Loading...
HomeMy WebLinkAbout2017-027E i l CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM ~' SID NO. 2017008 PROJECT NO. 1213C l PREPARED FOR t t THE BOARD OF COUNTY,COMMISSIONERS i INDIAN RIVER COUNTY, FLORIDA JOSEPH E. FLESCHER, CHAIRMAN , PETER D. O'BRYAN, VICE-CHAIRMAN COMMISSIONER BOB SOLARI COMMISSIONER SUSAN ADAMS COMMISSIONER TIM ZORC 'tt JASON E. BROWN, COUNTY ADMINISTRATOR JEFFREY R. SMITH, CLERK OF COURT AND COMPTROLLER DYLAN REINGOLD., COUNTY ATTORNEY RICHARD B. SZPYRKA, P.E., PUBLIC WORKS DIRECTOR JAMES W. ENNIS, P.E., PMP, COUNTY ENGINEER 00001 -Project Title Page- REV 04-07 00001 -1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Education Classroomll-Admin\Bid Documents\Master Contract Documents\00001- Project Title Page- REV 04-07.doc I TABLE OF CONTENTS Section No. Title DIVISION 0 - BIDDING DOCUMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00421 FWC Contract Requirements 00430 Bid Bond 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 00474 Certification for Disclosure of Lobbying Activities on Federal-Aid Contracts 00494 Drug Free Workplace Certification CONTRACT FORMS i 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 00010-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\1-Admin\Bid Documents\Master Contract Documents\00010-Table of Contents-REV 04-07.doc i DIVISION 1 - GENERAL REQUIREMENTS DIVISIONS 2 THROUGH 16 - TECHNICAL PROVISIONS APPENDIX A- PERMITS APPENDIX B- FERTILIZER ORDINANCES + + END OF TABLE OF CONTENTS + + i 00010-2 F:\Public WorksIENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\1-Admin\Bid Documents\Master Contract Documents\00010-Table of Contents-REV 04-07.doc i I SECTION 00100 -Advertisement for Bids i BOARD OF COUNTY COMMISSIONERS 1801 2711 Street Vero Beach, Florida 32960 i I ti �R1 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 Thursday, January 19, 2017. 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 "INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM and Bid No. 2017008". Bids should be addressed to Purchasing Division, 1800 27th Street, Vero Beach, Florida 32960. All bids will be opened publicly and read aloud at 2:00 P.M. All bids received after 2:00 P.M., on the day specified above, will not be opened or considered. INDIAN RIVER COUNTY PROJECT NO. 1213C INDIAN RIVER COUNTY BID NO. 2017008 PROJECT DESCRIPTION: The Project involves the construction of a single-story 2,400- s.f. classroom and 900-s.f. covered patio for a total building area of 3,300-s.f. The interior of the non-sprinkled building will consist of a classroom, offices,storage rooms, and , male & female toilet facilities. This work shall include the all of the Civil/Site work, Electrical, Mechanical and Plumbing work as detailed in the plans and specifications. 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 PurchasingCa.ircgov.com. All other communications concerning this bid shall be directed to IRC Purchasing Division at purchasinq(a)_ircgov.com. 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 00100-Advertisement for Bids RFV 04-07 00100-1 F.Public Works\ENGINEERING DIVISION PROJECTSM13C IRC Shooting Range Hunter Eduction Classroom\AdminNbid documentsWlaster Contract Documents100100- Advertisement for Bids REV 04-07.doc i 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 judgement, will serve the best interest of Indian River County, Florida. The County will not reimburse any Bidder for bid preparation costs. A MANDATORY Pre-Bid Conference will be held on Wednesday, January 4, 2017 at 10:00 A.M. in the first floor Public Works Conference Room Al-303 of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS MANDATORY. INDIAN RIVER COUNTY By: Jennifer Hyde Purchasing Manager For Publication in the Indian River Press Journal Date: Sunday, December 18, 2016 For: Indian River Press Journal i Please furnish tear sheet and Affidavit of Publication to: INDIAN RIVER COUNTY PURCHASING DIVISION 1800 27th Street Building "B" Vero Beach, FL 32960 i ** END OF SECTION *"` 00100-Advertisement for Bids REV 04-07 00100-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documenlskMaster Contract Documents\00100- Advertisement for Bids REV 04-07.doc SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No. -Title Page ARTICLE 1 - DEFINED TERMS .............................................................................................1 ARTICLE 2 - COPIES OF BIDDING DOCUMENTS................................................................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 i i ARTICLE 9 - CONTRACT TIMES...........................................................................................5 i 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 ARTICLE 14- BASIS OF BID; EVALUATION OF BIDS..........................................................8 ARTICLE 15 - SUBMITTAL OF BID........................................................................................8 r ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID................................................9 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-Instructions to Bidders REV 04-07 00200-i F•\Public Works\ENGINEERING DIVISION PROJECTSX1213C IRC Shooting Range Hunter Eduction ClassroomWdmin\bid documents\Master Contract Documents\00200- Instructicns to Bidders REV 04-07.doc 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 i Bids to Remain Subject to Acceptance.....................................................................................18 Contract Security and Insurance...............................................................................................20 Contract Times ...................9 Copies of Bidding Documents.....................................................................................................2 DefinedTerms............................................................................................................................1 I Examination of Bidding Documents, Other Related Data, and Site...........................:.... ............4 I Interpretations and Addenda.......................................................................................................7 Liquidated Damages.................... Modification and Withdrawal of Bid...........................................................................................16 I Openingof Bids..................................................................... .17 Pre-Bid Conference.................................. ...............5 Preparationof Bid.....................................................................................................................13 Qualificationsof Bidders.............................................................................................................3 Signingof Agreement...............................................................................................................21 Siteand Other Areas..................................................................................................................6 Subcontractors, Suppliers and Others......................................................................................12 Submittalof Bid ........................................................................................................................15 Substitute and "Or-Equal' Items ...............................................................................................11 00200-Instructions to Bidders REV 04-07 00200-ii P\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomMmin\bid documentsWaster Contract Documents\00200- i Instructions to Bidders REV 04-07.doc I i 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. I 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. i 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. i ARTICLE 3- QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work, within five days of OWNER's request Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below. A. Bidder must have at least five years' experience in the construction of similar projects of this size and larger. B. Bidder must have successfully constructed, as prime CONTRACTOR, at least three projects similar in scope to this project. C. Bidder must have good recommendations from at least three clients similar to the OWNER. D. The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories. E. Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located. 00200-instructions to Bidder.REV 04-07 00200-1 F:\PubIIc Works\ENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomWdminlbid documenls\Master Contract Documents\00200- Inslruclions to Bidders REV 04-07.doc Rev.05/01 i 3.02 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. 3.03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the listed required qualifications. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 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. I B. Copies of reports and drawings referenced in paragraph 4.01.A will be made available j 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 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 00200-Instructions to Bidders REV 04-07 00200-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\00200- Instructions to Bidders REV 04-07.doc Rev 05/01 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. i 4.05 Upon a request directed to the ENGINEER (James W. Ennis, P.E., PMP - 772-226- ' 1221), 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 j 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 paragraph 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 ENGINEER (James W. Ennis, P.E., PMP j (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 j AFFECT COST, PROGRESS,AND PERFORMANCE OF THE WORK; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and j Regulations that may affect cost, progress, or performance of the Work; f 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; i 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 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 I 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; 00200-Instructions to Bidders REV 04-07 00200-3 F,VPublic Works\ENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomlAdminXbld documentsWaster Contract Documents100200- Instructions to Bidders REV 04-07.doc Rev.05/01 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 I 5.01 The date, time, and location for a MANDATORY Pre-Bid conference are specified in j 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 i 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 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 (purchasinq(@_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. 00200-Instructions to Bidders REV 04-07 00200-4 I'APublic Works\ENGINEERING DIVISION PROJECTS%1213C IRC Shooting Range Hunter Eduction ClassroomW,dmintbid documents\Master Contract Documents100200- Instructions to Bidders REV 04-07.doc Rev.05101 i 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 j 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. i 8.02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, OWNER may annul the Notice of Award and the Bid security of that Bidder will be retained by the owner. The Bid Security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 91 days after the Bid opening, whereupon Bid Security furnished by such Bidders will be returned. i 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. i 00200-Instructions to Bidders REV 04-07 00200-5 F1Public WorksIENGINEERING DIVISION PROJECTSN1213C IRC Shooting Range Hunter Eduction ClassroomVAdminlbid documenlsWaster Contract Documents100200- Instructions to Bidders REV 04-07.doc Rev.05101 I 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-equaP' 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 12.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to OWNER a list of all such 1 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 j with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, OWNER may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid. 12.02 If apparent Successful Bidder declines to make any such substitution, OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6.06 of the General Conditions. 12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom CONTRACTOR has reasonable objection. ARTICLE 13 - PREPARATION OF BID 13.01 The Bid form is included with the Bidding Documents. 13.02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Bid signed. A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit price item, and unit price item listed therein, or the words "No Bid," "No Change," or "Not Applicable" entered. 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- 00200-instructions to Bidders RFV 04-07 00200-6 FAPublic WorksIENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomWdminlbid documentslMaster Contract Documents100200- Instructions to Bidders REV 04-07.doc Rev.05/01 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. 13.07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated on the Bid form. The official address of the joint venture must be shown below the signature. 13.08 All names shall be typed or printed in ink below the signatures. 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid form. 13.10 The address and telephone number for communications regarding the Bid shall be shown. 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form. 13.12 All supporting information requested in the Bid Form must be furnished. Do not leave any questions or requests unanswered. 13.13 Permits, Licenses, Fees and related requirements A. Contractor's requirements: 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 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; - (Stormwater Pollution Prevention Plan) 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. 00200-Instructions to Bidders REV 04-07 00200-7 F'\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Adminlbid documents\Master Contract Documents\00200- Instructions to Bidders REV 04-07.doc Rev.05101 Other permits and approvals customarily provided by contractor, or listed within the contract documents. B. 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. ARTICLE 14- BASIS OF BID; EVALUATION OF BIDS 14.01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. B. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item. The final quantities and Contract Price will be determined in accordance with paragraph 11.03 of the General Conditions. C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in paragraph 11.02 of the General Conditions. i 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. Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships B. Sworn Statement under the Florida Trench Safety Act C. Qualifications Questionnaire D. List of Subcontractors 00200-Instructions to Bidders REV 04-07 00200-8 I'APublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\00200- Instructions to Bidders REV 04-07.doc Rev.05/01 15.02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project Title and Bid Number (and, if applicable, the designated portion of the Project for which the Bid is submitted), Bid Number, the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If mail or other delivery system sends a Bid, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Indian River County, Purchasing Division, 1800 271'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 19.01 OWNER reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non-responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs. Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted, the Bidder, by submitting its Bid, 00200-Instructions to Bidders REV 04-07 00200-9 F:1Public Works\ENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomVldmin\bid documentsWlaster Contract Documents\00200- Inslruclions to Bidders REV 04-07.doc Rev.05101 i expressly waives any claim to damages, of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith. 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. i 19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the ! responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. i 19.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. 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 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth OWNER's requirements as to Public Construction Bond and insurance. When the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by such Bond, unless the Bond has been waived due to the total contract being less than $100,000. f ARTICLE 21 - SIGNING OF AGREEMENT 21.01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. ! 00200-Instructions to Bidders REFI 04-07 00200-10 F\Public Works\ENGINEERING DIVISION PROJECTSM13C IRC Shooting Range Hunter Eduction ClassroomWdminlbid documentsVWaster Contract Documents100200- Instructions to Bidders REV 04-07.doc Rev.05101 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 I i i I i I 00200-instructions to Bidders REV 04-07 00200-11 F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomWdmin\bid documents\Master Contract Documents\00200- Instructions to Bidders REV 04-07.doc Rev.05101 SECTION 00300 - Bid Package Contents THIS PACKAGE CONTAINS: SECTION TITLE SECTION NUMBER Bid Form 00310 Bid Bond 00430 i Sworn Statement on Disclosure of Relationships 00452 i Sworn Statement Under the Florida Trench Safety Act 00454 Qualifications Questionnaire 00456 List of Subcontractors 00458 Certification for Disclosure of Lobbying Activities on Federal-Aid Contracts 00474 Drug Free Workplace Certification 00494 SUBMIT ONE (1) ORIGINAL AND ONE (1) COPY OF THIS COMPLETE PACKAGE WITH YOUR BID ** END OF SECTION i i I 00300-Bid Package Contents-REV 04.07 003001 FAPublic VJorWENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Education Classroom\t-Admin\Bid Documents\Master Contract Documents\00300- Bid Package Contents-REV 04-07.doc SECTION 00310- Bid Form PROJECT IDENTIFICATION: Project Name: INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM _ County Project Number: 1213C Bid Number: 2017008 Project Address: 10455102ND TERRACE SEBASTIAN, FLORIDA 32968 Project Description: The Project involves the construction of a single-story 2,400-s.f. classroom and 900- s.f covered patio fora total building area of 3,300-s.f. The interior of the non sprinkled building will consist of a classroom, offices,storage rooms, and male&female toilet facilities. This work shall include the all of the Civil/Site work, Electrical, -_ Mechanical and Plumbing work as.detailed in the plans and specifications. k THIS BID IS SUBMITTED TO: INDIAN RIVER COUNTY 1800 27t1 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. { i 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and I 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 ropening, 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 12/20/16 Addendum 1 1/9/17 Addendum 2 1/11/17 Addendum 3 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-Bid Fonn REV 04-07 00310-1 FAPubtic Works%ENGINEERING DIVISION PROJECTSX1213C IRC Shooting Range Hunter Eduction ClassroomWdminlbid documentslMaster Contract Documents100310-Bid Form REV 04-07.doc Rev.05/16/11 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 prices) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified'in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;. Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. [The remainder of page intentionally left blank] 00310-Bid Form REV 0407 00310-2 F'1Publio WorksTNGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Edudion ClassroomlAdmin%ld documents%Master Contract Doamients\00310-Bid Form REV 04-07.doo Rev.05/16101 K- ITEMIZED BID SCHEDULE PROJECT NAME:INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM IRC?ROJECT NO.1213C BID NO. 2017008 BIDDER'S NAME: Proctor Construction Comany.,LLC 001 HUNTER EDUCATION CLASSROOM-PROVIDED PER PLANS S I ET Ls 1 $406,666.00 $496,666.00 z`5 FORCE ACCOUNT . 40,000.00 TOTAL BID AMOUNT(INCLUDING FORCE ACCOUNT) TOTAL $536,666.00 TOTAL PROJECT BID AMOUNT IN WORDS Five Hundred Th Thousand Six Hundred Sixty Six and 001100 Dollars 'NOTE: IF THERE I&A DISCREPENCY BETWEEN THE PLANS(SUMMARY OF PAY ITEMS)AND THE ITEMIZED 131D SCHEDULE,THE 13ID-DOCUMENTSWiLL GOVERN. L&=LUMP SUM 003104 F.VubtleWorkslENGINEERING DIVISION PROJECTS112130 IRC Shooting Range Hunter Educilon Classmom%l-Admln%ld Doommeniskiternized old schedule IKC'Nb 12130 i 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 11.03.6 of the General Conditions. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14.07.6 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified, which shall be stated 'in the Agreement: 7.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of AIA A310 Bid Bond ; B. Itemized Bid Schedule; C. Sworn Statement under Section 105.08, Indian River County Code,.on Disclosure Of'Relationships; D. Sworn Statement Under the Florida Trench Safety Act; E. Qualifications Questionnaire; F. List of Subcontractors 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 January 19. , 2Q_17 . State Contractor License No, CGC1522209 00310-Bid Form REV 04-07 00310-4 F:1Public WarWENGINEERING DIVISION PROJECTSl1213C IRC Shooting Range Hunter Eduction ClassroomXAdminlbid documentaWaster Contract Documentst00310-Bid Form REV 04-07.doc 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: Proctor Cons coon Company,LLC- (SEAL) By, (Signature of general partner=attach evidence of authority to sign) Name (typed or printed): Donald C.Proctor Business address: 2050 VS Hwy 1. to 200,Vero Beach-FL 32960 Phone No.: FAX No.: 772.234.8 198 Email: dtolliyeTapmctormtom A Corporation Corporation Name. (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature—,attach evidence of authority to sign) Name (typed or printed):. Title: (CORPORATE SEAL) Attest, (Signature of Corporate Secretary) Business address: . Phone No.: FAX No.: Email: Date of Qualification to do business is 00310-5 00316 Bid Form REV 04-07 F;XPubIIcWorkS%ENGINEERING DIVISION PROJECTS%1213C IRC Shooting Range Hunter Eduction ClassroomXAdminlbid documentsWaster Contract Docurnents100310-Bid Form REV 04-0.doc DIVISION 00 CORPORATIONS Florida Department Of StSfe rg r f"!"0 -j! �'qw,:i Department of State -1 Division Of COMOMtOftfi a0X02g2pjb Detail By Dmment Number I Detail by Entity Name Florida Limited Liability Company J PROCTOR CONSTRUCTION COMPANY,LLC Filing Information Document Number 114000016921 FEI/EIN Number 46-4750281 Date Filed 01/29/2014 State FL Status ACTIVE Principal Address 2050 US HIGHWAY I SUITE.200 VERO BEACH,FL 32960 Mailing Address 2050'US HIGHWAY I SUITE 200 VEROBEACH,Fl-:32960 Registered Agent Name&Address PROCTOR,DONALD C 2050 US Hwy l i Suite 200 VERO BEACH,ft-32990 Address C-hanged:01114/2015 Authorized Person(g)Detail Name,&Addrest; Title CEO PROCTOR,DONALD C 2050 US Hwy.1,Suite 200 VERO BEACH,FL.32960 Title President Tolliver,Donald 2050 U;3 Hwy 1,Suite-200 Vero Beach,FL.32960 Title Secretary I Proctor,Linda 2050 US Hwy 1,Suite 200 Vero Beach,FL 32960 Title Asst.Secretary Emrick,Catherine 2050 US Hwy 1,Suite 200 Vero Beach,FL 32960 , Title VP Granath,John 2050 US Hwy 1,Suite 200' VeroBeach,FL 32960 KV is -Annual Reports t Report Year Filed Date r;- 2015• 61/14/2015 k: 2016 01/25/2016 Document9manes o1/2512018—ANNUAL•REPORT f mew image 11 PDF format 0111412015—ANNUAL-REPORT View image in PDF format 01!29/2014—Fioride LimOed Liabilb View image IWPDF format 1- Florida Department of State,DNislan of Corporations t 1 i I I i FLED 0016921Electronic Articles of Organization 8.00 AM For January 29, 2014 Florida Limited Liability Company Sec.' Of State neuiligan Article I The name of the Limited Liability Company is: PROCTOR CONSTRUCTION COMPANY,'LLC Article 11 The street address of the principal office of the Limited Liability Company is: 2050 US HIGHWAY 1 SUITE 200, VERO BEACH, FL.US 32960 The mailing address of the Limited Liability Company is: 2050-US HIGHWAY I -SUITE 200 VERO BEACH, FL. US 32960 Article III The name and Florida street address of the registered,agent is: DONALD C PROCTOR 118 RUDDER ROAD VERO BEACH, FL. 32963 Having been named as registered agent and to accept service of process for the above stated limited liability company at the Place designated in this certificate, I hereby accept the appointment as registered agent and. eetoactin-thiscapacity. I further agree to comply with the provisions of 611 statutes relating to the proper and compete performance of my duties, and I am-familiar with and accept the obliga�o�s of my position as registered agent. ,Registered,Agent Signature: DONALD C. PROCTOR Article IV L14000016921 FILED 8:00 AM The name and address of person(s) authorized to manage LLC: Januar 29 2014 Title: MGR Seq. Of Staig DONALD 0 PROCTOR nculligan 218 RUDDER ROAD VERO BEACH, FL. 32963 US Signature of member or an authorized representative Electronic Signature: DONALD C. PROCTOR I am the member or authorized representative submitting these Articles of Organization and affirin that the facts stated herein are trite. I am aware that false information submitted in a document to the Department of State constitutes a third degree felony as provided for in s.817.155, F.S. I understand.the,requirement to file an annual report between,January I stand May 1st in the calendar year following formation.of the LLC and every year,thereafter to maintain"active" status. I L4 I PR60TOR Construction Co. General Gnnfractartr 0 034669 ¢tlao usHrphvr�y s.Su!!v 2C0 Vam Beach,Aoeds=60 TbfapMjiir V 71Q 234-H!&4 Fax:f/7Ptp9ds7ea ' uvxepr�.atarc.00m - January 280:201$ To VMam it may concern:. It Donald C,Proctor, am sola owner Of Proctor COnstruokion Company ;. Inn.trod wi0 be the principal for Proctor Construction Company LIC. If you have any questions,please do not hesitate-to contact me. i Sincerely, Donald C. Proctor CE4/Cha!"en DOP/00 i A Joint Venture Joint Venture Name: (SEAL) By: (Signature of joint venture partner attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: FAX:No.: Joint Venture Name: (SEAL) By (Signature attach:evidence of authorky 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-Bid Form,REV 04-07 0031'0-6 FAPubIIcWorksXENGINEERING DIVISION PROJECTS11213C IRC Shooting Range,HunterEduction Classru6mlAdmin1bld dowmWsWaster Contract Documenla=0-13id F6rTn REV 04-07.doo SECTION 00421 FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION CONTRACT REQUIREMENTS FEDERAL FUNDS.This Contract relies on federal funds,therefore several additional terms and conditions apply: A. Prior Approval to Expend Federal Funds to Federal Agency or Employee.It is understood and agreed that the Contractor is not authorized to expend any federal funds under this Contract to a federal agency or employee without the prior written approval of the awarding federal agency. B. Compliance with Federal Laws,Rules and Regulations. As applicable,Contractor shall comply with all federal laws,rules,and regulations,including but not limited to: • Equal Employment Opportunity.Executive Order 11246 of September 24, 1965,entitled "Equal Employment Opportunity,"as amended by Executive Order 11375 of October 13, 1967,and as supplemented in Department of Labor regulations(41 CFR Chapter 60). Section 200.326 and Appendix 11,OMB Uniform Guidance(2 CFR 200),Applicable, except as otherwise provide under 41 CFR Part 60,to any grant,contract,loan,insurance, or guarantee involving Federal assisted construction. • The Copeland "Anti-Kickback"Act(18 U.S.C. 874,and 40 U.S.C. §314)as r. supplemented in Department of Labor regulations(29 CFR part 3).Under this Act, contractors and subrecipients are prohibited from inducing,by any means,any person employed in the construction,completion,or repair of public work,to give up any part of the compensation to which he or she is otherwise entitled, • The Davis Bacon Act 40 U.S.C. 3141-3144,and 3146-3148)as supplemented by Department of Labor regulations(29 CFR Part 5,"Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction."Under this Act contractors and subcontractors must pay their laborers and mechanics employed under the contract no less than the locally prevailing wages and fringe benefits for corresponding work on similar projects in the area. * Suspension and Debarment The bidder or proposer agrees to comply with the requirements of 2 C.F.R.pt. 180,subpart C and 2 C.F.R.pt 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. • Contract Work Hours and Safety Standards Act. Sections 103 and 107 of the Agreement Work Hours and Safety Standards Act(40 U.S.C. 327-330)as supplemented by Department of Labor regulations(29 CFR part 5). Appendix 11,0Mffl Uniform Guidance (2 CFR 200).Under this Act contractors and subcontractors must compute wages of mechanics and laborers(workers)on the basis of a standard forty(40)hour work week-, 00421-FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION 00421-1 C,.IUserskkevinh%AppData%o(:alfficrosof(tW!ndowskTemporary Intempt FilaskConten(.Ou(IDoldV8T12WQN100421-FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION.doe provide workers no less than time and a half for hours worked in excess of the forty(40) hour work week;and not require workers to work in surroundings or work conditions that are unsanitary,hazardous,or dangerous. • Rights to Inventions Made Under a Contract or Agreement. 37 CFR 401.If the Federal award meets the definition of"funding agreement"under 3 7 CFR 401.2(a)and the recipient or Subrecipient wishes to enter into a contract with a small business firm or K-- nonprofit organization regarding the substitution of parties,assignment or performance of experimental,developmental,or research work under the"funding agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants,Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency.Appendix II,OMB Uniform Guidance(2 CFR 200). • Clean Air Act and Water Pollution Control Act.All applicable standards,orders,or t: requirements issued under the Clean Air Act(42 U.S.C. 7401-7671 q),and the Water = Pollution Control Act(33 U.S.C. 1251-1387,as amended).Appendix II,OMB Uniform Guidance.(2 CFR 200). • Energy Efficiency.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(Pub.L. 94-163, 89 Stat. 871).Appendix II,OMB Uniform r Guidance(2 CFR 200). • Drug-Free Workplace.Pursuant to the Drug-Free Workplace Act of 1988,and its implementing regulations codified at 29 CFR Part 94,the Grantee will provide a drug- free workplace. • Byrd Anti-Lobbying Amendment(31 U.S.C. § 1352),as amended • Procurement of Recycled Materials(section 6002 of the Solid Waste Disposal Act,as amended by the Resource Conservation and Recovery Act)and guidelines of the Environmental Protection Agency(EPA)at 40 CFR part 247. • Trafficking Victims Protection Act of 2000.This federal award is subject to the Trafficking Victims Protection Act of 2000,as amended(22 U.S.C. 7104(g),2 CFR 175.15).Under this Act,the Contractor and subcontractors may not: Engage in severe forms of trafficking in persons during the period of time that the award is in effect; Procure a commercial sex act during the period of time that the award is in effect;or Use forced labor in the performance of the award or subawards under the award. • Debarment and Suspension. In accordance with Executive ve Order12 549, Debarment and Suspension,the Grantee shall agree and certify that neither it,,nor its principals,is presently debarred,suspended,proposed for debarment,declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency; and,that the Grantee shall not knowingly enter into any lower tier agreement,or 00421-FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION 00421 -2 C:IUsersUWnhWppDatalLocalWicrosoftlWindows%Temporary Intemet FilesTontent.OWookIVST12WON100421-FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION.doc - ------------- - - other covered transaction,with a person who is similarly debarred or suspended from participating in this covered transaction. • Lacey Act 16 U.S.0 3371-3378. This Act prohibits trade in wildlife,fish and plants that have been illegally taken,possessed,transported or sold. • Magnuson-Stevens Fishery Conservation and Management Act, 16 U.S.C. 1801-1884. This Act governs marine fisheries in Federal waters. • Migratory Bird Treaty Act, 16 U.S.C. 703-712. The Act prohibits anyone,unless permitted,to pursue,hunt,take,capture,kill,attempt to take,capture or kill,possess, offer for sale,sell,offer to purchase,deliver for shipment ship,cause to be shipped, deliver for transportation,transport,cause to be transported,carry or cause to be carried by any means whatsoever,receive for shipment,transport of carriage,or export,at any time, or in any manner,any migratory bird,or any part,nest or egg of such bird. • Endangered Species Act 16 U.S.C. 1531,et seq.The Act provides a program for the conservation of threatened and endangered plants and animals and the habitat in which 4:X they are found. The Act also prohibits,unless approved or exempt,any action that causes a"taking" of any listed species of endangered fish or wildlife.Also generally prohibited are the import,export,interstate, and foreign commerce of listed species. C. Compliance with Office of Management and Budget Circulars.As applicable,ContractorG. shall comply with the following Office of Management and Budget Circulars: * A-21 (2 CFR 220), Cost principles for Educational Institutions e A-87 (2 CFR 225), Cost Principles for State,Local,and Indian Tribal Governments * A-122(2 CFR 230),Cost Principles for Non-Profit Organizations e A-133j Audit of States,Local Governments,and Non-Profit Organizations * A-102,Grants and Cooperative Agreements with State and Local Governments e A-110,Uniform Administrative Requirements for Grants and Other Agreements with Institutions of Higher Learning,Hospitals,and Other Non-Profit Organizations D. COOPERATION WITH INSPECTOR GENERAL.Pursuant to subsection 20.055(5), F.S.,Contractor,and any subcontractor to the Contractor,understand and will comply with their duty to cooperate with the Inspector General in any investigation,audit,inspection,review,or hearing.Upon request of the Inspector General or any other authorized State official,the Contractor shall provide any type of information the Inspector General deems.relevant to the Contractor's integrity or responsibility. Such,information may include,but shall not be limited to, the Contractor's business or financial records,documents,or files of any type or form that refer to or relate to the Purchase Order. The Contractor shall retain such records for three(3)years after the expiration of the Purchase Order,or the period required by the General Records Schedules maintained by the Florida Department of State(available at.http://dos. myflorida.com/library-archives/records-managemenV general-records-scheduleso,,whichever is 00421-FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION 00421 -3 ,C.%Userftovinh%AppDatalLocaMerasofaWkdowsiTemparary hemet Res%Content.OuflooldVBT12WQN100421-FLORIDA FISH AND WILDLIFE CONSERVATION I. COMMISSION.doc longer. The Contractor agrees to reimburse the State for the reasonable costs of investigation incurred by the Inspector General or other authorized State official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State which results.in the-suspension or debarment of the Contractor,. Such costs shall include,but shall not be limited to: salaries of investigators,including overtime;travel and lodging expenses; and expert witness and documentary fees. II 00421-FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION 00421 -4 C:IuserslkeJinh%AppDbliALocaWlerosoftXWihdows%Timpordry,irAp-rnst-Fileskdlontent.OudocikkV8Ti2WONkOO421-FLORIDA FISH ANI)WILDLIFE CONSERVATION COMMISSION.dod ---------- SECTION 00430 AIA DOCUMENT A,310 BID BOND The Contractor shall use the document form entitled"AIA Document A310 Bid Bond." END OF SECTION -00430-Bld Bond REV 04=07 00430-1 F.,%Publlc WorkaXENGINEERING 01VISION PROJEC75A1213CIRC thooting Range Minter Eduction,WssroomWminlbld documbntsklvlasterGonWict Documents106430- Bid Bond REV 04-07.doe Rev.05101 THE AMERICAN INSTITUTE OF ARCHITECTS r: AIA Document A310 4.: Bid Bond C:- KNOW ALL MEN BY THESE PRESENTS,THAT WE PROCTOR CONSTRUCTION COMPANY LLC t: 2050 U.S. HIGHWAY#1, SUITE 200 Vero Beach FL 32960 as Principal,hereinafter called the Principal,and Travelers Casuals and Surety Company of America 2420 Lakemont Ave. 4th fl Orlando FL 32814 a corporation duly organized under the laws of the State of CT as Surety,hereinafter called the Surety, are held and firmly bound unto INDIAN RIVER COUNTY PURCHASING == DEPARTMENT 1800 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, i executors,administrators,successors and assigns,jointly and severally,firmly by these presents. � WHEREAS,the Principal has submitted a bid for INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM. BID NO.2017008, PROJECT NO. 1213C,SECTION 25,TOWNSHIP 30S, RANGE 38.E, CONSTRUCTION OF CLASSROOM AND COVERED PATIO IN SEBASTIAN, FL !- E 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 materials 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 to remain in full force and effect. Signed and sealed this 19th day of January 2017 PROCTOR CONSTRUCTION COMPANY, LLC (principal) (Seep !� (Witness) By (TiNe) i Travelers Caqualty and Surety Company of America (Surety) (Seal) J �tness) BY: Attomey4nVadvlohn W. Chariton friffe) E AIA DOCUMENT A310 BID BOND•AIA•FEBRUA 1970 ED.0 THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 's WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER ® .� POWER OF ATTORNEY TRAVELER®S" Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company �e:= Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company ` St.Paul Guardian Insurance Company Attorney-In Fact No. Certificate No. ®0 6 8 3 4 O J V 216588 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly'organized under the _ laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint D.W.Matson III,and John W.Charlton i= of the City of Coral Gables State of Florida their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of,,guaranweing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. f , i IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 22nd day of June 2016 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guarantylpsurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St:Paul Fire and Marine Insurance,Company United States Fidelity and Guaranty Company �•y St.Paul Guardian Insurance Company GI.SU,1�� `V JV F`p fi•4 0���'�xSG9 JPr^'SUQ� 4JpyTY ApaB l��l• �C I C2 aar�W��, [s d`�:� a�.. •r•� Tp e`aro '\� 4'J�� � �y •�fi '� � i o19826 0 '� 1977 aCpppgm� � _ 4 mito ee>�m �¢�%ppDAAtf:�� � 3 �� 0 SEAL J, r>- �; got •'fl X896 Y a 1951 � �j�o. �a;,3Sh.L:b[ a CCNN. o° N. a in �}.• 4 State of Connecticut By: Gu City of Hartford ss, Robert L.Raney,Senior Vice President On this the 22nd day of June 2016 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. i b My Commission expires the 30th day of lune,2021. per`<<+ t4 Marie C.Tetreault,Notary Public 1 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company:Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: i. 1=: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any v c appointee a v iv d' is of said officers or the Board of Directors at any time may remove any such ppointe and revoke the power given him or her;an it - FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may ;- delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy ('_= thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any !" certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on '= the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of FarmingtonCasualty Company,Fidelity and Guaranty Insurance Company,Fidelity.and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and Ieffect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set.my hand and affixed the seals of said Companies this��day of-ALJ 20 Kevin E.Hughes,Assistant Sec tary pABU,�J V,�a.a yHRE 4 O.F�NSU9 �F`JPi.�N5Ug9 goo y�p(q, �(�CY�t+{p.S� 1n4�AjFm ~SIDTiYfN0.1�t1696• �k � �va��' �1R'/IAtN� To verify the authenticity of this Power of Attorney,call 1-800421-3880 or contact us at www.travelersbond com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER SECTION 00452 6- 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 ContractNo.2017008 for INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM = 2. This sworn statement is submitted by: Prodtor Constraction Company,LLC (Name of entity submitting Statement) whose business address is: 2050 US Hv,,.y 1,Ste 200.Vero Beach FL 32960 3. My name is Donald C.Proctor (Please print name of individual signing) and my relationship to the entity named above is CEO 4. 1 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. 1 understand that the relationship with a County Commissioner or County employee that must be disclosed as follows: Father; mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. 6. Based on information and belief,the statement which I have marked below, is true in relation to the entity submitting this sworn statement. [Please,indicate which statement applies.] Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in-management of the entity,.have any relationships as defined in section 105.08,Indian River County Code,with any County Commissioner or County employee. 00462-1 FAPub1ICWorks\ENGINEERING DIVISION PROJECT- S\1213C IRC Shooting Range Hunter Eduction Classroom AdmInUd docurnentsWaster r'nnfene4nnntim,..nf,-\nndis;,g ni.,zejnqtjra of RAlationshios.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: wmg Name of Affiliate Name of County Commissioner Relationship or entity or employee Philip Partee Ross Partee Father&Son (Signature) 1/19/17 (Date) STATE OF Florida COUNTY OF.Indian River The foregoing instrumentwas acknowledged before me this 19th day of January .20_17, by Donald C..Proctor who is personally known to me or who has produced as identification. NOTARY PUBLIC SIGN:( ji PRINT' Valerie D.Brown Notary Public, State at large My Commission Expires: &tpzy 208 'OWN of Florida Aug12.2018 00 VALERIE,O'BROWN, Notary Public!-S160'01 Florida My Comm.Expifts u 12.2018 Commission#FF 130016 00452-2 F:\Public Works\ENGINEERING DIVISION PROjECTS\1213C IRC Shooling'Range Hunter Eduction Classroom\Admin\bld docurnentswaster 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. 1213C for INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM 2. This Sworn Statement is submitted by Proctor Construction Company LLC (Legal Name of Entity Submitting Sworn Statement) = , F- L: hereinafter "BIDDER". The BIDDER's address is t 2050 US Hwy 1 Ste 200 Vero Beach FL 32960 BIDDER's Federal Employer Identification Number(FEIN)is 46-4750281 d m relationship to the BIDDER 3. My name is Donald C Proctor an y p (Print Name of Individual Signing) is CEO (Position or Title) am an ' nature at the end of this Sworn Statement, that I through m sI cert' g y g rfY 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 seg 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 Standards. sbd, pct 6. The BIDDER has allocated and included,in its bid the total amount of$ , based on the linear feet of trench 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 rpethod(s)of compliance on this Project: T- W ILA, 6 ir (�EN&"O t 0ve-ft-c1-r-4 VAS p 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. O,O 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 s method( ) � L./s of compliance on this Project: N 01- PP b L4- 00454-Florida Trench Safety Act-REV 04-07 00454-1 FAPublic WorkslENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassrooraMminlbld documentsWaster Contract Doauments100454- cln.6rn T-nch Safely Act-REV 04-07.doo i i I The determination of the appropriate method(s) of compliance is the complete and-sole j 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. i BIDDER: Proctor Construction ComRany,LLC { I i By: Donald C.Proctor i Position or Title: -CEO Date: 1/19/17 STATE OF Florida COUNTY OF Indian River Personally appeared before me,the undersigned authority, . Donald C.Proctor who after first being sworn by me, affixed his/her signature in the space provided.above on this 19th day of 'January , 20 17 Notary Public, State at large ,.•o•�aY`�a, VALERIE D BROWN - ' My Commission Expires:'August 12,2018. = • Notary Public:state o1 Florida *:E My Comm.Expires Aug 12.2018 Commission#'FF 130016 ** END OF SECTION. 00454-Florida Trench safety Act-REV 04-07 00454-2 F-1Pub11c WorkS%ENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction Classroom)idminWid documentsWaster Contract Doouments100454- I Florida Trench Safety Act-REV 04-07.doc i 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. Attachadditional sheets as .. required. Documentation Submitted with Project No: 1.213C Project Name: INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM 1. Bidder's.Name 1 Address: Proctor Construction Company.LLC 2050 US Hwy 1 Ste 200 Vero Beach FL 32960 '2. Bidder's Telephone&FAX Numbers: 772.234.8164 772.234.8188 3. Licensing and Corporate Status: a. Is Contractor License current? Yes b. Bidder's Contractor License No: CGC1522209 [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: 40 years 5. What is the last project OF THIS NATURE that the firm has completed? Citrus:Elementary School New Classrooms Indian River Countv Sheriffs Office Crime Scene Investisration Lab 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 00456-Qualifications Questionnaire FAPubllc WorksIENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomlAdminlbid documentsWaster Contract Documents=45S- Quali6catlons Questionnaire.doc 7 [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 implemented a drug-free workplace program in compliance with Florida Statute 287:087? Yes (In the case of a tie, preference will be given to businesses with drug-free workplace programs) 10. 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 c' the h circumstances and list the project name, Owner, and the Owner's telephone number for each project.] 11. Attach to this questionnaire, a notarized financial statement and other information that documents the firm's financial strength and history. f 4= 12. 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.] 13. Attach a separate page to this questionnaire that summarizes the firm's current workload and that-demonstrates its ability to meet the project schedule. 14. 'Name of person who inspected the site of the proposed work for the firm: Name: David Lechner Date of Inspections: 1(11/1.7 15. Name of on-site Project Foreman: Gary Tolman Number of years of experience with similar projects as a Project Foreman: 40 years 16. Name of Project Manager: Michael Sturgis Number of years of expedence'with similar projects as a Project Manager: 15 years 17. State your total bonding capacity:_$200,000,000 18. State your bonding capacity per job: $100,000,000 19. Please provide name, address, telephone number, and contact person of your bonding company:Matson-Charlton Surety Group 700 S Dixie HwY,Ste 100 Coral Gables PL 33146 John Charlton-.305.662.3852 [The remainder of this page was left blank intentionally] 00466-2 00456-Qualifications Questionnaire FaPubllc Works\ENGINEERING DIVISION PROJECTSWISC IRC Shooting Range Huntar Eduction Classmom$Adminlbld documents%Master Contract DocumentsVJ0456- Qualifications Questionneire.doc PROCTOR CONSTRUCTION COMPANY Combined Financial Statements December 31.,2015 and 2014 (With Independent Auditors Report Thereon) Morgan•Jacoby•�h7 n*Boyle &AssociatPA Ccrtificd Public Accountants Independent Auditors'Report The Stockholder Proctor Construction Company: We have audited the accompanying combined financial statements of Proctor Construction Company, which comprise the balance sheets as of December 31, 2015 and 2014 and the related combined statements of operations and equity, and cash flows for the years then ended, and the related notes to the combined financial statements. Management's Res ponsibili0for the Combined Financial Statements Management is responsible for the preparation and fair presentation of these combined financial statements in accordance with accounting principles generally accepted in the United States of America;this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of combined financial statements that are.free from material misstatement,whether due to fraud or error. Auditors'Responsibility Our responsibility is to express an opinion on these combined financial statements based on our audits. We conducted our audits in accordance with auditing standards ,genctally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the combined financial statements are free of material misstatement An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the combined financial statements. The procedures selected depend on the auditors' judgment,including the assessment of the risks of material misstatement of the combined financial 'statements,whether due to fraud or error. In making those risk assessments, the auditor considers internal control relevant to the Company's preparation and fair presentation of the combined financial statements in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the Company's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting unting cc estimates made by management as well as evaluating,the overall presentation of the combined financial statements. