires all contractors engaged by the municipality or county to comply with Occupational Safety and Health Administration's excavation safety standard, found in 29 C.F.R. s. 1926.650 Subpart P. All prospective subcontractors are required to sign a Trench Safety Act Compliance Statement and provide compliance cost information where indicated. The costs for complying with the Trench Safety Act must be incorporated into the Bid price submitted. 8. DEWATERING AND STORMWATER MANAGMENT A. Prevent surface water and subsurface or ground water from flowing into excavations and from flooding project site and surrounding area. 1. Do not allow water to accumulate in excavations. Remove water to prevent softening of foundation bottoms,undercutting footings,and soil changes detrimental to stability of sub grades and foundations. Provide and maintain pumps,well points,sumps,suction and discharge lines,and other dewatering system components necessary to convey water away from excavations. 2. Establish and maintain temporary drainage ditches and other diversions outside excavation limits to convey rain water and water removed from excavations to collecting or runoff areas. Do not use trench excavations as temporary drainage ditches. B. Dewater excavations for inspection and for construction so that no concrete or fill is placed in water and so that concrete less than 8 hours of age is not subjected to ground water pressure. C. Keep excavations free of water while backfilling and construction therein takes place. D. Dispose of water,resulting from dewatering operations in accordance with city,county, state and federal regulations, and in a manner that will not result in violations of state water quality standards in receiving waters. E. Conduct operations so that storm water runoff sediment is not discharged to the adjacent lakes, waterways, sewers, streets and adjacent properties. F. Obtain local and state approvals necessary for construction dewatering, including: 1. S.J.R.W.M.D. "Noticed General Permit for Short Term Construction Dewatering" 2.F.D.E.P."Generic Permit for the Discharge of Produced Ground water from any Non-contaminated Site Activity." 3. Local County or City Permits or Approvals. G. Comply with conditions and requirements of the FDEP"Generic Permit for Stormwater Discharge from Large and Small Construction Activities" (CGP), DEP document No. 62-621.300 (4) (A). Key conditions of the CGP are: 02300-8 -Implementation of the stormwater pollution prevention plan(SWPPP). -Conducting and documenting routine inspections. -Retaining the records required by the permit(including the SWPPP)at the construction site. 9. STORAGE OF EXCAVATED MATERIALS A. Stockpile excavated materials acceptable for backfill and fill where directed. Place, grade, and shape stockpiles for proper drainage. 1. Locate and retain soil materials away from edge of excavations. Do not store within drip line of trees indicated to remain. 2. Dispose of excess excavated soil material and materials not acceptable for use as backfill or fill. Material shall become property of Contractor and shall be promptly removed from the site. 3. Stabilize stockpiles. Provide sediment trap and silt fence at outside perimeter of all stock piles,and seed all stockpiles within seven(7)days that will be undisturbed for more that thirty(30) days. 10 EXCAVATION FOR STRUCTURES A. Conform to elevations and dimensions shown within a tolerance of plus or minus 0.10 foot, and extending a sufficient distance from the footings and foundations to permit placing and removal of concrete form work, installation of services, and other construction for inspection. 1. Excavations for footings and foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before concrete reinforcement is placed. Trim bottoms to required lines and grades to leave solid base to receive other work. 2. Excavation for Underground Tanks,Basins,and Mechanical or Electrical Structures: Conform to elevations and dimensions indicated within a tolerance of plus or minus 0.10 foot;plus a sufficient distance to permit placing and removal of concrete form work,installation of services,and other construction for inspection. Do not disturb bottom of excavations intended for bearing surfaces. 11. EXCAVATION FOR PAVEMENTS A. Cut or fill surface under pavements to comply with cross-sections,elevations and grades as indicated. 12. TRENCH EXCAVATION FOR PIPES AND CONDUIT A. Excavate trenches per requirements to uniform width,sufficiently wide to provide ample working room and a minimum of 9 to 12 inches of clearance on both sides of pipe or conduit. 02300-9 B. Excavate trenches and conduit to depth indicated or required to establish indicated slope and invert elevations and to support bottom of pipe or conduit on undisturbed soil. 1. Where rock is encountered, carry excavation 6 inches below required elevation and backfill with a 6-inch layer of tamped sand or gravel prior to installation of pipe. 2. For pipes or conduit less than 6 inches in nominal size, and for flat- bottomed,multiple-duct conduit units,do not excavate beyond indicated depths. Hand excavate bottom cut to accurate elevations and support pipe or conduit on undisturbed soil. 3. For pipes and equipment 6 inches or larger in nominal size,shape bottom of trench to fit bottom of pipe for 90 degrees (bottom 1/4 of the circumference). Fill depressions with tamped sand backfill. At each pipe joint, dig bell holes to relieve pipe bell of loads and to ensure continuous bearing of pipe barrel on bearing surface. 4. Provide shoring of trench; special bedding material, suitable backfill, correct and appropriate compaction, and other requirements and specifications in accordance with Section 02-403- Installation of Drainage Pipe and Structures, and drawing details. 5. When installing a public utility, conform to the trench excavation and backfill specifications for the utility department or agency. 13. EXCAVATION FOR DITCHES, SWALES, PONDS AND LAKES A. Excavate to elevations and dimensions shown on the drawings within a tolerance of phis or minus 0.10 foot. B. Storage, use and disposal of excavated materials shall be in accordance with the specifications written herein. 14. FILLING,BACKFILLING AND COMPACTION A. The work consists of compaction of existing earth surfaces, (excluding rock), after excavation, filling and compaction of said area to levels required with suitable backfill material. B. Materials: "Satisfactory Fill Materials" shall be used in fills and backfills. C. Filling and Backfilling: Place "Satisfactory Fill Material" in horizontal layers not exceeding 12 inches in loose depth. Compact as specified herein. No material shall be placed on surfaces that are muddy. D. Compaction: Compaction shall be with equipment suited to soil being compacted. Moisten or aerate material, as necessary to provide moisture content that will readily facilitate obtaining specified compaction with equipment used. Compact each layer to not less than percentage of maximum density specified below determined in accordance with ASTM D1557, Method D. Insure that the compaction of previously prepared fill areas has been maintained prior to placing new layers. AREA PERCENTAGE 02300-10 Under pavements and sidewalk areas, 98% Top 12 inches, each layer. Under pavements and sidewalk areas, 98% Below 12 inches, each layer. Under landscaped areas, each layer. 95% E. Reconditioning of Sub grade: Where approved compacted sub grades are disturbed by the Contractor's subsequent operations or adverse weather, sub grade shall be scarified and compacted as specified herein before to required density prior to further construction thereon.Recompaction over underground utilities shall be by power driven hand tampers. F. Backfilling: Backfilling shall not begin until construction below finish grade has been accepted,underground utilities systems have been inspected,tested,and accepted,forms removed, and excavation cleaned of trash and debris. Backfill shall be brought to indicate finish sub grade. Backfill shall not be placed in wet areas. Backfill materials and compaction shall be as specified herein. Heavy equipment for spreading and compacting backfill shall not be operated closer to foundation or retaining walls than a distance equal to height of backfill above top of footing; area remaining shall be compacted by power-driven hand tampers suitable for material being compacted. Backfill shall be placed carefully around pipes to avoid damage. G. Protection: Settlement or washing thafoccurs in backfilled areas prior to acceptance of work shall be repaired and grades re-established to required elevations and slope. H. Backfill trenches with concrete where trench excavations pass within 18 inches of column or wall footings and that are carried below bottom of such footings or that pass under wall footings. Place concrete to level of bottom of adjacent footing. J. Do not backfill trenches until tests and inspections have been made and backfilling is authorized by the Project Architect/Engineer. Use care in backfilling to avoid damage or displacement of pipe systems. K. Backfill excavations as promptly as work permits, but not until completion of the following: 1. Inspection,testing and approval by the engineer,and recording locations of underground utilities have been performed and recorded by the surveyor. 2. Removal of shoring and bracing, and backfilling of voids with satisfactory materials. Cut off temporary sheet piling driven below bottom of structures and remove in manner to prevent settlement of the structure of utilities, or leave in place if required. 3. Removal of trash and debris from excavation. L. Borrow material meeting the specifications for"satisfactory fill material"or"select fill", 02300-11 as required, shall be provided, delivered placed, compacted and graded if there is not sufficient excavated material of a suitable quality to complete the work. 15. GRADING A. General: Uniformly grade areas within limits of grading under this section, including adjacent transition areas. Smooth finished surface within specified tolerances,compact with uniform levels or slopes between points where elevations are indicated or between such points and existing grades. Grading between indicated elevations and/or contours to be uniform, continuous and sloped as indicated on the drawings. B. Grading outside Building Lines: Grade areas adjacent to building lines to drain away from structures and to prevent ponding. Finish surfaces free from irregular surface changes as follows: 1. Lawn or Unpaved Areas: Finish areas to receive stockpiled topsoil to within not more than 0.10 foot above or below required sub grade elevations. 2. Walks: Shape surface of areas under walks to line, grade, and cross- section, with finish surface not more than 0.10 foot above or below required sub grade elevation. 3. Pavements: Shape surface of areas under pavement to line, grade and cross-section, with finish surface not more than '/2 inch above or below required sub grade elevation. C. Grading Surface of Fill under Building Slabs: Grade smooth and even, free of voids, compacted as specified, and to required elevation. Provide final grades within a tolerance of/2 inch when tested with a 10-foot straightedge. D. Compaction: After grading, compact sub grade surfaces to the depth and indicated percentage of maximum or relative density for each classification. 16. PAVEMENT SUB-BASE COURSE A. General: Sub-base course consists of placing sub-base material, in layers of specified thickness, over sub grade surface to support a pavement base course. 1. Refer to Drawings and Sections 02301, 02304, 02305, 02307 and 02308 for roadway construction specifications. B. Grade Control: During construction, maintain lines and grades including crown and cross-slope of sub-base course. C. Shoulders:Place shoulders along edges of sub-base course to prevent lateral movement. Construct shoulders of acceptable soil materials,placed in such quantity to compact to thickness of each sub-base course layer. Compact and roll at least a 12-inch minimum width of shoulder simultaneous with the compaction and rolling of each layer of sub- base course. D. Placing: Place sub-base course material on prepared sub grade in layers of uniform 02300-12 thickness, conforming to indicate cross-section and thickness. Maintain optimum moisture content for compacting sub-base material during placement operations. 1. When a compacted sub-base course is indicated to be 6 inches thick or less, place material in a single layer. When indicated to be more than 6 inches thick,place material in equal layers, except no single layer more than 6 inches or less than 3 inches in thickness when compacted. 17. FILL AND GRADING FOR GRASSED AREAS A. Fill Material under Grassed Areas: Clean,satisfactory fill,free from rock and debris and of such quality to not interfere with future installation of grass. B. Filling and Grading for Grassed Areas: Rough grade shall be 6 inches below finish grade and the 4 inches of base material shall be omitted. 1. Topping: 6 inches of compacted 80-20 top soil mix,or as specified in the prepared Landscape plans and specifications. 2. Grass: As specified in SECTION 02204 —"GRASSING BY SODDING." C. At the side banks and bottoms of drainage swales,retention areas and other stormwater management areas, or other areas depicted on the plans,rough grade shall be cut below finish grade only to allow for the thickness of the sod. D. Filling and Grading for Landscaped Areas other than Grass: Similar,with variations per specific plant material, as defined, illustrated and specified on the Landscape Plans. 18. FIELD QUALITY CONTROL A. Specified Tests shall be performed by the Contractor's Testing Agency, at the Contractor's expense, with results forwarded to the Project Architect/Engineer for review. B. Quality Control Testing during Construction: Allow testing service to inspect and approve each sub grade and fill layer before further backfill or construction work is performed. C. Tests of Materials shall be as follows: 1. Soil Classification: a. One test from each type of material encountered and/or proposed to be used. 2. Laboratory Tests for Moisture Content and Density: a. According to ASTM D1557 one test for each material encountered and/or proposed. 3. Field Tests for Moisture Content and Density: A. According to ASTM D 15 56 one test per layer of fill per 10,000 square feet of area, plus one test per 10,000 square feet of sub grade in cut. 4. Control: Fill and topsoil mixture may be inspected at any stage of operation to determine compaction characteristics, densities and freedom from 02300-13 organic and plastic materials. D. Perform field density tests in accordance with methods listed in Item C. 1. Footing Sub grade: For each strata of soil on which footings will be placed, perforin at least one test to verify required design bearing capacities. Subsequent verification and approval of each footing sub grade may be used on a visual comparison of each sub grade with related tested strata when acceptable to the Project Architect/Engineer. 2. Paved Areas and Building Slab Sub grade: Perform at least one field density test of subgrade for every 5,000 sq. ft. of paved area and every 2,000 sq. ft. of building slab, but in no case fewer than three tests. In each compacted fill layer,perform one field density test for every 2,000 sq. ft. of overlaying building slab and every 5,000 sq:ft of paved area, but in no case fewer than three tests. 3. Foundation Wall Backfill: Perform at least two field density tests at locations and elevations as directed. 4. If in the opinion of the Project Architect/Engineer,and based on testing service reports and inspections, any sub grade or fills that have been placed which are below specified densities shall require additional compaction and testing until the specified density is obtained. E. Notification: 1. Give sufficient notification of placing orders for fill and topsoil with supplier to permit full inspection including testing for compaction characteristics at source of supply. 2. Obtain approval from Project Architect/Engineer before placing topsoil mixture at project site, without exception. 19. EROSION CONTROL A. Provide erosion control methods in accordance with requirements of the project. Repair and re-establish grades to required elevations and slopes where erosion has occurred prior to Owners acceptance of the work. B. The Contractor shall install erosion control methods adjacent to any lakes,ditches and/or wetlands which are adjacent to the project site whereby the quality of such would be degraded by runoff, erosion and sedimentation. C. The contractor shall provide all necessary B.M.P's necessary to adhere to the approved S.W.P.P.P. and the FDEP "General Permit for Stormwater Discharge from Large and Small Construction Activities" (GCP). 20. MAINTENANCE A. Protection of Graded Areas: Protect newly graded areas from traffic and erosion. Keep free of trash and debris. 02300-14 B. Repair and re-establish grades in settled,eroded,and rutted areas to specified tolerances. C. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarify surface, reshape, and compact to required density prior to further construction. D. Settling: Where settling is measurable or observable at excavated areas during general project warranty period in the opinion of the Project Architect/Engineer,the Contractor shall remove surface(pavement, lawn, or other finish), add backfill material, compact, and replace surface treatment. Restore appearance, quality,and condition of surface or finish to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 21. DISPOSAL OF EXCESS AND WASTE MATERIALS A. Removal from Owner's Property: Contractor shall remove waste materials, including unacceptable "excavated material" including muck, rock, clay, marl, boulders, heterogeneous fill material, and any other organic or unsuitable material, trash, and debris, encountered under pavement areas, structures, and utilities and dispose of it off of Owner's property at a landfill or equivalent site,approved by the local Government Authorities. B. Contractor shall also remove any "unforeseen obstacles" such as buried trees or timbers, abandoned utilities, metal objects, concrete masses, or any other type of debris. C. All "excavated materials" and "unforeseen obstacles" will be considered as incidental to construction and no additional compensation will be allowed. 02300-15 SECTION 02301 SUBGRADE - Stabilizing -Bid Item No. 160-4-12-Type B Stabilization LBR40 (12") - Per Square Yard -Bid Item No. 160-4-8-Type B Stabilization LBR40 (8") - Per Square Yard 1. DESCRIPTION A. The subgrade will be constructed in accordance with Section 160 of the FDOT standard specifications such that after being stabilized and compacted it will provide a firm unyielding subgrade for all roads and parking areas, and will conform to the line, grade, and cross sections as shown on the Drawings. Shoulders shall be stabilized and compacted as specified herein for subgrades. B. "The stabilization thickness indicated on plans shall be considered a minimum thickness. Thickness will vary to confonn to the lines, and grades shown in the plans." Minimum L.B.R. =40-No under-tolerance. C. Measurement and Payment- The scope of work for "SUBGRADE — Stabilizing" shall include (within the unit price bid, per SY) the cost of all labor, tools, and equipment necessary to provide a firm unyielding subgrade for all roads and parking areas,including any incidental earthwork/ embankment and grading necessary to construct subgrade to the lines and grades on the drawings,and all else necessary and incidental to,where designated on the Drawings, and as specified herein. 2. REFERENCES A. Section numbers and article numbers specified are those contained in the latest edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction.", and may also be referenced herein as: -F.D.O.T. Standard Specifications -Florida D.O.T Standard Specifications -Standard Specifications 3. BEARING VALUES A. If not other specification is provided in the plans, at a minimum, the subgrade shall have a minimum bearing value of 50 pounds per square inch (psi) as determined by the Florida Bearing Value Test or if specified on the plans, a limerock-bearing ratio (LBR) of at least 40 shall be obtained. Stabilizing material in accordance with Section 914, and approved by the Engineer shall be furnished by the Contractor, spread and mixed in accordance with Section 160- 5.3 "Mixing" of the latest Edition of the Florida D.O.T. Specifications. B. When specified on the plans, a Florida Bearing Value Test shall be taken at a minimum of 1 per 5,000 SF, and a limerock-bearing ratio (LBR) shall be taken at a minimum of 1 per 10,000 SF. Exact locations will be designated by the engineer. 02301-1 4. CONSTRUCTION DETAILS A. After substantially completing the roadbed grading operations, determine the type and quantity of stabilizing material necessary for compliance with the bearing value requirements, and notify the engineer of the approximate quantity to be added, and obtain engineers approval for spreading and mixing in of such quantity of materials to achieve uniformity and effectiveness. B. Prior to the beginning of the stabilizing operations, construct the area (excavate or fill, as required) to be stabilized to an elevation such that, upon completion of the stabilizing operations, the completed stabilized subgrade will conform to the lines, grades and cross Sections shown in the plans C. In fill areas, prior to stabilizing operations, existing earth grade shall be compacted, and fill shall be placed, spread and compacted in accordance with Section- 02300 "Earthwork." D. Spread the stabilizing material in the designated quantity uniformly over the area to be stabilized. Perform mixing using rotary tillers or other equipment approved by the engineer, to the depth and width of the stabilizing limits. At the completion of the mixing, ensure the gradation of the material is such that 97% will pass a 3'/z inch sieve and plasticity index of 8 or less, and liquid limit of 30 or less. All clay lumps not meeting the gradation requirements shall be removed. E. The subgrade shall be shaped, graded, and rolled to conform to the lines and grades as shown on the Drawings. Fine grading of the subgrade to its final profile shall be accomplished after the subgrade has been filled or excavated and stabilized as close as possible to the design elevations. F. All drainage culverts and utility conduits which will be installed under the pavement shall be installed prior to the final shaping and compaction of the subgrade. 5. COMPACTION A. The top of the subgrade in both cuts and fills shall be compacted to a minimum of 98 percent of the maximum dry density to the depth specified on the Plans. The required density shall be maintained until the base course has been constructed. The subgrade shall be compacted with an approved self-propelled steel drum or pneumatic tired roller weighing not less than 8 tons. All hollows and depressions which develop under rolling shall be filled in with suitable material. The process of grading and rolling shall be repeated until no depressions develop. After compaction, the top surface of the fine grade shall be true to line and grade at all locations. If the fine grade becomes rutted or displaced due to any cause whatsoever, the Contractor shall regrade it and recompact it. Ditches, drains, and swales shall be maintained along the completed subgrade section after their construction. B. In no case shall the Contractor proceed to construct the base course on the subgrade until the subgrade has been tested for Florida Bearing Values and compaction, line and grade is checked, and approval given by the Engineer. 6. STABILIZED SHOULDERS 02301-2 A. Stabilized shoulders shall be constructed on each side of the paved roadway section to the width, depth and slope as shown on the Plans and Typical Sections. The stabilized shoulder material shall have a minimum Florida Bearing Value of 50 as determined by the Florida Bearing Value Test. In an area where the bearing value is less than 40, stabilizing material approved by the Engineer shall be furnished by the Contractor, spread, and mixed thoroughly throughout the entire depth and width of the stabilizing limits. Density testing will be required and compaction shall meet the same specification as specified herein for roads and parking areas. 7. COMPACTION TESTING A. In general, Florida Bearing Value tests on the subgrade shall be taken at approximately 250 lineal foot intervals (min. of 1 per 5,000 sf). Exact locations will be designated by the Engineer. B. The maximum dry density of the subgrade material shall be determined by the Modified Proctor Test using the procedure as described by ASTM D1557 or AASHTO-T180 (Method A). In general, there shall be one Modified Proctor Test per 125 lineal feet (min. of 1 per 2,500 so at a location which is representative of the type of subgrade material used on the project. Each material which is inherently different in composition from other subgrade material and which is used over a widespread area of the project, will necessitate an additional Modified Proctor Test. 02301-3 SECTION 02304 CEMENTED COQUINA SHELL BASE COURSE -Bid Item No. 285-704-Cemented Coquina Shell Base Group 4 (6")- Per Square Yard -Bid Item No. 285-706-Cemented Coquina Shell Base Group 6 (8")- Per Square Yard 1. DESCRIPTION A. Under this item, the Contractor shall furnish all equipment, labor, materials, and transportation necessary to construct a Coquina shell base course upon the completed stabilized subgrade. The base course shall be constructed in accordance with the lines, grades, and typical section as shown on the Drawings. Unless otherwise noted, construction shall conform to the provisions of Florida D.O.T. Standard Specifications for Road and Bridge Construction- Section 200, 285 and 915 latest editions. B. "The base course thickness indicated on plans shall be considered a minimum thickness. Thickness will vary to conform to the lines, and grades shown in the plans." Minimum L.B.R. = 100- No under-tolerance. No additional payment will be made for base thickness in excess of the specified thickness. C. The scope of work for "Cemented Coquina Shell Base Course" shall include (within the unit price bid, per SY) the cost of all labor, tools, and equipment necessary to provide a base course material for all roads and parking areas, including any incidental earthwork/embankment and grading necessary to construct base course to the lines and grades on the drawings, and as specified herein, constructed and accepted, to the depth and to the limits designated on the plans, and shall include the base rock material placement, , including tack coat between layers, prime coat, spreading, scarifying, shaping, compacting, and testing. There will be no additional payment for correcting defective surface and deficient thickness, removing cracks or checks, or for the additional rock required for crack elimination. 2. REFERENCES A. Section numbers and article numbers specified are those contained in the latest edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction.", and may also be referenced herein as: -F.D.O.T. Standard Specifications -Florida D.O.T Standard Specifications -Standard Specifications 3. MATERIALS A. Coquina shell shall conform to the requirements of Florida D.O.T. Standard Specifications, latest Edition, Section 915, and shall be from a source acceptable to Florida D.O.T. The material shall have a minimum LBR value of 100. Prior to placement, the material shall be crushed or broken to such a size that no less than 97 percent by weight will pass a 3 1/2 inch sieve, and no more that 70 percent dry weight shall wash through a No. 4 sieve, and no more than 20 02304-1 percent dry weight shall wash through a No. 200 sieve. No visible clay or organic matter will be permitted. B. A single source of material shall be used throughout the entire width and depth of a section of base. Approval from the engineer must be obtained prior to placing material from more than one source. 4. PLACEMENT OF MATERIAL A. After the subgrade is completed and approved, the Contractor shall furnish and spread the coquina shell in a uniform distribution. Spread thickness shall be as specified in plans and placed in lifts; minimum of 3 inches and maximum of 6 inches. (The engineer may at its discretion, approve lifts of 8 inches). Segregated areas of fine or course rock will not be permitted. Such areas shall be removed and replaced with properly graded rock. B. After the spreading is completed, the entire surface shall be scarified and shaped so as to produce the required grade and cross section after compaction. 5. COMPACTION A. The required compaction of the coquina shell base course shall be a minimum of 98 percent of the maximum dry density. B. No less than 8-10 ton steel drum or pneumatic tired roller shall 'be used to compact the base course. All depressions shall be filled and the process of rolling and filling shall continue until a thoroughly compacted uniform surface is produced. During final compaction operations, if blading of any area is necessary to obtain the true grade and cross section, the compaction operations for such areas shall be completed prior to making the field density- compaction test on the finished base. C. Should the subgrade material become mixed with the base course material at any time, the Contractor shall remove the mixture, reshape and recompact the subgrade, replace the materials removed with additional coquina shell and reshape and recompact the coquina shell base at no cost to the Owner. D. If cracks or checks appear in the base which would impair the structural integrity of the base in the opinion of the Engineer, the Contractor shall remove the cracks or checks by rescarifying, reshaping, refilling with coquina shell where necessary, and recompacting at no cost to the Owner. E. The finished coquina shell base shall be checked for thickness at intervals of not more than 300 feet. Any areas, which are more than '/2" deficient in thickness, shall be corrected by scarifying and adding rock. The scarifying shall extend for 50 feet either side of the deficient area. Areas which are less than 1/2 inch deficient in thickness shall be corrected if the Engineer determines that the area is extensive or may adversely affect the quality of the finished work. 6. PRIME COAT 02304-2 A. The prime coat shall be a rapid curing liquid cut back asphalt equal or equivalent to RC-70 or RC-250 at the Contractor's option, and conforming to Sections 300 and 916-3 of the latest Edition of the Florida D.O.T. Standard Specifications for Road and Bridge Construction. B. The surface of the base material shall be cleaned after final compaction and the moisture content of the base shall not exceed 90 percent of the optimum moisture before the prime coat is applied. The prime coat shall be applied uniformly with a pressure distributor. The entire length of the spray bar shall be set at the height above the surface recommended by the Manufacturer for even distribution. The prime coat shall be applied to the finished base course at the rate of 0.15 gallons per square yard at a temperature between 100° F `O 150 ° F. The prime coat shall be applied such that a period of no longer than two (2) hours lapse prior to application of the asphaltic concrete wearing course, unless the prime coat is covered with sand or screenings as outlined in Section 300-2.2 of the latest Edition of the Florida D.O.T. Specifications. 7. TESTING A. The maximum density and optimum moisture shall be determined in accordance with the Modified Proctor Test procedures of ASTM-D1557 or AASHTO-T180 (Method D). The percentage compaction and in-place density shall be determined according to procedures of ASTM-D2167 "Test for Density of Soil In-Place by the Rubber Balloon Method" or the nuclear method ASTM- D2922. In general, one Modified Proctor Test shall be performed on a representative sample of the base material, provided that a single source is used through-out the project. Additional modified proctor tests shall be required for material from more than one source. In-place density testing shall be performed at the rate of one test per 250 lineal feet of roadwork (or 5,000 sf) at comparable locations unless otherwise specified by the Engineer. 02304-3 SECTION 02305 ASPHALT CONCRETE PAVEMENT -Bid Item No. 334-1-12- Superpave Asphalt Concrete-1 1/2" SP 12.5-Per Square Yard -Bid Item No. 334-1-12-A-Superpave Asphalt Concrete-2 1/2"SP 12.5-Per Square Yard 1. DESCRIPTION A. Under this item, the Contractor shall construct an asphalt concrete wearing surface for pavement upon a previously prepared base course conforming to the lines, grades, and typical section shown on the drawings. Unless otherwise noted, construction shall conform to the provisions of Florida D.O.T. Standard Specifications for Road and Bridge Construction- Sections 320, 330, and 334. B. The scope of work for "ASPHALT CONCRETE PAVEMENT" shall include (within the unit price bid, per SY) the cost of all labor, tools, and equipment necessary to provide an asphalt concrete pavement wearing surface/course where designated on the Drawings, and as specified herein, constructed and accepted, to the thickness, cross section, slope and to the limits designated on the plans, and shall include the plant mixed hot bituminous mixture, spreading/paving, rolling, sampling and testing, and tack coat application when necessary. There will be no additional payment for correcting defective surface and deficient thickness, and shall include all else necessary and incidental to, REFERENCES A. Section numbers and article numbers specified are those contained in the latest edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction", and may also be referenced herein as: -F.D.O.T. Standard Specifications -Florida D.O.T Standard Specifications -Standard Specifications 2. LIMITATIONS OF LAYING OPERATION A. Bituminous materials shall be applied only when the temperature of the air in the shade is above forty degrees Fahrenheit (40°F.). Any bituminous mixture caught in transit by a sudden rain may be laid at the Contractor's risk. However, no work shall be started if local conditions indicate that rain is imminent, and under no circumstances shall the mixture be laid while rain is falling, or when there is water on the base. When wind is blowing to such an extent that sand, dust, etc. are being deposited on the surface being paved to the extent that the bond between layers will be diminished, the bituminous materials shall not 02305-1 be spread on the surface. B. The Contractor shall supply thermometers as required by the Engineer for determining the temperature of all bituminous materials as they are applied. Laying of bituminous materials will not be permitted unless the material has obtained the proper temperature and temperature determination at the job site has been made. 3. TACK COAT A. Where a tack coat is required (as determined by the Engineer) prior to application of the asphaltic concrete wearing surface or against an existing asphalt surface, an Emulsified Asphalt, Grade RS 1 or RS 2 shall be used in accordance with Section 300 of the FDOT standard specifications. The tack coat shall be applied uniformly with a pressure distributor or by hand at the rate of 0.05 gallons per square yard and at a temperature between 140° F. and 180° F. The tack coat surface shall be kept free from traffic until the subsequent layer of asphaltic concrete has been laid. The Contractor will eliminate excessive application of tack coat on the existing asphalt surfaces prior to paving the asphalt concrete. 4. MILLING A. Where milling of existing pavement is required, provide a milling machine capable of maintaining a depth of cut and cross slope that will achieve the results specified in the plans, to remove existing asphalt concrete pavement by milling, to improve the rideability and cross slope of the finished pavement, to lower the finished grade adjacent to existing curb prior to resurfacing or to completely remove existing pavement. B. Milling operations shall include hauling off and disposing of the material. C. Milling operations shall be completed in accordance with the F.D.O.T. standard specifications, Section 327. D. Provide positive drainage of the milled surface and the adjacent pavement. Perform this operation on the same day as milling. E. Repave all milled surfaces no later than the day after the surface was milled unless otherwise stated in the plans. . F. Prior to opening an area which has been milled to traffic, sweep the pavement with a power broom or other approved equipment to remove, to the greatest extent practicable, fine material which will create dust under traffic. G. Sweep the milled surface with a power broom prior to placing asphalt concrete. H. Use a street sweeper or other equipment capable of removing excess milled materials and controlling dust. I. Milled Surface: Provide a milled surface with a reasonable uniform texture within 02305-2 '/4 inch of a true profile, and with no deviation in excess of '/4 inch from a straightedge applied to the pavement perpendicular to the centerline. Ensure that the variation of the longitudinal joint between multiple cut areas does not exceed '/4 inch. Cross slopes shall not deviate from the plans more than + 0.2% for travel lanes, and+0.5% for shoulders. 5. ASPHALTIC CONCRETE WEARING SURFACE A. The pavement surface course for the parking areas, driveways and roadways shall be a "superpave asphalt concrete" course for the type of mixture specified in the plans. Mixes are identified as type sp- 9.5, sp 12.5, or sp 19.0. The pavement shall conform to the requirements of sections 320,330, and 334 of the FDOT standard specifications. The material shall be laid uniformly so that it will result in a compacted thickness as specified in the plans. The asphalt concrete shall be laid down at a target mix design temperature per section 330-6.3, and the target mix design temperature should not exceed 315'F. Asphaltic concrete with temperature outside of the master range(+ 30 ° F from the mix design temperature) will be rejected for use on the project. The temperature of the mix shall be taken at the plant and at the roadway before the mix is placed, and shall be recorded on the front of the delivery ticket. The engineer shall review the plant and roadway temperature readings, and may take additional temperature readings at any time. All material rejected shall be replaced with the specified material by the contractor at no additional cost to the owner. B. The asphaltic concrete shall be applied by an approved type of self propelled paver, such as a Barber Green, capable of making a continuous 10 ft. Wide pull. The paver shall have a disbursing hopper, a compacting devise, and a screed capable of adjustment to produce the required paving cross section. The screed shall be equipped with heaters. C. Immediately after the asphaltic concrete is spread, any deviations from the typical section shall be remedied by placing additional material or by removing surplus material while the mixture is still hot. D. Rolling should begin as soon as possible after the asphaltic concrete has been spread as specified. Rolling of the longitudinal joint should be immediately behind the paving operation. The initial pass with the roller should be made as soon as it is possible to roll the bituminous mixture without cracking the mat or having the mix adhere to the roller wheels. E. The rolling shall be done by a "Rolling Train", consisting of a steel wheel seal roller, and a pneumatic tired traffic roller and a steel wheel finish roller. All of which shall be on the job when the asphalt laying commences and remain on the project until the paving work has been completed. F. Rolling of the longitudinal joint should be immediately behind the paving operation. The initial pass with the roller should be made as soon as it is possible to roll the bituminous mixture without cracking the mat or having the mix adhere to the roller wheels. To prevent adhesion of the mix to the roller, the wheels should be kept moist with only enough water to avoid picking up the 02305-3 material. G. Steel wheeled rollers shall be of the tandem type. For seal rolling, these rollers shall weigh between 5 and 12 tons and for final rolling; they shall weigh between 8 and 12 tons. H. Traffic rollers shall be of the self propelled pneumatic tired type, equipped with at least seven (7) smooth tread, low pressure tires, with the tire pressure maintained between 50 to 55 pounds. Traffic rollers shall weigh between 6 and 10 tons. Wobble wheeled rollers are prohibited from rolling on this project. I. The speed should not exceed 3 mph for steel-wheeled rollers or 5 mph for pneumatic tired rollers. J. Finish rolling should be done while the material is still workable enough for removal of roller marks, before the pavement temperature has dropped below 140' F. Abrupt turning of rollers on the paving mix, which causes undue displacement, shall not be permitted. Finish rolling should be accomplished by use of the steel wheel roller. K. Should any irregularities or defects remain in any course after compaction, they should be removed promptly and replaced with new material to provide a uniform texture surface conforming to line and grade. The finished surface shall be such that it will not vary more than one forth inch (1/4") from the ten foot (10') straight edge applied both parallel and perpendicular to the center line of the pavement. The thickness of the pavement shall be no more than one forth inch (1/4") greater or less than the specified thickness. Correction of deficiencies in pavement thickness will be in strict accordance with those procedures described in Section 330-12.4 of the Florida D.O.T. Specifications for Road and Bridge Construction, latest Edition. L. Areas which are inaccessible to a roller (such as adjacent to curbs, gutters, manholes, etc.) shall be compacted by the use of hand tamps, small vibratory tampers, or other satisfactory means. M. The edges of the wearing surface shall be straight, true, and clean in all cases, and must meet the approval of the Engineer. Should the edges of the wearing surface not meet the approval of the Engineer, they shall be saw cut to a straight, true, clean line by the Contractor at his expense. 02305-4 SECTION 02307 REINFORCED CONCRETE FOR SITEWORK STRUCTURES AND REINFORCED CONCRETE PAVEMENT -Bid Item No. N.A.— Reinforced concrete for sitework structures - include in other bid item costs. -Bid Item No. 350-4-1 — Reinforced Concrete Pavement (6") — Per Square Foot -Bid Item No. 522-1 -Concrete Sidewalk (4.5" Thick)-Per Square Foot -Bid Item No. 522-2 —Concrete Sidewalk (6" Thick) —Per Square Foot 1. SCOPE A. The work covered under this section shall include, but not be limited to reinforced concrete used in the site work, including structural concrete, concrete manholes, inlets, curb, catch basins; and reinforced and unreinforced concrete used in concrete pavement and sidewalks. This specification shall not be used for or to supercede the architect's or structural engineer's reinforced concrete specifications for structural or non-structural building components (see Division 3 —Concrete). It shall include all materials, equipment, labor, finishing, form work and curing. Unless otherwise noted, construction shall conform to the provisions of Florida D.O.T. Standard Specifications for Road and Bridge Construction- Sections 350, 400, 415, 425, and 522. B. Measurement and payment: 1. The scope of work for "REINFORCED CONCRETE FOR SITEWORK STRUCTURES", shall include the cost of all labor, tools, and equipment necessary to provide reinforced concrete for concrete manholes, inlets, catch basins, and other misc. site structures. The cost for the work shall be included in the bid items and unit prices for various work requiring reinforced concrete, including but not limited to bid items for sewer and drainage structures, mitered end sections, curb, misc. concrete pads for drainage and utility facilities,wet wells,valve vaults, and other applicable work. 2. The scope of work for "REINFORCED CONCRETE PAVEMENT" shall include (within the unit price bid, per SY or per SF, as designated on the bid form) the cost of all labor, tools, and equipment necessary to provide concrete pavement wearing surface/course or concrete sidewalk where designated on the Drawings, and as specified herein, constructed and accepted, to the limits designated on the plans, and shall include: 02307-1 a. Simply Reinforced Cement Concrete Pavement; or, Continuously Reinforced Cement Concrete Pavement; constructed and accepted, to the thickness, cross section, slope and limits designated on the plans, and shall include: Any subgrade preparation not included in the work to be paid for under another contract item; all transverse and longitudinal joint construction including tie-bars and dowel bars; setting forms, placement of reinforcement, placing concrete; strike-off, consolidating and finishing, curing, edging, cleaning and sealing joints, contraction and expansion joints, furnishing of test specimens, repair of core holes, and all incidentals to complete the work. When designated on the plans, the unit price shall include the coloring and texturing of the concrete surface in accordance with the manufactures specifications and additional details and notes in the drawings for bomanite/bomocron application. When designated on the plans, the unit price shall include the placement of additional concrete and reinforcement at the thickened edge at the perimeter of the pavement slab, and at other locations designated on the plans. b. concrete sidewalk placed and accepted, to the thickness, cross section, slope and limits designated on the plans, and shall include: Any subgrade preparation not included in the work to be paid for under another contract item; setting forms, placement of reinforcement where specified, placing concrete, strike off, consolidating and finishing, curing, expansion and contraction joints, edging, and shall also include construction of sidewalk curb-cuts, including the forming and finishing of slopes, ramps, curbs, textured surfaces and providing and installing truncated dome warning surfaces; and all other incidentals necessary for the work. 2. GENERAL B. Concrete mixing may be done in a portable mixer, a transit-mix truck, or if less than five cubic feet, in a mortar box; provided all ingredients including water are accurately measured by weight or volume. Measurement by the "shovel full" is specifically prohibited. No mixer shall be loaded above its rated mixing capacity. C. Transit mix trucks shall not wash out their trucks on the site without the specific permission of the Engineer and any waste concrete shall be removed to a public dump. 3. REINFORCED CONCRETE A. All concrete design and placement shall be in strict accordance with the ACI "Building Code Requirements for Structural Concrete," ACI 318-14 latest edition. B. Provide four(4) test cylinders for each 50 C.Y. of concrete placed or fraction thereof. 02307-2 C. Structural concrete shall conform to ACI 301 specifications and shall develop the following minimum compressive strength at 28 days: Sidewalks 3000 PSI Wall Footings 3000 PSI Reinforced Concrete Pavement 4000 PSI Drainage, Sewer Manholes, Inlets, and other Structures 4000PSI Columns and Walls 3500 PSI Beams and Slabs 3000 PSI All Other Concrete 3000 PSI D. Structural concrete shall conform to ACI 301 specifications. E. Use regular weight concrete. F. Structural concrete shall conform to ACI 301 and have the following slumps and aggregate requirements: Location Slump Max. Aggregate Footings 4"+ 1" ASTM#57 Columns 5"+ 1" ASTM#57 Beams and Slabs 5"+ 1" ASTM#57 Concrete Pavement 5"+ 5 ''/2" ASTM #57 G. Maximum water to cement ratio when no back-up data is available: a.) 3000 PSI, 28 day compressive strength; W/C ratio 0.58 maximum (non-air entrained), 0.47 maximum (air entrained) b.) 5000 PSI, 28 day compressive strength; W/C ratio 0.40 maximum (non-air entrained), 0.35 maximum (air entrained) H. Flyash, when used, shall be limited to 20% of the cementitious material. Do not use for exposed slabs. 1. Submit copies of concrete mix design to engineer for approval, information shall include: a. Intended usage and location for each type. b. Mix design for each type. c. Cement content in pounds-per-cubic yard. d. Course and fine aggregate in pounds/cubic yard. e. Water cement ratio by weight. f. Cement type and manufacturer. g. Slump range. h. Air content. i. Admixture type and manufacturer. j. Percent admixture by weight. 02307-3 k. Strength test data required to establish mix design. 1. Complete detail and placing shop drawings for all reinforcing steel including, accessories that have been reviewed and stamped by the general contractor. J. All reinforcement shall be fastened and secured together to prevent displacement by construction loads or the placing of concrete. K. The use of jitterbugs to consolidate concrete will not be permitted. L. All pumped concrete with#57 aggregate is to contain a high range water reducing agent. Minimum size of discharge to be 4" I.D. M. A 2" I.D. discharge may be used with#8 aggregate. Use plasticizer admixture if necessary to increase slumps beyond that noted above. N. Chamfer all edges of exposed concrete 3/4" unless noted otherwise. O. All reinforcing steel shall be detailed, fabricated and installed in accordance with ACI 318 and ACI detailing manual, ACI-315 latest edition. P. Reinforcement with rust, mill scale or a combination of both shall be considered satisfactory, provided the minimum dimensions (including height of deformations) and weight of a hand-wire-brushed test specimen are not less than applicable specification requirements in the ASTM standards reference in ACI 318. Q. All sidewalks shall be reinforced with synthetic fiber. Fiber lengths shall be '/2"to 2", amounts shall be 0.75 to 1.5 pounds per cubic yard in accordance with manufacturer's recommendation. R. Lap continuous reinforced as noted in lap splice schedule or min 40 bar dia. Lap cont. bottom steel over support and cont. top steel at midspan unless otherwise specified. S. Terminate all discontinuous top bars with standard 90 degree hook(placed vertically) unless noted otherwise. T. Provide the following concrete coverage's over reinforcing: Footings/Grade Beams: Bottom and Unformed Edges Direct contact with soil 3" CLR. With vapor barrier 2" CLR. Beams & Columns: Interior 1 % "CLR. Exterior 2" CLR. Slabs: Interior 3/4" CLR. Exterior 1 '/2" CLR. 02307-4 Conc. Walls: As Noted but No Less Than 1 '/2" CLR. Slabs on Grade: Single Mat Top 1/2 to 1/3 of Thickness U. Sleeve all penetrations through beams and slabs individually. Core drilling will not be permitted. Submit location and size of sleeves through beams to engineer for review prior to casting concrete. V.No reinforcing bars shall be cut to accommodate the installation of anchors, embeds or other items. W. Use the structural drawings including revisions and addenda in conjunction with reviewed shop drawings for placement of reinforcing. X. At changes in direction of concrete walls, beams and strip footings, provide corner bars of same size and quantity unless notes otherwise as horizontal steel. Y. All embedded items shall be securely tied in place prior to concrete placement. Z. The general contractor is responsible for providing the construction of all formwork in accordance with ACI 347. AA. Place concrete per ACI 304. Use internal mechanical vibration for all concrete. Limit maximum free fall drop of concrete to 6"- 0" for#57 aggregate and 8' —0' for#8 aggregate. All precautions should be taken to avoid segregation of concrete during placement. BB. Footing sizes shown are for footings constructed with side forms. If soil material can hold a vertical shape, it can be uses as an earth form provided footing width is increased 1" in each horizontal direction. All sloughed material shall be removed from excavation before and during placement of concrete. CC. Placement of conduit and pipes in concrete shall conform to ACI 318, Section 6.3 DD. Construction joints not shown on the drawings must be located to least impair the strength of the structure. a.)No horizontal construction joints will be permitted. (N.A. for concrete pavement) b.) Location of any construction joints not shown is subject to review and acceptance by engineer. 4. PLACEMENT AND INSPECTION A. The contractor shall give the Engineer sufficient advance notice of his intent to pour concrete to permit inspection of the forms, placement of reinforcing steel, and equipment for mixing, transporting and placing of the concrete. No concrete will be placed prior to completion of the form work and placing of the reinforcing to the Engineers satisfaction. 02307-5 No concrete shall be placed unless an adequate vibrator and adequate provisions for curing are on hand. Provide four(4) test cylinders for each 50 CY of concrete placed, or fraction thereof. Failure of the concrete to come up to design strength will cause for rejection and replacement of the structure. B. Every effort shall be made to obtain a watertight and durable concrete free form voids, rock pockets and the like. Should defects occur, they will be called to the Engineer's attention and repaired in accordance with his directive or, if extensive replaced. C. Concrete finish on exposed surfaces shall be as designated by the Engineer or architect, as applicable. 5. CURING A. General: The concrete shall be continuously cured for a period of at least 7 days. Curing shall be commenced after finishing has been completed and as soon as the concrete has hardened sufficiently to permit application of the curing material without marring the surface. Any curing material removed or damaged during the 7-day period shall be replaced immediately. After forms are removed, the surfaces exposed shall be cured by placing a berm of most earth against them or by any of the methods described below, for the remainder of the 7-day curing period. B. Wet Burlap Method: Burlap shall be placed over the entire exposed surface of concrete with sufficient extension beyond each side to insure complete coverage. Adjacent strips shall be overlapped a minimum of six inches. The burlap shall be held securely in place such that it will be in continuous contact with the concrete at all time. and no earth shall be permitted between the burlap surfaces at laps or between the burlap and the concrete. The burlap shall be kept thoroughly wet throughout the curing period. C. Membrane Curing Method: Clear membranes curing compound or white-pigmented curing compound shall be applied by hand sprayer in a single coast continuous film at a uniform coverage of at ;east one gallon to each 200 square feet. Any cracks, check or other defects appearing in the coasting shall be recoated immediately. The curing compound shall be thoroughly agitated in the drum prior to application, and during application as necessary to prevent settlement of the pigment. D. Polyethylene Sheeting Method: Polyethylene sheeting shall be placed over the entire exposed surface of the concrete, with sufficient extension beyond each side to insure complete coverage. Adjacent strips shall be overlapped a minimum of six inches. The sheeting shall be held securely in place such that it will be in continuous contact with the concrete at all times. 02307-6 SECTION 02308 CURBING -Bid Item No. 520-1-1 —Concrete Curb and Gutter (includes Drop/Valley Curb) (Type "F") —Per Linear Foot -Bid Item No. 520-2-4 —Concrete Curb (Type "D") —Per Linear Foot 1. GENERAL A. Concrete curbing shall be constructed in accordance with Section 520 of the FDOT standard specifications, and with the Plans and Specifications herein. B. Measurement and Payment- The scope of work for-"Curbing" shall include (within the unit price bid, per LF ) the cost of all labor, tools, and equipment necessary to provide concrete curb where designated on the Drawings, and as specified herein, constructed and accepted, to the thickness, cross section, slope and to the limits designated on the plans, as measured along the face of curb or curb and gutter, and shall include excavation to the required depth, compaction and density testing of the foundation material, setting forms, reinforcement,placement of concrete (by hand or machine), contraction and expansions joints,finishing, curing, backfilling and compaction adjacent to curb, and all incidentals to complete the work. Drop curb located at driveways or transition curb at ramps /curb cuts, shall be measured and paid for as the parent curb ("F" or "D" curb). 2. REFERENCES A. Section numbers and article numbers specified are those contained in the latest edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction.", and may also be referenced herein as: -F.D.O.T. Standard Specifications, or -Florida D.O.T Standard Specifications, or -Standard Specifications 3. FOUNDATION A. The curb shall be constructed upon a stabilized and compacted subgrade as noted upon the Plans. The subgrade shall be compacted and meet the density and bearing value requirements in accordance with Section 02-301- "Subgrade." Density tests of the curb pad shall be taken at a maximum of 500 ft intervals. 4. FORM WORK A. After the foundation material is thoroughly graded and compacted to the required depth, the forms shall be set true to line and grade and held:rigidly in position. 02308-1 Forms shall be either of wood or metal; and they shall be straight, free from warp or bends and of sufficient strength when staked to resist the pressure of poured concrete without yielding. The forms shall have a depth at least equal to the depth of the curb. A special effort shall be made to achieve a straight curb of uniform width. 5. CURB MACHINE A. The Contractor may use a curb machine in lieu of forming, but he will be responsible for providing a stable base for the machine. 6. CONCRETE A. Concrete for curbing shall be class I, per Section 347 of the FDOT standard specifications, and shall have a minimum compressive strength of 2500 psi at 28 days. Concrete placed with the curb machine shall have zero slumps. B. PLACEMENT OF CONCRETE 1. Concrete shall be placed to eliminate honeycombing. The concrete shall be compacted by hand with wood floats and spades worked along the forms and expansion joints for the full depth. All compacting shall be performed while the concrete is in a plastic state and to such extent as will insure a dense mass with even and uniform surface free from segregation, aggregate pockets or honeycomb. Spacer blocks previously placed between and below the tops of the curb forms shall be removed immediately prior to their being buried by the concrete pour. 2. Concrete shall not be placed during rain, when the threat of rain is eminent, or when there is standing water between forms. If, however, the concrete has been cast and an unexpected rain shower passes over the site before the concrete has had sufficient time to set, the Contractor shall adequately protect it from water damage. Repair or removal and replacement of the concrete curb because of water damage will be at the Contractor's expense. 7. EXPANSION AND CONTRACTION JOINTS A. All expansion joints shall be 1/2 inch thick remolded asphalt impregnated felt strips or approved equal placed on 500 foot centers and at end of runs. In addition, expansion joints shall be placed at the points of curvature and tangency of all curves, at all inlets, and at other points indicated on the plans. Each joint shall be set plumb, and the top flush with the finished concrete surface. The joint will extend to the depth of the curb and shall be as wide as the curb. B. Curbs shall have contraction joints, preferably tooled, at approximately 10-foot intervals. No contraction joint should be less than 4 feet from an end or expansion joint. Each joint shall be between 1/4 and 1/2 inch deep. Saw cut joints are not desired, but if some must be cut, the cut must be made after the 02308-2 concrete has set sufficiently to prevent raveling and before shrinkage cracks begin to develop. 8. REPLACEMENT OF CURB A. Curbing which is 3/8 inch or more below plan grade, has extensive honeycomb or other irregularities or defects, or has irregularities in excess of'/4" when tested with a 10 ft straight edge, shall be removed and replaced at the Contractor's expense. Plastering will not be acceptable to bring the curb to grade or to repair extensive honeycomb. 9. BACKFILL A. After the concrete has set sufficiently, but not more than three days after pouring, the spaces in front and back of the curb shall be refilled to the required elevation with the specified materials. It shall be placed in layers not to exceed 6 inches in thickness and compacted to the specified densities. B. Rock base shall not be placed against the curb in less than three days after it was poured. 02308-3 SECTION 02309 STREET SIGNS -Bid Item No. 700-1-11-Single Post Sign, F&I Ground Mount up to 12SF- Per Each Assembly 1. DESCRIPTION A. Work under this heading consists of furnishing and installing street signs and traffic control signs. B. The signs shall conform to the requirements of the construction shall conform to the provisions of Florida D.O.T. Standard Specifications for Road and Bridge Construction- Section 700, Federal Highway Administrations Manual on Uniform Traffic Control Devices, Supplemental Specifications, IRC Roadway and Traffic Design Standards, a n d manufacturer's specifications. C. The location of the signs shall be subject to the approval of the engineer. D. Existing Traffic Signs: All existing signs which are the property of the Owner shall be transported to the Indian River County (or C O V B as applicable) Road and Bridge Maintenance Yard by the Contractor during construction if they are within the construction limits. Care shall be exercised by the Contractor during removal, storage and relocation so as not to damage the signs. If any damage occurs, as determined by the Owner's Engineer or Resident Construction Inspector, the sign shall be replaced by the Contractor with no compensation. E. Measurement and Payment - The scope of work for "Street Signs" shall include (within the unit price bid, per EA sign assembly installed) the cost of all labor, tools, and equipment necessary to provide roadside traffic signs or other specialty signs of each designated type, complete, furnished and installed, and shall include: all materials to complete the signs in accordance with the details shown in the plans; including sign panels complete with sheeting, painting and message; sign posts and supports; footings, excavations, etc and all incidentals necessary for the'completed and accepted item. The total sign panel area per each assembly is less than or equal to 12 SF, but each assembly may include up to three (3) sign panels per post, as depicted on the drawings. 2. REFERENCES A. Section numbers and article numbers specified are those contained in the latest edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction", and may also be referenced herein as: -F.D.O.T. Standard Specifications -Florida D.O.T Standard Specifications -Standard Specifications 02309-1 SECTION 02311 ROADWAY TRAFFIC STRIPES AND PAVEMENT MARKINGS -Bid Item No. N.A.— Reflective Pavement markings - Include in below bid item costs. -Bid Item No. 710-11 Painted Pavement Markings Lump Sum -Bid Item No. 711-11 Thermoplastic Pavement Markings Lump Sum 1. DESCRIPTION A. Work under this heading consists of applying traffic stripes, pavement markings and reflective pavement markers (RPM'S). All roads and parking areas shall have stripes, pavement markings and RPM's placed in accordance with the manual of uniform traffic control devices, and the drawings and typical details in the plans. Unless otherwise noted, construction shall conform to the provisions of Florida D.O.T. Standard Specifications for Road and Bridge Construction- Section 706, 710, and 711 latest editions. B. The scope of work for "ROADWAY TRAFFIC STRIPES AND PAVEMENT MARKINGS" shall include (within the unit price bid, per lump sum as designated on the bid form) the cost of all labor, tools, and equipment necessary to install all solid or skip stripes (painted or thermo as designated on the plans) applied to the pavement surface; and for all directional arrow or pavement message applied to the pavement surface (painted or thermo as designated on the plans), and shall include: all cleaning and preparing of surfaces, furnishing all materials, application, curing and protection of all items, protection and maintenance of traffic, furnishing all tools, machines and equipment, and all incidentals necessary to complete the work. The bid items and contract unit prices for traffic stripes and pavement markings shall include the furnishing and installing of both temporary work zone stripes and pavement markings and final/permanent stripes and pavement markings. There will not be separate quantities or payment items for temporary and final stripes and pavement markings. Where designated in the specifications, plans or plan details, raised retro reflective pavement markers (R.P.M.'s) shall be placed on roads, driveways, medians, etc. There will be no pay item for R.P.M.'s. The unit price for traffic stripes and pavement markings shall include all materials and labor to furnish and install reflective pavement markings (R.P.M.'s) 3. REFERENCES A. Section numbers and article numbers specified are those contained in the latest edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction" and may also be referenced herein as: -F.D.O.T. Standard Specifications, or -Florida D.O.T Standard Specifications, or 02311-1 -Standard Specifications 2. TRAFFIC PAVEMENT STRIPES AND MARKINGS A. Thermoplastic traffic stripes and markings shall be used for all work within THE PUBLIC Right-of-Ways, and at on-site locations at all crosswalks, and at stop bars, and yellow centerline stripe (40ft) on driveways adjacent and connecting to the public road Right-of-Way, and other on-site locations where designated on the plans. B. Thennoplastic traffic stripes and markings shall be installed in accordance with Section 711 of the Florida D.O.T. Specifications for Road and Bridge Construction, latest Edition, and any other applicable D.O.T. Regulations or specifications. C. No thermoplastic traffic stripes or markings shall be applied until five (5) days minimum after the final asphalt has been laid down. 3. INTERIOR ROADWAY AND PARKING LOT PAINTING A. GENERAL 1. Work under this heading consists of painting on-site parking spaces, road centerline stripes, roadway edge stripes, stop bars, handicap parking identifications, and directional markings where indicated on the Plans. (Provide thermo on-site per above specifications - paragraph 2. - and as designated on the plans.) Painting of traffic stripes and markings shall be installed in accordance with Section 710 of the FDOT Standard Specifications, and the plans and the specifications herein. B. WHITE TRAFFIC PAINT 1. White traffic paint shall conform to the requirements of the Florida D.O.T. Standard Specifications for Road and Bridge Construction, latest edition, Section 971-1 and 971-19, formulated and manufactured from first grade materials and free from defects and imperfections that may adversely affect the finished product. C. YELLOW TRAFFIC PAINT 1. Yellow traffic paint shall conform to requirements of the Florida D.O.T. Standard Specifications for Road and Bride Construction, latest edition, Section 971-1 and 971-19, formulated and manufactured from first grade materials and free from defects and imperfections that may adversely affect-the finished product. D. GLASS BEADS 02311-2 I. The stripe along the edge of the roads shall have durable reflective glass spheres applied at the rate of six pounds per gallon of paint while the paint is still tacky enough for them to adhere at that rate. E. APPLICATION OF PAINT 1. The paint stripes shall be a uniform width (width per plan.) and be applied at the wet film rate of 15 Mils, exclusive of the glass spheres. The road edge stripe shall be applied with the outside edge of the stripe at a uniform 4 - 6 inches from the edge of the finished pavement. Prior to applying the paint the location of parking spaces, centerline and edge stripe shall be adequately marked with chalk, tacks or other suitable means. The equipment used to apply the paint shall be capable of uniformly applying the paint at the specified thickness without thinning and with well-defined edges. The surface must be dry when the paint is applied. 2. Paint spills, alignment errors, application defects, etc. shall be removed by sand blasting or any other means which will remove the paint without harming the pavement. 3. No paint shall be applied to the asphalt until three weeks after the asphalt has been laid down. 4. TEMPORARY TRAFFIC STRIPPING AND MARKING A. When required by the Engineer or other agencies, temporary traffic striping and marking shall be applied as soon as practical after the asphalt has been laid. B. Until the temporary traffic striping and marking is applied, the Contractor shall maintain safety along the road improvements using warning signs, traffic cones, emergency lights and other equipment as necessary. 5. REFLECTIVE PAVEMENT MARKERS A. Place raised retro reflective pavement markers (RPM's) and adhesive, in accordance with Section 706 of the FDOT Standard Specifications, which upon installation, produces a positive guidance system to supplement other reflective pavement markings. B. Markers shall be class "B" and meet the requirements of section 970 of the FDOT Standard Specifications. C. Apply markers with an epoxy only on a clean bonding surface. D. RPM's shall be placed on all public roads, and when indicated on the plans, private roads and driveways, in accordance with the details depicted on the plans, which include: -Along the centerline, lane lines; and edge lines colorings, spacing, and placement per drawings details. -Edge and "nose" of medians, channelized islands, striped gores, and all 02311-3 other locations necessary, as indicated on the drawings and details. -Adjacent to fire hydrant placement, per the local utility department specifications for color and placement. E. Unless otherwise designated in the Bid Form, the cost of R.P.M.'s shall be included in the contract unit prices for the various traffic stripes listed in the Bid Form. 02311-4 SECTION 02361 -TERMITE CONTROL -Bid Item No. N.A.—Termite Control - Include in lump sum bid item for Primary building Structure. PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Soil treatment with termiticide. 2. Wood treatment with borate. 3. Bait-station system. 4. Metal mesh barrier system. B. Related Sections include the following: 1. Division 6 Section 06100 "Rough Carpentry" for wood preservative treatment by pressure process. 1.3 PERFORMANCE REQUIREMENTS A. Service Life of Soil Treatment: Soil treatment by use of a termiticide that is effective for not less than five years against infestation of subterranean termites. 1.4 SUBMITTALS A. Product Data: For termiticide borate bait-station system. 1. Include the EPA-Registered Label for termiticide and borate products. B. Product Certificates. For termite control products, signed by product manufacturer. C. Qualification Data: For Installer of termite control products. D. Soil Treatment Application Report: After application of termiticide is completed, submit report for Owner's record information, including the following: 1. Date and time of application. 2. Moisture content of soil before application. TERMITE CONTROL 02361 - 1 3. Brand name and manufacturer of termiticide. 4. Quantity of undiluted termiticide used. 5. Dilutions,methods,volumes, and rates of application used. 6. Areas of application. 7. Water source for application. E. Wood Treatment Application Report: After application of borate is completed, submit report for Owner's record information, including the following: 1. Date and time of application. 2. Brand name and manufacturer of borate. 3. Quantity of undiluted borate used. 4. Dilutions,methods,volumes, and rates of application used. 5. Areas of application. F. Bait-Station System Application Report: After installation of bait-station system is completed, submit report for Owner's records information, including the following: 1. Location of areas and sites conducive to termite feeding and activity. 2. Plan drawing showing number and locations of monitoring stations and bait stations. 3. Dated report for each monitoring and inspection occurrence indicating level of termite activity,procedure, and treatment applied before time of Substantial Completion. 4. Brand name and manufacturer of termiticide. 5. Quantities of termite bait used. 6. Schedule of inspections for one year from date of Substantial Completion. G. Warranty: Special warranty specified in this Section. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A specialist who is licensed according to regulations of authorities having jurisdiction to apply termite control treatment and products in jurisdiction where Project is located,and who employs workers trained and approved by bait-station system manufacturer to install manufacturer's products. B. Regulatory Requirements: Formulate and apply termiticides according to the EPA-Registered Label. C. Source Limitations: Obtain termite control products through one source. D. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination" to schedule application of termiticide products. 1.6 FGBC Submittals: A. Certificate for Credit Category Category 6: Disaster Mitigation. Certificates for Credit Category 4.1: Termite Prevention: Treat Soil. Seal slab penetrations. All plants, Turf and irrigation lines minimum T from building. Treated lumber either borate or ACQ. TERMITE CONTROL 02361 -2 1.7 PROJECT CONDITIONS A. Environmental Limitations: To ensure penetration, do not treat soil that is water saturated or frozen. Do not treat soil while precipitation is occurring. Comply with requirements of the EPA-Registered Label and requirements of authorities having jurisdiction. 