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. Opinion In our opinion, the combined financial statements referred to above present fairly, in all material respects, the financial position of Proctor Construction Company at December 31, 2015 and 2014 and the results of its operations and its cash-flows for the years then ended in conformity with accounting principles generally accepted in the United States of America ' V T. 't March 22,20.16 700-.20th Street e Vero Beach,Florida 32960 * Phone 772-562-4158 a Telefax 772-563-2024 0 Www.rnjtbcpa.coin -2- PROCTOR CONSTRUCTION COMPANY Combined Balance Sheets December 31,2015 and 2014 Assets 2015 2014 Current assets: Cash and cash equivalents 8,097,066 12,061,535, Contract receivables (notes 4 and 8) 7,743,877 6,591,125 Costs and estimated earnings in excess of billings on Uncompleted contracts(note 5) 73,375 30,611 Other receivables(note 9) 4,196 12,489 Other current assets 158,435 41,470 Total current assets 16,076,949 18,737,230 Net property and equipment(note 6) 352,648 651,504 Deposits and other assets 13,561 7,609 Liabilities and Eauitv i. Current liabilities: I. Current installments of long-term debt(note 8) 40,000 160,000 Accounts payable and accrued expenses(note 7) 6,824,499 7,668',551 Billings in excess of costs and estimated earnings on uncompleted contracts(note 5) 239,303 395,852. Loan from stockholder(note 9) — 3,107,748 Total current liabilities 6,603$802 11,332,151 Long-term debt,excluding current installments(note 8) 40,000 Total liabilities . 6,603,802 11,372,151 Commitments and contingencies:(notes 10, 12 and 13) Equity(note 3): Proctor Construction Company stockholder's equity 5,,890,265 8,019;569 Proctor Construction Company,LLC members' equity 4,149091 MP 4,623 Total.combined equity 10,039,356 8,024,192 See accompanying notes to combined financial statements. ~^~~^^ ~'~'^--'~^�~`r'~'`�~^° 19. Complete the follovVing table for SIMILAR Date Contact Person: Name/ Original Contract Final Contract Name of Project Completed Owner Email Address/Phone Amount Amount Richard Huff, Citrus Elementary School School District of Planning&Construction,Coor�inator New Classrooms July 2016 Indian River County 772,564.5018—Office $4,319,353 $4,293,928 Sean Donahue,Assistant Dean Indian River State College Pruitt June 2016 Indian River State Collegc of Facilities&Sustainability $1,320,146 $1,075,998 Campus Classrooms Renovation 772.462.7750 Boys &Girls Club of Boys &Girls Club of Elizabeth Thomason,Executivc Director Vero Beach Expansion April 2016 Indian River County 772.299.7449 $3,036,018 $2,495,127 Treasure Coast Elementary School District f Nicholas Westenberger,Facilities I IlannerClassroom Addition& June 2014 Indian River 0 nt 772.564.5016 $5,700,000 $51200,000 � St.Andrews North ACTS Retirement Sean Fletcher Countess de Hoernle April 2014 Life,Communities 561.362.8377 $298,806 $298,806 Veterans Pavilion gfletcher@actshfe.org Indian River County Sheriffs Office Indian River County Martha Asher Crime Scene Investigation Lab October 2013 Board of County 772.978.6200 $1,350,000 $1,350,000 Commissioners rnasher@iresheriff.org Sebastian River High School School District of Nicholas Westenberger,Facilities I Ilanner 9th Grade Wing June 2012 Indian River County 772.564.5016 $6,875,052 $6,478,554 (Freshman Learning Center) Nicholas.Westenberger@indianriv, rschoolsorg Vero Beach Elementary School School District of icholas Westeriberger,Facilities I Ilanner Replacement December 2012 Indian River County 772.564.5016 $18,790,657 $18,400,000 � � � oo456'Qualifications Questionnaire on45o'3 r;Tuu1cWommswo/wssmmmmmmompnmsuTSMocIRC Shooting Range oomv,su"crionn/asurolorn\AdmmIblauocum"m*wostevContract nucum"\o0456'Qualifications uudsuonn@*'doo [NOTE:E' If requested by the County,the Bidder shall furnish references,and other information, sufficiently comprehensive to permit an appraisal of abilities;aas a contractor.] By. Y' (Signature) CEO (Position or ritle) 1/19/17 (Date) END OF SECTION r. 00456-Quall.fica-tions QUestioniWire 00456-4 1"9Pubild WoftkENGINEERING DIVISION PROJECMIMC IRC Sho6ft,Rango Hunter Eduction ClasrrocrMAdminIbld clocumantswastar Contract DocurnanisT0456- Qualifications Quastionnalre.cloc: 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. 121.3C for INDIAN RIVER COUNTY SHOOTING _ RANGE HUNTER EDUCATION CLASSROOM Work to be Performed Subcontractor's Name/Address 1. -Site Work Jobear Contracting Inc./1950 Danr Drive NE,Palm Bay,FL 32905 2. Concrete/Masonry RF Concrete Construction,Inc./664 Old Dixie Hwy,Vero Beach,FL 32962 Snyder Plumbing 3. Plumbing_ of the Treasure CoasL Inc.11525 Old Dixie Hwy.,Vero Beach,FL 32960 Three Gs,Inc., 3054 North U.S.No.1, 4. HVAC dba Grimes Heating&Air Conditioning/ FL Pierce,FL 34946 5. Electrical L Walton Electric.Inc./1135 l7th Street Vero Beach,Florida 32960 6. Carpentry R&E Caroeii"/1521 Breezewood Latie.N.W..Palm Bay,FL 32907 MER Ent.,LLC dba 7. Insulation T'.eed Tnsulntinn_Inc-/7 3 .Commercial Circle,Ft Pierce,FL 34951 8. Glass&'Glaziniz Vero Glass&Mirror/1.669 Old Dixie Hwy.Vero Beach,FL 32960 9. Doors&.Hardware Supplier Stuart Paint&Supply.Inc./657 N.E.Dixie Hwy,Jensen Beach,FL 34957 10. Doors&Hardware Installer Total Quality Services/1850 SW Hackman Terrace,Stuart,FL 34997 11. Stucco RB Plaster and Stucco-Inc./2030 Old Dixie Hwy SE.Ste 3,Vero Beach,FL 32960 12. Drywall PhoenixPrecision Drvwall..Ine./1031 18th Street Suite J,Vero Beach,FL 32960 Plexi Chemie,Inc.DBA 13. Resinous Flooring Industria]Flooring.Saecialists/606 Lane Ave North.Suite 6,Jacksonville,FL 32254 14. Acc tcfi al Ceilings A-1 Construction Company,Inc/440 S.Market Avenue,Ft.Pierce,FL 34982 15. Painting Rus es ll Panne Painting.Inc./1765 Commerce Ave.Ste 1,Vero Beach,FL 32960 Jeff s Enterprises dba 16. Landscape East Coast Sod&Landscape 110700 Okeechobee Road,Ft Pierce,FL 34945 17. ,Sentic Reliable Rei tic&Servicpc/P 0 Box 1116 Vern each,FL 32961 Note:Attach additional sheets if required. **END OF SECTION** 00458-List of Subcontractors REV 04-07 00458-1 F.WiJbIlo WorksIENGINEERING DIVISION FROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomlAdmiAld documanlsWaster Contract Documants\00458- List of Subcontractors REV 04-07.doe i 00474 376-030.33 PROCUREMENT 10101 CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL-AID CONTRACTS (Compliance with 49CFR, Section 20.100 (b)) The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the or attempting to influence an officer or employee an person for influencing undersigned, to y p p g of any federal agency, a Member of Congress, an officer of 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 t and the extension continuation,, renewal, amendment, or cooperative agreement, _ 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 influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract,grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator Or Procurement Office.) 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 Section 1352, Title 31, U.S. Code. 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. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts; which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Name of Business:Proctor Construction Company,LLC By. Date: 1/19/17 Authorized Signature Title: cEo 00474-1 F:\Public works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\1 Admin\Bid DocumentsWaster Contract Documents\00474.-CERTIFICATION for DISCLOSURE OF LOBBYING ACTIVITIES.doc 00474 FATE oFFLORDA DEPARTMENT OFTRANSPMATION 3754130.34 PfMCUMEW DISCLOSURE OF LOBBYING ACTIVITIES MM6 Is this form applicable.t0yourfrin? YES 0 NO M If no,then please complete section 4 below for'Primer 1.Type of Federal Action: 2.Status of Federal Action: 3.Report Type: a.contract a.bidlofferlapplication a.initial firing b.grant b-initial award b.-material change c-cooperative agreement c.post-award For Material Change Only- d.loan Year— Quarter e.loanguarantee Date of last report L loan insurance (vnm/ddfyM) 4.Name and AddressofReporting Entity. S.If Reporting Entity in No.4 is a subawardee,Enter Name and Prime ❑ Subawardee 'Address of Prime: Tier— itknowtr E. Proctor Construction Com 2050 US Hwv 1.Ste 200 IF Vero Beach,EL,32260 Congtssional District iftnown:4c Cort gressionalDistrict,if know'n: is 7.Federal Program Name/DesuriDtion: 6.Federal Department/Agency: CFDA Number,if applicable. 8.Federal Action Number,if nown: 9i Award Amount,iftnown. 10.a.Name and.Address of Lobbying Registrant b.individuals Performing Services(including addrew if (ifindividual,last name,first name,Ml): diftrenf ftm No.10a) (last name,firstname,MO: 1.information requested through this form is authorized by Me 3'1 U.S.C.-sermon 1352.This disclosure of robbying-actlifilles Is a signature: inaterfar representation of fact upon which reliance was,pla"d by Bre tier above when this transaction was made,dr entered Print Wme: Donald L.Tolliver into.This disclosure Is required putsuantto 3vu.S.G.1352 This Infornwation will be available for public Inspection.Any person who falls to file the required disclosure shall he subject Title: Presodent/C00 to a CMI penalty at not less than$10,D00 and not mom than $100.000 for each such falture. Telephone No.:772.234.8164 Date(mmlddlyffl).' 1/19/17 A 1w,"- L1z-.;- M utharized for Local Reproduction Si:,, ard Form LLL(Rev.7-97) _J 00474-2 F-\PublicWoft\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range HunterEduction Cla"roomki-Admin\Bld Documents\Master Contradt Do'curnents\00474-CERTIFICATION for DISCLOSURE OF LOBBYING ACTIVITIES.doc 00474 PROCUREMERr ftle2on INSTRUCTIONS FOR COMPLETION OF SF-LLL,DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shalt be completed by the reporting entity,whether subawardee or prime Federal recipient,at the initiation or receipt of a covered Federal action,or a material change to a previous filing,pursuant to title 31 U-S-C. section 1352.The filing of a form is required for each payment or agreement to make payment to any lobbying entity for Influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congressin connection with a covered Federal action.Complete all items that apply for both the initial filing and material change report.Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity Is and/or has been secured to Influence the outcome of a covered Federal action. 2- Identify the status of the covered Federal action. 3- Identify the appropriate classification of this report.If this Is,a followup report caused by a material change to,the information previously reported,enterthe year and quarter in which the change occurred.Enterthe date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the fuliname,address,city,State and zip code of the reporting entity.Include Congressional Dlstdcl,if known-Check the appropriate classilikationof the reporting entity that designates I it Is,or expects to be,a prime or subaward recipient Identify the ter of the subawardee,e.g,the first subawardee of the prime is the Ist tier. Subawards,Include but are not limited to subcontracts,subgrants and contract awards under grants- 5. If the organization fi[Ing the report in Item 4 checks"subawardee"then enter tha full name,address,city,State and zip code of the prime Federal recipient Include Congressional District if known. 6.'Enter the name of the Federal agency making the award or loan commitment Include at least one organizational level below agency name,If known.For example.Department of Transportation,United States Coast Guard. 7� Enter the Federal program nameDr description for the.covered Federal action(item 1).If known,enter the full Catalog of Federal Domestic.Assistance(GFDA)number for grants,cooperative agreements,loans,and loan commitments. 8. Enter the most appropriate Federal Identifying number available for the Federal action Identified,in item 1(e-g., Request for Proposal(RFP)number,Invitation for Bid(EFB)number,grant announcement number,the contract grant,or loan award number,the application/proposal control number assigned by the Federal agency).Include prefixes,eg.,"RIP-DE-0-00V 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the awardAban commitment for the prime entity identified In item 4 or 5. 10- (a)Enter!the full name,address,city,State and zJp code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity,Identified in item 4 to influence the covered Federal action. (b)Enter the full names of the individual(s)performing services,and Include full address if different from 10(a). Enter Last Name,First Name,and Middle Initial(MI). 11-The certifying official shall sign and date the form,print his/her name,title,and telephone number. Accor dding to the PapenNorkReduction Act,as amended,no persons are req*W to.resporktitoacollecUan of Inibirriatforb unless it displays a vandOW Control Nua-ber-ThevaridOMB oonWnunterforihisinformation coleclion is OMB No.D3418-MO.Public reportkV burdenforlIft collection ofinformalion is estimated to average 10 minutes per response,Indludin firneforrevBewl insliruclions.searching e�s►ing data sources, M ng pthedng and maintaining thedata needed,and completing and reviewing thecollecilan ofinfbffnation.-Send comments regarding the burden estimate or-any atheraspeot ofthis coillecdon offtmufmn,including sKgesWm kw redudno this burden,to ffie Orrice of Management and Budget.Paperwork Reducilcm Project @348-1)048,WasWriglim.DC 26503. 00474-3 FAPubllc WorkskENGINEERING DIVISION PROJECTSkI213C IRC Shooting Range Hunter Eduction Classroom\l-Admin\Bid DocurnentsWaster Contract Documents\00474-CERTIFICATION for DISCLOSURE OF LOBBYING ACTIVITIES.doc 00494 i DRUG FREE WORKPLACE CERTIFICATION '• The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that C Proctor Construction Company LLC does: (Name of Business) I 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violation of such prohibition. Inform employees about the dangers of drug abuse in the workplace, the business' 2. g g policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, -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 in subsection 1 . ' are under this bid a copy of the statement specified ( ) i i 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities, 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 contendre to any violation of Chapter 1893, or of any controlled substance law of the :United :States, or any State, for a violation occurring in the workplace no later than five(5)days after such conviction. 5. Impose a sanction on, or require the satisfactory participation• in a drug abuse assistance, or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidders Signature 1/19/17 Date i 00494 ! i F:1Public WorksIENGINEERING DIVISION PROJECTSM13C IRC Shooting Range Hunter Eduction Classroom\1-Admin\131d DocumentsWlaster Contract Documents100494-DRUG FREE WORKPLACE CERTIFICATION.doc RICK SCOTT;GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS.AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD ., CGC1522209 The GENERAL CONTRACTOR Named below IS CERTIFIED WK Under the provisions of Chapter 489 FS, j Expiration date: AUG 31,2018 _ Y E , :. L .. TOLLIVER, DONALD PROCTOR CONSTRUCTIDN.COMPANY, LLC 2050 US HWY 1 VE RO BEACH F 3 L 2960~ SEQ1 L1608070002838 ISSUED: 06/07/2016 DISPLAY AS REQUIRED BYLAW Proctor con,mcdon 00. t: CURRENT PROJECT WORKLOAD r.> Project Name Owner Architect %Complete Completion Date HarborChase Palm SGD Palm Beach. Boka-Powell, 85% March 2017 Beach Gardens Gardens,LLC LLC Harbour Ridge Yacht& Harbour Ridge Yacht Peacock+Lewis 98% January 2017 Country Club &Country Club,Inc. Architects Christ Church of Vero Promise Land Razdin &Carroll Beach Anglican Church, Architects 55% May 2017 Inc. Beachland Elementary School District of Harvard Jolly School.Cafeteria& Indian River County .Architecture 25% July 2017 Classroom Addition Indian River County I)onadio and Associates, 18% April 2017 Sheriff's Office Indian River County A , Aviation Hanger Sheriff's Office Architects,P.A: HarborChase of CD-HRA O'Keefe-Painter Wildwood (Wildwood),LLC Architects,LLC, 12% December 2017 HarborChase Wellington Silverstone Boka-Powell, Crossing Healthcare Company, LLC 10% January 2018 LLC SDIRC Phased Renovations Vero Beach School District of Harvard Jolly 5% August 2017 High.School Citrus Bowl Indian River County Architecture F I Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 ADDENDUM NO. 1 Date: December 20, 2015 Project Name: INDIAN RIVER COUNTY SHOOTING RANGE HUNTER SAFETY CLASSROOM BID NO. 2017008 PROJECT No. 1213C Bid Opening Date: The Bid Opening date is Thursday,January 19. 2017 at 2:00pm TO ALL PROSPECTIVE BIDDERS: TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents. Therefore, It hereby supersedes anything to the contrary in the Bidding Requirements or contract Documents. This ADDENDUM Is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. All questions about the meaning or intent of the Bidding Documents are to be submitted to the Purchasing Department in writing at purchasing0ircizov.com Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be Issued by Addenda mailed or delivered to allparties through the Issuing Office as having received the Bidding Documents. questions received less than ten (10) calendar days prior to the date for opening of Bids shall not be answered (Deadline Monday,January 9, 2017 by Midnight). Only questions answered by Addenda will be binding. Oral and other Interpretations or clarifications will be Without legal effect. All Bids must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach, FL 32960 prior to the date and time shown above.Late bids will not be opened. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. CLARIFICATION/CORRECTIONS: ATTACHMENT: Revised Sheet ASO.10 and additional sheet ASO.11 of the Bid drawings. Page I of 2 F.-Tublic Wark9GN01NEER1NGDMS10N PROJECTSM13C IRC Shootling Range Hunter liducafton CJfisiroom\1-Adm1rt\Bid Dowiiienu\Addendum&\ULC-1213c-_Sk"t Classroom_Addendum No. ADDENDUM NO. 1 PROJECT: INDIAN RIVER COUNTY SHOOTING RANGE-HUNTER SAFETY CLASSROOM BID NO. : 2017008 PROJECT No.: 1213C *****'this Addendum MUST be completed and returned with your Bid********** ADDENDUM NO..I Is submitted:by i7res W.Ennis,R.E., PMP,County 9091,neer and ieArfer Hyde,.Purchasing Manager Company Name .Proctor Construction Company,LLC Narne! Donald C.Proctor Title: CEO (Type/Printed), Authorized Signature: CD�2� Date: 1/19/17 Telephone: 772.234.8164 Fax: 772-234.8188 Page 2 of 2 Fvublic woimNONEmNo AI wO OwEerSU213C MC ShootingRergo HanwrUkation 00smomV-AArdinAlid DoW*ents\KddvhduivtikMC,121 X—Skeat Classmarr-Addendum No. 1_20161220.doc- � � U8�^�^���� ��i «*�� ��nonn��xx � Indian — . ` Purchasing Division ; ������U�� � 1800 271h_StreetVero Beach, FL 32960 � � Phone 226-1416����� "' _. � � �U���U�U�U��� U��� � ^ ����u�n�o�����x�o o���° m� � � [j8t2: january 9� 2017 � � Project Name: Indian River County ShootingHunter Education Classroom � � ������� �'H ���MO=��^ °-=�"�~"�° ^ ~`.. . � � Bid Opening Date: � This addendum breleased tomake modifications tothe bid documents, answer questions received, and � provide the agenda and sign in sheets from the Mandatory pre-bid meeting. All information provided � within this document are hereby incorporated into the bid documents.We anticipate release of /�ddendurn8onJanuary 1Otmanswer renmoiningquesbonsreceived. | ! |� , Pre Bid Meeting Minutes and Sign-In Sheet i Energy CmdeCompliance Form ! Updated Plan Sheets C4and C5 Storage Building Sketch The following questions have been received: Question 1: Doyou have ocutoff date for submitting QVesdons/RF|'s? Answer:All questions must be received by the Purchasing Division 10 days prior-to bid opening. . Question 2: We need more specifications regarding the glazing. Plans call for tinted Impact Rated Glass and the structural offer the wind pressures, but no glass thicknesses or performance specs were provided ` to show what will be needed to comply with the Energy Ca|uofor the project? No energy Ca|co were � provided inthe bid documents. ' Answer:See attached Energy Calculation and glazing minimum performance requirements per the / attached Energy Code. Question 3: Is there a Manual orEnergy Calculation available? if mo please provide location of � � documents. � Answer: Please see Question 2. | ' Question 4: Page C5 plan view shows top of drain field elevation is 24.8, but in Detail AA is showing / e|evaton24.5 please clarify. i ' � | ' � | Page I of 3 [ i _ | � Addendum 2-2Ol7OOO Answer:Top of Drain field Elevation is EL 24.8. Detail A-A on Plan Sheet C5 has been revised to reflect � that elevation (attached). � Question 5: Page EO.1 type F outdoor rated ceiling fans specified by architect. Please provide specifications. Answer: N4inka��re F573-ORB,Sundance Oil-Rubbed Bronze 43"outdoor Ceiling VV� n�Fan or�quo|. hthe ^, � following specifications: °~ 42" Blade Span .. * ULWe |isted � * 12.2S" Height,Top toBottom � � "/ Standard Mount Select Finish: Oil-Rubbed Bronze with Five, Dark Oak All Weather Blades ' � Question 6; CS has no existing ground elevations in the proposed building site. P|eoseprovde existing � elevations. Answer:The Trap and Skeet as-builts for this area are included on the updated Plan Sheet C5, attached-. � Present existing grade in this location should be assumed to be EL 22.6. }r ' Question 7: Please check the length call out for the 12" RCP crossing sidewalk on northside of the | � project. [a|| outshoxxs47LFbutison|ynneasuresl1' p|usthe3W1ES � Answer: correct length is 11',as shown on the updated Plan Sheet C5, attached. \ Question 8: Please specif»povversupply requirennentsfor sexxer||ftstation. Nodetails onK8EP. [ ' Answer: Lift station specified on updated site plan requires a single pole, dedicated 2Oamp circuit. See ' / Attached Site Plan Sheet[-4. !` ' Question 9i item#2 is the existing conduit stubbed from storage building to classroom for connection of servicennarkedxvitha |ocobmrstaheatitpo|htofternninationforfie|dinspectionpurposes. \fnmtcou|d you provide as-built drawing showing so that the completion of that conduit service can be properly quantified and priced. Answer: Please refer tothe attached storage building sketch. Question 10:What iythe distance from Existing Electrical Panel "A"to New Panel "C" in new Classroom Building? Answer: Distance from Existing Electrical Panel "/\"to New Panel"C" in new Classroom Building is � approximately 3SOfeet. Contractor isresponsible for field verification ofthe length ofconduit. Question 11:What are the manufacturer and Model#ofExisting Panel "A"7 Answer:Square "D" Load Center,4OOArnp Panel � Question 12;Could you provide the name mfthe firm who did the surveying for the last phase ofthe work � out atthe shooting range for the skeet Q'trap facility. � Answer:Avironn &Associates, Inc. � Question 13: Please confirm that no fire alarm system is required for this building. If fire alarm system is � required please provide fire e|arnn design and spec requirements. Answer:VVeconfirm that no fire alarm system isrequired for this building. Page Jmf 3 Addendum 2—2017008 *************This Addendum must be acknowl6dged'on the bid form and/or by return of this Acknowledgement with your Bid************ Company Name Proctor-Construction.CoMM.LLC Name: Donald C-Proctor Title: CEO (Type Printed) Authorized SignaturM: Date: 1/19/17 Telephone: 772.234,.8164 Email: dtolliver@proctorcc.com i. Page 3 of 3 Indian River County �giVE� `V Purchasing Division 1800 271h Street Vero Beach, FL 32960 • A Phone (772) 226-1416 LORI ADDENDUM NO. 3 Date: January 11, 2017 Project Name: Indian River County Shooting Range Hunter Education Classroom Bid Number: 2017008 Bid Opening Date:Thursday,January 19, 2017 at 2:00 p.m. This addendum is released to answer the final questions receive.All information provided within and attached to this document are hereby incorporated into the bid documents. The-following questions have been received: Question 1: Please confirm that the construction of the 2"well must meet the requirements of Public Drinking well.Also, confirm that well pump, pressure tanks, etc.,water conditioning equipment and water purification equipment are to be excluded, if not provide equipment specifications for bidding. Answer:The potable well was approved through DOH as a Limited Use Public Water System (LUPWS). Contractor.should coordinate with their respective Well subs for the 2" potable well system. See attached potable well specification which can be used to assist with pricing of the system. Specification is for the peak use (classroom in-session Use) and not the Average daily use. Specifications are for highest use case. Question 2:Will the County consider substitutions for items and materials not designated "or equal" in the specifications? Answer: Materials shall be bid per the specs. If the bidder is successful they may submit a request for an mor equal" substitution during the shop drawing process for consideration by the Engineer. Attachments: Potable Well Spec Page I of 2 Addendum 3—26,17008 *************This.Addendum must be:acknowledged on the bid form and/or by return of this Acknowledgement with you rBid Company Name Proctor Construction Company LLC Name: DonW C.Proctor Title: 'CEO.. (Type/Printed) Authorized Signature: Date: 1/.19/17 Telephone: 712.234.8164 Email: dtolliverOproctorcc-eorn Page 2 of 2 BOARD OF COUNTY COMMISSIONERS �gIVEIP a z February 21,2017 via Email Proctor Construction Company, LLC Attn: Mr. Donald C. Proctor 2050 US Hwy 1,Suite 200 Vero Beach, FL 32960 NOTICE OF AWARD Reference: Indian River County Bid No.2017008 Indian River County Shooting Range Hunter Education Classroom Dear Mr. Proctor: It is my pleasure to inform you that on February 21, 2017, 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($536,666.00). ,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 Florida Department of Environmental Protection as additional insured and must provide for a 30 day Notice of Cancellation. 4. W-9. 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 W-9,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, March 8, 2017. 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, lennif Hyde Purchasing Manager 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 SECTION 00520 -Agreement(Public Works) I TABLE OF CONTENTS Title Page I ARTICLE1-WORK.................................................................................................................................2 f I I ARTICLE2-THE PROJECT..................................................................................................................2 ARTICLE 3—ENGINEER i 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-CONTRACT DOCUMENTS.............................................................................................6 ARTICLE 10-MISCELLANEOUS.........................................................................................................7 rTBE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY) i I i i I r 00520-Agreement(Public Works)REV 06-14 j 00520-1 F:\PublieWorks\ENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction Classroom\1-Admin\Bid Documents\Master Contract Documents\00520- Agreement(Public Works)REV 06-14.doc i 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) L Construction, . Lom ti LLC and Proctor C ,ASD A (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 involves the construction of a single-story 2,400-s.fclassroom and 900-s.f. covered patio for a total building area of 3,300-s.f. The interior of the non-sprinkled building will consist of a classroom, offices, storage rooms, and male & female toilet facilities. This work shall include the all of the Civil/Site work, Architectural, Structural, Electrical, Mechanical and Plumbing work as detailed in the plans and specifications. 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: INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM County Project Number: 1213C Bid Number: 2017008 Project Address: 10455 102ND TERRACE, SEBASTIAN, FLORIDA 32958 ARTICLE 3—ENGINEER 3.01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 -CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment A. The Work will be substantially completed on or before the 120th 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 00520-Agreement(Public Works)REV 06-14 00520-2 F\Purchasing\Bids\2016-2017 FY(2017000)\2017008 Shooting Range Hunter Safety Building\00520-Agreement(Public Works)REV 06-14.doc paragraph 14.07 of the General Conditions on or before the 150th calendar day after the date when the Contract Times commence to run. B. The Work will be fully completed (Final Completion) and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 150th calendar day after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions. 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 500.00 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 $500.00 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 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5.01.A and summarized in paragraph 5.01.6, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract:: Numerical Amount: $ 536.666.00 Written Amount: Five hundred thirty-six thousand six hundred sixty-six dollars 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. 00520-Agreement(Public Works)REV 06-14 00520-3 F\Purchasing\Bids\2016-2017 FY(2017000)\2017008 Shooting Range Hunter Safety Building\00520-Agreement(Public Works)REV 06-14.doc A.The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain ten percent (10%) of the payment amounts due to the CONTRACTOR until fifty percent (50%) completion of the work. After fifty percent (50%) completion of the work is attained as certified to OWNER by ENGINEER in writing, OWNER shall retain five percent (5%) of the payment amount due to CONTRACTOR until final completion and acceptance of all work to be performed by CONTRACTOR under the Contract Documents. Pursuant to Florida Statutes section 218.735(8)(b), fifty percent (50%) completion means the point at which the County as OWNER has expended fifty percent (50%) of the total cost of the construction services work purchased under the Contract Documents, together with all costs associated with existing change orders and other additions or modifications to the construction services work provided under the Contract Documents. 6.03 Pay Requests. A.Each request for a progress payment shall be submitted on the application for payment form supplied by OWNER and the application for payment shall contain the CONTRACTOR'S certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. After fifty 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 I to construction services work purchased b the apply p Y 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. 00520-Agreement(Public Works)REV 06-14 00520-4 _ F,\Purchasing\Bids\2016-2017 FY(2017000)\2017008 Shooting Range Hunter Safety Building\00520-Agreement(Public Works)REV 06-14.doc 1 I 6.05 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Public Construction Bond. ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with paragraph 6.20 (Indemnification) of the General Conditions to the Construction Contract. ARTICLE 8 -CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 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 00520-Agreement(Public Works)REV 06-14 00520-5 F\Purchasing\Bids\2016-2017 FY(2017000)\2017008 Shooting Range Hunter Safety Building\00520-Agreement(Public Works)REV 06-14.doc / D Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. generally sufficient to indicate and convey understanding of J. The Contract Documents are gene y y 9 all terms and conditions for performance and furnishing of the Work. ARTICLE 9 -CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following. 1. This Agreement(pages 00520-1 to 00520-9, inclusive); 2. Notice to Proceed (page 00550-1); 3. Public Construction Bond (pages 00610-1 to 00610-3, inclusive); 4. Sample Certificate of Liability Insurance (page 00620-1); 5. Contractor's Application for Payment(pages 00622-1 to 00622-6 inclusive); 6. General Conditions (pages 00700-1 to 00700-45, inclusive); 7. Supplementary Conditions(pages 00800-i to 00800-11, inclusive), 8. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical Provisions); 9. Drawings consisting of a cover sheet and sheets numbered AO.10 through P5.1, inclusive, with each sheet bearing the following general title: Indian River County Shooting Range Hunter Education Classroom; 10. Addenda (numbers to , inclusive); 11. Appendices to this Agreement (enumerated as follows): Appendix A— Permits Appendix B—Fertilizer Ordinances 12. CONTRACTOR'S BID (pages 00310-1 to 00310-6, inclusive); 00520-Agreement(Public Works)REV 06-14 00520-6 F\Purchasing\Bids\2016-2017 FY(2017000)\2017008 Shooting Range Hunter Safety Building\00520-Agreement(Public Works)REV 06-14 doc / 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 Certification of the Work (page 00632-1 to 00632-2 of the Specifications). ARTICLE 10—FEDERAL CLAUSES 10.1. Equal Employment Opportunity. During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. 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. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of 00520-Agreement(Public Works)REV 06-14 00520-7 F,\Purchasing\Bids\2016-2017 FY(2017000)\2017008 Shooting Range Hunter Safety Building\00520-Agreement(Public Works)REV 06-14.doc { September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. B. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of$2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction'). The Davis-Bacon Act only applies to the emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program. It does not apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program. In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non- Federal entity must report all suspected or reported violations to the Federal awarding agency The contracts must also include a provision for compliance with the Copeland "Anti-Kickback"Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States'). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. In situations where the Davis-Bacon Act does not apply, neither does the Copeland 'Anti- Kickback Act." However, for purposes of grant programs where both clauses do apply, FEMA requires the following contract clause: C. Compliance with the Copeland "Anti-Kickback"Act. (1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. 00520-Agreement(Public Works)REV 06-14 00520-8 F•\Purchasing\Bids\2016-2017 FY(2017000)\2017008 Shooting Range Hunter Safety Building\00520.Agreement(Public Works)REV 06-14 doc l / �JG The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. D. Contract Work Hours and Safety Standards Act(40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Compliance with the Contract Work Hours and Safety Standards Act: (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 (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), 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 (write in the name of the Federal agency or the loan or grant recipient) 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 paragraph (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. E. Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research 00520-Agreement(Public Works)REV 06-14 00520-9 F'\Purchasing\Bids\2016-2017 FY(2017000)\201700B Shooting Range Hunter Safety Building\00520-Agreement(Public Works)REV 06-14.doc work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. The term funding agreement means any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. Stafford Act Disaster Grants. This requirement does not apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households– Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of "funding agreement." F. Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended-Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all I applicable standards orders or regulations issuedpursuant to the Clean Air Act 42 U.S.C. 740 1- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). Clean Air Act: (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 seq. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act: (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. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. F. Energy Policy and Conservation Act – 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. G. Debarment and Suspension. In general, an "excluded" party cannot receive a Federal grant award or a contract within the meaning of a "covered transaction,"to include subawards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and subrecipients. The key to the exclusion is whether there is a "covered transaction," which is any non-procurement transaction (unless excepted) at either a "primary"or "secondary" 00520-Agreement(Public Works)REV 06-14 00520-10 F,\Purchasing\Bids\2016-2017 FY(2017000)\2017008 Shooting Range Hunter Safety Building\00520-Agreement(Public Works)REV 06-14.doc / J tier. Although "covered transactions" do not include contracts awarded by the Federal Government for purposes of the non-procurement common rule and DHS's implementing regulations, it does include some contracts awarded by recipients and subrecipient. Specifically, a covered transaction includes the following contracts for goods or services: (1) The contract is awarded by a recipient or subrecipient in the amount of at least $25,000. (2) The contract requires the approval of FEMA, regardless of amount. (3) The contract is for federally-required audit services. (4)A subcontract is also a covered transaction if it is awarded by the contractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of$25,000. Suspension and Debarment (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935) (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by Indian River County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (name of state agency serving as recipient and Indian River County), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. H. Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352 (as amended)—Contractors who apply or bid for an award of $100,000 or more shall file the required certification. 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 any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. I. Procurement of recovered materials. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000, procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. [identify if any products listed will be used in the project: http.//www.ecfr.gov/cgi-bin/text- idx?SID=24c206aa47415a518f661 d5a50ab26c4&mc=true&node=pt40.27.247&rgn=div5] J Procurement of Recycled/Recovered Materials: (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired- 00520-Agreement(Public Works)REV 06-14 00520-11 F\Purchasing\Bids\2016-2017 FY(2017000)\2017008 Shooting Range Hunter Safety Building\00520-Agreement(Public Works)REV 06-14 doc 1 oU (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii)At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines we b site, http.//www.epa.-gov/cpo/. The list of EPA-designate items is available at http://www.epa.gov/cpg/products.htm. K. Access to Records [required in all FEMA contracts]: The following access to records requirements apply to this contract: (1) The contractor agrees to provide (insert name of state agency or local or Indian tribal government), Indian River County, the FEMA 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. (2) 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. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. L. DHS Seal, Logo, and Flags: [required in all FEMA contracts]The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. M. Compliance with Federal Law, Regulations, and Executive Orders. [required for all FEMA contracts] This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. N. No Obligation by Federal Government: [required for all FEMA contracts] The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. O. Program Fraud and False or Fraudulent Statements or Related Acts: [required for all FEMA contracts] The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. Energy Policy and Conservation Act — 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. P. AFFIRMATIVE STEPS: [required for all federal contracts] 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. 00520-Agreement(Public Works)REV 06-14 00520-12 F'\Purchasing\Bids\2016-2017 FY(2017000)\2017008 Shooting Range Hunter Safely Buildmg\00520-Agreement(Public Works)REV 06-14.doc i (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 11.- MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Venue A. This Contract shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. 10.06 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. 00520-Agreement(Public Works)REV 06-14 00520-13 F,\Purchasing\Bids\2016-2017 FY(2017000)\2017008 Shooting Range Hunter Safety Building\00520-Agreement(Public Works)REV 06-14.doc V` (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@,ircgov.com Indian River County Office of the County Attorney 180127 th 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 06-14 00520-14 F,\Purchasing\Bids\2016-2017 FY(2017000)\2017008 Shooting Range Hunter Safety Building\00520-Agreement(Public Works)REV 06-14.doc IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on February 21 2017 (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 7vk 6,-sTr�.� �v.��w,�y LL c- ..........�pscoo By: :>• ,?: d e Flescher, air ;'v: � '•�'� ontr ctorl•';�.�������''��� •``` �'�„W, y,: •gy . in a 'i v, :1 ®pefa�+�?oynop�.,i`D��IL`'�' . By: (CORPORAac Jason 7n, County m' strator oval” off APPROVED AS TO F RM ND LEGA SUFF I N By- Ian Reingold, County orney Address for giving notices: '60(-DV &)5*U'(ji6V1 CD r LLC_ USo US Jeffrey R. Smith, Clerk of Court and Comptroller p,vn f)M G�. 3zq1.6 License No. 1:57-Z-2-001 Attest: a--) (Where applicable) D puty Clerk (SEAL) Agent for service of process: Designated Representative: Name: James W. Ennis, P.E., PMP Designated Representative: Title: County Engineer Name- 1801 27th Street Title: 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.) ** END OF SECTION ** 00520-Agreement(Public Works)REV 06-14 00520-15 F\Purchasing\Bids\2016-2017 FY(2017000)\2017008 Shooting Range Hunter Safety Building\00520-Agreement(Public Works)REV 06-14.doc �'J Page 1 of 6 General Decision Number: FL160019 08/05/2016 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 $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 1 08/05/2016 ENGI0487-009 07/01/2013 Rates Fringes OPERATOR: Mechanic. . . . . . . . . . . . . .$ 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 https://www.wdol.gov/wdol/scafiles/davisbacon/FL19.dvb?v= 12/15/2016 Page 2 of 6 i 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 10/01/2015 Rates Fringes IRONWORKER, ORNAMENTAL, REINFORCING AND STRUCTURAL. . . . . . .$ 22.34 10.15 ---------------------------------------------------------------- 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 I CARPENTER. . . . . . . . . . . . . . . . . . . . . . . .$ 15.48 3.00 r 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 https://www.wdol.gov/wdol/scafiles/davisbacon/FL19.dvb?v-- 12/15/2016 Page 3 of 6 i 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 f-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) ) . ---------------------------------------------------------------- https://www.wdol.gov/wdol/scafiles/davisbacon/FL19.dvb?v= 12/15/2016 Page 4 of 6 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 I determination. The classifications are listed in alphabetical j order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , i a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers i i 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. I Union prevailing wage rates are updated to reflect all rate f changes in the collective bargaining agreement (CBA) governing this. classification and rate. - - - --- ----- - - -- - -- -- - - Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that I 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 i the rates are survey rates based on a weighted average I 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 j 1 https://www.wdol.gov/wdol/scafiles/davisbacon/FL19.dvb?v= 12/15/2016 Page 5 of 6 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 ollowed.---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 1.6 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 https://www.wdol.gov/wdol/scafiles/davisbacon/FL19.dvb?v= 12/15/2016 Page 6 of 6 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 https://www.wdol.gov/wdol/scafiles/davisbacon/FL19.dvb?v= 12/15/2016 i SECTION 00550 - Notice to Proceed i, Dated TO: (BIDDER) ADDRESS: i I I I Contract For: INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM i IRC Project No: 1213C J I IRC Bid No. 2017008 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 120 calendar days for Substantial Completion of this -project-and A 50. 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 I CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Article 13. Also, before you may start any Work at the Site, you must: (add other requirements,if applicable) INDIAN RIVER COUNTY (OWNER) By: (AUTHORIZED SIGNATURE) (TITLE) 00550-Notice to Proceed REV 1-4-11 00550-1 I'APublie WorkMENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomlHdminlbld documents\Master Contract Documents\00550- Notice to Proceed REV 1-0-11.doc Rev.05/01 3120170013763 RECORDED IN THE RECORDS OF JEFFREY R.SMITH,CLERK OF CIRCUIT COURT INDIAN RIVER CO FL BK: 3008 PG: 55,3/15/2017 2:42 PM Public Work F.S.Chapter�(T)(a) coverTHIS BOND B GIVEN TO COMPLY WITH SECTION 25SAS OR SECTION 733.23 FLORIDA STATUTES,AND ANY ACTION INSTRO7ED BY A CLAIMANT UNDERTHIS BOND FOR PAYMENT NRIST BE IN ACCORDANCE WITH THE NOTICE AND TQC LIMITATION PROVISIONS DI SECTION 255.05(2)OR SECTION.713M FLORIDA STATUTES. BOND NO: 106600819 CONTRACTOR NAME: PROCTOR CONSTRUCTION COMPANY,LLC CONTRACTOR ADDRESS: 2050 US HIGHWAY 1.SUITE 200 VERO BEACH,FL 32960 CONTRACTOR PHONE NO: (772)234-8164 SURETY COMPANY NAME: TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA SURETY PRINCIPAL ONE TOWER SQUARE BUSINESS ADDRESS: HARTFORD,CT 06183 SURETY PHONE NO, (407)388-3268 OWNERNAME INDIAN RLVER COUNTY OWNER ADDRESS: 1800 27TH STREET VERO BEACH.FL 32960 OWNER PHONE NO: (772)226-1416 OBLIGEE NAME Of ambadigeo ftb dlHaed tam 9e owr^Bm oauKft PubllcendM OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: $536,666.00 CONTRACTNO 1213C Of appOnbb9 DESCRIPTION OF WORK: INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM CONSTRUCTION OF A SLNGLE STORY 2.400 SF CLASSROOM&900 SF COVERED PATIO. PROJECT LOCATION: 10455 102ND TERRACE SEBASTIAN,FL 32958 LEGAL DESCRIPTION: of gokmd MM-PAGR Al aea:rbaal�aee ew�Mssltgastb Bda IwReaO�'�of aa�PO®b+(4 tytfq 4 phM Tiraeas. 00010-2 00810-Pubtk C raWjcdon Bond F.1PuM WoftAMGINEERINO DM HM PROJECTS1121SC IRC S!,,II g Rmp Hurter Eduction CbwrmnWAvdn\bW doolme tWedwConft dOoolelpA WWio-Ptd&Co aMmWn Bond*c A TRUE COPY CERTIFICATION ON LAST PAGE J.R.SMITH,CLERK BK: 3008 PG: 56 PUBLIC CONSTRUCTION'BOND Bond No.106600819 (enter bond number) BY THIS BOND,We PROcrOR cONsTRuCTION COMPANY,LLC ,as Principal and TR ymm CASUALTY AND SUREIV COMPANY OF AMERICA,a corporation,as Surety,are bound to INDIAN RIVER COUNTY ,herein called Owner,in the sum of$536.666.00 . for payment of which we bind ourselves,our Firs,personal representatives,successors,and assigns,jointly and severally. THE CONDITION OF THIS BOND is that If Principal: 1. Performs the contradated FEMUARY2I, 2017 between Principal and Owner for construction of INDIAN RIVER OOUNTY SNOOTMG RANGE HONI'ER EDUCATIONCLASSROOM , 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 attorneys 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 fumished 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 nce with any formalities connected with the contract or the changes does n R° o $ A . obligation under this bond. DATED ON February 27,2017, pR CON STRucr►oia a e A cT t I^jt ;,N,; tllltlllf tilt, • t By OVAs CH 6ftg=InY :4. TRAVELERS CASUALTY AND ,"�` pct,`• _: `+"r SURETY COMPANY OF AMERICAl11 (Nath Sa Sllr Y) •Vis','s�:``�;w �. 00810-5 00610-PubboC.orabVdtlonBond ' PWW*W0 alE ME8VW DMSN)N PROJEC SA1213C NIC 6hooft Range Hunter Eduction ClaaaroormAd Wbkt dcmnnw t V&dter Comb Do=nenb100810-Pubk CoraMmWn Bond.doo A TRUE COPY CERTIFICATION ON LAST PAGE J.R.SMITH,CLERK BK: 3008 PG: 57 WARNING:THIS POWER OFATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS, POWER OF ATTORNEY Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of Amerka St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 216588 Certifies-No,0 0 6 8 3 412 6 KNOW ALL MEN BY THESE PRESENTS:That Farmington Casualty Company,St.Paul Fire and Marine Insurance Company.St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America.and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut.that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively tailed the"Companies").and that the Companies do hereby make,constitute and appoint D.W Matson III,and John W Charlton of the City of Coral Gables ,State of Florida ,their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances.conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons.guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 22nd day of lune 2016 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of Americe St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company it9MM „� ti State of Connecticut By: •Y `F�/'r,/' City of Hartford ss. Robert L.Raney,Senior Vim President on this the 22nd day of June 2016 ,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Yce President of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company.St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as'such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p,T In Witness Whereof,I.hereunto set my hand and official seal. ' TAIf W;,4 C. My Commission expires the 30th day of June,2021. * ��p t Marie C.Tetreauti,Notary Public SB440.5-16 Printed In U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER A TRUE COPY CERTIRCATION ON LAST PAGE J.R.SMITH,CLERK BK 3008 PG: 58 •' WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury t.,n Unce Company,Travelers Casualty and Surety Company.Travelers Casualty and Surety Company of America.and United States Fidelity and Guaranty Company,which resolutions arc now in full fora,and effect,reading as follows: RESOLVED,that the Chairman,the Resident,any Vice Chairman,any Executive Via President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys,4n-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizarrcw,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairmm,any Executive Vice President,any Senior Vice Resident or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,m ognizarm,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice Resident,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Via President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate hearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the shove and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 2�day ofen/f Q C —.20 1_I Kevin E.Hughes,AWst*Q . rorty y- x-9 x OF 1ft36 2 �� •� u� � a(yn?4gin ; i� -f s• To verify the authenticity of this Power of Attorney,call 1-800-4213880 or concoct us at www.travelersbond.com.Please refer to'Uie Arm lnoy-In-Feet amber,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WE STATE OF FLORIDA INDIAN RIVER COUNTY THIS IS TO CERTIFY THATTHIS IS A TRUE AND CORRECT COPY OF THE ORIGINAL 0 IN THIS OFFICE.THIS ORIGINAL MAY HAVE REDACT OF AS STATED INFLORIDASTATUE 19.01 J.R. CLER BY �7 PROCT-2 OP ID: QJ DATE / Y)CERTIFICATE OF LIABILITY INSURANCE 02/24/2017 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 Brown&Brown of Florida,Inc. PHONE FAX 1201 W Cypress Creek Rd#130 ac No Ell:954-776-2222 A/c No): 954-776-4446 P.O.Box 5727 E-MAIL Ft.Lauderdale,FL 33310-5727 ADDRESS: Ken E Willits,CPCU,CFP,CRIS INSURERS AFFORDING COVERAGE NAIC# INSURER A:Amerisure Mutual Ins.Co. 23396 INSURED Proctor Construction Co, LLC INSURER B Amerisure Insurance Company 19488 Attn:Valerie Brown 2050 Highway US 1; Suite 200 INSURER C:North River Insurance Company 21105 2050 Vero Beach,FL 32960 INSURER D:AIG Specialty Insurance Co 26883 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD VWVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 CLAIMS-MADE OCCUR X GL203461110 05/25/2016 05/25/2017 DAMAGE TO RENTED PREMISES Ea occurrence $ 100,00 MED EXP(Any one person) $ 10,00 PERSONAL&ADV INJURY $ 1,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,00 POLICY a PR - JECOT F__]LOC PRODUCTS-COMP/OP AGG $ 2,000,00 OTHER: Emp Ben. $ 1,000,00 AUTOMOBILE LIABILITY Ea BINEDtSINGLE LIMIT $ 1,000,000 B X ANY AUTO CA203460910 05/25/2016 05/25/2017 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS Per accident $ $ X UMBRELLA LIABX OCCUR EACH OCCURRENCE $ 10,000,00 C EXCESS LIAB CLAIMS-MADE 581106922 05/25/2016 05/25/2017 AGGREGATE $ 10,000,00 DED X RETENTION$ 0 $ WORKERS COMPENSATION _ AND EMPLOYERS'LIABILITY X STATUTE ER H B ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N WC203730510 05/25/2016 05/25/2017 E.L.EACH ACCIDENT $ 1,000,00 OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under nd DESCRIPTION OF OPERATIONS below D Contractor's CPL1067283 01/28/2015 05/25/2017 Each Occ POLICY LIMIT $ 1,000,00 2,000,00 Pollution Liab Aggregate 2,000,00 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) Project: IRC Shooting Range Hunter Education Classroom Indian River County and Florida Department of Environmental Protection is an additional insured with respect to General Liability if required by written contract.30 Day Notice of Cancellation applies except 10 days for non- payment of premium. CERTIFICATE HOLDER CANCELLATION INDIANR SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Indian River County THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN and Florida Department ACCORDANCE WITH THE POLICY PROVISIONS. of Environmental Protection 1801 27th Street AUTHORIZED REPRESENTATIVE Vero Beach,FL 32960-3388 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 2017 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT FILED DOCUMENT#L14000016921 Jan 12, 2017 Entity Name: PROCTOR CONSTRUCTION COMPANY, LLC Secretary of State Current Principal Place of Business: CC4426834682 2050 US HIGHWAY 1 SUITE 200 VERO BEACH, FL 32960 Current Mailing Address: 2050 US HIGHWAY 1 SUITE 200 VERO BEACH, FL 32960 US FEI Number: 46-4750281 Certificate of Status Desired: No Name and Address of Current Registered Agent: EMRICK,CATHERINE A 2050 US HWY 1,SUITE 200 VERO BEACH,FL 32960 US The above named entity submits this statement for the purpose of changing its registered office or registered agent,or both,in the State of Florida. SIGNATURE: CATHERINE EMRICK 01/12/2017 Electronic Signature of Registered Agent Date Authorized Person(s) Detail : Title CEO Title PRESIDENT Name PROCTOR,DONALD C Name TOLLIVER,DONALD Address 2050 US HWY 1,SUITE 200 Address 2050 US HWY 1,SUITE 200 City-State-Zip, VERO BEACH FL 32960 City-State-Zip: VERO BEACH FL 32960 Title SECRETARY Title ASST SECRETARY Name PROCTOR,LINDA Name EMRICK,CATHERINE Address 2050 US HWY 1,SUITE 200 Address 2050 US HWY 1,SUITE 200 City-State-Zip: VERO BEACH FL 32960 City-State-Zip: VERO BEACH FL 32960 Title VP Name GRANATH,JOHN Address 2050 US HWY 1,SUITE 200 City-State-Zip: VERO BEACH FL 32960 1 hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath;that I am a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605,Florida Statutes;and that my name appears above,or on an attachment with all other like empowered. SIGNATURE:DONALD PROCTOR CEO 01/12/2017 Electronic Signature of Signing Authorized Person(s)Detail Date i 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), and be substantially in the format shown on the first page following this instruction. The Public Construction 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. i 00610-1 00610-Public Construction Bond F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\00610-Public Construction Bond.doc Public Work F.S. Chapter 255.05 (1)(a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2)OR SECTION 713.23 FLORIDA STATUTES. 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: (If contracting entity is different from the owner,the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: CONTRACT NO: (If applicable) DESCRIPTION OF WORK: PROJECT LOCATION: LEGAL DESCRIPTION: (If applicable) FRONTPAGE All other bond page(s)are deemed subsequent to this page regardless of any page number(s)that may he printed thereon. 00610-2 00610-Public Construction Bond F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\00610-Public Construction Bond.doc PUBLIC CONSTRUCTION BOND Bond No. (enter bond number) BY THIS BOND, We , as Principal and a corporation, as Surety, are bound to herein called Owner, in the sum of$ , 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 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 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. DATED ON , (Name of Principal) By (As Attorney in Fact) (Name of Surety) 00610-3 00610-Public Construction Bond F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\00610-Public Construction Bond.doc SECTION 00620 -Sample Certificate of Liability Insurance CERTIFICATE OF LIABILITY INSURANCE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE INSURED COMPANY A- COMPANY B- COMPANY C- COMPANY D- COMPANYE- COVERAGES 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 ACCORDED 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. POLICY INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE NUMBER DATE MM/DD/YY DATE MM/D/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A ❑COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any One Fire $ 501000 ❑CLAIMS MADE-❑OCCUR MED.EXP.(Any One Person $ 5,000 i ❑ PERSONAL&ADV INJURY $ 1,000,000 ❑ GENERAL AGGREGATE $ 1,000,000 ❑ PRODUCTS—COMP/OPAGG. $ 1,000,000 ❑ $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A 11 ANY AUTO (Ea.Occurrence) $ 1,000,000 ❑ALL OWNED AUTOS BODILY INJURY ❑SCHEDULED AUTOS (Pei Person)-- —------ ------" ❑HIRED AUTOS BODILY INJURY $ ❑NON-OWNED AUTOS (Per Accident) ❑ PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY—EA_ACCIDENT $ ❑ OTHER THAN EA ACC $ ❑ AUTOONLY AGG $ A EXCESS LIABILITY EACH OCCURRENCE ❑ ❑CLAIMS MADE ❑DEDUCTIBLE AGGREGATE $ ❑RETENTION$ $ WORKER'S COMPENSATION AND A EMPLOYER'S LIABILITY ❑WC STATUTORY LIMITS E.L.EACH ACCIDENT $ 100,000 THE E.L.DISEASE—EA $ 500,000 PROPRIETOR/PARTNERS/ ❑INCL E.L.DISEASE-POLICY LIMIT $ 100,000 EXECUTIVE OFFICERS ARE: ❑EXCL OTHER: FULL REPLACEMENT COST BUILDER'S RISK OF THE WORK DESCRIPTION OF OPERATIONS/LOCATIONS VEHICLES/SPECIAL ITEMS CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ADDITIONAL INSURED: INDIAN RIVER COUNTY 1801 27TH STREET VERO BEACH FL 32960-3388 00620-Sample Certificate of Liability Insurance REV 04-07 00620-1 F•\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eductlon ClassroomlAdmin\bid documents\Master Contract Documents\00620-Sample Certificate of Liability Insurance REV 04-07.doc Rev.05/01 SECTION 00622 - Contractor's Application for Payment INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM Application for Payment No. For Work Accomplished through the period of through To: Indian River County (OWNER) From: (CONTRACTOR) Bid No.: 2017008 Project No.: 1213C 1) Attach detailed schedule and copies of all paid invoices. 1. Original Contract Price: $ 2. Net change by Change Orders and Written Amendments (+ or-): $ 3. Current Contract Price (1 plus 2): $ - 4. Total completed and stored to date: $ 5. Retainage (per Agreement): _ % of completed Work: % of retainage: Total Retainage: $ 6. Total completed and stored to date less retainage (4 minus 5): $ --- — -7:----Less-previous-Application for-Payments: ---- —$-- ------ --- – 8. DUE THIS APPLICATION (6 MINUS 7): $ i 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 j 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; i 00622-Contractor's Application for Payment-03-10 rev 00622-1 1"Tublic Works\ENGINEERING DIVISION PROJECTSM13C IRC Shooting Range Hunter Eduction ClassroomlAdmiftid documentsWlaster Contract Documents100622- Contractors Application for Payment-03-10 rev.doc Rev.05101 I i Page 2 of 5 2. Updated Construction Schedule per Specification Section 01310, and Dated By: (CONTRACTOR—must be signed by an Officer of the Corporation) Print Name and Title STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared who being by me first duly sworn upon oath, says that he/she is the of the CONTRACTOR mentioned above and that he/she has been duly authorized to act on behalf of it, and that he/she executed the above Contractor's Application for Payment and Contractor's Certification statement on behalf of said CONTRACTOR; and that all of the statements contained herein are true, correct, and complete. Subscribed and sworn to before me this day of , 20 is personally known to me or has produced as identification. NOTARY PUBLIC: (SEAL) Printed name: Commission No.: Commission Expiration: Please remit payment to: Contractor's Name: Address: [The remainder'of this page was left blank intentionally] 00622-Contractor's Application for Payment-03-10 rev 00622-2 FAPublic WorkMENGINEERING DIVISION PROJECTSN1213C IRC Shooting Range Hunter Eduction ClassroomlAdminlbid documentslMaster Contract Documents100622- Contractor's Application for Payment-03-10 rev.doc Rev 05/01 Page 3 of 5 SURETY'S CONSENT OF PAYMENT TO CONTRACTOR: The Surety, , a corporation, in accordance with Public Construction Bond Number , hereby consents to payment by the OWNER to the CONTRACTOR, for the amounts specified in this CONTRACTOR's APPLICATION FOR PAYMENT. TO BE EXECUTED BY CORPORATE SURETY: Attest: Secretary Corporate Surety Business Address Print Name: Title: (Affix Corporate SEAL) STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared , to me well known or who produced as identification, who being by me first duly sworn upon oath, says that he/she is the for and that he/she has been authorized by it to approve payment by the OWNER to the CONTRACTOR of the foregoing Contractor's Application for Payment. Subscribed and sworn to before me this day of 20 Notary Public, State of My Commission Expires: [The remainder of this page was left blank intentionally] 00622-Contractor's Application for Payment-03-10 rev 00622-3 F:\Public Works\ENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction Classroom\Admin\bld documents\Masler Contract Documents\00622- Contraclor's Application for Payment-03-10 rev.doc Rev.05101 i Page 4 of 5 CERTIFICATION OF ENGINEER: certify that I have reviewed the above and foregoing Periodic Estimate for Partial Payment; that to the best of my knowledge and belief it appears to be a reasonably accurate statement of the work performed and/or material supplied by the Contractor. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated SIGNATURE I CERTIFICATION OF INSPECTOR: have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the notes and reports of my inspections of the project. To the best of my knowledge, this statement of work performed and/or materials supplied appears to be reasonably accurate, that the Contractor appears to be observing the requirements of the j Contract with respect to construction, and that the Contractor should be paid the amount requested above, unless otherwise noted by me. I am not certifying as to whether or not ' - - - the Contractor-has-paid-all-subcontractors;-laborers,--materialmen and suppliers-because-1--- - --- - am not in a position to accurately determine that issue. Dated SIGNATURE j [The Remainder of This Page Was Left Blank Intentionally] 00622-Contractor's Application for Payment-03-10 rev 00622-4 FAPublic WorksIENGINEERING DIVISION PROJECTS%1213C IRC Shooting Range Hunter Eduction ClassroomlAdminlbid documents%Masler Contract DocumentS100622- Contraclor's Application for Payment-03-10 rev.doc Rev.05/01 i Page 5of5 ATTACHMENT A 1. List of all subcontractors, laborers, materialmen and suppliers who have not been paid from the payment received from the last Pay Request and the reason why they were not paid (attach additional pages as necessary): 2. List of all subcontractors, laborers, materialmen and suppliers for which a signed release of lien form (partial or final as applicable) is not included with this Pay --- ------ Request,together-with an-explanation-as to why the release-of lien form is-not- included s-not included (attach additional pages as necessary): i 00622-Contractor's Application for Payment-03-10 rev 00622-5 F:1Public WorkMENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomWdmiftid documents\Master Contract Documents100622- Contractor's Application for Payment-03-10 rev.doc Rev.05101 i PROJECT NAME:.INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM Project No. 1213C Payment Application!No. i PREVIOUS BALANCE TO SCHEDULED VALUE APPLICATION THIS PERIOD TOTAL COMPLETED % MATERIALS FINISH Item No. Description Unit Quantity Unit Price Amount QUANTITY TOTAL QUANTITY TOTAL QUANTITY TOTAL STORED QUANTITY TOTAL SUBTOTAL SUBTOTAL 0.00 0.00 0.00 0.00 0.00 0.00 FORCE ACCOUNT 1 LS GRAND TOTAL TOTAL T0.00 AMOUNT COMPLETED TO DATE $0.00 MATERIALS STORED TO DATE $0.00 SUB-TOTAL MATERIALS STORED AND COMPLETED TO y DATE $0.00 M RETAINAGE AT 10% $0.00 o o TOTAL COMPLETED AND STORED LESS RETAINAGE rn N LESS PREVIOUS PAYMENT N W AMOUNT DUE CONTRACTOR i i I I F:\PublicWorks\ENGI NEER[NG DIVISION PROJ ECrS\1213C 1 RC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\00622-Contractor's Application for Payment Spreadsheet Example.doc i i I i SECTION 00630 - Certificate of Substantial Completion Date of Issuance: 20 I OWNER: Indian River County fI CONTRACTOR- CONTRACT FOR: INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM Project No.: 1213C Project Description: The Project involves the construction of a single-story 2,400-s.f. classroom and 900-s.f. covered patio for a total building area of 3,300-s.f. The interior of the non-sprinkled building will consist of a classroom, offices, storage rooms, and male j & female toilet facilities. This work shall include the all of the Civil/Site work, Architectural, Structural, Electrical, Mechanical and Plumbing work as detailed in the plans and specifications. OWNER's Bid No. 2017008 i i I This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: i ! I I i To, OWNER And To, i CONTRACTOR i The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on i i DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within 30 calendar days of the above date of Substantial Completion. 00630-Certificate of Substantial Completion REV 04-07 00630-1 F%Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomWdminlbid documents\Master Contract Documents\00630- Certificate of Substantial Completion REV 04-07.doc i 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 WNER:CONTRACTOR:The following documents are attached to and made a part of this Certificate: [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.] This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. -- --- -- ------ Executed by ENGINEER on: (Date). ENGINEER: By: (Authorized Signature) CONTRACTOR accepts this Certificate of Substantial Completion on (date). CONTRACTOR: By: (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on (date). OWNER: INDIAN RIVER COUNTY By: (Authorized Signature) * * END OF SECTION 00630-Certificate of Substantial Completion REV 04-07 00630-2 FIPublic Works\ENGINEERING DNISION PROJECTSM13C IRC Shooting Range Hunter Eduction Classroom Adminlbid documentsWlaster Contract Documents100630- Cerliflcate of Substantial Completion REV 04.07.doc • i SECTION 00632 - CONTRACTOR'S FINAL CERTIFICATION OF THE WORK (TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) PROJECT NAME: INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM IRC PROJECT NO: 1213C STATE OF COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths, comes , who on oath says: That he is the CONTRACTOR with whom Indian River County, Florida, a political subdivision of said state, did on the day of ,20 , enter into a contract for the performance of certain work, more particularly described as follows: UNDER PENALTY OF PERJURY, affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by -------------such-CONTRACTOR.have-been-paid-in-full EXCEPT-.------ Name XCEP—T Name Description/Amount who have not been paid and who are due the amount set forth. Affiant further says that: 1. CONTRACTOR has reviewed the Contract Documents. 2. CONTRACTOR has reviewed the Work for compliance with the Contract Documents. 3. CONTRACTOR has completed the Work in accordance with the Contract Documents. 4. All equipment and systems have been tested in the presence of the ENGINEER or his representative and are fully operational with no defects or deficiencies except as listed below. 00632-1 F:\PubficWorks\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\00632-Contractor's Final Certification REV 04-07.doc i 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 P\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\00632-Contractor's Final Certification REV 04-07.doc I 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 FOR PAYMENT) i 1 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: INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM INDIAN RIVER COUNTY PROJECT# 1213C r I FURTHER CERTIFY that I have personally performed the survey work for the preparation j of Record Drawings for the CONTRACTOR for this project or that such work was performed under my direct control and supervision. ---- --- 1--FURTHER--CERTIFY that-all-constructed-elevations-and-locations-of-the-Work--are-in---- conformance ocations-of-theWork-are-in- --conformance with the Contract Documents, except for discrepancies listed below. 1 [Attach additional sheets as necessary] (SURVEYOR'S SEAL) CERTIFIED BY: Printed Name: Florida Professional Surveyor and Mapper Registration Number: Date Signed and Sealed by Professional Surveyor and Mapper: Company Name: Company Address: i Telephone Number: i 00634-Professional Surveyor and Mapper's Cert 00634-1 F•\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documenls\00634- Professional Surveyor and Mappers Cert.doc Rev.06/01 i i i STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General Contractors of America Construction Specifications Institute Copyright 01996 National Society of Professional Engineers 1420 King Street,Alexandria,VA 22314 American Consulting Engineers Council 101515th Street N.W.,Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 ,i TABLE OF CONTENTS Title Page ARTICLE 1 -DEFINITIONS AND TERMINOLOGY............... .....................................................................................5 1.01 Defined Terms...................................................................................................................................5 1.02 Terminology.......................................................................................................................................7 ARTICLE 2-PRELIMINARY MATTERS......................................................................................................................8 2.01 Delivery of Bonds....... ......................................................................................................................8 2.02 Copies of Documents....... .. .............................................................................................................8 2.03 Commencement of Contract Times,Notice to Proceed...................................................................8 2.04 Starting the Work............................................................................................ ..................................8 2.05 Before Starting Construction....................................................................... . ......... ........................8 2.06 Preconstruction Conference.............................................................................................................9 2.07 Initial Acceptance of Schedules...................................................... .............................................. ..9 ARTICLE 3-CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE................................................................9 3.01 Intent...................... ............................................................................. ....... ........ .......... .............. ..9 3.02 Reference Standards.......................................................................................... .............................10 3.03 Reporting and Resolving Discrepancies......................................................................... .................10 3.04 Amending and Supplementing Contract Documents................. ..... ............................................. .10 3.05 Reuse of Documents.................................................... ....................................................................10 ARTICLE 4-AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS.................................................................................................. . ................................................11 4 01 Availability of Lands............... ............ .................................................... ...................:.....................11 4.02 Subsurface and Physical Conditions..................................... ......... ....... ................... ....................11 4.03 Differing Subsurface or Physical Conditions................. ....... ..........................................................11 4.04 Underground Facilities............................................. ... ....... ..........................................................12 4.05 Reference Points........................................................... ....... ...........................................................13 4.06 Hazardous Environmental Condition at Site.....................................................................................13 ARTICLE 5-BONDS AND INSURANCE....................... ...... ..................................................... .. ... .........................14 5.01 Performance, Payment, and Other Bonds........................................................................................14 5.02 Licensed Sureties and Insurers........................................................................................................15 5.03 Certificates of Insurance...................................................................................................................15 5.04 CONTRACTOR's Liability Insurance................................................................................................15 5.05 OWNER'S Liability Insurance...................................................................... .....................................16 5.06 Property Insurance............................................................................................. ..............................16 5.07 Waiver of Rights...............................................................................................................i................17 5.08 Receipt and Application of Insurance Proceeds...............................................................................18 5.09 Acceptance of Bonds and Insurance, Option to Replace.................................................................18 5.10 Partial Utilization,Acknowledgment of Property Insurer.. ................................................................18 ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES.................................................................................................18 6 01 Supervision and Superintendence................................................................... ................................18 6.02 Labor, Working Hours.......................................................................................................................19 6.03 Services, Materials, and Equipment.................................................................................................19 6.04 Progress Schedule. ................... ......................................................................................................19 6.05 Substitutes and"Or-Equals"..............................................................................................................19 6.06 Concerning Subcontractors, Suppliers, and Others ...................................... .................................21 00700-General Conditions REV 5-10-13 00700-2 F\Public Works\ENGINEERINGDIVISION PROIECTSV213C IRC Shooting Range Hunter Eduction Classroom\AdFrOMbid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc 6.07 Patent Fees and Royalties................................................................................................................22 6.08 Permits.......... ............................................................. ......................................................................22 6.09 Laws and Regulations.......................................................................................................................22 6.10 Taxes.................................................................................................................................................22 6.11 Use of Site and Other Areas.............................................................................................................22 6.12 Record Documents ..23 6.13 Safety and Protection....................................... .......................23 6.14 Safety Representative.......................................................................................................................24 6.15 Hazard Communication Programs....................................................................................................24 ; 6.16 Emergencies.......... ...........................................................................................................................24 6.17 Shop Drawings and Samples.................................................................... ........ ... ..........................24 6.18 Continuing the Work.................................................................................................... .....................25 6.19 CONTRACTOR's General Warranty and Guarantee.......................................................................25 6.20 Indemnification...................................... .. ...... .................................. .............................................26 ARTICLE7-OTHER WORK.......................................... .............................................................................................26 7.01 Related Work at Site....................................................... 7.02 Coordination.... .................................................................................................. ... ..........................27 ARTICLE 8-OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor.............................. .. ..27 ' 8.02 Replacement of ENGINEER........ ....................... . .. . .............................................. ....................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....::::.-. -:::-:::-.-.-.:::.:............. ...........:.:.:.-.......:........:.:.........:.-..::-:: :::: ::::..... -- 1 8.07 Change Orders.................. ....................................................... ..... ... .............................................28 8.08 Inspections, Tests, and Approvals.....................................................................................................28 I 8.09 Limitations on OWNER's Responsibilities............................. .. ...................................... ................28 8.10 Undisclosed Hazardous Environmental Condition..... .....................................................................28 8.11 Evidence of Financial Arrangements............ .... ... .. .................................... ... ..............................28 ; ARTICLE 9-ENGINEER'S STATUS DURING CONSTRUCTION............................ . ... ..........................................28 9.01 OWNER'S Representative.................................... ..... .. ..................................................................28 9.02 Visits to Site................................................... ....... .. ................................... ....................................28 9.03 Project Representative.......................................................................................... ...........................28 9.04 Clarifications and Interpretations............. ........................................................................................29 9.05 Authorized Variations in Work... .......................................................................................................29 9.06 Rejecting Defective Work..................................................................................................................29 9.07 Shop Drawings, Change Orders and Payments.................. ...........................................................29 9.08 Determination for Unit Pnce Work...................................................................................... .............29 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work.............................29 9.10 Limitations on ENGINEER's Authority and Responsibilities.............................................................30 ARTICLE 10-CHANGES IN THE WORK; CLAIMS....................................................................................................30 10.01 Authorized Changes in the Work....................................................................................................30 10.02 Unauthorized Changes in the Work................................................................................................30 10.03 Execution of Change Orders....... ........................................ ..........................................................30 10.04 Notification to Surety.......................................................................................................................31 10.05 Claims and Disputes........ ..............................................................................................................31 ARTICLE 11 -COST OF THE WORK;CASH ALLOWANCES; UNIT PRICE WORK...............................................32 11.01 Cost of the Work................................................................................................... ..........................32 00700-General Conditions REV 5-10-13 00700-3 F,\Public 1 Vorks\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroo n\Admin\bid documentsWaster Contract Documents\00700-General Conditions REV 5-10- 13.doc i 11.02 Cash Allowances.............................................................................................................................34 11.03 Unit Price Work...............................................................................................................................34 ARTICLE 12-CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES............................................. 34 12.01 Change of Contract Price...................... .. ......................................................................................34 12.02 Change of Contract Times.................... .... ....................................................................................35 12.03 Delays Beyond CONTRACTOR's Control......................................................................................35 i 12.04 Delays Within CONTRACTOR's Control........................................................................................35 12.05 Delays Beyond OWNER'S and Contractor's Control.....................................................................35 12.06 Delay amages...............................................................................................................................36 I ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVEWORK...................................................................... 13.01 Notice of Defects. .. ..................36 13.02 Access to Work... I 13.03 Tests and Inspections......................................... 13.04 Uncovering Work................... .. ......................................................................................................37 13 05 OWNER May Stop the Work............................. ... ........................ ...............................................37 13.06 Correction or Removal of Defective Work......................................................................................37 13.07 Correction Period..................................... ................................ . .................................................37 13.08 Acceptance of Defective Work.............. .. ....................................................................... ...........38 13.09 OWNER May Correct Defective Work............................................................................................38 ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION .......................................................................39 14.01 Schedule of Values.................................. ................................................................................. 14.02 Progress Payments.............................................................. ............................................. ...........39 14.03 CONTRACTOR's Warranty of Title.. 14.04 Substantial Completion.................... . ...................... ........ ............................................................41 14.05 Partial Utilization.. ............................................................ ................ ............................................41 14.06 Final Inspection.. .............. . . .. ............................. ....................... ...............................................42 14.07 Final Payment..................... .............................................................................. ............................42 14.08 Final Completion Delayed.............................................................................................42 14.09 Waiver of Claims.................................. .........................................................................................43 ARTICLE 15-SUSPENSION OF WORKAND TERMINATION.................................................................................43 15.01 OWNER May Suspend Work ..........43 15.02 OWNER May Terminate for Cause................................................................................................43 15.03 OWNER May Terminate For Convenience......................... ..........................................................44 15.04 CONTRACTOR May Stop Work or Terminate............................................................ ..................44 ARTICLE 16-DISPUTE RESOLUTION.......... .... ......................................................... ..... ......................................44 16.01 Methods and Procedures................................................................................................................44 ARTICLE 17-MISCELLANEOUS................................................................. . ............................................................44 17.01 Giving Notice................................................ ..................................................................................44 17.02 Computation of Times............................... .....................................................................................44 17.03 Cumulative Remedies... .. ..............................................................................................................44 17.04 Survival of Obligations.....................................................................................................................45 17.05 Controlling Law................................................................................................................................45 00700-General Conditions REV 5-10-13 00700-4 F-\Public WorWENGINEERWG DIVISION PROIECTS\1213C IRC Shooting Range Hunter Eduction ClassroomWnrin\bid documentsWaster Contract Documents\00700-General Conditions REV 5-10- 13.doc 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 the OWNER and CONTRACTOR concerning the Work. The Contract 1. Addenda--Written or graphic instruments supersedes prior 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 is evidence 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 form 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 same are be accompanied by such supporting documentation more specifically identified in the Agreement, together as-is required by the Contract Documents. with all WrittenAmendments, 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 levels established by the United States Occupa- subsurface and physical conditions are not Contract tional 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 electronic media format of text, data, graphics, and submitted on the prescribed form setting forth the the like that may be furnished by OWNER to prices for the Work to be performed. CONTRACTOR are not Contract Documents. 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 all Addenda issued prior to receipt of Bids). Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of 7. Biddingme - h 11 Require nts -The paragraph .03 in the case of Unit Price Work). Advertisement or Invitation to Bid, Instructions to Bidders, Bid security form, if any, and the Bid form 14. Contract Times--The number of days or with any supplements. the dates stated in the Agreement to: (i) achieve Substantial Completion; and(ii) complete the Work so i 8. Bonds--Performance and payment bonds that it is ready for final payment as evidenced by and other instruments of security. ENGINEER's written recommendation of final pay- ment. 9. Change Order--A document recommend- ed by ENGINEER which is signed by CONTRACTOR 15. CONTRACTOR--The individual or entity and OWNER and authorizes an addition, deletion, or with whom OWNER has entered into the Agreement. 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 5-10-13 00700-5 F-\Publie WorkAENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documentsWaster Contract Documents\00700-General Conditions REV 5-10- 13.doc i 17. Drawings=-That part of the Contract 27. Milestone--A principal event specified in Documents prepared or approved by ENGINEER the Contract Documents relating to an intermediate which graphically shows the scope, extent, and completion date or time prior to Substantial Comple- character of the Work to be performed by tion of all the Work. CONTRACTOR. Shop Drawings and other CONTRACTOR submittals are not Drawings as so 28. Notice of Award--The written notice by defined. OWNER to the apparent successful bidder stating that upon timely compliance by the apparent successful 18. Effective Date of the Agreement--The bidder with the conditions precedent listed therein, date indicated in the Agreement on which it becomes OWNER will sign and deliver the Agreement. effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered 29. Notice to Proceed--A written notice given by the last of the two parties to sign and deliver. by OWNER to CONTRACTOR fixing the date on which the Contract Times will commence to run and 19. ENGINEER--The individual or entity on which CONTRACTOR shall start to perform the named as such in the Agreement. Work under the Contract Documents. 20ENGI EER;s/'`n nt--AnOndividual a 30. OWNER--The individual, entity, public entity-having-a-ron#a^+ ,.,,+h ENGINEER +fi b body, or authority with whom CONTRACTOR has sewiGe,c s E-NG''=EP'c I.,,de;, .en+ n Siena! entered into the Agreement and for whom the Work is ass esiateor sansultant with FeSpeGt tG the PFejeGt and to be performed. whG- s--den+iFie d as s Gh inthe—Supplementary Genditiens. 31. Partial Utilization--Use by OWNER of a substantially completed part of the Work for the pur- 21. Field Order--A written order issued by pose for which it is intended (or a related purpose) ENGINEER which requires minor changes in the prior to Substantial Completion of all the Work. Work but which does not involve a change in the - --Contract Price or the Contract-Times.--- -f --- - ---- 32.-PCBs--Polychlorinated biphenyls. -----_- -- 22. General Requirements--Sections of 33. Petroleum--Petroleum, including crude oil Division 1 of the Specifications. The General or any fraction thereof which is liquid at standard Requirements pertain to all sections of the Specifica- conditions of temperature and pressure (60 degrees tions. Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge,oil 23. Hazardous Environmental Condition--The refuse, gasoline, kerosene, and oil mixed with other presence at the Site of Asbestos, PCBs, Petroleum, non-Hazardous Waste and crude oils. Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a 34. Project--The total construction of which substantial danger to persons or property exposed the Work to be performed under the Contract thereto in connection with the Work. Documents may be the whole, or a part as may be indicated elsewhere in the Contract Documents. 24. Hazardous Waste--The term Hazardous Waste shall have the meaning provided in Section 35. Project Manual--The bound documentary 1004 of the Solid Waste Disposal Act (42 USC information prepared for bidding and constructing the Section 6903)as amended from time to time. Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is 25. Laws and Regulations, Laws or Regulat contained in the table(s)of contents. ions-Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all govern- 36. Radioactive Material--Source, special mental bodies, agencies, authorities, and courts nuclear, or byproduct material as defined by the having jurisdiction. Atomic Energy Act of 1954 (42 USC Section 2011 et seq.)as amended from time to time. 26. Liens--Charges, security interests, or encumbrances upon Project funds, real property, or 37. Resident Project Representative-The personal property. authorized representative of ENGINEER who may be assigned to the Site or any part thereof. 00700-General Conditions REV 5-10-13 00700-6 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10-13.doc 38. Samples--Physical examples of steam, liquid petroleum products, telephone or other materials, equipment, or workmanship that are communications, cable television, water, wastewater, representative of some portion of the Work and which storm water, other liquids or chemicals, or traffic or establish the standards by which such portion of the other control systems. Work will be judged. 