1.8 COORDINATION A. Coordinate soil treatment application with excavating, filling, grading, and concreting operations. Treat soil under footings, grade beams, and ground-supported slabs before construction. B. Apply borate treatment after framing, sheathing, and exterior weather protection is completed but before electrical and mechanical systems are installed. C. Install bait-station monitoring system during construction to determine areas of termite activity. D. Install bait-station system after construction, including landscaping, is completed. 1.9 WARRANTY A. Special Warranty: Manufacturer's standard form, signed by Applicator and Contractor certifying that termite control work, consisting of applied soil termiticide treatment, will prevent infestation of subterranean termites If subterranean termite activity or damage is discovered during warranty period, re-treat soil and repair or replace damage caused by termite infestation. 1. Warranty Period: Five years from date of Substantial Completion. 2. Surety Bond: Gaurantee shall be insured by a surety bond made out to the owner: Liability under the bond shall be for up to $ 75,000 00 1.10 MAINTENANCE SERVICE A. Continuing Service: Beginning at Substantial Completion, provide 12 months continuing service including monitoring, inspection, and re-treatment for occurrences of termite activity. Provide a standard continuing service agreement. State services, obligations, conditions, and terms for agreement period; and terms for future renewal options. 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: TERMITE CONTROL 02361 -3 1. Termiticides: a. Aventis Environmental Science USA LP; Termidor. b. Bayer Corporation; Premise 75. C. Dow AgroSciences LLC;Dursban TC Equity. d. FMC Corporation,Agricultural Products Group; Talstar Prevail FT Torpedo. e. Syngenta; Demon TC. 2. Borates: a. Nisus Corp.; Bora-Care,Jecta. b. NovaGuard Technologies,Inc.;Armor-Guard, Shell-Guard. C. U.S. Borax Inc.; Tim-Bor. 3. Bait-Station Systems: a. Dow AgroSciences LLC; Sentricon System. b. Ensystex,Inc.; Exterra Quarterra System. C. FMC Corporation,Agricultural Products Group; First Line Systems. 2.2 SOIL TREATMENT A. Termiticide: Provide an EPA-registered termiticide complying with requirements of authorities having jurisdiction, in an aqueous solution formulated to prevent termite infestation. Provide quantity required for application at the label volume and rate for the maximum termiticide concentration allowed for each specific use, according to product's EPA-Registered Label. 2.3 WOOD TREATMENT A. Borate: Provide an EPA-registered borate complying with requirements of authorities having jurisdiction, in an aqueous solution for spray application and a gel solution for pressure injection, formulated to prevent termite infestation in wood. Provide quantity required for application at the label volume and rate for the maximum diffusible borate concentration allowed for each specific use, according to product's EPA-Registered Label. 2.4 BAIT-STATION SYSTEM A. Provide bait stations and monitoring stations based on the dimensions of building perimeter indicated on Drawings, according to manufacturer's EPA-Registered Label for product, manufacturer's written instructions,and the following: 1. Not less than 1 station per 20 linear feet(6.1 linear meters). 2. Not less than I cluster of stations per 20 linear feet (6.1 linear meters), consisting of not less than 3 stations per cluster. TERMITE CONTROL 02361 -4 2.5 METAL MESH BARRIER SYSTEM A. Product: Subject to compliance with requirements, provide "TERMI-MESH" by TERMI- MESH, Inc. B. Stainless-Steel Mesh: 0.025-by-0.018-inch (0 64-by-0.45-mm) mesh of 0.08-inch- (2.0-mm-) diameter, stainless-steel wire, Type 316. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Applicator present, for compliance with requirements for moisture content of soil, interfaces with earthwork, slab and foundation work, landscaping, and other conditions affecting performance of termite control. 1. Proceed with application only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. General: Comply with the most stringent requirements of authorities having jurisdiction and with manufacturer's written instructions for preparation before beginning application of termite control treatment. Remove all extraneous sources of wood cellulose and other edible materials such as wood debris, tree stumps and roots, stakes, formwork, and construction waste wood from soil within and around foundations. B. Soil Treatment Preparation: Remove foreign matter and impermeable soil materials that could decrease treatment effectiveness on areas to be treated. Loosen, rake, and level soil to be treated except previously compacted areas under slabs and footings. Termiticides may be applied before placing compacted fill under slabs if recommended in writing by termiticide manufacturer. 1. Fit filling hose connected to water source at the site with a backflow preventer, complying with requirements of authorities having jurisdiction. 3.3 APPLICATION, GENERAL A. General: Comply with the most stringent requirements of authorities having jurisdiction and with manufacturer's EPA-Registered Label for products. 3.4 APPLYING SOIL TREATMENT A. Application: Mix soil treatment termiticide solution to a uniform consistency. Provide quantity required for application at the label volume and rate for the maximum specified concentration of termiticide, according to manufacturer's EPA-Registered Label, to the following so that a continuous horizontal and vertical termiticidal barrier or treated zone is established around and under building construction. Distribute treatment evenly. TERMITE CONTROL 02361 - 5 1. Slabs-on-Grade and Basement Slabs: Under ground-supported slab construction, including footings, building slabs, and attached slabs as an overall treatment. Treat soil materials before concrete footings and slabs are placed. 2. Foundations: Adjacent soil including soil along the entire inside perimeter of foundation walls, along both sides of interior partition walls, around plumbing pipes and electric conduit penetrating the slab, and around interior column footers, piers, and chimney bases; also along the entire outside perimeter, from grade to bottom of footing. Avoid soil washout around footings. 3. Crawlspaces: Soil under and adjacent to foundations as previously indicated. Treat adjacent areas including around entrance platform, porches, and equipment bases. Apply overall treatment only where attached concrete platform and porches are on fill or ground. 4. Masonry: Treat voids. 5. Penetrations: At expansion joints, control joints, and areas where slabs will be penetrated. B. Avoid disturbance of treated soil after application. Keep off treated areas until completely dry. C. Protect termiticide solution, dispersed in treated soils and fills, from being diluted until ground- supported slabs are installed. Use waterproof barrier according to EPA-Registered Label instructions. D. Post warning signs in areas of application. E. Reapply soil treatment solution to areas disturbed by subsequent excavation, grading, landscaping, or other construction activities following application. 3.5 APPLYING BORATE TREATMENT A. Application: Mix wood treatment borate solution to a uniform consistency. Provide quantity required for application at the label volume and rate for the maximum specified concentration of borate, according to manufacturer's EPA-Registered Label, so that wood framing, sheathing, siding, and structural members subject to infestation receive treatment. 1. Framing and Sheathing: Apply borate solution by spray to bare wood for complete coverage. 2. Wood Members Thicker Than 4 Inches (100 mm): Inject borate gel solution under pressure into holes of size and spacing required by manufacturer for treatment. 3. Exterior Uncoated Wood Trim and Siding: Apply borate solution to bare wood siding. After 48 hours, apply a seal coat of as specified in Division 9 painting Sections. 3.6 INSTALLING BAIT-STATION SYSTEMS A. Place bait stations and, if applicable, monitoring stations, according to the EPA-Registered Label for the product and manufacturer's written instructions, in areas that are conducive to termite feeding and activity, as follows: 1. Conducive sites and locations indicated on Drawings. 2. In and around infested trees and stumps. TERMITE CONTROL 02361 -6 3. In mulch beds. 4. Where wood directly contacts soil. 5. Areas of high soil moisture. 6. Near irrigation sprinkler heads. 7. Each area where roof drainage system, including downspouts and scuppers, drains to soil. 8. Along driplines of roof overhangs without gutters. 9. Where condensate lines from mechanical equipment drip or drain to soil. 10. At plumbing penetrations through ground-supported slabs 11. Other sites and locations as determined by licensed Installer. B. Inspect and service stations from time of their application until completion of time period established by continuing service agreement, according to the EPA-Registered Label for product and manufacturer's written instructions for termite management system and bait products 1. Service Frequency: Inspect monitoring stations no fewer than once every three months. 3.7 INSTALLING METAL MESH BARRIER SYSTEM A. Metal Mesh Barrier: Place metal mesh barrier where indicated to provide a continuous barrier to entry of subterranean termites. 1. Fit mesh tightly around pipe or other penetrations, and terminate at slab and foundation perimeters. 2. Install mesh under the perimeter of concrete slab edges and joints after vapor barrier and reinforcing steel are in place, and comply with manufacturer's written installation methods. END OF SECTION 02361 TERMITE CONTROL 02361 - 7 SECTION 02401 DRAINAGE PIPE -Bid Item No. 430-175-112- Reinforced Concrete Pipe (12") includes #4 course aggregate and filter fabric-Per Linear Foot -Bid Item No. 430-175-115- Reinforced Concrete Pipe (15") includes #4 course aggregate and filter fabric-Per Linear Foot -Bid Item No. 430-175-118 - Reinforced Concrete Pipe (18") includes #4 course aggregate and filter fabric —Per Linear Foot -Bid Item No 430-175-124 - Reinforced Concrete Pipe (24") includes #4 course aggregate and filter fabric —Per Linear Foot -Bid Item No. 430-175-124A -Advance Drainage System (ADS) (24") includes #4 course aggregate and filter fabric-Per Linear Foot -Bid Item No. 430-175-106P — Polyvinyl chloride (PVC) pipe - (6") -Per Linear Foot -Bid Item No. 430-175-108P — Polyvinyl chloride (PVC) pipe - (8") -Per Linear Foot -Bid Item No. 430-98-12 Mitered End Section, Optional Round, 12" SD-Per Each -Bid Item No. 430-98-15 Mitered End Section, Optional Round, 15" SD-Per Each 1. GENERAL A. The Contractor shall furnish and install drainage pipes of the size and type and at the invert elevations shown on the Drawings, in accordance with Section 430, F.D.O.T. Standard Specifications. B. The scope of work for "Drainage Pipe" shall include (within the unit price bid, per LF) the cost of all labor, tools, and equipment necessary to install as measured in (FT.), along the centerline of the pipe installed, measured from the inside wall of the structures, or to the outside edge of end walls, mitered ends, etc, and shall include: The construction of joints and connections to existing pipes, catch basins, inlets, manholes,walls, etc; pipe gaskets, filter fabric wrap, bands, couplers, concrete jackets; clearing and grubbing, excavation, dewatering, backfilling, compaction, disposal of surplus material; testing densities and water tightness; restoration to pre- construction conditions; and all incidentals to furnish and install the drainage pipe. When existing pipe is removed and replaced with new pipe at the approximate same location, the cost of excavating, removal and disposal of the old pipe and the cost to furnish and operate bi-pass pumps when necessary, will be included in the unit price for the new pipe unless designated specifically to be paid for under other items. C. The scope of work for the drainage pipe — "Pipe End treatments" shall include (within the unit price bid, per EA in stalled) the cost of all labor, tools, and equipment necessary to install the Pipe End Treatments, including Rip Rap,M.E.S., and End walls: the quantity to be paid for shall be for the number of each (EA) end treatment of 02401-1 each designated type and size. The size of each designated type shall be specified in the plans and bid form by its associated pipe diameter and no. of pipes. The measurement shall include clear and grubbing, excavation, dewatering, backfilling and compaction; grates, fasteners, reinforcing, connectors, anchors, concrete, sealants; bedding stone; sand cement and sacks or rubble (rip-rap) ; mitered pipe section (M.E.S.); concrete foundations (end walls); and all incidentals to furnish and install pipe end treatments. REFERENCES A. Section numbers and article numbers specified are those contained in the latest edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction", and may also be referenced herein as: -F.D.O.T. Standard Specifications, or -Florida D.O.T Standard Specifications, or -Standard Specifications 2. MATERIALS A. Corrugated Steel Pipe - Where shown on the Drawings as "CMP", the drainage pipe and required coupling bands with rubber or neoprene gaskets shall be corrugated galvanized steel and shall conform to the requirements of Section 943 of the FDOT Specifications. Unless specified otherwise, all corrugated steel pipe shall have a bituminous coating. All joints shall be sand tight (watertight to 2 psi). B. Corrugated Aluminum Pipe - Where shown on the Drawings as "Aluminum CMP". or "CAP", the drainage pipe and required coupling bands with rubber or neoprene gaskets shall be corrugated aluminum and shall conform to the requirements of Section 945 of the FDOT Specifications. All joints shall be sand tight(watertight to 2 psi). C. Concrete Pipe - Where shown on the Drawings as RCP, the drainage pipes shall meet the requirements of ASTM C76-70 (Class III) and Sections 449 and 942 of the FDOT Specifications, unless otherwise noted. All joints shall have rubber gaskets and shall be sand tight (watertight to 2 psi). D. PVC PIPE - Where shown on the Drawings as PVC, the drainage pipe and fittings shall be Sch.40, (up to 2 ''/z") or sch 80 (up to 4") or A.W.W.A. C900- 75, DR18 (larger than 4") Polyvinyl Chloride, and shall conform to the requirements of Section 948-1.2 of the FDOT Specifications, unless otherwise noted. PVC pipe may be sch 40 up to 8" where located in landscape area not subject to traffic loading conditions. E. Bituminous Pipe Coating - Where shown on the Drawings as Asphalt Coated, metal pipe, "ACCMP", the pipe and fittings shall be bituminous coated inside and out in conformance with Section 943-5 of the FDOT Specifications. 02401-2 F. A.D.S. Pipe- Where shown on the drawings as A.D.S., the drainage pipe and fittings shall be corrugated polyethylene pipe, ADS N-12 or equal, conforming to AASHTO M 294 and conforming to Section 948-2.3 of the FDOT Standard Specifications. All joints shall have rubber gaskets installed, and shall be sandtight(watertight to 2 psi.) G. Filter Cloth - Furnish and install a filter fabric jacket at all pipe joints and the pipe/structure joints per Section 430-4 FDOT Standard Specifications. H. Mitered End Sections - Mitered end sections shall be constructed in accordance with the applicable D.O.T. Road Design Standard Index (No. 272, 273 or 274) called for on the Drawings. I. Flared End Sections - Flared end sections shall be constructed in accordance with the applicable D.O.T. Road Design Standard Index (No. 270) called for on the Drawings. 3. RELATED REQUIREMENTS In other parts of the contract documents and specifications, requirements related to this work include (but are not limited to.): -Section 02402- Drainage Structures -Section 02403- Installation of Drainage Pipe and Structures 02401-3 SECTION 02402 DRAINAGE STRUCTURES -Bid Item No. 425-1-200-Inlets, Curb, Type 9, <10'-Per Each -Bid Item No. 425-1-201 -Inlets, Curb, Type 10, <10'-Per Each -Bid Item No. 425-1-521 -Inlets, Ditch Bottom,Type "C", <10'-Per Each -Bid Item No. 425-1-551 -Inlets, Ditch Bottom,Type"E", <10'-Per Each -Bid Item No. 425-1-900- Inlets, Special (Yard drain) - Per Each -Bid Item No. 425-2-091 — Drainage Manhole-Per Each 1. GENERAL A. Under this item, the Contractor shall build and/or install new catch basins, manholes, drop holes, drop inlets,junction boxes, leaching basins and the like of the types and at the locations shown on the Drawings, in accordance with Section 425, and applicable portions of sections 400, 415, 449, 450 F.D.O.T. Standard Specifications. B. Measurement and Payment- The scope of work for "Drainage Structures" shall include (within the unit price bid, per EA) the cost of all labor, tools, and equipment necessary to install each (EA) structure of each designated type completed and accepted, and the number of each (EA) of structure adjusted (where listed on the bid form), and shall include: clear and grubbing, excavation, dewatering, backfilling, compaction, disposal of surplus material, testing; furnishing and placing of gratings, frames, covers, baffles,weirs, and other necessary fittings; and all incidentals to furnish and install the structures. A separate quantity and pay item will not not be included for adjusting existing valve boxes, meter or utility boxes, manhole or inlet tops, etc, necessary for minor grade changes (±3 inches). This work shall be included in the contract unit price(s) for roadway, sidewalk, pavement and parking area construction. 2. REFERENCES Section numbers and article numbers specified are those contained in the latest edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction", and may also be referenced herein as: -F.D.O.T. Standard Specifications, or -Florida D.O.T Standard Specifications, or -Standard Specifications 3. MATERIALS A. The structures shall be constructed in accordance with Section 425 of the FDOT Standard specifications (materials per 425-3.1); The concrete used in the 02402-1 construction of these structures shall comply with Section 346 "Portland Cement Concrete" (Type II, Class II) with a min. 28 day compressive strength of 4000 psi; and steel shall comply with, Section 415 of the FDOT Standard Specifications, 'Reinforcing Steel" ASTM A615-72 (Grade 40), and shall be handled and placed in accordance with ACI 318-71 4. CONSTRUCTION DETAILS A. Construction of the structures shall conform to the details as shown on the Drawings and, unless otherwise specified, shall conform with Section 425 "Inlet, Manholes, and Junction Boxes" of the FDOT Standard Specifications. Required minimum compaction of backfill adjacent to structures shall be 95 percent of maximum density (AASHTO T- 180) within landscape areas, and 100 percent of maximum density (AASHTO T-180) in areas of paving or curbing. B. Excavate, set and backfill structures in the dry, providing dewatering equipment and methods necessary. C. The Contractor shall submit shop drawings for review and approval by the engineer on all precast structures prior to granting fabrication approval. 5. GRATES,FRAMES, AND COVERS A. Grate, frame and cover castings shall be of uniform quality and free from blowholes, porosity, hard spots, shrinkage, cracks or other injurious defects. They shall be smooth and well cleaned by shot blasting and, unless otherwise specified, shall be covered with a smooth coating of coal tar pitch varnish of a type which will be tough, tenacious, and, resilient throughout the range of expected service temperatures. B. Material used in the manufacture of the castings shall conform to ASTM Specifications A-48 Class 30 Iron or to United States Government Specifications QQI-652, (latest revision) for gray iron castings. C. All castings shall be manufactured true to pattern and with a close fit of component parts. Frames and covers in roadway and traffic areas shall be of non-rocking design or shall have machined bearing surfaces so that fitting parts will not rattle or rock under traffic. D. All grates, frames and covers located within road right-of- way or traffic areas shall be capable of withstanding the AASHTO H-20 vertical, dynamic wheel load. 6. TESTING A. The contractor shall arrange to have sufficient soil tests made by an independent testing laboratory to demonstrate confonnance with these specifications. Generally, in place density tests shall be performed on one side of each structure 02402-2 (side designated by the engineer) for each 12 inch lift, and in the stabilized subgrade adjacent to the structure (in paved areas). 7. RELATED REQUIREMENTS In other parts of the contract documents and specifications, requirements related to this work include (but are not limited to.): -Section 02401- Drainage Pipe -Section 02403- Installation of Drainage Pipe and Structures 02402-3 SECTION 02403 INSTALLATION OF DRAINAGE PIPE AND STRUCTURES Bid Item No. N.A.— Include in other related bid item costs. 1. SCOPE A. This section covers the handling of materials and the work required to install, construct and join piping, fittings, and appurtenances for a complete drainage system as shown on the Drawings and specified herein. B. The scope of work for "Installation of Drainage Pipe and Structures" shall not have a separate pay item. The cost for the work shall be included in the similar items of work, including the cost for "Drainage Pipe" and "Drainage Structures". 2. REFERENCES Section numbers and article numbers specified are those contained in the latest edition of the "Florida Department of Transportation Standard Specifications for Road and Bridge Construction", and may also be referenced herein as: -F.D.O.T. Standard Specifications, or -Florida D.O.T Standard Specifications, or -Standard Specifications 3. GENERAL REQUIREMENTS A. All work shall be proved to be in first class condition and constructed properly in accordance with the Drawings and Specifications. All defects and leaks disclosed by required testing shall be remedied. All tests shall be performed by the Contractor and observed by the Engineer. B. All pipe and structures shall be installed on dry, firm bedding. The free-water surface shall be lowered to at least 12 inches below the bedding surface prior to placing pipe or structures and shall be maintained at that depth throughout bedding, haunching, and initial backfilling of the work. During subsequent backfilling, the water level shall be kept sufficiently below the working surface to allow compaction of backfill to the required density, and until required density tests have been performed. C. Temporary supports shall be installed for adequate protection and maintenance of all underground and surface structures, water lines, drains, and other obstructions encountered in the progress of the work. Any structures which may have been disturbed shall be restored upon completion of the work. D. Blasting shall not be permitted except by written approval of the Engineer. 02403-1 E. Trenching and subsequent backfilling within the general construction site shall be accomplished as expeditiously as possible in order to prevent trench decay and maintain a clear operational area. F. Prior to any excavation or trenching outside the designated limits of the work site, the Contractor shall secure the necessary permits and/or authorization from the applicable Owner, or confirm that such has been previously obtained. The stipulations of said permit or authorization shall be completely followed and, prior to construction operations, notice shall be provided to the appropriate Owner and Engineer. G. All work shall be installed in accordance with these specifications, the applicable sections of the FDOT specifications, manufacturers recommendations and the Drawings. 4. HANDLING MATERIALS A. Pipe, fittings, and accessories shall be loaded and unloaded by hand or skidding so as to avoid shock or damage. Under no circumstances shall such materials be dropped. Pipe handled on skidways shall not be skidded or rolled against pipe already on the ground. B. In distributing the material at the site of the work, each piece shall be unloaded opposite or near the place where it is to be laid in the trench. 5. ALIGNMENT, GRADE,AND COVER FOR BURIED PIPING SYSTEMS A. Pipe shall be laid and maintained to the required lines, depths, and grades. B. Wherever obstructions not indicated on the Drawings are encountered during the progress of the work and interfere to such an extent that an alteration in the Drawings is required, the Engineer will order a deviation from the line and grade or arrange with the owners of the structures for the removal, relocation, or reconstruction of the obstructions. C. The maximum permissible deflection for pipe and fittings shall be as recommended by the manufacturer. D. Installation of drainage pipe less than 18" diameter in runs of 100 feet or greater, or as required by the Engineer, shall be controlled by use of a laser to maintain proper grade. The Contractor shall also be responsible for verifying elevations of the pipe, as indicated on the Drawings, at sufficient points during progress of the work to identify discrepancies between actual and plan elevations due to laser misalignment, equipment error, etc., and to correct the work as required to conform to the Drawings. 6. PIPE TRENCH EXCAVATION A. TRENCH DIMENSIONS 02403-2 1. The minimum width of the trench shall be equal to the outside diameter of the pipe at the joint plus 8 inches for unsheeted trenches, or 12 inches for sheeted trench, and the maximum width of trench, measured at the top of the pipe, shall not exceed the nominal pipe diameter plus two feet, unless otherwise shown on the Drawing details or approved by the Engineer. Trench walls shall be vertical from the bottom of the trench to a line measured one foot above the top of the pipe. From one foot above the top of the pipe to the surface, the trench walls shall be as nearly vertical as soil conditions will permit, unless otherwise detailed on the Drawings. Spaces for joints, fittings, manholes and other structures shall be maintained unless otherwise approved by the Engineer, or alternate methods are detailed on the Drawings. Should the specified maximum width of trench be exceeded, the pipe shall be adequately reinforced as directed by the Engineer, at the Contractor's expense. 2. Trench grade for pipe or structures not requiring special bedding material shall be defined as the grade of the bottom surface of the utility or structure to be constructed or placed within the trench. Such shaping of the trench bottom, as may be required to provide suitable bedding, shall be considered to be a part of this work. Trench grade in non-cushioning material shall be defined as 6 inches below the outside of the bottom of the utility, which 6 inches shall be backfilled with suitable bedding material. Unauthorized excavation below trench grade shall be backfilled to trench grade and suitably compacted by the Contractor without additional cost to the Owner. Final trimming and grading of trench bottom shall be done manually. 7. BACKFILL AND BEDDING MATERIALS A. Type 1 - Type 1 material shall be either well-graded crushed stone or crushed gravel meeting the requirements of ASTM Designation C33-71a, Gradation 67 (3/4 inch to No. 4 Sieve) or air cooled blast furnace slag along or in combination with crushed stone and/or crushed gravel conforming to ASTM Designation C33-71a requirements. This material shall be used primarily for pipeline and manhole foundations. B. Type 2 - Type 2 material shall be unclassified material obtained from the Contractor's excavations and approved by the Engineer. The material shall be substantially free from wood, roots, humus, peat, muck, and other organic materials, and shall not contain clods, stones, masonry rubble, and the like, greater than 2 inches through the largest dimension. In general, the material shall consist of sand, loam, sandy- loam, clayey-sand, gravel, or crushed stone. C. Type 3 - Type 3 material shall be select granular material, free from organic matter, of such size and gradation that the desired compaction can be readily attained and shall meet the requirements for A3 material according to the 02403-3 Revised Bureau of Public Roads Classifications. Material from the Contractor's excavations may be used, if it meets the above requirements. Otherwise it must be imported. 8. BEDDING AND FOUNDATIONS A. CLASS A (CONCRETE CRADLE OR CONCRETE ARCH BEDDING) 1. This class of bedding shall be used only where specifically shown in the Drawings or directed by the Engineer. If the use of a concrete cradle is required the pipe shall be bedded in a monolithic cradle of a 1,500 PSI concrete with a minimum thickness equal to 1/4 the outside pipe diameter or to a minimum of four inches under the barrel, whichever is greatest, and extending up to the sides of the pipe to a height equal to 1/2 of the outside pipe diameter. The cradle shall have an overall width equal to 1-1/4 of the outside diameter of the pipe or a minimum width equal to the outside diameter of the pipe plus eight inches, whichever is greater. 2. If a concrete arch is required, the pipe shall be embedded in carefully compacted Type 1 material having a minimum thickness equal to 1/4 the outside pipe diameter or to a minimum of four inches under the barrel, which ever is greater, and extending up the sides for a height equal to 1/2 of the outside pipe diameter. The top half of the pipe shall be covered with a monolithic Class C concrete arch having a minimum thickness equal to 1/4 the outside diameter of the pipe or a minimum of four inches over the crown of the pipe, whichever is greater, and extending down the sides for a depth equal to 1/2 of the outside pipe diameter. The arch shall have an over all width equal to 1 1/4 of the outside diameter of the pipe or a minimum width equal to the outside diameter of the pipe plus eight inches, whichever is greater. B. CLASS B (FIRST-CLASS BEDDING) 1. Where Class B Bedding is required, the trench shall be excavated below the planned bottom of the pipe to a depth equal to 1/4 the nominal diameter of the pipe, or 6 inches, whichever is greater. The over excavated depth shall be backfilled using either Type 1 or Type 3 materials carefully compacted and shaped using hand tools so as to provide a uniform support for the lower portion of the pipe barrel. Shaping under the pipe bells shall be so that the bell does not support the pipe and joints can be made without bedding material interference. 2. At the option of the Contractor, Class B Bedding may be used in place of Class C (Ordinary Bedding) provided that the exercise of this option shall create no additional expense to the Owner. The Contractor shall notify the Engineer in writing of those portions of the project on which he proposes to exercise this option. C. CLASS C (ORDINARY BEDDING) 02403-4 I. The bottom of the trench shall be hand shaped to provide a firm bedding for the utility pipe. The utility shall be firmly bedded in undisturbed firm soil. The bedding shall be shaped so that the pipe will be in continuous contact therewith for its full length and shall provide a minimum- bottom segment for the pipe equal to 0.6 of the outside diameter of the barrel. Excavation under the bell shall be sufficient so that the bell does not support the pipe and the joint can be made without interference. D. UNSUITABLE BEDDING MATERIAL 1. Class C Bedding shall be used for all pipeline construction unless otherwise shown on the Drawings or unless unsuitable material is encountered at the bedding surface. In the event that the materials encountered at normal bottom of trench excavation are, in the judgment of the Engineer, unsuitable to act as foundation for the pipe, such material shall be excavated for the full width of the trench to the depth necessary to obtain a suitable foundation. The Engineer will notify the Contractor, in writing, of the necessity for and extent of the material to be removed and the Contractor shall remove such unsuitable material as soon as possible and backfill in accordance with the requirements for Class B Bedding. All unsuitable material shall be disposed of by the Contractor. 9. PIPE TRENCH BACKFILL A. INITIAL BACKFILL 1. Initial backfill shall be placed as soon as possible after laying the pipe and shall maintain a pace with the pipe laying so that no more than five pipe joints separate laying and backfilling operations. Initial back fill shall include all haunching and backfill from the top of the bedding to a compacted depth of twelve inches over the pipe. All haunching and backfilling shall be done in the dry. 2. Initial backfill shall be done as specified below: a. Haunching of the pipe shall be by hand placement and compaction of material in maximum 4 inch layers from the bottom of the trench to the springline of the pipe, taking care to fill all voids below and around the pipe. Backfilling shall be carefully continued in layers not exceeding 6 inches in thickness for the full trench width until the compacted fill is 12 inches above the top of the pipe. b. During initial backfilling the fill shall be deposited evenly along both sides of the pipe from a height not to exceed 2 feet above the top of pipe, and fill shall not be dropped directly on the 02403-5 unprotected pipe surface. C. Where thrust blocks, encasement, or other cast-in-place concrete items are below grade, no backfilling shall start until the specific items have been inspected and approved by the Engineer or his authorized representative. d. The backfill to one foot above the top of the utility shall be thoroughly compacted with curved end tamping bars under and on each side of the pipe and flat tamped between the pipe and trench wall and shall be completed before the remainder of the trench is backfilled. Initial backfill shall be compacted to 98 percent of maximum density as determined by AASHTO T-180. No subsequent backfill will be permitted until the initial backfill has been accepted by the Engineer or his authorized representative. B. SUBSEQUENT BACKFILL 1. Subsequent backfill is that backfill between the initial backfill and the finished ground level or bottom of subbase. 2. Subsequent backfill material shall be placed full trench width in horizontal layers not exceeding 12 inches loose depth and compacted by power-operated tampers, rollers, or vibratory equipment to a density equal to 98 percent of the maximum density as determined by AASHTO T-180 for pipe placed under and adjacent to roadways or paved surfaces, and 95 percent under areas where no pavement is to be constructed and vehicular traffic is not to pass over the pipe. Each layer shall be compacted to the specified density prior to placing subsequent layers. The thickness of the loose layer may be increased when in-place density tests show that the specified density can be obtained. C. BACKFILL MATERIAL 1. Type 2 material shall be used for initial backfill and subsequent backfill with the following conditions: Initial backfill shall be predominately sandy material free from rock or stone greater than 1 1/2 inches diameter, and the maximum allowable dimension of a stone or rock fragment for subsequent backfill shall be 2 inches. If in the opinion of the Engineer the Type 2 material will not provide adequate and uniform support for load distribution to the pipe, the Contractor shall obtain and place either Type 1 or Type 3 backfill as determined by the Engineer. 2. All excavated material not suitable for backfill shall be placed on site at an acceptable location, by Owner, or hauled off the job at the price set forth in the accepted Bid Documents. All material that is brought in from 02403-6 other sources for backfill shall be at the price set forth in the Contract. 3. Excavated material to be used for backfill shall be neatly deposited at the sides of the trenches where space is available to protect against caving or sloughing into the trench. Where stockpiling of excavated material is required, the Contractor shall coordinate the site location with the Engineer and shall maintain his operations to provide for natural drainage and not present an unsightly appearance. No excavated material shall be placed on private property without the consent of the property owner. D. COMPACTION METHODS 1. Mechanical compaction shall be accomplished using pneumatic or gasoline-powered tampers or flat-plate vibrators, with the exception that the first two feet of backfilling over the pipe shall be compacted by hand- operated tamping devices. 2. Flooding or puddling with water to consolidate backfill is not acceptable, except where sand is encountered below unpaved areas only, and only with prior approval by the Engineer. The flooding or puddling operation shall be repeated with each two feet of backfill placed. E. DENSITY TESTS 1. The Contractor shall arrange to have sufficient soil tests made by an independent testing laboratory selected by the Engineer to demonstrate conformance of his work with the stability and compaction levels required by these specifications. Compaction tests shall be taken at intervals listed herein or as deemed necessary by the Engineer. 2. Any proposed alternative test methods to those specified herein must be approved by the Engineer prior to testing. At the request of the Engineer, the Contractor shall provide such documentation of a proposed alternative test method as the Engineer may require to evaluate the method for approval. 3. In no case shall the Contractor proceed with construction on compacted material until the tests prove satisfactory and approval is given by the Engineer. 4. In general, at least one test for maximum dry density/optimum moisture content shall be performed on a representative sample of each inherently different material to be used for compacted backfill or embankment fill. For material of uniform composition and textural class, a minimum of one test per 200 cu. yd. of material shall be 02403-7 performed at the point of use. 5. Generally, in-place density tests shall be performed at approximately 50 foot intervals; one each side of pipe for each 12 inch lift. Additional density tests may be required by the Engineer. If any tests results are unsatisfactory, the Contractor shall re-excavate and recompact the backfill at his expense until the required compaction is obtained. 10. PIPE SYSTEM LAYING AND JOINTING A. GENERAL 1. Unless otherwise specified herein or directed by the Engineer, all pipe and fittings shall be laid and joined in accordance with the appropriate manufacturer's directions with regard to allowable barrel and joint deflection, spigot seating depth, gasket placement, lubrication, bolt torque, field cutting/trimming, and pushing/pulling methods for joint assembly. 2. Prior to placing in the trench, each pipe section,joint, and fitting shall be checked for damage or defects such as cracks, blisters, coating/lining separation, gouges, and the like. Any damage or defective materials found shall not be installed unless approved by the Engineer, and shall be marked "REJECTED" and immediately removed from the work site. 3. Prior to installation, the interior of all pipe and fittings shall be inspected for debris, sediment accumulation, sand, and the like, and shall be cleaned as required to remove such foreign matter. Joint surfaces such as gaskets, gasket grooves, spigots, and bells shall be cleaned of sand and grit prior to joining. 4. Gasket lubricants shall be stored and applied in a manner that will prevent significant contamination or pick-up of sand and grit. 5. The pipe spigot shall be centered in and aligned with its mating bell prior to insertion and forced evenly in a straight line to seating depth, taking care not to over-bell the joint. Where required, deflections shall be made after the joint is seated. 6. Joining shall generally be done by hand or by push-bar with a cushion block whenever pipe size and weight permit. When a mechanical pushing/pulling device such as chain-puller, come-along, and the like is required, the device shall be used in a manner that will not deform gouge, chip, or otherwise damage the pipe or cause significant disturbance of the prepared bedding. In no case shall joints be made by "popping-on" or swinging the spigot into the bell to seat the joint. 7. Fittings and appurtenances shall be fully, independently supported on the 02403-8 bedding or on a permanent foundation so as not to bear on the pipe upon completion of the installation. 8. The installed piping system shall be kept free of dirt, trench water, and other foreign matter during the progress of the work, and all open ends of the line shall be sealed with watertight plugs whenever work is not in progress. 9. Empty installed pipe shall be secured against flotation due to potential trench flooding by timely placement of sufficient backfill or approved anchoring devices sufficient to resist pipe buoyancy. 11. INSTALLATION OF FITTINGS A. Fittings, plugs, and caps shall be set and jointed to pipe in the manner heretofore specified for cleaning, laying and jointing pipe. 12. INSTALLATION OF DRAINAGE STRUCTURES A. Excavation for drainage structures shall be of sufficient size to permit construction of the structure to progress without hindrance from the walls of the excavation or from sloughed materials. No less than 12 inches clearance shall be provided between excavation walls and walls of the structure. If soil conditions encountered at the bottom of the excavation would in the sole opinion of the Engineer be unsuitable for foundation, the Contractor shall remove and dispose of the unsuitable material to the depth where suitable bearing can be obtained. The determination of the necessity for and the extent of additional excavation shall be made by the Engineer, who shall infonn the Contractor in writing regarding such necessity and the extent. This excavation shall then be backfilled to the appropriate grade with Type 1 or Type 3 backfill material, placed in 8 inch layers and compacted to a density equal to 100 percent of the maximum density as determined by AASHTO T-180. B. Installation of drainage structures shall conform to the details as shown on the Drawings and, unless otherwise specified, shall conform with Section 425 of the latest Edition of the Florida D.O.T. Standard Specifications for Road and Bridge Construction. Backfill shall be placed in lifts not to exceed 12 inches loose depth and compacted to 95 percent of maximum density per AASHTO T- 180 in unpaved areas and to required subgrade density(98%) in areas of paving or curbing. C. Backfill shall not be placed against cast-in-place concrete structures until the concrete has attained sufficient strength to resist the load without damage, and in no case, less than seven days after the concrete was placed. 13. AS-BUILT DRAWINGS A. During the installation of Drainage Pipe and Structures the Contractor shall keep accurate records of the As-Built construction showing the location of all 02403-9 changes in alignment, services, utility crossings, and similar data. Items shall be located from permanent objects such as centerline of street, manholes, valves, etc. Upon completion of the project the Contractor shall deliver to the Engineer an As-Built Drawing showing the above information. 14. RELATED REQUIREMENTS A. In other parts of the contract documents and specifications, related to this work include (but are not limited to): -Section 02401- Drainage Pipe -Section 02402- Drainage Structures 02403-10 Section 02700 WATER AND WASTEWATER UTILITY STANDARDS -Bid Item No. 02700—W108—Connect to exist WM, 8" , Per Lump Sum -Bid Item No. 02700—W208PVC—PVC Water Main, 8"- Per Linear Foot -Bid Item No. 02700—W308GV—Gate Valve, 8" MJ- Per Each Installed -Bid Item No. 02700—W302GV—Gate Valve, 2"- Per Each Installed -Bid Item No. 02700—W301 GV—Gate Valve, 1% Per Each Installed -Bid Item No. 02700—W406FH—Fire Hydrant Assembly, Relocate- Per Each Installed -Bid Item No 02700—W502WS—Water Service, 2" PE / PVC, 1" PVC — Per Lump Sum -Bid Item No. 02700—S103—Connect to exist FM, 3" , Per Lump Sum -Bid Item No. 02700—S203DB—HDPE Horizontal Directional Bore Force Main, 3"- Per Linear Foot -Bid Item No. 02700—S202PVC—PVC Force Main, 2" PVC — Per Linear Foot -Bid Item No. 02700—S303—Gate Valve, 3" MJ- Per Each Installed -Bid Item No. 02700—S302—Gate Valve, 2% Per Each Installed -Bid Item No. 02700—S600LS—Private Lift Station - Per Lump Sum PART 1 -- GENERAL 1. REQUIREMENTS INCLUDED A. Obtain a copy of utility standards and keep at job site, bearing the title Standard Construction Specifications and Details for Water and Sanitary Sewer Systems (latest edition), hereinafter referred to as "Reference Specifications". Contact Todd Young at COVB Water & Sewer at 772-978-5209 to obtain. B. Obtain copies of local and state jurisdictional agency permits and comply with all conditions. Reference Division 1 Section 011100 "Regulatory Requirements." C. Installation of all water and wastewater utility facilities/infrastructure shall be in accordance with the reference standards, drawings and other specifications in "Division 2 — Site Work. D. Utilities (Water, Sewer and Re-Use): Prices and payment for the various work items included in this section will be full compensation for all necessary labor, equipment and material to furnish, install, and test the public water, sanitary sewer and re-use utility infrastructures in accordance with the contract documents, local utility and FDEP specifications and permit conditions. When designated in the plans, the utility work shall also include private utility (non-public) installations, including: water service connections from the meter to the building point of connection; building sewer mains from the street sanitary sewer clean-out (C.O.) or other utility point of connection, to the building sewer point of connection; sewage lift stations; private water supply, water treatment and distribution systems; private sewage treatment and disposal systems; private re-use/re-claimed water systems 02700-1 There will be no additional bid items or payment for pressure, bac-t, T.V., density or other required testing, utility survey as-built requirements, any general or special permit requirements, warranty/maintenance bonds, performance/payment bonds, overhead costs or profit, which all shall be included in the unit prices in the bid items for utilities (unless otherwise specified in the contract documents). Pavement reconstruction and other necessary restoration of areas disturbed by the utility construction, including: re-grading, grassing (sod), sidewalk , curb, etc re-construction; sign, mailbox, irrigation resetting or replacement, resetting of valve box, manhole, or other tops /frames/grates, or other incidental work, when necessary only due to the utility construction, shall be included in the various unit prices in the bid items for utilities. Work included within the various bid items shall include the following: 1. Pipe-Water Main and Force Main: The quantity to be paid for shall be the length in feet (FT.) of the pipe furnished and installed, as measured along the centerline of the pipe installed (Except when included in lump sum bid items-ie; Aerial crossing). No deduction will be made for the length of valves and fittings installed in the line. Where the measurement terminates at a valve, bend, tee, or other fitting, the centerline of the valve or fitting shall be the point of termination. All required clearing, excavation, dewatering, backfill, compaction, all restoration and replacement, paving, grading, density testing, pressure and BAC-T testing, pipe lining, coating, encasement material, restraining devices, and all mechanical joint fittings and mechanical restraint mechanisms shall be included in the cost of the pipe. 2. Pipe- Sanitary Sewer Gravity Main: The quantity to be paid for shall be the length in feet(FT.) of the pipe furnished and installed, as measured along the centerline of the pipe installed measured from the inside wall of structures, and shall include all required clearing, excavation, dewatering, backfill, compaction, all restoration and replacement, paving, grading, density testing, pressure/exfiltration and T.V. testing and all incedentals to furnish and install the pipe. 3. Fire Hydrant Assembly: The quantity to be paid for shall be the number of each (EA) fire hydrant assembly furnished and installed, in accordance with the Plans and Specifications, or as directed by the Engineer, at the unit price bid for the item "Fire Hydrant Assembly," listed in the Bid Form. The unit price for "Fire Hydrant Assembly" shall include cutting bituminous paving, removal of paving courses and curb if required, excavations, furnishing and installation of up to 20' ± (6") D.I.P. water main, dry-barrel traffic hydrant, concrete foundations for hydrant, fittings, one (1) 6" diameter gate valve, concrete thrust block (reaction backing)for fire hydrant, backfill, minor swale or shoulder right-of-way grading and sodding (per plans), repaving and other restoration necessary, blue reflective pavement markers, all materials, equipment, labor and all else necessary therefore and incidental thereto. Where the bid item lists the work as "Fire Hydrant Assembly, Relocate" - , the work shall also include the removal of plugs, fittings, or valves, and provide necessary mj fittings, plugs, restraints, and 02700-2 adaptors necessary to shut down / close off the existing fire hydrant water main branch, and re-install the new fire hydrant water main branch. 4. Water Service: The quantity to be paid for shall be the number of each (EA) water service of each designated size and type (single, double, or multi) furnished and installed. Measurement of water service lateral shall include furnishing and construction of piping and appurtenances to carry and distribute water from the water main to the edge of the Right-of- Way for future service to individual property owners. The work shall include, but shall not be limited to, cutting of existing pavement where required, jack and bore directional bore under existing pavement where required, excavation, installation of service saddle/corp. stop, pipe, curb stop, meter boxes, connections and associated appurtenances, dewatering, backfilling, testing, disinfection, and all restoration in kind. When a building plumbing water service connection is depicted in the plans, the quantity to be paid for a "Water Service" shall be a lump sum (L.S.) bid item, and shall, in addition to the above, include a reduced pressure backflow preventor (R P.Z.) of the type and size designated in the plans, and shall also include the piping, valves, fittings, connections and testing necessary to carry and distribute water from the meter to the building plumbing system point of connection, which shall be at a gate valve at a location which is five (5)feet from the building structure. The services shall be of a type and size specified, and shall be constructed in accordance with the Plans and Specifications, or as directed by the Engineer. 5. Driveway Bore: The quantity to be paid for shall be the length in feet (FT.) of bore installed. Measurement of Driveway Bore shall include equipment, supplies, fuel, labor, sheeting and bracing, excavation, dewatering, backfilling, compaction, mechanical fittings, restoration and installing pipe. Measurement of Driveway Bore does not include the actual pipe installed. Payments shall be based on the lengths specified in the Schedule of Bid Items, unless otherwise noted on the plans Driveway Bore lengths specified in the Schedule of Bid Items are estimated quantities. Contractor will be compensated for driveway bores on a proportionate linear foot basis (e.g. an 80 foot long bore estimated at 70 feet in the schedule of bid items will be compensated at the ratio of 8/7 times the unit price. Likewise a 60 foot long bore estimated at 70 feet in the schedule of bid items will be compensated at the ratio of 6/7 times the unit price) Indian River County and the Engineer shall determine driveway bore lengths. 6. HDPE Horizontal Direction Bore Water(or Force) main: The quantity to be paid for of HDPE horizontal directional bore shall be computed using linear feet(LF), as measured prior to pulling, and deducting the length of pipe above ground and shall include all material (including HDPE pipe), equipment, supplies, fuel, labor, sheeting and bracing, receiving and boring pits (if required), cutting bituminous paving, removal of paving courses and curb if required, excavation, dewatering, backfilling and compaction, mechanical fittings, adaptors (HDPE / PVC or DIP), restoration/ repaving, as required to furnish and install the HDPE pipe in accordance with the plan and details Payments shall be based on a linear foot price for the directional bore length as measured as specified above 02700-3 7. Sewer lateral: The quantity to be paid for shall be the number of each (EA) sanitary sewer lateral of each designated size (in inches) and type (single or double) furnished and installed, and shall include all piping, fittings, connections, and other appurtenances to collect and carry wastewater from existing, proposed or future utility customers from a clean- out at the edge of the public easement or right of way to the public sanitary sewer collection main within the street right-of-way or easement. The work shall include, but not be limited to, cutting of existing pavement where required, jack and bore or directional bore under pavement where required, excavation, dewatering, backfilling, testing; installation of marking balls and other required marking and identification materials, all necessary sleeves, fittings and appurtenances to install connections to new or existing mains, and all restoration in kind. When the construction of the building sewer connection is designated on the plans, the unit price bid shall also include the furnishing and installation of the piping, clean-outs, fittings and all else incidental to connect the building sewer with a clean-out and piping within five (5) foot of the structure, to the clean-out at the edge of the property line/easement or right-of-way line. If the building sewer connection depicted on the plans drains to an on-site private lift station, the work to install the sanitary sewer lateral from the building clean-out to the lift station shall be included in the cost and work of the lift station bid item. (see below). 8. Private lift station: The quantity to be paid for shall be a lump sum (L.S.) quantity, and shall include furnishing and installing a complete and functional private pump station assembly, including all structures, piping, fittings, valves, pumps, mechanical and.electrical components, and other appurtenances that will function to collect wastewater from a gravity sanitary sewer lateral from a building sewer drain, or other system of pipes as depicted on the plan, and pump the wastewater into a pressurized sanitary sewer force main. Include the work to install the sewer lateral from the lift station to a clean-out within 5 ft. of the building The work shall include all excavating, shoring and bracing, dewatering, backfilling and compaction, placing the wet well and valve vault, including subgrade preparation, gravel/stone, concrete foundation and ballast; all piping fittings, valves, and appurtenances within the wet well and valve vault including pipe, valves and fittings extending from the valve vault to the first gate valve; all frames and doors/lids, all concrete slabs or improved gravel / stone areas adjacent to the wet well and valve vault; all walls, fences and gates adjacent to and surrounding the pump station; hose bib, reduce pressure backflow preventor and water supply piping from the building water supply or separate meter (if provided on plans - water service from meter to water main under separate bid item); all pumps, mechanical and electrical components, connections , wiring, conduits and controls; control panel, electrical service (wire and conduit)to include conduit/wire from control panel/ main disconnect, to pull box if required, and to the main panel (located in the primary structure). and all incidentals to complete the work. 9. Manholes: The quantity to be paid for shall be the number of each (EA) structure of each designated type completed and accepted, and the number of each (EA) of the structures adjusted, and shall include: 02700-4 clear and grubbing, excavation, dewatering, backfilling, compaction, disposal of surplus material, testing; furnishing and placing of frames and covers; interior coating/lining (bituminous or fiberglass per plan); concrete bench; fittings and other material required for interior or exterior drops; bricking, mudding and grouting; concrete slab tops when necessary; and all incidentals to furnish and install the structures. A separate quantity and pay item will not be included for adjusting existing manhole tops, etc, necessary for minor grade changes (±3 inches). This work shall be included in the contract unit price(s)for roadway, sidewalk, pavement and parking area construction. 10. Gate valves, air release valves, line stops and other miscellaneous appurtenances: The quantity to be paid for shall be the number of each (EA) appurtenance of each designated type and size furnished and installed, including valve boxes, covers, and other associate items. (Except when included in lump sum bid items- e.g., aerial crossing, directional bore, fire hydrant assembly, connect to existing).A separate quantity and pay item shall not be included for adjusting existing valve cover, boxes, meter or utility boxes, etc , necessary for minor grade changes (±3 inches). This work shall be included in the contract unit price(s)for roadway, sidewalk, pavement, and parking area construction. 11. Connect to Existing /Temporary Jumper Connection: Shall include the installation of all utility appurtenances necessary to make connection to an existing utility main for the operation of the water main for its intended purpose. This may include, but is not limited to cutting bituminous paving, removal of paving courses and curb if required, excavation, dewatering, backfilling, compaction, disposal of surplus material, tapping sleeve and valve, temporary jumper connection, sample point, removal of plugs, fittings, or valves, provide necessary mj fittings, plugs, restraints, and adaptors, provide requisite testing, restoration of all areas damaged / impacted by the work, and provide all other necessary appurtenances to complete the work Upon project clearance, the work includes removal of the temporary jumper connection, plug / abandon sample points and restoration to pre-work conditions. The installation of the Temporary Jumper Connection(s) depicted in the plans shall be included in the unit price bid item for "pipe", unless a lump sum (L.S) bid item "Connect to Existing" is provided, in which case, the cost shall then be included within the Lump sum bid item for "Connect to Existing". In no case will there be a separate payment made for the installation of a "Temporary Jumper Connection". 12. "Remove/Abandon & Grout" Existing Utilities: The quantity to be paid for shall be a lump sum (L.S.) quantity, for the removal and/or abandonment of utility infrastructure , and shall include but not limited to the complete removal of the utility; or the abandonment and fully grouting of the utility mains together with the removal of portions of the utility infrastructure necessary to avoid conflicts with other new or future proposed construction; and all excavation, backfilling, restoration, M.O.T., and all else necessary. 02700-5 2. RELATED REQUIREMENTS A. In other parts of the contract documents; contractor is required to obtain a copy of the reference specifications, and during construction, comply with the reference specifications, drawings, and other related sections including: 1. Division 1 Section 15000 "Temporary Facilities and Controls" for temporary utilities, temporary construction and support facilities, temporary security and protection facilities, and temporary erosion and sediment control procedures. 2 Division 1 Section 017300 "Execution" for verifying utility locations and for recording field measurements. 3. Division 2 Section 02208 "Tree Protection and Trimming" for protecting trees remaining on-site that are affected by site work. 4. Division 2 Section 02300 "Earthwork" for soil materials, excavating, backfilling, and site grading. 5. Division 2 Section 02920 "Lawns and Grasses" and 02950 "Trees, Plants and Ground Cover" for finish grading and re- planting 6. Division 2 Section 02230 "Site Clearing" for limits of clearing, protecting exterior plants, removing or abandoning existing utilities or other improvements, temporary erosion and sediment control measures. 7. Division 2 Section 02240 "Dewatering" for design, permitting and operation of dewatering systems. 8. Division 2 Section 02260 "Excavation Support and Protection" for utility trench excavation, bracing and shoring requirements. 9 Division 1 Section 013233 "Photographic Documentation" 10.Division 1 Section 013400 "Submittal Procedure" 11.Division 1 Section 017823 "Operation and Maintenance Data" 12.Division 1 Section 017839 "Project Record Documents" PART 2 -- SUBMITTALS 1. PRODUCT DATA AND SHOP DRAWINGS A. For all site work construction, the contractor shall submit product data in the form of manufacturers' cut sheets and catalog data for all products, material and equipment clearly indicating the specific part or product catalog number(s) for approval. B. The contractor shall submit shop drawings for all products, materials and equipment required to be fabricated, or when standard published product data is not suitable for use. 02700-6 C. Submit 6 copies of requested information, neatly bound and indexed per category for the following: 1. Utilities - All pipe, fittings, valves, other miscellaneous appurtenances, structures, frames, grates, lids, gaskets, fasteners, couplings, pump station equipment and components, and similar controls, and all other utility system products, materials and components. 2. Paving and Grading - FDOT certifications and lab analysis/results for pavement, base, subgrade, and fill materials. Include evidence (certifications) that the materials proposed to be used meet or exceed FDOT specifications and the contract documents. D. Allow two weeks for the engineer to complete review of product data and shop drawings. Engineer will not be responsible for project delays related to delivery and transmission of the documents once information has left engineer's office. Items requiring a long lead time should be submitted as soon as possible. 2. TESTING A. Water: pressure (main and taps), bacteriological, backfill densities, backflow preventor tests and certification; and as per project specifications, IRCDUS, and FDEP requirements. B. Sewer: exfil, tv, and backfill densities, pressure tests (mains and taps), lift station start-up, all per project specifications, IRCDUS and FDEP requirements. C. Earthwork & paving: densities, LBR's and FBV's as per project specifications and IRC Engineering requirements. E. Submit all test results for engineering review within 3 days of testing. Failure to provide test results, or providing failing test results will be grounds for delay and/or rejection of pay request applications. 3. AS-BUILTS A. Grading: location and elevation of all finish grades above new utility mains, 100 ft O.C. B. Water and sewer force mains. location and top elevation at all fittings, valves, changes of direction and at 100' on center. Sewer structures: diameter or size, and location and elevation of structures, top, bottoms, and sewer inverts. C. In accordance with the plans and other as-built requirements within divisions 1-16 of the Contract documents and specifications. 4. OPERATION AND MAINTENANCE MANUALS A. Contractor shall provide the owner with operation and maintenance manuals for all operable equipment (pump stations and controls, 02700-7 automatic control valves, and other automated equipment; control panels, etc.). B. Operation and maintenance manuals shall be submitted as a pre- requisite to the project being deemed substantially complete. 5. WARRANTY The contractor shall provide all warranties, certifications, guaranties, and warranty bonds as specified in the contract documents and permit conditions. PART 4 -- OWNER TRAINING The contractor shall include 2 hours of owner training (for each water and sewer system) for all operable equipment and shall include the time for initial adjustments of equipment and time for one follow-up visit and adjustments of equipment 60 days after end user had operational time with the equipment. PART 5-- PRODUCTS 1. All materials, equipment (products) used in the installation of the work shall be in accordance with the "Reference Specifications" and in accordance with the drawings and specifications found in other parts of the contract documents. A. Products/materials incorporated within this project for all water and sewer utility construction shall be only those included in the "Reference Specifications", and its "Approved Manufacturer's Products List." PART 6-- EXECUTION 1. All installation methods & handling of material ( the execution of the work) shall be in accordance with the "Reference Specifications" and in accordance with the drawings and specifications found in the other parts of the contract documents. A. Installation methods and handling of materials shall be in accordance with all conditions and requirements of applicable local and state jurisdictional agency permits and approvals. Reference Division 1 Section 011100 "Regulatory Requirements." Agencies may include but is not limited to: Local utility department permits: 02700-8 • IRCDUS • COVB Utility Department • IRC DOH State agencies: • FDEP Road canal or highway Right-of-Way jurisdictional agency permits: • IRC Engineering (Public Works) R-O-W • FDOT General Use and/or Utility • COVB Engineering — R-O-W • IRFWCD — R-O-W 02700-9 SECTION 02802 CHAIN LINK FENCE -Bid Item No. 550-10-325-5 - Fencing Type "R" (6) Chain Link- Per Linear Foot -Bid Item No. 550-10-325-6 - Fencing Type "R" (6) Chain Link- Per Linear Foot -Bid Item No. 550-10-325-8 - Fencing Type "R" (8') Chain Link- Per Linear Foot -Bid Item No. 550-60237-A - Fence Gate, Special Type, Sliding, Front (50'+-)—Per Lump Sum -Bid Item No. 550-60237-B - Fence Gate, Special Type, Sliding, Rear (20'+-)—Per Lump Sum 1.0 GENERAL A. Description 1. The contractor shall furnish all labor, materials, equipment, and incedentals required to install chain link fence at the location(s) and to the height designated on the plans. 2. Unless otherwise noted, construction shall conform to the provisions of Florida D.O.T. Standard Specifications for Road and Bridge Construction- Section 550 latest editions. B. Quality Assurance Comply with standards of the Chain Link Fence Manufacturer's Institute for chain link fence fabric and Industrial Steel Specifications for fence posts, gates and accessories, and as herein specified. Provide each type of steel fence and gates as a complete unit produced by a single manufacturer, including necessary erection accessories, fittings and fastenings. C. Submittals Samples: 1' x 1' minimum of fence fabric. Shop Drawings: Show application to project. Product Data: Manufacturer's catalog cuts, specifications, installation instructions and maintenance data. 2.0 PRODUCTS 02802-1 A. Steel Framework(For Fences Up To 6-0" High) 1. End Posts, Corner Posts and Pull Posts: Pipe: 2.375" O.D., 3.65 lbs. per lin. ft. 2. Line Posts: Pipe: 1.90" O.D., 2.72 lbs. per lin. ft. B. Steel Framework(For Fences Over 6-0" High) 1. End Posts, Corner Posts and Pull Posts: Pipes: 2.875" O.D., 5.79 lbs. per lin. ft. 2. Line Posts: Pipe: 2.375" O.D., 3.65 lbs. per lin. ft. C. Fabric 1. One-piece widths for fence heights up to 12'-0". Chain link,No. 9 gauge, 2" mesh. D. Salvages: Top side twisted and barbed; bottom side knuckled. E. Gate Posts 1. Single width of gate up to 6'-0" wide: Pipe: 2.875" O.D., 5.79 lbs. per lin. ft. 2. Single width of gate over 6-0" and up to 13'-0" side: Pipe: 4" O.D., 9.10 lbs. per lin. ft. F. Gate Frames. 1. Up to 6-0" high, or leaf width 8'-0" or less: Pipe: 1.660 O.D., 1.80 lbs. per lin. ft. 2. Assemble gate frames by welding or with special steel fittings and rivets for rigid 02802-2 connections. Install additional horizontal and vertical tubing when necessary to insure a maximum of 8' between frame members. Use the same fabric as used for the fence. Attach fabric with stretcher bars on top, bottom and sides. Secure stretchers to gate frames with appropriate hardware at 15" O.C. or less. Provide truss rods as cross bracing when necessary to prevent sag or twist. G. Gate Hardware 1. Hinges: Provide 1-1/2 pair of hinges for each leaf over 6 feet. Hinges shall be non-lift-off type, offset to permit 180-degree swing, and of suitable size and weight to support gate. 2. Latch: Provide forked type for single gates 10 feet wide or less. Provide plunger bar type complete with flush plate set in concrete for all double gates and single gates over 10 feet. Padlock eye shall be an integral part of latch construction. 3. Keeper for Vehicle Gates: Provide keeper that automatically engages the gate leaf and holds it in open position until manually released. H. Miscellaneous Materials and Accessories 1. Post Tops or Caps: Steel, wrought iron, or malleable iron. 2. Stretcher Bars: One piece equal to full height of fabric, minimum cross-section 3/16" x 3/4". Provide one stretcher bar for each gate and end post and two for each corner and pull post. 3. Stretcher Bar Bands: Steel, wrought iron, or malleable iron, to secure stretcher bars to end, corner, pull and gate posts. 4. Wire Ties: 9 gauge galvanized wire spaced 12" O.C. For tying fabric to line posts and 9 gauge galvanized wire spaced 24" O.C. for tying fabric to rails and braces. Use 11 gauge hog rings spaced 24" O.C. for tying fabric to tension wire. 5. Truss Rods: 3/8" diameter. 6. Rails and Post Braces: 1.660" O.C. pipe, weighing 1.35 lbs. per lin. ft. 7. Tension Wire: Galvanized 7 gage coiled spring wire or 6 gauge permafused PVC. 1. Finishes - Vinyl Clad Specification needed 1. Steel Framework: Pipe: ASTM A 120, 1.8 oz. zinc per sq. ft. 02802-3 2. Fabric: Aluminized Finish: ASTM A491 aluminum coated with 0.40 oz. per sq. ft. 3.0 EXECUTION A. Preparation 1. Clear and grub along fence line as required to eliminate growth interfering with alignment. 2. In areas to be graded by others, wait until finished grading is completed before beginning fence installation. B. Installation 1. Space posts equidistant in the fence line with a maximum of 10 feet on center. 2. Earth: Excavate holes 12" in diameter for end, pull, corner and gate posts, and 10" in diameter for line posts. Make all holes Y-6" deep. Set posts in center of hole and roughcast 2500 psi concrete in ground. Vibrate or tamp for consolidation. Dome concrete above ground to shed water. 3. Check each post for vertical and top alignment. When directed, set posts perpendicular to ground surface. 4. Locate corner posts at corners and at changes in direction. Use pull posts at all abrupt changes in grade and at intervals no greater than 500 feet. On runs over 500 feet, space pull posts evenly between corner or end posts. On long curves, space pull posts so that the strain of the fence will not bend the line posts. 5. Provide top rail. Run top rail continuously through post caps or extension arms, bending to radius for curved runs. Provide expansion couplings as recommended by fencing manufacturers. 6. Provide horizontal rail bracing located at mid-height between all terminal posts, corner posts, pull posts and adjacent line posts. 7. Provide truss rods with turnbuckle attachment and install diagonally between_ terminal posts, corner posts, pull posts and adjacent line posts. 8. Attach fabric to security side of fence after concrete has cured a minimum of 7 days. Maintain a 2-inch clearance above finished grade. Thread stretcher bars through fabric and secure to posts with metal band 15" O.C. Pull fabric taut and 02802-4 securely tie to posts, rails and tension wires in order to maintain tension after pulling force is released. 9. Install nuts for tension band and hardware bolts on side of fence opposite fabric side. Peen ends of bolts or score threads to prevent removal of nuts. 10. Install gates plumb and level and adjust for full opening without interference. Install ground-set items in concrete for anchorage, as recommended by fence manufacturer. Adjust hardware for smooth operation and lubricate where necessary. 11. Support bottom edge of fabric with coil spring tension wire. Weave tension wire through fabric or fasten with hog rings spaced 24" O.C. Tie tension wire to posts with 6 gauge appropriately coated wire. 12. Restore disturbed ground areas to original condition. END OF SECTION 02802-5 SECTION 02810 IRRIGATION SYSTEM -Bid Item No. 590-1 - Irrigation system —Per Lump Sum A. Description: Includes furnishing all labor, materials and equipment for the proper installation of the irrigation system The work includes, but is not limited to the following- (1) trenching and backfill, (2) automatically controlled irrigation system, (3) test all systems and make operative, (4) "as-built" drawings, (5) compliance with FGBC requirements for certification. (See specifications SECTION 018113 - SUSTAINABLE DESIGN AND CONSTRUCTION REQUIREMENTS — FLORIDA GREEN BUILDING COALITION (FGBC), COMMERCIAL BUILDING CERTIFICATION STANDARDS. B. Measurement and payment: The The scope of work for "Irrigation System" shall include (within the unit price bid, per Lump Sum (LS) as specified in the bid form) the cost of all work required to construct a complete, accepted and operating irrigation system, as described in this specification, other requirements within Division 1-16 specifications, the drawings, and all other contract documents. The cost shall include, but is not limited to the complete and proper design and construction of the landscape irrigation system, including. irrigation piping and system components, water supply source (well), pump station, automatic control system, filters, sprinkler heads; necessary mechanical and electrical components; electrical service connection (sub-panel, controls, conduit and wire to main panel); excavation, sitework, relocation or replacement of utilities, backfill compaction, restoration of all disturbed areas; coordination with landscape contractor and site contractor; obtain necessary permits including D.O.H. (well) S.J.R W.M.D C.U.P (if required), and local building department permits; and all incidentals to complete and furnish an acceptable, operating irrigation system. The lump sum price shall also include the administrative requirements and documentation preparation needed to assist the owner to obtain water conservation credits for the FGBC certification. This requires the contractor to retain qualified consultant(s)for portions of the work. Reference the FGBC specifications on the drawings, and within section 018113 of the specifications C. General 1. Permits and fees: obtain all permits and pay required fees to any governmental agency having jurisdiction over the work. Inspections required by local ordinances during the course of construction shall be arranged as required. On completion of the work, satisfactory evidence shall be furnished to the owner's construction representative to show that all work has been installed in 02810-1 accordance with the Florida Building Code - Plumbing / Appendix 'F' and Code Requirements. 