47. Unit Price Work-Mork to be paid for on 39. Shop Drawings--All drawings, diagrams, the basis of unit prices. illustrations, schedules, and other data or information which are specifically prepared or assembled by or for 48. Work--The entire completed construction CONTRACTOR and submitted by CONTRACTOR to or the various separately identifiable parts thereof re- illustrate some portion of the Work. quired to be provided under the Contract Documents. Work includes and is the result of performing or 40. Site—Lands or areas indicated in the providing all labor, services, and documentation Contract Documents as being furnished by OWNER necessary to produce such construction, and upon which the Work is to be performed, including furnishing, installing, and incorporating all materials rights-of-way and easements for access thereto, and and equipment into such construction, all as required such other lands furnished by OWNER which are by the Contract Documents. designated for the use of CONTRACTOR. 49. Work Change Directive--A written 41. Specifications--That part of the Contract statement to CONTRACTOR issued on or after the Documents consisting of written technical descriptions Effective Date of the Agreement and signed by of materials, equipment, systems, standards, and OWNER and recommended by ENGINEER ordering workmanship as applied to the Work and certain an addition, deletion, or revision in the Work, or administrative details applicable thereto. responding to differing or unforeseen subsurface or physical conditions under which the Work is to be 42. Subcontractor--An individual or entity performed or to emergencies. A Work Change having a direct contract with CONTRACTOR or with Directive will not change the Contract Price or the any other-Subcontractor for the performance-of-a part- ------Contract Times but is evidence-that-the parties-expect of the Work at the Site. that the change ordered or documented by a Work Change Directive will be incorporated in a subse- 43. Substantial Completion--The time at quently issued Change Order following negotiations by which the Work (or a specified part thereof) has the parties as to its effect, if any,on the Contract Price progressed to the point where, in the opinion of or Contract Times. ENGINEER, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract 50. Written Amendment--A written statement Documents, so that the Work (or a specified part modifying the Contract Documents, signed by thereof) can be utilized for the purposes for which it is OWNER and CONTRACTOR on or after the Effective intended. The terms "substantially complete" and Date of the Agreement and normally dealing with the "substantially completed"as applied to all or part of the nonengineering or nontechnical rather than strictly Work refer to Substantial Completion thereof. construction-related aspects of the Contract Docu- ments. 44. Supplementary Conditions--That part of the Contract Documents which amends or 1.02 Terminology supplements these General Conditions. A. Intent of Certain Terms or Adjectives 45. Supplier--A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a 1. Whenever in the Contract Documents the direct contract with CONTRACTOR or with any terms "as allowed," "as approved," or terms of like Subcontractor to furnish materials or equipment to be effect or import are used, or the adjectives incorporated in the Work by CONTRACTOR or any "reasonable," "suitable," "acceptable," "proper," Subcontractor. "satisfactory," or adjectives of like effect or import are used to describe an action or determination of 46. Underground Facilities--All underground ENGINEER as to the Work, it is intended that such pipelines, conduits, ducts, cables, wires, manholes, action or determination will be solely to evaluate, in vaults, tanks, tunnels, or other such facilities or general, the completed Work for compliance with attachments, and any encasements containing such the requirements of and information in the Contract facilities, including those that convey electricity, gases, Documents and conformance with the design 00700-General Conditions REV 5-10-13 00700-7 FAPublic Works\ENGINEERING DIVISFON PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomWdminlbid documentslMaster Contract Documents100700-General Conditions REV 510-13.doc i concept of the completed Project as a functioning 4. When "furnish," "install," "perform," or whole as shown or indicated in the Contract "provide" is not used in connection with services, Documents (unless there is a specific statement materials, or equipment in a context clearly indicating otherwise). The use of any such term or requiring an obligation of CONTRACTOR, adjective shall not be effective to assign to ENGI- "provide"is implied. NEER any duty or authority to supervise or direct the performance of the Work or any duty or E. Unless stated otherwise in the Contract Docu- authority to undertake responsibility contrary to the ments, words or phrases which have a well-known provisions of paragraph 9.10 or any other provision technical or construction industry or trade meaning are of the Contract Documents. used in the Contract Documents in accordance with such recognized meaning. B. Day 1. The word "day" shall constitute a ARTICLE 2- PRELIMINARY MATTERS calendar day of 24 hours measured from midnight to the next midnight. 2.01 Delivery of Bonds C. Defective A. When CONTRACTOR delivers the executed 1. The word"defective,"when modifying Agreements to OWNER, CONTRACTOR shall also the word "Work," refers to Work that is deliver to OWNER such Bonds as CONTRACTOR unsatisfactory, faulty, or deficient in that it does may be required to furnish. not conform to the Contract Documents or does not meet the requirements of any inspection, 2.02 Copies of Documents reference standard, test, or approval referred to in the Contract Documents, or has been A. OWNER shall furnish to CONTRACTOR up damaged prior to ENGINEER's recom- to ten copies of the Contract Documents. Additional - - - mendation-of final payment--(unless-responsi- - - --copies-will-be-furnished-upon-request-at--the cost of- --- -- -- bility for the protection thereof has been reproduction. assumed by OWNER at Substantial Completion in accordance with paragraph 2.03 Commencement of Contract Times,Notice 14.04 or 14.05). to Proceed D. Furnish, Install, Perform, Provide A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agree- 1. The word "f�,,,;;sh�h,," when used ;rt ment or, if a Notice to Proceed is given, on the day connection—with seFVlGes, materials, or indicated in the Notice to Proceed. A Notice to Pro- egeipment she" F•^^^ to supply an ceed may be given at any time within 30 days after the said sewi^ee materials, equipment to the Effective Date of the Agreement. In no event will the Site nor s^me^cher spe^ifi Gaready r Contract Times commence to run later than the • ^stallatien-and-ia usable-or operable ninetieth day after the day of Bid opening or the Gond GIF6 thirtieth day after the Effective Date of the Agreement, whichever date is earlier. _. The word "install,"when used-h Gerrrrestian with senfic-es, materials, e 2.04 Starting the Work it, shall rnean to put into use or place id sew;Ges, materials, or A. CONTRACTOR shall start to perform the equipment complete and read•, '^r intended Work on the date when the Contract Times com- mence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to 3. The word"peFfORR—or "—fie," run. when used iR 130nneGfien with fiG@�r materials OF equipment, shall mean to farni2.05 Before Starting Construction and install said seNiGes, materiais, or ppLyjlSit mplete and ready far intended A. CONTRACTOR's Review of Contract Docu-ments., Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the 00700-General Conditions REV 5-10-13 00700-8 FAPublic WorkslENGINEERING DIVISION PROJECTSM13C IRC Shooting Range Hunter Eduction ClassroomlAdmin\bid documentslMaster Contract Documents100700-General Conditions REV 5-10-13.doe Contract Documents and check and verify pertinent working understanding—amonn the paFUes as to the figures therein and all applicable field measurements. Worknrd+e dice,,SS+hec nherh,IaQles referred to in pore CONTRACTOR shall promptly report in writing to graph PrO ENGINEER any conflict, error, ambiguity, or and other submittals, pfeGessing-Application discrepancy which CONTRACTOR may discover and Payment, and maintaining required reeerds shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected 2.07 Initial Acceptance of Schedules thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any A. Unless otherwise provided in the Contract conflict, error, ambiguity, or discrepancy in the Documents, at least ten days before submission of the Contract Documents unless CONTRACTOR knew or first Application for Payment a conference attended by reasonably should have known thereof. CONTRACTOR, ENGINEER, and others as appropri- ate will be held to review for acceptability to ENGI- B. Preliminary Schedules: Within ten days after NEER as provided below the schedules submitted in the Effective Date of the Agreement(unless otherwise accordance with paragraph 2.05.13. CONTRACTOR specified in the General Requirements), CONTRAC- shall have an additional ten days to make corrections TOR shall submit to ENGINEER for its timely review: and adjustments and to complete and resubmit the schedules. No progress payment shall be made to 1. a preliminary progress schedule CONTRACTOR until acceptable schedules are indicating the times (numbers of days or dates) submitted to ENGINEER. for starting and completing the various stages of the Work, including any Milestones specified 1. The progress schedule will be in the Contract Documents; acceptable to ENGINEER if it provides an orderly progression of the Work to completion 2. a preliminary schedule of Shop within any specified Milestones and the Drawing and Sample submittals which will list Contract Times. Such acceptance will not each required submittal and the times for sub- impose on ENGINEER responsibility for the _- _- ----mitting,—reviewing, - and---processing-- such-- ­­­--progress-------progress schedule,, for sequencing,-scheduling;------ submittal;and or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's 3. a preliminary schedule of values for full responsibility therefor. all of the Work which includes quantities and prices of items which when added together 2. CONTRACTOR's schedule of Shop equal the Contract Price and subdivides the Drawing and Sample submittals will be Work into component parts in sufficient detail to acceptable to ENGINEER if it provides a serve as the basis for progress payments workable arrangement for reviewing and during performance of the Work. Such prices processing the required submittals. will include an appropriate amount of overhead and profit applicable to each item of Work. 3. CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form S. €videnGe of lnsura„seBefere any Work at and substance if it provides a reasonable the Site is + rt rd GONTRAGTOR and !lWNE'l7 shall allocation of the Contract Price to component each deliver-to the ether, with espies to each parts of the Work. additional insuFed identified in the Supplementa tes of insur;Rse—(ar,a—sthef ARTICLE 3-CONTRACT DOCUMENTS: INTENT, eviden cf�either of +,- theFn-orn AMENDING, REUSE CONTRACTOR a d—OWNER respestioely--are requiFed to puFGhase and maintain in GGardaMe with 3.01 Intent Ar tiGle- A. The Contract Documents are comple- 2.06 Preconstruction Conference mentary; what is called for by one is as binding as if called for by all. A.-Within to run but before any Work at the cite is staFterl B. It is the intent of the Contract Documents to conferenGe attended by CONTRACTOR, ENGINEER, describe a functionally complete Project(or part there- and •ate-viill be held to eof) to be constructed in accordance with the Contract 00700-General Conditions REV 5-10-13 00700-9 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomWdmin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10-13.doc r I Documents. Any labor, documentation, services, CONTRACTOR shall report it to ENGINEER in materials, or equipment that may reasonably be writing at once. CONTRACTOR shall not inferred from the Contract Documents or from proceed with the Work affected thereby(except prevailing custom or trade usage as being required to in an emergency as required by paragraph produce the intended result will be provided whether 6.16.A) until an amendment or supplement to i or not specifically called for at no additional cost to the Contract Documents has been issued by OWNER. one of the methods indicated in paragraph 3.04; provided, however, that CONTRACTOR C. Clarifications and interpretations of the shall not be liable to OWNER or ENGINEER for Contract Documents shall be issued by ENGINEER failure to report any such conflict, error, as provided in Article 9. ambiguity, or discrepancy unless CON- TRACTOR knew or reasonably should have I 3.02 Reference Standards known thereof. A. Standards, Specifications, Codes, Laws, and B. Resolving Discrepancies Regulations 1. Except as may be otherwise 1. Reference to standards, specifica- specifically stated in the Contract Documents, tions, manuals, or codes of any technical the provisions of the Contract Documents shall society, organization, or association, or to Laws take precedence in resolving any conflict, error, or Regulations, whether such reference be ambiguity, or discrepancy between the specific or by implication, shall mean the stan- provisions of the Contract Documents and: dard, specification, manual, code, or Laws or Regulations in effect at the time of opening of a. the provisions of any standard, i Bids(or on the Effective Date of the Agreement specification, manual, code, or instruction if there were no Bids), except as may be (whether or not specifically incorporated by I otherwise specifically stated in the Contract reference in the Contract Documents);or -------- Documents.- — --- - - - - --- ---- ---- - --- --- b. the provisions of any Laws or 2. No provision of any such standard, Regulations applicable to the performance specification, manual orcode, or any instruction of the Work(unless such an interpretation of of a Supplier shall be effective to change the the provisions of the Contract Documents duties or responsibilities of OWNER, would result in violation of such Law or CONTRACTOR, or ENGINEER, or any of their Regulation). subcontractors, consultants, agents, or employ- ees from those set forth in the Contract 3.04 Amending and Supplementing Contract Documents, nor shall any such provision or Documents instruction be effective to assign to OWNER, ENGINEER, or any of ENGINEER's A. The Contract Documents may be amended to Consultants, agents, or employees any duty or provide for additions, deletions, and revisions in the authority to supervise or direct the performance Work or to modify the terms and conditions thereof in of the Work or any duty or authority to one or more of the following ways: (i) a Written undertake responsibility inconsistent with the Amendment; (ii) a Change Order; or (iii) a Work provisions of the Contract Documents. Change Directive. 3.03 Reporting and Resolving Discrepancies B. The requirements of the Contract Documents may be supplemented, and minor variations and A. Reporting Discrepancies deviations in the Work may be authorized, by one or more of the following ways: (i) a Field Order; (ii) 1 If, during the performance of the ENGINEER's approval of a Shop Drawing or Sample; Work, CONTRACTOR discovers any conflict, or (iii) ENGINEER's written interpretation or clarifi- error, ambiguity, or discrepancy within the Con- cation. I tract Documents or between the Contract i Documents and any provision of any Law or 3.05 Reuse of Documents Regulation applicable to the performance of the Work or of any standard, specification, manual A. CONTRACTOR and any Subcontractor or or code, or of any instruction of any Supplier, Supplier or other individual or entity performing or 00700-General Conditions REV 5-10-13 00700-10 I'APublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bld documentsWlaster Contract Documents\00700-General Conditions REV 5-10-13.doc i furnishing any of the Work under a direct or indirect A. Reports and Drawings: The Supplementary contract with OWNER: (i) shall not have or acquire Conditions identify: any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any 1. those reports of explorations and thereof) prepared by or bearing the seal of tests of subsurface conditions at or contiguous ENGINEER or ENGINEER's Consultant, including to the Site that ENGINEER has used in electronic media editions; and (ii) shall not reuse any preparing the Contract Documents; and 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 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 4.01 Availability of Lands of ENGINEER's Consultants with respect to: A. OWNER shall furnish the Site. OWNER shall 1. the completeness of such reports - - notify—CONTRACTOR- of- any encumbrances or - - -- and-drawings for CONTRACTOR's purposes ------ T restrictions not of general application but specifically including, but not limited to, any aspects of the related to use of the.Site with which CONTRACTOR means, methods, techniques, sequences, and must comply in performing the Work. OWNER will procedures of construction to be employed by obtain in a timely manner and pay for easements for CONTRACTOR, and safety precautions and permanent structures or permanent changes in programs incident thereto;or existing facilities. If CONTRACTOR and OWNER are unable to agree on entitlement to or on the amount or 2. other data, interpretations, opinions, extent, if any, of any adjustment in the Contract Price and information contained in such reports or or Contract Times, or both, as a result of any delay in shown or indicated in such drawings; or OWNER's furnishing the Site, CONTRACTOR may make a Claim therefor as provided in paragraph 3. any CONTRACTOR interpretation of 10.05. or conclusion drawn from any "technical data" or any such other data, interpretations, B. Upon reasonable written request, OWNER opinions, or information. shall furnish CONTRACTOR with a current statement of record legal title and legal description of the lands 4.03 Differing Subsurface or Physical Conditions upon which the Work is to be performed and OWNER's interest therein as necessary for giving A. Notice: If CONTRACTOR believes that any notice of or filing a mechanic's or construction lien subsurface or physical condition at or contiguous to against such lands in accordance with applicable the Site that is uncovered or revealed either: Laws and Regulations. 1. is of such a nature as to establish C. CONTRACTOR shall provide for all additional that any "technical data" on which CONTRAC- lands and access thereto that may be required for TOR is entitled to rely as provided in paragraph temporary construction facilities or storage of 4.02 is materially inaccurate;or materials and equipment. 2. is of such a nature as to require a 4.02 Subsurface and Physical Conditions change in the Contract Documents;or 00700-General Conditions REV 5-10-13 00700-11 F1Public Works1ENGINEERING DIVISION PROJECTSM13C IRC Shooting Range Hunter Eduction Classroom\Adminlbid documentsWlaster Contract Documents100700-General Conditions REV 5-10-13.doc i 3. differs materially from that shown or or becoming bound under a negotiated indicated in the Contract Documents;or contract; or 4. is of an unusual nature, and differs b.the existence of such condition could materially from conditions ordinarily reasonably have been discovered or encountered and generally recognized as inher- revealed as a result of any examination, ent in work of the character provided for in the investigation, exploration, test, or study of Contract Documents; the Site and contiguous areas required by the Bidding Requirements or Contract then CONTRACTOR shall, promptly after becoming Documents to be conducted by or for CON- aware thereof and before further disturbing the TRACTOR prior to CONTRACTOR's subsurface or physical conditions or performing any making such final commitment; or Work in connection therewith(except in an emergency as required by paragraph 6.16.A), notify OWNER and c. CONTRACTOR failed to give the ENGINEER in writing about such condition. written notice within the time and as re- CONTRACTOR shall not further disturb such quired by paragraph 4.03.A. condition or perform any Work in connection therewith (except as aforesaid)until receipt of written order to do 3. If OWNER and CONTRACTOR are so. unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in B. ENGINEER's Review.- After receipt of written the Contract Price or Contract Times, or both, a notice as required by paragraph 4.03.A, ENGINEER Claim may be made therefor as provided in will promptly review the pertinent condition, determine paragraph 10.05. However, OWNER, the necessity of OWNER's obtaining additional ENGINEER, and ENGINEER's Consultants exploration or tests with respect thereto, and advise shall not be liable to CONTRACTOR for any OWNER in writing (with a copy to CONTRACTOR) of claims, costs, losses, or damages (including ENGINEER's findings and conclusions. but not limited to all fees and charges of - - - - - - - - engineers; - architects,--attorneys---and--other- - ---- ~ - C. Possible Price and Times Adjustments professionals and all court or arbitration or other dispute resolution costs) sustained by 1. The Contract Price or the Contract CONTRACTOR on or in connection with any Times, or both, will be equitably adjusted to the other project or anticipated project. extent that the existence of such differing subsurface or physical condition causes an in- 4.04 Underground Facilities crease or decrease in CONTRACTOR's cost of, or time required for, performance of the A. Shown or Indicated.'The information and data Work;subject, however,to the following: shown or indicated in the Contract Documents with respect to existing Underground Facilities at or a. such condition must meet any one or contiguous to the Site is based on information and more of the categories described in para- data furnished to OWNER or ENGINEER by the graph 4.03.A; and owners of such Underground Facilities, including OWNER, or by others. Unless it is otherwise b. with respect to Work that is paid for expressly provided in the Supplementary Conditions: on a Unit Price Basis, any adjustment in Contract Price will be subject to the 1. OWNER and ENGINEER shall not provisions of paragraphs 9.08 and 11.03. be responsible for the accuracy or com- pleteness of any such information or data;and 2. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or 2. the cost of all of the following will be Contract Times if: included in the Contract Price, and CONTRAC- TOR shall have full responsibility for: a. CONTRACTOR knew of the existence of such conditions at the time a. reviewing and checking all such CONTRACTOR made a final commitment information and data, to OWNER in respect of Contract Price and Contract Times by the submission of a Bid 00700-General Conditions REV 5-10-13 00700-12 FAPubllc Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10-13.doc I r b. locating all Underground Facilities 4.05 Reference Points shown or indicated in the Contract Documents, A. OWNER shall provide engineering surveys to establish reference points for construction which in c. coordination of the Work with the ENGINEER's judgment are necessary to enable owners of such Underground Facilities, CONTRACTOR to proceed with the Work. CON- including OWNER, during construction,and TRACTOR shall be responsible for laying out the Work, shall protect and presence the established d. the safety and protection of all such reference points and property monuments, and shall Underground Facilities and repairing any make no changes or relocations without the prior damage thereto resulting from the Work. written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point or B. Not Shown orindicated property monument is lost or destroyed or requires relocation because of necessary changes in grades or 1. If an Underground Facility is locations, and shall be responsible for the accurate uncovered or revealed at or contiguous to the replacement or relocation of such reference points or Site which was not shown or indicated, or not property monuments by professionally qualified shown or indicated with reasonable accuracy in personnel. the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and 4.06 Hazardous Environmental Condition at Site before further disturbing conditions affected thereby or performing any Work in connection A. Reports and Drawings: Reference is made to therewith (except in an emergency as required the Supplementary Conditions for the identification of by paragraph 6.16.A), identify the owner of those reports and drawings relating to a Hazardous such Underground Facility and give written Environmental Condition identified at the Site, if any, notice to that owner and to OWNER and ENGI- that have been utilized by the ENGINEER in the NEER. ENGINEER will promptly review the preparation of the Contract Documents. --- -- Underground-Facility and-determine the-extent,-- if any, to which a change is required in the B. Limited Reliance by CONTRACTOR on Contract Documents to reflect and document Technical Data Authorized: CONTRACTOR may rely the consequences of the existence or location upon the general accuracy of the "technical data" of the Underground Facility. During such time, contained in such reports and drawings, but such CONTRACTOR shall be responsible for the reports and drawings are not Contract Documents. safety and protection of such Underground Such "technical data" is identified in the Facility. Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely 2. If ENGINEER concludes that a upon or make any Claim against OWNER, change in the Contract Documents is required, ENGINEER or any of ENGINEER's Consultants with a Work Change Directive or a Change Order respect to: will be issued to reflect and document such consequences. An equitable adjustment shall 1. the completeness of such reports be made in the Contract Price or Contract and drawings for CONTRACTOR's purposes, Times, or both, to the extent that they are including, but not limited to, any aspects of the attributable to the existence or location of any means, methods, techniques, sequences and Underground Facility that was not shown or procedures of construction to be employed by indicated or not shown or indicated with CONTRACTOR and safety precautions and reasonable accuracy in the Contract programs incident thereto;or Documents and that CONTRACTOR did not f know of and could not reasonably have been 2. 1 other data, interpretations, opinions expected to be aware of or to have anticipated. and information contained in such reports or If OWNER and CONTRACTOR are unable to shown or indicated in such drawings;or agree on entitlement to or on the amount or extent, if any, of any such adjustment in 3. any CONTRACTOR interpretation of Contract Price or Contract Times, OWNER or or conclusion drawn from any "technical data" CONTRACTOR may make a Claim therefor as or any such other data, interpretations, opinions provided in paragraph 10.05. or information. 00700-General Conditions REV 5-10-13 00700-13 F.Tublic Works\ENGINE E RING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documentsWaster Contract Documents\00700-General Conditions REV 5-10-13.doc C CONTRACTOR shall not be responsible for performed by OWNER's own forces or others in any Hazardous Environmental Condition uncovered or accordance with Article 7. revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the G. To the fullest extent permitted by Laws and Contract Documents to be within the scope of the Regulations, OWNER shall indemnify and hold Work. CONTRACTOR shall be responsible for a harmless CONTRACTOR, Subcontractors, ENGI- Hazardous Environmental Condition created with any NEER, ENGINEER's Consultants and the officers, materials brought to the Site by CONTRACTOR, directors, partners, employees, agents, other Subcontractors, Suppliers, or anyone else for whom consultants, and subcontractors of each and any of CONTRACTOR is responsible. them from and against all claims, costs, losses, and damages (including but not limited to all fees and D. If CONTRACTOR encounters a Hazardous charges of engineers, architects, attorneys, and other Environmental Condition or if CONTRACTOR or professionals and all court or arbitration or other anyone for whom CONTRACTOR is responsible dispute resolution costs) arising out of or relating to a creates a Hazardous Environmental Condition, Hazardous Environmental Condition, provided that CONTRACTOR shall immediately: (i) secure or such Hazardous Environmental Condition: (i) was not otherwise isolate such condition; (ii) stop all Work in shown or indicated in the Drawings or Specifications connection with such condition and in any area or identified in the Contract Documents to be included affected thereby (except in an emergency as required within the scope of the Work, and (ii)was not created by paragraph 6.16); and (iii) notify OWNER and ENGI- by CONTRACTOR or by anyone for whom NEER (and promptly thereafter confirm such notice in CONTRACTOR is responsible. Nothing in this para- writing). OWNER shall promptly consult with graph 4.06.E shall obligate OWNER to indemnify any ENGINEER concerning the necessity for OWNER to individual or entity from and against the consequences retain a qualified expert to evaluate such condition or of that individual's or entity's own negligence. take corrective action, if any. H. To the fullest extent permitted by Laws and E. CONTRACTOR shall not be required to Regulations, CONTRACTOR shall indemnify and hold resume-Work--in-connection-with such-condition or in- - harmless-- OWNER __- ENGINEER,- ENGINEER's- -- any affected area until after OWNER has obtained any Consultants, and the officers, directors, partners, required permits related thereto and delivered to employees, agents, other consultants, and CONTRACTOR written notice: (i) specifying that such subcontractors of each and any of them from and condition and any affected area is or has been against all claims, costs, losses, and damages rendered safe for the resumption of Work; or (ii) (including but not limited to all fees and charges of specifying any special conditions under which such engineers, architects, attorneys, and other Work may be resumed safely. If OWNER and professionals and all court or arbitration or other CONTRACTOR cannot agree as to entitlement to or dispute resolution costs) arising out of or relating to a on the amount or extent, if any, of any adjustment in Hazardous Environmental Condition created by Contract Price or Contract Times, or both, as a result CONTRACTOR or by anyone for whom of such Work stoppage or such special conditions CONTRACTOR is responsible. Nothing in this under which Work is agreed to be resumed by paragraph 4.06.E shall obligate CONTRACTOR to CONTRACTOR, either party may make a Claim indemnify any individual or entity from and against the therefor as provided in paragraph 10.05. consequences of that individual's or entity's own negli- gence. F. If after receipt of such written notice CONTRACTOR does not agree to resume such Work I. The provisions of paragraphs 4.02, 4.03, and based on a reasonable belief it is unsafe, or does not 4.04 are not intended to apply to a Hazardous agree to resume such Work under such special condi- Environmental Condition uncovered or revealed at the tions, then OWNER may order the portion of the Work Site. that is in the area affected by such condition to be deleted from the Work. If OWNER and CON- TRACTOR cannot agree as to entitlement to or on the ARTICLE 5-BONDS AND INSURANCE amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a 5.01 Performance, Payment, and Other Bonds Claim therefor as provided in paragraph 10.05. OWNER may have such deleted portion of the Work A.. CONTRA TOR shall fMish peFfeFmaFlGe and payment Bonds, sh in-an-amount at-least:equal 00700-General Conditions REV 5-10-13 00700-14 F:1Public Works\ENGINEERING DIVISION PROJECTSM13C IRC Shooting Range Hunter Eduction ClassroomlAdmin\bid documenlsXMaster Contract Documents1OD700-General Conditions REV 5-10-13.doc i i tG4he Centrant IDrioe as seGl Jrity for the faithful nerbrev;denGe rnanGe and payment of all GONTRAGTOR's TOR r an of eF aaddittoYtal-insu obligations-u der- ma�Gt-DGI@Idments. Th 1 to purGhase and maintain. Bonds hall remain-in-effect-at least until one year after-the-date when final payment he^emes due 5.04 CONTRACTOR's Liability Insurance eXGept as pro Ped A-11h.e.p.m.fise by Laws or Regulations of by-the Gen#faGt DGIGuments. GONTRACTOR shall A. CONTRACTOR shall purchase and maintain also furnish SUGh other Bonds as are required by the such liability and other insurance as is appropriate for Con+raGt DOGUr„en+S the Work being performed and as will provide protection from claims set forth below which may arise B. All Bonds shall be in the form prescribed by out of or result from CONTRACTOR's performance of the Contract Documents except as provided otherwise the Work and CONTRACTOR's other obligations by Laws or Regulations, and shall be executed by under the Contract Documents,whether it is to be per- such sureties as are named in the current list of"Com- formed by CONTRACTOR, any Subcontractor or panies Holding Certificates of Authority as Acceptable Supplier, or by anyone directly or indirectly employed Sureties on Federal Bonds and as Acceptable by any of them to perform any of the Work, or by Reinsuring Companies" as published in Circular 570 anyone for whose acts any of them may be liable: i (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the 1. claims under workers' compensation, Treasury. All Bonds signed by an agent must be disability benefits, and other similar employee j accompanied by a certified copy of such agent's benefit acts; authority to act. 2. claims for damages because of C. If the surety on any Bond furnished by CON- bodily injury, occupational sickness or disease, TRACTOR is declared bankrupt or becomes insolvent or death of CONTRACTOR's employees; or its right to do business is terminated in any state where any part of the Project is located or it ceases to 3. claims for damages because of - _--- meet—the---requirements -- of—paragraph-5.01:6,— --bodily-injury;-sickness-or-disease;-or death of---- - -- CONTRACTOR shall within 20 days thereafter any person other than CONTRACTOR's substitute another Bond and surety, both of which employees; shall comply with the requirements of paragraphs 5.01.13 and 5.02. 4. claims for damages insured by reasonably available personal injury liability 5.02 Licensed Sureties and Insurers coverage which are sustained:(i) by any person as a result of an offense directly or indirectly A. All Bonds and insurance required by the related to the employment of such person by Contract Documents to be purchased and maintained CONTRACTOR, or (ii) by any other person for by OWNER or CONTRACTOR shall be obtained from any other reason; surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is 5. claims for damages, other than to the located to issue Bonds or insurance policies for the Work itself, because of injury to or destruction limits and coverages so required. Such surety and of tangible property wherever located, including insurance companies shall also meet such additional loss of use resulting therefrom;and requirements and qualifications as may be provided in the Supplementary Conditions. 6. claims for damages because of bodily injury or death of any person or property 5.03 Certificates of Insurance damage arising out of the ownership, mainte- nance or use of any motor vehicle. A. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the B. The policies of insurance so required by this Supplementary Conditions, certificates of insurance paragraph 5.04 to be purchased and maintained shall: (and other evidence of insurance requested by OWN- ER or any other additional insured) which CON- 1. with respect to insurance required by TRACTOR is required to purchase and maintain. paragraphs 5.04.A.3 through 5.04.A.6 inclusive, OWNER shall-deliver include as additional insureds (subject to any to eaoh additional insured identified-intham„` Supple customary exclusion in respect of professional mentary Conditions, GertifiGates of insurance (and liability) OWNER, ENGINEER, ENGINEER's 00700-General Conditions REV 5-10.13 00700-15 F•\Public WorWENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documenlsWlaster Contract Documents\00700-General Conditions REV 5-10-13.doc j Consultants, and any other individuals or 5.05 OWNER's Liability Insurance entities identified in the Supplementary Condi- tions, all of whom shall be listed as additional A. in ddiitien tri-the "iced to ho insureds, and include coverage for the respec- pfevided by GONTRACTOR graph 6.04, tive officers, directors, partners, employees, OWNER, at-OWNER's aptien, may purch a-and agents, and other consultants and maintain at^WNER's expense(1\A NER's own liabili+,l subcontractors of each and any of all such ;Il, pretest ^-OWNER-against-Glaimj additional insureds, and the insurance afforded y ihinh may arise frn to these additional insureds shall provide Ooc-urnents. primary coverage for all claims covered thereby; 5.06 Property Insurance 2. include at least the specific A. bless-otherwise-provided intheSupple- coverages and be written for not less than the mentaFy Gonditions, OWNER shall jauFGhase and limits of liability provided in the Supplementary maintain propert n the Work at-the-Site Conditions or required by Laws or Regulations, ln-the-amG�. thefe-, ll �„- eplasement nest thornnF whichever is greater; le--aMel ants as may he prsvided in the Supplementary Conditions er required 3. include completed operations by Laws and Regulations. This insurance hafl--. insurance; 1. include interests of OWNER, j 4. include contractual liability insurance CONTRACTOR, SubGontraGtOFS, ENGINEE-F covering CONTRACTOR's indemnity €NGINEER's Consultants, and any—ether obligations under paragraphs 6.07, 6.11, and individuals or—entities identified in—the 6.20; Supplementar-f-Conditions, and the -Rise digesters;-partners, emplGyees, agents and 5. contain a provision or endorsement otherse that the-coverage afforded-will-not-be--canceled,----- -and=any-of-=them,-eaG"-of-wRcim-is-deeffle o --- ---- -- materially changed or renewal refused until at have an insurable-interestill-be listed as least thirty days prior written notice has' been an addi#+onal insured; given to OWNER and CONTRACTOR and to each other additional insured identified in the 2. be written on a Builder's Risk"all risk" Supplementary Conditions to whom a certificate or open peril Gr special eauses of less n^lioy of insurance has been issued (and the fOgm that shall at east inEludeAnsuranse-for certificates of insurance furnished by the CON- physiGal-AGss oF damage to the Work, ternpo TRACTOR pursuant to paragraph 5.03 will so rare buildings,false work, and materials-,a„d provide); equipment in ", Rd shall insuFe against at least-thG-i owing perils nr f Incc. fire- 6. remain in effect at least until final i lightn,,�„n,g, e,en , theft, vandalism payment and at all times thereafter when CON- and rnaliGiGUS MOSGh ef, earthquake;eellapse; TRACTOR may be correcting, removing, or deha�moval, demoli#i1 by en replacing defective Work in accordance with ferment of Laws and Re^„lat,ions paragraph 13.07;and damage, and such other nerlls nr wnalulspes .+f loss as may be snenifin^Ily red by the 7. with respect to completed operations Supple mentary-CendrtiGw insurance, and any insurance coverage written on a claims-made basis, remain in effect for at 3. include-e`x,enses inn„rrein the least two years after final payment (and repair er-rep n llper#y CONTRACTOR shall furnish OWNER and OaGWding but not limited to fens anom,nh^r es of each other additional insured identified in the ors and^rnhiten+s\. Supplementary Conditions, to whom a certificate of insurance has been issued, 40 saver rrlated-a evidence satisfactory to OWNER and any such stGFed at the Site or at anotheF location that was additional insured of continuation of such agreed to in writing by b OWNER N^e y,,, to bei a ng insurance at final payment and one year 4 nGGrperated in the provided that sueh thereafter). materials ani' equipment have been inGlud�-'"- 00700-General Conditions REV 5-10-13 00700-16 F1Public WorkMENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomlAdmin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10-13.doc t an Application for Payment rennmmnnrled-by Amen dtHent. Prior tG GernmenGernent of the Work at ENGINEER; the Site, OWNER shall in i TOR-w ,.,'1,,`., llo ` heth sen �. a -er-p on of the .norm by n1D 5.07 Waiver of Rights 6 Glude testing-and startup-,arm A. QWNQR-and CONTRACTOR intend th- 7. be maintainett-tn effent until final p y_ pekiec s in aGGGFdaRGe with pa graph 5.06 went is made unless�niice agreed to4n will— prGteGt OWNER, ,,,CONTRACTOR writing by OWNER, CONTRACTOR, and n1GP Subce„�t ractOrs, €NOiAI€€R, PINE€ SE-R-'s Consul ENGINEER w!tl. 30 day ten-netitrr-td-C'tttrtitants, and all er'-{ndividuals or-entities igen+ifiefl in ether addonal insured to whom a GeFtifiGate a theS 'Supplementary +P ens ico be listed as insureds nsuraRGe Masi been icd tter e_ _ 'an' reds ttt—/a_}d-the offiGeFS, direGtGrs partners emnlOyees agentsanother Gensu d+nn+s "J .7 , i! I Q nOWNER hall purchase-and maintain such and-subsentrasterc ofo,-n nd-aey4"em)4n saet� bnilvvrter-and-r�inc�Ghinery-i •AAOp- rgq�f p�{es—an insurancrrtzc� be required by the �}ppierne�' property losses n mgnges paused by the Perils Gr Gauses o n&-Grf Conditigan by limes shall nnn+ain the interests,--of OWNER, CONTRAGTOR, previsions to tFje-efFect that in the event of payment-ef ,%ubsentrasters, ENGINEER, €NGM EER's Consul- any-lG&s-Gr­4amage the insurers W611 have nO Fight&-Of tants,and any other individuals or-entities-identified in reGavery-against-any of the inot,reds er-additional the SupplemeptaFy GenditlGnS eaGh of whom-4s insureds there der. OWNER and CONTRACTOR deemed t have n insurable interest d shall he waive all rights against each other and�trhTek a c�i r� cG have -antra-n�xr�u �-uy aTr lusted as an insured or nal-insured. respective of isers diFeoters,partners,;,pleyees, agents, nd other ons It n+s y, nand a�vn�cnmar-rca� -d-uhnontradoWs Of C. All the,�nnlioies of insurance (an�tf-le n� ea h an of them for all Inoses and damages motes or othe -evideRGe-thO required -ter b - - _ _ _ _ _ _ - �ree€)=r�-��e-pur=--- , . .n ny=sf=the-- chased andd maintained rn-asGordance with Paragraph perils OF Gausesr{of OSS Govered by SUGh policies and " -W4l-�entaln-a provisi ent t, thatt the any ether-propertyAGe appliGable to the Work; GOverag a canceled OF materially and,in -addition, waive sutwhrig"„t?-- against Ghanged-Or renewal refused until at least 3gdays+ ier SubGonENGINEER,€ GINE€R, ENGINE s�r 's written notice has to OWN Consultants, ,• e�nt�e T-RAG-AD eaGhamther dd+t♦enal-insu identified4R-the-&upplementary Conditions W be ., rant hashaeen'issued aanduitisl ansa du nand +fief iGerrsr awll-sentain Iver nsinaaGGerdance-with direGters, partners,-employees, agents, and-ether paragraph 5.07. consultants and GOntF Gters Of eanh and nv of them) under olic p SUGh ies for lesser, and damages ser o D. OWNER shall not be responsible for purchas- Gaused. None of f tfh'e���`"above-waivers shall-extend-to ing and maintaining any property insurance specified the rights that any party making suGh waiver in this paragraph 5.06 to protect the interests of te-the pro eds-of insuranGe he'd by OWNER as CONTRACTOR, Subcontractors, or others in the trustee Or otherwise payable ,trader-any--pGliGy-se Work to the extent of any deductible amounts that are issued. identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be B. OWNER— waives it rights against borne by CONTRACTOR, Subcontractors, or others CONTRACTOR SubGGntracters, ENGINEER, suffering any such loss, and if any of them wishes EN(_INEER's Canso t�n+_�nd—thee aftiners diren+Grs� property insurance coverage within the limits of such partners, employees, agents,-and-other consultants amounts, each may purchase and maintain it at the and subGGntraGtOFS of eaGh and nyofthem#ar: purchaser's own expense. 1. less du to business interruption, less G If CONTRACTOR requests on writing that nsequential less xtending , rrvc�uurmrn-�v�nZcrtam9, Other speGial-insuFan in +h,, hePrsperty beyond diMGt PhYSiGa"G66-er-damage-tG insurance-pOAGies prev ided under-paragraph 06; OWN€R's-property or-the-WOFk�-Gaused�; OWNER shall if possible, nGlude SUGh insurance, arising O^t Of, n resulting from fire Or Other peril . .� _ -_ ... .J ._...fire .......-Port and the Oost thereof will be Gharged to GONTRAG whether or not insured by and OWNER; TOR by apprepFiate Change 0 er or `"-�;itten 00700-General Conditions REV 5-10-13 00700-17 1 F:\Public WorWENGINEERING DIVISION PROJECTSX1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documentsWasler Contract Documents\00700-General Conditions REV 5-10-13.doe i I 2. lessor damage to the GOMpleted Pro- A. if either OWNER OF CONTRACTOR has ny jest 9F pa►# ereef-eaused by, arising objection-tele GoveFage afforded by or ot e�previ- resu&g frem fire or ether il SiGns Gf the Bonds er ins nye required to he i oversd by any property phased and m intained by the ether party in asEsr- uranG maintained on the Ietedd PMeG noe with Article 5 on the ba ancc-vvTnT�crcirncr��,-vrr-cnc-nccvivvf-nen-Egr}fer�}aREe er pari there -partial w� CentFaEt-DOGU iaento the.nh;en+inn party hall " I oWizatien pursuant to paragraph 14.05, afte so notify the other party in Writing-within 10 days after Substantial-Sempletien-pursuant-to paragraph} receipt ethe-EertifiGates or ether evidence 44.04, or after final-payment-pursuant--te re h 2.05.G. OWNER paragraph 14.07. a othe c,Nch additional ;nfcrmation ,n respeset of insurance nce C. y insuranGe policy maintained by OWNER pro ideged�he ethermayreasonably request. vvv�r,t-ig—a{�e `' f'' a" �'damage or nonsequential loos he either noes ase GF of e , .7 0 referred-to--in -paragraph 5.0,xBonds don uranGe required of s„nh party by the prevlsieRs to the a#est that On the eventGf pvaaymeiit ofContFaGt DOGIAments, Uch party shall notify the-otheF any-such loss;-damage,�CIF GOnsequentia"ass, th party4n-writing Of SUGh failIJIFe tO PUFGha a prier to the insurerswilful have n rights of r Fy against rier-te CONTRACT-OR, SubcentracterS, ENGINEER, o any-change in the required Beverage. With ! l='NGINEER's Gens„Itants and the a#;aero di�� prejudl�anvi othe�gh+or remedy +he$+ rty , , f�1" rrY-c'a� g , 'iY partners,employees, 6e to and subcontraEters of each and any of them pretest-suEh-ether-party's interests at the expense of ! r the party whe was quired to provide such roeverage-, 5.08 Receipt and Application of Insurance and a Change Order shall be issued to ad;,, + the Proceeds SentraEt-Price accordingly: A Any insured lessUnder-the-polities-ef 5.10 Partial Utilization,Acknowledgment of insurance required.by-paragrap4,5 06 will be adjusted Property Insurer with-A4"P'laER- and made-payable--t ER-as --- -- --- - - -- --- -- -- - - fiduEiaFy-for-the-4rsureds, as their interests may A. If OWNER finds it necessary to occupy or use appear, 6,,b;egt to the requirements of any applicable a portion or portions of the Work prior to Substantial rnertgage-clause-and-of paragraph-"8.Ro . OWNER Completion of all the Work as provided in paragraph shall deposit in a separate-aGcew#-_any--meney-se 14.05, no such use or occupancy shall commence reeeiv,ed and shall distribute't i^_aGGGFdaRGe with suchbefore the insurers providing the property insurance j agreement a +berriesT IY1 1„tom+ may ea�hfne pursuant to paragraph 5.06 have acknowledged notice ! other spedal agreemen+'r1i„�,.e ,he maged thereof and in writing effected any changes in cover- Werh--shall-be repaired or replaced the moneys se u, age necessitated thereby. The insurers providing the nd +b reBewed-applied-en-aGso„nt thereof, ae-Werk property insurance shall consent by endorsement on and the GGSt thereof co4ere,d by an appropriate the policy or policies, but the property insurance shall Change Order or Written Amendment not be canceled or permitted to lapse on account of any such partial use or occupancy. B. OWNER as fi&Giary shall have power to dsst a ;uand settle-anyesu eMe-parties °n i"'erect shall object-in writing-wthin 16 ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES days aftehe eGEarrence—,f- exemise of thio pIf SUGh objeGtiOn bede- OWNER—as tidUGI shall settlement with aq� 6.01 Supervision and Superintendence jq{�`.4}rpKC 1 t�rerdan Ge :ith .SUGh „eat .as the ...