2._ Approval: wherever the terms "approve" or "approved" are used in the specifications, they shall mean the approval of the owner's construction representative in writing. 3. Before any work is started, a conference shall be held between the contractor and the owner's construction representative concerning the work under this contract. 4. Coordination: coordinate and cooperate with other contractors to enable the work to proceed as rapidly and efficiently as possible 5. Inspection of site: a. Contractor shall acquaint himself with all site conditions. Submission of his proposal shall be considered evidence that the examination has been conducted. Should utilities not shown on the plans be found during excavations, contractor shall .promptly notify the owner's construction representative for instructions as to further action Failure to do so will make contractor liable for any and all damage thereto arising from his operations subsequent to discovery of such utilities not shown in plans. b Contractor shall make necessary adjustments in the layout as may be required to connect to existing stub-outs, should such stubs not be located exactly as shown, and as may be required to work around existing work at no increase in cost to the owner's construction representative. 6. Protection of existing plants and site conditions: the contractor shall take necessary precautions to protect site conditions to remain. Should damage be incurred, the contractor shall repair the damage to its original condition at the contractor's expense. 7 The owner reserves the right to substitute, add, or delete any material or work as the work progresses Adjustments to the contract price shall be negotiated if deemed necessary by the owner on a per diem basis 8 The owner reserves the right to reject material or work which does not conform to the contract documents. Rejected work shall be removed or corrected at the earliest time possible. 9. Work schedule within 10 days after award of the contract, the contractor shall submit to the owner a work schedule. 02810-2 10. "As-built" irrigation drawings: prepare an "as-built" drawing on a blueprint which shall show deviations from the-bid documents made during construction affecting the main line pipe, controller locations, remote control valves and quick coupling valves. The drawings shall also indicate and show approved substitutions of size, material and manufacturers name and catalog name and catalog number. The drawings shall be delivered to the tenant's construction representative before final acceptance of work 11. Final acceptance final acceptance of the work may be obtained from the owner's construction representative upon the satisfactory completion of all work 12 Guarantee: the contractor shall provide all warranties, certifications, guaranties, and warranty bonds as specified in the contract documents and permit conditions. All work shall be guaranteed for one year from date of acceptance against all defects in material, equipment and workmanship. Guarantee shall also cover repair of damage to any part of the premises resulting from leaks or other defects in material, equipment and workmanship to the satisfactory of the owner's construction representative Repairs, if required, shall be done promptly at no cost to the owner. D Materials: 1. General: all materials throughout the system shall be new and in perfect condition. 2 Plastic piping: all main lines and lateral lines shall be class 200 O-ring polyvinyl chloride (PVC) pipe and shall comply with one of the following standards: ASTM D 1785, ASTM D-2241, AWWA C-900, or AWWA C-905 SDR-PR pipe shall have a minimum wall thickness as required by SDR-26. PVC gaskets fittings shall conforming to ASTM D 3139. Gaskets shall conform to ASTM F477. Solvent-weld PVC fittings shall meet the requirements of Schedule 40 as set forth in ASTM D 2466. Threaded PVC pipe firings shall meet the requirements of Schedule 40 as set forth in ASTM D 2464. Conforming to ASTM D-1784 and D- 2241. 3 Plastic fittings all solvent-weld PVC fittings shall meet the requirements of schedule 40 as set forth in ASTM D 2466. Schedule 40 solvent-weld, polyvinyl chloride (PVC) standard weight as manufactured by Sloane, Lasco, or approved equal 4 Solvent cement: PVC cement shall meet ASTM D 2564 and PVC cleaner-type all meet ASTM F 656. 5 Sprinkler head risers: schedule 40 PVC for risers. Pipe shall be cut with a standard pipe cutting tool with sharp cutters. Ream only to full diameter of pipe 02810-3 and clean all rough edges or burrs. Cut all threads accurately with sharp dies. Not more than three (3) full threads shall show beyond fittings when pipe is made up. Assemblies shall be as detailed. 6. Automatic controllers: see legend 7 Remote control valves: see legend 8. Control wiring: 24 volt solid ul approved for direct burial in ground. Minimum wire size: 14 gauge All splices shall be made within valve box. 9. Sleeves for control wiring: under all walks and paved areas and where indicated on drawings Minimum PVC 1220-200 psi plastic pipe 10 Sprinkler heads: see legend 11. Quick coupling valves: shall be noted on drawings E Workmanship: 1. Lay out work as accurately as possible to the drawings. The drawings, though carefully drawn, are generally diagrammatic to the extent that swing joints, offsets, and all fittings are not shown. 2. The contractor shall be responsible for full and complete coverage of all irrigated areas and shall make any necessary minor adjustments at no additional cost to the owner's construction representative 3. Any major revisions to the irrigation system must be submitted and answered in written form, along with any change in contract price F. Installation: 1 Excavation and trenching: a Perform all excavations as required for the installation of the work including under this section, including shoring of earth banks to prevent cave-ins Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the excavations to and in a manner approved by the owner. b. Trenches shall be made wide enough to allow a minimum of 6 inches between parallel pipe lines. Trenches for pipe lines shall be made of sufficient depths to provide the minimum cover from finish grade as follows 1) 18" minimum cover over irrigation lines for vehicle traffic areas. 2) minimum cover over irrigation lines to heads except vehicle traffic areas are as follows: 02810-4 1/2" - 1 1/2" = 6" cover 2" - 3" = 12" cover 411 - 611 = 18" cover > 6" = 24" cover C. Maintain all warning signs, shoring, barricades, flares and red lanterns as required by the safety orders of the division of industrial safety and local ordinances. 2. Pipe line assembly: a. Install remote control valves where shown and group together where practical, place no closer than 12 inches to walk edges, buildings and walls. b. Plastic pipe and fittings shall be solvent welded using solvents and methods recommended by manufacturer of the pipe, except where screwed connections are required Pipe and fittings shall be thoroughly cleaned of dirt, dust and moisture before applying solvent with a non-synthetic bristle brush. c Pipe may be assembled and welded on the surface. Snake pipe from side to Side of trench bottom to allow for expansion and contraction. d. Make all connections between plastic pipe and metal valves or steel pipe with threaded fittings using plastic male adapters. 3. Sprinkler heads a Install all sprinklers as detailed on drawings. b. Do not scale plans for exact head location. C. Provide a minimum of 12" between sprinklers and pavement and 12 inches between sprinklers and buildings. 4. Closing of pipe and flushing lines- a. Cap or plug all openings as soon as lines have been installed to prevent the entrance of materials that would obstruct the pipe. Leave in place until removal is necessary for completion of installation. b. Thoroughly flush out all water lines before installing heads, valves and other hydrants. C. Test in accordance with paragraph on hydrostatic tests. d. Upon completion of the testing, the contractor shall complete assembly and adjust sprinkler heads for proper distribution. 02810-5 5. Inspections: a. Sprinkler layout and spacing inspection: verification that the irrigation design is accurately installed in the field. It will also provide for alteration or modification of the system to meet field conditions. Spacing should be within 5% of the design spacing. b. Pipe installation depth inspection all pipes in the system shall be installed to depths as previously described in section 'e' of these specifications. c. Open trench inspection: the trench and all joints and every transition in pipe size, will be open where open trench inspection is required. d. Inspections will be performed throughout the duration of the installation and will be made by the governing agency and/or the owner and engineers to ensure compliance with design intent, specifications, and the irrigation codes 6 Hydrostatic tests: a Request the presence of the owner and engineer in writing at least 48 hours in advance of testing. b. Testing to be accomplished at the expense of the contractor and in the presence of the owner and engineer c. Center load piping with small amount of backfill to prevent arching or slipping under pressure. d. Applying a continuous and static water pressure of 125 psi when welded plastic joints have cured at least 3 hours and with the risers capped as follows 1) main lines and sub-mains to be tested for 2 hours. e. For PVC and O-ring gasket pipe the allowable leakage shall not exceed the number of gallons per hour as determined by the following formula: 1=nd(p) 7400 in which: I = allowable leakage, in gallons per hour n = number of joints d = pipe diameter in inches p = average test pressure in psi gauge f. Repair leaks resulting from tests. 02810-6 7 Automatic controllers: a Connect remote control valves to controller in a clockwise sequence to correspond with station setting beginning with stations 1, 2, 3, etc. 8 Automatic control wiring: a. Install control wiring, sprinkler mains and laterals in common trenches wherever possible. b. Install control wires at least 18" below finish grade and lay to the side and below the main line. Provide looped slack at valves and snake wires in trench to allow for contraction of wires tie wires in bundles at intervals. c. Control wire splices will be allowed only runs over 1000 ft. Connections shall be as detailed d All wiring passing under existing or future paving, construction, etc , shall be encased in plastic or galvanized steel conduit extending at least 12" beyond edges of paving or construction. 9 Backfill and compacting: a. After system is operating and required tests and inspections have been made; backfill excavations and trenches with clean soil, free of rubbish. Initial backfill material to 6 inches above the top of pipe shall be free of rocks or stones larger than one inch in diameter final backfill material shall be free of rocks or stones larger than 3 inches in diameter. b. Backfill for all trenches, regardless of the type of pipe covered, shall be compacted to minimum 95% density. C. Compact trenches in areas to be planted by thoroughly flooding the backfill. Jetting process may be used in those areas. d. Dress off all areas to finish grades. G Clean-up: 1. Remove from the site all debris resulting from work of this section H Submittals 02810-7 1. For all site work construction, the contractor shall submit product data in the form of manufacturers' cut sheets and catalog data for all products, material and equipment clearly indicating the specific part or product catalog number(s) for approval. 2. The contractor shall submit shop drawings for all products, materials and equipment required to be fabricated, or when standard published product data is not suitable for use. 3. Submit 6 copies of requested information, neatly bound and indexed per category for the following. IRRIGATION- All lines, system equipment components, materials including pipes, valves, fittings, sprinkler heads, and miscellaneous appurtenances 4. Allow two weeks for the engineer to complete review and approval of product data, coordination drawings and shop drawings. Engineer will not be responsible for project delays related to delivery and transmission of the information and documentation once information has left engineer's office. Items requiring a long lead time should be submitted as soon as possible. 5. Contractor shall provide the owner with the following: a. Operation and maintenance manuals for all operable equipment (pump stations and controls, automatic controllers, control valves, and all other irrigation system components etc.), b A zone diagram c. Specific zone application rates and maintenance run times d Soil moisture sensor probe location (when applicable) 6. Operation and maintenance manuals shall be submitted as a pre-requisite to the project being deemed substantially complete. I. FGBC irrigation requirements Irrigation system design, installation and operation: Meet or exceed FGBC Water conservation requirements listed in section 018113 of the specifications — which include FGBC water conservation requirements, including irrigation design and installation objectives. Contractors requirements include: a. The contractor shall retain an experience irrigation system installation sub- contractor, who shall review the conceptual irrigation plan prepared by the architect / engineer, and shall provide an irrigation system design substantially in conformance with the conceptual plan, but which may be altered if necessary so that it also complies with the following minimum operating features 02810-8 -provide separate zones for turf and landscape beds, with multi program controller— programmable to different zones with different lengths of time, and which is calibrated to supply less than % inch of water per zone, provided with a battery back up and have a functioning rain sensor. -high volume irrigation zones must not exceed 60% of the landscape area. -provide head to head coverage of emitters to minimize overlap and overwatering. -provide only micro irrigation in landscape beds and narrow areas -minimize overspray onto impervious areas -install check valves in all down gradient irrigation zones / pipes to minimize low pressure drainage. (Necessary if greater than 18" change in elevation) -irrigation heads within the same zone shall have matched precipitation rates -pop up sprinkler heads shall be installed to rise above turf grass — min 5" b. The contractor (and its irrigation sub-contractor) shall coordinate with the contractor's WaterStar certifier consultant prior to commencement of the work to ensure the work will be completed in accordance with the contract documents, and FGBC certification, Florida Friendly certification and WaterStar certification requirements; and shall assist the consultant with the certification process. Accordingly, the contractor (and its irrigation sub- contractor) shall become familiar the requirements and include all equipment, materials and labor to meet or exceed the irrigation requirements in Section 018113, and the drawings and other applicable specifications in Divisions 1 to 16. c. Upon completion of the system installation, the contractor (and its irrigation sub-contractor) shall prepare and submit an as-built irrigation system plan, cut sheets on all irrigation system components, photographs of the installed system, operation and maintenance documents and other necessary documentation which indicates that the installed irrigation system has the above listed features. d. The contractor (and its irrigation sub-contractor) shall provide the owner with a plan and operation and maintenance manual which includes as-built landscape and as-built irrigation plans, zone diagram plan, operating manuals for all irrigation system components, warranties, and a general irrigation schedule with recommendations and instructions on modifying the schedule for local climatic and growing conditions In addition, each of the following items shall be installed adjacent to the controller or an easily accessible weather protected area: 1. controller handbook/operating instructions 2. zone diagram 3 specific zone application rates and maintenance run times 4 soil moisture sensor probe location (if applicable) 02810-9 e. The contractor shall provide a minimum of two hours of owner training f. Obtain Water Conservation Certifications. Obtain Florida Friendly Landscape certification, WaterStar Certification, and meet or exceed FGBC Water conservation requirements for the installed Landscape. FGBC water conservation, including Landscape and irrigation design and installation objectives and contractors requirements are specified in section 018113. THE CONTRACTOR IS REQUIRED TO RETAIN PROFESSIONAL CONSULTANT(S) TO COMPLY WITH THIS REQUIREMENT. For more information see the Florida Green Building Council Standard Reference Guide, Version 2, Revised 10/23/2012 02810-10 SECTION 02920 LAWNS AND GRASSES -Bid Item No. 570-1-2 —Turf (SOD) -Per Square Yard PART 1 -GENERAL 101 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 General Requirements, apply to this Section B. Drawings contain additional specifications specific to this project, including FGBC requirements Specifications herein and those on the drawings shall be adhered to C Reference Sections 02204 Grassing by Sodding, and section 02205 Grassing by Seeding and mulch for additional requirements, and for the description of the bid item and unit cost. D Reference local Code of Ordinances governing use of fertilizers (attached to section 02950) 102 SUMMARY A. This Section includes the following 1. Preparation and Placing of subsoil. 2. Fertilizing 3 Seeding 4 Sodding 5. Hydroseeding. B Related Sections may include the following 1. "Site Clearing"for topsoil stripping and stockpiling. 2. "Earthwork: for excavation, filling and backfilling, and rough grading 103 SCOPE A. The work consists of performing all grass sodding and related work as indicated on drawings and described in this section B. Unless otherwise indicated, the Contractor is responsible for the repair of any existing lawn areas disturbed during the construction process. C The Contractor is responsible for the irrigation of all lawn areas on the project, including those not covered by an irrigation system. D The Contractor is responsible for the all maintenance to the Bahia and St Augustine grass lawns during a minimum 2-month grow in period, and at least until the project Certificate of Occupancy or Certificate of Completion is issued by the local building department. 104 DEFINITIONS 02920-1 A. Finish Grade. Elevation of finished surface of planting soil B Manufactured Soil- Soil produced off-site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil C Planting Soil. Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments D Sub-grade Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil E. Weeds. Include Crab Grass, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedges, Bindweed, Goose Grass, Crowfoot Grass, Torpedo Grass, Spurges, Spreading Dayflower, Guinea Grass, Bull Paspalum, Sandbur, Love Grass, Finger Grass, Paricum Grasses, Foxtail, Smut Grass, Amaranth, Chickweeds, Ragwood, Spanish Needles, Thistle, Horseweed, Dogfennel, Cudweed, Hawksbeard, Dollarweed, Pepperweed, Beggarweeds, Sida, Oxalis, Pusley, Penneywort, Matchweed, and Punctureweed 1 05 REFERENCES AND RELATED DOCUMENTS A. ASPA (American Sod Producers Association)- Guideline Specifications to Sodding B FS O-F-241 - Fertilizers, Mixed, Commercial C Section 02300, Earthwork. 1 06 QUALITY ASSURANCE A. Sod. Minimum age 18 months, with root development that will support its own weight without tearing, when suspended vertically by holding the upper two corners B Submit sod certification of grass species and location of sod source C Sod Producer Company specializing in sod production and harvesting with minimum five years experience, and certified by the State of Florida. D Installer Company approved by the sod producer 107 SUBMITTALS A. Product Data For each type of product indicated B Certification of Grass Seed (if applicable) From seed vendor for each grass-seed monostand or mixture stating the botanical and common name and percentage by weight of each species and variety C Provide submittals for the following products for the Landscape Architect's and Owner's approval of prior to start of work on the sodding- 1. Fertilizer 2 Herbicides 3 Fire ant certification from the sod supplier 4 Specialty grading and grassing contractor information as noted in Section 1 3 above D Contract Closeout Procedures E. Operation Data Submit for continuing Owner maintenance. 02920-2 F. Maintenance Data, Include maintenance instructions, cutting method and maximum grass height, types, application frequency, and recommended coverage of fertilizer. 1 08 REGULATORY REQUIREMENTS A. Comply with regulatory agencies for fertilizer and herbicide composition B. Provide certificate of compliance from authority having jurisdiction indicating approval of fertilizer and herbicide mixture. C Contractor shall follow all regulations, ordinance, and code governing the work, including but not limited to permitting and inspections 1 09 DELIVERY, STORAGE, AND PROTECTION A. Material and Equipment: Transport, handle, store, and protect products B Deliver sod on pallets. Protect exposed roots from dehydration C All sod delivered to the site, shall be laid within 8 hours 1 10 PROJECT CONDITIONS A. Contractor shall inspect the site and plans to become aware of the project conditions and requirements before submitting a bid B Sequence installation to ensure orderly and expeditious utility connections C Coordinate with installation of underground sprinkler system pipe and watering heads. 1 11 PROTECTION OF WORK AND PROPERTY A. The Contractor shall continuously maintain adequate protection of all his work from damage and shall protect the Owner's property from injury or loss arising in connection with his work. B The Contractor is responsible for contacting the-necessary entities to determine the locations of all underground utilities on the site C The Contractor shall take care to avoid damage to any existing buildings, equipment, piping, pipe coverings, electrical systems, sewers, sidewalks, landscaping, grounds, aboveground or underground installations or structures of any kind, and shall be responsible for any damage that occurs as a result of his work. D. Contractor shall adequately protect his work and all adjacent property as provided and required by law. E. Utilities noted on the plans are anticipated locations only The utilities shown may not include all underground utilities on the site, and the locations indicated may not be as installed PART 2- PRODUCTS 2.01 GRASS SOD 02920-3 A. Sod shall be the recognized Argentine Bahia, or St. Augustine Floratam, that is called for on the drawings. B Argentine Bahia and St. Augustine sod shall be well matted with roots, shall be of firm tough texture having a compact top growth and heavy root development. Bahia sod shall be sand based St. Augustine sod shall be muck based Both types of sod shall contain no significant amounts (more than 2% of canopy) of Bermuda grass, weeds or any other objectionable vegetation. The soil embedded in the sod shall be free from fungus, vermin and other diseases and shall have been mowed at least three times with an approved lawn mower with final mowing not more than 7 days before the sod is cut. The sod shall be taken up in commercial size rectangles measuring 16" x 24" The soil base of the sod shall be of a uniform thickness C Sod shall be sufficiently thick to insure a dense stand of live grass. Sod shall be live, fresh, and uninjured at the time of planting Plant sod within 48 hours after harvesting D Use only sod certified free of fire ants. Before delivering any sod to the project, the Contractor shall furnish to the Owner and the Landscape Architect written certification from the supplier that the sod is free of fire ants 202 SEED (if applicable) _ A. Grass Seed Fresh, clean, dry, new-crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds"for purity and germination tolerances B. Seed Species- State-certified seed of grass species, as follows C Seed Species Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0 5 percent weed seed 1 Full Sun. Bahia grass (Argentine) ( Paspalum notatum) 203 COMMERCIAL FERTILIZERS A. Commercial fertilizer shall comply with the State Fertilizer Laws Numerical designation for fertilizer indicates the minimum percentage respectively of (1) total nitrogen, (2) available phosphoric acid, and (3)water soluble potash contained in the fertilizer B Fertilizer for Argentine Bahia and St. Augustine grass shall be 8-8-8-with appropriate minor nutrients applied at the rate of 16 pounds per 1000 square feet. 2.04 WATER A. Contractor shall supply and apply all water 205 ROLLER A. Contractor shall use a roller(s) appropriately sized to achieve the required lawn surface grade 2.06 FERTILIZER SPREADER A. Contractor shall use a device for spreading the fertilizer capable of uniformly distributing the material at required rates 02920-4 207 HERBICIDES A. The Contractor shall select, provide, and apply all herbicides as required 2.08 TOPSOIL A. Topsoil for St. Augustine Floratam and Argentine Bahia Lawns* Topsoil shall be comprised of 50% sand and 50% organic muck by volume Topsoil shall be as provided by Atlas Peat and Soil, Inc. - Mix 50/50, or other equivalent manufactured soil mixture accepted in writing by the Landscape Architect. To propose a substitute, the Contractor shall provide verification from an approved agricultural testing laboratory that the substitute meets the required 50/50 ratio 2.09 SOIL FUMIGANTS A. The Contractor shall select and provide soil fumigants as required to eradicate all soil organisms, all existing vegetation, and all plant seeds and other forms of plant regeneration B Use all soil fumigants and other materials as specified and recommended by the manufacturer(s) All soil fumigants shall be suitable for their intended purpose. 2.10 MULCHES A. All melaleuca mulch shall be made entirely from the wood and bark of the Melaleuca quinquinerva tree It shall not contain more than 10% (by volume) bark. Shreds and chips shall not be larger the '/" diameter and 1'h" in length. Mulch shall be free of weeds, seeds, and any other organic or inorganic material other than melaleuca wood and bark. PART 3- EXECUTION 301 EXAMINATION A. Examine areas to receive lawns and grass for compliance with requirements and other conditions affecting performance Proceed with installation only after unsatisfactory conditions have been corrected 302 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations 1 Protect adjacent and adjoining areas from Hydroseeding overspray(if applicable) B Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways 303 LAWN PREPARATION A. Limit lawn subgrade preparation to areas to be planted B Newly Graded Subgrades Loosen subgrade to a minimum depth of 8 inches Remove stones larger than 2 inches in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property 1 Apply fertilizer directly to subgrade before loosening 02920-5 2 Thoroughly blend planting soil mix off-site before spreading or spread topsoil, apply soil amendments and fertilizer on surface and thoroughly blend planting soil mix. a. Delay mixing fertilizer with planting soil if planting will not proceed within a few days b Mix lime with dry soil before mixing fertilizer 3.04 GENERAL: The order of work for sod installation shall be as follows. A. Bahia Grass Lawns 1. Removal of debris and existing vegetation not noted to remain. 2 Roto-tilling of all compacted areas 3 Subgrading. 4 Removal of additional debris as required. 5. Fine grading. 6. Placement of sod 7. Clean up. 8. Watering. 9 Maintenance (including watering of all areas regardless of whether or not a sprinkler system has been installed) 10 Application of fertilizer 30 days after installation of sod. 11 Rolling of sod as soon as practical B St. Augustine Floratam Lawns 1. Removal of debris and existing vegetation not noted to remain. 2 Roto-tilling of all compacted areas 3 Subgrading 4 Installation of muck topsoils 5 Roto-tilling of muck topsoil into the existing soils 6 Removal of additional debris as required. 7 Fine grading. 8 Placement of sod. 9. Clean up 10. Watering 11 Maintenance (including watering of all areas regardless of whether or not a sprinkler system has been installed) 12. Application of fertilizer 30 days after sod installation 13 Rolling of sod as soon as practical 305 ROTO-TILLING A. Roto-till all lawn areas that have become compacted during the construction process as required to assure adequate percolation of water through the soil 306 SUBGRADING A. Subgrade all areas to be sodded as required to produce the finish grades indicated on the grading plans and specifications.(by others) B Remove all existing shell rock or other road base that encroaches more than 12" into any lawn area, and fill any voids cause by road base removal with clean, well draining, and properly compacted planting soil 3.07 INSTALLATION OF TOPSOIL AND SOIL AMENDMENTS 02920-6 A. Install a minimum 2" thick layer of the required topsoil in all areas to be sodded with St. Augustine Floratam Roto-till all topsoil into the existing soil until the top 4" of soil is a homogeneous mixture 308 REMOVAL OF DEBRIS A. Clean areas receiving grass of all stones larger than 1" in diameter, sticks, stumps, paper, glass and other debris. Kill by herbicide and remove all weeds or existing grasses from areas to be sodded 3.09 FINE GRADING A. After removal of debris, perform fine grading as required to bring all areas to receive grass to a smooth, even, and finished grade Fine grade other areas receiving grass by raking to eliminate wind rows, ridges, depressions and other irregularities The Contractor shall fine grade areas to be sodded as necessary to achieve a finished grade (top of the sod) as specified in this section B All sodded areas bordered by sidewalks, asphalt pavement, or curbs shall have a finished grade (top of the sod's soil) that is flush (or less than '/2" below)with the grade of the adjacent sidewalk, asphalt pavement, or curb C. All sodded areas bordered by planting areas shall have a finished grade (top of the sod's soil) that is 1'/2"above the soil level in the adjacent planting bed. 3.10 PLACING OF SOD A. Sod size shall be as previously specified. The setting of pieces shall be staggered in such a manner as to avoid continuous seams Sod shall be moist and shall be placed on a moist earth bed. Carefully place sod by hand, edge to edge in rows at right angles to the slope, starting at the base of the area and working upward. On St. Augustine and Bahia lawns, install only full size (16" x,24") pieces of sod (except for cutting-in purposes) There shall be no voids between sod pieces, no overlapping of the edges of sod pieces, and the finished grade of all sodded areas smooth and even. Use clean sand to fill any developing voids or unevenness in the sod surface. Unless otherwise indicated by the grading plans, the Contractor shall ensure that the finished grade of sod does not vary more than 2" from a 10' long straight edge B Sod located on slopes should be placed carefully enough so that rolling with a power roller is not necessary Sod located around retention areas, along pavement areas or in swales may be staked at the discretion of the Contractor. The repair of any erosion or sod relocation necessary prior to the sod becoming firmly rooted to the existing soil will be the responsibility of the Contractor Stakes, if used, shall not interfere with walking on, or the mowing of, the sodded areas C The Contractor shall ensure that the finished grade of sod placed directly adjacent to buildings or other walls does not vary more than 2"from a 10' long straight edge 311 HYDROSEEDING (if applicable) A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application 02920-7 1 Mix slurry with non-asphaltic tackifier 2 Apply slurry uniformly to all areas to be seeded in a one-step process. Apply mulch at a minimum rate of 1500-Ib/acre dry weight but not less than the rate required to obtain specified seed-sowing rate 3 Supply slurry uniformly to all areas to be seeded in a two-step process. Apply first slurry application at a minimum rate of 500-Ib/acre dry weight but not less than the rate required to obtain specified seed-sowing rate. Apply slurry cover-coat of fiber mulch at a rate of 1000 Ib/acre 312 CLEAN UP A. Upon completion of the work, all debris, fertilizer bags, pallets etc shall be removed from the site. Any paved areas including curbs and sidewalks shall be thoroughly swept. 313 WATERING A. Watering of the sodded areas will be the responsibility of the Contractor. B Sources from which water will be available shall be installed prior to sodding and shall be in operation for watering sodded areas C. In areas where a permanent irrigation system is not to be installed under this contract, the Contractor shall provide necessary temporary irrigation facilities for performing watering as required to establish and maintain turf areas in a healthy and green condition The Contractor shall note that there are areas of this work that are not to be irrigated by an irrigation system 314 APPLICATION OF FERTILIZER A. Fertilizer shall be as previously specified The rate of application for St. Augustine and Bahia grass shall be approximately 16 pounds per 1000 sq ft. Fertilizer shall be spread uniformly over the area to receive grass by using an approved distribution device calibrated to distribute the appropriate quantity. Fertilizing operations shall not be performed when the wind velocity exceeds 15 miles per hour B St. Augustine and Bahia sod shall be fertilized 30 days after installation C Fertilizer use shall adhere to local ordinances and regulations 315 ROLLING AND TOP DRESSING OF THE SOD A. Wherever possible, within one month of the laying of the sod pieces, the sod shall be pressed firmly into contact with the sod bed by rolling with a suitably sized mechanical roller or other approved equipment. The rolling operation shall provide a smooth and even surface conforming to the grades shown on the grading plan, and insure knitting of sod without displacement of sod or deformation of the surfaces. B All developed unevenness or depressions in the lawn surfaces shall be top dressed as required to achieve a smooth and even finish. Top dressing shall not be applied more than 1" thick. In the case that the lawn surface requires more than 1" of correction, the uneven areas must be removed, re-graded and re-sodded 316 GUARANTEE AND REPLACEMENT 02920-8 A. All sod work shall be guaranteed up until the end of the maintenance period. Replacement of defective or distressed grass materials shall be performed at no additional cost to the Owner. During the guarantee period, it shall be the Contractor's responsibility to immediately replace any dead material. 317 COMPLETION AND ACCEPTANCE A. Completion of work shall mean full compliance and conformity with the provisions expressed or implied in drawings and in the specifications Upon satisfactory completion of the work, the Architect will perform an inspection of the work to determine if the sodding work is ready for acceptance. 318 MAINTENANCE PROVISIONS- ST AUGUSTINE AND BAHIA GRASS A. The Contractor shall be responsible for complete maintenance of all St. Augustine and Bahia lawn areas until "Substantial Completion" of the project or final acceptance. Maintenance shall include, but not be limited to 1. Mowing all lawn areas no less than every other week, and the removal of all visible amounts of grass clippings from the lawn areas The lawn shall never be allowed to exceed 5" in height for St. Augustine grass and 8" in height for Bahia grass 2. Edging of all walks, roadways, and planting beds no less than every other week. 3 Eradication of all harmful insects (including ants) 4. Control of all lawn and soil diseases 5 Watering and fertilizing as specified, and as required to maintain all lawn areas in a good condition for plant growth. Grass is required to be in a healthy and green condition at the time of final acceptance. 6 Eradication of all weeds in the lawns as necessary for the grass to conform to the specification in paragraph 2.1 END OF SECTION 02920-9 SECTION 02950 TREES, PLANTS AND GROUND COVER (Landscaping) -Bid Item No. 580-1 Landscaping—Lump Sum (LS) -Bid Item No. 580-2 Mulch (3"min.)—per Square Yard (SY) PART 1 -GENERAL 1'.01 RELATED DOCUMENTS A. All of the contract Documents, including General and Supplementary Conditions and Division1 General Requirements, apply to the work of this section B Drawings contain additional specifications specific to this project, including FGBC requirements Specifications herein and those on the drawings shall be adhered to. C Unless otherwise noted, landscape installation shall also conform to the provisions of Florida D.O.T Standard Specifications for Road and Bridge Construction- Section 580 D Reference local Code of Ordinances governing the use of fertilizers (attached to this Section 02950) 1 02 Description - Landscaping A. The work shall consist of furnishing all labor, supplies, equipment and materials necessary to complete the planting of all trees, palms, shrubs and ground covers in the locations shown on the drawings, and all other work associated with and incidental to the landscape planting work as shown on the drawings and specified under this section. B Measurement and payment(Lump Sum)-Trees, shrubs, and other plants (not including Lass : The quantity to be paid for shall be lump sum (L.S )for all landscaping designated on the plans, including the plan designated quantity, species, size and quality of plant material, completed and accepted, and shall include Furnishing and planting the designated plant types, furnishing and placing of the plant backfill, fertilizer and mulch, staking and guying, application of water, the installation of root barriers, plant and tree protection methods and materials, the maintenance, care, etc., and all costs of any required relocation of existing plantings, replacing of plantings or restoring of damage areas for the duration of the project contract time and warranty period specified in the contract documents (If a warranty period is not specified elsewhere in the contract documents, it shall be a minimum of ninety(90)days from project final completion and acceptance) TheFe will be Re bed itern f^F M IGhing. The lump sum price shall also include the administrative requirements and documenation preparation needed to assist the owner to obtain water conservation credits for the FGBC certification. This requires the contractor to retain qualified consultant(s)for portions of the work Reference the FGBC specifications on the drawings, and within section 018113 of the specifications 02950-1 1 03 SECTION INCLUDES: A. Preparation of subsoil and topsoil B Topsoil bedding C. New and Relocation of trees, plants, and ground cover D. Mulch and fertilizer E River rock exposed stone/aggregate for draining. F Course aggregate gravel G. Maintenance H Tree Pruning 104 SCOPE A. The work shall consist of furnishing all labor, supplies, equipment and materials necessary to complete the planting of all trees, palms, shrubs and ground covers in the locations shown on the drawings, and all other work associated with and incidental to the landscape planting work as shown on the drawings and specified under this section B. All plant materials and references in this section are not necessarily required on this project; however, when indicated or required by drawings or specifications, they shall be applicable C All plant material shall be of the specific size and quality indicated on the drawings, shall be installed, maintained and watered in strict accordance with good horticultural practices D The Contractor is responsible for the complete removal and relocation of all existing plant material necessary to implement the construction plans, if applicable E. Unless otherwise noted, the Contractor is responsible for the replacement of any existing lawn or other landscape area, damaged during the construction process to original or better condition F. The Contractor is responsible for the contract growing of all plant materials indicated on the plans that the Contractor cannot guarantee to be available at the time of the project installation. G. The Contractor is responsible for the complete removal of all non-native vegetation from the site, if applicable H Contractor submitting a proposal for this contract is responsible to inspect the site to acquaint themselves with the site conditions, including but not limited to existing and proposed utilities in area of work. 105 REFERENCES A. ANSI Z60 1 - Nursery Stock. B NAA (National Arborist Association)- Pruning Standards for Shade Trees 02950-2 C State of Florida Standards - Nursery Stock. 106 DEFINITIONS A. Weeds. Include Crab Grass, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedges, Bindweed, Goose Grass, Crowfoot Grass, Torpedo Grass, Spurges, Spreading Dayflower, Guinea Grass, Bull Paspalum, Sandbur, Love Grass, Finger Grass, Paricum Grasses, Foxtail, Smut Grass, Amaranth, Chickweeds, Ragwood, Spanish Needles, Thistle, Horseweed, Dogfennel, Cudweed, Hawksbeard, Dollarweed, Pepperweed, Beggarweeds, Sida, Oxalis, Pusley, Penneywort, Matchweed, and Punctureweed. B. Plants. Living trees, plants, and ground cover specified in this Section, and described in ANSI Z60 1 107 SUBMITTALS A. Contract Closeout: Procedures for submittals B. Maintenance Data: Include cutting and trimming method; types, application frequency, and recommended coverage of fertilizer C Fertilizer D Planting soil. Requests for substitutions from the specified product shall be accompanied by documentation from a qualified agricultural testing laboratory that indicates that the proposed planting soil meets the requirements of the specifications. E Herbicides F Water storing polymer G. Melaleuca mulch H Staking and guying materials 1 08 QUALITY ASSURANCE A. Nursery Qualifications. Company specializing in growing and cultivating the plants with three years documented experience B. Installer Qualifications Company specializing in installing and planting the plants with five years documented experience C. Tree Pruner Qualifications Company specializing in pruning trees with proof of Arborist Certification D. Tree Pruning NAA- Pruning Standards for Shade Trees E Maintenance Services Performed by installer 1 09 CONTRACTOR SUPERVISION A. The Contractor shall provide a competent superintendent and any necessary assistants on the project when work is in progress. 02950-3 B. The superintendent shall not be changed during the project without the consent of the Landscape Architect unless the superintendent leaves the Contractor's employment. C The superintendent shall represent the Contractor and in the Contractor's absence all directions given to him by the Landscape Architect shall be binding as if given to the Contractor D. The Contractor's superintendent shall supervise the Contractor's employees on the job site and be responsible for their actions and conduct on the job site 1.10 PROTECTION OF WORK AND PROPERTY A. The Contractor shall continuously maintain adequate protection of all his work from damage and shall protect the Owner's property from injury or loss arising in connection with his work. B The Contractor is responsible for contacting the necessary entities to determine the locations of all underground utilities on the site. C The Contractor shall take care to avoid damage to any existing buildings, equipment, piping, pipe coverings, electrical systems, sewers, sidewalks, landscaping, grounds, aboveground or underground installations or structures of any kind, and shall be responsible for any damage that occurs as a result of his work. D Contractor shall adequately protect his work and all adjacent property as provided and required by law E. Utilities noted on the plans are anticipated locations only The utilities shown may not include all underground utilities on the site, and the locations indicated may not be as installed 1 11 REGULATORY REQUIREMENTS A. Comply with regulatory agencies for fertilizer and herbicide composition. B Plant Materials: Certified by State Department of Agriculture 1 12 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site. B Deliver fertilizer in waterproof bags showing weight, chemical analysis, and name of manufacturer C Protect and maintain plant life until planted D Deliver plant materials immediately prior to placement. Keep plants moist. 1 13 ENVIRONMENTAL REQUIREMENTS A. Do not install plant life when ambient temperatures may drop below 35° F B Do not install plants when wind velocity exceeds 30 mph 114 COORDINATION 02950-4 A. Coordinate the work of this Section with the installation of underground irrigation system, utilities, piping and watering heads B Proceed with and complete landscape work as rapidly as portions of site becomes available, working within seasonal limitations for each kind of landscape required 115 WARRANTY A. Provide a warranty on work of this Section for a minimum of one year including one continuous growing season Commence warranty upon final inspection by Landscape Architect. B -Warranty- Include coverage of plants from death or unhealthy conditions C Replacements. Plants of same size and species as specified, planted in the next growing season, with a new warranty commencing on date of replacement. PART 2- PRODUCTS 2.01 NOMENCLATURE A. All plant material shall conform to the names given in Hortus Third, published by the Macmillian Publishing Co , Inc., copyright 1976 Names of varieties not included therein shall conform to names accepted in the trade. 2.02 GRADE STANDARDS A. All plant material shall be nursery grown, except where specified as collected material, if applicable, and shall comply with all required inspections, grading standards and plant regulations as set forth by the latest editions of the Florida Department of Agriculture's "Grades and Standards for Nursery Plants, 2nd Edition. February 1998. B. All plant material shall have a growth habit that is normal for that species and shall be sound, healthy, vigorous and free from insects, plant diseases and injuries C. Unless otherwise specified, all plant material shall be Florida No 1 or better until the expiration of the required maintenance period D Plant material showing signs of die-back or leaf-drop after planting will not be accepted. E Plant material shall not have chlorosis in any foliage 2.03 INSPECTION AND TRANSPORTING A. Movement of nursery stock shall comply with all Federal and State regulations. 204 MELALEUCA MULCH A. All melaleuca mulch shall be made entirely from the wood and bark of the Melaleuca quinquinerva tree It shall not contain more than 10% (by volume) bark. Shreds and chips shall not be larger the '/" diameter and 1'/2" in length Mulch shall be free of weeds, seeds, and any other organic or inorganic material other than melaleuca wood and bark. 02950-5 205 PLANTING SOIL A. All plant material, unless otherwise specified shall be planted with planting soil consisting of approximately 50% sand and 50% muck by volume B Planting soil shall be as manufactured by Atlas Peat and Soil, Inc - Mix 50/50 or other equivalent manufactured soil mixture C If a substitute is proposed, the Contractor shall provide sufficient analytical information from a qualified testing laboratory so that the 50/50 ratio of muck to sand can be ascertained D A water-storing polymer shall be uniformly mixed within the planting soil at the rates recommended by the polymer manufacturer 206 PLANT REQUIREMENTS A. Balled and Burlapped Plants: The root ball shall be properly protected and kept moist until planted Whenever possible, the plant shall be handled only by the earth ball and not by the plant itself The diameter of the ball must be sufficient to encompass all of the fibrous and feeding root system necessary for the development of the plant. B Container-Grown Plants Plants that have become "pot bound" will not be acceptable A container cutter shall be used unless the root ball system slips easily and unbroken from the container Plants shall not be removed from the can until immediately before planting. Containerized trees with circling roots shall not be accepted. C Collected Plants (if applicable)* Plant material that has not been taken from active nursery operations shall be dug with a root ball spread at least 1/3 greater than nursery grown plants and shall not be planted before inspection and acceptance at the site D Palms All palm species except Sabal palmetto shall have roots adequately wrapped before transporting. All Sabal palms shall be booted Sabal palms shall have a hurricane cut. Sabal palms shall be installed on site at the earliest opportunity in the construction process Palm trees showing signs of dieback or dead fronds will not be accepted. Sabal palms will not be accepted with burn marks Any damaged palm tree will be rejected All Sabal palms shall be from sandy soils All Sabal palms shall be Florida Fancy The balls of all Sabal palms shall be sufficiently large to support the head of the palm. The Contractor shall treat all palms as required to prevent infestation by the palmetto weevil 207 FERTILIZER A. All fertilizer shall be a 18-4-12 mix with the approximate following formulation- 1 Total nitrogen 1800% 2. Ammonia cal nitrogen 2.75% 3 Water soluble organic nitrogen 11.25% 4 Water insoluble nitrogen 400% 5 Available phosphoric acid 4.00% 6 Water soluble potash 12.00% 7 Chlorine- not more than 200% 8. Total water soluble magnesium 132% 9 Manganese 0.07% 10. Copper 003% 11 Zinc 007% 02950-6 12 Iron 1 58% B Fertilizer shall be delivered in unopened bags, each carrying the name of the manufacturer and the chemical makeup of the contents, conforming to all applicable governmental regulations, and in dry condition. 208 HERBICIDES A. Post-emergence herbicide, The post-emergence herbicide shall be a foliar applied herbicide which will control a broad range of annual and perennial grass and broad leafed weeds plus applicable woody brush and tree species Herbicide shall kill the entire weeds species, including the below the ground root or rhizome system. The herbicide shall have no residual soil activity All herbicide is to be applied according to the manufacturer's recommendations B Pre-emergence Herbicide The pre-emergence herbicide shall be a selective pre-emergence herbicide used for the control of annual grasses and broad-leafed weeds in turf and ornamentals Herbicide shall control weeds by killing the young weed seedlings as they come into contact with the herbicide during germination. The herbicide shall be in granular form 209 WATER STORING POLYMER A. The polymer shall be a super absorbent sodium based polymer with chemically identical partial sizes of 5 mm to 2 8 mm The polymer shall be non-toxic. The polymer shall be incorporated into all planting soil at the rate recommended by the polymer manufacturer 2 10 WATER A. All water is to be supplied and applied by the Contractor All watering shall be by water truck until such time as the irrigation system is in operation PART 3- EXECUTION 3.01 EXAMINATION A. Verify that prepared subsoil and planters are ready to receive work. B. Verify that required underground utilities are available, in proper location, and ready for use 302 EXISTING VEGETATION REMOVAL A. The Contractor shall remove all existing vegetation necessary to implement the project construction plans , if applicable. 303 REMOVAL OF ALL NON-NATIVE VEGETATION A. The Contractor shall remove all non-native vegetation from the project site, if applicable Non-native vegetation shall include, but not be limited to: 1. Melaleuca 2. Australian pine 3. Brazilian Pepper 4 Schefflera 5 Acacia 02950-7 6 Downy rose myrtle 7 Love vine 304 GRADING OF PLANTING AREAS A. Unless otherwise specified, all planting areas bordered by pavement, sidewalk or curb shall have a finished grade (not including mulch) 3" below the grade established by the adjacent pavement, sidewalk or curb 3.05 EXCAVATION OF PLANT HOLES A. Tree Holes Tree holes shall be roughly cylindrical in shape with the sides approximately vertical. All holes shall be deep enough to allow for a 6" layer of planting soil under the ball Trees shall be centered in the holes. Holes to accommodate tree ball sizes less than 24" in diameter shall be at least 18" in diameter greater that the diameter of the ball Holes to accommodate balls 2' and larger in diameter must be at least 2' in diameter greater that the diameter of the ball Holes to accommodate balls 5' and larger must be at least 36" in diameter greater than the diameter of the ball B. Shrub Holes- Shrub holes shall be roughly cylindrical in shape with the sides approximately vertical. All holes shall be deep enough to allow for a 2" layer of planting soil under the ball. Plants shall be centered in the holes. Holes to accommodate shrub balls shall be 8" greater in diameter than the size of the ball of the plant supplied. C Removal of Subsoil Dispose of excess subsoil removed from planting excavations D The Contractor shall be responsible for the complete removal of all shell rock or other road bases that encroach more than 12" into the planting areas. Remove or roto-till all compacted soils as required to provide for good soil percolation All voids resulting from such excavations shall be filled with clean, well draining planting soil 306 SETTING OF PLANTS A. Plants shall rest on the prepared hole bottom and final grade around the plant shall conform to the surrounding grade Plants shall be set straight and plumb The balls of B&B or WB&B plants that cannot be planted immediately shall be covered with moist soil, mulch or other protection to prevent drying. All plants shall be watered as necessary before and after planting B The Contractor should note that there are potentially no individual irrigation bubblers on most of the trees on this project. The Contractor will be responsible for providing hand watering to properly establish all trees and palms, and to maintain them in a healthy condition until the water provided by the irrigation system is sufficient for that purpose C. Cut and remove all metal, wire, rope, nylon, twine or other materials (excluding burlap) from the tops of all root balls Mulch should not be placed until all such materials have been removed from the top of the root balls, and that the trees have been installed at the proper grade 3.07 BACKFILLING A. All backfill to be used in planting shall be comprised of the specified planting soil combined with the water-storing polymer The backfill shall be firmly tamped and settled by watering to within 1/3 of the top of the planting hole and thoroughly puddled with water to eliminate all air 02950-8 i pockets before bringing backfill up to the finished grade There shall be a 6" high water basin, no smaller than the plant hole, constructed around each plant for watering purposes Hedge and mass shrub planting should have the dike encompassing the entire grouping of plants The soil used to make the dike shall consist of planting soil. The dike should be removed prior to beginning the mulching or sodding operation 308 INSTALLATION OF GROUND COVERS A. All areas to receive ground covers shall be sub-graded to accept a 2" thick layer of clean, weed free, 100% organic pulverized muck. Roto-till or hand spade the muck into the existing soil to a depth of 4" Plant the ground cover as specified on the drawings. 309 FERTILIZING Fertilize all plant materials at the following rates A. Trees: Four(4) ounces of the specified fertilizer per tree B Shrubs: Three (3)gallon containers or larger: One ounce of the specified fertilizer per plant. C One gallon sized plants or ground covers: 10 pounds of the specified fertilizer per 1,000 square feet D Do not apply fertilizer until plants have been installed and watered for a minimum of three days E Do not apply fertilizer within 4"of the trunk of any plant material F Water all plant materials immediately following fertilization G All fertilizer shall be applied prior to beginning the mulching operation. H Fertilizer use shall adhere to local ordinances and regulations 310 STAKING AND GUYING A. The Contractor shall stake all trees and palms The Contractor shall be responsible for the replacement or adjustment of all trees, palms or shrubs that fall or lean during the guarantee period, regardless of the reason for the plant material's displacement. The Contractor shall be responsible for any damage caused by the falling or leaning of trees. All tree staking shall be accomplished in a neat and workmanlike manner B Trees shall be securely anchored as per the tree installation detail on the drawings. Stakes shall be spaced evenly around the trunk of the trees. Trees may also be staked as specified in Grades and Standards for Nursery Plants, 2nd Edition February 1998, page 27. C. Palms will be staked as per the palm installation details on the drawings Palms may also be staked as specified in Grades and Standards for Nursery Plants, 2nd Edition February 1998, page 27 311 PRUNING A. All broken or damaged roots shall be cut off smoothly The tops of all new or relocated trees shall be pruned in a manner complying with standard horticultural practices All pruning will be accomplished as directed by the Owner or his designated representative The Contractor shall be responsible for the initial pruning of all tree and shrubs as directed by the Owner or 02950-9 his designated representative A certified Arborist shall make all pruning of limbs in excess of 2" in diameter 312 HERBICIDE TREATMENT A. Prior to beginning the mulching operation, the Contractor shall apply post-emergence herbicide to all weeds that have appeared within the bed lines. The Contractor shall wait the period of time recommended by the manufacturer before beginning the clearing operation Treat all planting and mulch beds with pre-emergence herbicide prior to beginning the mulching operation All herbicides are to be applied in accordance with the manufacturer's recommendations The Contractor shall be responsible for the removal of all weeds appearing on the site prior to the final acceptance of the work. 3.13 MULCHING A. Within one week after plant installation, apply melaleuca mulch material in a minimum 3"thick layer over all tree, shrub and ground cover planting areas, unless otherwise specified All mulch layers shall be of the specified thickness at the time of the final acceptance of the work. B Place a layer of melaleuca mulch at least 3" in depth in a circle around all trees located in lawn areas The diameter of the circle shall be 18" in diameter larger than the ball of the plant provided Pull the mulch away so that it is not in direct contact with the trunk of the tree 314 DISPOSAL OF SURPLUS MATERIALS AND SITE CLEANUP A. Surplus excavated materials from plant holes shall be properly disposed of off the site All debris and other objectionable material created through planting operations and landscape construction shall be removed completely from the site B All preservation areas shall be cleared of trash and debris The Contractor shall be responsible for the removal of trash and debris that was existing at the start of construction, as well as materials that have been deposited during the construction process C All rocks and other debris shall be removed from all planting and lawn areas 315 CONDITIONS OF PLANTING A. Plant material shall be maintained by watering, removing dead branches, resetting plants to proper grade or upright position and any other operation necessary to assure good maintenance and compliance with the drawings and specifications The Contractor shall keep all guy wires tight and all tree staking properly adjusted. All plants shall remain healthy, vigorous and undamaged throughout the establishment period 3.16 ESTABLISHMENT PERIOD A. The Contractor will be responsible for the proper maintenance, survival and condition of all plantings from the time of installation until the final acceptance of the landscape and irrigation work by the Owner and the Landscape Architect. Final acceptance will not be granted prior to "substantial completion" of the entire project. Necessary replacement of plants during the guarantee period shall be the responsibility of the Contractor All plantings shall be alive and in good growing condition at the time of final acceptance The rating of each plant according to Florida Grades and Standards shall be equal to or better than that called for on the drawings and specified in this section at the time of final acceptance. 02950-10 3.17 COMPLETION AND ACCEPTANCE A. Completion of the work shall mean full compliance and conformity with the provisions expressed or implied in the drawings and in the specifications, and acceptance of the work by the Owner and the Landscape Architect. Upon satisfactory completion of the work, the Architect will perform an inspection of the work to determine if the planting work is ready for acceptance. 318 GUARANTEE AND REPLACEMENT A. All plant material shall be guaranteed for a minimum of one year after "Substantial Completion" of project or final acceptance of the landscape and irrigation work by the Owner and the Landscape Architect, whichever is later The guaranteeing of plant material shall be construed to mean complete replacement with plant material of the same species, size, quality and grade as that of the original material. The Contractor at his expense shall replace plant material not in healthy growing condition, or with questionable survival ability at the end of the guarantee period During the guarantee period it shall be the Contractor's responsibility to immediately replace any dead material. 3.19 MAINTENANCE PROVISIONS A. The Contractor is responsible for complete maintenance of all landscaping until "Substantial Completion" of the project or final acceptance of the landscape and irrigation work by the Owner and the Landscape Architect, whichever is later Maintenance shall include, but not be limited to 1 Watering of all plant materials as required to provide good conditions for plant health and growth 2 Immediate eradication of all harmful plant insects (including ants) and diseases 3 Removal of all weeds from the planting beds within one week after their appearance 4 Pruning of all shrubs and trees as directed by the Owner or his designated representative 5 Fertilizing of all plant materials as required to provide good conditions for plant health and growth PART 4 -SPECIAL REQUIREMENTS- FGBC 401 General requirements and coordination The contractor (and its landscape sub- contractor) shall coordinate with the contractor's WaterStar certifier consultant prior to commencement of the work to ensure the work will be completed in accordance with the contract documents, and FGBC certification, Florida Friendly certification and WaterStar certification requirements, and shall assist the consultant with the certification process Accordingly, the contractor (and its landscape sub-contractor) shall become familiar the requirements and include all equipment, materials and labor to meet or exceed the landscape requirements in sections 018113, 02204, 02205, 02208, 02920, 02950, the drawings and other applicable specifications in Divisions 1 to 16 402 Installed Landscape, Water Conservation Certifications Obtain Florida Friendly Landscape certification, WaterStar Certification, and meet or exceed FGBC Water conservation requirements for the installed Landscape listed herein. FGBC water conservation, including Landscape and irrigation design and installation objectives and requirements include 02950-11 a. No Invasive Plants on-site, and Florida Friendly Landscape — Provide third party verification that there are no invasive species on-site, and maintained landscape does not contain any plants on the current UF/ IFAS assessment "invasive — not recommended list". Provide as-built landscape plan and plant list. b. Separate irrigation zones for turf and landscape — provide as-built plan of landscape material with irrigation zones superimposed, with location and type of controller depicted c Provide inspection report that rain shut off device is installed and operating correctly d Draught tolerant landscape material, Florida Friendly Low Water Landscape — (100%) - Provide third party verification that 100% landscape plant material is from a local drought tolerant list. Provide as-built landscape plan and plant list. e Turf / Sod Percentage (max. 40%) — Provide third party verification, and provide as-built landscape plan depicting grassed areas and percentage coverage of site. (max. amount to be 40%). f Plants / Trees Compatible with Local microclimate - Provide third party verification that the landscape material provided is located in areas that are compatible with its location in the landscape — (consider sun/ shade, soil type, incompatible plant types, placement for watering and fertilizers) Provide as-built landscape plan and plant list. g Evenly shaped turf areas / no grass on berms - Provide as-built landscape plan and photographs of all landscaped and grassed areas. h Plants with similar Maintenance grouped together - Provide third party verification that the landscape material provided is grouped together with other materials with similar maintenance requirements Provide as-built landscape plan and plant list. i. Mulch (non cypress) — Provide evidence that the mulch provided is non cypress, applied 3 to 4 inches deep and extending out to drip line (min ) Provide as-built landscape plan and photographs of all landscaped/ mulched areas. j. Meet Florida WaterStar Standards and Florida Friendly Landscape program Standards, and obtain certification 4 03 Submit certification(s) from the landscape contractor and landscape supplier(s), that specifies that all (100%) of the plant material provided.on the site is' 1 ) Florida No 1 or better in accordance with "Grades and Standards for Nursery Plants", Part I and Part II, State of Florida; and 2 ) rated Florida Friendly Low water landscape 100% Draught tolerant, and is also rated "high" drought tolerant in accordance with the publication prepared by Florida's water management districts " Waterwise Florida landscapes", and 3 ) no invasive plants are present. 404 Local ordinances governing the use of fertilizer- 02950-12 2/10M16 Vero Beet} FL Code of Ordnm= ARTICLE V:-FLORIDA-FRIENDLY FERTILIZER USE Sec.38-101.-Purpose and intent This article regulates the proper use of fertilizers by any applicator;requires proper training of commercial and institutional fertilizer applicators;establishes training and permitting requirements; establishes a prohibited application period;specifies allowable fertilizer application rates and methods, fertilizer—free zones,low maintenance zones,and exemptions.This article requires the use of best management practices which provide specific management guidelines to minimize negative secondary and cumulative environmental effects associated with the misuse of fertilizers.These secondary and cumulative effects have been observed in and on the city's natural and constructed stormwater conveyances,canals,estuaries,creeks,and other water bodies.Collectively,these water bodies are an asset critical to the environmental,recreational,cultural and economic well-being of the city residents and the health of the public.Overgrowth of algae and vegetation hinder the effectiveness of flood attenuation provided by natural and constructed stormwater conveyances.Regulation of nutrients,including both phosphorus and nitrogen contained in fertilizer,will help improve and maintain water and habitat quality. (Ord.No.2012-01,§2,1-3-2012) Sec.38-102.-Definitions. As used in this article,the following words,phrases,and terms shall have the meanings set forth in this section unless the context indicates otherwise: Administrator means the planning and development director or other official as may be designated by the city manager. Application or apply means the actual physical deposit of fertilizer to turf or landscape plants. Applicator means any person who applies fertilizer on turf and/or landscape plants within the city limits. Board orgaverning board means the city council. Best management practices means turf and landscape practices or combination of practices based on research,field-testing,and expert review,determined to be the most effective and practicable on-location means,including economic and technological considerations,for improving water quality,conserving water supplies,and protecting natural resources. Commercial fertilizer applicator,except as provided in F.S.§482.1562(9),means any person who applies fertilizer in exchange for payment or other consideration within the corporate limits of the city to property not owned by the person or firm applying,the fertilizer or the employer of the applicator. Department means the city planning and development department Fertilize,feit/lizing,or fertiliiation means the act of applying fertilizes-to turf,specialiied turf,or landscape plants. hupslmvmjnuimdaao mbwyMNaro teadkmmsteoaa c ardroxmzseara,Re*mt--%78%2?archTad%2Z%Zna-1m'AM%?lpageNuan%221.%._. 116 02950-13 2/102018 Vero Beach FL Code of Qrdrancee Fertilizer means any substance or mixture of substances that contains one or more recognized plant nutrients and promotes plant growth,or controls soil acidity or alkalinity,or provides other soil enrichment,or provides other corrective measures to the soil. Heavy rain means rainfall greater than two inches in a 24-hour period. Institutional fertilizer applicator means any person,other than a private,non-commercial or commercial fertilizer applicator(unless such definitions also apply under the circumstances),who applies fertilizer within the corporate limits of the city for the purpose of maintaining turf and/or landscape plants.Institutional fertilizer applicators shall include,but shall not be limited to,owners,managers,or employees of public lands,schools,parks,religious institutions,utilities,industrial or business sites, multiple-family projects,and any residential properties maintained in condominium and/or common ownership. Landscape plant means any native or exotic tree,shrub,or groundcover,but excluding turf. Low-maintenance zone means an area a minimum of ten feet wide adjacent to water courses that is planted and managed in order to minimize the need for fertilization,watering,and mowing. Person means any natural person,business,corporation,limited liability company,partnership, limited partnership,association,club,organization,and/or any other group of people acting as an organized entity. Restricted season means June 1 through September 30. Saturated soil means a soil in which the voids are filled with water.Saturation does not require flow. For the purposes of this article,soils shall be considered saturated if standing water is present or the pressure of a person standing on the soil causes the release of free water. Slow-release nitrogen means nitrogen in a form which delays.its availability for plant uptake and use after application,or which extends its availability to the plant longer than a reference rapid or quick release product. Turf,sod,or lawn means a piece of grass-covered soil held together by the roots of the grass. Urban landscape means pervious areas on residential,commercial,industrial,institutional,highway rights-of-way,or other nonagricultural lands that are planted with turf or horticultural plants.For the purposes of this article,agriculture has the same meaning as in F.S.§570.02. (Ord.No.2012-01,§2,1-3-20,1 2;Ord.No..2013-23,§2,.11-19-2013) Sec.38-103.-Applicability. This article shall be,applicable to and shall regulate any and all applicators of fertilizer and areas of application of fertilizer within the corporate limits of the city,unless the applicator is specifically exempted.This article shall be prospective only and.shall not impair any existing contracts. (Ord.No.2012-01,§2,1-3-2012;Ord.No.201.3-23,§2,.11-19-2013) Sec:38-104.-Timing of fertilizer application. hlfpsyNww.mtnioodecomAfbreryAUve,c beadVcodwoode c(crdnmxw7sowdRequesY-% Tmd%22%7138-101%7;%22paMNwn%221.%... 213 02950-14 2HOW6 Vero Bawl%FL Code d Or+dnvew No applicator shall apply fertilizers containing nitrogen and/or phosphorus to turf and/or landscape plants during the restricted season,to saturated soils,or during a period in which a flood watch or warning,or a tropical storm watch or warning,or a hurricane watch or warning is in effect for any portion of the city,issued by the National Weather Service,or if heavy rain is likely. (Ord.No.2012-01,§2,1-3-2012;Ord.No.2013-23,§2,11-19-2013) Sec.38-105.-Fertilizer free zones. Fertilizer shall not be applied within ten feet of any pond,stream,watercourse,lake,canal,or wetland, as defined by the Florida Department of Environmental Protection in Chapter 62-340,Florida Administrative Code,or from the top of a seawall.If more stringent regulations of this Code apply,the more stringent provisions shall prevail.Newly planted turf and/or landscape plants may be fertilized In this zone only for a 60-day period beginning 30 days after planting if needed to allow the plants to become well established.Caution shall be used to prevent nutrients from being directly deposited into the water. (Ord.No.2012-01,§2,1-3-2012;Ord.No.2013-23,§2,11-19-2013) Sec.38-106.