�,,.,., .,. u^giro , parties in interest-may reach. if no-GUGh agreement A. CONTRACTOR shall supervise, inspect, and among the g {join Interest is reached! (lWNE direct.the Work competently and efficiently, devoting settlefiduGiary shall acqust and the less with the such attention thereto and applying such skills and insurers and, if required i yrritipg h„ acv, part„ in expertise as may be necessary to perform the Work in in+ores+ OWNER as fid ueiaFy shall give bond fe a accordance with the Contract Documents. C6N- PFGPeF performanGe of SUGh duties. TRACTOR shall be solely responsible for the 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 design or specification of a specific 00700-General Conditions REV 5-10-13 00700-18 F:1Public WorksTNGINEERING DIVISION PROJECTSMUC IRC Shooting Range Hunter Eduction ClassroomlAdmiftid documentsWaster Contract Documents\00700-General Conditions REV 5-10-13.doc i means, method,technique, sequence, or procedure of satisfactory evidence (including reports of required construction which is shown or indicated in and tests) as to the source, kind, and quality of materials expressly required by the Contract Documents. CON- and equipment. All materials and equipment shall be TRACTOR shall be responsible to see that the stored, applied, installed, connected, erected, completed Work complies accurately with the Contract protected, used, cleaned, and conditioned in Documents. accordance with instructions of the applicable Supplier, except as otherwise may be provided in the B. At all times during the progress of the Work, Contract Documents. CONTRACTOR shall assign a competent resident superintendent thereto who shall not be replaced 6.04 Progress Schedule without written notice to OWNER and ENGINEER except under extraordinary circumstances. The A. CONTRACTOR shall adhere to the progress superintendent will be CONTRACTOR's schedule established in accordance with paragraph representative at the Site and shall have authority to 2.07 as it may be adjusted from time to time as act on behalf of CONTRACTOR. All communications provided below. given to or received from the superintendent shall be binding on CONTRACTOR. 1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indi- 6.02 Labor; Working Hours cated in paragraph 2.07) proposed adjustments in the progress schedule that will not result in A. CONTRACTOR shall provide competent, changing the Contract Times (or Milestones). suitably qualified personnel to survey, lay out, and Such adjustments will conform generally to the construct the Work as required by the Contract Docu- progress schedule then in effect and additional- , ments. CONTRACTOR shall at all times maintain ly will comply with any provisions of the General j 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 or equipment is specified or described in 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 specification or assume full responsibility 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 be submitted to ENGINEER for review under the incidentals necessary for the performance, testing, circumstances described below. start-up, and completion of the Work. 1. "Or-Equal" Items: If in ENGINEER's B. All materials and equipment incorporated into sole discretion an item of material 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 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 be considered by ENGINEER as an tions shall expressly run to the benefit of OWNER. If "or-equal" item, in which case review and required by ENGINEER, CONTRACTOR shall furnish approval of the proposed item may, in 00700-General Conditions REV 5-10-13 00700-19 FAPublic WorksIENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomWdminlbid documents\Master Contract Documents\00700-General Conditions REV 5-10-13.doc i ENGINEER's sole discretion, be accomplished perform adequately the functions and j without compliance with some or all of the achieve the results called for by the general requirements for approval of proposed substi- design, be similar in substance to that tute items. For the purposes of this paragraph specified, and be suited to the same use as i 6.05.A.1, a proposed item of material or that specified. The application will state the r equipment will be considered functionally equal extent, if any, to which the use of the pro- f to an item so named if: posed substitute item will prejudice CONTRACTOR's achievement of Substan- a. in the exercise of reasonable tial Completion on time, whether or not use judgment ENGINEER determines that: (i) it of the proposed substitute item in the Work is at least equal in quality, durability, will require a change in any of the Contract I appearance, strength, and design Documents(or in the provisions of any other characteristics; (ii) it will reliably perform at direct contract with OWNER for work on the I least equally well the function imposed by Project) to adapt the design to the proposed the design concept of the completed Project substitute item and whether or not as a functioning whole, and; incorporation or use of the proposed substi- tute item in connection with the Work is sub- b. CONTRACTOR certifies that: (i) ject to payment of any license fee or royalty. there is no increase in cost to the OWNER; All variations of the proposed substitute and (ii) it will conform substantially, even item from that specified will be identified in with deviations, to the detailed requirements the application, and available engineering, of the item named in the Contract sales, maintenance, repair, and Documents. replacement services will be indicated. The I application will also contain an itemized esti- 2. Substitute Items mate of all costs or credits that will result directly or indirectly from use of such a. If in ENGINEER's sole discretion an substitute item, including costs of redesign --item-of-material or equipment proposed by and-claims of other contractors affected by---_______ y-------- CONTRACTOR does not qualify as an any resulting change, all of which will be i "or-equal" item under paragraph 6.05.A.1, it considered by ENGINEER in evaluating the will be considered a proposed substitute proposed substitute item. ENGINEER may item. require CONTRACTOR to furnish additional data about the proposed substitute item. b. CONTRACTOR shall submit suffi- cient information as provided below to allow B. Substitute Construction Methods or Proce- ENGINEER to determine that the item of duress If a specific means, method, technique, se- material or equipment proposed is quence, or procedure of construction is shown or essentially equivalent to that named and an indicated in and expressly required by the Contract acceptable substitute therefor. Requests for Documents, CONTRACTOR may furnish or utilize a review of proposed substitute items of substitute means, method, technique, sequence, or material or equipment will not be accepted procedure of construction approved by ENGINEER. by ENGINEER from anyone other than CONTRACTOR shall submit sufficient information to CONTRACTOR. allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to c. The procedure for review by ENGI- that expressly called for by the Contract Documents. NEER will be as set forth in paragraph The procedure for review by ENGINEER will be similar 6.05.A.2.d, as supplemented in the General to that provided in subparagraph 6.05.A.2. Requirements and as ENGINEER may decide is appropriate under the C. Engineer's Evaluation: ENGINEER will be circumstances. allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to para- d. CONTRACTOR shall first make graphs 6.05.A and 6.05.6. ENGINEER will be the written application to ENGINEER for review sole judge of acceptability. No"or-equal" or substitute of a proposed substitute item of material or will be ordered, installed or utilized until ENGINEER's equipment that CONTRACTOR seeks to review is complete,which will be evidenced by either a furnish or use. The application shall certify Change Order for a substitute or an approved Shop that the proposed substitute item will Drawing for an "or equal." ENGINEER will advise 00700-General Conditions REV 5-10-13 00700-20 FAPublic WorksIENGINEERING DIVISION PROJECTSX1213C IRC Shooting Range Hunter Eduction ClassroomlAdmiftid documentslMaster Contract Documenls100700-General Conditions REV 5-10-13.doc i CONTRACTOR in writing of any negative difference in the cost occasioned by such i determination. replacement, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance D. Special Guarantee: OWNER may require by OWNER of any such Subcontractor, Supplier, or CONTRACTOR to furnish at CONTRACTOR's ex- other individual or entity, whether initially or as a ; pense a special performance guarantee or other replacement, shall constitute a waiver of any right of surety with respect to any substitute. OWNER or ENGINEER to reject defective Work. E. ENGINEER's Cost Reimbursement: C. CONTRACTOR shall be fully responsible to ENGINEER will record time required by ENGINEER OWNER and ENGINEER for all acts and omissions of and ENGINEER's Consultants in evaluating substitute the Subcontractors, Suppliers, and other individuals or proposed or submitted by CONTRACTOR pursuant to entities performing or furnishing any of the Work just paragraphs 6.05.A.2 and 6.05.8 and in making as CONTRACTOR is responsible for changes in the Contract Documents (or in the CONTRACTOR's own acts and omissions. Nothing in provisions of any other direct contract with OWNER the Contract Documents shall create for the benefit of for work on the Project)occasioned thereby. Whether any such Subcontractor, Supplier, or other individual or not ENGINEER approves a substitute item so pro- or entity any contractual relationship between OWNER posed or submitted by CONTRACTOR, CON- or ENGINEER and any such Subcontractor, Supplier TRACTOR shall reimburse OWNER for the charges or other individual or entity, nor shall it create any of ENGINEER and ENGINEER's Consultants for obligation on the part of OWNER or ENGINEER to evaluating each such proposed substitute. pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or F. CONTRACTOR's Expense: CONTRACTOR entity except as may otherwise be required by Laws shall provide all data in support of any proposed and Regulations. substitute or"or-equal"at CONTRACTOR's expense. D. CONTRACTOR shall be solely responsible 6.06 Concerning Subcontractors, Suppliers, for scheduling and coordinating the Work of Subcon- - — - an - t ens-_- --- -- -- ---- -- tractors;–Siapplieis; and-other individuals or entities performing or furnishing any of the Work under a A. CONTRACTOR shall not employ any direct or indirect contract with CONTRACTOR. Subcontractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in E. CONTRACTOR shall require all Subcontrac- paragraph 6.06.13), whether initially or as a tors, Suppliers, and such other individuals or entities replacement, against whom OWNER may have performing or furnishing any of the Work to commu- reasonable objection. CONTRACTOR shall not be nicate with ENGINEER through CONTRACTOR. required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of F. The divisions and sections of the Specifica- the Work against whom CONTRACTOR has reason- tions and the identifications of any Drawings shall not able objection. control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to B. If the Supplementary Conditions require the be performed by any specific trade. identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to OWNER in G. All Work performed for CONTRACTOR by a advance for acceptance by OWNER by a specified Subcontractor or Supplier will be pursuant to an date prior to the Effective Date of the Agreement, and appropriate agreement between CONTRACTOR and if CONTRACTOR has submitted a list thereof in the Subcontractor or Supplier which specifically binds accordance with the Supplementary Conditions, the Subcontractor or Supplier to the applicable terms OWNER's acceptance (either in writing or by failing to and conditions of the Contract Documents for the make written objection thereto by the date indicated benefit of OWNER and ENGINEER. Whenever any for acceptance or objection in the Bidding Documents such agreement is with a Subcontractor or Supplier or the Contract Documents) of any such Subcon- who is listed as an additional insured on the property tractor, Supplier, or other individual or entity so insurance provided in paragraph 5.06, the agreement identified may be revoked on the basis of reasonable between the CONTRACTOR and the Subcontractor objection after due investigation. CONTRACTOR or Supplier will contain provisions whereby the shall submit an acceptable replacement for the Subcontractor or Supplier waives all rights against rejected Subcontractor, Supplier, or other individual or OWNER, CONTRACTOR, ENGINEER, ENGINEER's entity, and the Contract Price will be adjusted by the Consultants, and all other individuals or entities 00700-General Conditions REV 5-10-13 00700-21 F.Tublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomMmin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10-13.doe i identified in the Supplementary Conditions to be listed for capital costs related thereto, such as plant as insureds or additional insureds (and the officers, investment fees. directors, partners, employees, agents, and other consultants and subcontractors of each and any of 6.09 Laws and Regulations them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or A. CONTRACTOR shall give all notices and causes of loss covered by such policies and any other comply with all Laws and Regulations applicable to the property insurance applicable to the Work. If the performance of the Work. Except where otherwise insurers on any such policies require separate waiver expressly required by applicable Laws and forms to be signed by any Subcontractor or Supplier, Regulations, neither OWNER nor ENGINEER shall be CONTRACTOR will obtain the same. responsible for monitoring CONTRACTOR's compli- ance with any Laws or Regulations. 6.07 Patent Fees and Royalties B. If CONTRACTOR performs any Work know- A. CONTRACTOR shall pay all license fees and ing or having reason to know that it is contrary to Laws royalties and assume all costs incident to the use in or Regulations, CONTRACTOR shall bear all claims, the performance of the Work or the incorporation in costs, losses, and damages (including but not limited the Work of any invention, design, process, product, to all fees and charges of engineers, architects, or device which is the subject of patent rights or attorneys, and other professionals and all court or copyrights held by others. If a particular invention, arbitration or other dispute resolution costs)arising out design, process, product, or device is specified in the of or relating to such Work; however, it shall not be Contract Documents for use in the performance of the CONTRACTOR's primary responsibility to make Work and if to the actual knowledge of OWNER or certain that the Specifications and Drawings are in ENGINEER its use is subject to patent rights or accordance with Laws and Regulations, but this shall copyrights calling for the payment of any license fee or not relieve CONTRACTOR of CONTRACTOR's royalty to others, the existence of such rights shall be obligations under paragraph 3 03. disclosed by OWNER in the Contract Documents. To the-fullest-extent-permitted by Laws and--Regulations, — C--Changes in Laws or-Regulations-not known at ----- CONTRACTOR shall indemnify and hold harmless the time of opening of Bids (or, on the Effective Date OWNER, ENGINEER, ENGINEER's Consultants, and of the Agreement if there were no Bids) having an the officers, directors, partners, employees or agents, effect on the cost or time of performance of the Work and other consultants of each and any of them from may be the subject of an adjustment in Contract Price and against all claims, costs, losses, and damages or Contract Times. If OWNER and CONTRACTOR (including but not limited to all fees and charges of are unable to agree on entitlement to or on the engineers, architects, attorneys, and other amount or extent, if any, of any such adjustment, a professionals and all court or arbitration or other Claim may be made therefor as provided in paragraph dispute resolution costs) arising out of or relating to 10.05. any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting 6.10 Taxes from the incorporation in the Work of any invention, design, process, product, or device not specified in the A. CONTRACTOR shall pay all sales, consum- Contract Documents. er, use, and other similar taxes required to be paid by CONTRACTOR in accordance with 6.08 Permits the Laws and Regulations of the place of the Project which are applicable during the A. Unless otherwise provided in the Supple- performance of the Work. mentary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER B. OWNER qualifies for state and local sales tax shall assist CONTRACTOR, when necessary, in exemption in the purchase of all material and obtaining such permits and licenses. CONTRACTOR equipment. shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which 6.11 Use of Site and Other Areas are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the A. Limitation on Use of Site and Other Areas Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and 1. CONTRACTOR shall confine OWNER shall pay all charges of such utility owners construction equipment, the storage of 00700-General Conditions REV 5-10-13 00700-22 F\Public Works\ENGINEERING DIVISION PROJECTSM13C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documentsWlaster Contract Documents\00700-General Conditions REV 5-10-13.doc i materials and equipment, and the operations of in any manner that will endanger the structure, nor workers to the Site and other areas permitted shall CONTRACTOR subject any part of the Work or i by Laws and Regulations, and shall not adjacent property to stresses or pressures that will unreasonably encumber the Site and other endanger it. areas with construction equipment or other materials or equipment. CONTRACTOR shall 6.12 Record Documents assume full responsibility for any damage to any such land or area, or to the owner or A. CONTRACTOR shall maintain in a safe place occupant thereof, or of any adjacent land or at the Site one record copy of all Drawings, Specifica- areas resulting from the performance of the tions, Addenda, Written Amendments, Change Work. Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order 2. Should any claim be made by any and annotated to show changes made during such owner or occupant because of the construction. These record documents together with performance of the Work,CONTRACTOR shall all approved Samples and a counterpart of all j promptly settle with such other party by approved Shop Drawings will be available to ENGI- i negotiation or otherwise resolve the claim by NEER for reference. Upon completion of the Work, arbitration or other dispute resolution these record documents, Samples, and Shop proceeding or at law. Drawings will be delivered to ENGINEER for OWNER. 3. To the fullest extent permitted by 6.13 Safety and Protection Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, A. CONTRACTOR shall be solely responsible ENGINEER, ENGINEER's Consultant, and the for initiating, maintaining and supervising all safety j officers, directors, partners,employees, agents, precautions and programs in connection with the and other consultants of each and any of them Work. CONTRACTOR shall take all necessary from and against all claims, costs, losses, and precautions for the safety of, and shall provide the ----—damages(including-but not-limited-to--all-fees - --–necessary-protection to prevent damage, injury or loss ---- --and charges of engineers, architects, attorneys, to: and other professionals and all court or arbitration or other dispute resolution costs) 1. all persons on the Site or who may arising out of or relating to any claim or action, be affected by the Work; legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER, or 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. Removal 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 of construction. 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 OWNER. 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 Work may restore to original condition all property not designated affect them, and shall cooperate with them in the for alteration by the Contract Documents. protection, removal, relocation, and replacement of their property. All damage, injury, or loss to any D. Loading Structures: CONTRACTOR shall not property 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 00700-General Conditions REV 5-10-13 00700-23 j F1Public Works\ENGINEERING DIVISION PROJECTSMIX IRC Shooting Range Hunter Eduction ClassroornWrninUd documenls%Master Contract Documents\00700-General Conditions REV 5-10-13.doc I CONTRACTOR, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed 6.17 Shop Drawings and Samples by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be A. CONTRACTOR shall submit Shop Drawings remedied by CONTRACTOR (except damage or loss to ENGINEER for review and approval in accordance attributable to the fault of Drawings or Specifications with the acceptable schedule of Shop Drawings and or to the acts or omissions of OWNER or ENGINEER Sample submittals. All submittals will be identified as j or ENGINEER's Consultant, or anyone employed by ENGINEER may require and in the number of copies any of them, or anyone for whose acts any of them specified in the General Requirements. The data may be liable, and not attributable, directly or shown on the Shop Drawings will be complete with indirectly, in whole or in part, to the fault or negligence respect to quantities, dimensions, specified perfor- of CONTRACTOR or any Subcontractor, Supplier, or mance and design criteria, materials, and similar data i other individual or entity directly or indirectly employed to show ENGINEER the services, materials, and by any of them). CONTRACTOR's duties and equipment CONTRACTOR proposes to provide and responsibilities for safety and for protection of the to enable ENGINEER to review the information for the Work shall continue until such time as all the Work is limited purposes required by paragraph 6.17.E. { completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with B. CONTRACTOR shall also submit Samples to paragraph 14.07.6 that the Work is acceptable ENGINEER for review and approval in accordance (except as otherwise expressly provided in connection with the acceptable schedule of Shop Drawings and with Substantial Completion). Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as I 6.14 Safety Representative catalog numbers, and the use for which intended and i otherwise as ENGINEER may require to enable ENGI- A. CONTRACTOR shall designate a qualified NEER to review the submittal for the limited purposes and experienced safety representative at the Site required by paragraph 6.17.E. The numbers of each whose duties and responsibilities shall be the Sample to be submitted will be as specified in the - prevention—of—accidents—and—themaintaining—and--- Specifications ----- ---- supervising of safety precautions and programs. C. Where a Shop Drawing or Sample is required 6.15 Hazard Communication Programs by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to ENGI- A. CONTRACTOR shall be responsible for NEER as required by paragraph 2.07, any related coordinating any exchange of material safety data Work performed prior to ENGINEER's review and j sheets or other hazard communication information approval of the pertinent submittal will be at the sole I required to be made available to or exchanged be- expense and responsibility of CONTRACTOR. tween or among employers at the Site in accordance with Laws or Regulations. D. Submittal Procedures 6.16 Emergencies 1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have A. In emergencies affecting the safety or protec- determined and verified: tion of persons or the Work or property at the Site or adjacent thereto, CONTRACTOR is obligated to act to a. all field measurements, quantities, ! prevent threatened damage, injury, or loss. dimensions, specified performance criteria, CONTRACTOR shall give ENGINEER prompt written installation requirements, materials, catalog notice if CONTRACTOR believes that any significant numbers, and similar information with changes in the Work or variations from the Contract respect thereto; Documents have been caused thereby or are required as a result thereof. If ENGINEER determines that a b.all materials with respect to intended change in the Contract Documents is required be- use, fabrication, shipping, handling, storage, cause of the action taken by CONTRACTOR in assembly, and installation pertaining to the response to such an emergency, a Work Change performance of the Work; Directive or Change Order will be issued. c. all information relative to means, methods, techniques, sequences, and procedures of construction and safety 00700-General Conditions REV 5-10-13 00700-24 FAPublic Works1ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomVldminlbid documents\Master Contract Documents100700-General Conditions REV 5-10-13.doc precautions and programs incident thereto; 3. ENGINEER's review and approval of and Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any d. CONTRACTOR shall also have variation from the requirements of the Contract reviewed and coordinated each Shop Documents unless CONTRACTOR has in Drawing or Sample with other Shop writing called ENGINEER's attention to each Drawings and Samples and with the such variation at the time of each submittal as requirements of the Work and the Contract required by paragraph 6.17.D.3 and ENGI- Documents. NEER has given written approval of each such variation by specific written notation thereof 2. Each submittal shall bear a stamp or incorporated in or accompanying the Shop specific written indication that CONTRACTOR Drawing or Sample approval; nor will any has satisfied CONTRACTOR's obligations approval by ENGINEER relieve CON- under the Contract Documents with respect to TRACTOR from responsibility for complying CONTRACTOR's review and approval of that with the requirements of paragraph 6.17.D.1. submittal. F. Resubmittal Procedures 3. At the time of each submittal, CON- TRACTOR shall give ENGINEER specific 1. CONTRACTOR shall make correc- written notice of such variations, if any, that the tions required by ENGINEER and shall return Shop Drawing or Sample submitted may have the required number of corrected copies of from the requirements of the Contract Shop Drawings and submit as required new Documents, such notice to be in a written com- Samples for review and approval. CON- munication separate from the submittal; and, in TRACTOR shall direct specific attention in addition, shall cause a specific notation to be writing to revisions other than the corrections made on each Shop Drawing and Sample sub- called for by ENGINEER on previous mitted to ENGINEER for review and approval of submittals. - - - each such variation.------- ------- --------- --- ---- ---- --- -. 6.18 Continuing the Work E. ENGINEER's Review A. CONTRACTOR shall carry on the Work and 1. ENGINEER will timely review and adhere to the progress schedule during all disputes or approve Shop Drawings and Samples in disagreements with OWNER. No Work shall be accordance with the schedule of Shop delayed or postponed pending resolution of any Drawings and Sample submittals acceptable to disputes or disagreements, except as permitted by ENGINEER. ENGINEER's review and paragraph 15.04 or as OWNER and CONTRACTOR approval will be only to determine if the items may otherwise agree in writing. covered by the submittals will, after installation or incorporation in the Work, conform to the 6.19 CONTRACTOR's General Warranty and information given in the Contract Documents Guarantee and be compatible with the design concept of the completed Project as a functioning whole as A. CONTRACTOR warrants and guarantees to indicated by the Contract Documents. OWNER, ENGINEER, and ENGINEER's Consultants that all Work will be in accordance with the Contract 2. ENGINEER's review and approval Documents and will not be defective. will not extend to means, methods, techniques, CONTRACTOR's warranty and guarantee hereunder sequences, or procedures of construction excludes defects or damage caused by: (except where a particular means, method, technique, sequence, or procedure of con- 1. abuse, modification, or improper struction is specifically and expressly called for maintenance or operation by persons other by the Contract Documents) or to safety than CONTRACTOR, Subcontractors, precautions or programs incident thereto. The Suppliers, or any other individual or entity for review and approval of a separate item as such whom CONTRACTOR is responsible; or will not indicate approval of the assembly in which the item functions. 2. normal wear and tear under normal usage. 00700-General Conditions REV 5-10-13 00700-25 F1Public WorksIENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomlAdminlbid documentslMaster Contract Documenls100700-General Conditions REV 510-13.doc B. CONTRACTOR's obligation to perform and 2, is caused in whole or in part by any complete the Work in accordance with the Contract negligent act or omission of CONTRACTOR, Documents shall be absolute. None of the following any Subcontractor, any Supplier, or any will constitute an acceptance of Work that is not in individual or entity directly or indirectly accordance with the Contract Documents or a release employed by any of them to perform any of the of CONTRACTOR's obligation to perform the Work in Work or anyone for whose acts any of them accordance with the Contract Documents: may be liable, regardless of whether or not caused in part by any negligence or omission of 1. observations by ENGINEER; an individual or entity indemnified hereunder or whether liability is imposed upon such indemni- 2. recommendation by ENGINEER or fied parry by Laws and Regulations regardless payment by OWNER of any progress or final of the negligence of any such individual or payment; entity. 3. the issuance of a certificate of Sub- B. In any and all claims against OWNER or stantial Completion by ENGINEER or any ENGINEER or any of their respective consultants, payment related thereto by OWNER; agents, officers, directors, partners, or employees by any employee (or the survivor or personal 4. use or occupancy of the Work or any representative of such employee) of CONTRACTOR, part thereof by OWNER; any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to 5. any acceptance by OWNER or any perform any of the Work, or anyone for whose acts failure to do so; any of them may be liable, the indemnification obligation under paragraph 6.20.A shall not be limited 6. any review and approval of a Shop in any way by any limitation on the amount or type of Drawing or Sample submittal or the issuance of damages, compensation, or benefits payable by or for a notice of acceptability by ENGINEER; CONTRACTOR or any such Subcontractor, Supplier, -—or-other-individual or entity under workers'-compen -"--- -- 7. any inspection, test, or approval by sation acts, disability benefit acts, or other employee others; or benefit acts. 8. any correction of defective Work by C. The indemnification obligations of CON- OWNER. TRACTOR under paragraph 6.20.A shall not extend to the liability of ENGINEER and ENGINEER's 6.20 Indemnification Consultants or to the officers, directors, partners, employees, agents, and other consultants and A. To the fullest extent permitted by Laws and subcontractors of each and any of them arising out of: Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's 1. the preparation or approval of, or the Consultants, and the officers, directors, partners, failure to prepare or approve, maps, Drawings, employees, agents, and other consultants and opinions, reports, surveys, Change Orders, subcontractors of each and any of them from and designs, or Specifications; or against all claims, costs, losses, and damages (including but not limited to all fees and charges of 2. giving directions or instructions, or engineers, architects, attorneys, and �other failing to give them, if that is the primary cause professionals and all court or arbitration or other of the injury or damage. dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim,cost, loss, or damage: ARTICLE 7-OTHER WORK 1. is attributable to bodily injury, sickness, disease, or death, or to injury to or 7.01 Related Work at Site destruction of tangible property (other than the Work itself), including the loss of use resulting A. OWNER may perform other work related to therefrom; and the Project at the Site by OWNER's employees, or let other direct contracts therefor, or have other work 00700-General Conditions REV 5-10-13 00700-26 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract DocumentM00700-General Conditions REV 5-10-13.doc i performed by utility owners. If such other work is not 702 Coordination noted in the Contract Documents, then: A. If OWNER intends to contract with others for 1. written notice thereof will be given to the performance of other work on the Project at the CONTRACTOR prior to starting any such other Site, the following will be set forth in Supplementary work;,and Conditions: 2. if OWNER and CONTRACTOR are 1. the individual or entity who will have unable to agree on entitlement to or on the authority and responsibility for coordination of amount or extent, if any, of any adjustment in the activities among the various contractors will the Contract Price or Contract Times that be identified; should be allowed as a result of such other work, a Claim may be made therefor as 2. the specific matters to be covered by provided in paragraph 10.05. such authority and responsibility will be itemized; and B. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and 3. the extent of such authority and each utility owner (and OWNER, if OWNER is per- responsibilities will be provided. forming the other work with OWNER's employees) proper and safe access to the Site and a reasonable B. Unless otherwise provided in the opportunity for the introduction and storage of Supplementary Conditions, OWNER shall have sole materials and equipment and the execution of such authority and responsibility for such coordination. other work and shall properly coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, ARTICLE 8-OWNER'S RESPONSIBILITIES fitting, and patching of the Work that may be required to properly connect or otherwise make its several --parts-come together and properly integrate with-such -- --8.01----Communications to Contractor-­ other ontractor—other work. CONTRACTOR shall not endanger any work of others by cutting, excavating, or otherwise A. Except as otherwise provided in these altering their work and will only cut or alter their work General Conditions, OWNER shall issue all communi- with the written consent of ENGINEER and the others cations to CONTRACTOR through ENGINEER. whose work will be affected. The duties and responsibilities of CONTRACTOR under this 8.02 Replacement of ENGINEER paragraph are for the benefit of such utility owners and other contractors to the extent that there are A. In case of termination of the employment of comparable provisions for the benefit of ENGINEER, OWNER shall appoint an engineer to CONTRACTOR in said direct contracts between whom CONTRACTOR makes no reasonable OWNER and such utility owners and other objection, whose status under the Contract contractors. Documents shall be that of the former ENGINEER. 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 Article 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 proper execution 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 TOR 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 other work. 8.05 Lands and Easements,Reports and Tests A. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 00700-General Conditions REV 5-10-13 00700-27 FAPublic Works%ENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomtAdmin\bid documents\Master Contract Documents100700-General Conditions REV 5-10-13.doc 4.01 and 4.05. Paragraph 4.02 refers to OWNER's ARTICLE 9- ENGINEER'S STATUS DURING identifying and making available to CONTRACTOR CONSTRUCTION copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or 9.01 OWNER'S Representative subsurface structures at or contiguous to the Site that have been utilized by ENGINEER in preparing the A. ENGINEER will be OWNER's representative Contract Documents. during the construction period. The duties and responsibilities and the limitations of authority of 8.06 Insurance ENGINEER as OWNER's representative during construction are set forth in the Contract Documents A. OWNER's responsibilities, if any, in respect to and will not be changed without written consent of purchasing and maintaining liability and property insur- OWNER and ENGINEER. ance are set forth in Article 5. 9.02 Visits to Site 8.07 Change Orders A. ENGINEER will make visits to the Site at A. OWNER is obligated to execute Change intervals appropriate to the various stages of construc- Orders as indicated in paragraph 10.03. tion as ENGINEER deems necessary in order to observe as an experienced and qualified design 8.08 Inspections, Tests, and Approvals professional the progress that has been made and the quality of the various aspects of CONTRACTOR's A. OWNER's responsibility in respect to certain executed Work. Based on information obtained inspections, tests, and approvals is set forth in during such visits and observations, ENGINEER, for paragraph 13.03.B. the benefit of OWNER, will determine, in general, if the Work is proceeding in accordance with the Con- 8.09 Limitations on OWNER's Responsibilities tract Documents. ENGINEER will not be required to - _ - --- -- - - —make exhaustive or continuous inspections on-the --- A. The OWNER shall not supervise, direct, or to check the quality or quantity of the Work. have control or authority over, nor be responsible for, ENGINEER's efforts will be directed toward providing CONTRACTOR's means, methods, techniques, se- for OWNER a greater degree of confidence that the quences, or procedures of construction, or the safety completed Work will conform generally to the Contract precautions and programs incident thereto, or for any Documents. On the basis of such visits and failure of CONTRACTOR to comply with Laws and observations, ENGINEER will keep OWNER informed Regulations applicable to the performance of the of the progress of the Work and will endeavor to guard Work. OWNER will not be responsible for OWNER against defective Work. CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. B. ENGINEER's visits and observations are subject to all the limitations on ENGINEER's authority 8.10 Undisclosed Hazardous Environmental and responsibility set forth in paragraph 9.10, and Condition particularly, but without limitation, during or as a result of ENGINEER's visits or observations of A. OWNER's responsibility in respect to an CONTRACTOR's Work ENGINEER will not undisclosed Hazardous Environmental Condition is supervise, direct, control, or have authority over or be set forth in paragraph 4.06. responsible for CONTRACTOR's means, methods, techniques, sequences, or procedures of construction, 8.11 Evidence of Financial Arrangements or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply A. If and to the extent OWNER has agreed to with Laws and Regulations applicable to the furnish CONTRACTOR reasonable evidence that performance of the Work. financial arrangements have been made to satisfy OWNER's obligations under the Contract Documents, 9.03 Project Representative OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. A. If OWNER and ENGINEER agree, ENGI- NEER will furnish a Resident Project Representative to assist ENGINEER in providing more extensive observation of the Work. The responsibilities and 00700-General Conditions REV 5-10-13 00700-28 F:\Public WorksIENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Adminlbid documents\Masler Contract Documents100700-General Conditions REV 5-10-13.doc authority and limitations thereon of any such Resident provided in paragraph 13.04, whether or not the Work Project Representative and assistants will be as is fabricated, installed, or completed. provided in paragraph 9.10 and in the Supplementary Conditions. If OWNER designates another represen- 9.07 Shop Drawings, Change Orders and tative or agent to represent OWNER at the Site who is Payments not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of A. In connection with ENGINEER's authority as such other individual or entity will be as provided in the to Shop Drawings and Samples,see paragraph 6.17. Supplementary Conditions. B. In connection with ENGINEER's authority as 9.04 Clarifications and Interpretations to Change Orders,see Articles 10, 11,and 12. A. ENGINEER will issue with reasonable C. In connection with ENGINEER's authority as promptness such written clarifications or interpreta- to Applications for Payment,see Article 14. tions of the requirements of the Contract Documents as ENGINEER may determine necessary, which shall 9.08 Determinations for Unit Price Work be consistent with the intent of and reasonably inferable from the Contract Documents. Such written A. ENGINEER'will determine the actual quanti- clarifications and interpretations will be binding on ties and classifications of Unit Price Work performed OWNER and CONTRACTOR. If OWNER and CON- by CONTRACTOR. ENGINEER will review with TRACTOR are unable to agree on entitlement to or on CONTRACTOR the ENGINEER's preliminary the amount or extent, if any, of any adjustment in the determinations on such matters before rendering a Contract Price or Contract Times, or both, that should written decision thereon (by recommendation of an be allowed as a result of a written clarification or Application for Payment or otherwise). ENGINEER's interpretation, a Claim may be made therefor as written decision. thereon will be final and binding provided in paragraph 10.05. (except as modified by ENGINEER to reflect changed factual conditions or more accurate data) upon 9.05--Authorized Variations in Work- OWNER---and CONTRACTOR;- --subject to the provisions of paragraph 10.05. A. ENGINEER may authorize minor variations in the Work from the requirements of the Contract 9.09 Decisions on Requirements of Contract i Documents which do not involve an adjustment in the Documents and Acceptability of Work Contract Price or the Contract Times and are compati- ble with the design concept of the completed Project A. ENGINEER will be the initial interpreter of the as a functioning whole as indicated by the Contract requirements of the Contract Documents and judge of Documents. These may be accomplished by a Field the acceptability of the Work thereunder. Claims, Order and will be binding on OWNER and also on disputes and other matters relating to the acceptability CONTRACTOR, who shall perform the Work involved of the Work, the quantities and classifications of Unit promptly. If OWNER and CONTRACTOR are unable Price Work, the interpretation of the requirements of to agree on entitlement to or on the amount or extent, the Contract Documents pertaining to the if any, of any adjustment in the Contract Price or performance of the Work, and Claims seeking Contract Times, or both, as a result of a Field Order, changes in the Contract Price or Contract Times will a Claim may be made therefor as provided in be referred initially to ENGINEER in writing, in paragraph 10.05. accordance with the provisions of paragraph 10.05, with a request for a formal decision. 9.06 Rejecting Defective Work B. When functioning as interpreter and judge A. ENGINEER will have authority to disapprove under this paragraph 9.09, ENGINEER will not show or reject Work which ENGINEER believes to be partiality to OWNER or CONTRACTOR and will not defective, or that ENGINEER believes will not produce be liable in connection with any interpretation or a completed Project that conforms to the Contract decision rendered in good faith in such capacity. The Documents or that will prejudice the integrity of the rendering of a decision by ENGINEER pursuant to this design concept of the completed Project as a paragraph 9.09 with respect to any such Claim, functioning whole as indicated by the Contract dispute, or other matter(except any which have been Documents. ENGINEER will also have authority to waived by the making or acceptance of final payment require special inspection or testing of the Work as as provided in paragraph 14.07) will be a condition precedent to any exercise by OWNER or 00700-General Conditions REV 5-10-13 00700-29 F:\Public WorksIENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomlAdminlbid documentslMaster Contract Documents100700-General Conditions REV 5-10-13.doc i i i CONTRACTOR of such rights or remedies as either ARTICLE 10-CHANGES IN THE WORK; CLAIMS may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such Claim, dispute, or other matter. 10.01 Authorized Changes in the Work 9.10 Limitations on ENGINEER's Authority and A. Without invalidating the Agreement and ;. Responsibilities without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions, or A. Neither ENGINEER's authority or respon- revisions in the Work by a Written Amendment, a sibility under this Article 9 or under any other provision Change Order, or a Work Change Directive. Upon of the Contract Documents nor any decision made by receipt of any such document, CONTRACTOR shall ENGINEER in good faith either to exercise or not promptly proceed with the Work involved which will be exercise such authority or responsibility or the performed under the applicable conditions of the undertaking, exercise, or performance of any authority Contract Documents (except as otherwise specifically or responsibility by ENGINEER shall create, impose, provided). or give rise to any duty in contract, tort, or otherwise owed by ENGINEER to CONTRACTOR, any Subcon- B. If OWNER and CONTRACTOR are unable to tractor, any Supplier, any other individual or entity, or agree on entitlement to, or on the amount or extent, if to any surety for or employee or agent of any of them. any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a B. ENGINEER will not supervise, direct, control, Work Change Directive, a Claim may be made j or have authority over or be responsible for therefor as provided in paragraph 10.05. CONTRACTOR's means, methods, techniques, se- quences, or procedures of construction, or the safety 10.02 Unauthorized Changes in the Work precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and A. CONTRACTOR shall not be entitled to an Regulations applicable to the performance of the increase in the Contract Price or an extension of the Work. ENGINEER will not be responsible for -Contract-Times with respect to any-work-performed - j- CONTRACTOR's failure to perform the Work in that is not required by the Contract Documents as accordance with the Contract Documents. amended, modified, or supplemented as provided in paragraph 3.04, except in the case of an emergency C. ENGINEER will not be responsible for the as provided in paragraph 6.16 or in the case of acts or omissions of CONTRACTOR or of any uncovering Work as provided in paragraph 13.04.13. Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. 