-Low maintenance zones. A voluntary ten-foot low maintenance zone is strongly recommended,but not mandated,from any pond,stream,water course,lake,wetland,or from the top of a seawall.A Swale/berm system is recommended for installation at the landward edge of this low maintenance zone to capture and filter runoff.If more stringent regulations of this Code apply,the more stringent provisions shall prevail. Notwithstanding the voluntary nature of the above sentences,no mowed or cut vegetative material shall be deposited or left remaining in this zone or deposited in the water.Care should be taken to prevent the over-spray of aquatic weed products in this zone. (Ord.No.2012-01,§2,1-3-2012;Ord.No.2013-23,§2,11-19-2013) Sec.38-107.-Fertilizer content and application rates. (a) No fertilizer containing phosphorous shall be applied to turf or landscape plants in the city unless a soil or plant tissue deficiency is verified by a University of Florida,Institute of Food and Agriculture Sciences,approved testing methodology.In the case that a deficiency has been verified,the application of a fertilizer containing phosphorous shall be in accordance with the rates and directions for the Central Region of Florida as provided by Rule 5E-1.003(2),Florida Administrative Code. Deficiency verification shall be no more than two years old.However,recent application of compost, manure,or top soil shall warrant more recent testing to verify current deficiencies. (b) As of the effective date of the ordinance from which this article is derived,the nitrogen content of fertilizer applied to turf or landscape plants within the city shall contain at least 25 percent slow release nitrogen per guaranteed analysis label.As of June 1,2014,the nitrogen content of fertilizer applied to turf or landscape plants within the city shall contain at least 50 percent slow release nitrogen per guaranteed analysis label. (c) Fertilizers applied to an urban lawn or turf within the city shall be applied in accordance with requirements and directions set forth on the label or tag for packaged fertilizer products,or in the printed information accompanying the delivery of bulk fertilizer products,as provided by Rule SE- 1.003(2),Florida Administrative Code,Labeling Requirements For Urban Turf Fertilizers.All packaged and hlipsJAvwwmt"cod&cmt4FrwylHNaro beedVeodesidode d ordrwcm?sawd Ra¢uasY-%7B%?2seerehT&Xff.2 ZM&101%2Z%24mgaNtan%221,%._. 36 02950-15 211012018 Vero Beach',FL Code of Ordnervm bulk fertilizer products sold in the city shall be sold in packages with labels or tags,or,if sold in bulk, be accompanied by printed information,which complies with the requirements of Rule 5E-1.003(2), Florida Administrative Code. (d) Fertilizer containing nitrogen or phosphorus shall not be applied before seeding or sodding a site, and shall not be applied for the first 30 days after seeding or sodding,except when hydro-seeding for temporary or permanent erosion control in an emergency situation(wildfire,etc.),or in accordance with the stormwater pollution prevention plan for that site. (Ord.No.2012-01,§2,1-3-2012,Ord.No.2013-23,§2,11-19-2013) Sec.38-108.-Application practices. (a) Spreader deflector shields are required when fertilizing via rotary(broadcast)spreaders.Deflectors must be positioned such that fertilizer granules are deflected away from all impervious surfaces,any fertilizer-free zones and water bodies,including wetlands. (b) Fertilizer shall not be applied,spilled,or otherwise deposited on any impervious surfaces. (c) Any fertilizer applied;spilled,or deposited,either intentionally or accidentally,on any impervious surface shall be Immediately and completely removed to the greatest extent practicable. (d) Fertilizer released on an impervious surface must be immediately contained and either legally applied to turf or any other legal site,or returned to the original or other appropriate container. (e) In no case shall fertilizer be washed,swept,or blown from impervious surfaces into stormwater drains,ditches,conveyances,or water bodies. (Ord.No.2012-01,§2,1-3.-2012,Ord.No.2013-23,§2,11-19-2013) Sec.38-109.-Management of grass clippings and vegetative matter. In no case shall grass clippings,vegetative material and/or vegetative debris be washed,swept,or blown off into stormwater drains,ditches,conveyances,water bodies;wetlands,or sidewalks or roadways. Any material that is accidently so deposited shall be immediately removed to the maximum extent practicable. (Ord.No! 2012-01,§2,1-3-2012;Ord.No.2013-23,§2111-19-2013) Sec.38-110.-Exemptions.. The provisions set forth above in this article shall not apply to: (a) Bona fide farm operations as defined in the Florida Right to Farm Act,F.S.§823.14; (b) Other properties not subject to or covered under the Florida Right to Farm Act that have pastures used for grazing livestock; (c) Any lands used for bona fide scientific research,including,but not limited-to,research on the effects of fertilizer use on urban stormwater,water quality,.agronomics,.or horticulture; (d) Golf courses when landscaping is performed within.the provisions of.the.Florida Department of Environmental Protection document,'Best Management Practices for the Enhancement of Environmental Quality on Florida Golf.Courses,"these provisions shall be followed when applying fertilizer to golf course practice and play areas; (e) Athletic fields at public parks and school facilities that apply the concepts and principles embodied in the Florida Green BMPs,while maintaining the health and function.of their specialized turf areas;or hUpslA—W-Miaioodeo-MlbrarylBNwl b—WcodesJcoda cf ordnmxw?sear&RWAst=%7B%ZhmrchTOffaZ%ZMB.101%2Z%ZOVaNun%221,%... 46 02950-16 21102018 Vero Beech FL Code d Crdwoms (f) Vegetable gardens owned by Individual property owners ora community,and trees grown for their edible fruit. (Ord.No.2012-01,§2,1-3-2012;Ord.No.2013-23,§2,11-19-2013) Sec.38-111.-Training. (a) Within the time period set forth in section 38-113 of this article,all commercial fertilizer applicators and institutional fertilizer applicators within the city shall abide by and successfully complete the six- hour training program in the"Florida friendly Best Management Practices for Protection of Water Resources by the Green Industries"offered by the Florida Department of Environmental Protection through the University of Florida Extension"Florida-Friendly Landscapes"program,or an approved equivalent. (b) Private,non-commercial applicators are encouraged to follow the recommendations of the University of Florida Institute of Food and Agriculture Sciences Florida Yards and Neighborhoods program when applying fertilizers. (Ord.No.2012-01,§2,1-3-2012;Ord.No.2013-23,§2,11-19-2013) Sec.38-112.-General education program. The city public works department shall have an employee who shall address issues pertaining to this article.This employee shall Implement a program to inform the general public of the requirements of this article,which program shall include,among other things,informative postings on the city website,printing and distributing informative brochures and other print materials,and speaking engagements at community associations,civic organizations,etc.The program shall also include,to the extent practicable, use of any materials from the Be Floridian program and coordination and collaboration with University of Florida Institute of Food and Agriculture Sciences educational activities.Any claimed or alleged deficiency in the city's general education program shall not constitute a defense to any action brought to enforce the provisions of this article. (Ord.No:2013-23,§2,11-19-2013) Editor's note—Ord.No.2013-23,§2,adopted Nov.19,2013,amended§30-112 in its entirety,in effect repealing and reenacting said section to read as set out herein.The former§30-112 pertained to permitting of applicators and derived from Ord.No.2012-01,§2,adopted Jan.3,2012. Sec.38-113.-Licensing of commercial fertilizer applicators. (a) No later than December 31,2013,all commercial fertilizer applicators within the city shall abide by and successfully complete training and continuing education requirements in the"Florldo friendly Best Management Practices for Protection of Water Resources by the Green industries,"offered by the Florida Department of Environmental Protection through the University of Florida Institute of Food and Agriculture Sciences"Florida-friendly Landscapes"program,or an approved equivalent program,prior to obtaining a city business tax receipt for any category of occupation which may apply any fertilizer to turf and/or landscape plants.Commercial fertilizer applicators shall provide proof of completion of the program to the city planning and development department within 180 days of the effective date of the ordinance from which this article is derived. (b) After December 31,2013,all commercial fertilizer applicators within the city shall have and carry in their possession at all times when applying fertilizer,evidence of certification by the Florida Department of Agriculture and Consumer Services as a commercial fertilizer applicator per Rule 5E- 14.117(18),Florida Administrative Code. tdqr.YMrwwmWeadac=Aibreryl9lvero bea&kodeslmde c ordrmaces7seertlRaquest%7B%22marchTmd%22562738-101%2Z%z?p Jurn%221.%... w 02950-17 V10016 Vero Beach FL Code d Ord woes (c) All businesses applying fertilizer to turf and/or landscape plants(including but not limited to residential lawns,golf courses,commercial properties,and multi-family and condominium properties) must ensure that at least one employee has a"Florida-friendly Best Management Practices for Protection of Water Resources by the Green Industries"training certificate prior to the business owner obtaining a business tax receipt.Owners for any category of occupation which may apply any fertilizer to turf and/or landscape plants shall provide proof of completion of the program to the city planning and development department. (Ord.No.2013-23,§2,11-19-2013) Editor's note—Ord.No.2012-23,§2,adopted Nov.19,2013,renumbered the former§38-113 as i 3g- LIA and enacted a new 138-113 as set out herein.The historical notation has been retained with the amended provisions for reference purposes. Sec.38-114.-Enforcement. The provisions of this article may be enforced pursuant to any method provided for by this Code or general law. (Ord.No.2012-01,§2,1-3-2012;Ord.No.2013-23,§2,11-19-2013) Note—See the editor's note to -11 . Sec.38-115.-References to state law. Any references in this article to Florida Statutes,rules or regulations shall refer to such statutes,.rules or regulations,as amended from time to time. (Ord.No.2013-23,§2,11-19-2013) hdps:/Mww.mirlmdacmi4lbrar MN&,c baedVcodes/code d(ordinances?sear&Request%7B%71tearchTmd%22%ZMB-101%2 %22;)agMum%22:1,%._. &B 02950-18 SECTION 02999 Incidental Site Construction -Bid Item No. 527-1A Detectable Warnings on Walking surfaces, brick red, 37 ft+- - Per Each Installed -Bid Item No. 527-1 B Detectable Warnings on Walking surfaces, brick red, < 5 ft - Per Each Installed -Bid Item No. 595-1 Flag Pole -Per Lump Sum -Bid Item No. 595-2 Benches -Per Each Installed -Bid Item No. 595-3 Trash Receptacles and Cigarette Receptacle -Per Each Installed -Bid Item No. 595-4 Solar Big Belly Compactors -Per Each Installed -Bid Item No. 595-5 Steel Pipe Bollards, 8"-Per Each Installed -Bid Item No. 595-6 Bicycle Rack -Per Lump S u m -Bid Item No 595-9A Automatic sliding gate operating system, front gate - Per Lump Sum -Bid Item No. 595-913 Automatic sliding gate operating system, rear gate - Per Lump Sum 1. DESCRIPTION: A. Provide all material and labor necessary to install various incidental site improvements that are not included within other typewritten specifications sections in Division 2— Site Work: B. Specifications for the Materials and Execution of the work for the following Incidental Construction bid items are provided on the constructions plans and drawings, and/or in accordance with specifications referenced herein or on the construction plans and drawings, and may be further defined in manufacturers specifications and installation recommendations, which shall be subject to the review and approval by the contractor, owner and engineer. C. Measurement and Payment: Prices and payments for the various work items included in this section will be full compensation for all proposed improvements, including: furnishing and/or installing each (EA) Detectable Warning on Walking surfaces, each (EA) bench, each (EA) trash receptacle, each (EA) compactor, and each (EA)bollard, and each (EA) other proposed incidental work and facilities listed on the bid form; and shall include the quantity in linear feet(LF) of chain link 02999-1 fence (size and type listed on bid schedule) furnished and installed; and the work shall include as a lump sum (LS) quantity the bid item for providing the flagpole; and the work shall include as a lump sum (LS) quantity the bid item for providing the Automatic sliding gate operator system(s) and gate(s); and work shall include as a lump sum (LS) quantity the bid item for providing the Bicycle rack. Measurement and payment shall also include the following: 1. Flagpole: Furnish and install a complete flagpole assembly in accordance with the plans and specifications, including the concrete foundation, steel reinforcement, steel base plate, anchor bolts, flash collar; the flagpole assembly, including the polished aluminum pole, brackets, yardarms, pulleys, cleats and other hardware; top ball; halyards; and other incidentals to furnish and install the flagpole. The contractor shall also provide all required design and engineering to obtain a building permit, and shall obtain necessary permits to construct the flag pole. 2. Bicycle Rack: Furnish and install a complete Bicycle Rack assembly, in accordance with the plans and specifications, including the concrete foundation, steel base plate/anchor bolts, mounting flange, and other incidentals to furnish and install the bicycle rack. The contractor shall also provide all required design and engineering to obtain a building permit, and shall obtain necessary permits. 3. Furnish and install 8" steel pipe bollards in accordance with the plans and specifications, including the steel pipe, pipe shield, concrete fill and concrete foundation, steel reinforcement, and any other hardware and incidentals to furnish and install the bollards. The contractor shall provide all required design and engineering to obtain a building permit, and shall obtain necessary permits. 4. Benches, trash receptacles, compactors, and cigarette receptacles are to be provided by owner, and installed by contractor. Contractor shall be responsible to receive delivery, store, protect, and install in accordance with the manufacturer's recommendations. 5. Detectable Warnings on walking surfaces: Furnish and install Detectable warning devices on newly constructed and/or existing curb ramps and sidewalks - constructed in accordance with section 527 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction(latest edition"and FDOT design standards index 304 - where indicated on the plans. 6. Automatic sliding gate operator system(s): Furnish and install automatic sliding gate operator system(s) at the newly constructed entry and exit gate(s) at the vehicle access location(s) where indicated on the plans. The 02999-2 gate operator systems shall include all electrical and mechanical components, hardware, communications devices, sensors, and all else necessary and incidental to provide a system that operates as intended, drawn and specified on the drawings; it shall include all necessary coordination with the gate/fence system installation and shall provide all components and hardware necessary to be adapted to and compatible with the fence/gate systems provided; it shall include all necessary mounting concrete pads, curbs/gate tracks, etc to mount/support and guide the operators and gates; it shall include all necessary electrical connections, conduits, switches, fuses, and wire to be powered by and connected to proposed buildings electrical control panel in accordance with the manufacturers requirements and recommendations, electrical engineers drawings and specifications, and Florida building Code; and it shall include all required design and engineering to obtain a building permit,- and shall obtain all necessary permits to install the system(s). Prior to procurement or installation, the contractor and its sub-contractor(s) and suppliers for these systems are required to provide shop drawings and manufacturers data/cut sheets, warranty information, and instructions, and meet with the engineer, owner(IRC) and the COVB public works department to review, discuss, modify as required, and receive approval of the system specifications, installation methods and details and operating parameters. D. IRC shall pay all necessary and applicable impact fees, plan review fees charged by the building department, and building permit application fees. The contractor shall prepare and submit all building permit and sub-contractor permit applications necessary to secure authorization and approval from IRC Building department to construct the flagpole, benches, trash receptacles, gate operators and other "Incidental Construction" items and facilities. E. Work not specified herein or listed in the bid form under this section"Incidental Site Construction" or other Division 2—Site Work Specifications or its respective "Measurement and Payment" descriptions shall be included within the lump sum bid items within the Bid Form for the"Primary Building Structure" and"Exterior Shelter Structures" , and may include, but is not limited to: site lighting; electrical service for lights, for irrigation and lift station systems, and for gate operators; walk off matts;building signs, placards, address no's, and logos; and other incidental work associated with the site and building construction. It is the intent to have all remaining work depicted on the drawings included within the lump sum bid items within the Bid Form for the "Primary Building Structure" and"Exterior Shelter Structures" so that all materials and labor for construction and installation of all work for this project are included within the contractors bid. 02999-3 Division 3 Concrete Table of Contents Division 3 Concrete 03300 Cast-in-Place Concrete 03360 Concrete Finishes SECTION 03300 -CAST-IN-PLACE CONCRETE PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section specifies cast-in place concrete, including formwork, reinforcement, concrete materials, mixture design,placement procedures, and finishes, for the following: 1. Footings. 2. Slabs-on-grade. B. Related Sections include the following: 1. Division 2 Section 02300 "Earthwork" for drainage fill under slabs-on-grade. 2. Division 2 Section 02307 "Reinforced Concrete" for concrete pavement and walks. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, ground granulated blast- furnace slag,and silica fume; subject to compliance with requirements. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mixing water to be withheld for later addition at Project site. C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams,bar arrangement, splices and laps, mechanical connections,tie spacing,hoop spacing, and supports for concrete reinforcement. D. Samples: For vapor retarder. E. Qualification Data: For installer, manufacturer,testing agency CAST-IN-PLACE CONCRETE 03300 - 1 F. Material Certificates: For each of the following, signed by manufacturers: 1. Cementitious materials. 2. Admixtures. 3. Form materials and form-release agents. 4. Steel reinforcement and accessories. 5. Fiber reinforcement. 6. Curing compounds. 7. Floor and slab treatments. 8. Bonding agents. 9. Adhesives. 10. Vapor retarders. 11. Semirigid joint filler. 12. Joint-filler strips. 13. Repair materials. G. Floor surface flatness and levelness measurements to determine compliance with specified tolerances. H. Field quality-control test reports. I. Minutes of preinstallation conference J. FGBC Submittals: 1. Certificates for Credit Category M1.2: Materials- Credit - Recycled Contrent, Specify 10%: Use materials with recycled content such that post-consumer and/or post-industrial recycled content constitutes a minimum of 10%. The Value of the recycled content portion of a material or furnishing shall be determined by dividing the weight of the recycled content in the item by the total weight of all material in the item, then multiplying the resulting percentage by the total value of the item. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who employs on Project personnel qualified as ACI-certified Flatwork Technician and Finisher and a supervisor who is an ACI-certified Concrete Flatwork Technician. B. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1 Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities." C. Testing Agency Qualifications: An independent agency qualified according to ASTM C 1077 and ASTM E 329 for testing indicated, as documented according to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1,according to ACI CP-01 or an equivalent certification program. CAST-IN-PLACE CONCRETE 03300 -2 2. Personnel performing laboratory tests shall be ACI-certified Concrete Strength Testing Technician and Concrete Laboratory Testing Technician - Grade I. Testing Agency laboratory supervisor shall be an ACI-certified Concrete Laboratory Testing Technician - Grade II. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from one source, and obtain admixtures through one source from a single manufacturer. E. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301, "Specification for Structural Concrete." 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures. G. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1. Before submitting design mixtures, review concrete design mixture and examine procedures for ensuring quality of concrete materials. Require representatives of each entity directly concerned with cast-in-place concrete to attend, including the following: a. Contractor's superintendent. b. Concrete subcontractor. 2. Review concrete finishes and finishing, cold- and hot-weather concreting procedures, curing procedures, construction contraction and isolation joints, and joint-filler strips, semirigid joint fillers, forms and form removal limitations, vapor-retarder installation, anchor rod and anchorage device installation tolerances, steel reinforcement installation, floor and slab flatness and levelness measurement, concrete repair procedures, and concrete protection. 1.6 DELIVERY, STORAGE,AND HANDLING A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage. PART 2 -PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to,products specified. CAST-IN-PLACE CONCRETE 03300 -3 2. Products: Subject to compliance with requirements, provide one of the products specified. 3. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 4. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 FORM-FACING MATERIALS A. Smooth-Formed Finished Concrete: Form-facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials. B. Rough-Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. C. Void Forms: Biodegradable paper surface, treated for moisture resistance, structurally sufficient to support weight of plastic concrete and other superimposed loads. D. Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form-release agent with rust inhibitor for steel form-facing materials. E Form Ties: Factory-fabricated, removable or snap-off metal or glass-fiber-reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. 1. Furnish units that will leave no corrodible metal closer than 1 inch (25 mm) to the plane of exposed concrete surface. 2. Furnish ties that, when removed, will leave holes no larger than 1 inch (25 mm) in diameter in concrete surface. 3. Furnish ties with integral water-barrier plates to walls indicated to receive dampproofing or waterproofing. 2.3 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60(Grade 420), deformed. B. Low-Alloy-Steel Reinforcing Bars: ASTM A 706/A 706M, deformed. C. Plain-Steel Welded Wire Reinforcement: ASTM A 185, plain, fabricated from as-drawn steel wire into flat sheets. D. Joint Dowel Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), plain-steel bars, cut bars true to length with ends square and free of burrs. CAST-IN-PLACE CONCRETE 03300 -4 i E. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2.4 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source,throughout Project: 1. Portland Cement: ASTM C 150,Type [I] [II] [I/II] [III] or [V], [gray] a. Fly Ash: ASTM C 618, Class [C] [F]. b. Ground Granulated Blast-Furnace Slag: ASTM C 989, Grade 100 or 120. B. Silica Fume: ASTM C 1240, amorphous silica. C. Normal-Weight Aggregates: ASTM C 33, Class coarse aggregate or better, graded. Provide aggregates from a single source. 1. Maximum Coarse-Aggregate Size: 1 inch (25 mm)] nominal. D. Water: ASTM C 94/C 94M. 2.5 ADMIXTURES A. Air-Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M,Type A. 2. Retarding Admixture: ASTM C 494/C 494M,Type B. 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M,Type D. 4. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M,Type F. 5. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M,Type II. 2.6 FIBER REINFORCEMENT A. Synthetic Fiber: Monofilament or fibrillated polypropylene fibers engineered and designed for use in concrete pavement, complying with ASTM C 1116, Type III, [1/2 to 1-1/2 inches (13 to 38 mm)] long. CAST-IN-PLACE CONCRETE 03300 -5 1. Available Products: a. Monofilament Fibers- 1) Axim Concrete Technologies; Fibrasol IIP. 2) Euclid Chemical Company(The);Fiberstrand 100. 3) FORTA Corporation;Forta Mono. 4) Grace Construction Products, W. R. Grace &Co.; Grace MicroFiber. 5) Metalcrete Industries; Polystrand 1000. 6) SI Concrete Systems; Fibermix Stealth. b. Fibrillated Fibers: 1) Axim Concrete Technologies; Fibrasol F. 2) Euclid Chemical Company(The); Fiberstrand F. 3) FORTA Corporation; Forta. 4) Grace Construction Products, W. R. Grace & Co.; Grace Fibers. 5) SI Concrete Systems; Fibermesh. 2.7 VAPOR RETARDERS A. Plastic Vapor Retarder: ASTM E 1745, Class C, or polyethylene sheet, ASTM D 4397, not less than 10 mils (0.25 mm) thick. Include manufacturer's recommended adhesive or pressure- sensitive joint tape. 1. Available Products: a. Fortifiber Corporation;Moistop Plus. b. Raven Industries Inc.; Dura Skrim [6] [8]. C. Reef Industries, Inc.; Griffolyn Type-[65] [85]. d. Stego Industries, LLC; Stego Wrap, 10 mils. 2.8 FLOOR AND SLAB TREATMENTS A. Penetrating Liquid Floor Treatment: Clear, chemically reactive, waterborne solution of inorganic silicate or siliconate materials and proprietary components; odorless; colorless; that penetrates, hardens, and densifies concrete surfaces. Product must satisfy FGBC requirements. 1. Available Products: a. Burke by Edoco; Titan Hard. b. ChemMasters; Chemisil Plus. C. ChemTec International; ChemTec One. d. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; Intraseal. e. Curecrete Distribution Inc.; Ashford Formula. f. Dayton Superior Corporation; Day-Chem Sure Hard. g. Euclid Chemical Company (The); Euco Diamond Hard. h. Kaufman Products,Inc.; SureHard. CAST-IN-PLACE CONCRETE 03300-6 i. L&M Construction Chemicals,Inc.; Seal Hard. j. Meadows, W. R.,Inc.; Liqui-Hard. k. Metalcrete Industries; Floorsaver. 1. Nox-Crete Products Group,Kinsman Corporation; Duranox. M. Symons Corporation, a Dayton Superior Company;Buff Hard. n. US Mix Products Company; US Spec Industraseal. o. Vexcon Chemicals,Inc.;Vexcon StarSeal PS. 2.9 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. 1. Available Products: a. Axim Concrete Technologies; Cimfilm. b. Burke by Edoco; BurkeFilm. C. ChemMasters; Spray-Film. d. Conspec Marketing & Manufacturing Co , Inc., a Dayton Superior Company; Aquafilm. e. Dayton Superior Corporation; Sure Film. f. Euclid Chemical Company(The); Eucobar. g. Kaufman Products,Inc.;Vapor Aid. h. Lambert Corporation; Lambco Skin. i. L&M Construction Chemicals,Inc.; E-Con. j. MBT Protection and Repair,Div. of ChemRex; Confilm. k. Meadows, W. R., Inc.; Sealtight Evapre. 1. Metalcrete Industries; Waterhold. M. Nox-Crete Products Group,Kinsman Corporation; Monofilm. n. Sika Corporation,Inc.; SikaFilm. o. Symons Corporation, a Dayton Superior Company;Finishing Aid. p. Unitex; Pro-Film. q. US Mix Products Company;US Spec Monofilm ER. r. Vexcon Chemicals,Inc.; Certi-Vex EnvioAssist. B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. (305 g/sq. m)when dry. C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. D. Water: Potable. E. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. 1. Available Products: a. Anti-Hydro International, Inc.; AH Curing Compound#2 DR WB. b. Burke by Edoco;Aqua Resin Cure. CAST-IN-PLACE CONCRETE 03300 -7 C. ChemMasters; Safe-Cure Clear. d. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure. e. Dayton Superior Corporation; Day Chem Rez Cure (J-11-W). f. Euclid Chemical Company(The);Kurez DR VOX. g. Kaufman Products, Inc.;Thinfilm 420. h. Lambert Corporation; Aqua Kure-Clear. 1. L&M Construction Chemicals,Inc.; L&M Cure R. j. Meadows, W. R.,Inc.; 1100 Clear. k. Nox-Crete Products Group,Kinsman Corporation; Resin Cure E. 1. Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure. in. 'Tamms Industries,Inc.; Horncure WB 30. n. Unitex; Hydro Cure 309. o. US Mix Products Company; US Spec Maxcure Resin Clear. p. Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100. F. Clear, Waterborne, Membrane-Forming Curing Compound- ASTM C 309, Type 1, Class B, nondissipating,certified by curing compound manufacturer to not interfere with bonding of floor covering. 1. Available Products: a. Anti-Hydro International, Inc.; AH Clear Cure WB. b. Burke by Edoco; Spartan Cote WB H. C. ChemMasters; Safe-Cure & Seal 20. d. Conspec Marketing&Manufacturing Co., Inc., a Dayton Superior Company; Cure and Seal WB. e Dayton Superior Corporation; Safe Cure and Seal (J-18). f. Euclid Chemical Company(The); Aqua Cure VOX. g. Kaufman Products, Inc.; Cure & Seal 309 Emulsion. h. Lambert Corporation; Glazecote Sealer-20. i. L&M Construction Chemicals, Inc.; Dress & Seal WB. j. Meadows, W. R.,Inc.;Vocomp-20. k. Metalcrete Industries;Metcure. 1. Nox-Crete Products Group,Kinsman Corporation; Cure & Seal 150E. M. Symons Corporation, a Dayton Superior Company; Cure & Seal 18 Percent E n. Tamms Industries,Inc.; Clearseal WB 150. o. Unitex; Hydro Seal. p. US Mix Products Company; US Spec Hydrasheen 15 percent q. Vexcon Chemicals,Inc.; Starseal 309. G. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, 18 to 25 percent solids, nondissipating,certified by curing compound manufacturer to not interfere with bonding of floor covering. 1. Available Products: a. Burke by Edoco; Spartan Cote WB II 20 Percent. b. ChemMasters; Safe-Cure Clear. CAST-IN-PLACE CONCRETE 03.300 - 8 C. Conspec Marketing&Manufacturing Co.,Inc., a Dayton Superior Company; High Seal. d. Dayton Superior Corporation; Safe Cure and Seal (J-19). e. Euclid Chemical Company(The); Diamond Clear VOX. f. Kaufman Products, Inc.; SureCure Emulsion. g. Lambert Corporation; Glazecote Sealer-20. h. L&M Construction Chemicals,Inc.; Dress & Seal WB. i. MBT Protection and Repair,Div. of ChemRex; MasterKure-N-Seal VOC. j. Meadows, W. R., Inc.;Vocomp-20. k. Metalcrete Industries;Metcure 0800. 1. Nox-Crete Products Group,Kinsman Corporation; Cure& Seal 200E. in. Sonneborn,Div. of ChemRex;Kure-N-Seal. n. Symons Corporation, a Dayton Superior Company; Cure & Seal 18 Percent E. o. Tamms Industries, Inc.; Clearseal WB STD. p. Unitex; Hydro Seal 18. q. US Mix Products Company;US Spec Radiance UV-25 r. Vexcon Chemicals,Inc.; Starseal 0800. H. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. 1. Available Products: a. Burke by Edoco; Cureseal 1315. b. ChemMasters; Spray-Cure& Seal Plus. C. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; Sealcure 1315. d. Dayton Superior Corporation; Day-Chem Cure and Seal (J-22UV). e. Euclid Chemical Company(The); Super Diamond Clear. f. Kaufman Products, Inc.; Sure Cure 25. g. Lambert Corporation;UV Super Seal. h. L&M Construction Chemicals,Inc.; Lumiseal Plus. i. Meadows, W. R.,Inc.; CS-309/30. j. Metalerete Industries; Seal N Kure 0. k. Sonneborn,Div. of ChemRex;Kure-N-Seal 5. 1. Tamms Industries, Inc.; LusterSeal 300. in. Unitex; Solvent Seal 1315. n. US Mix Products Company; US Spec CS-25 o. Vexcon Chemicals, Inc.; Certi-Vex AC 1315 I. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. 1. Available Products: a. Burke by Edoco; Cureseal 1315 WB. b. ChemMasters;Polyseal WB. C. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; Sealcure 1315 WB. d. Euclid Chemical Company(The); Super,Diamond Clear VOX. CAST-IN-PLACE CONCRETE 03300 -9 e. Kaufman Products, Inc.; Sure Cure 25 Emulsion. f. Lambert Corporation;UV Safe Seal. g. L&M Construction Chemicals,Inc.; Lumiseal WB Plus. h. Meadows, W. R., Inc.; Vocomp-30. i Metalcrete Industries; Metcure 30. j. Symons C6rporation, a Dayton Superior Company; Cure & Seal 31 Percent E. k. Tamms Industries,Inc.; LusterSeal WB 300. 1. Unitex;Hydro Seal 25. in. US Mix Products Company; US Spec Radiance UV-25. n. Vexcon Chemicals, Inc.;Vexcon Starseal 1315. 2.10 RELATED MATERIALS A. Semirigid Joint Filler: Two-component, semirigid, 100 percent solids, epoxy resin with a Type A shore durometer hardness of 80, aromatic polyurea with a Type A shore durometer hardness range of 90 to 95 per ASTM D 2240. B. Bonding Agent: ASTM C 1059, Type Il, non-redispersible, acrylic emulsion or styrene butadiene. C. Epoxy Bonding Adhesive: ASTM C 881, two-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1. Types I and 11, non-load bearing, IV and V, load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. D. Reglets: Fabricate reglets of not less than 0.0217-inch- (0.55-mm-) thick, galvanized steel sheet. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. E. Dovetail Anchor Slots: Hot-dip galvanized steel sheet, not less than 0.0336 inch (0.85 mm) thick, with bent tab anchors. Temporarily fill or cover face opening of slots to prevent intrusion of concrete or debris. 2.11 REPAIR MATERIALS A. Repair Overlayment: Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses from 1/8 inch (3.2 mm) and that can be feathered at edges to match adjacent floor elevations. 1. Cement Binder: ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of topping manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well-graded, washed gravel, 1/8 to 1/4 inch (3.2 to 6 nun) or coarse sand as recommended by topping manufacturer. 4. Compressive Strength: Not less than [5000 psi (34.5 MPa)] at 28 days when tested according to ASTM C 109/C 109M. CAST-IN-PLACE CONCRETE 03300 - 10 2.12 CONCRETE MIXTURES,GENERAL A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. 1. Use a qualified independent testing agency for preparing and reporting proposed mixture designs based on laboratory trial mixtures. B. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: Use of post-industrial recycled content applies towards Certificates for Credit Category 5: Materials: Credit 4.1 Recycled Content. 1. Fly Ash: 30 percent. 2. Combined Fly Ash and Pozzolan: 30 percent. 3. Ground Granulated Blast-Furnace Slag: 50 percent. 4. Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace Slag: 50 percent portland cement minimum,with fly ash or pozzolan not exceeding 30 percent. 5. Silica Fume: 10 percent. 6. Combined Fly Ash,Pozzolans,and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 30 percent and silica fume not exceeding 10 percent. 7. Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent. C. Limit water-soluble, chloride-ion content in hardened concrete to 0.30 percent by weight of cement. D. Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water-reducing, high-range water-reducing, or plasticizing admixture in concrete, as required,for placement and workability. 2. Use water-reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. 2.13 CONCRETE MIXTURES FOR BUILDING ELEMENTS A. Footings: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 3000 psi(20.7 MPa) at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.50. 3. Slump Limit: 4 inches(100 mm),plus or minus 1 inch(25 min). 4. Air Content: 5-1/2 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-ineh (38-nim)nominal maximum aggregate size. 5. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for [1-inch (25- mm)] [3/4-inch (19-mm)] nominal maximum aggregate size. B. Slabs-on-Grade: Proportion normal-weight concrete mixture as follows: CAST-IN-PLACE CONCRETE 03300 - 11 I. Minimum Compressive Strength- 3000 psi (20.7 MPa) at 28 days. 2. Minimum Cementitious Materials Content-520 lb/cu. yd. (309 kg/cu. m). 3. Slump Limit: [4 inches (100 mm),plus or minus I inch (25 mm). 4. Air Content: Do not allow air content of troweled finished floors to exceed 3 percent. 5. Synthetic Fiber: Uniformly disperse in concrete mixture at manufacturer's recommended rate,but not less than [1.0 Ib/cu.yd. (0.60 kg/cu. m). C. Building Walls. Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi(27.6 MPa) at 28 days. 2. Slump Limit. [4 inches(100 mm),plus or minus 1 inch (25 mm). 3. Air Content: 5-1/2 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch (38-inm) nominal maximum aggregate size. 4. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for [l.-inch (25- mm)] [3/4-inch (19-mm)] nominal maximum aggregate size. 2 14 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2.15 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M and ASTM C 1116, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F (30 and 32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. PART 3 -EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated,within tolerance limits of ACI 117. C Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: 1. Class A, 1/8 inch (3.2 mm)] for smooth-formed finished surfaces. 2. Class B, 1/4 inch (6 mm)] for rough-formed finished surfaces. D. Construct forms tight enough to prevent loss of concrete mortar. CAST-IN-PLACE CONCRETE 03300 - 12 E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. 1. Install keyways,reglets, recesses,and the like, for easy removal. 2. Do not use rust-stained steel form-facing material. F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips;use strike-off templates or compacting-type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. H. Do not chamfer exterior corners and edges of permanently exposed concrete. I. Form openings, chases, offsets, linkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips,wood, sawdust, dirt, and other debris just before placing concrete. K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form-release agent, according to manufacturer's written instructions,before placing reinforcement. 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions,and directions furnished with items to be embedded. 1. Install anchor rods, accurately located, to elevations required and complying with tolerances in Section 7.5 of AISC's "Code of Standard Practice for Steel Buildings and Bridges." 2. Install reglets to receive waterproofing and to receive through-wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. 3. Install dovetail anchor slots in concrete structures as indicated. 3.3 REMOVING AND REUSING FORMS A. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 CAST-IN-PLACE CONCRETE 03300 - 13 deg F (10 deg C) for 24 hours after placing concrete, if concrete is hard enough to not be damaged by form-removal operations and curing and protection operations are maintained. 1. Leave formwork for beam soffits,joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. 2. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. B. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new form-release agent. C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 VAPOR RETARDERS A. Plastic Vapor Retarders: Place, protect, and repair vapor retarders according to ASTM E 1643 and manufacturer's written instructions. I. Lap joints 6 inches(150 mm) and seal with manufacturer's recommended tape. 3.5 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces E. Install welded wire reinforcement in longest practicable lengths on bar supports spaced to minimize sagging. Lap edges and ends of adjoining sheets at least one mesh spacing. Offset laps of adjoining sheet widths to prevent continuous laps in either direction. Lace overlaps with wire. 3.6 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. CAST-IN-PLACE CONCRETE 03300 - 14 B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. 2. Form keyed joints as indicated. Embed keys at least 1-1/2 inches(38 mm) into concrete. 3. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam-girder intersection. 4. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. 5. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. 6. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 7. Use epoxy-bonding adhesive at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one- fourth of concrete thickness as follows: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint to a radius of 1/8 inch(3.2 mm). Repeat grooving of contraction joints after applying surface finishes. Eliminate groover tool marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch- (3.2-mm-) wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Isolation Joints in Slabs-on-Grade: After removing formwork, install joint-filler strips at slab functions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Extend joint-filler strips full width and depth of joint, terminating flush with finished concrete surface,unless otherwise indicated. 2. Terminate full-width joint-filler strips not less than 1/2 inch (13 min) or more than I inch (25 min) below finished concrete surface where joint sealants, specified in Division 7 Section "Joint Sealants," are indicated. 3. Install joint-filler strips in lengths as long as practicable. Where more than one length is required, lace or clip sections together. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Architect. CAST-IN-PLACE CONCRETE 03300 - 15 C. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures and in a manner to avoid inclined construction joints. 2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. 3 Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches (150 min) into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. D. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3 Screed slab surfaces with a straightedge and strike off to correct elevations 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating using bull floats or darbies to form a uniform and open-textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. E. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures 1. When average high and low temperature is expected to fall below 40 deg F (4.4 deg C) for three successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3 Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. F. Hot-Weather Placement: Comply with ACI 301 and as follows: 1. Maintain concrete temperature below 90 deg F (32 deg C) at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Fog-spray forms, steel reinforcement, and subgrade dust before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. CAST-IN-PLACE CONCRETE 03300 - 16 3.8 FINISHING FORMED SURFACES A. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defects. Remove fins and other projections that exceed specified limits on formed-surface irregularities. 1. Apply to concrete surfaces exposed to public view, to be covered with a coating or covering material applied directly to concrete. B. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces,unless otherwise indicated. 3.9 FINISHING FLOORS AND SLABS A. General: Comply with ACI302.IR recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Float Finish: Consolidate surface with power-driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. 1. Apply float finish to surfaces to maintenance building slab. C. Broom Finish: Apply a broom finish to exterior concrete platforms, steps,and ramps sidewalks, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in-place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. C. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. CAST-IN-PLACE CONCRETE 03300 - 17 I .11 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 301 for hot- weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h (1 kg/sq. ill x h) before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. D. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs,concrete floor toppings, and other surfaces. E. Cure concrete according to ACI 308.1, by one or a combination of the following methods. 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water-fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch(300-mm) lap over adjacent absorptive covers. 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches (300 mm), and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. a. Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive floor coverings. b. Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. C Cure concrete surfaces to receive floor coverings with either a moisture-retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project.. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. a. After curing period has elapsed, remove curing compound without damaging concrete surfaces by method recommended by curing compound CAST-lN-PLACE CONCRETE 03300 - 18 manufacturer unless manufacturer certifies curing compound will not interfere with bonding of floor covering used on Project. 4. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.12 LIQUID FLOOR TREATMENTS A. Penetrating Liquid Floor Treatment: Prepare, apply, and finish penetrating liquid floor treatment according to manufacturer's written instructions. 1. Remove curing compounds, sealers, oil, dirt, laitance, and other contaminants and complete surface repairs. 2. Do not apply to concrete that is less than 28 days old. 3 Apply liquid until surface is saturated, scrubbing into surface until a gel forms; rewet; and repeat brooming or scrubbing. Rinse with water; remove excess material until surface is dry. Apply a second coat in a similar manner if surface is rough or porous. B. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spray or roller according to manufacturer's written instructions. 3.13 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturer's written instructions. 1. Defer point filling until concrete has aged at least one month(s). Do not fill joints until construction traffic has pennanently ceased. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry. C. Install semirigid point filler full depth in saw-cut joints and at least 2 inches (50 mm) deep in formed joints. Overfill joint and trim joint filler flush with top of joint after hardening. 3.14 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. B. Patching Mortar: Mix dry-pack patching mortar, consisting of one part portland cement to two and one-half parts fine aggregate passing a No. 16 (1.18-mm) sieve, using only enough water for handling and placing. C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. CAST-IN-PLACE CONCRETE 03300 - 19 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2 inch (13 nim) in any dimension in solid concrete, but not less than 1 inch (25 mm) in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush-coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form-tie voids with patching mortar or cone plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0 01 inch (0.25 mm) wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. 5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch (6 mm) to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. 6. Repair defective areas, except random cracks and single holes 1 inch (25 mm) or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4-inch (19-mm) clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 7 Repair random cracks and single holes 1 inch (25 nun) or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. E. Perform structural repairs of concrete, subject to Architect's approval, using epoxy adhesive and patching mortar. CAST-IN-PLACE CONCRETE 03300 -20 F. Repair materials and installation not specified above may be used, subject to Architect's approval. 3.15 FIELD QUALITY CONTROL A. Testing and Inspecting: Engage a qualified testing and inspecting agency to perform tests and inspections and to submit reports. B. Inspections: 1. Steel reinforcement placement. 2. Steel reinforcement welding. 3. Headed bolts and studs. 4. Verification of use of required design mixture. 5. Concrete placement, including conveying and depositing. 6. Curing procedures and maintenance of curing temperature. 7. Verification of concrete strength before removal of shores and forms from beams and slabs. C. Concrete Tests: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements- 1 Testing Frequency: Obtain one composite sample for each day's pour of each concrete mixture exceeding 5 cu. yd (4 cu. m),but less than 25 cu. yd. (19 cu. m),plus one set for each additional 50 cu. yd (38 cu. in)or fraction thereof. 2. Testing Frequency: Obtain at least one composite sample for each 100 cu. yd (76 cu. in) or fraction thereof of each concrete mixture placed each day. a. When frequency of testing will provide fewer than five compressive-strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 3. Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 4. Air Content: ASTM C 231, pressure method, for normal-weight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 5. Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air temperature is 40 deg F (4.4 deg C) and below and when 80 deg F (27 deg C) and above, and one test for each composite sample. 6. Compression Test Specimens: ASTM C 31/C 31M. a. Cast and laboratory cure two sets of two standard cylinder specimens for each composite sample. b. Cast and field cure two sets of two standard cylinder specimens for each composite sample. 7. Compressive-Strength Tests: ASTM C 39/C 39M; test one set of two laboratory-cured specimens at 7 days and one set of two specimens at 28 days. CAST-fN-PLACE CONCRETE 03300-21 a. Test one set of two field-cured specimens at 7 days and one set of two specimens at 28 days. b. A compressive-strength test shall be the average compressive strength from a set of two specimens obtained from same composite sample and tested at age indicated. 8. When strength of field-cured cylinders is less than 85 percent of companion laboratory- cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in-place concrete. 9. Strength of each concrete mixture will be satisfactory if every average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi (3.4 MPa). 10. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7-and 28-day tests. 11. Nondestructive Testing- Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. 12. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42/C 42M or by other methods as directed by Architect. 13. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 14. Correct deficiencies in the Work that test reports and inspections indicate dos not comply with the Contract Documents. D. Measure floor and slab flatness and levelness according to ASTM E 1155 (ASTM E 1155M) within 24 hours of finishing. END OF SECTION 03300 CAST-IN-PLACE CONCRETE 03300 -22 SECTION 03360- CONCRETE FINISHES PART 1 GENERAL 1.1 SECTION INCLUDES A. Concrete Floor Stain B Concrete Floor Sealer. C Concrete Floor Wax. D Concrete Floor Polish 1.2 RELATED SECTIONS A. Section 03300- Cast-in-Place Concrete 13 REFERENCES A. ASTM C 494- Standard Specification for Chemical Admixtures for Concrete. B. ASTM C 979- Standard Specification for Pigments for Integrally Colored Concrete C. ASTM D 3359- Standard Test Methods for Measuring Adhesion by Tape Test. D ASTM D 3363- Standard Test Method for Film Hardness by Pencil Test. E. South Coast Air Quality Management District (SCAQMD) Rule 1113 (2008) 1 4 ACTION SUBMITTALS A. Submit under provisions of Section 01300. B Product Data Manufacturer's data sheets on each product to be used, including 1 Preparation instructions and recommendations 2 Storage and handling requirements and recommendations 3 Installation methods 4 Maintenance Instructions C Selection Samples For each finish product specified, a sample of the manufacturer's full range of available colors and patterns. D Installer's Project References- List projects of similar type and scope completed successfully within the last three (3) years. Include project name and location, name of Architect, and type and quantity of material applied 1 5 FGBC Submittals A. Indicate compliance with GreenGuard or similar health related certification FGBC H2.4 1 6 QUALITY ASSURANCE CONCRETE FINISHES 03360-1 A. Manufacturer Qualifications All primary products specified in this section will be supplied by a single manufacturer with a minimum of ten (10) years experience B. Installer Qualifications All products listed in this section are to be installed by a single installer with demonstrated experience in installing products of the same type and scope as specified C Pre-installation Meeting Convene a pre-installation meeting before start of Work. Require attendance of parties directly affecting work of this section, including Contractor, Architect, and Applicator. Review surface preparation, application, protection, and coordination with adjacent surfaces D Mock-Up Provide a mock-up for evaluation of surface preparation techniques and application workmanship 1 Provide 3' x 3' mock-up utilizing three custom colors selected by transit facility representative 2. Do not proceed with remaining work until workmanship, color, and sheen are approved by Architect and transit facility representative 3 Refinish mock-up area as required to produce acceptable completed project. 1 7 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation Store materials in a clean, dry area indoors in accordance with manufacturer's instructions. Keep containers sealed until ready for use B Store and dispose of solvent-based materials, and materials used with solvent- based materials, in accordance with requirements of local authorities having jurisdiction 1 8 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation)within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits Do not apply materials in wet weather 19 WARRANTY A. At project closeout, provide to Owner or Owners Representative an executed copy of the manufacturer's standard limited warranty against manufacturing defect, outlining its terms, conditions, and exclusions from coverage PART 2 PRODUCTS 21 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1 EPMAR Corporation 2. BEHR Stains 3 Solomon Colors, Inc. 4 Sherwin Williams 2.2 CONCRETE STAIN A. Concrete Floor Stain Combination of acid solution, wetting agents, and metallic CONCRETE FINISHES 03360-2 ions When mixed with water and applied to Portland cement, chemically combines to form permanent color 1 Color• Custom 2.3 CONCRETE SEALER 1 Sealer- Acrylic water-based, non-yellowing urethane clear sealer. 2. Solids (By Volume)- 30 percent. 3 Gloss Flat to satin gloss 4 Resistant to blush 5 VOC Less than 50 g/L. Meets final SCAQMD Rule 1113 (2008) 6 Pencil Hardness, ASTM D 3363 2H 7 Dry Tape Adhesion, ASTM D 3359: 5A-513 8 Dry Time at 70F (21 C)with 50 percent RH a. Recoat: 1 hour b Foot Traffic. 4 hours C. Full Cure 48 hours B Buff-On Wax. Non-yellowing, fast drying, aliphatic petroleum wax. 1 Dry Time at 70F (21C)with 50 percent RH 20 -30 Minutes. 2 Coverage 250 to 350 sq ft per gallon C Waterborne silane/siloxane emulsion for sealing stained concrete and other cementitious substrates 1. Gloss Clear flat gloss (Natural Sheen) 2. Solids (By Volume) 10 percent. 3. Weight per gallon 9 5 lbs (4 3kg) 4 Dry Time at 70F (21 C)with 50 percent RH a. Recoat: 1 hour b Foot Traffic 4 hours c Full Cure 48 hours 5 VOC 0 g/L (Meets final SCAQMD Rule 1113 (2008) 2 4 FLOOR POLISH A. Easy Shine Water based acrylic polymer interior floor polish. 1. Gloss (1 coat at 60F): 90+ (2 thin coats recommended) 2. Viscosity, CPS at 73 F, RFV , #1 at 20 RPM Less than 20 3 Specific Gravity at 73 F. 8 67 4. Solids (By Weight). 20 percent. 5 Weight per gallon 9 5 lbs (4 3kg). 6 Dry Time at 73F (21C)with 40 percent RH 20 minutes 7 VOC 0 g/L (Meets final SCAQMD Rule 1113 (2008) 2 5 POLYMER STAIN A. Rembrandt Polymer Concrete Stain Water-extended, acrylic urethane polymer solution with added pigments 1 Volume Solids 20 percent. 2. VOC Less than 30 g/L. Meets final SCAQMD Rule 1113 (2008) 3 Color- Custom colors 2.6 CLEAR TOPCOAT A. Apply a clear topcoat sealer in accordance with the drawings CONCRETE FINISHES 03360-3 PART 3 EXECUTION 31 EXAMINATION A. Do not begin installation until substrates have been properly prepared B If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding 3.2 PREPARATION A. Clean surfaces thoroughly, in accordance with manufacturer's instructions B Protection 1. Protect walls and surrounding surfaces not to receive concrete floor stain 2. Do not allow stain to come in contact with wood or metal surfaces C. Prepare concrete surface in accordance with manufacturer's instructions D Concrete shall be as specified in Section 03300 Ensure concrete is a minimum of 28 days old E Ensure surface is clean, dry, structurally sound, and free from dirt, dust, oil, grease, solvents, paint, wax, asphalt, concrete curing compounds, sealing compounds, surface hardeners, bond breakers, adhesive residue, and other surface contaminants F Do not acid wash or use heavy alkali cleaners 33 INSTALLATION - ACID STAINS AND TOPCOATS A. Install in accordance with manufacturer's instructions B. Apply stain in accordance with manufacturer's instructions at locations indicated on the drawings C Control depth of color by adjusting volume of stain applied D Apply 2 coats of stain. Allow to completely dry after each coat. Do not scrub clean between coats E. After area has completely dried, scrub off residue in accordance with manufacturer's instructions. Allow to completely dry. F Concrete Buff-On Floor Wax. Apply concrete floor wax over interior concrete floor stain in accordance with manufacturer's instructions G Concrete Floor Sealer- Apply concrete floor sealer over concrete floor stain in accordance with manufacturer's instructions H Concrete Floor Polish Apply floor polish over Stone Tone Sealer in accordance with manufacturer's instructions I Keep material containers closed when not in use to avoid contamination 3 4 INSTALLATION - REMBRANDT POLYMER STAINS AND TOPCOATS A. Install in accordance with manufacturers instructions CONCRETE FINISHES 03360-4 B Concrete Floor Sealer: Apply concrete floor sealer over concrete floor stain in accordance with manufacturer's instructions. C Concrete Floor Polish Apply floor polish over Stone Tone Sealer in accordance with manufacturer's instructions D Keep material containers closed when not in use to avoid contamination. 35 PROTECTION A. Protect stained surfaces from damage during construction. B. Protect surfaces from foot traffic for a minimum of 24 hours C Do not wash surfaces for a minimum of 48 hours END OF SECTION CONCRETE FINISHES 03360-5 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 SECTION 04200 -UNIT MASONRY PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Concrete masonry units. 2. Mortar and grout. 3. Steel reinforcing bars. 4. Masonry joint reinforcement. 5. Ties and anchors. 6. Embedded flashing. 7 Miscellaneous masonry accessories. B. Related Sections- 1. Division 03 Section 03300 "Cast-in-Place Concrete" for installing dovetail slots for masonry anchors. 1.3 DEFINITIONS A. CMU(s): Concrete masonry unit(s). B. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. , FGB Submittals: 1. Product Certificates for Credit: Recycled Content M1.2. Incorporate recycled materials (based on materials cost). Use materials with recycled content such that post UNIT MASONRY 04200- 1 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 consumer/or post-industrial recycled content constitutes a minimum of 10% of the total project cost. 2. Product Certificates for Credit: Local Manufacturing, M3.1. For products and materials required to comply with requirements for regional materials indicating location and distance from Project of material manufacturer and point of extraction, harvest, or recovery for each raw material. Include statement indicating cost for each regional material and the fraction by weight that is considered regional within a 700 mile radius. Product Data for Waste Management M2.3: Use materials that at the end of their useful lifecycle can be recycled by the manufacturer into the raw materials stream of another product. The value of such products will constitute a minimum of 10% of the total value of the materials in the project. The materials selected to comply with this category must be recyclable through a structured existing program. C. Shop Drawings: For the following: 1. Masonry Units: Show sizes,profiles, coursing, and locations of special shapes. 2. Stone Trim Units: Show sizes, profiles,and locations of each stone trim unit required. 3. Reinforcing Steel: Detail bending and placement of unit masonry reinforcing bars. Comply with ACI 315, "Details and Detailing of Concrete Reinforcement. 4. Fabricated Flashing: Detail corner units, end-dam units, and other special applications. 1.5 INFORMATIONAL SUBMITTALS A. List of Materials Used in Constructing Mockups: List generic product names together with manufacturers, manufacturers' product names, model numbers, lot numbers, batch numbers, source of supply, and other information as required to identify materials used. Include mix proportions for mortar and grout and source of aggregates 1. Submittal is for information only. Neither receipt of list nor approval of mockup constitutes approval of deviations from the Contract Documents unless such deviations are specifically brought to the attention of Architect and approved in writing. B. Qualification Data: For testing agency. C. Material Certificates: For each type and size of the following: 1. Masonry units. a. For masonry units used in structural masonry, include data and calculations establishing average net-area compressive strength of units. 2. Cementitious materials. Include brand,type, and name of manufacturer. 3. Preblended,dry mortar mixes. Include description of type and proportions of ingredients. 4. Reinforcing bars. 5. Joint reinforcement. 6. Anchors,ties,and metal accessories D. Mix Designs: For each type of grout. Include description of type and proportions of ingredients. UNIT MASONRY 04200-2 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1. Include test reports for mortar mixes required to comply with property specification. Test according to ASTM C 109/C 109M for compressive strength, ASTM C 1506 for water retention,and ASTM C 91 for air content. 2. Include test reports, according to ASTM C 1019, for grout mixes required to comply with compressive strength requirement. E. Statement of Compressive Strength of Masonry: For each combination of masonry unit type and mortar type, provide statement of average net-area compressive strength of masonry units, mortar type, and resulting net-area compressive strength of masonry determined according to Tables 1 and 2 in ACI 530.1/ASCE 6/TMS 602. F. Cold-Weather and Hot-Weather Procedures: Detailed description of methods, materials, and equipment to be used to comply with requirements. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM C 1093 for testing indicated. B. Source Limitations for Masonry Units: Obtain exposed masonry units of a uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from single source from single manufacturer for each product required. C. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color for exposed masonry, from single manufacturer for each cementitious component and from single source or producer for each aggregate. D. Masonry Standard: Comply with ACI 530.1/ASCE 6/TMS 602 unless modified by requirements in the Contract Documents. E. Sample Panels: Build sample panels to verify selections made under sample submittals and to demonstrate aesthetic effects. Comply with requirements in Division 01 Section "Quality Requirements" for mockups. 1. Build sample panels for typical exterior wall with exposed interior surface in sizes approximately 48 inches 60 inches. 2. Clean exposed faces of panels with masonry cleaner indicated. 3. Protect approved sample panels from the elements with weather-resistant membrane. 4. Approval of sample panels is for color, texture, and blending of masonry units; relationship of mortar and sealant colors to masonry unit colors; tooling of joints; aesthetic qualities of workmanship; and other material and construction qualities specifically approved by Architect in writing. a. Approval of sample panels does not constitute approval of deviations from the Contract Documents contained in sample panels unless such deviations are specifically approved by Architect in writing. UNIT MASONRY 04200-3 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1.7 DELIVERY, STORAGE,AND HANDLING A. Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units become wet, do not install until they are dry. B. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. D. Deliver preblended, dry mortar mix in moisture-resistant containers designed for use with dispensing silos. Store preblended, dry mortar mix in delivery containers on elevated platforms, under cover, and in a dry location or in covered weatherproof dispensing silos E Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.8 PROJECT CONDITIONS A. Protection of Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. 1. Extend cover a minimum of 24 inches down both sides of walls and hold cover securely in place. B. Do not apply uniform floor or roof loads for at least 12 hours and concentrated loads for at least three days after building masonry walls or columns. C. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such masonry 1. Protect base of walls from rain-splashed mud and from mortar splatter by spreading coverings on ground and over wall surface. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of window and door frames, as well as similar products with painted and integral fimshes, from mortar droppings. 4. Turn scaffold boards near the wall on edge at the end of each day to prevent rain from splashing mortar and dirt onto completed masonry. D. Cold-Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. UNIT MASONRY 04200-4 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1. Cold-Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F and higher and will remain so until masonry has dried, but not less than seven days after completing cleaning. E. Hot-Weather Requirements: Comply with hot-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. PART 2 -PRODUCTS 2.1 MASONRY UNITS, GENERAL A. Defective Units: Referenced masonry unit standards may allow a certain percentage of units to contain chips, cracks, or other defects exceeding limits stated in the standard. Do not use units where such defects will be exposed in the completed Work. 2.2 CONCRETE MASONRY UNITS A. Regional Materials: CMUs shall be manufactured within 500 miles of Project site from aggregates and cement that have been extracted, harvested, or recovered, as well as manufactured,within 500 miles of Project site. B. Shapes: Provide shapes indicated and as follows, with exposed surfaces matching exposed faces of adjacent units unless otherwise indicated. 1. Provide special shapes for lintels, corners, jambs, sashes, movement joints, headers, bonding, and other special conditions. 2. Provide bullnose units for outside corners unless otherwise indicated. C. CMUs: ASTM C 90. 1. Unit Compressive Strength: See structural drawings. 2. Density Classification: See structural drawings. 3. Size (Width): Manufactured to dimensions 3/8 inch less than nominal dimensions. 4. Exposed Faces: Provide color and texture matching the range represented by Architect's sample. 5. Special Aggregate: Provide units made with aggregate matching aggregate in Architect's sample 2.3 CONCRETE AND MASONRY LINTELS A. General: Provide one of the following: B. Concrete Lintels: ASTM C 1623, matching CMUs in color, texture, and density classification; and with reinforcing bars indicated. C. Concrete Lintels: Precast or formed-in-place concrete lintels complying with requirements in Division 03 Section "Cast-in-Place Concrete," and with reinforcing bars indicated. UNIT MASONRY 04200- 5 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 D. Masonry Lintels: Prefabricated or built-in-place masonry lintels made from bond beam CMUs with reinforcing bars placed as indicated and filled with coarse grout. Cure precast lintels before handling and installing. Temporarily support built-in-place lintels until cured. 2.4 MORTAR AND GROUT MATERIALS A. Regional Materials: Aggregate for mortar and grout, cement, and lime shall be extracted, harvested, or recovered,as well as manufactured,within 500 miles of Project site. B. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold-weather construction. Provide natural color or white cement as required to produce mortar color indicated. C. Hydrated Lime: ASTM C 207,Type S. D. Portland Cement-Lime Mix: Packaged blend of portland cement and hydrated lime containing no other ingredients. E. Masonry Cement: ASTM C 91. 1 Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,the following: a. Capital Materials Corporation, Flamingo Color Masonry Cement. b. Cemex S.A.B. de C.V.; Brikset Type N, Citadel Type S, Dixie Type S Kosmortar Type N, Richmortar,Victor Plastic Cement. C. Essroc,Italcementi Group,Brixment or Velvet. d. Holcim (US) Inc.; Mortamix Masonry Cement, Rainbow Mortamix Custom Buff Masonry Cement, White Mortamix Masonry Cement. e. Lafarge North America Inc.; Magnolia Masonry Cement, Lafarge Masonry Cement, Trinity White Masonry Cement. f. Lehigh Cement Company; Lehigh Masonry Cement, Lehigh White Masonry Cement. g. National Cement Company, Inc.; Coosa Masonry Cement. h. Solomon Colors,Inc.; SGS Mortar Colors. F. Aggregate for Mortar: ASTM C 144. 1. For mortar that is exposed to view, use washed aggregate consisting of natural sand or crushed stone. 2. For joints less than 1/4 inch thick, use aggregate graded with 100 percent passing the No. 16 sieve. 3. White-Mortar Aggregates: Natural white sand or crushed white stone. 4. Colored-Mortar Aggregates: Natural sand or crushed stone of color necessary to produce required mortar color. UNIT MASONRY 04200-6 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 G. Cold-Weather Admixture: Nonchloride, noncorrosive, accelerating admixture complying with ASTM C 494/C 494M, Type C, and recommended by manufacturer for use in masonry mortar of composition indicated. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,the following: a. Euclid Chemical Company(The);Accelguard 80. b. Grace Construction Products, W. R. Grace&Co. -Conn.;Morset. C. Sonneborn Products,BASF Aktiengesellschaft;Trimix-NCA. H. Water: Potable. 2.5 REINFORCEMENT A. Uncoated Steel Reinforcing Bars: See structural drawings. B. Masonry Joint Reinforcement, General: ASTM A 951/A 951M. See structural drawings. C. Masonry Joint Reinforcement for Single-Wythe Masonry: Either ladder or truss type with single pair of side rods. 2.6 MISCELLANEOUS ANCHORS A. Anchor Bolts: Headed or L-shaped steel bolts complying with ASTM A 307, Grade A (ASTM F 568M, Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers; hot-dip galvanized to comply with ASTM A 153/A 153M, Class C; of dimensions indicated. 2.7 EMBEDDED FLASHING MATERIALS A. Metal Flashing: Provide metal flashing complying with SMACNA's "Architectural Sheet Metal Manual" Division 07 Section "Sheet Metal Flashing and Trim" and as follows: 1. Fabricate continuous flashings in sections 96 inches long minimum,but not exceeding 12 feet. Provide splice plates at joints of formed, smooth metal flashing. 2. Elastomeric Thermoplastic Flashing: Composite flashing product consisting of a polyester-reinforced ethylene interpolymer alloy. a. Products: Subject to compliance with requirements,available products that may be incorporated into the Work include,but are not limited to,the following: 1) DuPont;Thru-Wall Flashing. 2) Hohmann&Barnard,Inc.; Flex-Flash. 3) Hyload,Inc.; Hyload Cloaked Flashing System. UNIT MASONRY 04200-7 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 4) Mortar Net USA,Ltd.;Total Flash. b. Monolithic Sheet: Elastomeric thermoplastic flashing, 0.040 inch thick. C. Self-Adhesive Sheet: Elastomeric thermoplastic flashing, 0.025 inch thick, with a 0.015-inch thick coating of adhesive. d. First subparagraph below is for applications where flashing extends to face of masonry. This material may not be suitable for use at sealant joints because it will be difficult to remove the sealant for replacement without damaging the flashing. e. Self-Adhesive Sheet with Drip Edge: Elastomeric thermoplastic flashing, 0.025 inch thick, with a 0.015-inch thick coating of rubberized-asphalt adhesive. Where flashing extends to face of masonry, rubberized-asphalt coating is held back approximately 1-1/2 inches from edge. 1) Color: Gray or White. f. Accessories: Provide preformed corners, end dams, other special shapes, and seaming materials produced by flashing manufacturer. 3. EPDM Flashing: Sheet flashing product made from ethylene-propylene-diene terpolymer, complying with ASTM D 4637, 0.040 inch thick. a. Products: Subject to compliance with requirements,available products that may be incorporated into the Work include, but are not limited to, the following: 1) Carlisle Coatings & Waterproofing; Pre-Kleened EPDM Thru-Wall Flashing. 2) Firestone Specialty Products; F1ashGuard. 3) Heckmann Building Products Inc ;No. 81 EPDM Thru-Wall Flashing. 4) Hohmann&Barnard, Inc.; Epra-Max EPDM Thru-Wall Flashing. 5) Sandell Manufacturing Co.,Inc.; EPDM Flashing. B. Application: Unless otherwise indicated, use the following: 1. Where flashing is indicated to receive counterflashmg,use metal flashing. 2. Where flashing is indicated to be turned down at or beyond the wall face, use metal flashing. 3. Where flashing is partly exposed and is indicated to terminate at the wall face, use metal flashing with a sealant stop or flexible flashing with a metal drip edge or elastomeric thermoplastic flashing with drip edge or flexible flashing with a metal sealant stop. 4. Where flashing is fully concealed, use metal flashing or flexible flashing. C. Single-Wythe CMU Flashing System: System of CMU cell flashing pans and interlocking CMU web covers made from high-density polyethylene incorporating chemical stabilizers that prevent UV degradation. Cell flashing pans have integral weep spouts that are designed to be built into mortar bed joints and weep collected moisture to the exterior of CMU walls and that extend into the cell to prevent clogging with mortar. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,the following: a. Mortar Net USA, Ltd.; Blok-Flash. UNIT MASONRY 04200- 8 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 D. Solder and Sealants for Sheet Metal Flashings: As specified in Division 07 Section "Sheet Metal Flashing and Trim." 1. Solder for Stainless Steel: ASTM B 32, Grade Sn60, with acid flux of type recommended by stainless-steel sheet manufacturer. 2. Solder for Copper: ASTM B 32, Grade Sn50, 50 percent tin and 50 percent lead. 3. Elastomeric Sealant: ASTM C 920, chemically curing silicone sealant; of type, grade, class, and use classifications required to seal points in sheet metal flashing and trim and remain watertight. E. Adhesives, Primers, and Seam Tapes for Flashings: Flashing manufacturer's standard products or products recommended by flashing manufacturer for bonding flashing sheets to each other and to substrates. 2.8 MISCELLANEOUS MASONRY ACCESSORIES A. Compressible Filler: Premolded filler strips complying with ASTM D 1056, Grade 2A1; compressible up to 35 percent; of width and thickness indicated; formulated from urethane or PVC]. B. Bond-Breaker Strips: Asphalt-saturated, organic roofing felt complying with ASTM D 226, Type I(No. 15 asphalt felt). 2.9 MASONRY CLEANERS A. Proprietary Acidic Cleaner: Manufacturer's standard-strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cleaner manufacturer and manufacturer of masonry units being cleaned. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Diedrich Technologies,Inc. b. EaCo Chem, Inc. c ProSoCo, Inc. 2.10 MORTAR AND GROUT MIXES A. General: Do not use admixtures, including pigments, air-entraining agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. 2. Use portland cement-lime, masonry cement or mortar cement mortar unless otherwise indicated. UNIT MASONRY 04200-9 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 3. For exterior masonry, use portland cement-lime, masonry cement or mortar cement mortar 4. For reinforced masonry, use portland cement-lime, masonry cement or mortar cement mortar. 5. Add cold-weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions,to ensure that mortar color is consistent. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Unit Masonry: Comply with ASTM C 270, Proportion Specification. Provide the following types of mortar for applications stated unless another type is indicated or needed to provide required compressive strength of masonry. 1 For masonry below grade or in contact with earth,use Type S. 2. For reinforced masonry,use Type S. 3. For exterior, above-grade, load-bearing and non-load-bearing walls and parapet walls; for interior load-bearing walls; for interior non-load-bearing partitions; and for other applications where another type is not indicated, use Type N. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. For the record,prepare written report, endorsed by Installer, listing conditions detrimental to performance of work. 2. Verify that foundations are within tolerances specified. 3. Verify that reinforcing dowels are properly placed. B. Before installation, examine rough-in and built-in construction for piping systems to verify actual locations of piping connections. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Thickness: Build cavity and composite walls and other masonry construction to full thickness shown. Build single-wythe walls to actual widths of masonry units, using units of widths indicated. B Build chases and recesses to accommodate items specified in this and other Sections. C. Leave openings for equipment to be installed before completing masonry. After installing equipment, complete masonry to match the construction immediately adjacent to opening. UNIT MASONRY 04200- 10 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 D. Use full-size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor-driven saws; provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut units with cut surfaces and,where possible,cut edges concealed. E. Select and arrange units for exposed unit masonry to produce a uniform blend of colors and textures. 1. Mix units from several pallets or cubes as they are placed. 3.3 TOLERANCES A. Dimensions and Locations of Elements: 1. For dimensions in cross section or elevation do not vary by more than plus 1/2 inch or minus 1/4 inch. 2. For location of elements in plan do not vary from that indicated by more than plus or minus 1/2 inch. 3. For location of elements in elevation do not vary from that indicated by more than plus or minus 1/4 inch in a story height or 1/2 inch total. B. Lines and Levels: 1. For bed joints and top surfaces of bearing walls do not vary from level by more than 1/4 inch in 10 feet, or 1/2 inch maximum. 2. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary from level by more than 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2 inch maximum. 3. For vertical lines and surfaces do not vary from plumb by more than 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1/2 inch maximum. 4. For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2 inch maximum. 5. For lines and surfaces do not vary from straight by more than 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1/2 inch maximum. 6. For vertical alignment of exposed head joints, do not vary from plumb by more than 1/4 inch in 10 feet, or 1/2 inch maximum. 7. If Type FBS Rough brick or Type FBA brick is used, revise tolerance in subparagraph below to allow for variation in brick size. 8. For faces of adjacent exposed masonry units, do not vary from flush alignment by more than 1/16 inch except due to warpage of masonry units within tolerances specified for warpage of units. C. Joints: 1. For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch, with a maximum thickness limited to 1/2 inch. 2. For exposed bed joints, do not vary from bed joint thickness of adjacent courses by more than 1/8 inch. 3. For head and collar joints, do not vary from thickness indicated by more than plus 3/8 inch or minus 1/4 inch. 4. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch. Do not vary from adjacent bed joint and head joint thicknesses by more than 1/8". UNIT MASONRY 04200- 11 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 5. For exposed bed points and head points of stacked bond, do not vary from a straight line by more than 1/16 inch from one masonry unit to the next. 3.4 LAYING MASONRY WALLS A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform point thicknesses and for accurate location of openings, movement-type joints, returns, and offsets. Avoid using less-than-half-size units, particularly at corners, jambs, and, where possible, at other locations. B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed masonry in running bond; do not use units with less than nominal 4-inch (100-mm) horizontal face dimensions at corners or jambs. C Lay concealed masonry with all units in a wythe in running bond or bonded by lapping not less than 4-inch. Bond and interlock each course of each wythe at corners. Do not use units with less than nominal 4-inch horizontal face dimensions at corners or jambs. D. Stopping and Resuming Work: Stop work by racking back units in each course from those in course below; do not tooth. When resuming work, clean masonry surfaces that are to receive mortar, remove loose masonry units and mortar, and wet brick if required before laying fresh masonry. E. Built-in Work: As construction progresses, build in items specified in this and other Sections. Fill in solidly with masonry around built-in items. F. Fill space between steel frames and masonry solidly with mortar unless otherwise indicated. G. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of metal lath, wire mesh, or plastic mesh in the joint below and rod mortar or grout into core. H. Fill cores in hollow CMUs with grout 24 inches under bearing plates, beams, lintels, posts, and similar items unless otherwise indicated. I. Build non-load-bearing interior partitions full height of story to underside of solid floor or roof structure above unless otherwise indicated. 1. Install compressible filler in joint between top of partition and underside of structure above. 3.5 MORTAR BEDDING AND JOINTING A. Lay hollow CMUs as follows: 1. With face shells fully bedded in mortar and with head joints of depth equal to bed joints. 2. With webs fully bedded in mortar in all courses of piers, columns, and pilasters. 3. With webs fully bedded in mortar in grouted masonry, including starting course on footings. 4. With entire units, including areas under cells, fully bedded in mortar at starting course on footings where cells are not grouted. UNIT MASONRY 04200- 12 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 3.6 LINTELS A. Install steel lintels where indicated. B. Provide concrete or masonry lintels where shown and where openings of more than 12 inches for brick-size units and 24 inches for block-size units are shown without structural steel or other supporting lintels. C. Provide minimum bearing of 8 inches at each jamb unless otherwise indicated. 3.7 FLASHING, WEEP HOLES, CAVITY DRAINAGE, AND VENTS A. General: Install embedded flashing and weep holes in masonry at shelf angles, lintels, ledges, other obstructions to downward flow of water in wall, and where indicated. Install vents at shelf angles, ledges, and other obstructions to upward flow of air in cavities, and where indicated. B. Install flashing as follows unless otherwise indicated: 1. Prepare masonry surfaces so they are smooth and free from projections that could puncture flashing. Where flashing is within mortar joint, place through-wall flashing on sloping bed of mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing with adhesive, sealant, or tape as recommended by flashing manufacturer. 2. At lintels and shelf angles, extend flashing a minimum of 6 inches into masonry at each end. At heads and sills, extend flashing 6 inches at ends and turn up not less than 2 inches to form end dams. 3. Interlock end joints of ribbed sheet metal flashing by overlapping ribs not less than 1-1/2 inches or as recommended by flashing manufacturer, and seal lap with elastomeric sealant complying with requirements in Division 07 Section "Joint Sealants" for application indicated. 4. Install metal drip edges and sealant stops with ribbed sheet metal flashing by interlocking hemmed edges to form hooked seam. Seal seam with elastomeric sealant complying with requirements in Division 07 Section "Joint Sealants" for application indicated. 5. Install metal drip edges beneath flexible flashing at exterior face of wall. Stop flexible flashing 1/2 inch back from outside face of wall and adhere flexible flashing to top of metal drip edge. 6. Install metal flashing termination beneath flexible flashing at exterior face of wall. Stop flexible flashing 1/2 inch back from outside face of wall and adhere flexible flashing to top of metal flashing termination. 7. Cut flexible flashing off flush with face of wall after masonry wall construction is completed. C. Install single-wythe CMU flashing system in bed joints of CMU walls where indicated to comply with manufacturer's written instructions. Install CMU cell pans with upturned edges located below face shells and webs of CMUs above and with weep spouts aligned with face of wall. Install CMU web covers so that they cover upturned edges of CMU cell pans at CMU webs and extend from face shell to face shell. UNIT MASONRY 04200- 13 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 D. Install reglets and nailers for flashing and other related construction where they are shown to be built into masonry. E. Install vents in head joints in exterior wythes at spacing indicated. 1. Close cavities off vertically and horizontally with blocking in manner indicated. Install through-wall flashing and weep holes above horizontal blocking. 3.8 REINFORCED UNIT MASONRY INSTALLATION A. Temporary Formwork and Shores: Construct formwork and shores as needed to support reinforced masonry elements during construction. 1. Construct formwork to provide shape, line, and dimensions of completed masonry as indicated. Make forms sufficiently tight to prevent leakage of mortar and grout. Brace, tie, and support forms to maintain position and shape during construction and curing of reinforced masonry. 2. Do not remove forms and shores until reinforced masonry members have hardened sufficiently to carry their own weight and other loads that may be placed on them during construction. B. Placing Reinforcement: Comply with requirements in ACI 530.1/ASCE 6/TMS 602. C. Grouting: Do not place grout until entire height of masonry to be grouted has attained enough strength to resist grout pressure. 1. Comply with requirements in ACI 5')0. 6/TMS 602 for cleanouts and for grout placement, including minimum grout space and maximum pour height. 3.9 REPAIRING, POINTING,AND CLEANING A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Install new units to match adjoining units; install in fresh mortar,pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar. Point up joints, including corners, openings, and adjacent construction, to provide a neat, uniform appearance. Prepare joints for sealant application, where indicated. C. In-Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample wall panel; leave one-half of panel uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of masonry. UNIT MASONRY 04200- 14 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 3. Protect adjacent stone and nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape. 4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing surfaces thoroughly with clear water. 5. Clean brick by bucket-and-brush hand-cleaning method described in BIA Technical Notes 20. 6. Clean masonry with a proprietary acidic cleaner applied according to manufacturer's written instructions. 7. Clean concrete masonry by cleaning method indicated in NCMA TEK 8-2A applicable to type of stain on exposed surfaces. 8. Clean stone trim to comply with stone supplier's written instructions. 9. Clean limestone units to comply with recommendations in ILI's "Indiana Limestone Handbook." 3.10 MASONRY WASTE DISPOSAL A. Salvageable Materials: Unless otherwise indicated, excess masonry materials are Contractor's property. At completion of unit masonry work,remove from Project site. B. Waste Disposal as Fill Material: Dispose of clean masonry waste, including excess or soil- contaminated sand, waste mortar, and broken masonry units, by crushing and mixing with fill material as fill is placed. 1. Crush masonry waste to less than 4 inches in each dimension. 2. Mix masonry waste with at least two parts of specified fill material for each part of masonry waste. Fill material is specified in Division 31 Section "Earth Moving." 3. Generally retain subparagraph below. If required, increase limit if acid-soil plants are used for foundation plantings. 4. Do not dispose of masonry waste as fill within 18 inches of finished grade. C Excess Masonry Waste: Remove excess clean masonry waste that cannot be used as fill, as described above, and other masonry waste, and legally dispose of off Owner's property. END OF SECTION 042000 UNIT MASONRY 04200- 15 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 SECTION 05400 -COLD-FORMED METAL FRAMING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Exterior non-load-bearing wall framing. 2. Ceiling joist framing. 1.3 SUBMITTALS A. Product Data: For each type of cold-formed metal framing product and accessory indicated. B. Shop Drawings: Show layout, spacings, sizes, thicknesses, and types of cold-formed metal framing; fabrication; and fastening and anchorage details, including mechanical fasteners. Show reinforcing channels, opening framing, supplemental framing, strapping, bracing, bridging, splices, accessories, connection details, and attachment to adjoining work. 1.4 QUALITY ASSURANCE A. AISI Specifications and Standards: Comply with AISI's "North American Specification for the Design of Cold-Formed Steel Structural Members" and its "Standard for Cold-Formed Steel Framing-General Provisions." 1.5 DELIVERY, STORAGE,AND HANDLING A. Protect cold-formed metal framing from corrosion, deformation, and other damage during delivery, storage,and handling. B. Store cold-formed metal framing, protect with a waterproof covering, and ventilate to avoid condensation. COLD-FORMED METAL FRAMING 05400 - 1 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 PART2 -PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering cold-formed metal framing that may be incorporated into the Work include, but are not limited to,the following: B. Manufacturers: Subject to compliance with requirements, provide cold-formed metal framing by one of the following: 1. Allied Studco. 2. AllSteel Products, Inc. 3. California Expanded Metal Products Company. 4. Clark Steel Framing. 5. Consolidated Fabricators Corp ;Building Products Division. 6. Craco Metals Manufacturing, LLC. 7. Custom Stud,Inc. 8. Dale/Incor. 9. Design Shapes in Steel. 10. Dietrich Metal Framing; a Worthington Industries Company. 11. Formetal Co. Inc. (The). 12. Innovative Steel Systems. 13. MarmoWare; a division of Ware Industries. 14. Quail Run Building Materials, Inc. 15. SCAFCO Corporation. 16. Southeastern Stud&Components, Inc. 17. Steel Construction Systems. 18. Steeler,Inc. 19. Super Stud Building Products,Inc 20. United Metal Products,Inc. 2.2 MATERIALS A. Steel Sheet: ASTM A 1003/A 1003M, Structural Grade, Type H, metallic coated, of grade and coating weight as follows: 1. Grade: ST33H. 2. Coating: G60. 2.3 EXTERIOR NON-LOAD-BEARING WALL FRAMING A. Steel Studs: Manufacturer's standard C-shaped steel studs, of web depths indicated, punched, with stiffened flanges, and as follows: 1. Minimum Base-Metal Thickness: 0.0428 inch. 2. Flange Width: 1-5/8 inches. COLD-FORMED METAL FRAMING 05400 -2 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 B. Steel Track: Manufacturer's standard U-shaped steel track, of web depths indicated,unpunched, with unstiffened flanges,and as follows: 1. Minimum Base-Metal Thickness: 0.0428 inch. 2. Flange Width: 2.0 inches. 3. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Dietrich Metal Framing; a Worthington Industries Company. b. MarinoWare, a division of Ware Industries. C. SCAFCO Corporation d. The Steel Network,Inc. C. Power-Actuated Anchors: Fastener system of type suitable for application indicated, fabricated from corrosion-resistant materials, with capability to sustain, without failure, a load equal to 10 times design load, as determined by testing per ASTM E 1190 conducted by a qualified independent testing agency. D. Mechanical Fasteners: ASTM C 1513, corrosion-resistant-coated, self-drilling, self-tapping steel drill screws. 1. Head Type: Low-profile head beneath sheathing, manufacturer's standard elsewhere. 2.4 MISCELLANEOUS MATERIALS A. Galvanizing Repair Paint: [SSPC-Paint 20 or DOD-P-21035] [ASTM A 780]. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine supporting substrates and abutting structural framing for compliance with requirements for installation tolerances and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION 3.3 INSTALLATION, GENERAL A. Cold-formed metal framing may be shop or field fabricated for installation, or it may be field assembled. COLD-FORMED METAL FRAMING 05400 -3 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 B. Install cold-formed metal framing according to AISI's "Standard for Cold-Formed Steel Framing - General Provisions" and to manufacturer's written instructions unless more stringent requirements are indicated. C. Install shop- or field-fabricated, cold-formed framing and securely anchor to supporting structure. 1. Screw, bolt, or weld wall panels at horizontal and vertical junctures to produce flush, even, true-to-line joints with maximum variation in plane and true position between fabricated panels not exceeding 1/16 inch. D. Install cold-formed metal framing and accessories plumb, square, and true to line, and with connections securely fastened. 1. Cut framing members by sawing or shearing; do not torch cut. 2. Fasten cold-formed metal framing members by welding, screw fastening, clinch fastening, or riveting. Wire tying of framing members is not permitted. a. Comply with AWS D1.3 requirements and procedures for welding, appearance and quality of welds,and methods used in correcting welding work. b. Locate mechanical fasteners and install according to Shop Drawings, and complying with requirements for spacing, edge distances, and screw penetration. E. Install framing members in one-piece lengths unless splice connections are indicated for track or tension members. F. Install temporary bracing and supports to secure framing and support loads comparable in intensity to those for which structure was designed. Maintain braces and supports in place, undisturbed, until entire integrated supporting structure has been completed and permanent connections to framing are secured. G. Do not bridge building expansion and control points with cold-formed metal framing. Independently frame both sides of joints. H. Erection Tolerances: Install cold-formed metal framing level, plumb, and true to line to a maximum allowable tolerance variation of 1/8 inch in 10 feet and as follows: 1. Space individual framing members no more than plus or minus 1/8 inch from plan location. Cumulative error shall not exceed minimum fastening requirements of sheathing or other finishing materials. 3.4 EXTERIOR NON-LOAD-BEARING WALL INSTALLATION A. Install continuous tracks sized to match studs. Align tracks accurately and securely anchor to supporting structure as indicated. B. Fasten both flanges of studs to top and bottom track, unless otherwise indicated. Space studs as follows: 1. Stud Spacing: As indicated. COLD-FORMED METAL FRAMING 05400 -4 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 C. Set studs plumb, except as needed for diagonal bracing or required for nonplumb walls or warped surfaces and similar requirements. D. Isolate non-load-bearing steel framing from building structure to prevent transfer of vertical loads while providing lateral support. 3.5 REPAIRS AND PROTECTION A. Galvanizing Repairs: Prepare and repair damaged galvanized coatings on fabricated and installed cold-formed metal framing with galvanized repair paint according to ASTM A 780 and manufacturer's written instructions. B. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and installer that ensure that cold-formed metal framing is without damage or deterioration at time of Substantial Completion. END OF SECTION 05400 COLD-FORMED METAL FRAMING 05400 - 5 Division 6 Wood and Plastics Table of Contents Division 6 Wood and Plastics 061000 Rough Carpentry 061053 Miscellaneous Rough Carpentry 061600 Sheathing 061753 Shop-Fabricated Wood Trusses SECTION 061000 -ROUGH CARPENTRY PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Framing with dimension lumber. 2. Framing with engineered wood products. 3. Wood blocking and nailers. 4. Wood furring. 5. Wood sleepers. 6. Utility shelving. 7. Plywood backing panels. B. Related Requirements: 1. Division 06 Section 061600 "Sheathing." 2. Division 06 Section 061753 "Shop-Fabricated Wood Trusses" for wood trusses made from dimension lumber. 3. Division 02,Section 02361 "Termite Control" for site application of borate treatment to wood framing. 1.3 DEFINITIONS A. Exposed Framing: Framing not concealed by other construction. B. Dimension Lumber: Lumber of 2 inches nominal (38 mm actual) or greater but less than 5 inches nominal (114 mm actual) in least dimension. C. Lumber grading agencies,and the abbreviations used to reference them, include the following: 1. NeLMA: Northeastern Lumber Manufacturers'Association. 2. NLGA: National Lumber Grades Authority. 3. RIS: Redwood Inspection Service. 4. SPIB: The Southern Pine Inspection Bureau. 5. WCLIB: West Coast Lumber Inspection Bureau. 6. WWPA: Western Wood Products Association. ROUGH CARPENTRY 061000 - 1 1.4 ACTION SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used and net amount of preservative retained. 2. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 3. Include copies of warranties from chemical treatment manufacturers for each type of treatment. B. FGBC Submittals- 1. Certificates for Credit Category 6: Materials: Credit MIA Certified Wood: Chain-of- custody certificates indicating that products specified to be made from certified wood comply with forest certification requirements. Include documentation that manufacturer is certified for chain of custody by an FSC-accredited certification body. Include statement indicating cost for each certified wood product. 2. Product Data for Credit Category 5: Health; Credit H2.1 Low-Emitting Materials For adhesives, documentation including printed statement of VOC content. All adhesives and sealants shall be low Volatile Organic Compound (VOC) and meet the VOC limits established by the South Coast Air Quality Management District(SCAQMD)Rule 41168 AND all sealants used as fillers must meet or exceed the requirements of the Bay Area Air Quality Management District Regulation 8, Rule 51. 3. Product Data for Category 5: Health; Credit H2.5 Low-Emitting Materials, Composite Wood. For composite wood products, documentation indicating that product contains no urea formaldehyde. 4. Product Certificates for Credit: Local Manufacturing, M3.1. For products and materials required to comply with requirements for regional materials indicating location and distance from Project of material manufacturer and point of extraction, harvest, or recovery for each raw material. Include statement indicating cost for each regional material and the fraction by weight that is considered regional within a 700 mile radius 5. Product Certificates for Credit: Local Manufacturing, M3.2. For products and materials required to comply with requirements for percent of materials for the building that are harvested, extracted, and manufactured locally. C. Fastener Patterns: Full-size templates for fasteners in exposed framing. 1.5 INFORMATIONAL SUBMITTALS Material Certificates: For dimension lumber specified to comply with minimum allowable unit stresses. Indicate species and grade selected for each use and design values approved by the ALSC Board of Review. ROUGH CARPENTRY 061000 -2 A. Evaluation Reports: For the following, from ICC-ES: 1. Wood-preservative-treated wood. 2. Engineered wood products. 3. Shear panels. 4. Power-driven fasteners. 5. Powder-actuated fasteners. 6. Expansion anchors. 7. Metal framing anchors. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: For testing agency providing classification marking for fire- retardant treated material, an inspection agency acceptable to authorities having jurisdiction that periodically performs inspections to verify that the material bearing the classification marking is representative of the material tested. 1.7 DELIVERY, STORAGE,AND HANDLING A. Stack lumber flat with spacers beneath and between each bundle to provide air circulation. Protect lumber from-weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. PART 2 -PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Certified Wood: Materials shall be produced from wood obtained from forests certified by an FSC-accredited certification body to comply with FSC STD-01-001, "FSC Principles and Criteria for Forest Stewardship for the following: 1. Dimension lumber framing. 2. Miscellaneous lumber. B. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules-writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2 For exposed lumber indicated to receive a stained or natural finish, [mark grade stamp on end or back of each piece or omit grade stamp and provide certificates of grade compliance issued by grading agency. 3. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 4. Provide dressed lumber, S4S,unless otherwise indicated. ROUGH CARPENTRY 061000 -3 C. Maximum Moisture Content of Lumber: 15 percent 2-inch nominal 38-mm actual thickness or less, 19 percent for more than 2-inch nominal 38-mm actual thickness 15 percent for 2-inch nominal 38-mm actual thickness or less, no limit for more than 2-inch nominal 38-mm actual thickness 19 percent for 2-inch nominal 38-mm actual thickness or less, no limit for more than 2-inch nominal 38-mm actual thickness unless otherwise indicated. D. Engineered Wood Products: Provide engineered wood products acceptable to authorities having jurisdiction and for which current model code research or evaluation reports exist that show compliance with building code in effect for Project. 1. Allowable Design Stresses: Provide engineered wood products with allowable design stresses, as published by manufacturer, that meet or exceed those indicated. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency. 2.2 WOOD-PRESERVATIVE-TREATED LUMBER A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2[ for interior construction not in contact with the ground, Use Category UC3b for exterior construction not in contact with the ground, and Use Category UC4a for items in contact with the ground]. 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. Do not use inorganic boron(SBX) for sill plates. 2. For exposed items indicated to receive a stained or natural finish, use chemical formulations that do not require incising, contain colorants, bleed through, or otherwise adversely affect finishes. B. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. Do not use material that is warped or that does not comply with requirements for untreated material. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. 1. If there is exposed lumber indicated to receive a stained or natural finish, mark end or back of each piece or omit marking and provide certificates of treatment compliance issued by inspection agency. D. Application: Treat all rough carpentry unless otherwise indicated. 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing,vapor barriers, and waterproofing. 2. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in contact with masonry or concrete. 3. Wood framing and furring attached directly to the interior of below-grade exterior masonry or concrete walls. 4. Wood framing members that are less than 18 inches (460 mm) above the ground in crawlspaces or unexcavated areas. 5. Wood floor plates that are installed over concrete slabs-on-grade. ROUGH CARPENTRY 061000 -4 2.3 ENGINEERED WOOD PRODUCTS A. Engineered Wood Products, General: Products shall contain no urea formaldehyde comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." B. Source Limitations: Obtain each type of engineered wood product from single source from a single manufacturer. C. Laminated-Veneer Lumber: Structural composite lumber made from wood veneers with grain primarily parallel to member lengths, evaluated and monitored according to ASTM D 5456 and manufactured with an exterior-type adhesive complying with ASTM D 2559. 1. Manufacturers: Subject to compliance with requirements, provide products by the following: a. Boise Cascade Corporation. b. Finnforest USA. C. Georgia-Pacific. d. Jager Building Systems Inc. e. Louisiana-Pacific Corporation. f. Pacific Woodtech Corporation. g. Roseburg Forest Products Co. h. Standard Structures Inc. i. Stark Truss Company, Inc. j. West Fraser Timber Co.,Ltd. k. Weyerhaeuser Company. 2. Extreme Fiber Stress in Bending, Edgewise: 3100 psi (21.3 MPa) for 12-inch nominal- (286-mm actual-) depth members. 3. Modulus of Elasticity, Edgewise: 2,000,000 psi(13 700 MPa) . D. Parallel-Strand Lumber: Structural composite lumber made from wood strand elements with grain primarily parallel to member lengths, evaluated and monitored according to ASTM D 5456 and manufactured with an exterior-type adhesive complying with ASTM D 2559. 1. Manufacturers: Subject to compliance with requirements, provide products by the following: a. Louisiana-Pacific Corporation. b. Weyerhaeuser Company. 2. Extreme Fiber Stress in Bending, Edgewise: 2900 psi (20 MPa) for 12-inch nominal- (286-mm actual-)depth members. 3. Modulus of Elasticity, Edgewise: 2,200,000 psi(15 100 MPa). ROUGH CARPENTRY 061000 -5 2.4 MISCELLANEOUS LUMBER A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. 3. Rooftop equipment bases and support curbs. 4. Cants. 5. Furring. 6. Grounds. 7. Utility shelving. B. For items of dimension lumber size,provide Construction or No. 2 and the following species• 1. Hem-fir(north);NLGA. 2. Mixed southern pine; SPIB. 3. Spruce-pine-fir;NLGA. 4. Hem-fir; WCLIB or WWPA. 5. Spruce-pine-fir(south);NeLMA, WCLIB, or WWPA. 6. Western woods; WCLIB or WWPA. -7. Northern species;NLGA. 8 Eastern softwoods;NeLMA. C. For utility shelving, provide lumber with 15 percent maximum moisture content and any of the following species and grades: 1. Eastern white pine, Idaho white, lodgepole, ponderosa, or sugar pine; Premium or No. 2 Common(Sterling)grade;NeLMA,NLGA, WCLIB, or WWPA. 2. Mixed southern pine;No. 1 grade; SPIB. 3. Hem-fir or hem-fir(north); Select Merchantable or No. 1 Common. 4. Spruce-pine-fir (south) or spruce-pine-fir; Select Merchantable or No. 1 Common grade; NeLMA,NLGA, WCLIB, or WWPA. D For concealed boards, provide lumber with 15 percent maximum moisture content and any of the following species and grades: 1. Mixed southern pine;No. 2 grade; SPIB. 2. Hem-fir or hem-fir (north); Construction or No. 2 Common grade; NLGA, WCLIB, or WWPA. 3. Spce-pn -fior spruce-pine-fiir; Construction or No. 2 Common grade; NeLMA,NLGA, WCLIB, or WWPA. 4. Eastern softwoods;No. 2 Common grade;NeLMA. 5. Northern species;No. 2 Common grade;NLGA. 6. Western woods; Construction or No. 2 Common grade; WCLIB or WWPA. E. For blocking not used for attachment of other construction, Utility, Stud, or No. 3 grade lumber of any species may be used provided that it is cut and selected to eliminate defects that will interfere with its attachment and purpose. ROUGH CARPENTRY 061000 -6 F. For blocking and nailers used for attachment of other construction, select and cut lumber to eliminate knots and other defects that will interfere with attachment of other work. G. For furring strips for installing plywood or hardboard paneling, select boards with no knots capable of producing bent-over nails and damage to paneling. 2.5 PLYWOOD BACKING PANELS A. Equipment Backing Panels: Fire-retardant treated, in thickness indicated or, if not indicated, not less than 3/4-inch(19-mm)nominal thickness. 1. Plywood shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 2.6 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. 1. Where rough carpentry is exposed to weather, in ground contact, pressure-preservative treated, or in area of high relative humidity, provide fasteners with hot-dip zinc coating complying with ASTM A 153/A 153M. B Nails,Brads,and Staples: ASTM F 1667. C. Power-Driven Fasteners: NES NER-272. D. Wood Screws: ASME B 18.6.1. E. Lag Bolts: ASME B 18.2.1 (ASME B 18.2.3.8M). F. Bolts: Steel bolts complying with ASTM A 307, Grade A(ASTM F 568M,Property Class 4.6); with ASTM A 563 (ASTM A 563M)hex nuts and,where indicated,flat washers. G. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry assemblies and equal to four times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency. 1. Material: Carbon-steel components, zinc plated to comply with ASTM B 633, Class Fe/Zn 5. 2. Material: Stainless steel with bolts and nuts complying with ASTM F 593 and ASTM F 594, Alloy Group 1 or 2 (ASTM F 738M and ASTM F 836M, Grade Al or A4). ROUGH CARPENTRY 061000 - 7 2.7 METAL FRAMING ANCHORS A. Manufacturers: Subject to compliance with requirements,provide products by the following: 1. Cleveland Steel Specialty Co. 2. KC Metals Products,Inc. 3. Phoenix Metal Products, Inc. 4. Simpson Strong-Tie Co., Inc. 5. USP Structural Connectors. B. Allowable Design Loads: Provide products with allowable design loads, as published by manufacturer, that meet or exceed those indicated. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency. C. Galvanized-Steel Sheet: Hot-dip, zinc-coated steel sheet complying with ASTM A 653/A 653M, G60 (Z180)coating designation. 1. Use for interior locations unless otherwise indicated. D. Hot-Dip, Heavy-Galvanized Steel Sheet: ASTM A 65' A 653M; structural steel (SS), high- strength low-alloy steel Type A (HSLAS Type A), or high-strength low-alloy steel Type B (HSLAS Type B); G185 (Z550) coating designation; and not less than 0.036 inch (0.9 mm) thick. 1. Use for wood-preservative-treated lumber and where indicated. E. Stainless-Steel Sheet: ASTM A 666,Type 316. 1. Use for exterior locations and where indicated. F. Bridging: Rigid,V-section, nailless type, 0.050 inch(1.3 mm)thick, length to suit joist size and spacing. G. Rafter Tie-Downs (Hurricane or Seismic Ties): Bent strap tie for fastening rafters or roof trusses to wall studs below, 2-1/4 inches (57 mm) wide by 0.062 inch (1.6 mm) thick. Tie fits over top of rafter or truss and fastens to both sides of rafter or truss, face of top plates, and side of stud below. 2.8 MISCELLANEOUS MATERIALS A. Sill-Sealer Gaskets: Closed-cell neoprene foam, 1/4 inch (6.4 mm) thick, selected from manufacturer's standard widths to suit width of sill members indicated. B. Flexible Flashing: Composite, self-adhesive, flashing product consisting of a pliable, [butyl rubber] [or] [rubberized-asphalt] compound, bonded to a high-density polyethylene film, aluminum foil, or spunbonded polyolefin to produce an overall thickness of not less than 0.025 inch(0.6 mm). C. Adhesives for Gluing Furring to Concrete or Masonry: Formulation complying with ASTM D 3498 that is approved for use indicated by adhesive manufacturer. ROUGH CARPENTRY 061000 - 8 I. Adhesives shall have a VOC content of 70g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2. Adhesives shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." D. Water-Repellent Preservative: NWWDA-tested and-accepted formulation containing 3-iodo-2- propynyl butyl carbamate, combined with an insecticide containing chloropyrifos as its active ingredient. PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring,nailers, blocking, grounds, and similar supports to comply with requirements for attaching other construction. B. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame Construction," unless otherwise indicated. C. Framing with Engineered Wood Products: Install engineered wood products to comply with manufacturer's written instructions. D. Install plywood backing panels by fastening to studs; coordinate locations with utilities requiring backing panels.Install fire-retardant treated plywood backing panels with classification marking of testing agency exposed to view. E. Shear Wall Panels: Install shear wall panels to comply with manufacturer's written instructions. F. Metal Framing Anchors: Install metal framing anchors to comply with manufacturer's written instructions. Install fasteners through each fastener hole. G. Install sill sealer gasket to form continuous seal between sill plates and foundation walls. H. Do not splice structural members between supports unless otherwise indicated. I. Provide blocking and framing as indicated and as required to support facing materials, fixtures, specialty items, and trim. 1. Provide metal clips for fastening gypsum board or lath at corners and intersections where framing or blocking does not provide a surface for fastening edges of panels. Space clips not more than 16 inches (406 mm) o.c. J. Sort and select lumber so that natural characteristics will not interfere with installation or with fastening other materials to lumber. Do not use materials with defects that interfere with function of member or pieces that are too small to use with minimum number of joints or optimum joint arrangement. ROUGH CARPENTRY 061000 -9 K. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative-treated lumber. 1. Use inorganic boron for items that are continuously protected from liquid water. 2. Use copper naphthenate for items not continuously protected from liquid water. L. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. NES NER-272 for power-driven fasteners. 2. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code. 3. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's International Residential Code for One- and Two- Family Dwellings. M. Use steel common nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood. Drive nails snug but do not countersink nail heads unless otherwise indicated. N. For exposed work, arrange fasteners in straight rows parallel with edges of members, with fasteners evenly spaced, and with adjacent rows staggered. 1. Comply with approved fastener patterns where applicable. Before fastening, mark fastener locations, using a template made of sheet metal, plastic,or cardboard. 2. Use finishing nails unless otherwise indicated. Countersink nail heads and fill holes with wood filler. 3. Use common nails unless otherwise indicated. Drive nails snug but do not countersink nail heads. 3.2 WOOD FURRING INSTALLATION A. Install level and plumb with closure strips at edges and openings. Shim with wood as required for tolerance of finish work. B. Furring to Receive Plywood or Hardboard Paneling: Install 1-by-3-inch nominal- (19-by-63- mm actual-) size furring horizontally and vertically at 24 inches(6 10 mm) 600 mm o.c. C. Furring to Receive Gypsum Board: Install 1-by-2-inch nominal- (19-by-38-mm actual-) size furring vertically at 16 inches (406 mm)400 mm o.c. 3.3 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron-treated wood becomes wet, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label. ROUGH CARPENTRY 061000 - 10 B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes [wet] [sufficiently wet that moisture content exceeds that specified], apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label. END OF SECTION 061000 ROUGH CARPENTRY 061000- 11 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 SECTION 061053 -MISCELLANEOUS ROUGH CARPENTRY PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Framing with dimension lumber. 2. Wood blocking, cants, and nailers. 3. Wood furring and grounds. 4. Wood sleepers. 5. Utility shelving. 6. Plywood backing panels. B. Related Requirements: 1. Division 06 Section 061600 "Sheathing." 2. Division 06 Section 061753 "Shop-Fabricated Wood Trusses." 3. Division 02 Section 02361 "Termite Control" for site application of borate treatment to wood framing. 1.3 DEFINITIONS A. Dimension Lumber: Lumber of 2 inches nominal (38 mm actual) or greater but less than 5 inches nominal(114 mm actual) in least dimension. B. Lumber grading agencies, and the abbreviations used to reference them, include the following: 1. NeLMA: Northeastern Lumber Manufacturers'Association. 2. NHLA: National Hardwood Lumber Association. 3. NLGA: National Lumber Grades Authority. 4. SPIB: The Southern Pine Inspection Bureau. 5. WCLIB: West Coast Lumber Inspection Bureau. 6. WWPA: Western Wood Products Association. 1.4 ACTION SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details. MISCELLANEOUS ROUGH CARPENTRY 061053 - 1 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1. Include data for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used and net amount of preservative retained. 2. Include data for fire-retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of treated materials based on testing by a qualified independent testing agency. 3. For fire-retardant treatments, include physical properties of treated lumber both before and after exposure to elevated temperatures, based on testing by a qualified independent testing agency according to ASTM D 5664. 4. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 5. Include copies of warranties from chemical treatment manufacturers for each type of treatment. B. FGBC Submittals: 1. Certificates for Credit' Category 6: Materials: Credit MIA. Certified Wood: Wood products are FSC, SFI, or CSA certified. Use a minimum of 56% of certified wood based materials and ,products, for wood building components including but not limited to structural framing and general dimensional framing, furnishings and non rented temporary construction applications such as bracing, concrete,formwork and pedestrian barriers: 2. Product Data for Credit.Category 5: Health; Credit H2.1 Low-Emitting Materials For adhesives,:documentation including printed,statement of VOC content. All adhesives and sealants shall be low Volatile Organic Compound (VOC) and meet the VOC.limits established by the South Coast Air•Quality Management District(SCAQMD) Rule#1168 AND all'sealants'used as fillers must meet or exceed the requirements of the Bay Area Air Quality Management District Regulation 8,Rule 51. 3. ' Product Data for Credit Category 5: Health; Credit H2.5 Low-Emitting Materials, Composite Wood. For composite wood products, documentationindicating,that product contains no urea formaldehyde. 4. Product Certificates-for Credit: Local Manufacturing, M3.1,. For products and materials required to comply with requirements-for regional materials indicating location and distance from Project of material manufacturer and point of extraction, harvest; or 'recovery for each raw material.,'Include statement indicating-cost for each, regional material and the fraction by weight that is considered regional within a.700,mile radius. 5. Product Certificates for Credit: Local Manufacturing, M3.2. For products and materials required to comply with requirements for percent of materials for the building that are harvested, extracted, and manufactured locally. C. Evaluation Reports: For the following, from ICC-ES: 1. Preservative-treated wood. 2. Power-driven fasteners. 3. Powder-actuated fasteners. 4. Expansion anchors. 5. Metal framing anchors. MISCELLANEOUS ROUGH CARPENTRY 061053 -2 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: For testing agency providing classification marking for fire- retardant treated material, an inspection agency acceptable to authorities having jurisdiction that periodically performs inspections to verify that the material bearing the classification marking is representative of the material tested. 1.6 DELIVERY, STORAGE,AND HANDLING A. Stack lumber flat with spacers beneath and between each bundle to provide air circulation. Protect lumber from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. PART 2 -PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Certified Wood: Lumber and plywood shall be produced from wood obtained from forests certified by an FSC-accredited certification body to comply with FSC STD-01-001, "FSC Principles and Criteria for Forest Stewardship." B. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules-writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp on end or back of each piece or omit grade stamp and provide certificates of grade compliance issued by grading agency. 3. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 4. Provide dressed lumber, S4S, unless otherwise indicated. C. Maximum Moisture Content of Lumber: 15 percent for 2-inch nominal (38-mm actual) thickness or less, 19 percent for more than 2-inch nominal (38-mm actual)thickness 2.2 WOOD-PRESERVATIVE-TREATED MATERIALS A. Preservative Treatment by Pressure Process: AWPA UI; Use Category UC2 for interior construction not in contact with the ground, Use Category UC3b for exterior construction not in contact with the ground, and Use Category UC4a for items in contact with the ground. 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. Do not use inorganic boron(SBX) for sill plates. MISCELLANEOUS ROUGH CARPENTRY 061053 -3 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 2. For exposed items indicated to receive a stained or natural finish, use chemical formulations that do not require incising, contain colorants, bleed through, or otherwise adversely affect finishes. B. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. Do not use material that is warped or does not comply with requirements for untreated material. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. 1. For exposed lumber indicated to receive a stained or natural finish, mark end or back of each piece. D. Application: Treat all miscellaneous carpentry unless otherwise indicated. 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing,vapor barriers,and waterproofing. 2. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in contact with masonry or concrete. 3. Wood framing and furring attached directly to the interior of below-grade exterior masonry or concrete walls. 4. Wood framing members that are less than 18 inches (460 mm) above the ground in crawl spaces or unexcavated areas. 5. Wood floor plates that are installed over concrete slabs-on-grade. 2.3 MISCELLANEOUS LUMBER A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. 3. Rooftop equipment bases and support curbs. 4. Cants. 5. Furring. 6. Grounds. 7. Utility shelving. B. For items of dimension lumber size,provide Construction or No. 2: 1. Hem-fir(north);NLGA. 2. Mixed southern pine; SPIB. 3. Spruce-pine-fir;NLGA. 4. Hem-fir; WCLIB or WWPA. 5. Spruce-pine-fir(south);NeLMA, WCLIB, or WWPA. 6. Western woods; WCLIB or WWPA. 7. Northern species;NLGA. 8. Eastern softwoods;NeLMA. MISCELLANEOUS ROUGH CARPENTRY 061053 -4 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 C. For utility shelving, provide lumber with 15 percent maximum moisture content and the following species and grades: 1. Eastern white pine, Idaho white, lodgepole, ponderosa, or sugar pine; Premium or No. 2 Common(Sterling). 2. Mixed southern pine,No. 1 grade; SPIB. 3. Hem-fir or hem-fir (north), Select Merchantable or No. 1 Common; NLGA, WCLIB, or WWPA. 4. Spruce-pine-fir (south) or spruce-pine-fir, Select Merchantable or No. 1 Common; NeLMA,NLGA, WCLIB, or WWPA. D. For concealed boards, provide lumber with 15 percent maximum moisture content and any of the following species and grades 1. Mixed southern pine,No. 2 grade; SPIB. 2. Hem-fir or hem-fir (north), Construction or No. 2 Common grade; NLGA, WCLIB, or WWPA. 3. Spruce-pine-fir (south) or spruce-pine-fir, Construction or No. 2 Common grade; NeLMA,NLGA, WCLIB, or WWPA. 4. Eastern softwoods,No. 2 Common grade;NELMA. 5. Northern species,No. 2 Common grade;NLGA. 6. Western woods, Construction or No. 2 Common; WCLIB or WWPA. E For blocking not used for attachment of other construction, Utility, Stud, or No. 3 grade lumber of any species may be used provided that it is cut and selected to eliminate defects that will interfere with its attachment and purpose. F. For blocking and nailers used for attachment of other construction, select and cut lumber to eliminate knots and other defects that will interfere with attachment of other work. G. For furring strips for installing plywood or hardboard paneling, select boards with no knots capable of producing bent-over nails and damage to paneling. 2.4 PLYWOOD BACKING PANELS A. Equipment Backing Panels: DOC PS 1, fire-retardant treated, in thickness indicated or, if not indicated, not less than 3/4-inch(19-mm) nominal thickness. 1. Plywood shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 2.5 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. MISCELLANEOUS ROUGH CARPENTRY 061053 - 5 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1. Where carpentry is exposed to weather, in ground contact, pressure-preservative treated, or in area of high relative humidity, provide fasteners with hot-dip zinc coating complying with ASTM A 153/A 153M. B. Nails,Brads, and Staples: ASTM F 1667. C. Power-Driven Fasteners: NES NER-272. D. Wood Screws: ASME B 18.6.1. E. Screws for Fastening to Metal Framing: ASTM C 954, length as recommended by screw manufacturer for material being fastened. F. Lag Bolts: ASME B 18.2.1 (ASME B 18.2.3.8M). G. Bolts: Steel bolts complying with ASTM A 307, Grade A(ASTM F 568M,Property Class 4.6); with ASTM A 563 (ASTM A 563M)hex nuts and,where indicated, flat washers. H. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to 6 times the load imposed when installed in unit masonry assemblies and equal to 4 times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency. 1. Material: Carbon-steel components, zinc plated to comply with ASTM B 633, Class Fe/Zn 5. 2. Material: Stainless steel with bolts and nuts complying with ASTM F 593 and ASTM F 594, Alloy Group 1 or 2 (ASTM F 738M and ASTM F 836M, Grade Al or A4). 2.6 METAL FRAMING ANCHORS A. Manufacturers: Subject to compliance with requirements,provide products by the following: 1. Cleveland Steel Specialty Co. 2. KC Metals Products,Inc 3. Phoenix Metal Products,Inc. 4. Simpson Strong-Tie Co.,Inc. 5. USP Structural Connectors. B. Galvanized-Steel Sheet: Hot-dip, zinc-coated steel sheet complying with ASTM A 653/A 653M, G60(Z180) coating designation. i 1. Use for interior locations unless otherwise indicated. C. Hot-Dip Heavy-Galvanized Steel Sheet: ASTM A 653/A 653M; Structural Steel (SS), high- strength low-alloy steel Type A (HSLAS Type A), or high-strength low-alloy steel Type B (HSLAS Type B); G185 (Z550) coating designation; and not less than 0.036 inch (0.9 mm) thick. 1. Use for wood-preservative-treated lumber and where indicated. MISCELLANEOUS ROUGH CARPENTRY 061053 -6 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 2.7 MISCELLANEOUS MATERIALS A. Adhesives for Gluing Furring to Concrete or Masonry: Formulation complying with ASTM D 3498 that is approved for use indicated by adhesive manufacturer. 1. Adhesives shall have a VOC content of 70 g/L or less when calculated according to 40 CFR 59, Subpart D(EPA Method 24). 2. Adhesives shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." B. Flexible Flashing: Composite, self-adhesive, flashing product consisting of a pliable, butyl rubber or rubberized-asphalt compound, bonded to a high-density polyethylene film, aluminum foil, or spunbonded polyolefin to produce an overall thickness of not less than 0.025 inch (0.6 mm). PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL A. Set carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring, nailers, blocking, grounds,and similar supports to comply with requirements for attaching other construction. B. Where wood-preservative-treated lumber is installed adjacent to metal decking, install continuous flexible flashing separator between wood and metal decking. C. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame Construction," unless otherwise indicated. D. Install plywood backing panels by fastening to studs; coordinate locations with utilities requiring backing panels. Install fire-retardant treated plywood backing panels with classification marking of testing agency exposed to view E Metal Framing Anchors: Install metal framing anchors to comply with manufacturer's written instructions. Install fasteners through each fastener hole. F. Do not splice structural members between supports unless otherwise indicated. G. Provide blocking and framing as indicated and as required to support facing materials, fixtures, specialty items, and trim. 1 Provide metal clips for fastening gypsum board or lath at corners and intersections where framing or blocking does not provide a surface for fastening edges of panels. Space clips not more than 16 inches (406 mm) o.c. MISCELLANEOUS ROUGH CARPENTRY 061053 - 7 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 H. Sort and select lumber so that natural characteristics will not interfere with installation or with fastening other materials to lumber. Do not use materials with defects that interfere with function of member or pieces that are too small to use with minimum number of joints or optimum joint arrangement. 1. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative-treated lumber. 1. Use inorganic boron for items that are continuously protected from liquid water. 2. Use copper naphthenate for items not continuously protected from liquid water. J. Securely attach carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. NES NER-272 for power-driven fasteners. 2. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code. 3. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's International Residential Code for One- and Two- Family Dwellings. K. Use steel common nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood. Drive nails snug but do not countersink nail heads unless otherwise indicated. 3.2 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron-treated wood becomes wet, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label. B. Protect miscellaneous rough carpentry from weather. If, despite protection, miscellaneous rough carpentry becomes wet, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label. END OF SECTION 061053 MISCELLANEOUS ROUGH CARPENTRY 061053 - 8 SECTION 061600 - SHEATHING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Roof sheathing. 2. Sheathing joint and penetration treatment. B. Related Requirements: 1. Division 06 Section 061000 "Rough Carpentry" and Section 061053 "Miscellaneous Rough Carpentry" for plywood backing panels. 2. Division 07 Section 072500 "Weather Barriers" for water-resistive barrier applied over wall sheathing. 1.3 ACTION SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated plywood complies with requirements. Indicate type of preservative used and net amount of preservative retained. 2. Include data for fire-retardant treatment from chemical treatment manufacturer and certification by treating plant that treated plywood complies with requirements. Include physical properties of treated materials. 3. For fire-retardant treatments, include physical properties of treated plywood both before and after exposure to elevated temperatures, based on testing by a qualified independent testing agency according to ASTM D 5516. 4. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 5. Include copies of warranties from chemical treatment manufacturers for each type of treatment. SHEATHING 061600 - 1 B. FGBC Submittals: 1. Certificates for Credit Category 6: Materials: Credit MIA Certified Wood: Chain-of- custody certificates indicating that products specified to be made from certified wood comply with forest certification requirements. Include documentation that manufacturer is certified for chain of custody by an FSC-accredited certification body. Include statement indicating cost for each certified wood product. 2. Product Data for Credit Category 5: Health; Credit H2.1 Low-Emitting Materials For adhesives, documentation including printed statement of VOC content. All adhesives and sealants shall be low Volatile Organic Compound (VOC) and meet the VOC limits established by the South Coast Air Quality Management District(SCAQMD) Rule#1168 AND all sealants used as fillers must meet or exceed the requirements of the Bay Area Air Quality Management District Regulation 8,Rule 51. 3. Product Data for Credit Category 5: Health; Credit H2.5 Low-Emitting Materials, Composite Wood. For composite wood products, documentation indicating that product contains no urea formaldehyde. 4. Product Certificates for Credit: Local Manufacturing, M3.1. For products and materials required to comply with requirements for regional materials indicating location and distance from Project of material manufacturer and point of extraction, harvest, or recovery for each raw material. Include statement indicating cost for each regional material and the fraction by weight that is considered regional within a 700 mile radius. 5. Product Certificates for Credit: Local Manufacturing, M3.2. For products and materials required to comply with requirements for percent of materials for the building that are harvested, extracted, and manufactured locally. 1.4 INFORMATIONAL SUBMITTALS A. Evaluation Reports: For following products, from ICC-ES: 1. Preservative-treated plywood. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: For testing agency providing classification marking for fire- retardant-treated material, an inspection agency acceptable to authorities having jurisdiction that periodically performs inspections to verify that the material bearing the classification marking is representative of the material tested. 1.6 DELIVERY, STORAGE,AND HANDLING A. Stack panels flat with spacers beneath and between each bundle to provide air circulation. Protect sheathing from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. SHEATHING 061600-2 PART 2 -PRODUCTS 2.1 PRESERVATIVE-TREATED PLYWOOD A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2 for interior construction not in contact with the ground, Use Category UC3b for exterior construction not in contact with the ground, and Use Category UC4a for items in contact with the ground. 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. B. Mark plywood with appropriate classification marking of an inspection agency acceptable to authorities having jurisdiction. C. Application: Treat items indicated on Drawing[and plywood in contact with masonry or concrete or used with roofing, flashing, vapor barriers, and waterproofing. 1. Span Rating: Not less than 16/0. 2. Nominal Thickness: Not less than [15/32 inch(11.9 mm)] [1/2 inch(13 mm)]. 2.2 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture 1. For roof sheathing, provide fasteners with hot-dip zinc coating complying with ASTM A 153/A 153M. B. Nails, Brads, and Staples: ASTM F 1667. C. Power-Driven Fasteners: NES NER-272. D. Wood Screws: ASME B 18.6.1. E. Screws for Fastening Wood Structural Panels to Cold-Formed Metal Framing. ASTM C 954, except with wafer heads and reamer wings, length as recommended by screw manufacturer for material being fastened. 1. For wall and roof sheathing panels, provide screws with organic-polymer or other corrosion-protective coating having a salt-spray resistance of more than 800 hours according to ASTM B 117. 2.3 MISCELLANEOUS MATERIALS A. Adhesives for Field Gluing Panels to Framing: Formulation complying with APA AFG-01 ASTM D 3498 that is approved for use with type of construction panel indicated by manufacturers of both adhesives and panels. SHEATHING 061600 -3 1. Adhesives shall have a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2. Adhesives shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL A. Do not use materials with defects that impair quality of sheathing or pieces that are too small to use with minimum number of points or optimum joint arrangement. Arrange joints so that pieces do not span between fewer than three support members. B. Cut panels at penetrations, edges, and other obstructions of work; fit tightly against abutting construction unless otherwise indicated. C. Securely attach to substrate by fastening as indicated, complying with the following: 1. NES NER-272 for power-driven fasteners. 2. Table 2304.9.1, "Fastening Schedule," in ICC's "International Building Code." 3. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's "International Residential Code for One- and Two- Family Dwellings." D. Use common wire nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections. Install fasteners without splitting wood. E. Coordinate roof sheathing installation with flashing and point-sealant installation so these materials are installed in sequence and manner that prevent exterior moisture from passing through completed assembly. F. Do not bridge building expansion joints; cut and space edges of panels to match spacing of structural support elements. G. Coordinate sheathing installation with installation of materials installed over sheathing so sheathing is not exposed to precipitation or left exposed at end of the workday when rain is forecast. END OF SECTION 061600 SHEATHING 061600 -4 SECTION 061753 - SHOP-FABRICATED WOOD TRUSSES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Wood roof trusses. 2. Wood girder trusses. 3. Wood truss bracing. B. Related Requirements: 1. Division 06 Section 061600 "Sheathing" for roof sheathing and subflooring. 2. Division 02 Section 02361 "Termite Control" for site application of borate treatment to wood trusses. 1.3 DEFINITIONS A. Metal-Plate-Connected Wood Trusses: Planar structural units consisting of metal-plate- connected members fabricated from dimension lumber and cut and assembled before delivery to Project site. 1.4 ACTION SUBMITTALS A. Product Data: For wood-preservative-treated lumber,metal-plate connectors, and fasteners. 1. Include data for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used and net amount of preservative retained. 2. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to truss fabricator. 3. Include copies of warranties from chemical treatment manufacturers for each type of treatment. B. FGBC Submittals: SHOP-FABRICATED WOOD TRUSSES 061753 - 1 1. � Certificates for Credit Category 6: Materials: Credit MIA Certified Wood: Chain-of- custody certificates indicating that products specified to be made from certified wood comply with forest certification requirements. Include documentation that manufacturer is certified for chain of custody by an FSC-accredited certification body. Include statement indicating cost for each certified wood product. 2. Product Certificates for Credit: Local Manufacturing, M3.1. For products and materials required to comply with requirements for regional materials indicating location and distance from Project of material manufacturer and point of extraction, harvest, or recovery for each raw material. Include statement indicating cost for each regional material and the fraction by weight that is considered regional within a 700 mile radius. 3. Product Certificates for Credit: Local Manufacturing, M3.2. For products and materials required to comply with requirements for percent of materials for the building that are harvested, extracted,and manufactured locally. C. Shop Drawings: Show fabrication and installation details for trusses. 1. Show location, pitch, span, camber, configuration, and spacing for each type of truss required. 2. Indicate sizes, stress grades, and species of lumber. 3. Indicate locations of permanent bracing required to prevent buckling of individual truss members due to design loads. 4 Indicate locations, sizes, and materials for permanent bracing required to prevent buckling of individual truss members due to design loads. 5. Indicate type, size, material, finish, design values, orientation, and location of metal connector plates. 6. Show splice details and bearing details. D. Delegated-Design Submittal: For metal-plate-connected wood trusses indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For metal connector-plate manufacturer professional engineer and fabricator. B. Material Certificates: For dimension lumber specified to comply with minimum specific gravity. Indicate species and grade selected for each use and specific gravity. C. Product Certificates: For metal-plate-connected wood trusses, signed by officer of truss fabricating firm. D. Evaluation Reports: For the following, from ICC-ES: 1. Wood-preservative-treated lumber. 2. Metal-plate connectors. SHOP-FABRICATED WOOD TRUSSES 061753 -2 1.6 QUALITY ASSURANCE A. Metal Connector-Plate Manufacturer Qualifications: A manufacturer that is a member of TPI and that complies with quality-control procedures in TPI 1 for manufacture of connector plates. 1. Manufacturer's responsibilities include providing professional engineering services needed to assume engineering responsibility. 2. Engineering Responsibility: Preparation of Shop Drawings and comprehensive engineering analysis by a qualified professional engineer. B. Fabricator Qualifications: Shop that participates in a recognized quality-assurance program that complies with quality-control procedures in TPI 1 and that involves third-party inspection by an independent testing and inspecting agency acceptable to Architect and authorities having jurisdiction and is certified for chain of custody by an FSC-accredited certification body. C. Testing Agency Qualifications: For testing agency providing classification marking for fire- retardant treated material, an inspection agency acceptable to authorities having jurisdiction that periodically performs inspections to verify that the material bearing the classification marking is representative of the material tested. 1.7 DELIVERY, STORAGE,AND HANDLING A. Handle and store trusses to comply with recommendations in TPI BCSI, "Building Component Safety Information: Guide to Good Practice for Handling, Installing, Restraining, & Bracing Metal Plate Connected Wood Trusses." 1. Store trusses flat, off of ground, and adequately supported to prevent lateral bending. 2. Protect trusses from weather by covering with waterproof sheeting, securely anchored. 3. Provide for air circulation around stacks and under coverings. B. Inspect trusses showing discoloration, corrosion, or other evidence of deterioration. Discard and replace trusses that are damaged or defective. PART2 -PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Division 01 Section "Quality Requirements,"to design metal-plate-connected wood trusses. B. Structural Performance: Provide metal-plate-connected wood trusses capable of withstanding design loads within limits and under conditions indicated. Comply with requirements in TPI 1 unless more stringent requirements are specified below 1. Design Loads: As indicated. 2. Maximum Deflection Under Design Loads: a. Roof Trusses: Vertical deflection of 1/240 of span. SHOP-FABRICATED WOOD TRUSSES 061753 -3 C. Comply with applicable requirements and recommendations of the following publications: 1. TPI 1, "National Design Standard for Metal Plate Connected Wood Truss Construction." 2. TPI DSB, "Recommended Design Specification for Temporary Bracing of Metal Plate Connected Wood Trusses." 3. TPI BCSI, "Building Component Safety Information: Guide to Good Practice for Handling, Installing,Restraining, &Bracing Metal Plate Connected Wood Trusses." D. Wood Structural Design Standard: Comply with applicable requirements in AF&PA's "National Design Specifications for Wood Construction" and its "Supplement." 2.2 DIMENSION LUMBER A. Certified Wood: For metal-plate-connected wood trusses and permanent bracing, provide materials produced from wood obtained from forests certified by an FSC-accredited certification body to comply with FSC STD-01-001, "FSC Principles and Criteria for Forest Stewardship." B. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, omit grade stamp and provide certificates of grade compliance issued by grading agency. 3. Provide dressed lumber, S4S. 4. Provide dry lumber with 19 percent maximum moisture content at time of dressing. C. Minimum Chord Size for Roof Trusses: 2 by 6 inches nominal (38 by 140 mm actual) for top chords 2 by 6 inches nominal (38 by 140 mm actual) for bottom chords 2 by 6 inches nominal (38 by 140 mm actual) for both top and bottom chords. D. Minimum Specific Gravity for Top Chords: 0.50. E. Permanent Bracing: Provide wood bracing that complies with requirements for miscellaneous lumber in Division 06 Section "Rough Carpentry,Miscellaneous Rough Carpentry." 2.3 METAL CONNECTOR PLATES A. Manufacturers: Subject to compliance with requirements, provide products by the following: 1. Alpine Engineered Products,Inc.; an ITW company. 2. Cherokee Metal Products, Inc.;Masengill Machinery Company. 3. CompuTrus,Inc. 4. Eagle Metal Products. 5. Jager Building Systems, Inc.; a Tembec/SGF Rexfor company. 6. MiTek Industries,Inc.; a subsidiary of Berkshire Hathaway Inc. 7. Robbins Engineering,Inc. SHOP-FABRICATED WOOD TRUSSES 061753 -4 8. Truswal Systems Corporation; an ITW company. B. Source Limitations: Obtain metal connector plates from single manufacturer. C. General: Fabricate connector plates to comply with TPI 1. D. Hot-Dip Galvanized-Steel Sheet: ASTM A 653/A 653M; Structural Steel (SS), high-strength low-alloy steel Type A (HSLAS Type A), or high-strength low-alloy steel Type B (HSLAS Type B); G60 (Z180) coating designation; and not less than 0.036 inch(0.9 mm)thick. 1. Use for interior locations unless otherwise indicated. 2.4 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. 1. Provide fasteners for use with metal framing anchors that comply with written recommendations of metal framing manufacturer. B. Nails,Brads, and Staples: ASTM F 1667. 2.5 METAL FRAMING ANCHORS AND ACCESSORIES A. Manufacturers: Subject to compliance with requirements,provide products by the following: 1. Cleveland Steel Specialty Co. 2. KC Metals Products, Inc. 3. Phoenix Metal Products, Inc. 4 Simpson Strong-Tie Co., Inc. 5. USP Structural Connectors. B. Allowable Design Loads: Provide products with allowable design loads, as published by manufacturer, that meet or exceed those indicated. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency. C. Galvanized-Steel Sheet: Hot-dip, zinc-coated steel sheet complying with ASTM A 653/A 653M, G60 (Z180)coating designation. 1. Use for interior locations unless otherwise indicated. D. Truss Tie-Downs (Hurricane or Seismic Ties): Bent strap tie for fastening roof trusses to wall studs below, 2-1/2 inches (63 mm) wide by 0.062 inch(1.6 mm) thick. Tie fits over top of truss and fastens to both sides of truss, inside face of top plates, and both sides of stud below. E Roof Truss Clips: Angle clips for bracing bottom chord of roof trusses at non-load-bearing walls, 1-1/4 inches (32 mm) wide by 0.050 inch (1.3 mm) thick. Clip is fastened to truss through slotted holes to allow for truss deflection. SHOP-FABRICATED WOOD TRUSSES 061753 - 5 F. Roof Truss Bracing/Spacers: U-shaped channels, 1-1/2 inches (38 mm) wide by 1 inch (25 mm) deep by 0.040 inch .(1.0 mm) thick, made to fit between two adjacent trusses and accurately space them apart, and with tabs having metal teeth for fastening to trusses. 2.6 MISCELLANEOUS MATERIALS A. Galvanizing Repair Paint: SSPC-Paint 20, with dry film containing a minimum of 94 percent zinc dust by weight. B. Protective Coatings: SSPC-Paint 22, epoxy-polyamide primer or SSPC-Paint 16, coal-tar epoxy-polyamide paint. 2.7 FABRICATION A. Cut truss members to accurate lengths, angles,and sizes to produce close-fitting joints. B. Fabricate metal connector plates to sizes, configurations, thicknesses, and anchorage details required to withstand design loads for types of joint designs indicated. C. Assemble truss members in design configuration indicated; use digs or other means to ensure uniformity and accuracy of assembly with points closely fitted to comply with tolerances in TPI 1. Position members to produce design camber indicated. 1. Fabricate wood trusses within manufacturing tolerances in TPI 1. D. Connect truss members by metal connector plates located and securely embedded simultaneously in both sides of wood members by air or hydraulic press. 2.8 SOURCE QUALITY CONTROL A. Special Inspections: Owner will engage a qualified special inspector to perform special inspections. 1. Provide special inspector with access to fabricator's documentation of detailed fabrication and quality-control procedures that provide a basis for inspection control of the workmanship and the fabricator's ability to conform to approved construction documents and referenced standards. 2. Provide special inspector with access to places where wood trusses are being fabricated to perform inspections. B. Correct deficiencies in Work that special inspections indicate does not comply with the Contract Documents. SHOP-FABRICATED WOOD TRUSSES 061753 -6 PART 3 -EXECUTION 3.1 INSTALLATION A. Install wood trusses only after supporting construction is in place and is braced and secured. B. If trusses are delivered to Project site in more than one piece, assemble trusses before installing. C Hoist trusses in place by lifting equipment suited to sizes and types of trusses required, exercising care not to damage truss members or joints by out-of-plane bending or other causes. D. Install and brace trusses according to TPI recommendations and as indicated. E Install trusses plumb, square,and true to line and securely fasten to supporting construction. F. Space trusses 24 inches (610 mm) o.c.; adjust and align trusses in location before permanently fastening. G. Anchor trusses securely at bearing points; use metal truss tie-downs or floor truss hangers as applicable. Install fasteners through each fastener hole in metal framing anchors according to manufacturer's fastening schedules and written instructions. H. Securely connect each truss ply required for forming built-up girder trusses. 1. Anchor trusses to girder trusses as indicated. I. Install and fasten permanent bracing during truss erection and before construction loads are applied. Anchor ends of permanent bracing where terminating at walls or beams. 1. Install bracing to comply with Division 06 Section "Rough Carpentry, Miscellaneous Rough Carpentry." 2. Install and fasten strongback bracing vertically against vertical web of parallel-chord floor trusses at centers indicated. J. Install wood trusses within installation tolerances in TPI 1. K. Do not alter trusses in field. Do not cut, drill,notch, or remove truss members. L. Replace wood trusses that are damaged or do not meet requirements. 1. Damaged trusses may be repaired according to truss repair details signed and sealed by the qualified professional engineer responsible for truss design, when approved by Architect. SHOP-FABRICATED WOOD TRUSSES 061753 - 7 3.2 REPAIRS AND PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron-treated wood becomes wet, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label. B. Protect wood trusses from weather. If, despite protection, wood trusses become wet, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA- registered label. C. Repair damaged galvanized coatings on exposed surfaces with galvanized repair paint according to ASTM A 780 and manufacturer's written instructions. D. Protective Coating: Clean and prepare exposed surfaces of metal connector plates. Brush apply primer, when part of coating system, and one coat of protective coating. 1. Apply materials to provide minimum dry film thickness recommended by coating system manufacturer. END OF SECTION 061753 SHOP-FABRICATED WOOD TRUSSES 061753 -8 Division 7 Thermal and Moisture Protection Table of Contents Division 7 Thermal and Moisture Protection 072100 Thermal Insulation 072500 Weather Barriers 074113 Metal Roof Panels 074600 Siding 079200 Joint Sealants Indian River County Go Line Bus Transfer Hub Facility 01/05/16 SECTION 072100 -THERMAL INSULATION PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Spray-applied cellulosic insulation. 2. Vapor retarders B. Related Sections: 1. Division 09 Section 092400 "Portland Cement Plastering" for installation in wood- and metal-framed assemblies of insulation specified by referencing this Section. 1.3 ACTION SUBMITTALS A. Product'Data: For each type of product indicated. B. FGBC Submittals: 1. Product Data for Waste Management M2.3: Use materials that at the end of their useful lifecycle can be recycled by the manufacturer into the raw materials stream of another product. The value of such products will constitute,.a minimum of 10% of the total value of the materials in the project. The materials selected to comply with_this.category must be recyclable through a structured existing program_ 2. Product Data for Credit H2.6: Low-Emitting Materials, Insulation requiring insulation products to contain no formaldehyde. 1.4 INFORMATIONAL SUBMITTALS A. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for each product. B. Research/Evaluation Reports: For foam-plastic insulation, from ICC-ES. THERMAL INSULATION 072100 - 1 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1.5 QUALITY ASSURANCE A. Surface-Burning Characteristics: As determined by testing identical products according to ASTM E 84 by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1.6 DELIVERY, STORAGE,AND HANDLING A. Protect insulation materials from physical damage and from deterioration due to moisture, soiling, and other sources. Store inside and in a dry location. Comply with manufacturer's written instructions for handling, storing, and protecting during installation. B. Protect foam-plastic board insulation as follows: 1. Do not expose to sunlight except to necessary extent for period of installation and concealment. 2. Protect against ignition at all times. Do not deliver foam-plastic board materials to Project site before installation time. 3. Quickly complete installation and concealment of foam-plastic board insulation in each area of construction. PART 2 -PRODUCTS 2.1 SPRAY POLYURETHANE FOAM INSULATION A. Open-Cell Polyurethane Foam Insulation: Spray-applied polyurethane foam using water as a blowing agent, with maximum flame-spread and smoke-developed indexes of 75 and 450, respectively,per ASTM E 84. 1 Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. BaySystems NorthAmerica, LLC. b. Demilec(USA) LLC. C. Gaco Western Inc. d. Icynene Inc- e. SWD Urethane Company. 2. Minimum density of 0.4 lb/cu. ft. (6.4 kg/cu. m), thermal resistivity of 3.4 deg F x h x sq. ft./Btu x in. at 75 deg F (24 K x m/W at 24 deg C). 2.2 VAPOR RETARDERS A. Polyethylene Vapor Retarders: ASTM D 4397, 6 mils (0.15 mm) thick, with maximum permeance rating of 0.13 perm(7 5 ng/Pa x s x sq. m). THERMAL INSULATION 072100 -2 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 B. Reinforced-Polyethylene Vapor Retarders: Two outer layers of polyethylene film laminated to an inner reinforcing layer consisting of either nylon cord or polyester scrim and weighing not less than 25 lb/1000 sq. ft. (12 kg/100 sq. m), with maximum permeance rating of 0.0507 perm (2.9 ng/Pa x s x sq. m). 1. Products: Subject to compliance with requirements,provide one of the following: a. Raven Industries Inc.;DURA-SKRIM 6WW. b. Reef Industries, Inc.; Griffolyn T-65. C. GAF EverGuard. C. Vapor-Retarder Tape: Pressure-sensitive tape of type recommended by vapor-retarder manufacturer for sealing joints and penetrations in vapor retarder. D. Vapor-Retarder Fasteners: Pancake-head, self-tapping steel drill screws;with fender washers. E. Single-Component Nonsag Urethane Sealant: ASTM C 920, Type I, Grade NS, Class 25, Use NT related to exposure, and Use O related to vapor-barrier-related substrates. F. Adhesive for Vapor Retarders: Product recommended by vapor-retarder manufacturer and has demonstrated capability to bond vapor retarders securely to substrates indicated. PART 3 -EXECUTION 3.1 PREPARATION A. Clean substrates of substances that are harmful to insulation or vapor retarders, including removing projections capable of puncturing vapor retarders, or that interfere with insulation attachment. 3.2 INSTALLATION, GENERAL A. Comply with insulation manufacturer's written instructions applicable to products and applications indicated. B. Install insulation that is undamaged, dry, and unsoiled and that has not been left exposed to ice, rain, or snow at any time. C. Extend insulation to envelop entire area to be insulated. Cut and fit tightly around obstructions and fill voids with insulation. Remove projections that interfere with placement. D. Provide sizes to fit applications indicated and selected from manufacturer's standard thicknesses, widths, and lengths. Apply single layer of insulation units to produce thickness indicated unless multiple layers are otherwise shown or required to make up total thickness. THERMAL INSULATION 072100 -3 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 33 INSTALLATION OF VAPOR RETARDERS A. Place vapor retarders on side of construction indicated on Drawings. Extend vapor retarders to extremities of areas to protect from vapor transmission. Secure vapor retarders in place with adhesives or other anchorage system as indicated. Extend vapor retarders to cover miscellaneous voids in insulated substrates, including those filled with loose-fiber insulation. B. Seal vertical joints in vapor retarders over framing by lapping no fewer than two studs. 1. Fasten vapor retarders to wood framing at top, end, and bottom edges; at perimeter of wall openings; and at lap joints. Space fasteners 16 inches (406 mm) o.c. 2. Before installing vapor retarders, apply urethane sealant to flanges of metal framing including runner tracks, metal studs, and framing around door and window openings. Seal overlapping joints in vapor retarders with vapor-retarder tape according to vapor- retarder manufacturer's written instructions. Seal butt joints with vapor-retarder tape. Locate all joints over framing members or other solid substrates. 3. Firmly attach vapor retarders to metal framing and solid substrates with vapor-retarder fasteners as recommended by vapor-retarder manufacturer. C. Seal joints caused by pipes, conduits, electrical boxes, and similar items penetrating vapor retarders with vapor-retarder tape to create an airtight seal between penetrating objects and vapor retarders. D. Repair tears or punctures in vapor retarders immediately before concealment by other work. Cover with vapor-retarder tape or another layer of vapor retarders. 3.4 PROTECTION A. Protect installed insulation and vapor retarders from damage due to harmful weather exposures, physical abuse, and other causes. Provide temporary coverings or enclosures where insulation is subject to abuse and cannot be concealed and protected by permanent construction immediately after installation. END OF SECTION 072100 THERMAL INSULATION 072100 -4 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 SECTION 072500 -WEATHER BARRIERS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Building paper. 2. Building wrap. 3. Flexible flashing. B. Related Requirements: 1. Division 06 Section 061600 "Sheathing" for sheathing joint and penetration treatment. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. For building wrap, include data on air and water-vapor permeance based on testing according to referenced standards. 1.4 INFORMATIONAL SUBMITTALS A. Evaluation Reports: For water-resistive barrier and flexible flashing, from ICC-ES. PART 2 -PRODUCTS 2.1 WATER-RESISTIVE BARRIER A. Building Paper: ASTM D 226,Type 1 (No. 15 asphalt-saturated organic felt),unperforated. B Building Paper: Water-vapor-permeable, asphalt-saturated kraft building paper 1. Water vapor transmission not less than 35 g/sq. m x 24 hr per ASTM D 779. 2. Water resistance not less than 1 hour per ASTM F 1249. WEATHER BARRIERS 072500 - 1 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 C. Building Wrap: ASTM E 1677, Type I air barrier; with flame-spread and smoke-developed indexes of less than 25 and 450, respectively, when tested according to ASTM E 84; UV stabilized; and acceptable to authorities having jurisdiction. 1. Products: Subject to compliance with requirements,provide the following- a. Dow Chemical Company(The); Styrofoam Weathermate Plus Brand Housewrap. b. DuPont (E. I. du Pont de Nemours and Company); Tyvek CommercialWrap StuccoWrap. C. Ludlow Coated Products; Barricade Building Wrap. d. Pactiv, Inc.; GreenGuard Ultra Wrap. e. Raven Industries Inc ;Fortress Pro Weather Protective Barrier. f. Reemay, Inc.; Typar HouseWrap. 2 Water-Vapor Permeance: Not less than 150 g through 1 sq. m of surface in 24 hours per ASTM E 96/E 96M,Desiccant Method(Procedure A). 3. Air Permeance: Not more than 0.004 cfm/sq. ft. at 0.3-inch wg (0.02 L/s x sq. m at 75 Pa) when tested according to ASTM E 2178. 4. Allowable UV Exposure Time: Not less than three months. D. Building-Wrap Tape: Pressure-sensitive plastic tape recommended by building-wrap manufacturer for sealing joints and penetrations in building wrap. 2.2 MISCELLANEOUS MATERIALS A. Flexible Flashing: Composite, self-adhesive, flashing product consisting of a pliable, butyl rubber or rubberized-asphalt compound, bonded to a high-density polyethylene film, aluminum foil, or spunbonded polyolefin to produce an overall thickness of not less than 0.040 inch (1.0 mm). 1. Products: Subject to compliance with requirements,provide the following: a. DuPont(E.I. du Pont de Nemours and Company); DuPont Flashing Tape. b. Grace Construction Products, a unit of W. R. Grace & Co. - Conn.; Vycor Butyl Self Adhered Flashing. C. Protecto Wrap Company; BT-25 XL. d. Raven Industries Inc.;Fortress Flashshield. e. Advanced Building Products Inc.; Wind-o-wrap. f. Carlisle Coatings &Waterproofing; CCW-705-TWF Thru-Wall Flashing. g. Fiberweb, Clark Hammerbeam Corp.; Aquaflash 500. h. Fortifiber Building Systems Group; Fortiflash 40. i. Grace Construction Products, a unit of W. R. Grace & Co. - Conn.; Vycor Plus Self-Adhered Flashing. J. MFM Building Products Corp.; Window Wrap. k. Polyguard Products,Inc.; Polyguard JT-30 Tape. 1. Sandell Manufacturing Co.,Inc.; Presto-Seal. WEATHER BARRIERS 072500 -2 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 B. Primer for Flexible Flashing: Product recommended by manufacturer of flexible flashing for substrate. C. Nails and Staples: ASTM F 1667. PART 3 -EXECUTION 3.1 WATER-RESISTIVE BARRIER INSTALLATION A. Cover exposed exterior surface of sheathing with water-resistive barrier securely fastened to framing immediately after sheathing is installed. B. Cover sheathing with water-resistive barrier as follows: 1. Cut back barrier 1/2 inch (13 mm) on each side of the break in supporting members at expansion-or control joint locations. 2. Apply barrier to cover vertical flashing with a minimum 4-inch (100-min) overlap unless otherwise indicated. C. Building Paper: Apply horizontally with a 2-inch (50-mm) overlap and a 6-inch(150-mm) end lap; fasten to sheathing with galvanized staples or roofing nails. D. Building Wrap: Comply with manufacturer's written instructions 1. Seal seams, edges, fasteners, and penetrations with tape. 2. Extend into jambs of openings and seal corners with tape. 3.2 FLEXIBLE FLASHING INSTALLATION A. Apply flexible flashing where indicated to comply with manufacturer's written instructions. 1. Prime substrates as recommended by flashing manufacturer. 2. Lap seams and punctures with other materials at least 4 inches (100 mm) except that at flashing flanges of other construction, laps need not exceed flange width. 3 Lap flashing over water-resistive barrier at bottom and sides of openings. 4. Lap water-resistive barrier over flashing at heads of openings. 5. After flashing has been applied, roll surfaces with a hard rubber or metal roller to ensure that flashing is completely adhered to substrates. END OF SECTION 072500 WEATHER BARRIERS 072500 -3 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 SECTION 074113 -METAL ROOF PANELS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Concealed-fastener, lap-seam metal roof panels. 2. Standing-seam metal roof panels. B Related Sections: 1. Division 07 Section 079200 "Joint Sealants" for field-applied sealants not otherwise specified in this Section. 1.3 DEFINITIONS A. Metal Roof Panel Assembly: Metal roof panels, attachment system components, miscellaneous metal framing, thermal insulation, and accessories necessary for a complete weathertight roofing system. 1.4 PERFORMANCE REQUIREMENTS A. Warranty: Provide product with a minimum 40 year warranty from the manufacturer or identify an established history of use in local buildings over 40 years. B. General Performance: Metal roof panels shall comply with performance requirements without failure due to defective manufacture, fabrication, installation, or other defects in construction. C. Delegated Design: Design metal roof panel assembly, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated. D. Air Infiltration: Air leakage through assembly of not more than 0.06 cfm/sq. ft. (0.3 L/s per sq. m) of roof area when tested according to ASTM E 1680 at the following test-pressure difference: 1. Test-Pressure Difference: Negative 1.57 lbf/sq. ft. (75 Pa) METAL ROOF PANELS 074113 - 1 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 2. Test-Pressure Difference: Positive and negative 1.57 lbf/sq. ft. (75 Pa). 3. Positive Preload Test-Pressure Difference: Greater than or equal to 15.0 lbf/sq. ft. (720 Pa) and the greater of 75 percent of building live load or 50 percent of building design positive wind-pressure difference. 4. Negative Preload Test-Pressure Difference: 50 percent of design wind-uplift-pressure difference. E. Water Penetration: No water penetration when tested according to ASTM E 1646 at the following test-pressure difference: 1. Test-Pressure Difference: 2.86 lbf/sq. ft. (137 Pa). 2. Test-Pressure Difference: 20 percent of positive design wind pressure, but not less than 6.24 lbf/sq. ft. (300 Pa) and not more than 12.0 lbf/sq. ft. (575 Pa). 3. Positive Preload Test-Pressure Difference: Greater than or equal to 15.0 lbf/sq. ft. (720 Pa) and the greater of 75 percent of building live load or 50 percent of building design positive wind-pressure difference. 4. Negative Preload Test-Pressure Difference: 50 percent of design wind-uplift-pressure difference. F. Hydrostatic-Head Resistance: No water penetration when tested according to ASTM E 2140. G. Wind-Uplift Resistance: Provide metal roof panel assemblies that comply with UL 580 for wind-uplift-resistance class indicated. 1. Uplift Rating: UL 90. H. FMG Listing: Provide metal roof panels and component materials that comply with requirements in FMG 4471 as part of a panel roofing system and that are listed in FMG's "Approval Guide" for Class 1 or noncombustible construction, as applicable. Identify materials with FMG markings. 1. Fire/Windstorm Classification: Class 1A-120. 2. Hail Resistance: MH. I. Structural Performance: Provide metal roof panel assemblies. capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated,based on testing according to ASTM E 1592: 1. Wind Loads: Determine loads based on the following minimum design wind pressures: a. Uniform pressure as indicated on Drawings. 2. Deflection Limits: Metal roof panel assemblies shall withstand wind and snow loads with vertical deflections no greater than 1/180 of the span. J. Thermal Movements: Allow for thermal movements resulting from ambient and surface temperature changes. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. METAL ROOF PANELS 074113 -2 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. K. Thermal Performance: Provide insulated metal roof panel assemblies with thermal-resistance value (R-value) indicated when tested according to ASTM C 518. L. Solar Reflectance Index: Not less than 78 when calculated according to ASTM E 1980 based on testing identical products by a qualified testing agency. M. Energy Performance: Provide roof panels that are listed on the U.S. Department of Energy's ENERGY STAR Roof Products Qualified Product List for steep-slope roof products. N. Energy Performance: Provide roof panels with initial solar reflectance not less than 0.70 and emissivity not less than 0.9 when tested according to CRRC-1. Roof panels shall have a three- year-aged reflectance of at least 0.5 when tested in accordance with ASTM E903 and emissivity of at least 0.9 when tested in accordance with ASTM 408. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of roof panel and accessory. B. FGBC Submittals: 1. Product Test Reports for Waste Management M2.5: For roof panels, indicating that panels comply with moisture and heat impacts of the local climate for a period of 30 years on 100% of the exposed exterior surfaces. 2. Product Certificates for Credit: Recycled Content M1.2. Incorporate recycled materials (based on materials cost). Use materials with recycled content such that post consumer/or post-industrial recycled content constitutes a minimum of 10% of the total project cost. 3. Product Data for Waste Management M2.3: Use materials that at the end of their useful lifecycle can be recycled by the manufacturer into the raw materials stream of another product. The value of such products will constitute a minimum of 10% of the total value of the materials in the project. The materials selected to comply with this category must be recyclable through a structured existing program. 4. Product Certificates for Credit: Local Manufacturing, M3.1. For products and materials required to comply with requirements for regional materials indicating location and distance from Project of material manufacturer and point of extraction, harvest, or recovery for each raw material. Include statement indicating cost for each regional material and the fraction by weight that is considered regional within a 700 mile radius. 5. Product Certificates for Credit: Low maintenance finishes M2.6. Use interior and exterior finish materials that require minimal or no periodic cleaning. Use materials (on the floors, walls and ceilings). That can be maintained in a serviceable condition with minimal periodic cleaning for 100% of the interior finishes and 50% (by surface area) of the exterior finishes of the building. METAL ROOF PANELS 074113 -3 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 C. Shop Drawings: Show fabrication and installation layouts of metal roof panels; details of edge conditions, side-seam and endlap joints, panel profiles, corners, anchorages, trim, flashings, closures, and accessories; and special details. Distinguish between factory-and field-assembled work. 1. Accessories: Include details of the following items, at a scale of not less than 1-1/2 inches per 12 inches(1:10): a. Flashing and trim. b. Gutters. C. Downspouts. D Samples for Initial Selection: For each type of metal roof panel indicated with factory-applied color finishes. 1. Include similar Samples of trim and accessories involving color selection. E. Samples for Verification: For each type of exposed finish required,prepared on Samples of size indicated below: 1. Metal Roof Panels: 12 inches (300 mm) long by actual panel width. Include fasteners, clips, battens,closures, and other metal roof panel accessories. 2. Trim and Closures: 12 inches (300 mm) long. Include fasteners and other exposed accessories. 3. Accessories: 12-inch-(300-mm-) long Samples for each type of accessory. F. Delegated-Design Submittal: For metal roof panel assembly indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1. Snow Retention System Calculations: Include calculation of number and location of snow guards based on snow load, roof slope, panel length and finish, and seam type and spacing. 1.6 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Roof plans, drawn to scale, on which the following are shown and coordinated with each other,based on input from installers of the items involved: 1. Roof panels and attachments. 2. Purlins and rafters. 3. Roof-mounted items including roof hatches, equipment supports, pipe supports and penetrations, lighting fixtures, snow guards, and items mounted on roof curbs. B Manufacturer Certificates: Signed by manufacturer certifying that roof panels comply with energy performance requirements specified in "Performance Requirements" Article. 1. Submit evidence of meeting performance requirements. METAL ROOF PANELS 074113 -4 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 C. Qualification Data: For qualified Installer, professional engineer and testing agency. D. Material Certificates: For thermal insulation and vapor retarders, from manufacturer. E. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for each product. F. Field quality-control reports. G. Warranties: Samples of special warranties. 1 7 CLOSEOUT SUBMITTALS A. Maintenance Data: For metal roof panels to include in maintenance manuals. 1.8 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and approved by manufacturer. B. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated. C. Source Limitations: Obtain each type of metal roof panels from single source from single manufacturer. D. Surface-Burning Characteristics: Provide metal roof panels having insulation core material with the following surface-burning characteristics as determined by testing identical products according to ASTM E 84 by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Flame-Spread Index: 25 or less. 2. Smoke-Developed Index: 450 or less. E. Fire-Resistance Ratings: Where indicated, provide metal roof panels identical to those of assemblies tested for fire resistance per ASTM E 119 by a qualified testing agency. Identify products with appropriate markings-of applicable testing agency. 1. Indicate design designations from UL's "Fire Resistance Directory" or from the listings of another qualified testing agency. 2. Combustion Characteristics: ASTM E 136. F. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for fabrication and installation. 1. Build mockup of typical roof eave, including fascia, and soffit as shown on Drawings; approximately four panels wide by full eave width, including insulation, underlayment, attachments, and accessories. 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. METAL ROOF PANELS 074113 - 5 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 3. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. G. Premstallation Conference: Conduct conference at Project site. 1. Meet with Owner, Architect, Owner's insurer if applicable, testing and inspecting agency representative, metal roof panel Installer, metal roof panel manufacturer's representative, deck Installer, and installers whose work interfaces with or affects metal roof panels including installers of roof accessories and roof-mounted equipment. 2. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 3. Review methods and procedures related to metal roof panel installation, including manufacturer's written instructions. 4. Examine deck substrate conditions for compliance with requirements, including flatness and attachment to structural members. 5. Review structural loading limitations of deck during and after roofing. 6. Review flashings, special roof details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect metal roof panels. 7. Review governing regulations and requirements for insurance, certificates, and testing and inspecting if applicable. 8. Review temporary protection requirements for metal roof panel assembly during and after installation. 9. Review roof observation and repair procedures after metal roof panel installation. 10. Document proceedings, including corrective measures and actions required, and furnish copy of record to each participant. 19 DELIVERY, STORAGE,AND HANDLING A. Deliver components, sheets, metal roof panels, and other manufactured items so as not to be damaged or deformed. Package metal roof panels for protection during transportation and handling. B. Unload, store, and erect metal roof panels in a manner to prevent bending, warping, twisting, and surface damage. C. Stack metal roof panels on platforms or pallets, covered with suitable weathertight and ventilated covering. Store metal roof panels to ensure dryness. Do not store metal roof panels in contact with other materials that might cause staining, denting,or other surface damage. D Protect strippable protective covering on metal roof panels from exposure to sunlight and high humidity, except to extent necessary for period of metal roof panel installation. E. Protect foam-plastic insulation as follows: 1. Do not expose to sunlight, except to extent necessary for period of installation and concealment. 2. Protect against ignition at all times. Do not deliver foam-plastic insulation materials to Project site before installation time. 3. Complete installation and concealment of plastic materials as rapidly as possible in each area of construction. METAL ROOF PANELS 074113 - 6 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1.10 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit metal roof panel work to be performed according to manufacturer's written instructions and warranty requirements. B. Field Measurements: Verify actual dimensions of construction contiguous with metal roof panels by field measurements before fabrication. 1.11 COORDINATION A. Coordinate sizes and locations of roof curbs, equipment supports, and roof penetrations with actual equipment provided. B. Coordinate metal roof panels with rain drainage work, flashing, trim, and construction of decks, parapets, walls, and other adjoining work to provide a leakproof, secure, and noncorrosive installation. 1.12 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace metal roof panel assemblies that fail in materials or workmanship within specified warranty period. 1. Failures include,but are not limited to, the following: a. Structural failures including rupturing, cracking, or puncturing. b. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2. Warranty Period: Two years from date of Substantial Completion. B. Special Warranty on Panel Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace metal roof panels that show evidence of deterioration of factory-applied finishes within specified warranty period. 1. Exposed Panel Finish: Deterioration includes,but is not limited to,the following: a. Color fading more than 5 Hunter units when tested according to ASTM D 2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D 4214. C. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2 Finish Warranty Period: 20 years from date of Substantial Completion C. Special Weathertightness Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace metal roof panel assemblies that fail to remain weathertight, including leaks, within specified warranty period. 1. Weathertight Warranty Period: 40 years from date of Substantial Completion. METAL ROOF PANELS 074113 - 7 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 D. Special Weathertightness Warranty for Standing-Seam Metal Roof Panels: Manufacturer's standard form in which manufacturer agrees to repair or replace standing-seam metal roof panel assemblies that fail to remain weathertight, including leaks,within specified warranty period. 1. Warranty Period: 40 years from date of Substantial Completion. PART 2 -PRODUCTS 2.1 PANEL MATERIALS A. Aluminum Sheet: Coil-coated sheet, ASTM B 209 (ASTM B 209M), alloy as standard with manufacturer, with temper as required to suit forming operations and structural performance required. 1. Surface: Smooth, flat finish. 2. Exposed Coil-Coated Finish: a. 4-Coat Fluoropolymer: AAMA 620. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in color coat and clear coats. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers'written instructions. 3. Concealed Finish: Apply pretreatment and manufacturer's standard white or light- colored acrylic or polyester backer finish, consisting of prime coat and wash coat with a minimum total dry film thickness of 0.5 mil (0.013 mm). B. Panel Sealants: 1. Sealant Tape: Pressure-sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release-paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch(13 mm)wide and 1/8 inch(3 mm)thick. 2. Joint Sealant: ASTM C 920; elastomeric polyurethane, polysulfide, or silicone sealant; of type, grade, class, and use classifications required to seal joints in metal roof panels and remain weathertight; and as recommended in writing by metal roof panel manufacturer. 3. Butyl-Rubber-Based, Solvent-Release Sealant: ASTM C 1311. 2.2 UNDERLAYMENT MATERIALS A. Self-Adhering, High-Temperature Sheet: 30 to 40 mils (0.76 to 1.0 mm) thick minimum, consisting of slip-resisting, polyethylene-film top surface laminated to layer of butyl or SBS- modified asphalt adhesive, with release-paper backing; cold applied. Provide primer when recommended by underlayment manufacturer. 1. Thermal Stability: Stable after testing at 240 deg F (116 deg C);ASTM D 1970. 2. Low-Temperature Flexibility: Passes after testing at minus 20 deg F (29 deg C); ASTM D 1970. 3. Products: Subject to compliance with requirements,provide one of the following: METAL ROOF PANELS 074113 - 8 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 a. Carlisle Coatings & Waterproofing Inc , Div. of Carlisle Companies Inc.; CCW WIP 300HT. b. Grace Construction Products; a unit of Grace, W.R. &Co.; Ultra. C. Henry Company;Blueskin PE200 HT. d. Metal-Fab Manufacturing,LLC; MetShield. e. Owens Corning; WeatherLock Metal High Temperature Underlayment. B. Felts: ASTM D 226,Type lI(No. 30), asphalt-saturated organic felts. C. Slip Sheet: Manufacturer's recommended slip sheet, of type required for application. 2.3 STANDING-SEAM METAL ROOF PANELS A. General: Provide factory-formed metal roof panels designed to be installed by lapping and interconnecting raised side edges of adjacent panels with joint type indicated and mechanically attaching panels to supports using concealed clips in side laps. Include clips, cleats, pressure plates,and accessories required for weathertight installation. 1. Steel Panel Systems: Unless more stringent requirements are indicated; comply with ASTM E 1514. 2. Aluminum Panel Systems: Unless more stringent requirements are indicated, comply with ASTM E 1637. B. Vertical-Rib, Seamed-Joint, Standing-Seam Metal Roof Panels: Formed with vertical ribs at panel edges and flat pan between ribs; designed for sequential installation by mechanically attaching panels to supports using concealed clips located under one side of panels and engaging opposite edge of adjacent panels, and mechanically seaming panels together. 1. Manufacturers• Subject to compliance with requirements, provide products by one of the following: a. AEP-Span. b. Architectural Building Components. C. Architectural Metal Systems. d. Architectural Roofing and Siding, Inc. e. ATAS International,Inc f. Berridge Manufacturing Company. g. Butler Manufacturing; a B1ueScope Steel company. h. CENTRIA Architectural Systems. i. Copper Sales, Inc. j. Dimensional Metals, Inc. k. Englert,Inc. 1. Fabral. M. Flexospan Steel Buildings,Inc. n. Integris Metals. o. MBCI; a division of NCI Building Systems, L. P. p McElroy Metal,Inc. q. Merchant&Evans. r Metal-Fab Manufacturing,LLC. s. Metal Sales Manufacturing Corporation. METAL ROOF PANELS 074113 -9 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 t. Metecno-Morin;Division of Metecno Inc. U. Petersen Aluminum Corporation. V. Steelox Systems,L.L.C. W. Ultra Seam Incorporated. X. United Steel Deck Inc.; Subsidiary of Bouras Industries Inc. 2. Material: Aluminum sheet, [0.032 inch (0.81 min)] [0.040 inch(1.02 mm)] thick. a. Exterior Finish: 4-coat fluoropolymer. b. Color: As selected by Architect from manufacturer's full range. 3. Clips: Floating to accommodate thermal movement. a. Material: 0 064-inch- (1.63-mm-) nominal thickness, zinc-coated (galvanized) or aluminum-zinc alloy-coated steel sheet. 4. Joint Type: As standard with manufacturer. 5. Panel Coverage: 12 inches(305 mm) 6. Panel Height: 1.5 inches (38 mm) 2.4 ACCESSORIES A. Roof Panel Accessories: Provide components approved by roof panel manufacturer and as required for a complete metal roof panel assembly including trim, copings, fasciae, corner units, ridge closures, clips, flashings, sealants, gaskets, fillers, closure strips, and similar items. Match material and finish of metal roof panels unless otherwise indicated. 1. Closures: Provide closures at eaves and ridges, fabricated of same metal as metal roof panels. 2. Closure Strips: Closed-cell, expanded, cellular, rubber or crosslinked,polyolefin-foam or closed-cell laminated polyethylene; minimum 1-inch- (25-mm-) thick, flexible closure strips; cut or premolded to snatch metal roof panel profile. Provide closure strips where indicated or necessary to ensure weathertight construction. 3. Backing Plates: Provide metal backing plates at panel end splices, fabricated from material recommended by manufacturer. B. Flashing and Trim Formed from same material as roof panels, prepainted with coil coating, minimum 0.018 inch (0.45 mm) thick. Provide flashing and trim as required to seal against weather and to provide finished appearance. Locations include, but are not limited to, eaves, rakes, corners, bases, framed openings, ridges, fasciae, and fillers. Finish flashing and trim with same finish system as adjacent metal roof panels. C. Gutters: Formed from same material roof panels. Match profile of gable trim, complete with end pieces, outlet tubes, and other special pieces as required. Fabricate in minimum 96-inch- (2400-mm-) long sections, of size and metal thickness according to SMACNA's "Architectural, Sheet Metal Manual." Furnish gutter supports spaced a maximum of 36 inches (900 mm) o.c., fabricated from same metal as gutters. Provide wire ball strainers of compatible metal at outlets. Finish gutters to match roof fascia and rake trim. METAL ROOF PANELS 074113 - 10 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 D. Downspouts: Formed from same material as roof panels. Fabricate in 12-foot long sections, complete with formed elbows and offsets, of size and metal thickness according to SMACNA's "Architectural Sheet Metal Manual". Finish downspouts to match gutters. 2.5 FABRICATION A. Fabricate and finish metal roof panels and accessories at the factory to greatest extent possible, by manufacturer's standard procedures and processes and as necessary to fulfill indicated performance requirements. Comply with indicated profiles and with dimensional and structural requirements. B. Provide panel profile, including mayor ribs and intermediate stiffening ribs, if any, for full length of panel. C. Fabricate metal roof panel side laps with factory-installed captive gaskets or separator strips that provide a tight seal and prevent metal-to-metal contact, in a manner that will seal weathertight and minimize noise from movements within panel assembly D. Sheet Metal Accessories: Fabricate flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to the design, dimensions, metal, and other characteristics of item indicated. 1. Form exposed sheet metal accessories that are without excessive oil canning, buckling, and tool marks and that are true to line and levels indicated, with exposed edges folded back to form hems. 2. End Seams for Aluminum: Fabricate nonmoving seams with flat-lock seams. Form seams and seal with epoxy seam sealer. Rivet joints for additional strength. 3. Sealed Joints: Form nonexpansion but movable joints in metal to accommodate elastomeric sealant to comply with SMACNA standards. 4. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed on faces of accessories exposed to view. 5. Fabricate cleats and attachment devices of size and metal thickness recommended by SMACNA's "Architectural Sheet Metal Manual" or by metal roof panel manufacturer for application, but not less than thickness of metal being secured. 2.6 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical and painted finishes on exposed surfaces from damage by applying a strippable,temporary protective covering before shipping. C. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. METAL ROOF PANELS 074113 - 11 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, metal roof panel supports, and other conditions affecting performance of the Work. B. Examine primary and secondary roof framing to verify that rafters, purlins, angles, channels, and other structural panel support members and anchorages have been installed within alignment tolerances required by metal roof panel manufacturer. C. Examine solid roof sheathing to verify that sheathing joints are supported by framing or blocking and that installation is within flatness tolerances required by metal roof panel manufacturer. D. Examine roughing-in for components and systems penetrating metal roof panels to verify actual locations of penetrations relative to seam locations of metal roof panels before metal roof panel installation. E. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. F. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrates of substances harmful to insulation, including removing projections capable of interfering with insulation attachment. B. Miscellaneous Framing: Install subpurlins, eave angles, furring, and other miscellaneous roof panel support members and anchorage according to metal roof panel manufacturer's written instructions. 1. Soffit Framing: Wire tie or clip furring channels to supports, as required to comply with requirements for assemblies indicated. 3.3 UNDERLAYMENT INSTALLATION A. Self-Adhering Sheet Underlayment: Apply primer if required by manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation. Apply at locations indicated on Drawings, wrinkle free, in shingle fashion to shed water, and with end laps of not less than 6 inches (150 mm) staggered 24 inches (600 mm) between courses. Overlap side edges not less than 3-1/2 inches (90 mm). Extend underlayment into gutter trough. Roll laps with roller. Cover underlayment within 14 days. 1. Roof perimeter for a distance up from eaves of36 inches (914 mm) In beyond interior wall line. METAL ROOF PANELS 074113 - 12 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 2. Valleys, from lowest point to highest point, for a distance on each side of 18 inches (460 mm). Overlap ends of sheets not less than 6 inches (150 mm). 3. Rake edges for a distance of 18 inches (460 mm) Insert dimension. 4. Hips and ridges for a distance on each side of 12 inches (300 mm). 5. Roof to wall intersections for a distance from wall of 18 inches(460 mm). 6. Around dormers, chimneys, skylights, and other penetrating elements for a distance from element of 18 inches (460 mm). B. Apply slip sheet over underlayment before installing metal roof panels. 3.4 THERMAL INSULATION INSTALLATION A. Polyethylene Vapor Retarder: Extend vapor retarder to extremities of areas to be protected from vapor transmission. Repair tears or punctures immediately before concealment by other work. 3.5 METAL ROOF PANEL INSTALLATION, GENERAL A. Provide metal roof panels of full length from eave to ridge. B. Thermal Movement. Rigidly fasten metal roof panels to structure at one and only one location for each panel. Allow remainder of panel to move freely for thermal expansion and contraction. Predrill panels for fasteners. 1. Point of Fixity: Fasten each panel along a single line of fixing located at center of panel length. 2. Avoid attaching accessories through roof panels in a manner that will inhibit thermal movement. C. Install metal roof panels as follows: 1. Commence metal roof panel installation and install minimum of 300 sq. ft. (27.8 sq. m.) in presence of factory-authorized representative. 2. Field cutting of metal panels by torch is not permitted. 3. Install panels perpendicular to purlins. 4. Locate and space fastenings in uniform vertical and horizontal alignment. 5. Provide metal closures at rake edges and each side of ridge and hip caps. 6. Flash and seal metal roof panels with weather closures at eaves, rakes, and perimeter of all openings. 7. Install ridge and hip caps as metal roof panel work proceeds. 8. End Splices: Locate panel end splices over, but not attached to, structural supports. Stagger panel end splices to avoid a four-panel splice condition. 9. Install metal flashing to allow moisture to run over and off metal roof panels. D. Fasteners: METAL ROOF PANELS 074113 - 13 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1. Aluminum Roof Panels: Use aluminum or stainless-steel fasteners for surfaces exposed to the exterior and aluminum or galvanized-steel fasteners for surfaces exposed to the interior. 2. Copper Roof Panels: Use copper, stainless-steel, or hardware-bronze fasteners. E. Anchor Clips: Anchor metal roof panels and other components of the Work securely in place, using manufacturer's approved fasteners according to manufacturers'written instructions. F. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating, by applying rubberized-asphalt underlayment to each contact surface, or by other permanent separation as recommended by metal roof panel manufacturer. 1. Coat back side of roof panels with bituminous coating where roof panels will contact wood, ferrous metal, or cementitious construction. G. Joint Sealers: Install gaskets,joint fillers, and sealants where indicated and where required for weatherproof performance of metal roof panel assemblies. Provide types of gaskets, fillers, and sealants indicated or, if not indicated,types recommended by metal roof panel manufacturer. 1. Seal metal roof panel end laps with double beads of tape or sealant, full width of panel. Seal side joints where recommended by metal roof panel manufacturer. 2. Prepare points and apply sealants to comply with requirements in Division 07 Section "Joint Sealants." 3.6 METAL ROOF PANEL INSTALLATION A. Standing-Seam Metal Roof Panels: Fasten metal roof panels to supports with concealed clips at each standing-seam joint at location, spacing, and with fasteners recommended by manufacturer. 1. Install clips to supports with self-tapping fasteners. 2. Install pressure plates at locations indicated in manufacturer's written installation instructions. 3. Snap Joint: Nest standing seams and fasten together by interlocking and completely engaging factory-applied sealant. 4. Seamed Joint: Crimp standing seams with manufacturer-approved, motorized seamer tool so clip,metal roof panel, and factory-applied sealant are completely engaged. 3.7 ACCESSORY INSTALLATION A. General: Install accessories with positive anchorage to building and weathertight mounting and provide for thermal expansion. Coordinate installation with flashings and other components. 1. Install components required for a complete metal roof panel assembly including trim, copings, ridge closures, seam covers, flashings, sealants, gaskets, fillers, closure strips, and similar items. METAL ROOF PANELS 074113 - 14 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 B. Flashing and Trim: Comply with performance requirements, manufacturer's written installation instructions, and SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where possible, and set units true to line-and level as indicated. Install work with laps,joints, and seams that will be permanently watertight and weather resistant. 1. Install exposed flashing and trim that is without excessive oil canning, buckling, and tool marks and that is true to line and levels indicated, with exposed edges folded back to form hems Install sheet metal flashing and trim to fit substrates and to result in waterproof and weather-resistant performance. 2. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement points at a maximum of 10 feet (3 m) with no joints allowed within 24 inches (600 mm) of corner or intersection. Where lapped expansion provisions cannot be used or would not be sufficiently weather resistant and waterproof, form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with mastic sealant(concealed within joints). C. Gutters: Join sections with riveted and soldered or lapped and sealed points. Attach gutters to eave with gutter hangers spaced not more than 36 inches (914 mm) o.c. using manufacturer's standard fasteners. Provide end closures and seal watertight with sealant. Provide for thermal expansion. D. Downspouts: Join sections with telescoping joints. Provide fasteners designed to hold downspouts securely 1 inch(25 mm) away from walls; locate fasteners at top and bottom and at approximately 60 inches (15 00 mm) o.c. in between. 1 Provide elbows at base of downspouts to direct water away from building. 2. Connect downspouts to underground drainage system indicated. E. Pipe Flashing: Form flashing around pipe penetration and metal roof panels. Fasten and seal to metal roof panels as recommended by manufacturer. 3.8 ERECTION TOLERANCES A. Installation Tolerances: Shim and align metal roof panel units within installed tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines as indicated and within 1/8-inch (3- mm)offset of adjoining faces and of alignment of matching profiles. 3.9 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect metal roof panel installation, including accessories. Report results in writing. B. Remove and replace applications of metal roof panels where inspections indicate that they do not comply with specified requirements. C Additional inspections, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements METAL ROOF PANELS 074113 - 15 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 3.10 CLEANING A. Remove temporary protective coverings and strippable films, if any, as metal roof panels are installed unless otherwise indicated in manufacturer's written installation instructions. On completion of metal roof panel installation, clean finished surfaces as recommended by metal roof panel manufacturer. Maintain in a clean condition during construction. B. Replace metal roof panels that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 074113 METAL ROOF PANELS 074113 - 16 SECTION 074600 - SIDING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Fiber-cement soffit. B. Related Sections: 1. Division 06 Section 061000 "Rough Carpentry" for wood furring, grounds, nailers, and blocking. 2. Division 06 Section 061600 "Sheathing" for wall sheathing and weather-resistive barriers. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions,dimensions of individual components and profiles, and finishes. B. Samples for Initial Selection: For soffit including related accessories. C. Samples for Verification: For each type, color,texture, and pattern required. 1. 12-inch-(300-mm-) long-by-actual-width Sample of soffit. D. FGBC Submittals: 1. From the manufacturer identifying minimum 40-year warranty or an established history of use in local buildings older than 40 years. 1.4 INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of soffit, from manufacturer. B. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for fiber-cement siding. C. Warranty: Provide product with a minimum 40 year warranty from the manufacturer or identify an established history of use in local buildings older than 40 years. SIDING 074600 - 1 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For each type of soffit and related accessories to include in maintenance manuals. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Furnish full lengths of soffit including related accessories, in a quantity equal to 2 percent of amount installed. 1.7 QUALITY ASSURANCE A. Warranty: Provide product with a minimum 40 year warranty from the manufacturer or identify an established history of use in local buildings over 40 years. B. Labeling: Provide fiber-cement siding that is tested and labeled according to ASTM C 1186 by a qualified testing agency acceptable to authorities having jurisdiction. C. Vinyl Siding Installer Qualifications: A qualified installer who employs a VSI-Certified Installer on Project. D. Vinyl Siding Certification Program: Provide vinyl siding products that are listed in VSI's list of certified products. E. Source Limitations: Obtain each type, color, texture, and pattern of soffit, including related accessories, from single source from single manufacturer. F. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for fabrication and installation. 1. Build mockup of typical wall area as shown on Drawings. 2. Build mockups for soffit including accessories. a. Size: 48 inches(1200 mm) long by 60 inches(1800 mm)high. b. Include outside corner on one end of mockup and inside corner on other end. 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 4. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. G. Preinstallation Conference: Conduct conference at Project site. SIDING 074600 -2 1 8 DELIVERY, STORAGE, AND HANDLING A. Store materials in a dry,well-ventilated, weathertight place. 1.9 COORDINATION A. Coordinate installation with flashings and other adjoining construction to ensure proper sequencing. 1.10 WARRANTY A. Special Warranty: Standard form in which manufacturer agrees to repair or replace soffit that fail(s) in materials or workmanship within specified warranty period. 1. Failures include,but are not limited to, the following: a. Structural failures including cracking,deforming. 2. Warranty Period: 40 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 FIBER-CEMENT SOFFIT A. General: ASTM C 1186, Type A, Grade 11, fiber-cement board, noncombustible when tested according to ASTM E 136; with a flame-spread index of 25 or less when tested according to ASTM E 84. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Cemplank. b. CertainTeed Corp. C. GAF Materials Corporation. d. James Hardie. B. Pattern: 24-inch-(600-mm-)wide sheets with smooth texture. C. Ventilation: Provide unperforated soffit. D. Factory Priming: Manufacturer's standard acrylic primer. 2.2 ACCESSORIES A. Colors for Decorative Accessories: As selected by Architect from manufacturer's full range of industry colors. B. Fasteners: SIDING 074600 -3 I. For fastening to wood, use ribbed bugle-head screws of sufficient length to penetrate a minimum of 1 inch(25 mm) into substrate. 2. For fastening to metal, use ribbed bugle-head screws of sufficient length to penetrate a minimum of 1/4 inch(6 mm),or three screw-threads, into substrate. 3. For fastening fiber cement, use stainless-steel fasteners. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates for compliance with requirements for installation tolerances and other conditions affecting perfonnance of soffit and related accessories. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrates of projections and substances detrimental to application. 3.3 INSTALLATION A. General: Comply with soffit manufacturer's written installation instructions applicable to products and applications indicated unless more stringent requirements apply. 1. Do not install damaged components. 2. Center nails in elongated nailing slots without binding siding to allow for thermal movement. B. Install fiber-cement soffit and related accessories. 1. Install fasteners no more than 24 inches(600 mm)o.c. C. Install joint sealants as specified in Division 07 Section "Joint Sealants" and to produce a weathertight installation. 3.4 ADJUSTING AND CLEANING A. Remove damaged, improperly installed, or otherwise defective materials and replace with new materials complying with specified requirements. B. Clean finished surfaces according to manufacturer's written instructions and maintain in a clean condition during construction. END OF SECTION 074600 SIDING 074600-4 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 SECTION 079200 -JOINT SEALANTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Silicone Joint sealants. 2. Urethane joint sealants 3. Polysulfide joint sealants. 4. Latex Joint sealants 5. Solvent-release-curing joint sealants. 6. Preformed joint sealants. 7. Acoustical joint sealants 1.3 PRECONSTRUCTION TESTING A. Preconstruction Compatibility and Adhesion Testing: Submit to point-sealant manufacturers, for testing indicated below, samples of materials that will contact or affect joint sealants. 1. Use ASTM C 1087 or manufacturer's standard test method] to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 2. Submit not fewer than eight pieces of each kind of material, including joint substrates, shims,Joint-sealant backings, secondary seals, and miscellaneous materials. I Schedule sufficient time for testing and analyzing results to prevent delaying the Work. 4. For materials failing tests, obtain joint-sealant manufacturer's written instructions for corrective measures including use of specially formulated primers. 5. Testing will not be required if joint-sealant manufacturers submit joint preparation data that are based on previous testing, not older than 24 months, of sealant products for adhesion to, and compatibility with,joint substrates and other materials matching those submitted. B. Preconstruction Field-Adhesion Testing: Before installing sealants, field test their adhesion to Project joint substrates as follows: 1. Locate test Joints where indicated on Project or, if not indicated, as directed by Architect. 2. Conduct field tests for each application indicated below: a. Each kind of sealant and joint substrate indicated. JOINT SEALANTS 079200 - 1 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 3. Notify Architect seven days in advance of dates and times when test joints will be erected. 4. Arrange for tests to take place with joint-sealant manufacturer's technical representative present. a. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193 or Method A, Tail Procedure, in ASTM C 1521. 1) For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. 5. Report whether sealant failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each kind of product and joint substrate. For sealants that fail adhesively,retest until satisfactory adhesion is obtained. 6. Evaluation of Preconstruction Field-Adhesion-Test Results: Sealants not evidencing adhesive failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing. 1.4 ACTION SUBMITTALS A. Product Data: For each joint-sealant product indicated. B. FGBC Submittals: 1. Product Data for Credit Category 5: Health; Credit H2.1 Low-Emitting Materials For adhesives, documentation including printed_statement of VOC content. All adhesives and sealants shall be low Volatile Organic Compound (VOC) and meet the VOC limits established by the South Coast Air Quality Management District(SCAQMD)Rule#1168 AND all sealants used as fillers must meet or exceed the requirements of the Bay Area Air Quality Management District Regulation 8,Rule 51. C. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view. D. Samples for Verification: For each kind and color of joint sealant required, provide Samples with joint sealants in 1/2-inch- (13-mm-) wide joints formed between two 6-inch- (150-mm-) long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. E. Joint-Sealant Schedule: Include the following information: 1. Joint-sealant application,joint location, and designation. 2. Joint-sealant manufacturer and product name. 3. Joint-sealant formulation. 4. Joint-sealant color. JOINT SEALANTS 079200 -2 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer and testing agency. B. Product Certificates: For each kind of joint sealant and accessory, from manufacturer. C. Sealant, Waterproofing, and Restoration Institute (SWRI) Validation Certificate: For each sealant specified to be validated by SWRI's Sealant Validation Program. D. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, indicating that sealants comply with requirements. E. Preconstruction Compatibility and Adhesion Test Reports: . From sealant manufacturer, indicating the following: 1. Materials forming joint substrates and joint-sealant backings have been tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. F Preconstruction Field-Adhesion Test Reports: Indicate which sealants and Joint preparation methods resulted in optimum adhesion to joint substrates based on testing specified in "Preconstruction Testing"Article. G. Field-Adhesion Test Reports: For each sealant application tested. H. Warranties: Sample of special warranties. 1.6 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project. B. Source Limitations: Obtain each kind of joint sealant from single source from single manufacturer. C. Product Testing: Test joint sealants using a qualified testing agency. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated. 2. Test according to SWRI's Sealant Validation Program for compliance with requirements specified by reference to ASTM C 920 for adhesion and cohesion under cyclic movement, adhesion-in-peel, and indentation hardness. D Mockups: Install sealant in mockups of assemblies specified in other Sections that are indicated to receive joint sealants specified in this Section. Use materials and installation methods specified in this Section. E. Preinstallation Conference: Conduct conference at Project site. JOINT SEALANTS 079200 -3 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1.7 PROJECT CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. ,When ambient and substrate temperature conditions are outside limits permitted by joint- sealant manufacturer[or are below 40 deg F (5 deg Q 2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint-sealant manufacturer for applications indicated. 4. Where contaminants capable of interfering with adhesion have not yet been removed from joint substrates. 1.8 WARRANTY A. Special Installer's Warranty: Manufacturer's standard form in which Installer agrees to repair or replace joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. B. Special Manufacturer's Warranty: Manufacturer's standard form in which joint-sealant manufacturer agrees to furnish joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. a. Special warranties specified in this article exclude deterioration or failure of joint sealanBASF Building Systems; Sonolac. b. Bostik,Inc.; Chem-Calk 600. C. May National Associates,Inc.; Bondaflex Sil-A 700. d. Pecora Corporation;AC-20+. e. Schnee-Morehead, Inc.; SM 8200. f. Tremco Incorporated;Tremflex 834. 1.9 SOLVENT-RELEASE-CURING JOINT SEALANTS A. Acrylic-Based Joint Sealant: ASTM C 1311. 1. Products: Subject to compliance with requirements,provide the following: a. Schnee-Morehead,Inc.;Acryl-R Acrylic Sealant. b. Tremco Incorporated;Mono 555. B. Butyl-Rubber-Based Joint Sealant: ASTM C 1311. 1. Products: Subject to compliance with requirements,provide the following: a. Bostik,Inc.; Chem-Calk 300. b. Pecora Corporation; BC-158. C. Tremco Incorporated;Tremco Butyl Sealant. JOINT SEALANTS 079200-4 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1.10 PREFORMED JOINT SEALANTS A. Preformed Foam Joint Sealant: Manufacturer's standard preformed, precompressed, open-cell foam sealant manufactured from urethane foam with minimum density of 10 lb/cu. ft. (160 kg/cu. m) and impregnated with a nondrying, water-repellent agent. Factory produce in precompressed sizes in roll or stick form to fit joint widths indicated; coated on one side with a pressure-sensitive adhesive and covered with protective wrapping. 1. Products: Subject to compliance with requirements,provide the following: a. Dayton Superior Specialty Chemicals; Polytite Standard. b. EMSEAL Joint Systems, Ltd.; Emseal 25V. C. Sandell Manufacturing Co.,Inc ;Polyseal. d. Schul International,Inc.; Sealtite 50N. e. Willseal USA, LLC, Willseal 250. 1.11 ACOUSTICAL JOINT SEALANTS A. Acoustical Joint Sealant: Manufacturer's standard nonsag, paintable, nonstaining latex sealant complying with ASTM C 834. Product effectively reduces airborne sound transmission through perimeter joints and openings in building construction as demonstrated by testing representative assemblies according to ASTM E 90 1. Products: Subject to compliance with requirements,provide the following: a. Pecora Corporation; AIS-919. b. USG Corporation; SHEETROCK Acoustical Sealant. 1.12 JOINT SEALANT BACKING A. General: Provide sealant backings of material that are nonstaining; are compatible with point substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. B. Cylindrical Sealant Backings- ASTM C 1330, Type C (closed-cell material with a surface skin);Type O(open-cell material); Type B (bicellular material with a surface skin) or any of the preceding types, as approved in writing by joint-sealant manufacturer for joint application indicated, and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. C. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint-filler materials or joint surfaces at back of joint. Provide self-adhesive tape where applicable. JOINT SEALANTS 079200 -5 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1.13 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint-sealant-substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 2 -EXECUTION 2.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affectingjoint- sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 2.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing point sealants to comply with joint-sealant manufacturer's written instructions and the following requirements: 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old point sealants,oil, grease,waterproofing,water repellents,water, surface dirt,and frost. 2. Clean porous joint substrate surfaces by brushing, grinding, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with point sealants. Remove loose particles remaining after cleaning operations above by vacuuming or blowing out joints with oil-free compressed air. Porous joint substrates include the following: a. Concrete. b. Masonry. C. Unglazed surfaces of ceramic tile. 3. Remove laitance and form-release agents from concrete. 4. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. Nonporous joint substrates include the following: a. Metal. JOINT SEALANTS 079200-6 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 b. Glass. C. Porcelain enamel. d. Glazed surfaces of ceramic tile. B. Joint Priming: Prime joint substrates where recommended by joint-sealant manufacturer or as indicated by preconstruction point-sealant-substrate tests or prior experience. Apply primer to comply with joint-sealant manufacturer's written instructions. Confine primers to areas of joint- sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 2.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint-sealant manufacturer's written installation instructions for products and applications indicated,unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch,twist,puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. D. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. E. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. F. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2 Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. JOINT SEALANTS 079200 - 7 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 3. Provide concave joint profile per Figure 8A in ASTM C 1193, unless otherwise indicated. 4. Provide flush joint profile where indicated per Figure 8B in ASTM C 1193. 5. Provide recessed joint configuration of recess depth and at locations indicated per Figure 8C in ASTM C 1193. a. Use masking tape to protect surfaces adjacent to recessed tooled joints. G. Installation of Preformed Silicone-Sealant System: Comply with the following requirements: 1. Apply masking tape to each side of joint, outside of area to be covered by sealant system. 2. Apply silicone sealant to each side of point to produce a bead of size complying with preformed silicone-sealant system manufacturer's written instructions and covering a bonding area of not less than 3/8 inch (10 mm). Hold edge of sealant bead 1/4 inch (6 mm) inside masking tape 3. Within 10 minutes of sealant application, press silicone extrusion into sealant to wet extrusion and substrate. Use a roller to apply consistent pressure and ensure uniform contact between sealant and both extrusion and substrate. 4. Complete installation of sealant system in horizontal joints before installing in vertical points. Lap vertical joints over horizontal joints. At ends of joints, cut silicone extrusion with a razor knife. H. Installation of Preformed Foam Sealants: Install each length of sealant immediately after removing protective wrapping. Do not pull or stretch material. Produce seal continuity at ends, turns, and intersections of joints. For applications at low ambient temperatures, apply heat to sealant in compliance with sealant manufacturer's written instructions. 1. Acoustical Sealant Installation: At sound-rated assemblies and elsewhere as indicated, seal construction at perimeters, behind control joints, and at openings and penetrations with a continuous bead of acoustical sealant. Install acoustical sealant at both faces of partitions at perimeters and through penetrations. Comply with ASTM C 919 and with manufacturer's written recommendations. 2.4 FIELD QUALITY CONTROL A. Field-Adhesion Testing: Field test joint-sealant adhesion to joint substrates as follows: 1. Extent of Testing: Test completed and cured sealant joints as follows: a. Perform 5 tests for the first 500 feet (150 m) of joint length for each kind of sealant and joint substrate. b. Perform 1 test for each 1000 feet (300 m) of joint length thereafter or 1 test per each floor per elevation. 2. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193 or Method A, Tail Procedure, in ASTM C 1521. JOINT SEALANTS 079200 -8 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 a. For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. 3. Inspect tested joints and report on the following: a. Whether sealants filled joint cavities and are free of voids. b. Whether sealant dimensions and configurations comply with specified requirements. C. Whether sealants in joints connected to pulled-out portion failed to adhere to joint substrates or tore cohesively Include data on pull distance used to test each kind of product and joint substrate. Compare these results to determine if adhesion passes sealant manufacturer's field-adhesion hand-pull test criteria. 4. Record test results in a field-adhesion-test log. Include dates when sealants were installed,names of persons who installed sealants,test dates,test locations,whether joints were primed, adhesion results and percent elongations, sealant fill, sealant configuration, and sealant dimensions. 5. Repair sealants pulled from test area by applying new sealants following same procedures used originally to seal points. Ensure that original sealant surfaces are clean and that new sealant contacts original sealant. B. Evaluation of Field-Adhesion Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. 2.5 CLEANING A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 2.6 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. 2.7 JOINT-SEALANT SCHEDULE A. Joint-Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: JOINT SEALANTS 079200 -9 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 a. Construction joints in cast-in-place concrete. b. Joints between plant-precast architectural concrete units. C. Joints between metal panels. d. Joints between different materials listed above. e. Perimeter joints between materials listed above and frames of doors, windows and louvers. f. Other joints as indicated. 2. Silicone Joint Sealant: Single component, nonsag, neutral curing Class 100/50, Single component,nonsag,acid curing. 3. Urethane Joint Sealant: Single component,nonsag. 4. Polysulfide Joint Sealant: Single component, nonsag. 5. Preformed Joint Sealant: Preformed foam. 6. Joint-Sealant Color: As selected by Architect from manufacturer's full range of colors. B. Joint-Sealant Application: Interior joints in horizontal traffic surfaces' 1. Joint Locations: a. Isolation joints in cast-in-place concrete slabs. b. Control and expansion joints in tile flooring. C. Other joints as indicated. 2. Silicone Joint Sealant: Single component,nonsag,traffic grade,neutral curing. 3. Urethane Joint Sealant: Single component,nonsag, traffic grade 4. Polysulfide Joint Sealant: Multicomponent,nonsag,traffic grade 5. Preformed Joint Sealant: Preformed foam. 6. Joint-Sealant Color: As selected by Architect from manufacturer's full range of colors. C. Joint-Sealant Application: Interior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Vertical points on exposed surfaces of concrete walls and partitions. C. Perimeter joints between interior wall surfaces and frames of interior doors windows and elevator entrances. d. Other joints as indicated. 2. Joint Sealant: Latex Acrylic based. 3. Joint-Sealant Color: As selected by Architect from manufacturer's full range of colors. a. Joint-Sealant Perimeterjoints of exterior openings where indicated. b. Tile control and expansion joints. D. Application: Mildew-resistant interior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Sealant Location: a. Joints between plumbing fixtures and adjoining walls, floors,and counters. b. Tile control and expansion joints where indicated. JOINT SEALANTS 079200 - 10 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 C. Other joints as indicated. 2. Joint Sealant: Mildew resistant, single component, nonsag, neutral curing, Silicone. 3. Joint-Sealant Color: As selected by Architect from manufacturer's full range of colors. E. Joint-Sealant Application: Interior acoustical joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Location: a. Acoustical joints where indicated. b. Otherjoints as indicated. 2. Joint Sealant: Acoustical 3. Joint-Sealant Color: As selected by Architect from manufacturer's full range. END OF SECTION 079200 JOINT SEALANTS 079200 - 11 Division 8 Doors and Windows Table of Contents Division 8 Doors and Windows 081113 Hollow Metal Doors and Frames 083323 Overhead Coiling Doors 087111 Door Hardware (Descriptive Specification) 088300 Mirrors Indian River County Go Line Bus Transfer Hub Facility 01/05/16 SECTION 081113 -HOLLOW METAL DOORS AND FRAMES PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: I. Standard hollow metal doors and frames. B. Related Sections: I. Division 08 Section 087111 "Door Hardware (Descriptive Specification)" for door hardware for hollow metal doors. 2. Division 09 Section 099113 "Exterior, Interior Painting" for field painting hollow metal doors and frames. 1.3 DEFINITIONS A. Minimum Thickness: Minimum thickness of base metal without coatings. B. Standard Hollow Metal Work: Hollow metal work fabricated according to ANSI/SDI A250.8. C. Custom Hollow Metal Work: Hollow metal work fabricated according to ANSI/NAAMM- HMMA 861. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, core descriptions and finishes. B. FGB Submittals: 1. Product Certificates for Credit: Recycled Content M1.2 Incorporate recycled materials (based on materials cost). Use materials with recycled content such that post consumer/or post-industrial recycled content constitutes a minimum of 10% of the total project cost. C. Shop Drawings: Include the following if applicable: 1. Elevations of each door design. HOLLOW METAL DOORS AND FRAMES 081113 - 1 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 2. Details of doors, including vertical and horizontal edge details and metal thicknesses. 3. Frame details for each frame type, including dimensioned profiles and metal thicknesses. 4. Locations of reinforcement and preparations for hardware. 5. Details of each different wall opening condition. 6. Details of anchorages,joints, field splices, and connections. 7. Details of accessories. 8. Details of moldings,removable stops, and glazing. 9. Details of conduit and preparations for power, signal, and control systems. D. Samples for Initial Selection: For units with factory-applied color finishes. E. Samples for Verification: 1. For the following items, prepared on Samples about 12 by 2 inches (305 by 305 mm) to demonstrate compliance with requirements for quality of materials and construction: a. Frames: Show profile, corner joint, floor and wall anchors, and silencers. Include separate section showing fixed hollow metal panels and glazing if applicable. F. Other Action Submittals. 1. Schedule: Provide a schedule of hollow metal work prepared by or under the supervision of supplier,using same reference numbers for details and openings as those on Drawings. Coordinate with door hardware schedule. 1.5 INFORMATIONAL SUBMITTALS A. - Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for each type of hollow metal door and frame assembly. 1.6 QUALITY ASSURANCE A. Exterior Hollow Metal Doors and Frames shall meet the Dade County approval for impact resistance requirements B. Source Limitations: Obtain hollow metal work from single source from single manufacturer. 1.7 DELIVERY, STORAGE,AND HANDLING A. Deliver hollow metal work palletized, wrapped, or crated to provide protection during transit and Project-site storage. Do not use nonvented plastic. 1. Provide additional protection to prevent damage to finish of factory-finished units. B. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded to iambs and mullions. HOLLOW METAL DOORS AND FRAMES 081113 -2 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 C. Store hollow metal work under cover at Project site. Place in stacks of five units maximum in a vertical position with heads up, spaced by blocking, on minimum 4-inch- (102-mm-) high wood blocking. Do not store in a manner that traps excess humidity. 1. Provide minimum 1/4-inch (6-mm) space between each stacked door to permit air circulation. 1.8 PROJECT CONDITIONS A. Field Measurements: Verify actual dimensions of openings by field measurements before fabrication. 1.9 COORDINATION A. Coordinate installation of anchorages for hollow metal frames. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors. Deliver such items to Project site in time for installation. PART2 -PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Amweld Building Products, LLC 2. Benchmark; a division of Therma-Tru Corporation. 3. Ceco Door Products; an Assa Abloy Group company. 4. Curries Company; an Assa Abloy Group company. 5. Deansteel Manufacturing Company, Inc. 6. Firedoor Corporation. 7. Fleming Door Products Ltd.; an Assa Abloy Group company. 8. Habersham Metal Products Company. 9. Karpen Steel Custom Doors&Frames. 10. Kewanee Corporation(The). 11. Mesker Door Inc. 12. Pioneer Industries,Inc. 13. Security Metal Products Corp. 14. Steelcraft; an Ingersoll-Rand company. 15. Windsor Republic Doors. 2.2 MATERIALS A. Cold-Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B; suitable for exposed applications. HOLLOW METAL DOORS AND FRAMES 081113 -3 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 B. Frame Anchors: ASTM A 591/A 591M, Commercial Steel (CS), 40Z (12G) coating designation; mill phosphatized. C. Inserts,Bolts, and Fasteners: Hot-dip galvanized according to ASTM A 153/A 153M. D. Powder-Actuated Fasteners in Concrete: Fastener system of type suitable for application indicated, fabricated from corrosion-resistant materials,with clips or other accessory devices for attaching hollow metal frames of type indicated. E. Grout: ASTM C 476, except with a maximum slump of 4 inches (102 mm), as measured according to ASTM C 143/C 143M. F. Mineral-Fiber Insulation: ASTM C 665,Type I(blankets without membrane facing); consisting of fibers manufactured from slag or rock wool with 6- to 12-lb/cu. ft. (96- to 192-kg/cu. m) density; with maximum flame-spread and smoke-development indexes of 25 and 50, respectively; passing ASTM E 136 for combustion characteristics. G. Glazing: Comply with requirements in Division 08 Section"Glazing." H. Bituminous Coating: Cold-applied asphalt mastic, SSPC-Paint 12, compounded for 15-mil (0.4-mm) dry film thickness per coat. Provide inert-type noncorrosive compound free of asbestos fibers, sulfur components, and other deleterious impurities. 2.3 STANDARD HOLLOW METAL DOORS A. General: Provide doors of design indicated, not less than thickness indicated; fabricated with smooth surfaces, without visible joints or seams on exposed faces unless otherwise indicated. Comply with ANSUSDI A250.8. 1. Design: Flush panel. 2. Core Construction: Manufacturer's standard kraft-paper honeycomb, polystyrene, polyurethane,polyisocyanurate,mineral-board, or vertical steel-stiffener core. a. Fire Door Core- As required to provide fire-protection[and temperature-rise] ratings indicated. b. Retain first subparagraph below for thermal-rated doors. Verify R-value with manufacturers. See Evaluations for discussion. C. Thermal-Rated (Insulated) Doors: Where indicated, provide doors fabricated with thermal-resistance value (R-value) of not less than 6.0 deg F x h x sq. ft./Btu (1.057 K x sq. m/W)when tested according to ASTM C 1363. 1) Locations: Exterior doors. 3. Vertical Edges for Single-Acting Doors: Manufacturer's standard. 4. Top and Bottom Edges: Closed with flush or inverted 0.042-inch- (1.0-mm-) thick, end closures or channels of same material as face sheets. 5. Tolerances:. Comply with SDI 117, "Manufacturing Tolerances for Standard Steel Doors and Frames." HOLLOW METAL DOORS AND FRAMES 081113 -4 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 B. Exterior Doors: Face sheets fabricated from metallic-coated steel sheet. Provide doors complying with requirements indicated below by referencing ANSUSDI A250.8 for level and model and ANSUSDI A250.4 for physical performance level: 1. Level 2 and Physical Performance Level B (Heavy Duty),Model 1 (Full Flush). 2.4 STANDARD HOLLOW METAL FRAMES A. General: Comply with ANSUSDI A250.8 and with details indicated for type and profile. B. Interior Frames: Fabricated from cold-rolled steel sheet. 1. Fabricate frames with mitered or coped corners. 2. Fabricate frames as full profile welded unless otherwise indicated. 3. Frames for Wood Doors: 0.067-inch-(1.7-mm-)thick steel sheet. 4 Frames for Borrowed Lights: Same as adjacent door frame. C. Hardware Reinforcement: Fabricate according to ANSUSDI A250.6 with reinforcement plates from same material as frames. 2.5 FRAME ANCHORS A. Jamb Anchors: 1. 2. Stud-Wall Type: Designed to engage stud, welded to back of frames; not less than 0.042 inch(1.0 mm)thick. 3. Compression Type for Drywall Slip-on Frames: Adjustable compression anchors. 4. Postmstalled Expansion Type for In-Place Concrete or Masonry: Minimum 3/8-inch- (9.5-mm-) diameter bolts with expansion shields or inserts. Provide pipe spacer from frame to wall, with throat reinforcement plate,welded to frame at each anchor location. B. Floor Anchors: Formed from same material as frames, not less than 0.042 inch (1.0 mm) thick, and as follows: 1. Monolithic Concrete Slabs: Clip-type anchors,with two holes to receive fasteners. 2.6 STOPS AND MOLDINGS A. Fixed Frame Moldings: Formed integral with hollow metal frames, a minimum of 5/8 inch (16 mm) high unless otherwise indicated. B. Terminated Stops: Where indicated on interior door frames, terminate stops 6 inches (152 mm) above finish floor with a 90-degree angle cut, and close open end of stop with steel sheet closure. Cover opening in extension of frame with welded-steel filler plate, with welds ground smooth and flush with frame. 1. Provide terminated stops unless otherwise indicated. HOLLOW METAL DOORS AND FRAMES 081113 - 5 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 2.7 ACCESSORIES A. Mullions and Transom Bars: Join to adjacent members by welding or rigid mechanical anchors. B. Grout Guards: Formed from same material as frames,not less than 0.016 inch(0.4 mm)thick. 2.8 FABRICATION A. Fabricate hollow metal work to be rigid and free of defects, warp, or buckle. Accurately form metal to required sizes and profiles, with minimum radius for thickness of metal. Where practical, fit and assemble units in manufacturer's plant. To ensure proper assembly at Project site, clearly identify work that cannot be permanently factory assembled before shipment. B. Tolerances: Fabricate hollow metal work to tolerances indicated in SDI 117 ANSI/NAAMM- HMMA 861. C. Hollow Metal Frames: Where frames are fabricated in sections due to shipping or handling limitations, provide alignment plates or angles at each point, fabricated of same thickness metal as frames. 1. Welded Frames: Weld flush face joints continuously; grind, fill, dress, and make smooth, flush,and invisible. 2. Sidelight and Transom Bar Frames: Provide closed tubular members with no visible face seams or points, fabricated from same material as door frame. Fasten members at crossings and to jambs by butt welding. 3. Provide countersunk, flat- or oval-head exposed screws and bolts for exposed fasteners unless otherwise indicated. 4. Grout Guards: Weld guards to frame at back of hardware mortises in frames to be grouted. 5. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot welds per anchor. 6. Jamb Anchors: Provide number and spacing of anchors as follows: a. Compression Type: Not less than two anchors in each jamb. b. Postinstalled Expansion Type: Locate anchors not more than 6 inches (152 mm) from top and bottom of frame. Space anchors not more than 26 inches (660 mm) O.C. 7. Door Silencers: Except on weather-stripped doors, drill stops to receive door silencers as follows. Keep holes clear during construction. a. Single-Door Frames: Drill stop in strike jamb to receive three door silencers. b. Double-Door Frames: Drill stop in head jamb to receive two door silencers. D. Fabricate concealed stiffeners, edge channels, and hardware reinforcement from either cold- or hot-rolled steel sheet. E. Hardware Preparation: Factory prepare hollow metal work to receive templated mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping according to the Door HOLLOW METAL DOORS AND FRAMES 081113 -6 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 Hardware Schedule and templates furnished as specified in Division 08 Section "Door Hardware." 1. Locate hardware as indicated, or if not indicated, according to ANSUSDI A250.8 ANSI/NAAMM-HMMA 861. 2. Reinforce doors and frames to receive nontemplated, mortised and surface-mounted door hardware. 3. Comply with applicable requirements in ANSUSDI A250.6 and ANSUDHI A115 Series specifications for preparation of hollow metal work for hardware. 4. Coordinate locations of conduit and wiring boxes for electrical connections with Division 26 Sections. F. Stops and Moldings: Provide stops and moldings around glazed lites where indicated. Form corners of stops and moldings with butted or mitered hairline points. 1. Single Glazed Lites: Provide fixed stops and moldings welded on secure side of hollow metal work. 2. Multiple Glazed Lites: Provide fixed and removable stops and moldings so that each glazed lite is capable of being removed independently. 3. Provide fixed frame moldings on outside of exterior and on secure side of interior doors and frames. 4. Provide loose stops and moldings on inside of hollow metal work. 5. Coordinate rabbet width between fixed and removable stops with type of glazing and type of installation indicated. 2.9 STEEL FINISHES A. Prime Finish: Apply manufacturer's standard primer immediately after cleaning and pretreating. 1. Shop Primer: Manufacturer's standard, fast-curing, lead- and chromate-free primer complying with ANSUSDI A250.10 acceptance criteria; recommended by primer manufacturer for substrate; compatible with substrate and field-applied coatings despite prolonged exposure. B. Factory-Applied Paint Finish: Manufacturer's standard, complying with ANSUSDI A250.3 for performance and acceptance criteria. 1. Color and Gloss- As selected by Architect from manufacturer's full range. C. Hollow Metal Doors: 1. Exterior Doors: Provide weep-hole openings in bottom of exterior doors to permit moisture to escape. Seal joints in top edges of doors against water penetration. 2. Glazed Lites: Factory cut openings in doors. J. Astragals: Provide overlapping astragal on one leaf of pairs of doors where required by NFPA 80 for fire-performance rating or where indicated. Extend minimum 3/4 inch (19 mm)beyond edge of door on which astragal is mounted. HOLLOW METAL DOORS AND FRAMES 081113 - 7 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Examine roughing-in for embedded and built-in anchors to verify actual locations before frame installation. C. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Remove welded-in shipping spreaders installed at factory. Restore exposed finish by grinding, filling, and dressing, as required to make repaired area smooth, flush, and invisible on exposed faces. B. Prior to installation, adjust and securely brace welded hollow metal frames for squareness, alignment,twist, and plumbness to the following tolerances: 1. Squareness: Plus or minus 1/16 inch (1.6 mm), measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. 2. Alignment: Plus or minus 1/16 inch (1.6 mm), measured at jambs on a horizontal line parallel to plane of wall. 3. Twist: Plus or minus 1/16 inch (1.6 mm), measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall. 4. Plumbness: Plus or minus 1/16 inch(1.6 mm), measured at jambs on a perpendicular line from head to floor. C. Drill and tap doors and frames to receive nontemplated, mortised, and surface-mounted door hardware. 3.3 INSTALLATION A. General: Install hollow metal work plumb, rigid, properly aligned, and securely fastened in place;comply with Drawings and manufacturer's written instructions. HOLLOW METAL DOORS AND FRAMES 081113 - 8 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 B. Hollow Metal Frames: Install hollow metal frames of size and profile indicated. Comply with ANSI/SDI A250.11 HMMA 840. 1. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces, leaving surfaces smooth and undamaged. a. At fire-protection-rated openings, install frames according to NFPA 80. b. Where frames are fabricated in sections because of shipping or handling limitations, field splice at approved locations by welding face joint continuously; grind, fill, dress, and make splice smooth, flush, and invisible on exposed faces. C. Install frames with removable glazing stops located on secure side of opening. d. Install door silencers in frames before grouting. e. Remove temporary braces necessary for installation only after frames have been properly set and secured. f. Check plumbness, squareness, and twist of frames as walls are constructed. Shim as necessary to comply with installation tolerances. g. Field apply bituminous coating to backs of frames that are filled with grout containing antifreezing agents. 2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor, and secure with postinstalled expansion anchors. a. Floor anchors may be set with powder-actuated fasteners instead of postinstalled expansion anchors if so indicated and approved on Shop Drawings. 3. Masonry Walls: Coordinate installation of frames to allow for solidly filling space between frames and masonry with grout. 4. Concrete Walls: Solidly fill space between frames and concrete with grout. Take precautions, including bracing frames, to ensure that frames are not deformed or damaged by grout forces. 5. In-Place Concrete or Masonry Construction: Secure frames in place with postinstalled expansion anchors. Countersink anchors, and fill and make smooth, flush, and invisible on exposed faces. 6. Installation Tolerances: Adjust hollow metal door frames for squareness, alignment, twist, and plumb to the following tolerances: a. Squareness: Plus or minus 1/16 inch (1.6 mm), measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. b. Alignment: Plus or minus 1/16 inch (1.6 mm), measured at jambs on a horizontal line parallel to plane of wall. C. Twist: Plus or minus 1/16 inch (1.6 mm), measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall. d. Plumbness: Plus or minus 1/16 inch(1.6 mm), measured at jambs at floor. C. Hollow Metal Doors: Fit hollow metal doors accurately in frames, within clearances specified below. Shim as necessary. 1. Non-Fire-Rated Standard Steel Doors: a. Jambs and Head. 1/8 inch(3 mm)plus or minus 1/16 inch(1.6 mm). HOLLOW METAL DOORS AND FRAMES 081113 -9 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 b. Between Edges of Pairs of Doors: 1/8 inch (3 mm) plus or minus 1/16 inch (1.6 mm). C. Between Bottom of Door and Top of Threshold: Maximum 3/8 inch(9.5 mm). d. Between Bottom of Door and Top of Finish Floor(No Threshold): Maximum 3/4 inch(19 mm). 3.4 ADJUSTING AND CLEANING A. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including hollow metal work that is warped, bowed,or otherwise unacceptable. B. Remove grout and other bonding material from hollow metal work immediately after installation. C. Prime-Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air-drying, rust-inhibitive primer. D. Metallic-Coated Surfaces: Clean abraded areas and repair with galvanizing repair paint according to manufacturer's written instructions. END OF SECTION 081113 HOLLOW METAL DOORS AND FRAMES 081113 - 10 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 SECTION 083323 -OVERHEAD COILING DOORS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Service doors. 2. Insulated service doors. B. Related Sections: 1. Division 09 Section 09911 "Exterior, Interior Painting" for finish painting of factory- primed doors. 1.3 PERFORMANCE REQUIREMENTS A. Delegated Design: Design overhead coiling doors, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated. B. FGB Submittals: 1. Product Certificates for Credit: Recycled Content M1.2. Incorporate recycled materials (based on materials cost). Use materials with recycled content such that post consumer/or post-industrial recycled content constitutes a minimum of 10% of the total project cost. C. STC Door performance to be minimum of 30 STC rating. D. Structural Performance, Exterior Doors: Exterior overhead coiling doors shall withstand the wind loads, the effects of gravity loads, and loads and stresses within limits and under conditions indicated according to SEI/ASCE 7. 1. Wind Loads, Importance Factor, and Exposure Category: As indicated on Drawings. 2. Deflection Limits: Design overhead coiling doors to withstand design wind load without evidencing permanent deformation or disengagement of door components OVERHEAD COILING DOORS 083323 - 1 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 E. Operability under Wind Load: Design overhead coiling doors to remain operable under design wind load, acting inward and outward. F. Windborne-Debris-Impact-Resistance Performance: Provide impact-protective overhead coiling doors that pass missile-impact and cyclic-pressure tests when tested according to ASTM E 1886 and ASTM E 1996. 1. Large Missile Test: For overhead coiling doors located within 30 feet (9.144 m) of grade. G. Operation Cycles: Provide overhead coiling door components and operators capable of operating for not less than number of cycles indicated for each door. One operation cycle is complete when a door is opened from the closed position to the fully open position and returned to the closed position. 1.4 ACTION SUBMITTALS A. Product Data: For each type and size of overhead coiling door and accessory. Include the following: 1. Construction details,material descriptions, dimensions of individual components,profiles for slats, and finishes. 2. Rated capacities, operating characteristics, electrical characteristics, and furnished accessories. 3. For fire-rated doors, description of fire-release system including testing and resetting instructions. B. Shop Drawings: For each installation and for special components not dimensioned or detailed in manufacturer's product data. Include plans, elevations, sections, details, and attachments to other work. 1. Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 2. Show locations of replaceable fusible links. 3. Wiring Diagrams: For power, signal, and control wiring. C. Samples for Initial Selection: Manufacturer's finish charts showing full range of colors and textures available for units with factory-applied finishes. 1. Include similar Samples of accessories involving color selection. D. Samples for Verification: For each type of exposed finish required,prepared on Samples of size indicated below. 1. Curtain Slats: 12 inches (305 mm) long, including vision window secured to slat. 2. Bottom Bar: 6 inches(150 mm) long with sensor edge. 3. Guides: 6 inches(150 mm) long. 4. Brackets: 6 inches(150 mm) square. 5. Hood: 6 inches(150 mm) square. OVERHEAD COILING DOORS 083323 -2 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 E. Delegated-Design Submittal: For overhead coiling doors indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1. Detail fabrication and assembly of seismic restraints. 2. Summary of forces and loads on walls and jambs. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer. B. Seismic Qualification Certificates: For overhead coiling doors, accessories, and components, from manufacturer. C. Oversize Construction Certification: For door assemblies required to be fire-rated and that exceed size limitations of labeled assemblies. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For overhead coiling doors to include in maintenance manuals. 1 7 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for both installation and maintenance of units required for this Project. B. Source Limitations: Obtain overhead coiling doors from single source from single manufacturer. 1. Obtain operators and controls from overhead coiling door manufacturer. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. D. Regulatory Requirements: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines and ICC/ANSI Al 17.1. PART 2 -PRODUCTS 2.1 HOOD A. General: Form sheet metal hood to entirely enclose coiled curtain and operating mechanism at opening head. Contour to fit end brackets to which hood is attached. Roll and reinforce top and bottom edges for stiffness. Form closed ends for surface-mounted hoods and fascia for any portion of between jamb mounting that projects beyond wall face. Equip hood with intermediate support brackets as required to prevent sagging. OVERHEAD COILING DOORS 083323 -3 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1. Aluminum: 0.040-inch- (1.02-mm-) thick aluminum sheet complying with ASTM B 209 (ASTM B 209M), of alloy and temper recommended by manufacturer and finisher for type of use and finish indicated. 2.2 LOCKING DEVICES A. Slide Bolt: Fabricate with side-locking bolts to engage through slots in tracks for locking by padlock, located on both left and right jamb sides,operable from coil side. B. Locking Device Assembly: Fabricate with cylinder lock, spring-loaded dead bolt, operating handle, cam plate,and adjustable locking bars to engage through slots in tracks. 1. Lock Cylinders: Provide cylinders specified in Division 08 Section 087111 "Door Hardware." standard with manufacturer and keyed to building keying system. 2. Keys: Provide Three for each cylinder. C. Chain Lock Keeper: Suitable for padlock. D. Safety Interlock Switch: Equip power-operated doors with safety interlock switch to disengage power supply when door is locked. 2.3 CURTAIN ACCESSORIES A. Smoke Seals: Equip each fire-rated door with smoke-seal perimeter gaskets for smoke and draft control as required for door listing and labeling by a qualified testing agency. B. Weatherseals: Equip each exterior door with weather-stripping gaskets fitted to entire perimeter of door for a weathertight installation,unless otherwise indicated. 1. At door head, use 1/8-inch- (3-mm-) thick, replaceable, continuous sheet secured to inside of hood. 2. At door jambs, use replaceable, adjustable, continuous, flexible, 1/8-inch- (3-mm-) thick seals of flexible vinyl,rubber, or neoprene. C. Push/Pull Handles: Equip each push-up-operated or emergency-operated door with lifting handles on each side of door, finished to match door. 1. Provide pull-down straps or pole hooks for doors more than 84 inches(2130 mm)high. 2.4 COUNTERBALANCING MECHANISM A. General: Counterbalance doors by means of manufacturer's standard mechanism with an adjustable-tension, steel helical torsion spring mounted around a steel shaft and contained in a spring barrel connected to top of curtain with barrel rings. Use grease-sealed bearings or self- lubricating graphite bearings for rotating members. B. Counterbalance Barrel: Fabricate spring barrel of manufacturer's standard hot-formed, structural-quality, welded or seamless carbon-steel pipe, of sufficient diameter and wall OVERHEAD COILING DOORS 083323 -4 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 thickness to support rolled-up curtain without distortion of slats and to limit barrel deflection to not more than 0.03 in./ft. (2.5 mm/m) of span under full load. C. Spring Balance: One or more oil-tempered, heat-treated steel helical torsion springs. Size springs to counterbalance weight of curtain, with uniform adjustment accessible from outside barrel. Secure ends of springs to barrel and shaft with cast-steel barrel plugs. D. Torsion Rod for Counterbalance Shaft: Fabricate of manufacturer's standard cold-rolled steel, sized to hold fixed spring ends and carry torsional load. E. Brackets: Manufacturer's standard mounting brackets of either cast iron or cold-rolled steel plate. 2.5 ELECTRIC DOOR OPERATORS A. General: Electric door operator assembly of size and capacity recommended and provided by door manufacturer for door and operation-cycles requirement specified, with electric motor and factory-prewired motor controls, starter, gear-reduction unit, solenoid-operated brake, clutch, remote-control stations, control devices, integral gearing for locking door, and accessories required for proper operation. 1. Provide control equipment complying with NEMA ICS 1, NEMA ICS 2, and NEMA ICS 6,with NFPA 70 Class 2 control circuit,maximum 24 V, ac or dc. B. Usage Classification. Electric operator and components capable of operating for not less than number of cycles per hour indicated for each door. C. Door Operator Location(s): Operator location indicated for each door. 1. Front-of-Hood Mounted: Operator is mounted to the right or left door head plate with the operator on coil side of the door-hood assembly and connected to the door drive shaft with drive chain and sprockets. Front clearance is required for this type of mounting. D. Electric Motors: Comply with NEMA designation, temperature rating, service factor, enclosure type, and efficiency requirements specified in Division 11 Section "Common Motor Requirements for Equipment" unless otherwise indicated. 1. Electrical Characteristics: a. Phase: See electrical plans. b. Volts: See electrical plans. C. Hertz: See electrical plans. 2. Motor Type and Controller: Reversible motor and controller (disconnect switch) for motor exposure indicated. 3. Motor Size: Minimum size as indicated. If not indicated, large enough to start, accelerate, and operate door in either direction from any position, at a speed not less than 8 in./sec. (203 mm/s) and not more than 12 in./sec. (305 mm/s), without exceeding nameplate ratings or service factor. OVERHEAD COILING DOORS 083323 - 5 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 4. Operating Controls, Controllers (Disconnect Switches), Wiring Devices, and Wiring: Manufacturer's standard unless otherwise indicated. 5. Coordinate wiring requirements and electrical characteristics of motors and other electrical devices with building electrical system and each location where installed. E. Limit Switches: Equip each motorized door with adjustable switches interlocked with motor controls and set to automatically stop door at fully opened and fully closed positions. F. Obstruction Detection Device: Equip motorized door with indicated external automatic safety sensor capable of protecting full width of door opening. For non-fire-rated doors, activation of device immediately stops and reverses downward door travel. 1. Photoelectric Sensor: Manufacturer's standard system designed to detect an obstruction in door opening without contact between door and obstruction. a. Self-Monitoring Type: Designed to interface with door operator control circuit to detect damage to or disconnection of sensing device. When self-monitoring feature is activated, door closes only with sustained pressure on close button. G. Remote-Control Station: Momentary-contact, three-button control station with push-button controls labeled"Open," "Close," and "Stop." 1. Interior units, full-guarded, surface-mounted, heavy-duty type, with general-purpose NEMA ICS 6,Type 1 enclosure. 2. Exterior units, full-guarded, standard-duty, surface-mounted, weatherproof type, NEMA ICS 6,Type 4 enclosure,key operated. H. Emergency Manual Operation: Equip each electrically powered door with capability for emergency manual operation. Design manual mechanism so required force for door operation does not exceed 30 lbf(133 N). I. Emergency Operation Disconnect Device: Equip operator with hand-operated disconnect mechanism for automatically engaging manual operator and releasing brake for emergency manual operation while disconnecting motor without affecting timing of limit switch. Mount mechanism so it is accessible from floor level. Include interlock device to automatically prevent motor from operating when emergency operator is engaged. J. Motor Removal: Design operator so motor may be removed without disturbing limit-switch adjustment and without affecting emergency manual operation. K. Audible and Visual Signals: Audible alarm and visual indicator lights in compliance with regulatory requirements for accessibility. L. Radio-Control System: Consisting of the following: 1. Three-channel universal coaxial receiver to open, close, and stop door;two per operator. 2. Multifunction remote control. 3. Remote-antenna mounting kit. OVERHEAD COILING DOORS 083323 -6 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 2.6 DOOR ASSEMBLY A. Service Door: Overhead coiling door formed with curtain of interlocking metal slats. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following]: a. ACME Rolling Doors. b. Alpine Overhead Doors, Inc. C. AlumaTek,Inc. d. C.H.I. Overhead Doors. e. City-Gates. f. Cookson Company. g. Cornell Iron Works, Inc. h. Dynamic Closures Corp. i. Lawrence Roll-Up Doors, Inc. j. Mahon Door Corporation. k. McKeon Rolling Steel Door Company, Inc. 1. Metro Door. in. Overhead Door Corporation. n. QMI Security Solutions. o. Raynor. P. Southwestern Steel Rolling Door Co. q. Wayne-Dalton Corp. r. Windsor Door. B. Operation Cycles: Not less than 50,000. 1. Include tamperproof cycle counter. C. Door Curtain Material: Aluminum. D. Door Curtain Slats: Flat profile slats of 2-5/8-inch(67-mm)center-to-center height. 1. Fenestrated Slats: Approximately 4- by 5/8-inch (102- by 16-mm) openings spaced approximately 1-1/2 inches (38 mm) apart and beginning 12 inches (305 mm) from jamb guides. E. Curtain Jamb Guides: Aluminum with exposed finish matching curtain slats. Provide continuous integral wear strips to prevent metal-to-metal contact and to minimize operational noise. Provide removable post(s)and jamb guides where shown on Drawings. F. Hood: Aluminum. 1. Shape: Round. 2. Mounting: Between jambs. G. Locking Devices: Equip door with locking device assembly and chain lock keeper. OVERHEAD COILING DOORS 083323 - 7 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1. Locking Device Assembly: Cremone type, both jamb sides locking bars, operable from inside with thumb turn outside with cylinder. H. Electric Door Operator: 1. Usage Classification: Heavy duty, 60 to 90 cycles per hour 2. Operator Location: Top of hood. 3. Motor Exposure: Interior. 4. Emergency Manual Operation: Chain type. 5. Obstruction-Detection Device: Automatic photoelectric sensor. a. Sensor Edge Bulb Color: Black 6. Remote-Control Station: Interior. 7. Other Equipment: Audible and visual signals. 1. Door Finish: 1. Aluminum Finish: Anodized color as selected by Architect from full range of industry colors and color densities. 2. Interior Curtain-Slat Facing: Match finish of exterior curtain-slat face. 2.7 GENERAL FINISH REQUIREMENTS A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 2.8 ALUMINUM FINISHES A. Mill Finish: Manufacturer's standard. B. Color Anodic Finish: AAMA 611,AA-M12C22A42/A44, Class 1, 0.018 mm or thicker. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates areas and conditions, with Installer present, for compliance with requirements for substrate construction and other conditions affecting performance of the Work. B. Examine locations of electrical connections. C. Proceed with installation only after unsatisfactory conditions have been corrected. OVERHEAD COILING DOORS 083323 - 8 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 3.2 INSTALLATION A. Install overhead coiling doors and operating equipment complete with necessary hardware, anchors, inserts, hangers, and equipment supports; according to manufacturer's written instructions and as specified. B. Install overhead coiling doors, hoods, and operators at the mounting locations indicated for each door. C. Accessibility: Install overhead coiling doors, switches, and controls along accessible routes in compliance with regulatory requirements for accessibility. 3.3 STARTUP SERVICE A. Engage a factory-authorized service representative to perform startup service. 1. Perform installation and startup checks according to manufacturer's written instructions. 2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. 3. Test door closing when activated by detector or alarm-connected fire-release system. Reset door-closing mechanism after successful test. 3.4 ADJUSTING A. Adjust hardware and moving parts to function smoothly so that doors operate easily, free of warp,twist, or distortion. B. Lubricate bearings and sliding parts as recommended by manufacturer. C. Adjust seals to provide weathertight fit around entire perimeter. 3.5 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain overhead coiling doors. END OF SECTION 083323 OVERHEAD COILING DOORS 083323 -9 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 SECTION 087111 -DOOR HARDWARE(DESCRIPTIVE SPECIFICATION) PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes: 1. Mechanical door hardware for the following: a. Swinging doors. b. Folding doors. 2. Cylinders for door hardware specified in other Sections. 3. Electrified door hardware. B. Related Sections: 1. Division 08 Section "Hollow Metal Doors and Frames" for door silencers provided as part of hollow-metal frames 2. Division 08 Section "Overhead Coiling Doors" for door hardware provided as part of overhead door assemblies. 3. Division 26 Sections for connections to electrical power system and for low-voltage wiring work. 4. Division 28 Section "Access Control" for access control devices installed at door openings and provided as part of a security system. 5. Division 28 Section "Intrusion Detection" for detection devices installed at door openings and provided as part of an intrusion-detection system. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction and installation details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: Details of electrified door hardware, indicating the following: 1. Wiring Diagrams: For power, signal, and control wiring and including the following: a. Details of interface of electrified door hardware and building safety and security systems. b. Schematic diagram of systems that interface with electrified door hardware. C. Point-to-point wiring. d. Risers. e. Elevations doors controlled by electrified door hardware. DOOR HARDWARE(DESCRIPTIVE SPECIFICATION) 087111 - 1 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 2. Operation Narrative: Describe the operation of doors controlled by electrified door hardware. C. Samples for Initial Selection: For plastic protective trim units in each finish, color, and texture required for each type of trim unit indicated. D. Samples for Verification: For exposed door hardware of each type required, in each finish specified, prepared on Samples of size indicated below. Tag Samples with full description for coordination with the door hardware schedule. Submit Samples before, or concurrent with, submission of door hardware schedule. 1. Sample Size: Full-size units or minimum 2-by-4-inch(51-by-102-mm) Samples for sheet and 4-inch(102-mm) long Samples for other products. E. Other Action Submittals: 1. Door Hardware Schedule- Prepared by or under the supervision of Installer, detailing fabrication and assembly of door hardware, as well as installation procedures and diagrams. Coordinate final door hardware schedule with doors, frames, and related work to ensure proper size,thickness,hand, function, and finish of door hardware. a. Submittal Sequence: Submit door hardware schedule concurrent with submissions of Product Data, Samples, and Shop Drawings. Coordinate submission of door hardware schedule with scheduling requirements of other work to facilitate the fabrication of other work that is critical in Project construction schedule. b. Format: Comply with scheduling sequence and vertical format in DHI's "Sequence and Format for the Hardware Schedule." Double space entries, and number and date each page. C. Format: Use same scheduling sequence and format and use same door numbers as in the Contract Documents. d. Content: Include the following information: 1) Identification number, location, hand, fire rating, size, and material of each door and frame. 2) Locations of each door hardware set, cross-referenced to Drawings on floor plans and to door and frame schedule. 3) Complete designations, including name and manufacturer, type, style, function, size, quantity, function, and finish of each door hardware product. 4) Description of electrified door hardware sequences of operation and interfaces with other building control systems. 5) Fastenings and other pertinent information. 6) Explanation of abbreviations, symbols, and codes contained in schedule. 7) Mounting locations for door hardware. 8) List of related door devices specified in other Sections for each door and frame. 2. Keying Schedule: Prepared by or under the supervision of Installer, detailing Owner's final keying instructions for locks. Include schematic keying diagram and index each key set to unique door designations that are coordinated with the Contract Documents. DOOR HARDWARE(DESCRIPTIVE SPECIFICATION) 087111 -2 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Product Certificates: For electrified door hardware, from the manufacturer. 1. Certify that door hardware approved for use on types and sizes of labeled fire-rated doors complies with listed fire-rated door assemblies. C. Product Test Reports: For compliance with accessibility requirements, based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency, for door hardware on doors located in accessible routes. D. Warranty: Special warranty specified in this Section. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For each type of door hardware to include in maintenance manuals. Include final hardware and keying schedule. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Door Hardware: 2. Electrical Parts: 1.7 QUALITY ASSURANCE A. Installer Qualifications: Supplier of products and an employer of workers trained and approved by product manufacturers and an Architectural Hardware Consultant who is available during the course of the Work to consult with Contractor, Architect, and Owner about door hardware and keying. 1. Warehousing Facilities: In Project's vicinity. 2. Scheduling Responsibility: Preparation of door hardware and keying schedules. 3. Engineering Responsibility: Preparation of data for electrified door hardware, including Shop Drawings, based on testing and engineering analysis of manufacturer's standard units in assemblies similar to those indicated for this Project. B. Architectural Hardware Consultant Qualifications: A person who is experienced in providing consulting services for door hardware installations that are comparable in material, design, and extent to that indicated for this Project and who is currently certified by DHI as follows: 1. For door hardware, an Architectural Hardware Consultant (AHC) who is also an Electrified Hardware Consultant(EHC). DOOR HARDWARE(DESCRIPTIVE SPECIFICATION) 087111 -3 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 C. Source Limitations: Obtain each type of door hardware from a single manufacturer. 1. Provide electrified door hardware from same manufacturer as mechanical door hardware, unless otherwise indicated. Manufacturers that perform electrical modifications and that are listed by a testing and inspecting agency acceptable to authorities having jurisdiction are acceptable. D. Means of Egress Doors: Latches do not require more than 15 lbf(67 N) to release the latch. Locks do not require use of a key,tool, or special knowledge for operation. E. Accessibility Requirements: For door hardware on doors in an accessible route, comply with the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines ICC/ANSI A117.1. 1. Provide operating devices that do not require tight grasping, pinching, or twisting of the wrist and that operate with a force of not more than 5 Ibf(22.2 N). 2. Comply with the following maximum opening-force requirements: a. Interior, Non-Fire-Rated Hinged Doors: 5 Ibf (22.2 N) applied perpendicular to door. 3. Bevel raised thresholds with a slope of not more than 1:2. Provide thresholds not more than 1/2 inch(13 mm). 4. Adjust door closer sweep periods so that, from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches (75 mm) from the latch, measured to the leading edge of the door. F. Keying Conference: Conduct conference at Project site to comply with requirements in Division 01 Section "Project Management and Coordination." In addition to Owner, Contractor, and Architect, conference participants shall also include Installer's Architectural Hardware Consultant. Incorporate keying conference decisions into final keying schedule after reviewing door hardware keying system including,but not limited to,the following: 1. Function of building, flow of traffic, purpose of each area, degree of security required, and plans for future expansion. 2. Preliminary key system schematic diagram. 3. Requirements for key control system. 4. Requirements for access control. 5. Address for delivery of keys. G Preinstallation Conference: Conduct conference at Project site. 1. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment,and facilities needed to make progress and avoid delays. 2. Inspect and discuss preparatory work performed by other trades. 3. Inspect and discuss electrical roughing-in for electrified door hardware. 4. Review sequence of operation'for each type of electrified door hardware. 5. Review required testing, inspecting, and certifying procedures. DOOR HARDWARE(DESCRIPTIVE SPECIFICATION) 087111 -4 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1.8 DELIVERY, STORAGE,AND HANDLING A. Inventory door hardware on receipt and provide secure lock-up for door hardware delivered to Project site. B. Tag each item or package separately with identification coordinated with the final door hardware schedule, and include installation instructions,templates, and necessary fasteners with each item or package. C. Deliver keys to manufacturer of key control system for subsequent delivery to Owner. 1.9 COORDINATION A. Installation Templates: Distribute for doors, frames, and other work specified to be factory prepared. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. B. Security: Coordinate installation of door hardware, keying, and access control with security consultant. C. Electrical System Roughing-In: Coordinate layout and installation of electrified door hardware with connections to power supplies and building safety and security systems. D. Existing Openings: Where hardware components are scheduled for application to existing construction or where modifications to existing door hardware are required, field verify existing conditions and coordinate installation of door hardware to suit opening conditions and to provide proper door operation. 1.10 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period. 1. Failures include,but are not limited to,the following: a. Structural failures including excessive deflection, cracking, or breakage. b. Faulty operation of doors and door hardware. C. Deterioration of metals, metal finishes, and other materials beyond normal weathering and use. 2. Warranty Period: Three years from date of Substantial Completion, unless otherwise indicated. a. Electromagnetic Locks: Five years from date of Substantial Completion. b. Exit Devices: Two years from date of Substantial Completion. C. Manual Closers: 10 years from date of Substantial Completion. DOOR HARDWARE(DESCRIPTIVE SPECIFICATION) 087111 - 5 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1.11 MAINTENANCE SERVICE A. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and maintenance instructions for Owner's continued adjustment, maintenance, and removal and replacement of door hardware. B. Maintenance Service: Beginning at Substantial Completion, provide six months' full maintenance by skilled employees of door hardware Installer. Include quarterly preventive maintenance, repair or replacement of worn or defective components, lubrication, cleaning, and adjusting as required for proper door and door hardware operation. Provide parts and supplies that are the same as those used in the manufacture and installation of original products. PART 2 -PRODUCTS 2.1 SCHEDULED DOOR HARDWARE A. Provide door hardware for each door as scheduled in Part 3 "Door Hardware Schedule" Article to comply with requirements in this Section. 1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated. 2. Sequence of Operation: Provide electrified door hardware function, sequence of operation, and interface with other building control systems indicated. B. Designations: Requirements for design, grade, function, finish, size, and other distinctive qualities of each type of door hardware are indicated in Part 3 "Door Hardware Schedule" Article. Products are identified by descriptive titles corresponding to requirements specified in Part 2. 2.2 HINGES A. Hinges: BHMA A156.1. Provide template-produced hinges for hinges installed on hollow- metal doors and hollow-metal frames. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Baldwin Hardware Corporation. b. Bommer Industries, Inc. C. Cal-Royal Products,Inc. d. Hager Companies. e. IVES Hardware; an Ingersoll-Rand company. f. Lawrence Hardware Inc. g. McKinney Products Company; an ASSA ABLOY Group company. h. PBB, Inc. 1. Stanley Commercial Hardware;Div. of The Stanley Works. DOOR HARDWARE(DESCRIPTIVE SPECIFICATION) 087111 -6 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 B. Electrified Plain-Bearing Hinges: Grade 3 (standard weight); full-mortise mounting. 1. Mounting: Full mortise(butts). 2. Pins:Non-rising loose unless otherwise indicated. 3. Tips: Flat button. 4. Corners: Square. 5. Options: Raised barrel. 6. Electric Option: Concealed electric through wires. C. Anchor Hinge Set: Grade 1 (heavy weight); consisting of one anchor hinge plus two full- mortise hinges; antifriction bearing; handed; nonremovable pins; flat-button tips. 1. Base Metal: Stainless steel. 2. Electric Option for Center Hinge: Concealed electric through wres. 2.3 MECHANICAL LOCKS AND LATCHES A. Lock Functions: As indicated in door hardware schedule. B. Lock Throw: Comply with testing requirements for length of bolts required for labeled fire doors,and as follows: 1. Mortise Locks: Minimum 3/4-inch(19-mm) latchbolt throw. 2. Deadbolts: Minimum I-inch(25-mm)bolt throw. C. Lock Backset: 2-3/4 inches (70 mm),unless otherwise indicated. D. Lock Trim: 1. Description: As indicated on Drawings. 2. Levers: Cast. 3. Knobs: Cast. 4. Escutcheons (Roses): Cast. 5. Dummy Trim: lever lock trim and escutcheons. 6 Operating Device: Lever with escutcheons(roses). E. Strikes: Provide manufacturer's standard strike for each lock bolt or latchbolt complying with requirements indicated for applicable lock or latch and with strike box and curved lip extended, to protect frame; finished to match lock or latch. 1. Flat-Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by manufacturer. 2. Extra-Long-Lip Strikes: For locks used on frames with applied wood casing trim. 3. Aluminum-Frame Strike Box: Manufacturer's special strike box fabricated for aluminum framing. 4. Rabbet Front and Strike: Provide on locksets for rabbeted meeting stiles. DOOR HARDWARE (DESCRIPTIVE SPECIFICATION) 087111 -7 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 F. Mortise Locks: BI-IMA A156.13; Operational Grade 1; stamped steel case with steel or brass parts; Series 1000. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Accurate Lock& Hardware Co. b. Adams Rite Manufacturing Co.; an ASSA ABLOY Group company. c Arrow USA; an ASSA ABLOY Group company. d. Best Access Systems; Div. of Stanley Security Solutions,Inc. e. Cal-Royal Products,Inc. f. Corbin Russwm Architectural Hardware; an ASSA ABLOY Group company. g. Falcon Lock; an Ingersoll-Rand company. h. Marks USA. i. PDQ Manufacturing. j. SARGENT Manufacturing Company; an ASSA ABLOY Group company. k. Schlage Commercial Lock Division; an Ingersoll-Rand company. 1. Yale Security Inc.; an ASSA ABLOY Group company. 2.4 EXIT LOCKS 2 5 AUTOMATIC AND SELF-LATCHING FLUSH BOLTS A. Automatic and Self-Latching Flush Bolts: BHMA A156.16; minimum 3/4-inch (19-mm) throw; designed for mortising into door edge. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following a. Cal-Royal Products,Inc b. Door Controls International, Inc. C. IVES Hardware; an Ingersoll-Rand company. d. Trimco. 2.6 LOCK CYLINDERS A. Lock Cylinders: Tumbler type, constructed from brass or bronze, stainless steel, or nickel silver. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following a. Arrow USA; an ASSA ABLOY Group company. b. ASSA, Inc.; an ASSA ABLOY Group company. C. Best Access Systems; Div. of Stanley Security Solutions, Inc. d. Corbin Russwin Architectural Hardware; an ASSA ABLOY Group company. e. Falcon Lock;an Ingersoll-Rand company. f. Medeco Security Locks, Inc.; an ASSA ABLOY Group company g. SARGENT Manufacturing Company; an ASSA ABLOY Group company. h. Schlage Commercial Lock Division; an Ingersoll-Rand company. i. Yale Security Inc.; an ASSA ABLOY Group company. DOOR HARDWARE(DESCRIPTIVE SPECIFICATION)_ 087111 - 8 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 B. Standard Lock Cylinders: BHMA A156.5; Grade [1] [IA] [2]; permanent cores that are removable; face finished to match lockset. 1. Number of Pins: Seven. 2. Type: Mortise type. C. Construction Cores: Provide construction cores that are replaceable by permanent cores. Provide 10 construction master keys. 2.7 KEYING A. Keying System: Factory registered, complying with guidelines in BHMA A156.28, Appendix A. Incorporate decisions made in keying conference. 1. No Master Key System: Only change keys operate cylinder. 2. Master Key System: Change keys and a master key operate cylinders. 3. Grand Master Key System: Change keys, a master key, and a grand master key operate cylinders. 4. Great-Grand Master Key System: Change keys, a master key, a grand master key, and a great-grand master key operate cylinders. 5. Existing System: a. Master key or grand master key locks to Owner's existing system. b. Re-key Owner's existing master key system into new keying system. 6. Keyed Alike: Key all cylinders to same change key. B. Keys: Brass. 1. Stamping: Permanently inscribe each key with a visual key control number and include the following notation: a. Notation: "DO NOT DUPLICATE." 2. Quantity: In addition to one extra key blank for each lock,provide the following: a. Cylinder Change Keys: Three. b. Master Keys: Five. C. Grand Master Keys: Five. d. Great-Grand Master Keys: Five. 2.8 KEY CONTROL SYSTEM A. Key Control Cabinet: BHMA A156.5; metal cabinet with baked-enamel finish; containing key- holding hooks, labels, 2 sets of key tags with self-locking key holders,key-gathering envelopes, and temporary and permanent markers; with key capacity of 150 percent of the number of locks. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following a. American Key Boxes and Cabinets. b. GE Security,Inc. DOOR HARDWARE(DESCRIPTIVE SPECIFICATION) 087111 -9 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 C. HPC,Inc. d. Lund Equipment Co., Inc. e. MMF Industries. f. Tri Palm International. 2. Multiple-Drawer Cabinet: Cabinet with drawers equipped with key-holding panels and key envelope storage, and progressive-type ball-bearing suspension slides. Include single cylinder lock to lock all drawers. 3. Wall-Mounted Cabinet: Cabinet with hinged-panel door equipped with key-holding panels and pin-tumbler cylinder door lock. 4. Portable Cabinet: Tray for mounting in file cabinet, equipped with key-holding panels, envelopes, and cross-index system. 2.9 OPERATING TRIM A. Operating Trim: BHMA A156.6; stainless steel,unless otherwise indicated. 1. Manufacturers: Subject to compliance with requirements, [provide products by one of the following] [available manufacturers offering products that may be incorporated into the Work include,but are not limited to,the following]: a. Burns Manufacturing Incorporated. b. Don-Jo Mfg., Inc. C. Forms+ Surfaces. d. Hager Companies. e. Hiawatha, Inc. f. IVES Hardware; An Ingersoll-Rand Company. g. Rockwood Manufacturing Company. h. Trimco. 2.10 SURFACE CLOSERS A. Surface Closers: BHMA Al 56 4; rack-and-pinion hydraulic type with adjustable sweep and latch speeds controlled by key-operated valves and forged-steel main arm. Comply with manufacturer's written recommendations for size of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Provide factory-sized closers, adjustable to meet field conditions and requirements for opening force. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Arrow USA; an ASSA ABLOY Group company. b. Corbin Russwin Architectural Hardware; an ASSA ABLOY Group company. C. DORMA Architectural Hardware; Member of The DORMA Group North America. d. Dor-O-Matic; an Ingersoll-Rand company. e. K2 Commercial Hardware; a Black&Decker Corp. company. f. LCN Closers; an Ingersoll-Rand company. g. Norton Door Controls; an ASSA ABLOY Group company. h. Rixson Specialty Door Controls; an ASSA ABLOY Group company. DOOR HARDWARE(DESCRIPTIVE SPECIFICATION) 087111 - 10 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 i. SARGENT Manufacturing Company; an ASSA ABLOY Group company. j. Yale Security Inc.; an ASSA ABLOY Group company. B. Traditional Type with mechanism enclosed in cast-aluminum alloy shell. 1. Mounting: Parallel arm. 2. Type: Regular arm 3. Backcheck: Adjustable,effective between 60 and 85 degrees of door opening. 2.11 MECHANICAL STOPS AND HOLDERS A. Wall-and Floor-Mounted Stops: BHMA A156.16;aluminum base metal. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Architectural Builders Hardware Mfg.,Inc. b. Baldwin Hardware Corporation. C. Burns Manufacturing Incorporated. d. Cal-Royal Products,Inc. e. Don-Jo Mfg.,Inc. f. Door Controls International,Inc. g. Hager Companies. h. Hiawatha, Inc. i. IVES Hardware; an Ingersoll-Rand company. j. Rockwood Manufacturing Company. k. Stanley Commercial Hardware; Div. of The Stanley Works. 1. Trimco. 2.12 THRESHOLDS A. Thresholds: BHMA A156.21; fabricated to full width of opening indicated. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Hager Companies. b. M-D Building Products,Inc. C. National Guard Products. d. Pemko Manufacturing Co.; an ASSA ABLOY Group company. e. Reese Enterprises, Inc. f. Rixson Specialty Door Controls; an ASSA ABLOY Group company. g. Sealeze; a unit of Jason Incorporated. h. Zero International. DOOR HARDWARE(DESCRIPTIVE SPECIFICATION) 087111 - 11 r Indian River County Go Line Bus Transfer Hub Facility 01/05/16 2.13 FABRICATION A. Manufacturer's Nameplate: Do not provide products that have manufacturer's name or trade name displayed in a visible location except in conjunction with required fire-rated labels and as otherwise approved by Architect. 1. Manufacturer's identification is permitted on rim of lock cylinders only. B. Base Metals: Produce door hardware units of base metal indicated, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA A156.18. C. Fasteners: Provide door hardware manufactured to comply with published templates prepared for machine, wood, and sheet metal screws. Provide screws that comply with commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat-head screws with finished heads to match surface of door hardware, unless otherwise indicated. 1. Concealed Fasteners: For door hardware units that are exposed when door is closed, except for units already specified with concealed fasteners. Do not use through bolts for installation where bolt head or nut on opposite face is exposed unless it is the only means of securely attaching the door hardware. Where through bolts are used on hollow door and frame construction,provide sleeves for each through bolt. 2. Fire-Rated Applications: a. Wood or Machine Screws: For the following: 1) Hinges mortised to doors or frames;use threaded-to-the-head wood screws for wood doors and frames. 2) Strike plates to frames. 3) Closers to doors and frames. b. Steel Through Bolts: For the following unless door blocking is provided: 1) Surface hinges to doors. 2) Closers to doors and frames. 3) Surface-mounted exit devices. 3. Spacers or Sex Bolts: For through bolting of hollow-metal doors. 4. Fasteners for Wood Doors: Comply with requirements in DHI WDHS.2, "Recommended Fasteners for Wood Doors." 5. Gasketing Fasteners: Provide noncorrosive fasteners for exterior applications and elsewhere as indicated. 2.14 FINISHES A. Provide finishes complying with BHMA A 156.18 as indicated in door hardware schedule. DOOR HARDWARE(DESCRIPTIVE SPECIFICATION) 087111 - 1' Indian River County Go Line Bus Transfer Hub Facility 01/05/16 B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire-rated door assembly construction, wall and floor construction,and other conditions affecting performance. B. Examine roughing-in for electrical power systems to verify actual locations of wiring connections before electrified door hardware installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Steel Doors and Frames: For surface applied door hardware, drill and tap doors and frames according to ANSUSDI A250.6. 3.3 INSTALLATION A. Mounting Heights: Mount door hardware units at heights to comply with the following unless otherwise indicated or required to comply with governing regulations. 1. Standard Steel Doors and Frames: ANSUSDI A250.8. 2. Custom Steel Doors and Frames: HMMA 831. 3. Wood Doors: DHI WDHS.3, "Recommended Locations for Architectural Hardware for Wood Flush Doors." B. Install each door hardware item to comply with manufacturer's written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work specified in Division 09 Sections. Do not install surface-mounted items until finishes have been completed on substrates involved. 1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation. 2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards. DOOR HARDWARE(DESCRIPTIVE SPECIFICATION) 087111 - 13 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 C. Hinges: Install types and in quantities indicated in door hardware schedule but not fewer than the number recommended by manufacturer for application indicated or one hinge for every 30 inches (750 mm) of door height, whichever is more stringent, unless other equivalent means of support for door, such as spring hinges or pivots, are provided. D. Lock Cylinders: Install construction cores to secure building and areas during construction period. 1. Replace construction cores with permanent cores as indicated in keying schedule. 2. Furnish permanent cores to Owner for installation. E. Key Control System: Tag keys and place them on markers and hooks in key control system cabinet, as determined by final keying schedule. F. Boxed Power Supplies: Locate power supplies as indicated or, if not indicated, above accessible ceilings. Verify location with Architect. 1. Configuration: Provide one power supply for each door opening with electrified door hardware. G. Thresholds: Set thresholds for exterior doors and other doors indicated in full bed of sealant complying with requirements specified in Division 07 Section"Joint Sealants." H. Stops: Provide floor stops for doors unless. wall or other type stops are indicated in door hardware schedule. Do not mount floor stops where they will impede traffic. I. Perimeter Gasketing: Apply to head and jamb, forming seal between door and frame. J. Meeting Stile Gasketing: Fasten to meeting stiles, forming seal when doors are closed. K. Door Bottoms: Apply to bottom of door, forming seal with threshold when door is closed. 3.4 FIELD QUALITY CONTROL A. Independent Architectural Hardware Consultant: Owner will engage a qualified independent Architectural Hardware Consultant to perform inspections and to prepare inspection reports., 1. Independent Architectural Hardware Consultant will inspect door hardware and state in each report whether installed work complies with or deviates from requirements, including whether door hardware is properly installed and adjusted. 3 5 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements 1. Spring Hinges: Adjust to achieve positive latching when door is allowed to close freely from an open position of 30 degrees. DOOR HARDWARE(DESCRIPTIVE SPECIFICATION) 087111 - 1 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 2. Electric Strikes: Adjust horizontal and vertical alignment of keeper to properly engage lock bolt. 3. Door Closers: Adjust sweep period to comply with accessibility requirements and requirements of authorities having jurisdiction. B. Occupancy Adjustment: Approximately six months after date of Substantial Completion, Installer's Architectural Hardware Consultant shall examine and readjust each item of door hardware, including adjusting operating forces, as necessary to ensure function of doors, door hardware, and electrified door hardware. 3.6 CLEANING AND PROTECTION A. Clean adjacent surfaces soiled by door hardware installation. B. Clean operating items as necessary to restore proper function and finish. C. Provide final protection and maintain conditions that ensure that door hardware is without damage or deterioration at time of Substantial Completion. 3.7 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain door hardware and door hardware finishes. END OF SECTION 087111 DOOR HARDWARE (DESCRIPTIVE SPECIFICATION) 087111 - 15 SECTION 088300 -MIRRORS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes the following types of silvered flat glass mirrors: 1. Annealed monolithic glass mirrors 2. Laminated glass mirrors qualifying as safety glazing. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. 1 Mirrors. Include description of materials and process used to produce each type of silvered flat glass mirror specified that indicates sources of glass, glass coating components, edge sealer, and quality-control provisions. B. FGBC Submittals: 1. Product Data for Category 4: Health; Credit 4.1: For adhesives, documentation including printed statement of VOC content. 2. Laboratory Test Reports for Category 4: Health; Credit 4.1: For adhesives, documentation indicating that they comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." C. Shop Drawings: Include mirror elevations, edge details, mirror hardware, and attachments to other work. D Samples: For each type of the following products: 1. Mirrors- 12 inches(300 mm) square, including edge treatment on two adjoining edges. 2. Mirror Clips: Full size. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer. MIRRORS 088300 - 1 B. Product Certificates: For each type of mirror and mirror mastic, from manufacturer. C. Preconstruction Test Reports: From mirror manufacturer indicating that mirror mastic was tested for compatibility and adhesion with mirror backing film and substrates on which mirrors are installed. D. Warranty: Sample of special warranty. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For mirrors to include in maintenance manuals. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who employs mirror installers for this Project. B. Source Limitations for Mirrors: Obtain mirrors from single source from single manufacturer. C. Source Limitations for Mirror Accessories: Obtain mirror glazing accessories from single source. D. Preconstruction Mirror Mastic Compatibility Test: Submit mirror mastic products to mirror manufacturer for testing to determine compatibility of mastic with mirror backing film and substrates on which mirrors are installed. 1.7 DELWERY, STORAGE,AND HANDLING A. Protect mirrors according to mirror manufacturer's written instructions and as needed to prevent damage to mirrors from moisture, condensation,temperature changes, direct exposure to sun, or other causes. B. Comply with mirror manufacturer's written instructions for shipping, storing, and handling mirrors as needed to prevent deterioration of silvering, damage to edges, and abrasion of glass surfaces and applied coatings. Store indoors. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Do not install mirrors until ambient temperature and humidity conditions are maintained at levels indicated for final occupancy. 1.9 WARRANTY A. Special Warranty: Manufacturer's standard form in which mirror manufacturer agrees to replace mirrors that deteriorate within specified warranty period. Deterioration of mirrors is defined as defects developed from normal use that are not attributed to mirror breakage or to maintaining and cleaning mirrors contrary to manufacturer's written instructions. Defects include discoloration,black spots, and clouding of the silver film. I. Warranty Period: Five years from date of Substantial Completion. MIRRORS 088300 -2 PART 2 -PRODUCTS 2.1 STAINLES-STEEL REFLECTIVE MIRRORS 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Avalon Glass and Mirror Company. b. Binswanger Mirror; a division of Vitro America, Inc. C. D &W Incorporated d. Donisi Mirror Company. e. Gilded Mirrors,Inc. f. Guardian Industries. g. Head West. h. Independent Mirror Industries, Inc. i. Lenoir Mirror Company. J_ Stroupe Mirror Co.,Inc. k. Virginia Mirror Company, Inc. 2.2 MISCELLANEOUS MATERIALS A. Setting Blocks: Elastomeric material with a Shore, Type A durometer hardness of 85, plus or minus 5. B. Edge Sealer: Coating compatible with glass coating and approved by mirror manufacturer for use in protecting against silver deterioration at mirrored glass edges. C. Mirror Mastic: An adhesive setting compound, asbestos-free, produced specifically for setting mirrors and certified by both mirror manufacturer and mastic manufacturer as compatible with glass coating and substrates on which mirrors will be installed. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Franklin International; Titebond Division. b. Laurence, C. R. Co.,Inc. C. Macco Adhesives; Liquid Nails Division. d. OSI Sealants, Inc. e. Palmer Products Corporation. f. Pecora Corporation. g. Royal Adhesives & Sealants; Gunther Mirror Mastics Division. h. Sommer&Maca Industries,Inc. 2. Adhesive shall have a VOC content of not more than 7 g/L when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 3. Adhesive shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." MIRRORS 088300 -3 2.3 MIRROR HARDWARE A. Top and Bottom Aluminum J-Channels: Aluminum extrusions with a return deep enough to produce a glazing channel to accommodate mirrors of thickness indicated and in lengths required to cover bottom and top edges of each mirror in a single piece. 1. Bottom Trim: J-channels formed with front leg and back leg not less than 3/8 and 7/8 inch (9.5 and 22 mm) in height, respectively, and a thickness of not less than 0.05 inch (1.3 mm). a. Products: Subject to compliance with requirements,provide one of the following: 1) Laurence, C. R. Co.,Inc.; CRL Standard "J" Channel. 2) Sommer & Maca Industries, Inc.; Aluminum Shallow Nose "J" Moulding Lower Bar. 3) Sommer & Maca Industries, Inc.; Heavy Gauge Aluminum Shallow Nose "J"Moulding Lower Bar. 2. Top Trim: J-channels formed with front leg and back leg not less than 5/8 and 1 inch(16 and 25 mm) in height,respectively, and a thickness of not less than 0.04 inch(1.0 mm). a. Products: Subject to compliance with requirements,provide one of the following: 1) Laurence, C. R. Co.,Inc.; CRL Deep "J" Channel. 2) Sommer & Maca Industries, Inc.; Aluminum Deep Nose "J" Moulding Upper Bar. 3) Sommer & Maca Industries, Inc.; Heavy Gauge Aluminum Deep Nose "J" Moulding Lower Bar. B. Top Channel/Cleat and Bottom J-Channels: Aluminum extrusions with a return deep enough to produce a glazing channel to accommodate mirrors of thickness indicated and in lengths required to cover bottom and top edges of each mirror in a single piece. 1. Bottom Trim: J-channels formed with front leg and back leg not less than 5/16 and 3/4 inch(7.9 and 19 mm) in height,respectively. a. Product: Subject to compliance with requirements, provide D638 FHA Type "J" Channel by Laurence, C. R. Co., Inc. 2. Top Trim: Formed with front leg with a height of 5/16 inch (7.9 mm) and back leg designed to fit into the pocket created by wall-mounted aluminum cleat. a. Product: Subject to compliance with requirements, provide D 1638 Top Channel and D 1637M Mirror Mount System Cleat by Laurence, C.R. Co.,Inc. C. Mirror Bottom Clips: As required. D. Mirror Top Clips: As required. MIRRORS 088300 -4 E. Fasteners: Fabricated of same basic metal and alloy as fastened metal and matching it in finished color and texture where fasteners are exposed. F. Anchors and Inserts: Provide devices as required for mirror hardware installation. Provide toothed or lead-shield expansion-bolt devices for drilled-in-place anchors. Provide galvanized anchors and inserts for applications on inside face of exterior walls and where indicated. 2.4 FABRICATION A. Mirror Sizes: To suit Project conditions, and before tempering, cut mirrors to final sizes and shapes. B. Cutouts: Fabricate cutouts before tempering for notches and holes in mirrors without marring visible surfaces. Locate and size cutouts so they fit closely around penetrations in mirrors. C. Mirror Edge Treatment: Flat polished. 1. Seal edges of mirrors with edge sealer after edge treatment to prevent chemical or atmospheric penetration of glass coating. 2. Require mirror manufacturer to perform edge treatment and sealing in factory immediately after cutting to final sizes. D. Film-Backed Safety Mirrors: Apply film backing with adhesive coating over mirror backing paint as recommended in writing by film-backing manufacturer to produce a surface free of bubbles, blisters,and other imperfections. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates, over which mirrors are to be mounted, with Installer present, for compliance with installation tolerances, substrate preparation, and other conditions affecting performance of the Work. B. Verify compatibility with and suitability of substrates, including compatibility of mirror mastic with existing finishes or primers. C. Proceed with installation only after unsatisfactory conditions have been corrected and surfaces are dry. 3.2 PREPARATION A. Comply with mastic manufacturer's written installation instructions for preparation of substrates, including coating substrates with mastic manufacturer's special bond coating where applicable. MIRRORS 088300-5 3.3 INSTALLATION A. General: Install mirrors to comply with mirror manufacturer's written instructions and with referenced GANA publications. Mount mirrors accurately in place in a manner that avoids distorting reflected images. B. Provide a minimum air space of 1/8 inch(3 mm) between back of mirrors and mounting surface for air circulation between back of mirrors and face of mounting surface. C. Wall-Mounted Mirrors: Install mirrors with mastic and mirror hardware. Attach mirror hardware securely to mounting surfaces with mechanical fasteners installed with anchors or inserts as applicable. Install fasteners so heads do not impose point loads on backs of mirrors. 1. Top and Bottom Aluminum J-Channels: Provide setting blocks 1/8 inch(3 mm) thick by 4 inches (100 mm) long at quarter points. To prevent trapping water, provide, between setting blocks, two slotted weeps not less than 1/4 inch (6.4 mm) wide by 3/8 inch (9.5 mm) long at bottom channel. 2. Top Channel/Cleat and Bottom Aluminum J-Channels: Fasten J-channel directly to wall and attach top trim to continuous cleat fastened directly to wall. 3. Mirror Clips: Place a felt or plastic pad between mirror and each clip to prevent spalling of mirror edges. Locate clips so they are symmetrically placed and evenly spaced. 4. Install mastic as follows: a. Apply barrier coat to mirror backing where approved in writing by manufacturers of mirrors and backing material. b. Apply mastic to comply with mastic manufacturer's written instructions for coverage and to allow air circulation between back of mirrors and face of mounting surface. C. After mastic is applied, align mirrors and press into place while maintaining a minimum air space of 1/8 inch (3 mm) between back of mirrors and mounting surface. 