10.03 Execution of Change Orders I D. ENGINEER's review of the final Application A. OWNER and CONTRACTOR shall execute for Payment and accompanying documentation and all appropriate Change Orders recommended by ENGI- maintenance and operating instructions, schedules, NEER(or Written Amendments)covering: guarantees, Bonds, certificates of inspection, tests and approvals, and other documentation required to 1. changes in the Work which are: (i) be delivered by paragraph 14.07.A will only be to ordered by OWNER pursuant to paragraph determine generally that their content complies with 10.01.A, (ii) required because of acceptance of the requirements of, and in the case of certificates of defective Work under paragraph 13.08.A or inspections, tests, and approvals that the results OWNER's correction of defective Work under certified indicate compliance with, the Contract paragraph 13.09, or (iii) agreed to by the Documents. parties; E. The limitations upon authority and responsibil- 2. changes in the Contract Price or ity set forth in this paragraph 9.10 shall also apply to Contract Times which are agreed to by the ENGINEER's Consultants, Resident Project Repre- parties, including any undisputed sum or sentative,and assistants. amount of time for Work actually performed in accordance with a Work Change Directive;and 3. changes in the Contract Price or Contract Times which embody the substance of ' any written decision rendered by ENGINEER 00700-General Conditions REV 5-10-13 00700-30 F:1Public Works\ENGINEERING DIVISION PROJECTSt1 =IRC Shooting Range Hunter Eduction ClassroomWdminlbid documentsWaster Contract Documents100700-General Conditions REV 510-13.doc i I I pursuant to paragraph 10.05; provided that, in 10.05 Claims and Disputes lieu of executing any such Change Order, an appeal may be taken from any such decision in A. Notice: Written notice stating the general accordance with the provisions of the Contract nature of each Claim, dispute, or other matter shall be Documents and applicable Laws and Regula- delivered by the claimant to ENGINEER and the other tions, but during any such appeal, party to the Contract promptly (but in no event later CONTRACTOR shall carry on the Work and than 30 days) after the start of the event giving rise adhere to the progress schedule as provided in thereto. Notice of the amount or extent of the Claim, paragraph 6.18.A. dispute, or other matter with supporting data shall be delivered to the ENGINEER and the other party to the 10.04 Notification to Surety Contract within 60 days after the start of such event (unless ENGINEER allows additional time for claimant A. If notice of any change affecting the general to submit additional or more accurate data in support scope of the Work or the provisions of the Contract of such Claim, dispute, or other matter). A Claim for Documents (including, but not limited to, Contract an adjustment in Contract Price shall be prepared in Price or Contract Times) is required by the provisions accordance with the provisions of paragraph 12.01.13. of any Bond to be given to a surety, the giving of any A Claim for an adjustment in Contract Time shall be such notice will be CONTRACTOR's responsibility. prepared in accordance with the provisions of The amount of each applicable Bond will be adjusted paragraph 12.02.B. Each Claim shall be accom- to reflect the effect of any such change. panied by claimant's written statement that the adjust- ment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to ENGINEER, and the claimant within 30 days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). -- - -- ---- - -- — - B.- -ENGINEER's Decision: - ENGINEER will render a formal decision in writing within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any. ENGINEER's written decision on such Claim, dispute, or other matter will be final and binding upon OWNER and CONTRACTOR unless: 1. an appeal from ENGINEER's decision is taken within the time limits and in accordance with the dispute resolution procedures set forth in Article 16; or 2. if no such dispute resolution procedures have been set forth in Article 16, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within 30 days after the date of such decision, and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction within 60 days after the date of such decision or within 60 days after Substantial Completion, whichever is later (unless otherwise agreed in writing by OWNER and CONTRACTOR), to exercise such rights or remedies as the appealing party may have with respect to such Claim, dispute, or other matter in accordance with applicable Laws and Regulations. 00700-General Conditions REV 5-10-13 00700-31 P1Public WorksIENGINEERING DIVISION PROJECTSM13C IRC Shooting Range Hunter Eduction ClassroomMminlbid documenlsWaster Contract Documentsk00700-General Conditions REV 5-10-13.doc r C. If ENGINEER does not render a formal 2. Cost of all materials and equipment decision in writing within the time stated in paragraph furnished and incorporated in the Work, includ- 10.05.13, a decision denying the Claim in its entirety ing costs of transportation and storage thereof, shall be deemed to have been issued 31 days after and Suppliers' field services required in receipt of the last submittal of the claimant or the last connection therewith. All cash discounts shall submittal of the opposing party, if any. accrue to CONTRACTOR unless OWNER i deposits funds with CONTRACTOR with which D. No Claim for an adjustment in Contract Price to make payments, in which case the cash I or Contract Times (or Milestones) will be valid if not discounts shall accrue to OWNER. All trade submitted in accordance with this paragraph 10.05. discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR ARTICLE 11 -COST OF THE WORK; CASH shall make provisions so that they may be ALLOWANCES; UNIT PRICE WORK obtained. i I 3. Payments made by CONTRACTOR 11.01 Cost of the Work to Subcontractors for Work performed by Subcontractors. If required by OWNER, LON- A. Costs Included. The term Cost of the Work TRACTOR shall obtain competitive bids from means the sum of all costs necessarily incurred and subcontractors acceptable to OWNER and paid by CONTRACTOR in the proper performance of CONTRACTOR and shall deliver such bids to I the Work. When the value of any Work covered by a OWNER, who will then determine, with the Change Order or when a Claim for an adjustment in advice of ENGINEER,which bids, if any,will be Contract Price is determined on the basis of Cost of acceptable. If any subcontract provides that the the Work, the costs to be reimbursed to Subcontractor is to be paid on the basis of Cost CONTRACTOR will be only those additional or of the Work plus a fee, the Subcontractor's -- incremental-costs required because-of the-change in Cost of the Work and fee shall-be determined the Work or because of the event giving rise to the in the same manner as CONTRACTOR's Cost Claim. Except as otherwise may be agreed to in of the Work and fee as provided in this para- writing by OWNER, such costs shall be in amounts no graph 11.01. higher than those prevailing in the locality of the Project, shall include only the following items, and 4. Costs of special consultants shall not include any of the costs itemized in para- (including but not limited to engineers, graph 11.01.13. architects, testing laboratories, surveyors, attorneys, and accountants) employed for 1. Payroll nods for employees in-the services specifically related to the Work. direGt-eHapl eFfor manse-ef-the Work under-shed les ofjob 5. Supplemental costs including the elassif+sations-agreed following: CONTRACTOR. Su mployees shall i elude wither"imitation—supeFintendents, foremen, a. The proportion of necessary trans- and-ether per-senne"mpleyed full tirne-at-tlaa portation, travel, and subsistence expenses of bite. Payroll GGStS for employees net employed CONTRACTOR's employees incurred in dis- full-time on the-Work shall be appertiened on charge of duties connected with the Work. the basic of their time--spent on the WGrk7 Rayr@ll cods shall inch de but t be limiter!4 b. Cost, including transportation and salaries -an,4 merges-plus +he GOSt of fringe maintenance, of all materials, supplies, equip- benefrts w#ioh shall , clt+de-sOGialsuety ment, machinery, appliances, office, and Fymentt,eXGise, -and temporary facilities at the Site, and hand tools payroll taxes workers' ^^mnensatien,health not owned by the workers,which are consumed and retirement enents, bonuses siGl-leave; in the performance of the Work, and cost, less vaGati , holidayliGablethth—h— market value, of such items used but not con- The expenses of nerfbFmiRgAFede-4 sumed which remain the property of CON- -reg ay;Sunday, sf TRACTOR. legal holidays,shah e-inGltided in the above-to thhe-e-xtent authGF!zed by OWNER. 00700-General Conditions REV 5-10-13 00700-32 RIPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classreom\Admin\bid documenlslMaster Contract Documents100700-General Conditions REV 5-10-13.doc i C. Rentals of all construction equip- changes in the Work or caused by the event ment and machinery, and the parts thereof giving rise to the Claim. whether rented from CONTRACTOR or others in accordance with rental agreements approved j.When all the Work is performed on the by OWNER with the advice of ENGINEER, and basis of cost-plus, the costs of premiums for all the costs of transportation, loading, unloading, Bonds and insurance CONTRACTOR is assembly, dismantling, and removal thereof. required by the Contract Documents to All such costs shall be in accordance with the purchase and maintain. terms of said rental agreements. The rental of any such equipment, machinery, or parts shall B. Costs Excluded: The term Cost of the Work cease when the use thereof is no longer shall not include any of the following items: necessary for the Work. 1. Payroll costs and other compensation d. Sales, consumer, use, and other of CONTRACTOR's officers, executives, princi- similar taxes related to the Work, and for which pals (of partnerships and sole proprietorships), CONTRACTOR is liable, imposed by Laws and general managers, engineers, architects, Regulations. estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, e. Deposits lost for causes other than timekeepers, clerks, and other personnel negligence of CONTRACTOR, any Sub- employed by CONTRACTOR, whether at the contractor, or anyone directly or indirectly Site or in CONTRACTOR's principal or branch employed by any of them or for whose acts any office for general administration of the. Work of them may be liable, and royalty payments and not specifically included in the agreed upon and fees for permits and licenses. schedule of job classifications referred to in paragraph 11.01.A.1 or specifically covered by f. Losses and damages (and related paragraph 11.01.A.4, all of which are to be expenses) caused by damage to the Work, not considered administrative costs covered by the compensated by insurance-orotherwise,-sus=-- - - -- CONTRACTOR's fee..-- -- -- - - tained by CONTRACTOR in connection with the performance of the Work (except losses 2. Expenses of CONTRACTOR's princi- and damages within the deductible amounts of pal and branch offices other than i property insurance established in accordance CONTRACTOR's office at the Site. with paragraph 5 06.D), provided such losses and damages have resulted from causes other 3. Any part of CONTRACTOR's capital than the negligence of CONTRACTOR, any expenses, including interest on Subcontractor, or anyone directly or indirectly CONTRACTOR's capital employed for the employed by any of them or for whose acts any Work and charges against CONTRACTOR for of them may be liable. Such losses shall delinquent payments. include settlements made with the written consent and approval of OWNER. No such 4. Costs due to the negligence of CON- losses, damages, and expenses shall be TRACTOR, any Subcontractor, or anyone included in the Cost of the Work for the directly or indirectly employed by any of them or purpose of determining CONTRACTOR's fee. for whose acts any of them may be liable, including but not limited to, the correction of g. The cost of utilities, fuel, and sanitary defective Work, disposal of materials or facilities at the Site. u' m eq ip ent wrongly supplied, and making good any damage to property. h. Minor expenses such as telegrams, long distance telephone calls, telephone service 5. Other overhead or general expense at the Site, expressage, and similar petty cash, costs of any kind and the costs of any item not items in connection with the Work. specifically and expressly included in paragraphs 11.01.A and 11.01.13. i. When the Cost of the Work is used to determine the value of a Change Order or of a C CONTRACTOR's Fee: When all the Work is Claim, the cost of premiums for additional performed on the basis of cost-plus, CONTRACTOR's Bonds and insurance required because of the fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change 00700-General Conditions REV 5-10-13 00700-33 P\Public Works\ENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction Classroom'Adminlbid documentslMaster Contract Documenls100700-General Conditions REV 5-10-13.doc i Order or when a Claim for an adjustment in Contract Unit Price Work performed by CONTRACTOR will be Price is determined on the basis of Cost of the Work, made by ENGINEER subject to the provisions of CONTRACTOR's fee shall be determined as set forth paragraph 9 08. in paragraph 12.01.C. 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 11.01.A and 11.01.6, 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 an Claim for an adjustment in the Contract Price in accor- itemized cost breakdown together with supporting dance with paragraph 10.05 if: data. 1. the quantity of any item of Unit Price 11.02 Cash Allowances Work performed by CONTRACTOR differs materially and significantly from the estimated A. It is understood that CONTRACTOR has in- quantity of such item indicated in the cluded in the Contract Price 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. there is no corresponding adjustment acceptable to OWNER and ENGINEER. with respect any other item of Work; and CONTRACTOR agrees that: 3. if CONTRACTOR believes that 1. the allowances include the cost to CONTRACTOR is entitled to an increase in CONTRACTOR (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 the allowances to be delivered at the Site, OWNER is entitled to a decrease in Contract - -- and-all-applicable-taxes;-and— — — ---- - - Price-and the-parties are unable to agree--as-to the amount of any such increase or decrease. 2. CONTRACTOR's costs for unloading and handling on the Site, labor, installation costs, overhead, profit, and other expenses ARTICLE 12-CHANGE OF CONTRACT PRICE; contemplated for the allowances have been CHANGE OF CONTRACT TIMES included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will 12.01 Change of Contract Price be valid. A. The Contract Price may only be changed by a B. Prior to final payment, an appropriate Change Change Order or by a Written Amendment. Any Order will be issued as recommended by ENGINEER Claim for an adjustment in the Contract Price shall be to reflect actual amounts due CONTRACTOR on based on written notice submitted by the party making account of Work covered by allowances, and the Con- the Claim to the ENGINEER and the other party to the tract Price shall be correspondingly adjusted. Contract in accordance with the provisions of para- graph 10.05. 11.03 Unit Price Work B. The value of any Work covered by a Change A. Where the Contract Documents provide that Order or of any Claim for an adjustment in the all or part of the Work is to be Unit Price Work, initially Contract Price will be determined as follows: the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the 1. where the Work involved is covered unit price for each separately identified item of Unit by unit prices contained in the Contract Price Work times the estimated quantity of each item Documents, by application of such unit prices to as indicated in the Agreement. The estimated the quantities of the items involved (subject to quantities of items of Unit Price Work are not guaran- the provisions of paragraph 11.03);or teed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Deter- 2. where the Work involved is not cov- minations of the actual quantities and classifications of ered by unit prices contained in the Contract 00700-General Conditions REV 5-10-13 00700-34 F•\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomWdmin\bid documentsWaster Contract Documents\00700-General Conditions REV 5-10-13.doc i Documents, by a mutually agreed lump sum (which may include an allowance for overhead f. when both additions and credits are and profit not necessarily in accordance with involved in any one change, the adjustment paragraph 12.01.C.2); or in CONTRACTOR's fee shall be computed on the basis of the net change in 3. where the Work involved is not cov- accordance with paragraphs 12.01.C.2.a ered by unit prices contained in the Contract through 12.01.C.2.e, inclusive. i Documents and agreement to a lump sum is not reached under paragraph 12.01.13.2, on the 12.02 Change of Contract Times basis of the Cost of the Work (determined as provided in paragraph 11.01) plus a A. The Contract Times (or Milestones) may only CONTRACTOR's fee for overhead and profit be changed by a Change Order or by a Written (determined as provided in paragraph 12.01.C). Amendment. Any Claim for an adjustment in the Contract Times (or Milestones) shall be based on i C. CONTRACTOR's Fee: The written notice submitted by the party making the claim i CONTRACTOR's fee for overhead and profit shall be to the ENGINEER and the other party to the Contract determined as follows: in accordance with the provisions of paragraph 10.05. 1. a mutually acceptable fixed fee; or B. Any adjustment of the Contract Times (or Milestones) covered by a Change Order or of any 2. if a fixed fee is not agreed upon, then Claim for an adjustment in the Contract Times (or a fee based on the following percentages of the Milestones) will be determined in accordance with the various portions of the Cost of the Work: provisions of this Article 12. I a. for costs incurred under para- 12.03 Delays Beyond CONTRACTOR's Control graphs 11.01.A.1 and 11.01.A.2, the i CONTRACTOR's fee shall be 15 percent; A. Where CONTRACTOR is prevented from completing--any-part-of-the-Work-within the Contract - b. for costs incurred under paragraph Times (or Milestones) due to delay beyond the control I 11.01.A.3, the CONTRACTOR's fee shall of CONTRACTOR, the Contract Times (or be five percent; Milestones)will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor c. where one or more tiers of subcon- as provided in paragraph 12.02.A. Delays beyond the tracts are on the basis of Cost of the Work control of CONTRACTOR shall include, but not be plus a fee and no fixed fee is agreed upon, limited to, acts or neglect by OWNER, acts or neglect the intent of paragraph 12.01.C.2.a is that of utility owners or other contractors performing other the Subcontractor who actually performs work as contemplated by Article 7, fires, floods, the Work, at whatever tier, will be paid a fee epidemics, abnormal weather conditions, or acts of of 15 percent of the costs incurred by such God. Subcontractor under paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier 12.04 Delays Within CONTRACTOR's Control Subcontractor and CONTRACTOR will each be paid a fee of five percent of the A. The Contract Times(or Milestones)will not be amount paid to the next lower tier Subcon- extended due to delays within the control of tractor; CONTRACTOR. Delays attributable to and within the control of a Subcontractor or Supplier shall be d. no fee shall be payable on the deemed to be delays within the control of CONTRAC- basis of costs itemized under paragraphs TOR. 11.01.A.4, 11.01.A.5, and 11.01.13; 12.05 Delays Beyond OWNER's and e. the amount of credit to be allowed CONTRACTOR's Control by CONTRACTOR to OWNER for any change which results in a net decrease in A. Where CONTRACTOR is prevented from cost will be the amount of the actual net completing any part of the Work within the Contract decrease in cost plus a deduction in Times (or Milestones) due to delay beyond the control CONTRACTOR's fee by an amount equal of both OWNER and CONTRACTOR, an extension of to five percent of such net decrease;and the Contract Times (or Milestones) in an amount 00700-General Conditions REV 5-10-13 00700-35 FAPubllc Works%ENGINEERING DIVISION PROJECTSM13C IRC Shooting Range Hunter Eduction ClassroomWdminlbid documentslMasler Contract Documents100700-General Conditions REV 5-10-13.doc equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such 13.03 Tests and Inspections delay. A. CONTRACTOR shall give ENGINEER timely 12.06 Delay Damages notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate A. In no event shall OWNER or ENGINEER be with inspection and testing personnel to facilitate liable to CONTRACTOR, any Subcontractor, any required inspections or tests. Supplier, or any other person or organization,or to any surety for or employee or agent of any of them, for B. OWNER shall employ and pay for the damages arising out of or resulting from: sefMGes f an indepe^�'ent-testing-laperatery-ts perform all inspestio^s, techs, OF approvals required-by 1. delays caused by or within the control the Contra Emments eXGept: of CONTRACTOR;or 1ibr- inspesfienS, testsj-or-- prevals 2. delays beyond the control of both . OWNER and CONTRACTOR including but not belew; limited to fires, floods, epidemics, abnormal weather conditions, acts of God, or acts or 2. that sestS-ireGUrred onGonneetion witli neglect by utility owners or other contractors testsor insPestienG GGnduGted ^ufsuant-te performing other work as contemplated by paragraph Article 7. said paragraph 13.QA R i B. Nothing in this paragraph 12.06 bars a 3. s otherwise-spesif+eally prelv;Qed-in change in Contract Price pursuant to this Article 12 to the Geritr-act DOGL:ments. compensate CONTRACTOR due to delay, interference, or disruption directly attributable to C. If Laws or Regulations of any public body ---_---actions-or-inactions of-OWNER or anyone for whom having-jurisdiction-require-any-Work--(or part thereof) __ --- --- OWNER is responsible. specifically to be inspected, tested, or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for ARTICLE 13-TESTS AND INSPECTIONS; arranging and obtaining such inspections, tests, or j CORRECTION, REMOVAL OR ACCEPTANCE OF approvals, pay all costs in connection therewith, and i DEFECTIVE WORK furnish ENGINEER the required certificates of inspec- tion or approval. 13.01 Notice of Defects D. CONTRACTOR shall be responsible for arranging and obtaining and shall pay all costs in A. Prompt notice of all defective Work of which connection with any inspections, tests, or approvals OWNER or ENGINEER has actual knowledge will be required for OWNER's and ENGINEER's acceptance given to CONTRACTOR. All defective Work may be of materials or equipment to be incorporated in the rejected, corrected, or accepted as provided in this Work; or acceptance of materials, mix designs, or Article 13. equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation 13.02 Access to Work in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to A. OWNER, ENGINEER, ENGINEER's Con- OWNER and ENGINEER. sultants, other representatives and personnel of OWNER, independent testing laboratories, and E. If any Work (or the work of others) that is to governmental agencies with jurisdictional interests will be inspected, tested, or approved is covered by CON- have access to the Site and the Work at reasonable TRACTOR without written concurrence of ENGI- times for their observation, inspecting, and testing. NEER, it must, if requested by ENGINEER, be uncov- CONTRACTOR shall provide them proper and safe ered for observation. conditions for such access and advise them of CONTRACTOR's Site safety procedures and F. Uncovering Work as provided in paragraph programs so that they may comply therewith as 13.03.E shall be at CONTRACTOR's expense unless applicable. CONTRACTOR has given ENGINEER timely notice 00700-General Conditions REV 5-10-13 00700-36 P1Public WorksIENGINEERING DNISION PROJECTSM13C IRC Shooting Range Hunter Eduction ClassroomVldminlbid documentsWaster Contract Documents100700-General Conditions REV 5-10-13.doe of CONTRACTOR's intention to cover the same and er nor any surety for nr ernp!Gyee or anent of ENGINEER has not acted with reasonable prompt- any of them-. ness in response to such notice. 13.06 Correction or Removal of Defective Work 13.04 Uncovering Work A. CONTRACTOR shall correct all defective A. If any Work is covered contrary to the written Work, whether or not fabricated, installed, or request of ENGINEER, it must, if requested by ENGI- completed,or, if the Work has been rejected by ENGI- NEER, be uncovered for ENGINEER's observation NEER, remove it from the Project and replace it with and replaced at CONTRACTOR's expense. Work that is not defective. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but B. If ENGINEER considers it necessary or not limited to all fees and charges of engineers, advisable that covered Work be observed by ENGI- architects, attorneys, and other professionals and all NEER or inspected or tested by others, CONTRAC- court or arbitration or other dispute resolution costs) TOR, at ENGINEER's request, shall uncover, expose, arising out of or relating to such correction or removal or otherwise make available for observation, inspec- (including but not limited to all costs of repair or tion, or testing as ENGINEER may require, that replacement of work of others). portion of the Work in question, furnishing all neces- sary labor, material, and equipment. If it is found that 13.07 Correction Period such Work is defective, CONTRACTOR shall pay all Claims, costs, losses, and damages(including but not A. if within ape Year after the .tate of Substantial limited to all fees and charges of engineers, architects, Gompletion or SUGh lenger period of time may be attorneys, and other professionals and all court or r Regulations or by the terms of arbitration or other dispute resolution costs) arising out any applicable speGi ll guarantee Fequired by the of or relating to such uncovering, exposure, observa- Contfast BeGUraents OF by a"813ifiG PrOViSiOn of the tion, inspection, and testing, and of satisfactory ContFaGt DOGIAments, any VVOFk is found to be replacement or reconstruction (including but not defeGti,ve or if the repair of any damages to the land limited to all-costs of repair or replacement-of-work of - or-areas-made-available-fer-CONTRACTOR's h„-- -- - others); and OWNER shall be entitled to an OWNER or pennittedpermitter, b„ Laws Regulations s appropriate decrease in the Contract Price. If the Gontemplatert in paragraph 1! n is found to be parties are unable to agree as to the amount thereof, defe Kali-promp , fithGUt^^St OWNER may make a Claim therefor as provided in to OWNER and ffin aGG nrp with OW 1tier} paragraph 10.05. If, however, such Work is not found instFUGtiORS: (0) repair si Bch defective land or yeas or to be defective, CONTRACTOR shall be allowed an (ii) correct su^” ldef nti„e Work or, if the defective ; increase in the Contract Price or an extension of the Werk has been rejected by OWNER, remove it from Contract Times (or Milestones), or both, directly the-P-rejeGt-and-replace-i pith `^park that is not attributable to such uncovering, exposure, riy-GerreGt-er-repair er observation, inspection, testing, replacement, and remove and replace any damage to ether WOFk to the reconstruction. If the parties are unable to agree as to er-lana OF -seas resulting there the amount or extent thereof, CONTRACTOR may #Fera. If CONTRACTOR does not promptly comply make a Claim therefor as provided in paragraph with the terms of such instructions, or in an 10.05. emergency where delay would cause serious risk of loss or damage, OWNER may have the defective 13.05 OWNER May Stop the Work Work corrected or repaired or may have the rejected Work removed and replaced, and all Claims, costs, A. If the Work is-defective;or GONTRAGTOR losses, and damages (including but not limited to all fails supply suffiGieRt skilled workers or suitable fees and charges of engineers, architects, attorneys, materials OF equipment, or fails to peFfoFm the Wb*iA and other professionals and all court or arbitration or ,SUGh� - I haat the completed Work,.,i 1 Gonform to other dispute resolution costs)arising out of or relating the Gentll:aot Doo.—ments, OWNER May OFdeF CON to such correction or repair or such removal and TRACTOR to step the Work, or any portion thereof, replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by r hOwevey��� isnr�ght of OWNER to stop the Work shall CONTRACTOR. not give Fise to any duty on the paFt of OWNER to exeFGise this right fpr the benefit of GONTRAGPD B "eGial r.r t nGes There a partici la any Sub I item of equipment is planed in ngntinUO Us service before Substantial Comp an of all the Werk , thee 00700-General Conditions REV 5-10-13 00700-37 R Public Works\ENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomMminlbid documentsWlaster Contract Documents100700-General Conditions REV 5-10-13.doc Eerreste�peraemay startany other provision of the Contract Documents, earlier date if provided ns Gr by OWNER may, after seven days written notice to WFifFr.i,term Armr,�enllr� a Wit•. CONTRACTOR, correct and remedy any such deficiency. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or B. In exercising the rights and remedies under removed and replaced under this paragraph 13.07, this paragraph, OWNER shall proceed expeditiously. the correction period hereunder with respect to such In connection with such corrective and remedial Work will be extended for an additional period of one action, OWNER may exclude CONTRACTOR from all year after such correction or removal and replacement or part of the Site, take possession of all or part of the has been satisfactorily completed. Work and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, D. CONTRACTOR's obligations under this appliances, construction equipment and machinery at paragraph 13.07 are in addition to any other obligation the Site, and incorporate in the Work all materials and or warranty. The provisions of this paragraph 13.07 equipment stored at the Site or for which OWNER has shall not be construed as a substitute for or a waiver paid CONTRACTOR but which are stored elsewhere. of the provisions of any applicable statute of limitation CONTRACTOR shall allow OWNER, OWNER's or repose, representatives, agents and employees, OWNER's other contractors, and ENGINEER and ENGINEER's 13.08 Acceptance of Defective Work Consultants access to the Site to enable OWNER to exercise the rights and remedies under this A. If, instead of requiring correction or removal paragraph. and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final pay- C. All Claims, costs, losses, and damages ment, ENGINEER) prefers to accept it, OWNER may (including but not limited to all fees and charges of do so. CONTRACTOR shall pay all Claims, costs, engineers, architects, attorneys, and other losses, and damages (including but not limited to all professionals and all court or arbitration or other -- fees and charges of engineers, architects;-attorneys,----- - dispute-resolution-costs) incurred-or—sustained-by-__ -- ---- and other professionals and all court or arbitration or OWNER in exercising the rights and remedies under other dispute resolution costs) attributable to this paragraph 13.09 will be charged against CON- OWNER's evaluation of and determination to accept TRACTOR, and a Change Order will be issued such defective Work (such costs to be approved by incorporating the necessary revisions in the Contract ENGINEER as to reasonableness)and the diminished Documents with respect to the Work; and OWNER value of the Work to the extent not otherwise paid by shall be entitled to an appropriate decrease in the CONTRACTOR pursuant to this sentence. If any Contract Price. If the parties are unable to agree as to such acceptance occurs prior to ENGINEER's recom- the amount of the adjustment, OWNER may make a mendation of final payment, a Change Order will be Claim therefor as provided in paragraph 10.05. Such issued incorporating the necessary revisions in the claims,.costs, losses and damages will include but not Contract Documents with respect to the Work, and be limited to all costs of repair, or replacement of work OWNER shall be entitled to an appropriate decrease of others destroyed or damaged by correction, in the Contract Price, reflecting the diminished value of removal, or replacement of CONTRACTOR's Work so accepted. If the parties are unable to agree defective Work. as to the amount thereof, OWNER may make a Claim therefor as provided in paragraph 10.05. If the D. CONTRACTOR shall not be allowed an acceptance occurs after such recommendation, an extension of the Contract Times (or Milestones) appropriate amount will be paid by CONTRACTOR to because of any delay in the performance of the Work OWNER. attributable to the exercise by OWNER of OWNER's rights and remedies under this paragraph 13.09. 13.09 OWNER May Correct Defective Work A. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.06.A, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with 00700-General Conditions REV 5-10-13 00700-38 F:\Public WorkslENGINEERING DIVISION PROJECTSX1213C IRC Shooting Range Hunter Eduction ClassroomlAdminlbid documents\Master Contract Documents100700-General Conditions REV 5-10-13.doc a. ARTICLE 14-PAYMENTS TO CONTRACTOR AND B. Review of Applications COMPLETION 1. ENGINEER will, within 10 days after receipt of each Application for Payment, either 14.01 Schedule of Values indicate in writing a recommendation of payment and present the Application to A. The schedule of values established as provid- OWNER or return the Application to ed in paragraph 2.07.A will serve as the basis for CONTRACTOR indicating in writing progress payments and will be incorporated into a ENGINEER's reasons for refusing to form of Application for Payment acceptable to ENGI- recommend payment. In the latter case, CON- NEER. Progress payments on account of Unit Price TRACTOR may make the necessary Work will be based on the number of units completed. corrections and resubmit the Application. 14.02 Progress Payments 2. ENGINEER's recommendation of any payment requested in an Application for A. Applications for Payments Payment will constitute a representation by ENGINEER to OWNER, based on 1. At least 20 days before the date ENGINEER's observations on the Site of the established for each progress payment(but not executed Work as an experienced and qualified more often than once a month), design professional and on ENGINEER's CONTRACTOR shall submit to ENGINEER for review of the Application for Payment and the review an Application for Payment filled out and accompanying data and schedules, that to the signed by CONTRACTOR covering the Work best of ENGINEER's knowledge, information completed as of the date of the Application and and belief. accompanied by such supporting i documentation as is required by the Contract a. the Work has progressed to the point I Documents. If payment is requested on the indicated; --- - basis-of-materials and— equipment not incorporated in the Work but delivered and b. the quality of the Work is generally in suitably stored at the Site or at another location accordance with the Contract Documents agreed to in writing, the Application for Payment (subject to an evaluation of the Work as a shall also be accompanied by a bill of sale, functioning whole prior to or upon invoice, or other documentation warranting that Substantial Completion, to the results of any OWNER has received the materials and equip- subsequent tests called for in the Contract ment free and clear of all Liens and evidence Documents, to a final determination of that the materials and equipment are covered quantities and classifications for Unit Price by appropriate property insurance or other Work under paragraph 9.08, and to any arrangements to protect OWNER's interest other qualifications stated in the therein, all of which must be satisfactory to recommendation); and OWNER. c. The conditions precedent to 2. Beginning with the second CONTRACTOR's being entitled to such Application for Payment, each Application shall payment appear to have been fulfilled in so include an affidavit of CONTRACTOR stating far as it is ENGINEER's responsibility to that all previous progress payments received observe the Work. on account of the Work have been applied on account to discharge CONTRACTOR's 3. By recommending any such legitimate obligations associated with prior payment ENGINEER will not thereby be Applications for Payment. deemed to have represented that: (i) inspec- tions made to check the quality or the quantity 3. The amount of retainage with respect of the Work as it has been performed have to progress payments will be as stipulated in been exhaustive, extended to every aspect of the Agreement. the Work in progress, or involved detailed inspections of the Work beyond the responsi- bilities specifically assigned to ENGINEER in the Contract Documents; or (ii) that there may not be other matters or issues between the 00700-General Conditions REV 5-10-13 00700-39 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomWdmin\bid documentsWaster Contract Documents\00700-General Conditions REV 5-10-13.doc i i parties that might entitle CONTRACTOR to be 1. Ten daysafter—presentatiGnr, of the paid additionally by OWNER or entitle OWNER AppliGatisn for—Payment to OWNER--w& to withhold payment to CONTRACTOR. ENGINEER's reGommendatiOR, the arnount renemmended ���il�liTJ Gt tn the prev}s�gns of 4. Neither ENGINEER's review of paragraph 14 rn D) me due, and when CONTRACTOR's Work for the purposes of due will be paid by 01 INER to CONTRAGTOR, recommending payments nor ENGINEER's recommendation of any payment, including final D. Reduction in Payment payment, will impose responsibility on ENGINEER to supervise, direct, or control the 1. OWNER may refuse to make Work or for the means, methods, techniques, payment of the full amount recommended by sequences, or procedures of construction, or ENGINEER because: the safety precautions and programs incident thereto, or for CONTRACTOR's failure to a.claims have been made against comply with Laws and Regulations applicable to OWNER on account of CONTRACTOR's CONTRACTOR's performance of the Work. performance or furnishing of the Work; Additionally, said review or recommendation will not impose responsibility on ENGINEER to b. Liens have been filed in connection make any examination to ascertain how or for with the Work, except where what purposes CONTRACTOR has used the CONTRACTOR has delivered a specific j moneys paid on account of the Contract Price, Bond satisfactory to OWNER to secure the or to determine that title to any of the Work, satisfaction and discharge of such Liens; materials, or equipment has passed to OWNER free and clear of any Liens. c. there are other items entitling OWN- ER to a set-off against the amount 5. ENGINEER may refuse to recom- recommended;or mend the whole or any part of any payment if, - - ---- --- in ENGINEER's opinion,-it would be-incorrect to - - --- d.OWNER-has actual-knowledge of-the make the representations to OWNER referred occurrence of any of the events enumerated to in paragraph 14.02.13.2. ENGINEER may in paragraphs 14.02.B.5.a through also refuse to recommend any such payment 14.02.B.5.c or paragraph 15.02.A. i or, because of subsequently discovered evidence or the results of subsequent 2. If OWNER refuses to make payment inspections or tests, revise or revoke any such of the full' amount recommended by payment recommendation previously made, to ENGINEER, OWNER must give such extent as may be necessary in CONTRACTOR immediate written notice (with ENGINEER's opinion to protect OWNER from a copy to ENGINEER) stating the reasons for loss because: such action and promptly pay CONTRACTOR any amount remaining after deduction of the a. the Work is defective, or completed amount so withheld. OWNER shall promptly Work has been damaged, requiring pay CONTRACTOR the amount so withheld, or correction or replacement; any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR b. the Contract Price has been reduced corrects to OWNER's satisfaction the reasons by Written Amendment or Change Orders;. for such action. c. OWNER has been required to correct 3. If it is subsequently determined that defective Work or complete Work in actor- OWNER's refusal of payment was not justified, dance with paragraph 13.09; or the amount wrongfully withheld shall be treated as an amount due as determined by paragraph d. ENGINEER has .,,.tual l(no ledge-of 14.02.C.1. the GGGurrenGe of any of o events enumer- ated h . ated in pa graph 15�-^��y 14.03 CONTRACTOR's Warranty of Title j C. Payment Becomes Due A. CONTRACTOR warrants and guarantees that title to all Work, materials,and equipment covered by any Application for Payment, whether incorporated I 00700-General Conditions REV 5-10-13 00700-40 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomMmin\bid documents\Master Contract DocumentM00700-General Conditions REV 5-10-13.dac i in the Project or not,will pass to OWNER no later than B. OWNER shall have the right to exclude the time of payment free and clear of all Liens. CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CON- 14.04 Substantial Completion TRACTOR reasonable access to complete or correct items on the tentative list. A. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall 14.05 Partial Utilization notify OWNER and ENGINEER in writing that the entire Work is substantially complete(except for items A. Use by OWNER at OWNER's option of any specifically listed by CONTRACTOR as incomplete) substantially completed part of the Work which has and request that ENGINEER issue a certificate of specifically been identified in the Contract Documents, Substantial Completion. Promptly thereafter, or which OWNER, ENGINEER, and CONTRACTOR OWNER, CONTRACTOR, and ENGINEER shall agree constitutes a separately functioning and usable make an inspection of the Work to determine the part of the Work that can be used by OWNER for its status of completion. If ENGINEER does not consider intended purpose without significant interference with the Work substantially complete, ENGINEER will CONTRACTOR's performance of the remainder of notify CONTRACTOR in writing giving the reasons the Work, may be accomplished prior to Substantial therefore. if ENGINEER Gonsiders +h�he Work Completion of all the Work subject to the following suh ,tiall ccreplete, E^I.oINEER M, n,-, �e amend conditions. de4P.fei:to OWNER a tentative Ge Gate_44-Substantial Sernpletien-whieh shall fix the date Substantial 1. OWNER at any time may request SGmpletlon. there shall-be attaGhem, to the ^er+lfisate CONTRACTOR in writing to permit OWNER to a tentative list items to ornpleted-er-serreeted use any such part of the Work which OWNER beferefinalpay+nent OWNER AICA sh^u have seven days believes to be ready for its intended use and mer MGeipt of the to tatWe-Gertific-ate during whish-te substantially complete. If CONTRACTOR make written ^hie^+i^n t^ E-��R as +� to any agrees that such part of the Work is p-fisions-of the o ;f;Gate or attaGhed-list. if, after substantially complete, CONTRACTOR will ----sensiderinn-^„^h- ob eG�onsj-EN(_II EER—^^n^tudes - -- ---certify-to OWNER-and- ENGINEER that--such that the Werk is not substantially-GGMplete, part of the Work is substantially complete and �nlGINEER well,e,ioTthi„_ 4 days after submi^^i^n of the request ENGINEER to issue a certificate of tent"fe GeFtifiGate to OWNER notify GONTRAG Substantial Completion for that part of the in writing, stating the Ye^cmisans th^M^r. If, after Work. CONTRACTOR at any time may notify Gensi SR's-obje^+i^^c, ENGINEER OWNER and ENGINEER in writing that GOnsiders the Work substantialally—GGmplete CONTRACTOR considers any such part of the ENGINEER-av li--within said14 days exeGute a nu Work ready for its intended use and substan- deliver to OWNER aFId--CONTE A tially complete and request ENGINEER to issue sertifi a certificate of Substantial Completion for that tentative list of itemstobe ^mmpleterl OF ^^rre� part of the Work. Within a reasonable time ref!eotln^ SUGh ^han^e^ from the tentative ^ertifi +^ after either such request, OWNER, as ENGINEE helie,,nes justified after^ansideratCONTRACTOR, and ENGINEER shall make any Gbje4ons in - the time of del* an inspection of that part of the Work to of the tentative ^ertifi^ate of Substantial Gompletion determine its status of completion. If ENGINEER will deliver--to OWNER and CONTRAG ENGINEER does not consider that part of the TOR a rotten reGeirnmendation as to division e Work to be substantially complete, ENGINEER responsibilities-pending final payment-between will notify OWNER and CONTRACTOR in OWNER and GONTRAGTQith resp^+t seG;:r,;`f; writing giving the reasons therefor If Operation;-safety, and pretel3tion of-the Work, ENGINEER considers that part of the Work to main+enan heat „tilrtie^, r^s anrae,and war-r-anties be substantially complete, the provisions of and -guarantees. UnlessOWNER and paragraph 14.04 will apply with respect to CONTRACTOR gree-ethepNi6e-i.1 writing an certification of Substantial Completion of that inform ENGINEER in Writing nri^r +^ ENGINEER's part of the Work and the division of issuing a ve Gertifisate af Substantial Gemple responsibility in respect thereof and access +ien ENGINEER's aforesaid recommendation will-be thereto. l final payment. 2. No occupancy or separate operation of part of the Work may occur prior to 00700-General Conditions REV 5-10-13 00700-41 F1Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bld documentsWaster Contract Documents\00700-General Conditions REV 5-10-13.doe i compliance with the requirements of paragraph furnish such a release or receipt in full, CON- 5.10 regarding property insurance. TRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify 14.06 Final Inspection OWNER against any Lien. A. Upon written notice from CONTRACTOR that B. Review of Application and Acceptance the entire Work or an agreed portion thereof is g complete, ENGINEER will promptly make a final 1. If, on the basis of ENGINEER's inspection with OWNER and CONTRACTOR and will observation of the Work during construction notify CONTRACTOR in writing of all particulars in and final inspection, and ENGINEER's review which this inspection reveals that the Work is of the final Application for Payment and incomplete or defective. CONTRACTOR shall accompanying documentation as required by immediately take such measures as are necessary to the Contract Documents, ENGINEER is complete such Work or remedy such deficiencies. satisfied that the Work has been completed and CONTRACTOR's other obligations under 14.07 Final Payment the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of A. Application for Payment the final Application for Payment, indicate in writing ENGINEER's recommendation of 1. After CONTRACTOR has, in the payment and present the Application for opinion of ENGINEER, satisfactorily completed Payment to OWNER for payment. At the same j all corrections identified during the final time ENGINEER will also give written notice to inspection and has delivered, in accordance OWNER and CONTRACTOR that the Work is with the Contract Documents all maintenance acceptable subject to the provisions of and operating instructions schedules, gu ra - paragraph 14.09. Otherwise, ENGINEER will tees, Bonds, certificates or other evidence of return the Application for Payment to insurance certificates of inspection, marked-up CONTRACTOR, indicating in writing the ----— -----record-documents-(as-provided-in-paragraph -- --reasons for refusing- to--recommend--final- _-- 6.12), and other documents CONTRACTOR payment, in which case CONTRACTOR shall may make application for final payment follow- make the necessary corrections and resubmit ing the procedure for progress payments. the Application for Payment. 2. The final Application for Payment C. Payment Becomes Due shall be accompanied (except as previously delivered) by: (i) all documentation called for in T iFty days;af er-the-pprese^+,�s„o the Contract Documents, including but not OWNER of the AppliGation fbF Payment and limited to the evidence of insurance required by asser . I. g-4eeurnentation, the amount subparagraph 5.04.B.7, (ii) consent of the reGOmmen ded by ENGINEER will ecerne due surety, if any, to final payment; and (iii) and, whendewily will be paid by OWNER to complete and legally effective releases or GONTRACTOfZ. waivers (satisfactory to OWNER) of all Lien rights arising out of or Liens filed in connection 14.08 Final Completion Delayed with the Work. A. If, through no fault of CONTRACTOR, final 3. In lieu of the releases or waivers of completion of the Work is significantly delayed, and if Liens specified in paragraph 14.07.A.2 and as ENGINEER so confirms, OWNER shall, upon receipt approved by OWNER, CONTRACTOR may of CONTRACTOR's final Application for Payment and furnish receipts or releases in full and an recommendation of ENGINEER, and without terminat- affidavit of CONTRACTOR that: (I)the releases ing the Agreement, make payment of the balance due and receipts include all labor, services, for that portion of the Work fully completed and material, and equipment for which a Lien could accepted. If the remaining balance to be held by be filed; and (ii) all payrolls, material and OWNER for Work not fully completed or corrected is equipment bills, and other indebtedness less than the retainage stipulated in the Agreement, connected with the Work for which OWNER or and if Bonds have been furnished as required in OWNER's property might in any way be paragraph 5.01, the written consent of the surety to responsible have been paid or otherwise satis- the payment of the balance due for that portion of the fled. If any Subcontractor or Supplier fails to Work fully completed and accepted shall be submitted 00700-General Conditions REVS-10-13 00700-42 F;1Public Works1ENGINE ERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomWminlbid documents\Master Contract Documents100700-General Conditions REV 5-10-13.doc i by CONTRACTOR to ENGINEER with the Application under paragraph 2.07 as adjusted from time to for such payment. Such payment shall be made time pursuant to paragraph 6.04); under the terms and conditions governing final payment, except that it shall not constitute a waiver of 2. CONTRACTOR's disregard of Laws Claims. or Regulations of any public body having jurisdiction; 14.09 Waiver of Claims 3. CONTRACTOR's disregard of the A. The making and acceptance of final payment authority of ENGINEER; or will constitute: 4. CONTRACTOR's violation in any 1. a waiver of all Claims by OWNER substantial way of any provisions of the against CONTRACTOR, except Claims arising Contract Documents. from unsettled Liens, from defective Work appearing after final inspection pursuant to B. If one or more of the events identified in paragraph 14.06,from failure to comply with the paragraph 15.02.A occur, OWNER may, after giving Contract Documents or the terms of any special CONTRACTOR (and the surety, if any) seven days guarantees specified therein, or from written notice, terminate the services of CONTRACTOR's continuing obligations under CONTRACTOR, exclude CONTRACTOR from the the Contract Documents;and Site, and take possession of the Work and of all CONTRACTOR's tools, appliances, construction 2. a waiver of all Claims by CONTRAC- equipment, and machinery at the Site, and use the TOR against OWNER other than those same to the full extent they could be used by previously made in writing which are still CONTRACTOR(without liability to CONTRACTOR for unsettled. trespass or conversion), incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which ---ARTICLE-15-SUSPENSION-OF WORK AND--- are s ored elsewhere, and finish the Work as OWNER TERMINATION may deem expedient. in such case, CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the 15 01 OWNER May Suspend Work Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and A. At any time and without cause, OWNER may charges of engineers, architects, attorneys, and other suspend the Work or any portion thereof for a period professionals and all court or arbitration or other of not more than 90 consecutive days by notice in dispute resolution costs) sustained by OWNER arising writing to CONTRACTOR and ENGINEER which will out of or relating to completing the Work, such excess fix the date on which Work will be resumed. CON- will be paid to CONTRACTOR. If such claims, costs, TRACTOR shall resume the Work on the date so losses, and damages exceed such unpaid balance, fixed. heat CONTRACTOR shall pay the difference to OWNER. in4he Ssntrast-Price er-an extension of the Contract Such claims, costs, losses, and damages incurred by Times, or beth, directly attFibutable toany SUGh OWNER will be reviewed by ENGINEER as to their suspension erefer reasonableness and, when so approved by as provided in paragraph 40.06. ENGINEER, incorporated in a Change Order. When exercising any rights or remedies under this 15.02 OWNER May Terminate for Cause paragraph OWNER shall not be required to obtain the lowest price for the Work performed. A. The occurrence of any one or more of the following events will justify termination for cause: C. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not 1 CONTRACTOR's persistent failure affect any rights or remedies of OWNER against to perform the Work in accordance with the CONTRACTOR then existing or which may thereafter Contract Documents (including, but not limited accrue. Any retention or payment of moneys due to, failure to supply sufficient skilled workers or CONTRACTOR by OWNER will not release CON- suitable materials or equipment or failure to TRACTOR from liability. adhere to thero ress schedule established p g 00700-General Conditions REVS-10-13 00700-43 P•\Publlc Works%ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomMmin\bid documents\Master Contract Documents\00700-General Conditions REV 510-13.doc I 15.03 OWNER May Terminate For Convenience Application for Payment within 30 days after it is submitted, OF OWNER has fai ed fGF 30 days to pay A. Upon seven days written notice to CON- CONTRACTOR any sum finally deteFmined to be due-, TRACTOR e- TRACTOR and ENGINEER, OWNER may, without CONTRACTOR may, seven days after written notice cause and without prejudice to any other right or to OWNER and ENGINEER, stop the Work until remedy of OWNER, elect to terminate the Contract. payment is made of all such amounts due In such case, CONTRACTOR shall be paid (without CONTRACTOR, including interest thereon. The duplication of any items): provisions of this paragraph 15.04 are not intended to preclude CONTRACTOR from making a Claim under 1. for completed and acceptable Work paragraph 10.05 for an adjustment in Contract Price executed in accordance with the Contract or Contract Times or otherwise for expenses or Documents prior to the effective date of damage directly attributable to CONTRACTOR's termination, including fair and reasonable sums stopping the Work as permitted by this paragraph. for overhead and profit on such Work; 2. for expenses sustained prior to the ARTICLE 16- DISPUTE RESOLUTION effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract 16.01 Methods and 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 c(jsts}-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. 17.01 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 loss arising out of or resulting from such Documents requires the giving of written notice, it will termination. be deemed to have 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 of the notice. the Work is suspended for more than 90 consecutive days by OWNER or under an order of court or other 17.02 Computation of Times public authority, or ENGINEER fails to act on any Application for Payment within 30 days after it is A. When any period of time is referred to in the submitted, eF OWNER fails for 30 days to pay GON Contract Documents by days, it will be computed to TRACTOR any s rn finally rdeteanined to he due, then exclude the first and include the last day of such CONTRACTOR may, upon seven days written notice period. If the last day of any such period falls on a to OWNER and ENGINEER, and provided OWNER Saturday or Sunday or on a day made a legal holiday or ENGINEER do not remedy such suspension or by the law of the applicable jurisdiction, such day will failure within that time, terminate the Contract and be omitted from the computation. recover from OWNER payment on the same terms as provided in paragraph 15.03. In lieu of terminating the 17.03 Cumulative Remedies Contract and without prejudice to any other right or remedy, if ENGINEER has failed to act on an 00700-General Conditions REV 5-10-13 00700-44 FAPublic WorkMENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomtAdmtn\bid documentsWaster Contract Documents100700-General Conditions REV 5-10-13.dac A. The duties and obligations imposed by these General Conditions and the rights and remedies avail- able hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by 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. i 17.04 Survival of Obligations I A. All representations, indemnifications, warran- ties, and guarantees made in, required by, or given in j 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 comple- 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-General Conditions REV 5-10-13 00700-45 F\Public Woft%ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomWdminlbid documents\Master Contract Documents\00700-General Conditions REV 5-10-13.doc i 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.D.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 i 1. The word "furnish" shall mean to supplyand deliver services, materials, or _ _! equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install' shall mean to put into use or place in final position services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide" shall mean to furnish and install services, materials, or equipment complete and ready for intended use. SC-2.05 Before Starting Construction SC-2.05.C. Delete paragraph GC 2.05.0 in its entirety and insert the following paragraph in its place: C. Evidence of Insurance: CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. All such insurance'shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Article 13. SC-2.06 Preconstruction Conference SC-2.06 Delete paragraph GC-2.06.A in its entirety and insert the following paragraph in its place: A. Immediately after awarding the contract, but before the CONTRACTOR begins work, the Project Manager will call a preconstruction conference at a place the ENGINEER designates to establish an understanding among the parties as to the work and to discuss schedules referred to in paragraph 2.05.6, procedures 00800-1 00800-Supplementary Conditions 05-13 rev 00800 1 F1Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Adminlbid documentsWlaster Contract Documents\00800-Supplementary Conditions 05.13 rev.doc I � I 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. i 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 I Rates based on the National Council on i 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.). I 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 C-3.05:SC-3.06 Coordination of Plans, Specifications, and Special Provisions A. In case of discrepancy, the governing order of the documents shall be as follows: 1. Written Interpretations 2. Addenda 3. Specifications 4. Supplementary Conditions to the General Conditions 5. General Conditions 6. Approved Shop Drawings 7. Drawings 8. Referenced Standards. B. Written/computed dimensions shall govern over scaled dimensions. 00800-2 00800-Supplementary Conditions 05-13 rev 00800 2F:\Public Works1ENGINEERING DIVISION PROJECTS%1213C IRC Shooting Range Hunter Eduction ClassroomWdmin\bid documents\Master Contract Documents\00800-Supplementary Conditions 05-13 rev.doc 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: Roadway Soil Survey: NONE D. Reports and drawings itemized in SC-4.02.0 are not included with the Bidding Documents. Copies may be examined at Indian River Count Administration p y v Building, Public Works, 1801 27th Street, Vero Beach, FL 32960 during regular business hours. These reports and drawings are not part of the Contract Documents. SC-5.01 Performance, Payment and Other Bonds SC-5.01.A. Delete paragraph GC-5.01.A in its entirety and insert the following paragraphs in its place: Within fifteen (15) days of receipt of the Contract Documents for execution, the CONTRACTOR shall furnish a Public Construction Bond in an amount equal to 100% of the Contract Price. 1. In lieu of the Public Construction Bond, the CONTRACTOR may furnish --- — ---- - - - - - -an alternative-form of-security-in the-form of cash,- money--orderi-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 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.B: 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 00800-3 00800-Supplementary Conditions 05-13 rev 00800 3FAPublic WorksIENGINEERING DIVISION PROJECTSM13C IRC Shooting Range Hunter Eduction ClassroomWdmin%bid documentslMaster Contract DocumentSt00800-Supplementary Conditions 05-13 rev.doc 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/Ope'rations b. Products/Completed Operations C. Contractual Liability d. Independent Contractors e. Explosion f. Collapse j g. Underground. i 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. I b. "Indian River County Florida" will be named as "Additional I Insured" e Liability,ral bi it on both the Gen Li y, Au to Liability and Builder's Risk"All Risk" Insurance. C. The OWNER will be given thirty (30) days notice prior to cancellation or modification of any stipulated insurance. Such notification will be in writing by registered mail, return receipt requested and addressed to the OWNER's Risk Manager. d. An appropriate "Indemnification" clause shall be made a provision of the Contract (see paragraph 6.20 of the General Conditions). e. It is the responsibility of the CONTRACTOR to insure that all subcontractors comply with all insurance requirements. f. It should be remembered that these are minimum requirements, which are subject to modification in response to high hazard operation. g. Insured must be authorized to do business and have an agent for service of process in Florida and have Best's Rating of A-VII or better. I D. Additional Insureds: I 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. Florida Department of Environmental Protection 00800-4 00800-Supplementary Conditions 05-13 rev 00800 41FAPublic Works\ENGINEERING DIVISION PROJECTS\9213C IRC Shooting Range Hunter Eduction ClassroomlAdminlbid documentslMaster Contract Documents100800-Supplementary Conditions 05-13 rev.doc SC-5.05 OWNER's Liability Insurance SC-5.05 Delete paragraph GC-5.05.A in its entirety. SC-5.06 Property Insurance SC-5.06 Delete paragraphs GC-5.06.A, 8, and C in their entirety and insert the following paragraphs in their place: A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall: 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, faisework, and materials and equipment in transit and shall insure against at least the following perils or causes of loss: fire, lightning, j extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss as may be specifically ------------required-by the-Supplementary--Conditions— - - 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; and 5. allow for partial utilization of the Work by OWNER; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR and ENGINEER with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued. B. CONTRACTOR shall be responsible for any deductible or self-insured retention. C. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph SC-5.06 shall comply with the requirements of paragraph 5.06.0 of the General Conditions. SC-5.06.E Delete paragraph GC-5.06.E in its entirety and insert the following in its place: E. Additional Insureds: 1. The following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's property insurance policies: 00800-5 00800-Supplementary Conditions 05-13 rev 00800 5FAPublic WorkslENGINEERING DIVISION PROJECTSX1213C IRC Shooting Range Hunter Eduction ClassroomlAdminlbid documentslMaster Contract Documents\00800-Supplementary Conditions 05-13 rev.doc a. Indian River County, Florida b. Florida Department of Environmental Protection 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 Flours SC-6.02.6. Add the following paragraphs immediately after paragraph GC-6.02.B: 1. Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a.m. to 5 p.m. 2. Indian River County Holidays are: New Year's Day, 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-CONTRAC-T_OR-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 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. 00800-s 00800-Supplementary Conditions 05-13 rev 00800 6F:\Public Works\ENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomWmin%id documentslMaster Contract Documents\00800-Supplementary Conditions 05-13 rev.doc SC-6.08 Permits SC-6.08 Add the following paragraphs immediately after paragraph GC-6.08.A: 1. The OWNER has obtained the following permits (copies of these permits are contained in Appendix"A"): A. Indian River County Shooting Range Administrative Approval (AA-16-09- 103/98090044-77166) i 2. The CONTRACTOR shall obtain and pay for all other required permits and licenses. The CONTRACTOR shall provide copies of the permits to the OWNER and ENGINEER and shall comply with all conditions contained in the permits at no extra cost to the OWNER. 3. The CONTRACTOR shall be familiar with all permit requirements during construction and shall be responsible for complying with these i requirements. The cost of this effort shall be included in the pay item in which the work is most closely associated with. SC-11.01 Cost of the Work SC-11.01.A.1. Delete paragraph GC-9 9.09.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 caa _7 (1R R1 fnr tM, aril iti n i f eco r foremen (see C ,) np.Pi d..,ona! r un oreseen Rork. Labor includes oremen I - -- - --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 I 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. i SC-13.03 Test and Inspections I SC-13.03.6. Delete paragraph GC-93.03.8 in its entirety, and insert the following sentences in its place: B. OWNER shall employ and pay for the services of an independent testing laboratory to perform all initial inspections, tests, or approvals required by the Contract Documents except those inspections, tests, or approvals listed immediately below. Subsequent inspections, tests, or approvals required after initial failing inspections, tests, or approvals shall be paid for by the CONTRACTOR by back charge to subsequent applications for payment. The CONTRACTOR shall arrange, obtain, and pay for the following inspections, tests, or approvals: 1. inspections, tests, or approvals covered by paragraphs 13.03.0 and 13.03.D below; 2. costs incurred in connection with tests or inspections conducted pursuant to 00800-7 00800-Supplementary Conditions 05-13 rev 00800 7FAl`ublic Works\ENGINEERING DIVISION PROJECTM1213C IRC Shooting Range Hunter Eduction ClassroomtAdmiMbid documents\Master Contract Documents100800-Supplementary Conditions 05-13 rev.doc i paragraph 13.04.6 shall be paid as provided in said paragraph 13.04.6; 3. tests otherwise specifically provided in the Contract Documents. i 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. 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 ime---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.E 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. oosoo-s 00800-Supplementary Conditions 05-13 rev 00800 8FAPublic Works1ENGINEERING DIVISION PROJECTSM13C IRC Shooting Range Hunter Eduction ClassroomWdmin\bid documents\Master Contract Documents\00800-Supplementary Conditions 05-13 rev.doc I SC-14.02 Progress Payments SC-14.02.B.5. Delete paragraph GC-14.02.B.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-14.02.13.5. Add the following sentences at the end of paragraph GC-14.02.B.5. e. OWNER has been required to pay ENGINEER additional compensation because of CONTRACTOR delays or rejection of defective Work; or i f. OWNER has been required to pay an independent testing laboratory for subsequent inspections, tests, or approvals taken after initial failing inspections, I 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 i 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 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 I pending items that are not yet completed, on the Statutory List does not alter the j responsibility of the Contractor to complete all of the Work under this Agreement; 1 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." i I 00800-9 00800-Supplementary Conditions 05-13 rev 00800 91"Tublic WorkstENGINEERING DIVISION PROJECTSt1213C IRC Shooting Range Hunter Eduction Classroom\Ndmin\bid documents\Master Contract Documents\00800-Supplementary Conditions 05-13 rev.doc i SC-14.048 Add the following new paragraph immediately after paragraph GC 14.048: 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 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-15.02.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-15.04 Delete the following text from the first sentence of paragraph GC-15.04.A: er OWNER fails fGF 30 days to pay GONTRAGTOR any sum finally determined to be due, SC-15.04 Delete the following text from the second sentence of paragraph GC-15.04.A: eF OWNER has failed f0F 30 days to pay CONTRACTOR any sum finally determined to be due7 00800-10 00800-Supplementary Conditions 05-13 rev 00800 10F\Public WorksIENGINEERING DNISION PROJECTSI1213C IRC Shooting Range Hunter Eduction ClassroomWdminlbid documentsIMaster Contract Documentsk00800-Supplementary Conditions 05-13 rev.doc SC-16 DISPUTE RESOLUTION SC-16.02 Mediation SC-16 Add the following new paragraph immediately after paragraph GC-16.01. SCA 6.02 Mediation A. OWNER and CONTRACTOR agree that they shall submit any and all unsettled Claims or counterclaims, disputes, or other matters in question between them arising out of or relating to the Contract Documents or the breach thereof, to mediation by a certified mediator of the 19th Judicial Circuit in Indian River County unless delay in initiating 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. SCA7 Miscellaneous SC-17.06 Liens Add the following new paragraphs immediately after paragraph GC17.05: SC-17.06 Liens A. This project is a "Public Works" under Chapter 255, Florida Statutes. No merchant's liens may be filed against the OWNER. Any claimant may apply to the-OWNER for of this_Contract.—The-claimant-shall-have-a-right-of action_--_._,____ against the CONTRACTOR for the amount due him. Such action shall not involve the OWNER in any expense. Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255.05. The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder: "Notice: Claims for labor, materials and supplies are not assessable against Indian River County and are subject to proper prior notice to (CONTRACTOR'S Name) and to (CONTRACTOR Surety Company Name), pursuant to Chapter 255 of the Florida Statutes. This paragraph shall be inserted in every sub- subcontract hereunder." The payment due under the Contract shall be paid by the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished the OWNER with an affidavit stating that all persons, firms or corporations who are defined in Section 713.01, Florida Statutes, who have furnished labor or materials, employed directly or indirectly in the Work, have been paid in full. The OWNER may rely on said affidavit at face value. The CONTRACTOR does hereby release, remiss and quit-claim any and all rights he may enjoy perfecting any lien or any other type of statutory common law or equitable lien against the job. ++END OF SUPPLEMENTARY CONDITIONS++ 00800-11 00800-Supplementary Conditions 05-13 rev 00800 11 F:IPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomV+dmin\bid documents\Master Contract Documents\00800-Supplementary Conditions 05-13 rev.doc SECTION 00942 -Change Order Form No. DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indians River County CONTRACTOR Project: INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM OWNER's Project No. 1213C OWNER'S Bid No. 2017008 You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: i Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES Description Amount Description Time ------ Original Price------ ---$--- -- ----- -Ori Original-Contract Time.--------- ---- — g g -(days or-dates)--- ----- I Substantial Completion: Final Completion: Net Increase (Decrease)from $ Net change from previous Change previous Change Orders No. Orders No. to (days) j to Substantial Completion: I Final Completion: 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 Completion: r Contract Price with all approved $ Contract Time with all approved Change Orders: Change Orders: (days or dates) Substantial Completion: Final Completion: ACCEPTED: RECOMMENDED: APPROVED: By: By: By: ! CONTRACTOR(Signature) ENGINEER (Signature) OWNER (Signature) Date: Date: Date: 00942-Change Order Form REV 04-07 00942-1 F'\Public Works\ENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomMminlbld documents\Master Contract Documenls100942- Change Order Form REV 04-07.doc Rev.05/01 r SECTION 00946 - Field Order Form I Field Change No.: ! i i DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM OWNER's Project No. 1213C OWNER'S Bid No. 2017008 1 Field Activity Description: i I I Reason for Change: I Recommended Disposition: j I Field Operations Officer/ Engineer(Signature) Date Disposition: I Contractor's Onsite Supervisor(Signature) Date Distribution: Field Operations Officer Others as Required: I On-site Supervisor Project File * * END OF SECTION 00946-Field Order Form REV 04-07 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\00946-Field Order Form REV 04-07.doc ? SECTION 00948 -Work Change Directive No. i DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County I CONTRACTOR: Project: INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM OWNER's Project No. 1213C You are directed to proceed promptly with the following changes: I Description: Purpose of Work Change Directive: I Attachments: (List documents supporting change) --- ---If OWNER-or- CONTRACTOR-believe-that the above-change has affected Contract-Price any---- Claim ny--Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. j Method of determining change in Method of determining change in Contract Prices Contract Times ❑Unit Prices ❑Contractor's Records ❑Lump Sum ❑Engineer's Records ❑Other: ❑Other: II By Change Order: ❑By Change Order: j I Estimated increase (decrease) of this Work Estimated increase(decrease) in Contract Times: Change Directive $ Substantial Completion: days; Ready for Final Completion: days. I If the change involves an increase, the estimated If the change involves an increase, the estimated amount is not to be exceeded without further time is not to be exceeded without further authorization. authorization. i I ACCEPTED: RECOMMENDED: APPROVED: By: By: By: CONTRACTOR (Signature) ENGINEER(Signature) OWNER(Signature) Date: Date: Date: ** END OF SECTION FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Class room\Ndmin\bid documents\Master Contract Documents\00948-Work Change Directive Rev 08-2013.doc I DIVISION 1 GENERAL REQUIREMENTS I TITLE SECTION NO. SPECIAL PROVISIONS 01009 FORCE ACCOUNT 01024 FIELD ENGINEERING AND LAYOUT 01050 REFERENCE STANDARDS 01091 GENERAL QUALITY CONTROL 01215 PROGRESS MEETINGS 01220 CONSTRUCTION SCHEDULES 01310 SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 -------CONSTRUC-T-ION FACILITIES-AND TEMPORARY--- -- - - - -- - -- -- - - -- CONTROLS 01520 PROTECTION OF THE WORK AND PROPERTY 01541 ACCESS ROADS, PARKINGS AREAS AND USE OF PUBLIC STREETS 01550 TRANSPORTATION AND HANDLING OF MATERIALS 01610 AND EQUIPMENT STORAGE OF MATERIAL AND EQUIPMENT 01611 SUBSTITUTIONS 01630 SITE CLEANUP AND RESTORATION 01710 CLOSEOUT PROCEDURES 01770 PROJECT RECORD DOCUMENTS 01781 POST FINAL INSPECTION 01820 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\DIVISION 1 GENERAL REQUIREMENTS.doc SECTION 01009 SPECIAL PROVISIONS 1.1 GENERAL A. Visits to the construction site may be made by representatives of permitting or governing bodies. Submit details of all instructions from the above to the ENGINEER immediately. The Work will not be accepted by the OWNER until final acceptance has been received from the various Regulatory Agencies having jurisdiction. 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 41s' 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. 01009-1 01009-Special Provisions F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomWdminUd documents\Master Contract Documents\01009-Special Provisions.doc j i I SECTION 01024 FORCE ACCOUNT 1.1 General CONTRACTOR shall furnish all labor, materials, equipment and incidentals necessary to perform additional work not covered on the Contract Drawings. The force Account is intended as a contingency for unforeseen work. 1_1 PAYMENT A. Lump sum amount for force account work is included in the bid schedule. The value of force account work will be determined in accordance with Article 12 of the General Conditions. + + END OF SECTION + + 01024-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\01024-Force Account.doc SECTION 01050 FIELD ENGINEERING AND LAYOUT 1.1 GENERAL A. The CONTRACTOR will furnish all construction staking project.for the All staking from control will be under the supervision of a Florida Registered Land p 9 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. The cost of performing engineering and layout work described above shall be included in the contract unit prices for the various items of work to which it is incidental. No separate payment will be made for surveying or engineering. 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. i 1050-1 01050 Field Engineering FAPublio WorKMENGINEERING DIVISION PROJECTS11213C IRC Shooting Range Hunter Eduction ClassroomWdminlbid documenlsltolasterContract Documentst01050- Field Engineering.doc i B. The CONTRACTOR shall carefully preserve all control stakes, benchmarks, 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. i D. All survey work for Record Drawings shall be performed by a Florida Registered Surveyor and Mapper. i 1.3 STATION BOARDS - A.-CONTRACTOR shall erect and maintain white/black standard FDOT stafion-- -- — '-- markers every 100 feet. 1.4 LAYOUT OF STRIPING I Establish by instrument, and mark the finished surface, the points necessary for striping finished roadway in conformance with Section 5-7 of FDOT Standard Specifications. + + END OF SECTION + + 1050-2 01050 Field Engineering F:\Public WorkMENGINEERING DNISION PROJECTSX1213C IRC Shooting Range Hunter Eduction ClassroomlAdmin\bid documentsWaster Contract Documents\01050- Field Engineering.doc I I SECTION 01091 REFERENCE STANDARDS 1.1 GENERAL i 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 FED.SPEC. Federal Specifications 01091-1 01091 Reference Standards FAPubllc Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomWdminUd documents\Master Contract Documents\01091- Reference Standards.doc i i CRSI Concrete Reinforcing Steel Institute FDEP/DEP Florida Department of Environmental Protection DNR Department of Natural Resources I NCPI National Clay Pipe Institute i NEMA National Electrical Manufacturers Association NEC National Electric Code i NSPE National Society of Professional Engineers OSHA Occupational Safety and Health Administration PCI Prestressed Concrete Institute � FDOT/DOT Florida Department of Transportation U. L., Inc. Underwriter's Laboratories, Inc. SSPC Steel Structures Painting Council SJRWMD St. Johns River Water Management District C. When no reference is made to a code, standard or specification, the standard specifications of ASTM, FDOT, or ANSI shall govern. D. In the event of a conflict between the specifications prepared by the ENGINEER and the above referenced specifications and standards, or any other regulatory specification or standard, the more stringent requirement prevails. + + END OF SECTION + + 01091-2 01091 Reference Standards F•\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\01091- Refetence Standards.doc SECTION 01215 GENERAL QUALITY CONTROL 1.1 DESCRIPTION OF REQUIREMENTS A. Definitions: Specific quality control requirements for the work are indicated throughout the Contract Documents. The requirements of this section are primarily related to the performance of the work beyond the furnishing of manufactured products. The term "Quality Control' includes, but is not necessarily limited to, inspection and testing and associated requirements. This section does not specify or modify the OWNER and ENGINEER duties relating to quality review and Contract surveillance. 1.2 RESPONSIBILITY FOR INSPECTIONS AND TESTS A. Residual OWNER Responsibility: The OWNER will employ and pay for the services of independent testing laboratories to perform those required inspections and tests. B. CONTRACTORS General Responsibility: No failure of test agencies, whether engaged by the OWNER or CONTRACTOR, to perform adequate inspections of tests or to properly analyze or report results, shall relieve the CONTRACTOR of responsibility for the fulfillment of the requirements of the Contract Documents. It is recognized that the required inspection and testing program is intended to assist the CONTRACTOR, OWNER, ENGINEER, and governing authorities in the nominal determination of probable compliance with requirements for certain crucial elements of work. The program is not intended to limit the CONTRACTOR in his regular quality control program, as needed for general assurance of compliance. 1.3 QUALITY ASSURANCE A. General Workmanship Standards: It is a requirement that each category of tradesman or installer performing the work be pre-qualified, to the extent of being familiar with the applicable and recognized quality standards for his category of work, and being capable of workmanship complying with those standards. 1.4 PRODUCT DELIVERY-STORAGE-HANDLING Handle, store and protect materials and products, including fabricated components, by methods and means which will prevent damage, deterioration and losses (and resulting delays), thereby ensuring highest quality results as the performance of the work progresses. Control delivery schedules so as to minimize unnecessary long-term storage at the project site prior to installation. 01215-1 01215 General Quality Control F•\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Class room\Admin\bid documents\Master Contract Documents\01215 General Ouality.doc I SECTION 01215 GENERAL QUALITY CONTROL 1.5 PROJECT PHOTOGRAPHS/VIDEOS { A. The CONTRACTOR shall make provisions, at his expense, for photographs and video tapes of all work areas just prior to construction, and for unusual conditions during construction. The photographs and videos shall show pertinent physical features along the line of construction. The purpose of the videos is to determine any damage to private or public property during construction. The video must be performed by a professional videographer. j I B. Pre-Construction Photographs and Video: j 1. Contractor shall provide the Owner with photographs and video record and one copy of the existing conditions prior to construction. These photographs and videos shall be a standard DVD format and shall be narrated. 2. The photographs and video shall include, but not be limited to, the following items shown in a clear manner: 1) All existing features within the right-of-way. 2) All existing features within the temporary construction easement. 3) All existing features within permanent easements. 4) All existing features adjacent to any construction. 3. Detail of the photographs and video shall be such that the following examples shall be clear and visible: 1) Cracks in walls. 2) Condition of fencing. 3) Condition of planted areas and types of vegetation. 4) Condition of sodded areas. 5) Conditions of sprinkler systems and associated controls and wiring. 6) Condition of signs. 7) Conditions of lighting and associated wiring. 8) Significant detail of any pre-existing damages physical features shall be j shown. The coverage of the photographs and video should include the limits of effects of the use of vibratory rollers. 9) These photographs and video record shall be presented and approved by the Owner prior to the Notice to Proceed. A copy shall be kept in the Contractor's field office. 10)Payment— No additional payment will be made for this work. + + END OF SECTION + + I I 01215-2 01215 General Quality Control FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\01215 General Quality.doc I i SECTION 01220 PROGRESS MEETINGS 1.1 SCOPE A. Date and Time: 1. Regular Meetings: As mutually agreed upon by ENGINEER and CONTRACTOR. 2. Other Meetings: On call. B. Place: CONTRACTOR'S office at Project site or other mutually agreed upon location. C. ENGINEER shall prepare agenda, preside at meetings, and prepare and distribute a transcript of proceedings to all parties. D.. CONTRACTOR shall provide data required and be prepared to discuss all items on agenda. 1.2 MINIMUM ATTENDANCE A. CONTRACTOR B. SUBCONTRACTOR: When needed for the discussion of a particular agenda item, CONTRACTOR shall require representatives of Subcontractors or suppliers to attend a meeting. C. CONSTRUCTION COORDINATION MANAGER D. OWNER'S representative, if required. E. Utility Representatives F. Others as appropriate. G. Representatives present for each party shall be authorized to act on their behalf. 1.3 AGENDA Agenda will include, but will not necessarily be limited to, the following: 1. Transcript of previous meeting. 2. Progress since last meeting. 3. Planned progress for next period. 4. Problems, conflicts and observations. 5. Change Orders. 6. Status of Shop Drawings. 7. Quality standards and control. 8. Schedules, including off-site fabrication and delivery schedules. Corrective measures, if required. 9. Coordination between parties. 10. Safety concerns. 11. Other business. + + END OF SECTION + + 01220-1 01220 Progress Meetings R\Public WorksIENGINEERING DIVISION PROJECTSN1213C IRC Shooting Range Hunter Eduction Classroom\AdmiMbid documents\Master Contract Documents\01220-Progress Meetings.doc 1 SECTION 01310 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 I 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. 01310-1 01310 Construction Schedule F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documentsWaster Contract Documents\01310-Construction Schedule.doc i r SECTION 01310 i CONSTRUCTION SCHEDULES i 1.4 DISTRIBUTION OF THE CONSTRUCTION SCHEDULES I A. After receiving approval by the ENGINEER, distribute copies of the approved initial schedule and all reviewed revisions (updated) to: i 1. Job site file. 2. Subcontractors. 3. Other concerned parties. 4. OWNER (two copies). I 5. ENGINEER i 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. I + + END OF SECTION + + i i i 01310-2 01310 Construction Schedule j I FAPublic works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Class room\Admin\bid documents\Master Contract Documents\01310-Construction Schedule.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 1.1 SCOPE A. Submit shop drawings, product data and samples as required by or inferred by the Drawings and Specifications. Submittals shall conform to the requirements of Article 6.17 of the General Conditions, Section 00700, and as described in this Section. 1.2 SHOP DRAWINGS A. Shop drawings are original drawings, prepared by the CONTRACTOR, a subcontractor, supplier, or distributor, which illustrate some portion of the work; showing fabrication, layout, setting, or erection details. Shop drawings are further defined in Article 6.17, Section 00700. 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. 01340-Submittal of Shop Drawings 01340-1 F:\PublicWorksXENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\01340-Submittal of Shop Drawings.doc I! i SECTION 01340 SUBMITTAL OF SHOP DRAWINGS i 1.5 CONTRACTOR'S RESPONSIBILITIES FOR SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA AND SAMPLES i 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. i B. Prior to submission, thoroughly check shop drawings, product data, and samples for completeness and for compliance with the Contract Documents, verify all dimensions and field conditions, and coordinate the shop drawings with the requirements for other related work. Also review each shop drawing before submitting it to the ENGINEER to determine that it is acceptable in terms of the means, methods, techniques, sequences and operations of construction, safety precautions and programs incidental thereto, all of which are the CONTRACTOR's responsibility. 1. It is CONTRACTOR'S responsibility to review submittals made by his suppliers and Subcontractors before transmitting them to ENGINEER to assure proper coordination of the Work and to determine that each submittal is in accordance with its desires and that there is sufficient information about materials and equipment for ENGINEER to determine compliance with the Contract Documents. 2. Incomplete or inadequate submittals will be returned for revision without review. C. The CONTRACTOR's responsibility for errors and omissions in submittals is not relieved by the ENGINEER's review of submittals. The CONTRACTOR shall approve the shop drawings based on his in-the-field measurements, prior to submittal to the ENGINEER for his review. D. Notify the ENGINEER, in writing at the time of submission, of deviations in submittals from the requirements of the Contract Documents. The CONTRACTOR's responsibility for deviations in submittals from the requirements of the Contract Documents is not relieved by the ENGINEER's review of submittals, unless the ENGINEER gives written acceptance of specific deviations. E. Begin no work, which requires submittals until return of submittals with the ENGINEER's stamp and initials or signature indicating the submittal has been reviewed. i 01340-Submittal of Shop Drawings 01340-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Class room\Admin\bid documents\Master Contract Documents\01340-Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 1.6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. Submit to: Indian River County Engineering Division 1801 27th Street Vero Beach, FL 32960 B. A letter of transmittal shall accompany each Submittal. If data for more than one Section of the Specifications is submitted, a separate transmittal letter shall accompany the data submitted for each Section. 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 i satisfactory to the ENGINEER. The following is a sample Submittal Form that the CONTRACTOR may use: i [The remainder of this page has been left blank intentionally] 01340-Submittal of Shop Drawings 01340-3 FAPublic WorkslENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\AdmiMbid documents\Master Contract Documents\01340-Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS CONTRACTOR SUBMITTALS SUBMITTAL NO. Contractor: Date Sent to County No. Copies Sent to County ❑ Original Submittal ❑ Re-Submittal Project Name: INDIAN RIVER COUNTY SHOOTING RANGE HUNTER EDUCATION CLASSROOM Project No.: 1213C ❑ Shop Drawing ❑ Cut Sheet ❑ Other Description: Sub-Contractor: Remarks: Reviewing Ac (As checked below) Date Received Date Returned No. Copies Ret'd ❑ I R C Engineering Div. ❑ I R C Utilities Services Remarks: IRC Engineering Division Date Rec'd from Contractor Date Ret'd to Contractor 1801 27th Street No. Copies Ret'd Vero Beach, FI. 32960 Remarks: Distribution of Copies: IRC Engineering Division Office File Field Office File 01340-Submittal of Shop Drawings 01340-4 F-\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Hdmin\bid documents\Master Contract Documents\01340-Submittal of Shop Drawings.doc i i SECTION 01340 SUBMITTAL OF SHOP DRAWINGS i 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 i 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 four (4) 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). H. After ENGINEER completes his review, Shop Drawings will be marked i with one of the following notations: 1. Approved 2. Approved as Noted 3. Approved as Noted - Resubmit 4. Revise and Resubmit j 5. Not Approved I. If a submittal is acceptable, it will be marked "Approved" or"Approved as Noted". Two (2) prints or copies of the submittal will be returned to CONTRACTOR. J. Upon return of a submittal marked "Approved" or"Approved as Noted", 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 Noted" has extensive corrections j 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 Noted - Resubmit." L. If a submittal is unacceptable, one (1) copy will be returned to CONTRACTOR with one of the following notations: 1. "Revise and Resubmit" 2. "Not Approved" 01340-Submittal'of Shop Drawings 01340-5 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomWdmin\bid documentsWlaster Contract Documents\01340-Submittal of Shop Drawings.doc is I , SECTION 01340 SUBMITTAL OF SHOP DRAWINGS i M. Upon return of a submittal marked Revise and Resubmit make the p ., 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. Work shall not be performed nor equipment installed without an "Approved" or"Approved as Noted" Shop Drawing will be at the sole responsibility of the CONTRACTOR. O. Submit Shop Drawings well in advance of the need for the material or equipment for construction and with ample allowance for the time required to make delivery of material or equipment after data covering such is approved. CONTRACTOR shall assume the risk for all materials or equipment which is fabricated or delivered prior to the approval of Shop Drawings. Materials or equipment will not be included in periodic progress payments until approval thereof has been obtained in the specified manner. P. ENGINEER will review and process all submittals promptly, but a reasonable time should be allowed for this for the ShopDrawings being g g revised and resubmitted, and for time required to return the approved Shop Drawings to CONTRACTOR. Q. Furnish required submittals with complete information and accuracy in order to achieve required approval of an item within three submittals. All costs to ENGINEER involved with subsequent submittals of Shop Drawings, Samples or other items requiring approval, will be back-charged to CONTRACTOR in accordance with the General Conditions and the Supplementary Conditions. If the CONTRACTOR requests a substitution for a previously approved item, all of ENGINEER'S costs in the reviewing and approval of the substitution will be back-charged to CONTRACTOR unless the need for such substitution is beyond the control of CONTRACTOR. + + END OF SECTION + + 01340-Submittal of Shop Drawings 01340-6 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomMmin\bid documents\Master Contract Documents\01340-Submittal of Shop Drawings.doc SECTION 01520 I CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS I 1.1 SCOPE A. Provide all construction equipment and facilities and temporary controls I required to satisfactorily complete the work represented on the Drawings and described in the Specifications. j i 1.2 RESPONSIBILITY i A. All construction facilities and temporary controls remain the property of the Contractor establishing them and shall be maintained in a safe and useful condition until removed from the construction site. l B. All false work, scaffolding, ladders, hoistways, braces, pumps, roadways, sheeting, forms, barricades, drains, flumes, and the like, any of which may be needed in construction of any part of the work and which are not herein described or specified in detail, must be furnished, maintained and removed by the CONTRACTOR, who is responsible for the safety and efficiency of such work and for any damage that may result from their failure or from their improper construction, maintenance or operation. I C. In accepting the Contract, the CONTRACTOR assumes full responsibility for the sufficiency and safety of all hoists, cranes, temporary structures or work and for any damage which may result from their failure or their improper construction, maintenance or operation and will indemnify and save harmless the OWNER and ENGINEER from all claims, suits or actions and damages or costs of every description arising by reason of failure to comply with the above provision. 