34 CLEANING AND PROTECTION A. Protect mirrors from breakage and contaminating substances resulting from construction operations. B. Do not permit edges of mirrors to be exposed to standing water. C. Maintain environmental conditions that will prevent mirrors from being exposed to moisture from condensation or other sources for continuous periods of time. D. Wash exposed surface of mirrors not more than four days before date scheduled for inspections that establish date of Substantial Completion. Wash mirrors as recommended in writing by mirror manufacturer. END OF SECTION 088300 MIRRORS 088300 -6 Division 9 Finishes Table of Contents Division 9 Finishes 092216 Non-Structural Metal Framing 092400 Portland Cement Plastering 099113 Exterior/Interior Painting SECTION 092216 -NON-STRUCTURAL METAL FRAMING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Non-load-bearing steel framing systems for interior gypsum board assemblies. 2. Suspension systems for interior gypsum ceilings, soffits, and grid systems. B. Related Requirements: 1. Division 05 Section 05400 "Cold-Formed Metal Framing" for exterior and interior load- bearing and exterior non-load-bearing wall studs; and roof trusses. f 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. FGBC Submittals: 1. Product Data Category 5: Materials; Recycled Content 25%: For products having recycled content, documentation indicating percentages by weight of postconsumer and preconsumer recycled content. Include statement indicating costs for each product having recycled content. 1.4 INFORMATION SUBMITTALS A. Evaluation Reports: From ICC-ES. PART 2 -PRODUCTS 2.1 DESCRIPTION A. Recycled Content of Steel Products: Postconsumer recycled content plus one-half of preconsumer recycled content not less than 25 percent. NON-STRUCTURAL METAL FRAMING 092216 - 1 2.2 FRAMING SYSTEMS A. Framing Members, General: Comply with ASTM C 754 for conditions indicated. 1. Steel Sheet Components: Comply with ASTM C 645 requirements for metal unless otherwise indicated. 2. Protective Coating: ASTM A 653/A 653M, G40 (Z120), hot-dip galvanized, unless otherwise indicated. B Studs and Runners: ASTM C 645.Use either steel studs and runners or dimpled steel studs and runners. 1. Steel Studs and Runners: a. Minimum Base-Metal Thickness: 0.027 inch(0.68 mm). b. Depth: As indicated on Drawings. 2. Dimpled Steel Studs and Runners: a. Minimum Base-Metal Thickness 0.025 inch(0.64 mm). b. Depth: As indicated on Drawings. C. Slip-Type Head Joints: Where indicated,provide one of the following: 1. Double-Runner System: ASTM C 645 top runners, inside runner with 2-inch- (51-mm-) deep flanges in thickness not less than indicated for studs and fastened to studs, and outer runner sized to friction fit inside runner. D. Flat Strap and Backing Plate: Steel sheet for blocking and bracing in length and width indicated. 1. Minimum Base-Metal Thickness 0.027 inch(0.68 mm). E. Cold-Rolled Channel Bridging: Steel, 0.053-inch (1.34-mm) minimum base-metal thickness, with minimum 1/2-inch-(13-mm-)wide flanges. 1. Depth 1-1/2 inches(38 mm). 2. Clip Angle: Not less than 1-1/2 by 1-1/2 inches (38 by 38 mm), 0.068-inch- (1.72-mm-) thick, galvanized steel. F. Hat-Shaped,Rigid Furring Channels: ASTM C 645. 1. Minimum Base-Metal Thickness 0.033 inch(0.84 mm). 2. Depth 1-1/2 inches(38.1 mm). G. Resilient Furring Channels: 1/2-inch- (13-mm-) deep, steel sheet members designed to reduce sound transmission. 1. Configuration: hat shaped. H. Cold-Rolled Furring Channels: 0.053-inch (1.34-mm) uncoated-steel thickness, with minimum 1/2-inch-(13-mm-)wide flanges. NON-STRUCTURAL METAL FRAMING 092216 -2 1. Depth: 3/4 inch(19 mm). 2. Furring Brackets: Adjustable, corrugated-edge type of steel sheet with minimum uncoated-steel thickness of 0.033 inch(0.8 mm). 3. Tie Wire: ASTM A 641/A 641M, Class 1 zinc coating, soft temper, 0.062-inch- (1.59- mm-) diameter wire, or double strand of 0.048-inch-(1.21-mm-) diameter wire. I. Z-Shaped Furring: With slotted or nonslotted web, face flange of 1-1/4 inches (31.8 mm), wall attachment flange of 7/8 inch (22 mm), minimum uncoated-metal thickness of 0.018 inch (0.45 mm),and depth required to fit insulation thickness indicated. 2.3 SUSPENSION SYSTEMS A. Tie Wire: ASTM A 641/A 641M, Class 1 zinc coating, soft temper, 0.062-inch- (1.59-mm-) diameter wire,or double strand of 0.048-inch-(1.21-mm-) diameter wire. B. Hanger Attachments to Concrete: 1. Anchors: Fabricated from corrosion-resistant materials with holes or loops for attaching wire hangers and capable of sustaining, without failure, a load equal to 5 times that imposed by construction as determined by testing according to ASTM E 488 by an independent testing agency. a. Type Postinstalled,expansion anchor. 2. Powder-Actuated Fasteners: Suitable for application indicated, fabricated from corrosion-resistant materials with clips or other devices for attaching hangers of type indicated, and capable of sustaining, without failure, a load equal to 10 times that imposed by construction as determined by testing according to ASTM E 1190 by an independent testing agency. C. Wire Hangers: ASTM A 641/A 641M, Class 1 zinc coating, soft temper, 0.16 inch (4.12 mm) in diameter. D. Carrying Channels: Cold-rolled, commercial-steel sheet with a base-metal thickness of 0.053 inch(1.34 mm) and minimum 1/2-inch-(13-mm-)wide flanges. 1. Depth 2 inches(51 mm). E. Furring Channels (Furring Members): 1. Cold-Rolled Channels: 0.053-inch (1.34-mm) uncoated-steel thickness, with minimum 1/2-inch-(13-mm-)wide flanges, 3/4 inch(19 mm) deep. 2. Steel Studs and Runners: ASTM C 645. a. Minimum Base-Metal Thickness: 0.027 inch(0.68 mm). b. Depth: 3-5/8 inches(92 mm). 3. Hat-Shaped,Rigid Furring Channels: ASTM C 645, 7/8 inch(22 mm) deep. a. Minimum Base-Metal Thickness: 0.033 inch(0 84 mm). NON-STRUCTURAL METAL FRAMING 092216 -3 4. Resilient Furring Channels: 1/2-inch- (13-mm-) deep members designed to reduce sound transmission. a. Configuration: hat shaped. 2.4 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards. 1. Fasteners for Metal Framing: Of type, material, size, corrosion resistance, holding power,and other properties required to fasten steel members to substrates. B. Isolation Strip at Exterior Walls: Provide one of the following: 1. Asphalt-Saturated Organic Felt: ASTM D 226, Type I (No. 15 asphalt felt), nonperforated. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine areas and substrates, with Installer present, and including welded hollow-metal frames, cast-in anchors, and structural framing, for compliance with requirements and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Suspended Assemblies: Coordinate installation of suspension systems with installation of overhead structure to ensure that inserts and other provisions for anchorages to building structure have been installed to receive hangers at spacing required to support the Work and that hangers will develop their full strength. 1. Furnish concrete inserts and other devices indicated to other trades for installation in advance of time needed for coordination and construction. 3.3 INSTALLATION, GENERAL A. Installation Standard: ASTM C 754, except comply with framing sizes and spacing indicated. 1. Gypsum Plaster Assemblies: Also comply with requirements in ASTM C 841 that apply to framing installation. 2. Gypsum Board Assemblies: Also comply with requirements in ASTM C 840 that apply to framing installation. NON-STRUCTURAL METAL FRAMING 092216 -4 B. Install supplementary framing, and blocking to support fixtures, equipment services,heavy trim, grab bars,toilet accessories, furnishings, or similar construction. C. Install bracing at terminations in assemblies. D. Do not bridge building control and expansion joints with non-load-bearing steel framing members. Frame both sides of joints independently. 3.4 INSTALLING FRAMED ASSEMBLIES A. Where studs are installed directly against exterior masonry walls or dissimilar metals at exterior walls, install isolation strip between studs and exterior wall. B. Install studs so flanges within framing system point in same direction. 1. Space studs as follows: a. Single-Layer Application: 24 inches (610 mm) o.c. unless otherwise indicated. b. Tile Backing Panels: 16 inches (406 nim)400 mm o.c. unless otherwise indicated. C. Install tracks (runners) at floors and overhead supports. Extend framing full height to structural supports or substrates above suspended ceilings, except where partitions are indicated to terminate at suspended ceilings. Continue framing around ducts penetrating partitions above ceiling. 1. Slip-Type Head Joints: Where framing extends to overhead structural supports, install to produce joints at tops of framing systems that prevent axial loading of finished assemblies. 2. Door Openings: Screw vertical studs at jambs to jamb anchor clips on door frames; install runner track section(for cripple studs)at head and secure to jamb studs. a. Install two studs at eachjamb unless otherwise indicated. b. Install cripple studs at head adjacent to each jamb stud, with a minimum 1/2-inch (13-mm) clearance from jamb stud to allow for installation of control joint in finished assembly. C. Extend jamb studs through suspended ceilings and attach to underside of overhead structure. 3. Other Framed Openings: Frame openings other than door openings the same as required for door openings unless otherwise indicated. Install framing below sills of openings to match framing required above door heads. 4. Fire-Resistance-Rated Partitions: Install framing to comply with fire-resistance-rated assembly indicated and support closures and to make partitions continuous from floor to underside of solid structure. D. Direct Furring: 1. Screw to wood framing. 2. Attach to concrete or masonry with stub nails, screws designed for masonry attachment, or powder-driven fasteners spaced 24 inches(610 mm) o.c. NON-STRUCTURAL METAL FRAMING 092216 -5 E. Z-Furring Members: 1. Erect insulation (specified in Division 07 Section "Thermal Insulation") vertically and hold in place with Z-furring members spaced 24 inches (6 10 mm)o.c. 2. Except at exterior corners, securely attach narrow flanges of furring members to wall with concrete stub nails, screws designed for masonry attachment, or powder-driven fasteners spaced 24 inches(6 10 mm) o.c. 3. At exterior corners, attach wide flange of furring members to wall with short flange extending beyond corner; on adjacent wall surface, screw-attach short flange of furring channel to web of attached channel. At interior corners, space second member no more than 12 inches (305 mm) from corner and cut insulation to fit. F. Installation Tolerance: Install each framing member so fastening surfaces vary not more than 1/8 inch(3 mm) from the plane formed by faces of adjacent framing. 3.5 INSTALLING SUSPENSION SYSTEMS A. Install suspension system components in sizes and spacings indicated on Drawings, but not less than those required by referenced installation standards for assembly types and other assembly components indicated. B. Isolate suspension systems from building structure where they abut or are penetrated by building structure to prevent transfer of loading imposed by structural movement. C. Suspend hangers from building structure as follows: 1. Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structural or suspension system. a. Splay hangers only where required to miss obstructions and offset resulting horizontal forces by bracing, countersplaying, or other equally effective means. 2. Where width of ducts and other construction within ceiling plenum produces hanger spacings that interfere with locations of hangers required to support standard suspension system members, install supplemental suspension members and hangers in the form of trapezes or equivalent devices. a. Size supplemental suspension members and hangers to support ceiling loads within performance limits established by referenced installation standards. 3. Wire Hangers: Secure by looping and wire tying, either directly to structures or to inserts, eye screws, or other devices and fasteners that are secure and appropriate for substrate, and in a manner that will not cause hangers to deteriorate or otherwise fail. 4. Flat Hangers: Secure to structure, including intermediate framing members, by attaching to inserts, eye screws, or other devices and fasteners that are secure and appropriate for structure and hanger, and in a manner that will not cause hangers to deteriorate or otherwise fail. 5. Do not attach hangers to steel roof deck. 6. Do not attach hangers to permanent metal forms. Furnish cast-in-place hanger inserts that extend through forms. NON-STRUCTURAL METAL FRAMING 092216 -6 7. Do not attach hangers to rolled-in hanger tabs of composite steel floor deck. 8. Do not connect or suspend steel framing from ducts,pipes, or conduit. D. Grid Suspension Systems: Attach perimeter wall track or angle where grid suspension systems meet vertical surfaces. Mechanically join main beam and cross-furring members to each other and butt-cut to fit into wall track. E. Installation Tolerances: Install suspension systems that are level to within 1/8 inch in 12 feet(3 mm in 3.6 m) measured lengthwise on each member that will receive finishes and transversely between parallel members that will receive finishes. END OF SECTION 092216 NON-STRUCTURAL METAL FRAMING 092216 -7 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 SECTION 092400 -PORTLAND CEMENT PLASTERING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes. 1. Exterior Portland cement plasterwork(stucco) on metal lath and monolithic concrete. B. Related Sections: 1. Division 06 Section 061000 'Rough Carpentry" for wood framing and furring included in Portland cement plaster assemblies. 2. Division 06 Section 061600 "Sheathing" for sheathing and water-resistant barriers included in Portland cement plaster assemblies. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. FGBC Submittals: 1. Product Data for Waste Management M2.3: Use materials that at the end of their useful lifecycle can be recycled by the manufacturer into the raw materials stream of another product. The value of such products will constitute a minimum of 10% of the total value of the materials in the project. The materials selected to comply with this category must be recyclable through a structured existing program. 2. Product Data for Credit Category 5: Health; Credit H2.1 Low-Emitting Materials For adhesives, documentation including printed statement of VOC content. All adhesives and sealants shall be low Volatile Organic Compound (VOC) and meet the VOC limits established by the South Coast Air Quality Management District(SCAQMD) Rule#1168 AND all sealants used as fillers must meet or exceed the requirements of the Bay Area Air Quality Management District Regulation 8,Rule 51. 3. Product Test Reports for Waste Management M2.5: For Portland cement, indicating that exposed exterior surface complies with moisture and heat impacts of the local climate for a period of 30 years on 100% of the exposed exterior surfaces. PORTLAND CEMENT PLASTERING 092400 - 1 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 Product Certificates for Credit: Low maintenance finishes M2.6. Use interior and exterior finish materials that require minimal or no periodic cleaning. Use materials (on the floors, walls and ceilings). That can be maintained in a serviceable condition with minimal periodic cleaning for 1--% of the interior finishes and 50% (by surface area) of the exterior finishes of the building. 4. Product Certificates for Credit: Local Manufacturing, M3.1. For products and materials required to comply with requirements for regional materials indicating location and distance from Project of material manufacturer and point of extraction, harvest, or recovery for each raw material. Include statement indicating cost for each regional material and the fraction by weight that is considered regional.within a 700 mile radius. B. Shop Drawings: Show locations and installation of control and expansion joints including plans, elevations, sections, details of components, and attachments to other work. C. Samples for Initial Selection: For each type of factory-prepared finish coat indicated. D. Samples for Verification: For each type of factory-prepared colored textured finish coat indicated; 12 by 12 inches, and prepared on rigid backing. 1.4 QUALITY ASSURANCE A. Mockups. Before plastering, install mockups of at least 100 sq. ft. (9.3 sq. m) in surface area to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Install mockups for each type of finish indicated. 2. For interior plasterwork, simulate finished lighting conditions for review of mockups. 3. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. B. Provide product with a minimum 40 year warranty from the manufacturer or identify an established history of use in local buildings older than 40 years. C. Preinstallation Conference: Conduct conference at Project site. 1.5 DELIVERY, STORAGE,AND HANDLING A. Store materials inside under cover and keep them dry and protected against damage from weather, direct sunlight, surface contamination,corrosion, construction traffic, and other causes. PORTLAND CEMENT PLASTERING 092400 -2 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1.6 PART 2 -PRODUCTS 2.1 METAL LATH A. Expanded-Metal Lath: ASTM C 847 with ASTM A 653/A 653M, G60 (Z180), hot-dip galvanized zinc coating. 1 Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. CEMCO. b. Clark Western Building Systems. C. Dietrich Metal Framing; a Worthington Industries company. d. MarinoWARE. e. Phillips Manufacturing Co. 2. Recycled Content: Postconsumer recycled content plus one-half of preconsumer recycled content not less than 25 percent. 3. Diamond-Mesh Lath: Flat 3.4 lb/sq. yd. (1.8 kg/sq. m). 4 Flat Rib Lath: Rib depth of not more than 1/8 inch (3.1 mm), 3.4 lb/sq. yd. (1.8 kg/sq. m) B. Wire-Fabric Lath: 1 Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Davis Wire Corporation; a Heico Wire Group company. b. Jaenson Wire Company C. Keystone Steel &Wire Co. d. K-Lath; a division of Georgetown Wire. 2. Woven-Wire Lath: ASTM C 1032; self-furring, with stiffener wire backing, 1.4 lb/sq. yd. (0.8 kg/sq. m). C. Paper Backing: FS UU-B-790,Type 1, Grade B, Style la vapor-retardant paper. 1. Provide paper-backed lath unless otherwise indicated at exterior locations. 2.2 ACCESSORIES A. General: Comply with ASTM C 1063 and coordinate depth of trim and accessories with thicknesses and number of plaster coats required. B. Metal Accessories: PORTLAND CEMENT PLASTERING 092400 -3 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. CEMCO. b. Clark Western Building Systems. C. Dietrich Metal Framing; a Worthington Industries company. d. MarinoWARE. e. Phillips Manufacturing Co. 2. Foundation Weep Screed: Fabricated from hot-dip galvanized-steel sheet, ASTM A 653/A 653M, G60 (Z180)zinc coating. 3. Cornerite: Fabricated from metal lath with ASTM A 653/A 653M, G60 (Z180), hot-dip galvanized zinc coating. 4. External-Corner Reinforcement: Fabricated from metal lath with ASTM A 653/A 653M, G60 (Z180), hot-dip galvanized zinc coating. 5. Cornerbeads: Fabricated from zinc-coated(galvanized) steel. a. Small nose cornerbead with expanded flanges;use unless otherwise indicated. b. Small nose cornerbead with expanded flanges reinforced by perforated stiffening rib; use on columns and for finishing masonry corners 6. Casing Beads: Fabricated from zinc-coated (galvanized) steel; square-edged style; with expanded flanges. 7. Control Joints: Fabricated from zinc-coated (galvanized) steel; one-piece-type, folded pair of unperforated screeds in M-shaped configuration; with perforated flanges and removable protective tape on plaster face of control joint. C. Plastic Accessories: Fabricated from high-impact PVC. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Dietrich Metal Framing; a Worthington Industries company. b. Phillips Manufacturing Co. C. Plastic Components,Inc. d. Vinyl Corp. 2. Cornerbeads: With perforated flanges. a. Small nose cornerbead; use unless otherwise indicated. b. Bull nose cornerbead, radius 3/4 inch (19.1 mm) minimum; use at locations indicated on Drawings. 3. Casing Beads: With perforated flanges in depth required to suit plaster bases indicated and flange length required to suit applications indicated. a. Square-edge style;use unless otherwise indicated. b. Bull-nose style, radius 3/4 inch (19.1 mm) minimum; use at locations indicated on Drawings. PORTLAND CEMENT PLASTERING 092400 -4 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 4. Control Joints: One-piece-type, folded pair of unperforated screeds in M-shaped configuration; with perforated flanges and removable protective tape on plaster face of control joint. 2.3 MISCELLANEOUS MATERIALS A. Water for Mixing: Potable and free of substances capable of affecting plaster set or of damaging plaster, lath, or accessories. B. Fiber for Base Coat: Alkaline-resistant glass or polypropylene fibers, 1/2 inch (13 mm) long, free of contaminants, manufactured for use in portland cement plaster C. Bonding Compound. ASTM C 932. D. Steel Drill Screws: For metal-to-metal fastening, ASTM C 1002 or ASTM C 954, as required by thickness of metal being fastened; with pan head that is suitable for application; in lengths required to achieve penetration through joined materials of no fewer than three exposed threads. E. Fasteners for Attaching Metal Lath to Substrates: Complying with ASTM C 1063 F. Wire: ASTM A 641/A 641M, Class 1 zinc coating, soft temper, not less than 0.0475-inch (1.21-mm)diameter, unless otherwise indicated. 2.4 PLASTER MATERIALS A. Portland Cement: ASTM C 150,Type 1. 1. Color for Finish Coats Gray. B. Masonry Cement: ASTM C 91,Type N. 1. Color for Finish Coats- Gray. C. Plastic Cement: ASTM C 1328. D. Lime: ASTM C 206,Type S; or ASTM C 207,Type S. E. Sand Aggregate: ASTM C 897. F. Perlite Aggregate: ASTM C 35. 2.5 PLASTER MIXES A. General. Comply with ASTM C 926 for applications indicated. 1. Fiber Content: Add fiber to base-coat mixes after ingredients have mixed at least two minutes. Comply with fiber manufacturer's written instructions for fiber quantities in mixes, but do not exceed 1 lb of fiber/cu. yd. (0.6 kg of fiber/cu. m) of cementitious materials. PORTLAND CEMENT PLASTERING 092400 - 5 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 B. Base-Coat Mixes for Use over Metal Lath: Scratch and brown coats for three-coat plasterwork as follows: 1. Portland Cement Mixes: a. Scratch Coat: For cementitious material, mix 1 part portland cement and 0 to 3/4 parts lime. Use 2-1/2 to 4 parts aggregate per part of cementitious material. b. Brown Coat: For cementitious material, mix 1 part portland cement and 0 to 3/4 parts lime. Use 3 to 5 parts aggregate per part of cementitious material, but not less than volume of aggregate used in scratch coat. 2. Portland and Masonry Cement Mixes: a. Scratch Coat: For cementitious material, mix 1 part portland cement and 1 part masonry cement. Use 2-1/2 to 4 parts aggregate per part of cementitious material. b. Brown Coat: For cementitious material, mix 1 part portland cement and 1 part masonry cement. Use 3 to 5 parts aggregate per part of cementitious material, but not less than volume of aggregate used in scratch coat. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine areas and substrates,with Installer present, and including welded hollow-metal frames, cast-in anchors, and structural framing, for compliance with requirements and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect adjacent work from soiling, spattering, moisture deterioration, and other harmful effects caused by plastering. B. Prepare solid substrates for plaster that are smooth or that do not have the suction capability required to bond with plaster according to ASTM C 926. 3.3 INSTALLATION, GENERAL A. Sound Attenuation Blankets: Where required, install blankets before installing lath unless blankets are readily installed after lath has been installed on one side. 3.4 INSTALLING METAL LATH A. Expanded-Metal Lath: Install according to ASTM C 1063. 1. Partition Framing and Vertical Furring: Install woven-wire lath. PORTLAND CEMENT PLASTERING 092400 -6 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 2. Flat-Ceiling and Horizontal Framing: Install woven-wire lath. 3. On Solid Surfaces,Not Otherwise Furred: Install self-furring,woven-wire lath. 3.5 INSTALLING ACCESSORIES A. Install according to ASTM C 1063 and at locations indicated on Drawings. B. Reinforcement for External Corners: 1. Install lath-type, external-corner reinforcement at exterior locations. 2. Install cornerbead at interior and exterior locations. C. Control Joints- Install control joints at locations indicated on Drawings and not more than: a. Vertical Surfaces: 144 sq. ft. (13.4 sq. m). b. Horizontal and other Nonvertical Surfaces. 100 sq. ft. (9.3 sq m). 2. At distances between control points of not greater than 18 feet(5.5 m) o.c. 3. Where control joints occur in surface of construction directly behind plaster. 4. Where plasterwork areas change dimensions, to delineate rectangular-shaped areas (panels) and to relieve the stress that occurs at the corner formed by the dimension change. 3.6 PLASTER APPLICATION A. General: Comply with ASTM C 926. 1. Do not deviate more than plus or minus 1/4 inch in 10 feet (6.4 mm in 3 m) from a true plane in finished plaster surfaces, as measured by a 10-foot (3-m) straightedge placed on surface. 2. Finish plaster flush with metal frames and other built-in metal items or accessories that act as a plaster ground unless otherwise indicated. Where casing bead does not terminate plaster at metal frame, cut base coat free from metal frame before plaster sets and groove finish coat at junctures with metal. 3. Provide plaster surfaces that are ready to receive field-applied finishes indicated. B. Bonding Compound- Apply on unit masonry and concrete plaster bases. C. Walls; Base-Coat Mixes for Use over Metal Lath: Scratch and brown coats for three-coat plasterwork, on masonry, on concrete; 3/4-inch (19-mm)thickness. 1. Portland cement mixes. 2. Masonry cement mixes. 3. Portland and masonry cement mixes. 4. Plastic cement mixes. 5. Portland and plastic cement mixes. D. Ceilings; Base-Coat Mixes for Use over Metal Lath: Scratch and brown coats for three-coat plasterwork; 1/2 inch(13 mm)thick, 3/4 inch(19 mm) thick on concrete. 1. Portland and masonry cement mixes. PORTLAND CEMENT PLASTERING 092400 - 7 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 E. Walls; Base-Coat Mix: Scratch coat for two-coat plasterwork, 1/4 inch (6 mm) thick on concrete. 1. Portland and masonry cement mixes. F. Ceilings; Base-Coat Mix: Scratch coat for two-coat plasterwork, 1/4 inch (6 mm) thick on concrete. 1. Portland and masonry cement mixes. G. Plaster Finish Coats: Apply to provide float top textured dash base finish to match Architect's sample. H. Acrylic-Based Finish Coatings: Apply coating system, including primers, finish coats, and sealing topcoats, according to manufacturer's written instructions. I. Concealed Exterior Plasterwork: Where plaster application will be used as a base for adhered finishes,omit finish coat. J. Concealed Interior Plasterwork: 1. Where plaster application will be concealed behind built-in cabinets, similar furnishings, and equipment, apply finish coat. 2. Where plaster application will be concealed above suspended ceilings and in similar locations, finish coat may be omitted. 3. Where plaster application will be used as a base for adhesive application of tile and similar finishes,omit finish coat. 3.7 PLASTER REPAIRS A. Repair or replace work to eliminate cracks, dents, blisters, buckles, crazing and check cracking, dry outs,efflorescence, sweat outs, and similar defects and where bond to substrate has failed. 3.8 PROTECTION A. Remove temporary protection and enclosure of other work. Promptly remove plaster from door frames, windows, and other surfaces not indicated to be plastered. Repair floors, walls, and other surfaces stained,marred, or otherwise damaged during plastering. B. END OF SECTION 092400 PORTLAND CEMENT PLASTERING 092400- 8 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 SECTION 099113 —EXTERIOR, INTERIOR PAINTING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes surface preparation and the application of paint systems on exterior substrates: B. Related Requirements: 1. Division 05 Sections for shop priming of metal substrates with primers specified in this Section. 2. Division 06 Sections for shop priming carpentry with primers specified in this Section. 3. Division 08 Sections for factory priming windows and doors with primers specified in this Section. 4. Division 09 painting Sections for special-use coatings. 5. Division 09 Section "Interior Painting" for surface preparation and the application of paint systems on interior substrates. 13 DEFINITIONS A. Gloss Level 1: Not more than 5 units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523. B. Gloss Level 3: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523. C. Gloss Level 4: 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D 523. D. Gloss Level 5: 35 to 70 units at 60 degrees, according to ASTM D 523. E. Gloss Level 6: 70 to 85 units at 60 degrees,according to ASTM D 523. F. Gloss Level 7: More than 85 units at 60 degrees, according to ASTM D 523. EXTERIOR, INTERIOR PAINTING 099113 - 1 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. B. FGBC Submittals: 1. Product Data for Paint Credit: a. For paint Category H2.2, documentation indicating compliance with VOC emissions from paints must not exceed the VOC and chemical components limits of Green Seal requirements: 1) Interior Coating Gram/Liter a) Non-Flat 150 b) Flat 50 2) Exterior Coating a) Non-Flat 200 b) Flat 1-00 C. 3 Samples for Initial Selection- For each type of topcoat product. D. Samples for Verification: For each type of paint system and each color and gloss of topcoat. 1. Submit Samples on rigid backing, 8 inches (200 mm) square. 2. Step coats on Samples to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. E. Product List: For each product indicated, include the following: 1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. 2. Printout of current "MPI Approved Products List" for each product category specified, with the proposed product highlighted. 3. VOC content. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.Retain "Paint" Subparagraph below for projects that require only limited quantities of extra materials. If necessary, replace percentage with a specific number of gallons (liters) or cases and include an expanded description of the quantity of each material and color. 1. Paint: 5 percent, but not less than 1 gal (3.8 L) of each material and color applied. EXTERIOR, INTERIOR PAINTING 099113 -2 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1.6 QUALITY ASSURANCE A. Mockups: Apply mockups of each paint system indicated and each color and finish selected to verify preliminary selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Architect will select one surface to represent surfaces and conditions for application of each paint system specified in Part 3. a. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq. ft. (9 sq. m). b. Other Items: Architect will designate items or areas required. 2. Final approval of color selections will be based on mockups. a. If preliminary color selections are not approved, apply additional mockups of additional colors selected by Architect at no added cost to Owner. 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 4. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.7 DELIVERY, STORAGE,AND HANDLING A. Store materials not in use in tightly covered containers in well-ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F(7 deg C). 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.8 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F(10 and 35 deg C). B. Do not apply paints in snow, rain, fog,.or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F(3 deg C) above the dew point; or to damp or wet surfaces. PART2 -PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Behr Process Corporation. 2 Benjamin Moore & Co. EXTERIOR, INTERIOR PAINTING 099113 -3 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 3. Benjamin Moore&Co. (Canada). 4. Bennette Paint Manufacturing Company, Inc. 5. Color Wheel Paints & Coatings. 6. Davis Paint Company. 7. Del Technical Coatings. 8. Diamond Vogel Paints. 9. Dunn-Edwards Corporation. 10. Durant Performance Coatings. 11. Duron,Inc. 12 Envirocoatmgs Canada Inc. 13. Euclid Chemical Company. 14. Farrell-Calhoun. 15. Frazee Paint. 16. General Paint. 17. Hallman Lindsay Paints. 18. Hirshfield's,Inc. 19. ICI Paints. 20. ICI Paints (Canada). 21. Insl-x. 22. Kelly-Moore Paints. 23. Kwal Paint. 24. Life Paint Corp. 25. M.A.B. Paints. 26. Microblend Technologies Inc. 27. Miller Paint. 28. Mills Paint. 29. PARA Paints. 30. Parex LaHabra Inc. 31. Parker Paint Mfg. Co. Inc. 32. PPG Architectural Finishes,Inc. 33. Pratt&Lambert. 34. Scott Paint. 35. Sherwin-Williams Company(The). B. Products: Subject to compliance with requirements, provide one of the products listed in other Part 2 articles for the paint category indicated. 2.2 PAINT, GENERAL A. MPI Standards: Provide products that comply with MPI standards indicated and that are listed in its "MPI Approved Products List." B. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer,based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. EXTERIOR, INTERIOR PAINTING 099113 -4 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 C. VOC Content: Provide materials that comply with VOC limits of authorities having jurisdiction. D. Colors: As selected by Architect from manufacturer's full range 2.3 PRIMERS/SEALERS A. Primer,Bonding, Water Based. 2.4 METAL PRIMERS A. Primer,Alkyd, Anti-Corrosive for Metal. 2.5 WOOD PRIMERS A. Primer, Latex for Exterior Wood: 2.6 WATER-BASED PAINTS A. Latex, Exterior Semi-Gloss (Gloss Level 5): 2.7 SOLVENT-BASED PAINTS A. Alkyd, Exterior, Semi-Gloss (Gloss Level 5): 2.8 FLOOR COATINGS A. Sealer, Solvent Based, for Concrete Floors: 2.9 SOURCE QUALITY CONTROL A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure: I. Owner will engage the services of a qualified testing agency to sample paint materials. Contractor will be notified in advance and may be present when samples are taken. If paint materials have already been delivered to Project site, samples may be taken at Project site. Samples will be identified, sealed,and certified by testing agency. 2. Testing agency will perform tests for compliance with product requirements. 3. Owner may direct Contractor to stop applying paints if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Contractor will be required to remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. EXTERIOR, INTERIOR PAINTING 099113 - 5 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Concrete: 12 percent. 2. Masonry(Clay and CMU): 12 percent. 3. Wood: 15 percent. 4. Portland Cement Plaster: 12 percent. 5. Gypsum Board: 12 percent. C. Portland Cement Plaster Substrates: Verify that plaster is fully cured. D. Exterior Gypsum Board Substrates: Verify that finishing compound is sanded smooth. E. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. F. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Manual" applicable to substrates and paint systems indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. EXTERIOR, INTERIOR PAINTING 099113 -6 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 E. Steel Substrates: Remove rust, loose mill scale, and shop primer if any. Clean using methods recommended in writing by paint manufacturer[.] [but not less than the following:] 1. SSPC-SP 2, "Hand Tool Cleaning." 2. SSPC-SP 3, "Power Tool Cleaning." 3. SSPC-SP 7/NACE No. 4, "Brush-off Blast Cleaning." 4. SSPC-SP 11, "Power Tool Cleaning to Bare Metal." F. Shop-Primed Steel Substrates: Clean field welds,bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop-primed surfaces. G. Galvanized-Metal Substrates: Remove grease and oil residue from galvanized sheet metal by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. H. Wood Substrates: 1. Scrape and clean knots. Before applying primer, apply coat of knot sealer recommended in writing by topcoat manufacturer for exterior use in paint system indicated. 2. Sand surfaces that will be exposed to view, and dust off. 3. Prime edges,ends, faces, undersides, and backsides of wood. 4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic wood filler. Sand smooth when dried. I. Plastic Trim Fabrication Substrates: Remove dust, dirt, and other foreign material that might impair bond of paints to substrates. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions and recommendations in "MPI Manual." 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable items same as similar exposed surfaces. Before final installation,paint surfaces behind permanently fixed items with prime coat only. 3. Paint both sides and edges of exterior doors and entire exposed surface of exterior door frames. 4. Paint entire exposed surface of window frames and sashes. 5. Do not paint over labels of independent testing agencies or equipment name, identification,performance rating, or nomenclature plates. 6. Primers specified in painting schedules may be omitted on items that are factory primed or factory finished if acceptable to topcoat manufacturers. B. Tint undercoats same color as topcoat, but tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish,color, and appearance. EXTERIOR, INTERIOR PAINTING 099113 - 7 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. 3.4 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. 1. Contractor shall touch up and restore painted surfaces damaged by testing. 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.6 EXTERIOR PAINTING SCHEDULE A. Concrete Substrates,Traffic Surfaces: 1. Solvent-Based Clear Sealer System: a. Prime Coat: Sealer, solvent based, for concrete floors. b. Intermediate Coat: Sealer,solvent based, for concrete floors. C. Topcoat: Sealer, solvent based, for concrete floors. B. Steel Substrates: 1. Water-Based Light Industrial Coating System: a. Prime Coat: Primer, alkyd, anti-corrosive for metal. b. Intermediate Coat: Light industrial coating, exterior, water based, matching topcoat. C. Topcoat. Light industrial coating, exterior,water based(Gloss Level 3). EXTERIOR, INTERIOR PAINTING 099113 - 8 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 d. Topcoat: Light industrial coating, exterior, water based, semi-gloss (Gloss Level 5). e. Topcoat: Light industrial coating, exterior, water based, gloss (Gloss Level 6). 2. Alkyd System: a. Prime Coat: Primer, alkyd, anticorrosive for metal. b. Intermediate Coat: Exterior alkyd enamel matching topcoat. C. Topcoat: Alkyd, exterior, flat(Gloss Level 1) d. Topcoat: Alkyd, exterior, semi-gloss (Gloss Level 5). e. Topcoat: Alkyd, exterior, gloss(Gloss Level 6). 3. Quick-Drying Enamel System: a. Prime Coat: Primer, alkyd, quick dry, for metal. b. Intermediate Coat: Alkyd, quick dry, matching topcoat. C. Topcoat: Alkyd, quick dry, semi-gloss (Gloss Level 5). d. Topcoat: Alkyd, quick dry, gloss(Gloss Level 7). C. Galvanized-Metal Substrates. 1. Latex System: a. Prime Coat: Primer, galvanized, water based. b. Prime Coat: Primer, galvanized metal[, as recommended in writing by topcoat manufacturer for exterior use on galvanized-metal substrates with topcoat indicated]. C. Intermediate Coat: Latex, exterior, matching topcoat. d. Topcoat: Latex, exterior flat(Gloss Level 1). e. Topcoat: Latex, exterior, low sheen(Gloss Level 34). f. Topcoat: Latex, exterior semi-gloss (Gloss Level 5). g. Topcoat: Latex, exterior gloss (Gloss Level 6). 2. Water-Based Light Industrial Coating System: a. Prime Coat: Primer, galvanized, water based. b. Prime Coat: Primer, galvanized metal[, as recommended in writing by topcoat manufacturer for exterior use on galvanized-metal substrates with topcoat indicated]. C. Intermediate Coat: Light industrial coating, exterior, water based, matching topcoat. d. Topcoat: Light industrial coating, exterior,water based(Gloss Level 3). e. Topcoat: Light industrial coating, exterior,water based, semi-gloss (Gloss Level). f. Topcoat: Light industrial coating, exterior,water based, gloss(Gloss Level 6). 3. Alkyd System: a. Prime Coat: Primer, galvanized metal[, as recommended in writing by topcoat manufacturer for exterior use on galvanized-metal substrates with topcoat indicated]. b. Intermediate Coat: Exterior alkyd enamel matching topcoat. EXTERIOR, INTERIOR PAINTING 099113 -9 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 C. Topcoat: Alkyd, exterior, flat(Gloss Level 5). d. Topcoat: Alkyd, exterior, semi-gloss (Gloss Level 5). e. Topcoat: Alkyd, exterior, gloss(Gloss Level 5). D. Aluminum Substrates: 1. Latex System: a. Prime Coat: Primer, quick dry, for aluminum. b. Intermediate Coat: Latex,exterior,matching topcoat. C. Topcoat: Latex, exterior flat(Gloss Level 1). d. Topcoat: Latex, exterior, low sheen(Gloss Level 3-4). e. Topcoat: Latex, exterior semi-gloss (Gloss Level 5). f. Topcoat: Latex, exterior gloss (Gloss Level 6). 2. Water-Based Light Industrial Coating System: a. Prime Coat: Primer, quick dry, for aluminum. b. Intermediate Coat: Light industrial coating, exterior, water based, matching topcoat. C. Topcoat: Light industrial coating, exterior,water based(Gloss Level 3). d. Topcoat: Light industrial coating, exterior, water based, semi-gloss (Gloss Level 5). e. Topcoat: Light industrial coating, exterior,water based, gloss (Gloss Level 6). 3. Alkyd System: a. Prime Coat: Primer, quick dry, for aluminum. b. Intermediate Coat: Exterior alkyd enamel matching topcoat. C. Topcoat: Alkyd, exterior, flat(Gloss Level 5). d. Topcoat: Alkyd, exterior, semi-gloss (Gloss Level 5). e. Topcoat: Alkyd, exterior, gloss(Gloss Level 5). 4. Water-Based Light Industrial Coating System: a. Prime Coat: Primer, quick dry, for aluminum. b. Intermediate Coat: Light industrial coating, exterior, water based, matching topcoat. C. Topcoat: Light industrial coating, exterior,water based(Gloss Level 3). d. Topcoat: Light industrial coating, exterior, water based, semi-gloss (Gloss Level 5). e. Topcoat: Light industrial coating, exterior,water based, gloss(Gloss Level 6). E. Wood Substrates: Including wood trim, architectural woodwork. 1. Latex System: a. Prime Coat: Primer, latex for exterior wood. b. Intermediate Coat: Latex, exterior, matching topcoat. C. Topcoat: Latex, exterior flat(Gloss Level 1). d. Topcoat: Latex, exterior, low sheen(Gloss Level 3-4). EXTERIOR, INTERIOR PAINTING 099113 - 10 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 e. Topcoat: Latex, exterior semi-gloss (Gloss Level 5). f. Topcoat: Latex, exterior gloss (Gloss Level 6). 2. Latex over Alkyd Primer System: a. Prime Coat: Primer, alkyd for exterior wood. b. Prime Coat: Primer, oil for exterior wood. C. Intermediate Coat: Latex,exterior, matching topcoat. d. Topcoat: Latex, exterior flat(Gloss Level 1). e. Topcoat: Latex, exterior, low sheen(Gloss Level 3-4). f. Topcoat: Latex, exterior semi-gloss (Gloss Level 5). g. Topcoat: Latex, exterior gloss (Gloss Level 6). 3. Alkyd System: a. Prime Coat: Primer, alkyd for exterior wood. b. Prime Coat: Primer, oil for exterior wood. C. Intermediate Coat: Exterior alkyd enamel matching topcoat. d. Topcoat: Alkyd, exterior, flat(Gloss Level 5). e. Topcoat: Alkyd, exterior, semi-gloss (Gloss Level 5). f. Topcoat: Alkyd, exterior,gloss (Gloss Level 5). F. Portland Cement Plaster Substrates: 1. Latex System: a. Prime Coat: Latex,exterior, matching topcoat. b. Intermediate Coat: Latex,exterior, matching topcoat. C. Topcoat: Latex, exterior flat(Gloss Level 1). d. Topcoat: Latex, exterior, low sheen(Gloss Level 3-4). e. Topcoat: Latex, exterior semi-gloss (Gloss Level 5). f. Topcoat: Latex, exterior gloss(Gloss Level 6). 2. Latex over Alkali-Resistant Primer System: a. Prime Coat: Primer, alkali resistant,water based. b. Intermediate Coat: Latex,exterior, matching topcoat. C. Topcoat: Latex, exterior flat(Gloss Level 1). d. Topcoat: Latex, exterior, low sheen(Gloss Level 3-4). e. Topcoat: Latex, exterior semi-gloss (Gloss Level 5). f. Topcoat: Latex, exterior gloss (Gloss Level 6). 3. High-Build Latex System: Dry film thickness not less than 10 mils (0.25 mm). a. Prime Coat: As recommended in writing by topcoat manufacturer. b. Intermediate Coat: As recommended in writing by topcoat manufacturer. C. Topcoat: Latex, exterior, high build. G. Exterior Gypsum Board Substrates: 1. Latex System: EXTERIOR, INTERIOR PAINTING 099113 - 11 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 a. Prime Coat: Latex, exterior,matching topcoat. b. Intermediate Coat: Latex,exterior, matching topcoat. C. Topcoat: Latex, exterior flat(Gloss Level 1). d. Topcoat: Latex, exterior, low sheen(Gloss Level 3-4). e. Topcoat: Latex, exterior semi-gloss (Gloss Level 5). f. Topcoat• Latex, exterior gloss (Gloss Level 6). END OF SECTION 099113 EXTERIOR, INTERIOR PAINTING 099113 - 12 Division 10 Specialties Table of Contents Division 10 Specialties 101400 Signage 102113 Toilet Compartments 104413 Fire Extinguisher Cabinets 104416 Fire Extinguishers SECTION 101400-SIGNAGE PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Dimensional characters. 1.3 DEFINITIONS A. ADA-ABA Accessibility Guidelines: U.S. Architectural &Transportation Barriers Compliance Board's "Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities;Architectural Barriers Act(ABA)Accessibility Guidelines." 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show fabrication and installation details for signs. 1. Show sign mounting heights, locations of supplementary supports to be provided by others,and accessories. 2. Provide message list, typestyles, and graphic elements, including tactile characters and Braille,and layout for each sign. 3. Wiring Diagrams: Power, signal, and control wiring. C. Samples for Initial Selection: Manufacturer's color charts consisting of actual units or sections of units showing the full range of colors available for the following: 1. Acrylic sheet. D. Samples for Verification: For each of the following products and for the full range of color, texture, and sign material indicated, of sizes indicated: 1. Plaque: 6 inches(150 mm) square. 2. Dimensional Characters: Full-size Samples of each type of dimensional character(letter, number, and graphic element). 3. Aluminum: For each form, finish, and color, on 6-inch- (150-mm-) long sections of extrusions and squares of sheet at least 4 by 4 inches(100 by 100 mm). 4. Acrylic Sheet: 8 by 10 inches(200 by 250 mm) for each color required. 5. Accessories: Manufacturer's full-size unit. SIGNAGE 101400 - 1 E. Sign Schedule: Use same designations indicated on Drawings. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer and fabricator. B. Warranty: Special warranty specified in this Section. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For signs to include in maintenance manuals. 1.7 QUALITY ASSURANCE A. Installer Qualifications: Fabricator of products. B. Fabricator Qualifications: Shop that employs skilled workers who custom-fabricate products similar to those required for this Project and whose products have a record of successful in- service performance. C. Source Limitations for Signs. Obtain each sign type indicated from one source from a single manufacturer. D. Regulatory Requirements. Comply with applicable provisions in ADA-ABA Accessibility Guidelines and ICC/ANSI A 117.1. 1.8 COORDINATION A. Coordinate placement of anchorage devices with templates for installing signs. 1.9 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of signs that fail in materials or workmanship within specified warranty period. 1. Failures include,but are not limited to,the following: a. Mounting attachment to wall. b. Deterioration of embedded graphic image colors and sign lamination. 2. Warranty Period: Five years from date of Substantial Completion. SIGNAGE 101400 -2 PART 2 -PRODUCTS 2.1 MATERIALS A. Acrylic Sheet: ASTM D 4802, Category A-1 (cell-cast sheet), Type UVA(UV absorbing). 2.2 DIMENSIONAL CHARACTERS 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: C. Basis-of-Design Product: Subject to compliance with requirements, provide a comparable product by one of the following: 1. ACE Sign Systems,Inc. 2. Advance Corporation; Braille-Tac Division. 3. A.R.K. Ramos. 4. ASI-Modulex,Inc. 5. Bunting Graphics, Inc. 6. Charleston Industries,Inc. 7. Gemini Incorporated. 8. Grimco,Inc. 9. Innerface Sign Systems, Inc. 10. Metal Arts; Div. of L&H Mfg. Co. 11. Mills Manufacturing Company. 12. Mohawk Sign Systems. 13. Nelson-Harkins Industries. 14. Signature Signs,Incorporated. 15. Southwell Company(The). D. Cutout Characters: Provide characters with square-cut, smooth, eased edges. Comply with the following requirements: 1. Acrylic: 0.50 inch(12.7 mm)thick. 2. Mounting: As per manufacturer's written instructions. E. Dimensional Character Sign Schedule: 1. Sign Type: a. Sign Size: As indicated. b. Character Size: As indicated. C. Text/Message: As indicated. d. Location: At the entry to each room or space. SIGNAGE 101400-3 F. Colored Coatings for Acrylic Sheet: For copy and background colors, provide colored coatings, including inks, dyes, and paints, that are recommended by acrylic manufacturers for optimum adherence to acrylic surface and are UV and water resistant for five years for application intended. 1. Color: As selected by Architect from manufacturer's full range. 2.3 ACCESSORIES A. Anchors and Inserts: Use appropriate anchoring to wall as per manufacturer's written instructions. 2.4 ACRYLIC SHEET FINISHES A. Colored Coatings for Acrylic Sheet: For copy and background colors, provide colored coatings, including inks, dyes, and paints, that are recommended by acrylic manufacturers for optimum adherence to acrylic surface and that are UV and water resistant for five years for application intended. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work. B. Verify that item, including any anchor inserts are sized and located to accommodate signs. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Locate signs and accessories where indicated, using mounting methods of types described and complying with manufacturer's written instructions. 1. Install signs level, plumb, and at heights indicated, with sign surfaces free of distortion and other defects in appearance. 2. Interior Wall Signs: Install signs on walls adjacent to latch side of door where applicable. Where not indicated or possible, such as double doors, install signs on nearest adjacent walls. Locate to allow approach within 3 inches of sign without encountering protruding objects or standing within swing of door. B. Wall-Mounted Signs: Comply with sign manufacturer's written instructions except where more stringent requirements apply. 1. Two-Face Tape: Mount signs to smooth,nonporous surfaces. Do not use this method for vinyl-covered or rough surfaces. 2. Hook-and-Loop Tapes: Mount signs to smooth,nonporous surfaces. SIGNAGE 101400 -4 3. Silicone-Adhesive Mounting: Attach signs to irregular, porous, or vinyl-covered surfaces. 4. Mechanical Fasteners: Use nonremovable mechanical fasteners placed through predrilled holes. Attach signs with fasteners and anchors suitable for secure attachment to substrate as recommended in writing by sign manufacturer. 3.3 CLEANING AND PROTECTION A. After installation, clean soiled sign surfaces according to manufacturer's written instructions. Protect signs from damage until acceptance by Owner. END OF SECTION 101400 SIGNAGE 101400 - 5 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 SECTION 102113 -TOILET COMPARTMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Solid-polymer toilet compartments configured as toilet enclosures. B. Related Sections: 1. Division 06 Sections 061000 "Rough Carpentry" and 061053 "Miscellaneous Rough Carpentry" for blocking, overhead support of floor-and-ceiling-anchored compartments and overhead support of post-to-ceiling screens. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles,and finishes. B. FGBC Submittals: 1. Product Data for credit Category 4: Health; Credit 4.4 Low-Emitting Materials. For particleboard, documentation indicating that product contains no urea formaldehyde. 2. Laboratory Test Reports for Credit Category 4: Health; Credit 4.2 Low-Emitting Materials: For adhesives and composite wood products, documentation indicating that products comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." C. Shop Drawings: For toilet compartments. Include plans, elevations, sections, details, and attachments to other work. 1. Show locations of cutouts for compartment-mounted toilet accessories. 2. Show locations of reinforcements for compartment-mounted grab bars. 3. Show locations of centerlines of toilet fixtures. 4. Show ceiling grid and overhead support or bracing locations. D. Samples for Initial Selection: For each type of unit indicated. Include Samples of hardware and accessories involving material and color selection. TOILET COMPARTMENTS 102113 - 1 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 E. Samples for Verification: For the following products, in manufacturer's standard sizes unless otherwise indicated: 1. Each type of material, color, and finish required for units,prepared on 6-inch-(152-mm-) square Samples of same thickness and material indicated for Work. 2. Each type of hardware and accessory. 1.4 INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of toilet compartment, from manufacturer. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For toilet compartments to include in maintenance manuals. 1.6 QUALITY ASSURANCE A. Comply with requirements in GSA's CID-A-A-60003, "Partitions,Toilets, Complete." B. Surface-Burning Characteristics: As determined by testing identical products according to ASTM E 84, or another standard acceptable to authorities having jurisdiction, by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Flame-Spread Index: 25 or less. 2. Smoke-Developed Index: 450 or less. C. Regulatory Requirements: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's "Americans with Disabilities Act (ADA) and Architectural Barriers Act (ABA) Accessibility Guidelines for Buildings and Facilities" and ICC/ANSI Al 17.1 for toilet compartments designated as accessible. 1.7 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of toilet fixtures, walls, columns, ceilings, and other construction contiguous with toilet compartments by field measurements before fabrication. PART 2 -PRODUCTS 2.1 MATERIALS A. Aluminum Castings: ASTM B 26/1326M. B. Aluminum Extrusions: ASTM B 221 (ASTM B 221M). C. Steel Sheet: Commercial steel sheet for exposed applications; mill phosphatized and selected for smoothness. TOILET COMPARTMENTS 102113 -2 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1. Electrolytically Zinc Coated: ASTM A 879. 2. Hot-Dip Galvanized: ASTM A 653/A 653M, either hot-dip galvanized or galvannealed. D. Stainless-Steel Sheet: ASTM A 666,Type 304, stretcher-leveled standard of flatness. E. Stainless-Steel Castings: ASTM A 743/A 743M. 2.2 STAINLESS-STEEL UNITS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Accurate Partitions Corporation. 2. Ampco, Inc. 3. Bradley Corporation; Mills Partitions. 4. Comtec Industries/Capitol Partitions. 5. General Partitions Mfg. Corp. 6. Global Steel Products Corp. 7. Hadrian Manufacturing Inc. 8. Knickerbocker Partition Corporation. 9. Metpar Corp. 10. Partition Systems Incorporated of South Carolina. 11. Rockville Partitions Incorporated. 12 Santana Products,Inc. 13. Sanymetal; a Crane Plumbing company. 14. Weis-Robart Partitions, Inc. B. Toilet-Enclosure Style: Overhead braced, Ceiling hung. C. Door, Panel and Pilaster Construction: Solid, high-density polyethylene (HDPE) or polypropylene (PP)]panel material, not less than 1 inch (25 mm) thick, seamless, with eased edges, no-sightline system, and with homogenous color and pattern throughout thickness of material. 1. Integral Hinges: Configure doors and pilasters to receive integral hinges. 2. Heat-Sink Strip: Manufacturer's standard continuous, extruded-aluminum or stainless- steel strip fastened to exposed bottom edges of solid-polymer components to prevent burning. 3. Color and Pattern: One color and pattern as selected by Architect from manufacturer's full range. D. Pilaster Sleeves(Caps): Manufacturer's standard design;polymer or stainless steel. 1. Polymer Color and Pattern: Matching pilaster, as selected by Architect from manufacturer's full range. E. Brackets (Fittings)- TOILET COMPARTMENTS 102113 - 3 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 1. Stirrup Type: Ear or U-brackets, clear-anodized aluminum stainless steel. a. Polymer Color and Pattern: Matching panel as selected by Architect from manufacturer's full range. F. Overhead Cross Bracing for Ceiling-Hung Units: As recommended by manufacturer and fabricated from solid polymer. 2.3 ACCESSORIES A. Hardware and Accessories: Manufacturer's standard design, heavy-duty operating hardware and accessories. 1. Material: Clear-anodized aluminum or Stainless steel. 2. Hinges: Manufacturer's standard integral hinge for solid-polymer doors. 3. Latch and Keeper: Manufacturer's standard recessed latch unit designed for emergency access and with combination rubber-faced door strike and keeper. Provide units that comply with regulatory requirements for accessibility at compartments designated as accessible. 4. Coat Hook: Manufacturer's standard combination hook and rubber-tipped bumper, sized to prevent in-swinging door from hitting compartment-mounted accessories. 5. Door Bumper: Manufacturer's standard rubber-tipped bumper at out-swinging doors. 6. Door Pull: Manufacturer's standard unit at out-swinging doors that complies with regulatory requirements for accessibility. Provide units on both sides of doors at compartments designated as accessible. B. Overhead Bracing: Manufacturer's standard continuous, extruded-aluminum head rail with antigrip profile and in manufacturer's standard finish. C. Anchorages and Fasteners: Manufacturer's standard exposed fasteners of stainless steel or chrome-plated steel or brass, finished to match the items they are securing, with theft-resistant- type heads. Provide sex-type bolts for through-bolt applications. For concealed anchors, use stainless steel, hot-dip galvanized steel, or other rust-resistant,protective-coated steel. 24 FABRICATION A. Overhead-Braced Units: Provide manufacturer's standard corrosion-resistant supports, leveling mechanism, and anchors at pilasters to suit floor conditions. Provide shoes at pilasters to conceal supports and leveling mechanism. B. Ceiling-Hung Units: Provide manufacturer's standard corrosion-resistant anchoring assemblies with leveling adjustment nuts at pilasters for connection to structural support above finished ceiling. Provide assemblies that support pilasters from structure without transmitting load to finished ceiling. Provide sleeves (caps) at tops of pilasters to conceal anchorage. C. Door Size and Swings: Unless otherwise indicated, provide 24-inch- (610-mm-) wide, in- swinging doors for standard toilet compartments and 36-inch- (914-mm-) wide, out-swinging TOILET COMPARTMENTS 102113 -4 Indian River County Go Line Bus Transfer Hub Facility 01/05/16 doors with a minimum 32-inch- (813-mm-) wide, clear opening for compartments designated as accessible. PART 3 -EXECUTION 3.1 INSTALLATION A. General- Comply with manufacturer's written installation instructions. Install units rigid, straight, level, and plumb. Secure units in position with manufacturer's recommended anchoring devices. 1. Maximum Clearances: a. Pilasters and Panels: 1/2 inch(13 mm). b. Panels and Walls: 1 inch(25 mm). 2. Stirrup Brackets: Secure panels to walls and to pilasters with no fewer than three brackets attached at midpoint and near top and bottom of panel. a. Locate wall brackets so holes for wall anchors occur in masonry or tile joints. b. Align brackets at pilasters with brackets at walls. B. Overhead-Braced Units: Secure pilasters to floor and level, plumb, and tighten. Set pilasters with anchors penetrating not less than 1-3/4 inches (44 mm) into structural floor unless otherwise indicated in manufacturer's written instructions. Secure continuous head rail to each pilaster with no fewer than two fasteners. Hang doors to align tops of doors with tops of panels, and adjust so tops of doors are parallel with overhead brace when doors are in closed position. C. Ceiling-Hung Units: Secure pilasters to supporting structure and level, plumb, and tighten. Hang doors and adjust so bottoms of doors are level with bottoms of pilasters when doors are in closed position. 3.2 ADJUSTING A. Hardware Adjustment: Adjust and lubricate hardware according to hardware manufacturer's written instructions for proper operation. Set hinges on in-swinging doors to hold doors open approximately 30 degrees from closed position when unlatched. Set hinges on out-swinging doors and doors in entrance screens to return doors to fully closed position. END OF SECTION 102113 TOILET COMPARTMENTS 102113 -5 SECTION 104413 -FIRE EXTINGUISHER CABINETS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Fire protection cabinets for the following: a. Portable fire extinguishers. B. Related Sections. 1. Division 10 Section 104416 "Fire Extinguishers." 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for fire protection cabinets. 1. Fire Protection Cabinets: Include roughing-in dimensions, details showing mounting methods, relationships of box and trim to surrounding construction, door hardware, cabinet type,trim style, and panel style. 2. Show location of knockouts for hose valves. B. Shop Drawings: For fire protection cabinets. Include plans, elevations, sections, details, and attachments to other work. C. Samples for Initial Selection: For each type of fire protection cabinet indicated. D. Samples for Verification: For each type of exposed finish required,prepared on Samples of size indicated below: 1. Size: 6 by 6 inches (150 by 150 mm) square. E. Product Schedule: For fire protection cabinets. Coordinate final fire protection cabinet schedule with fire extinguisher schedule to ensure proper fit and function. FIRE EXTINGUISHER CABINETS 104413 - 1 1.4 CLOSEOUT SUBMITTALS A. Maintenance Data: For fire protection cabinets to include in maintenance manuals. 1.5 COORDINATION A. Coordinate size of fire protection cabinets to ensure that type and capacity of fire extinguishers indicated are accommodated. B. Coordinate size of fire protection cabinets to ensure that type and capacity of fire hoses, hose valves, and hose racks indicated are accommodated. C. Coordinate sizes and locations of fire protection cabinets with wall depths. PART2 -PRODUCTS 2.1 MATERIALS A. Cold-Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS),Type B. B. Aluminum: Alloy and temper recommended by aluminum producer and manufacturer for type of use and finish indicated, and as follows: 1. Sheet: ASTM B 209 (ASTM B 209M). 2. Extruded Shapes: ASTM B 221 (ASTM B 221M). C. Break Glass: Clear annealed float glass, ASTM C 1036, Type I, Class 1, Quality q3, 1.5 mm thick, single strength. 2.2 FIRE PROTECTION CABINET A. Cabinet Type: Suitable for fire extinguisher. 1. Products: Subject to compliance with requirements,provide one of the following: a. Fire End &Croker Corporation. b. J. L. Industries, Inc., a division of Activar Construction Products Group. C. Kidde Residential and Commercial Division, Subsidiary of Kidde plc. d. Larsen's Manufacturing Company. e. Modern Metal Products, Division of Techmco Inc. f. Moon-American. g. Potter Roemer LLC. B. Cabinet Construction: Nonrated. C. Cabinet Material: Aluminum sheet. 1. Shelf: Same metal and finish as cabinet. FIRE EXTINGUISHER CABINETS 104413 -2 D. Recessed Cabinet: Cabinet box recessed in walls of sufficient depth to suit style of trim indicated. 1. Trimless with Hidden Flange: Flange of same metal and finish as box overlaps surrounding wall finish and is concealed from view by an overlapping door. E. Cabinet Trim Material: Aluminum sheet. F. Door Material:Aluminum sheet. G. Door Style: Fully glazed, frameless,backless, glass panel. H. Door Glazing: Clear float glass. I. Door Hardware: Manufacturer's standard door-operating hardware of proper type for cabinet type,trim style,and door material and style indicated. 1. Provide Recessed door pull and friction latch. 2. Provide Concealed hinge permitting door to open 180 degrees. J. Accessories: 1. Mounting Bracket: Manufacturer's standard steel, designed to secure fire extinguisher to fire protection cabinet, of sizes required for types and capacities of fire extinguishers indicated,with plated or baked-enamel finish. 2. Break-Glass Strike: Manufacturer's standard metal strike, complete with chain and mounting clip, secured to cabinet. 3. Lettered Door Handle: One-piece, cast-iron door handle with the word "FIRE" embossed into face. 4. Door Lock: Cam lock that allows door to be opened during emergency by pulling sharply on door handle. 5. Identification: Lettering complying with authorities having jurisdiction for letter style, size, spacing, and location. Locate as indicated. a. Identify fire extinguisher in fire protection cabinet with the words "FIRE EXTINGUISHER. 1) Location: Applied to cabinet glazing. 2) Application Process: Pressure-sensitive vinyl letters. 3) Lettering Color: White. 4) Orientation: Vertical. K. Finishes: 1. Manufacturer's standard baked-enamel paint for the following: a. Exterior of cabinet door, and trim except for those surfaces indicated to receive another finish. b. Interior of cabinet and door. FIRE EXTINGUISHER CABINETS 104413 -3 PART 3 -EXECUTION 3.1 EXAMINATION A. Examine walls and partitions for suitable framing depth and blocking where recessed cabinets will be installed. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Prepare recesses for recessed fire protection cabinets as required by type and size of cabinet and trim style 3.3 INSTALLATION A. General: Install fire protection cabinets in locations and at mounting heights indicated at heights acceptable to authorities having jurisdiction. B. Fire Protection Cabinets: Fasten cabinets to structure, square and plumb. 1. Unless otherwise indicated, provide recessed fire protection cabinets. If wall thickness is not adequate for recessed cabinets,provide semirecessed fire protection cabinets. 2. Provide inside latch and lock for break-glass panels. 3. Fasten mounting brackets to inside surface of fire protection cabinets, square and plumb. a. Install cabinet with not more than 1/16-inch (1.6-mm) tolerance between pipe OD and knockout OD. Center pipe within knockout. 3.4 ADJUSTING AND CLEANING A. Remove temporary protective coverings and strippable films, if any, as fire protection cabinets are installed unless otherwise indicated in manufacturer's written installation instructions. B. Adjust fire protection cabinet doors to operate easily without binding. Verify that integral locking devices operate properly. C. On completion of fire protection cabinet installation, clean interior and exterior surfaces as recommended by manufacturer. D. Touch up marred finishes, or replace fire protection cabinets that cannot be restored to factory- finished appearance. Use only materials and procedures recommended or furnished by fire protection cabinet and mounting bracket manufacturers. E. Replace fire protection cabinets that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 104413 FIRE EXTINGUISHER CABINETS 104413 -4 I SECTION 104416 -FIRE EXTINGUISHERS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section includes portable,hand-carried fire extinguishers. B. Related Sections: 1. Division 10 Section 104413 'Tire Extinguisher Cabinets." 1.3 ACTION SUBMITTALS A. Product Schedule: For fire extinguishers. Coordinate final fire extinguisher schedule with fire protection cabinet schedule to ensure proper fit and function. 1.4 INFORMATIONAL SUBMITTALS A. Warranty: Sample of special warranty. 1.5 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For fire extinguishers to include in maintenance manuals. 1.6 QUALITY ASSURANCE A. NFPA Compliance: Fabricate and label fire extinguishers to comply with NFPA 10, "Portable Fire Extinguishers." B. Fire Extinguishers: Listed and labeled for type, rating, and classification by an independent testing agency acceptable to authorities having jurisdiction. 1. Provide fire extinguishers approved, listed,and labeled by FMG. C. Coordinate type and capacity of fire extinguishers with fire protection cabinets to ensure fit and function. FIRE EXTINGUISHERS 104416 - 1 1.7 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace fire extinguishers that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to,the following: a. Failure of hydrostatic test according to NFPA 10. b. Faulty operation of valves or release levers. 2. Warranty Period: Six years from date of Substantial Completion. PART 2 -PRODUCTS 2.1 PORTABLE, HAND-CARRIED FIRE EXTINGUISHERS A. Fire Extinguishers: Type, size, and capacity for fire protection cabinet indicated. 1. Manufacturers: Provide products by one of the following: a. Amerex Corporation. b. Ansul Incorporated; Tyco International Ltd. C. Badger Fire Protection; a Kidde company. d. Buckeye Fire Equipment Company. e. Fire End& Croker Corporation. f. J. L. Industries, Inc.; a division of Activar Construction Products Group. g. Kidde Residential and Commercial Division; Subsidiary of Kidde plc. h. Larsen's Manufacturing Company. i. Moon-American. j. Pem All Fire Extinguisher Corp.; a division of PEM Systems, Inc. k. Potter Roemer LLC. 1. Pyro-Chem; Tyco Safety Products. 2. Valves: Manufacturer's standard. 3. Handles and Levers: Manufacturer's standard. 4. Instruction Labels: Include pictorial marking system complying with NFPA 10, Appendix Band bar coding for documenting fire extinguisher location, inspections, maintenance, and recharging. B. Regular Dry-Chemical Type in Aluminum Container: UL-rated 40-B:C, 5.5-1b (2.5-kg) nominal capacity, with sodium bicarbonate-based dry chemical in enameled-aluminum container. FIRE EXTINGUISHERS 104416 -2 I PART 3 -EXECUTION 3.1 EXAMINATION A. Examine fire extinguishers for proper charging and tagging. 1. Remove and replace damaged, defective,or undercharged fire extinguishers. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. General: Install fire extinguishers in locations indicated and in compliance with requirements of authorities having jurisdiction. END OF SECTION 104416 FIRE EXTINGUISHERS 104416 -3 1 Division 12 Furnishings Table of Contents Division 12 Furnishings 124813 Entrance Floor Mats and Frames SECTION 124813 -ENTRANCE FLOOR MATS AND FRAMES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Roll-up mats in surface-mounted frames. 1.3 ACTION SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: Show the following: 1. Perimeter floor moldings. C Samples for Initial Selection: For each type of product indicated. D. Samples for Verification: For each type of product indicated. 1. Floor Mat: 12-inch-(300-mm-) square, assembled sections of floor mat. 2. Tread Rail: 12-inch-(300-mm-) long Sample of each type and color. 3. Frame Members: 12-inch- (300-mm-) long Sample of each type and color. 1.4 CLOSEOUT SUBMITTALS A. Maintenance Data: For floor mats and frames to include in maintenance manuals. 1.5 QUALITY ASSURANCE A. Source Limitations: Obtain floor mats and frames through one source from a single manufacturer. B. Accessibility Requirements: Provide installed floor mats that comply with Section 4.5 in the U.S. Architectural & Transportation Barriers Compliance Board's "Americans with Disabilities Act(ADA), Accessibility Guidelines for Buildings and Facilities (ADAAG)." Sections 302 and 303 in ICC Al 17.1. ENTRANCE FLOOR MATS AND FRAMES 124813 - 1 I 1.6 PROJECT CONDITIONS A. Field Measurements: Indicate measurements on Shop Drawings. 1.7 COORDINATION A. Coordinate size and location of recesses in concrete with installation of finish floors to receive floor mats and frames. PART 2 -PRODUCTS 2.1 ROLL-UP MATS 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: Provide products by one of the following: 1. American Floor Products Company, Inc. 2. ARDEN Architectural Specialties,Inc. 3. Balco, Inc. 4. Cactus Mat Mfg. Co. 5. K.N. Crowder Manufacturing, Inc. 6. C/S Group. 7. Durable Corporation. 8. J L. Industries, Inc. 9. Kadee Industries, Inc. 10. Matco International. 11. Musson,R. C. Rubber Co. 12. Pawling Corporation; Architectural Products Division. 13. Reese Enterprises,Inc. C. Roll-up, Vinyl-Rail Hinged Mats: Vinyl-acrylic tread rails 2 inches (50 mm) wide by 3/8 inch (9.5 mm)thick,with slotted or perforated vinyl aluminum hinges. 1. Tread Inserts: Ribbed-design-surface, resilient vinyl 1/4-inch- (6-mm-) high, 28-oz./sq. yd. (950-g/sq. m)weight, level-cut,nylon-pile, fusion-bonded carpet. 2. Colors, Textures, and Patterns of Inserts: As selected by Architect from manufacturer's full range. 3. Rail Color: As selected by Architect from manufacturer's full range. 4. Mat Size: 4'-0"x 4'-0". ENTRANCE FLOOR MATS AND FRAMES 124813 -2 PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates and floor conditions for compliance with requirements for location, sizes, and other conditions affecting installation of floor mats and frames. I. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install surface-type units to comply with manufacturer's written instructions at locations indicated; coordinate with entrance locations and traffic patterns. 3.3 PROTECTION A. After completing frame installation and concrete work, provide temporary filler of plywood or fiberboard in recesses and cover frames with plywood protective flooring. Maintain protection until construction traffic has ended and Project is near Substantial Completion. END OF SECTION 124813 ENTRANCE FLOOR MATS AND FRAMES 124813 - 3 I Division 13 Special Construction Table of Contents Division 13 Special Construction— N.A. Division 14 Conveying Systems Table of Contents Division 14 Conveying Systems - N.A. h Division 15 Mechanical Table of Contents Division 15 Mechanical (See Mechanical Drawings) Division 16 Electrical Table of Contents Division 16 Electrical (See Electrical Drawings)