1.3 TEMPORARY UTILITIES AND SERVICES A. TEMPORARY WATER 1. Provide a temporary water service as required for all construction purposes and pay for all water used. 2. Furnish potable drinking water in suitable dispensers and with cups for use of all employees at the job. 3. Provide all temporary piping, hoses, etc., required to transport i water to the point of usage by all trades. 4. When temporary water service is no longer required, remove all temporary water lines. I I I I 01520-1 F\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\01520-Construction Facilities.doc ' I SECTION 01520 . CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS B. TEMPORARY SANITARY FACILITIES i 1. Provide temporary toilet facilities separate from the job office. Maintain these during the entire period of construction under this Contract for the use of all construction personnel on the job. Provide enough chemical toilets to conveniently serve the needs of all personnel. Properly seclude toilet facilities from public observation. 2. Chemical toilets and their maintenance shall meet the requirements of State and local health regulations and ordinances. Immediately correct any facilities or maintenance methods failing to meet these requirements. Upon completion of work, remove the facilities from the premises. 1.4 SECURITY Full time watchmen will not be specifically required as a part of the Contract, but the CONTRACTOR shall provide inspection of work area daily and shall take whatever measures are necessary to protect the safety of the public, workmen, and materials, and provide for the security of the site, both day and night. 1.5 TEMPORARY CONTROLS Take all necessary precautions to control dust and mud associated with the work of this Contract. In dry weather, spray dusty areas daily with water in order to control dust. Take necessary steps to prevent the tracking of mud onto adjacent streets and highways. 1.6 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES Remove the various temporary facilities, services, and controls and legally dispose of them as soon as the work is complete. The areas of the site used for temporary facilities shall be properly reconditioned and restored to a condition l acceptable to the OWNER. I i i + + END OF SECTION + + i 01520-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomlAdmiftid documents\Master Contract Documents\01520-Construction Facilities.doc i SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1.1 GENERAL A. CONTRACTOR shall be responsible for taking all precautions, providing all programs, and taking all actions necessary to protect the Work and all public and private property and facilities from damage as specified in the General Conditions and herein. B. In order to prevent damage, injury or loss, CONTRACTOR'S actions shall include, but not be limited to, the following: 1. Store apparatus, materials, supplies, and equipment in an orderly, safe manner that will not unduly interfere with the progress of the Work or the Work of any other Contractor or utility service company. 2. Provide suitable storage facilities for all materials, which are subject to injury by exposure to weather, theft, breakage, or otherwise. 3. Place upon the Work or any part thereof, only such loads as are consistent with the safety of that portion of the Work. 4. Clean up 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 i on account of any act, omission, neglect or misconduct in the execution of the i 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. I i 1.2 BARRICADES AND WARNING SIGNALS i Furnish watchmen in sufficient numbers to protect the Work. CONTRACTOR's i responsibility for the maintenance of barricades, signs, lights, and for providing watchmen shall continue until OWNER accepts the Project. j i 01541-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomV\dmin\bid documents\Master Contract Documents\01541 - Protection of Property.doc i SECTION 01541 I PROTECTION OF THE WORK AND PROPERTY 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 i skinning of trunk, branches, bark or roots. B. Do not store or park materials or equipment within the drip line of trees that are to remain. C. Install temporary fences or barricades to protect trees and plants in areas subject to traffic. j 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 shall be responsible for maintaining the functionality of the remaining portion of the system if it should fall outside of the right-of-way. 01541-2 F:\Public WorksIENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomMmin\bid documents\Master Contract Documents\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 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 p poses purposes only. Finding the Y g 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. T'he 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, the CONTRACTOR shall notify the owner or occupant, both before the interruption (24-hour minimum), and again immediately before service is 01541-3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom d min\bid do u ents1 Master Contract Documents101541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 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. Q. 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 condition at CONTRACTOR'S expense. 01541-4 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomMmin\bid documents\Master Contract Documents\01541 - Protection of Property.doc SECTION 01541 I PROTECTION OF THE WORK AND PROPERTY I 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. i 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 + + 01541-5 F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\01541 - Protection of Property.doc ! SECTION 01550 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 j 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 j I 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., 01550 Access Roads 01550-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\01550- Access Roads.doc i SECTION 01550 ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS I C. All trucks/moving equipment shall have backup warning horns in proper working order while on the job site. i i + + END OF SECTION + + I i 01550 Access Roads 01550-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\01550- Access Roads.doc i I ii SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 1.1 GENERAL A. Make all arrangements for transportation, delivery and handling of equipment and materials required for prosecution and completion of the Work. i i 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. i 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. I: 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. 01610-1 F\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomWdmin\bid documents\Master Contract Documents\01610-Transportation and Handling of Materials and Equipment.doc i SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT G. Immediately on delivery, the CONTRACTOR shall 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. i + + END OF SECTION + + 01610-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Class room\Admin\bid documents\Master Contract Documents\01610-Transportation and Handling of Materials and Equipment.doc i SECTION 01611 STORAGE OF MATERIAL AND EQUIPMENT 1.1 GENERAL A. Store and protect materials and equipment in accordance with manufacturer's recommendations and requirements of Specifications. B. Make all arrangements and provisions necessary for the storage of materials and equipment. Place all 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 manufacturers containers until time of installation unless recommended by the manufacturer or otherwise specified. H. When appropriate store materials on wood blocking so there is no contact with the ground. + + END OF SECTION + + 01611-1 01611—Storage of Material FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\01611 -Storage of Materials.doc SECTION 01630 SUBSTITUTIONS 1.1 GENERAL i 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 i 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: 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. i i 01630-1 01630 Substitutions FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\01630-Substitutions.doc SECTION 01630 SUBSTITUTIONS c. Samples, if appropriate. d. Name and address of similar projects on which product was used, and date of installation. 2. For construction methods (if specified): a. Detailed description of proposed method. b. Drawings illustrating method. 3. Such other data as the ENGINEER may require to establish that the proposed substitution is equal to the product, manufacturer or method specified. C. In making Request for Substitution, CONTRACTOR represents that: 1. CONTRACTOR has investigated proposed substitution, and deter- mined that it is equal to or superior in all respects to the product, manufacturer or method specified. 2. CONTRACTOR will.provide the same or better guarantees or warranties for proposed substitution as for product, manufacturer, or method specified. 3. CONTRACTOR waives all claims for additional costs or extension of time related to a proposed substitution that subsequently may become apparent. D. A proposed substitution will not be accepted if: 1. Acceptance will require changes in the design concept or a substantial revision of the Contract Documents. 2. It will delay completion of the Work, or the work of other contractors. 3. It is indicated or implied on a Shop Drawing and is not accompanied by a formal Request for Substitution from CONTRACTOR. E. If the ENGINEER determines that a proposed substitute is not equal to that specified, furnish the product, manufacturer, or method specified at no additional cost to OWNER. F. Approval of a substitution will not relieve CONTRACTOR from the requirement for submission of Shop Drawings as set forth in the Contract Documents. G. The procedure for review by Engineer will include the following: 1. Requests for review of substitute items of material and equipment will not be accepted by Engineer from anyone other than CONTRACTOR. 2. Upon receipt of an application for review of a substitution, Engineer will determine whether the review will be more extensive than a normal shop drawing review for the specified item. 3. If the substitution will not require a more extensive review, Engineer will proceed with the review without additional cost to CONTRACTOR. 01630-2 01630 Substitutions F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documentsWlaster Contract Documents\01630-Substitutions.doc SECTION 01630 SUBSTITUTIONS I 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 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 j 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 1 CONTRACTOR to base his bid on the named materials or equipment. i + + END OF SECTION + + i i i r i 01630-3 01630 Substitutions F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\01630-Substitutions.doc !I 'I SECTION 01710 SITE CLEANUP AND RESTORATION 1.1 SCOPE Furnish all labor, equipment, appliances, and materials required or necessary to clean up and restore the site after the construction is completed. 1.2 REQUIREMENTS i 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. I i 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 j satisfactorily disposed of during the progress of the work, and the ditches, channels, drains, etc., shall be kept clean and open at all times. i D. Before the completion of the project, unless otherwise especially directed or permitted in writing: 1. Tear down and remove all temporary buildings and structures; 2. Remove all temporary works, tools, and machinery, or other construction equipment furnished; 3. Remove all rubbish from any grounds occupied; and 4. Leave the roads, all parts of the premises, and adjacent property affected by construction operations, in a neat and satisfactory condition. E. Restore or replace any public or private property damaged by construction work, equipment, or employees, to a condition at least equal to that existing immediately prior to the beginning of the operations. To this end, the CONTRACTOR shall restore all highway, roadside, and landscaping work within any right-of-way, platted or prescriptive. Acceptable materials, equipment,and methods shall be used for such restoration. F. Thoroughly clean all materials and equipment installed and on completion of the work, deliver the facilities undamaged and in fresh and new- appearing condition. 01710 Site Cleanup 01710-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomMmin\bid documentsWlaster Contract Documents\01710-Site Cleanup.doc G. It is the intent of the Specifications to place the responsibility on the CONTRACTOR to restore to their original condition all items disturbed, destroyed, or damaged during construction. Particular attention will be i placed on restoration of canals to equal or better condition than prior to construction. i H. When finished surfaces require cleaning with cleaning materials, use only those cleaning materials which will not create hazards to health or I 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 I Prior to final completion, the OWNER, ENGINEER, 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 + + I i i 01710 Site Cleanup 01710-2 F•1Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bld documents\Master Contract Documents\01710-Site Cleanup.doc i i SECTION 01770 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 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2. Warranties. 3. Final cleaning. B. Related-Sections-include_the-following:.---- 1. he_following:.___1. Division 1 Section "Payment Procedures" for requirements for Applications for Payment for Substantial and Final Completion. 2. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Advise Owner of changeover in heat and other utilities. 4. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 5. Complete final cleaning requirements, including touchup painting. 6. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request,Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial 01710 Site Cleanup 01710-1 P\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomMmin\bid documents\Master Contract Documents101770-Closeout Procedures.doc 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. 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit a final Application for Payment according to Division 1 Section "Payment Procedures." 2. Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest-control final inspection report and warranty. ----- --- :- nstruct-Owners personnel in operation,. adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training videotapes. B. Inspection: Submit a written request for final inspection for acceptance. 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. 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit three copies 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. 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. 01710 Site Cleanup 01710-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract ; Documents\01770-Closeout Procedures.doc i 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. 1.6 WARRANTIES A. Submittal Time: 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. B. Partial Occupancy: Submit properly executed warranties within 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 the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to -- ----- - receive 8-1/2=byA-1--inch-(2-15=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. 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. 01710 Site Cleanup 01710-3 F:\Public Works\ENGINEERING DIVISION PROJECTSX1213C IRC Shooting Range Hunter Eduction ClassroomWdmin\bid documents\Master Contract Documents\01770-Closeout Procedures.doc PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Provide 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 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. i 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. 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. f. Remove debris and surface dustfrom limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. g. Sweep concrete floors broom clean in unoccupied spaces. h. Vacuum carpet and similar soft surfaces, removing debris and excess nap; shampoo if visible soil or stains remain. i. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision- obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. j. Remove labels that are not permanent. k. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 01710 Site Cleanup 01710-4 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction ClassroomWdminlbid documents\Master Contract Documents\o1770-Closeout Procedures.doc 1) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. I. Wipe surfaces of mechanical and electrical equipment, elevator equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. m. Replace parts subject to unusual operating conditions. n. Clean plumbing fixtures to a sanitary condition,free of stains, including stains resulting from water exposure. o. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. p. Clean ducts, blowers, and coils if units were operated without filters during construction. q. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned-out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. r. Leave Project clean and ready for occupancy. j C. Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid Project of rodents, insects, and other pests. Prepare a report. D. Comply with safety standards for cleaning. Do not burn waste materials. Do not _ bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. 11 END OF SECTION 01770 i 01710 Site Cleanup 01710-5 FAPublic Works\ENGINEE RING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\01770-Closeout Procedures.doc I I . i ' i SECTION 01781 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 1 Specification Sections, apply to this Section. i 1.2 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Product Data. B. Related_Sections include the following: 1. Division 1 Section "Closeout Procedures" for general closeout procedures. 2. Divisions 2 through 16 Sections for specific requirements for Project Record Documents of the Work in those Sections. 1.3 SUBMITTALS i A. Record Drawings: Comply with the following: 1. Number of Copies: Submit two set(s) of marked-up Record Prints. 2. Number of Copies: Submit copies of Record Drawings as follows: a. Initial Submittal: Submit one set(s) of corrected Record Transparencies and one set(s) of marked-up Record Prints. Architect will initial and date each transparency and mark whether general scope of changes, additional information recorded, and quality of drafting are acceptable. Architect will return transparencies and prints for organizing into sets, printing, binding, and final.submittal. i b. Final Submittal: Submit two set(s) of marked-up Record Prints, one j set(s) of Record Transparencies, and three copies printed from Record Transparencies. Print each Drawing, whether or not changes and additional information were recorded. I C. Final Submittal: Submit two set(s) of marked-up Record Prints, one set(s)of Record CAD Drawing files, one set(s) of Record CAD Drawing 01781 Project Record Documents 01781-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\1-Adminl13id Documents\Master Contract Documents\01781-Project Record Documents.doc 1 I plots, and three copies printed from record plots. Plot and print each Drawing, whether or not changes and additional information were recorded. B. Record Product Data: Submit two copy of each Product Data submittal. 1. Where Record Product Data is required as part of operation and maintenance manuals, submit marked-up Product Data as an insert in manual instead of submittal as Record Product Data. PART 2 - PRODUCTS I 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of blue-or black-line white prints of the Contract Drawings and Shop Drawings. 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 prepare the 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 understandable drawing technique. j C. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Content: Types of items requiring marking include, but are not limited to,the I following: i 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. 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. I. 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. 01781 Project Record Documents 01781-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\1-Admin\Bid Documents\Master Contract Documents\01781-Project Record Documents.doc 3. Mark the Contract Drawings or Shop Drawings,whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross-reference on the Contract Drawings. 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 Transparencies: Immediately before inspection for Certificate of Substantial Completion, review marked-up Record Prints with Architect. When authorized, prepare a full set of corrected transparencies of the Contract Drawings and Shop Drawings. 1. Incorporate changes and additional information previously marked on Record Prints. Erase, redraw, and add details and notations where applicable. 2. Refer instances of uncertainty to Architectfor resolution. 3. Print the Contract Drawings and Shop Drawings for use as Record Transparencies. Architect will make the Contract Drawings available to Contractor's print shop. 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 Architectfor 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. 1. 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. Record Transparencies: Organize into unbound sets matching Record Prints. Place transparencies in durable tube-type drawing containers with end caps. Mark end cap of each container with identification. If container does not include a complete set, identify Drawings included. 3. Identification: As follows: a. Project name. b. Date. C. Designation "PROJECT RECORD DRAWINGS." 01781 Project Record Documents 01781-3 FAPubllc Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\1-Admin\13id DocumentsWtaster Contract Documents\01781-Project Record Documents.doc i d. Name of Architect. e. Name of Contractor. i i 2.2 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 Ordersand Record Drawings where applicable. � I 2.3 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. 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 modifications to Project Record Documents as they occur; do not wait until the 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 01781 01781 Project Record Documents 01781-4 F\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\1-Admin\I3id DocumentsWaster i Contract Documents\01781-Project Record Documents.doc SECTION 01820 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. 1 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. I 001820-Post Final Inspection rev 05-13 001820-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\001820- Post Final Inspection rev 05-13.doc ii i I i BUNTER EDUCATION CLASSROOM BUILDING for the INDIAN RIVER COUNTY SHOOTING RANGE SEBASTIAN, FLORIDA IRC Project No. 1213C Bid No 2017008 R � Architectural Project Manual Bid Set Project No. 2015.67 December 12, 2016 Donadio&Associates,Architects,P.A. Architectural,Planning, and Construction Management 609 17`'Street Vero Beach,Florida 32960 Telephone: (772)794-2929 Facsimile: (772)562-8600 License No.: AA0002238 i Table of Contents ivision.......Section Title..............................................................................................................................Pa e DIVISION 0—TECHINICAL PROVISIONS DIVISION 1-GENERAL REQUIREMENTS............ SEE TECHINICAL PROVISIONS DIVISION 2-SITE CONSTRUCTION........................SEE CIVIL ENGINEERING DRAWINGS 02361............TERMITE CONTROL...................................................................................4 02630.........STORM DRAINAGE....................................................................................1 02920.........LAWNS ANS GRASSES................................................................................2 DIVISION 3—CONCRETE...........................SEE STRUCTURAL ENGINEERING DRAWINGS DIVISION 4-MASONRY.............................SEE STRUCTURAL ENGINEERING DRAWINGS DIVISION 5—METALS 05400..........COLD FORMED METAL FRAMING............................................................3 DIVISION 6-WOOD AND PLASTICS...........SEE STRUCTURAL ENGINEERING DRAWINGS 06100..........ROUGH CARPENTRY.................................................................................5 06663..........EXTERIOR PVC RAILINGS...........................................................................5 ---DIVISION 7-=THERMAL AND MOISTURE PROTECTION 07210..........BUILDING INSULATION..............................................................................4 07218 .........POLYICYNENE SPRAY INSULATION............................................................3 07311.........ASPHALT SHINGLES..................................................................................6 07460.........FIBER CEMENT SOFFIT AND TRIM...............................................................3 07620.........SHEET METAL FLASHING AND TRIM............................................................7 07710.........MANUFACTURED ROOF SPECIALTIES..........................................................5 07920............JOINT SEALANTS......................................................................................10 DIVISION 8-DOORS AND WINDOWS 08111.........STANDARD STEEL DOORS AND FRAMES......................................................10 08411............ALUMINUM FRAMED STOREFRONT................................................................................7 08710............FINISH HARDWARE...................................................................................11 DIVISION 9—FINISHES 09220............PORTLAND CEMENT PLASTER.........................................................................................6 09250.........GYPSUM BOARD........................................................................................6 09511.........ACOUSTICAL PANEL CEILINGS....................................................................7 09671.........RESINOUS FLOORING.................................................................................6 09911............EXTERIOR PAINTING...........................................................................................................5 09912..........W TERIOR PAINTING...................................................................................9 09960.........HIGH PERFORMANCE WALL COATING SYSTEM.............................................5 IRC Shooting Range Hunter Education Classroom TOC—1 DAA Project No.2015-67 12/12/16 Bid Set DIVISION 10-SPECIALTIES 10155.........TOILET COMPARTMENTS............................................................................4 10440..........IDENTIFYING DEVICES................................................................................3 10520............FIRE-PROTECTION SPECIALTIES......................................................................................3 10801.........TOILET AND BATH ACCESSORIES..................................................................5 DIVISION 11-EQUIPMENT NOT APPLICABLE DIVISION 12-FURNISHINGS NOT APPLICABLE DIVISION 13-SPECIAL CONSTRUCTION- NOT APPLICABLE DIVISION 14-CONVEYING SYSTEMS NOT APPLICABLE DIVISION 15-MECHANICAL........................,..........SEE MEP ENGINEERING DRAWINGS DIVISION 16-ELECTRICAL....................................SEE MEP ENGINEERING DRAWINGS IRC Shooting Range Hunter Education Classroom TOC—2 DAA Project No.2015-67 12/12/16 Bid Set I SECTION 02361-TERMITE CONTROL PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. I 1.2 SUN V ARY 1 A. This Section includes the following: 1. Soil treatment with termiticide. B. Related Sections include the following: 1. Division 7 Section"Sheet Metal Flashing and Trim"for custom-fabricated metal termite shields. 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. 1. Include the EPA-Registered Label for termiticide 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: I 1. Date and time of application. 2. Moisture content of soil before application. 3. Brand name and manufacturer of termiticide. 4. Quantity of undiluted termiticide used. I 5. Dilutions,methods,volumes,and rates of application used. 6. Areas of application. 7. Water source for application. E. Warranty: Special warranty specified in this Section. IRC Shooting Range Hunter Education Classroom 02361-1 DAA Project No.2015-67 12/12/16 Bid Set I i I f I I 1.5 QUALITY ASSURANCE I 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. i B. Regulatory Requirements: Formulate and apply termiticides according to the EPA-Registered Label. C. Source Limitations: Obtain termite control products from a single manufacturer for each product. 1.6 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. 1.7 COORDINATION 1 A. Coordinate soil treatment application with excavating, filling,grading, and concreting operations. Treat soil under footings,grade beams,and ground-supported slabs before construction. 1.8 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. 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: 1. Termiticides: a. Bayer Corporation;Premise 75. b. Dow AgroSciences LLC;Dursban TC. C. FMC Corporation,Agricultural Products Group;Torpedo. I d. Syngenta;Demon TC. 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. IRC Shooting Range Hunter Education Classroom 02361-2 DAA Project No.2015-67 12/12/16 Bid Set i i 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 j debris,tree stumps and roots,stakes,formwork,and construction waste wood from soil within and around foundations. i 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 I 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. I i 3.3 APPLICATION,GENERAL i A. General: Comply with the most stringent requirements of authorities having jurisdiction and with manufacturer's EPA-Registered Label for products. i 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. 1. Slabs-on-Grade: 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; also along the entire outside perimeter, from grade to bottom of s.footing. Avoid soil washout around footings. �' g g 3. Tilt-Up Concrete:: At expansion joints,cold joints,control joints,and areas below grade. 4. Penetrations: At expansion joints,control joints,and areas where slabs will be penetrated. IRC Shooting Range Hunter Education Classroom 02361-3 DAA.Project No.2015-67 12/12/16 Bid Set 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. I END OF SECTION 02361 IRC Shooting Range Hunter Education Classroom 02361-4 DAA Project No.2015-67 12/12/16 Bid Set i II 1 I SECTION 02630-STORM DRAINAGE The work specified in this item shall conform to Section 430 Pipe Culverts of the Florida Department of Transpor- tation Standard Specifications for Road and Bridge Construction(2017). i i END OF SECTION 02630 i i IRC Shooting Range Hunter Education Classroom 02630-1 DAA Project No.2015-67 12/12/16 Bid Set I , I� I SECTION 02920-LAWNS ANS GRASSES The work specified in this item shall conform to Section 570 Performance Turf of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction(2017). i i A. Description: a. Sod for the project shall be of the variety that is common to the area and of a variety approved by the Engineer. This work shall also include mowing,to be mowed at maximum 6" height with a mulching mower. B. Work Included: i a. Scope of Work:The work specified in this section consists of the establishing of a stand of grass, within the project,right-of-way,easements,and other areas indicated on the Drawings,by furnish- ing and placing grass sod. Also included are fertilizing,watering and maintenance as required to assure a healthy stand of grass.Two applications of fertilizer will be required with the initial ap- plication being fertilizer and the second application being"weed and feed". C. Guarantee: a. All sodded areas shall be guaranteed for one year after date of final acceptance. b. Replacement of Defective Sod: Any dead sod or sod showing(less than 95%of a square)indica- tion of probable non survival or lack of health and vigor,or which do not exhibit the characteris- tics 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. -- _-c. The-Contractor shall notify the Owner and Engineer ten days prior to the end of the guarantee pe- riod and such guarantee shall be extended until notification is received. d. At the end of the guarantee period, all sod that is dead or in unsatisfactory growth shall be re- placed within two weeks. D. Fertilizer: a. Commercial fertilizers shall comply with the Indian River County Fertilizer Ordinance 2013-012 and Supplement Ordinance 2013-014(see Appendix B). E. Water for Grassing: a. Contractor shall provide the water used in the sodding operations as necessary to meet the re- quirements of Article 570-3.6. F. Preparation of Ground: i a. The area over which the sod is to be placed shall be scarified or loosened to a depth and then raked smooth and free from debris. Where the soil is sufficiently loose and clean,the Owner,at his dis- cretion,may authorize the elimination of ground preparation. G. Application of Fertilizer: a. Before applying fertilizer,the soil pH shall be brought to a range of 6.0-7.0. b. Contractor shall apply two(2)applications. The initial shall be fertilizer and the second applica- tion shall be"weed and feed". I c. The fertilizer shall be spread uniformly over the sodded area at the rate of 436 pounds per acre,or 10 pounds per 1,000 square feet,by a spreading device capable of uniformly distributing the mate- rial at the specified rate. i d. Contractor shall apply applications as per manufacturer's specification. All tickets from bags shall be handed over to the County Inspector. IRC Shooting Range Hunter Education Classroom 02920-1 DAA Project No.2015-67 12/12/16 Bid Set ` I i e. On steep slopes,where the use of a machine for spreading or mixing is not practicable,the fertiliz- er shall be spread by hand and raked in and thoroughly mixed with the soil to a depth of approxi- mately 2 inches. H. Placing Sod: a. The sod shall be placed on the prepared surface,with edges in close contact and shall be firmly and smoothly embedded by light tamping with appropriate tools. b. Where sodding is used in drainage ditches,the setting of the pieces shall be staggered so as to avoid a continuous seam along the line of flow.Along the edges of such staggered areas,the off- sets of individual strips shall not exceed 6 inches. In order to prevent erosion caused by vertical edges at the outer limits,the outer pieces of sod shall be tamped so as to produce a featheredge ef- fect. c. Where sodding is placed abutting paved shoulder,the contractor is to ensure that the finished sod elevation is 1%2'below paved shoulder. d. On slopes greater than 3:1,the Contractor shall prevent the sod from sliding by means of wooden pegs driven through the sod blocks into firm earth,at suitable intervals. e. Sodding shall not be performed when weather and soil conditions are, in the Engineer's opinion, unsuitable for proper results. f. Sod shall be placed around all structures,equipment pads,etc. I. Watering: a. The areas on which the sod is to be placed shall contain sufficient moisture,as determined by the Engineer,for optimum results.After being placed,the sod shall be kept in a moist condition to the - full depth of the rooting-zone for atleast2 weeks.-Thereafter,the Contractor shall apply water as - needed until the sod roots and starts to grow for a minimum of 60 days(or until final acceptance, whichever is latest). J. Maintenance: a. The Contractor shall,at his expense, maintain the sodded areas in a satisfactory condition until fi- nal acceptance of the project.Such maintenance shall include repairing of any damaged areas and replacing areas in which the establishment of the grass stand does not appear to be developing satisfactorily. b. Replanting or repair necessary due to the Contractor's negligence, carelessness or failure to pro- vide routine maintenance shall be at the Contractor's expense. c. The Contractor shall maintain the sodded area up to the final acceptance date as directed by the Engineer. Grass height shall not exceed 6" without mowing. Clippings shall be removed from sidewalk. K. Article 570-9.The first two paragraphs under this Article are deleted and the following is added: a. The contract unit price for performance turf shall include the costs of sod, fertilizer (2 applica- tions), sidewalk sweeping after mowing, mowing, pegging disposal of clippings, water, tools, equipment,labor and all other incidentals necessary. END OF SECTION 02920 IRC Shooting Range Hunter Education Classroom 02920-2 DAA Project No.2015-67 12/12/16 Bid Set SECTION 05400—COLD-FORMED METAL FRAMING ! I i PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions i and Division 0 Specification Sections,apply to this Section. 1.2 SUNIMARY A. Types of cold-formed metal framing units include the following: 1. C-shaped steel framing members. 1.3 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division t Specification Sections. 1. Shopdrawings shall show all connections and details for installation. Design loads are indicated_ on the structural drawings. a. Include placing drawings for framing members showing size and gauge designations, number, type, location, and spacing. Indicate supplemental strapping, bracing, splices, bridging,accessories,and details required for proper installation. 2. Product data and installation instructions for each item of cold-formed metal framing and accessories. 1.4 QUALITY ASSURANCE A. Component Design: Calculate structural properties of studs and joists in accordance with American Iron and Steel Institute(AISI)"Specification for Design of Cold-Formed Steel Structural Members." B. Welding: Use qualified welders and comply with American Welding Society (AWS) D1.3, "Structural Welding Code—Sheet Steel." C. Fire-Rated Assemblies: Where framing units are components of assemblies indicated for a fire-resistance rating, including those required for compliance with governing regulations, provide units that have been approved by governing authorities that have jurisdiction. IRC Shooting Range Hunter Education Classroom 05400-1 DAA Project No.2015-67 12/12/16 Bid Set PART2-PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, provide materials manufactured by one of the following 1. Dale Industries,Inc. 2. Dietrich Industries,Inc. 3. Marino Industries,Inc. 4. Superior Steel Studs,Inc. 5. Unimast,Inc. 2.2 METAL FRAMING A. System Components: Manufacturers' standard non load-bearing steel studs, size, shape, and gauge as indicated. With each type of metal framing required, provide manufacturer's standard, steel runners (tracks), blocking, lintels, clip angles, shoes, reinforcements, fasteners, and accessories for applications indicated,as needed to provide a complete metal framing system. B. Materials and Finishes: 1. For 18-gauge, fabricate metal framing components of commercial quality steel sheet with a minimum yield point of 33,000 psi,ASTM A 446,A570,or A 611. 2. Provide galvanized finish to metal framing components complying with ASTM A 525 for minimum G 60 coating. a. Finish of installation accessories to match that of main framing components, unless otherwise indicated. C. Fasteners: Provide nuts,bolts,washers,screws,and other fasteners with corrosion-resistant plated finish. D. Electrodes for Welding: Comply with AWS Code and as recommended by stud manufacturer. E. Galvanizing Repair: Where galvanized surfaces are damaged, prepare surfaces and repair in accordance with procedures specified in ASTM A 780. 2.3 FABRICATION A. General: Framing components may be prefabricated into assemblies before erection. Fabricate panels plumb, square, true to line, and braced against racking with joints welded. Perform lifting of prefabricated units to prevent damage or distortion. B. Fabricate units in jig templates to hold members in proper alignment and position and to assure consistent component placement. C. Fastenings: Attach similar components by welding. Attach dissimilar components by welding, bolting, or screw fasteners,as standard with manufacturer. D. Wire tying of framing components is not permitted. IRC Shooting Range Hunter Education Classroom 05400-2 DAA Project No.2015-67 12/12/16 Bid Set E. Fabrication Tolerances: Fabricate units to a maximum allowable tolerance variation from plumb, level, and true to line of 1/8 inch in 10 feet. PART 3-EXECUTION 3.1 INSTALLATION A. General: Install metal framing systems in accordance with manufacturer's printed or written instructions and recommendations. B. Runner Tracks: Install continuous tracks sized to match studs. Align tracks accurately to layout at base and tops of studs. Secure tracks as recommended by stud manufacturer for type of construction involved, except do not exceed 24 inches o.c. spacing for all nail or power-driven fasteners or 16 inches o.c. for other types of attachment. Provide fasteners at corners and ends of tracks. C. Installation of Wall Studs: Secure studs to top and bottom runner tracks by either welding or screw fastening at both inside and outside flanges. D. Set studs plumb, except as needed for diagonal bracing or required for non-plumb walls or warped surfaces and similar requirements. E. Where stud system abuts structural columns or walls, including masonry walls, anchor ends of stiffeners to supporting structure. F. Install supplementary framing, blocking, and bracing in metal framing system wherever walls or partitions are indicated to support fixtures, equipment, services, casework, heavy trim and furnishings, and similar work requiring attachment to the wall or partition. Where type of supplementary support is not otherwise indicated, comply with stud manufacturer's recommendations and industry standards in each case,considering weight or loading resulting from item supported. G. Frame wall openings larger than 2 feet square with double stud at each jamb of frame except where more than two are either shown or indicated in manufacturer's instructions. Install runner tracks and jack studs above and below wall openings. Anchor tracks to jamb studs with stud shoes or by welding, and space jack studs same as full-height studs of wall. Secure stud system wall opening frame in manner indicated. H. Frame both sides of expansion and control joints with separate studs; do not bridge the joint with components of stud system. I. Install horizontal stiffeners in stud system, spaced (vertical distance) at not more than 54 inches o.c. Weld at each intersection. J. Erection Tolerances:Bolt or weld wall panels(at both horizontal and vertical junctures)to produce flush, even,true-to-line joints. 1. Maximum variation in plane and true position between prefabricated assemblies should not exceed 1/16 inch. K. K.Field Painting: Touch-up damaged shop-applied protective coatings. Use compatible primer for prime-coated surfaces;use galvanizing repair system for galvanized surfaces. END OF SECTION 05400 IRC Shooting Range Hunter Education Classroom 05400-3 DAA Project No.2015-67 12/12/16 Bid Set 1 I SECTION 06100-ROUGH CARPENTRY PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Condi- tions and Division 0 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Wood blocking,cants,and nailers. 2. Wood sleepers. 3. Plywood backing panels. B. Related Sections include the following: 1. Division 2 Section"Termite Control"for site application of borate treatment to wood framing. - 1.3- - DEFINITIONS - - - - - - - -- --- — - - - --- A. Dimension Lumber: Lumber of 2 inches nominal (38 min 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. NLGA: National Lumber Grades Authority. 2. SPIB: The Southern Pine Inspection Bureau. 1.4 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. IRC Shooting Range Hunter Education Classroom 06100-1 DAA Project No.2015-67 12/12/16 Bid Set i B. Research/Evaluation Reports: For the following, showing compliance with building code in effect for Proj ect: 1. Wood-preservative-treated wood. 2. Power-driven fasteners. 3. Powder-actuated fasteners. ` 4. Expansion anchors. 1.5 DELIVERY,STORAGE,AND HANDLING A. Stack lumber flat with spacers between each bundle to provide air circulation. Provide for air circulation around stacks and under coverings. PART2-PRODUCTS 2.1 WOOD PRODUCTS,GENERAL i A. 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. I 1. _Factory mark each piece of lumber with grade stamp of grading agency. 2. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture 1 content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 3. Provide dressed lumber,S4S,unless otherwise indicated. 2.2 WOOD-PRESERVATIVE-TREATED LUMBER !! I A. Preservative Treatment by Pressure Process: AWPA C2,except that lumber that is not in contact with the 1 ground and is continuously protected from liquid water may be treated according to AWPA C31 with inorganic boron(SBX). 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. r B. Kiln-dry lumber atter 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. D. Application: Treat all rough carpentry,unless otherwise indicated. IRC Shooting Range Hunter Education Classroom 06100-2 DAA Project No.2015-67 12/12/16 Bid Set i I i I 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. B. For items of dimension lumber size, provide Construction or No.2 grade lumber with 15 percent maximum moisture content and any of the following species: 1. Hem-fir(north);NLGA. 2. Mixed southern pine;SPIB. 3. Spruce-pine-fir;NLGA. C. 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. D. 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. 2.4 PLYWOOD BACKING PANELS A. Telephone and Electrical Equipment Backing Panels: DOC PS 1,Exposure 1,C D.Plugged,in thickness indicated or,if not indicated,not less than 1./2-inch(13-mm)nominal thickness. 2.5 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this j 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. Power-Driven Fasteners: NES NER-272. C. Lag Bolts: ASME B 18.2.1 (ASME B 18.2.3.8M). D. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 5681v1, Property Class 4.6); with ASTM A 563(ASTM A 563M)hex nuts and,where indicated,flat washers. E. 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: Stainless steel with bolts and nuts complying with ASTM F 593 and ASTIVI F 594, Alloy Group l or 2(ASTMF 738M and ASTM F 836M,Grade Al or A4). IRC Shooting Range Hunter Education Classroom 06100-3 DAA Project No.2015-67 12/12/16 Bid Set I 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. Locatenailers, blocking,and similar supports to comply with requirements for attaching other construction. B. Framing Standard: Comply with AMPA's"Details for Conventional Wood Frame Construction,"unless otherwise indicated. C. Do not splice structural members between supports,unless otherwise indicated. D. Providd blocking and framing as indicated and as required to support facing materials,fixtures,specialty items,and trim.Provided backing in walls for wall stops,ADA grab bars and TV brackets. 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 nun)o.c. E. Provide fire blocking in furred spaces, stud spaces, and other concealed cavities as indicated and as follows: 1. Fire block concealed spaces of wood-framed walls and partitions at each floor level,at ceiling line - of top story,and at not more than.96 inches(2438 mm)o.c. Where fire blocking is not inherent in framing system used,provide closely fitted solid wood blocks of same width as framing members and 2-inch nominal-(38-mm actual-)thickness. F. 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. G. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative-treated lumber. I 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. H. 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 2306.1,"Fastening Schedule,"in Florida Building Code. I. 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 between members. Install fasteners without splitting wood; do not countersink nail heads, unless otherwise indicated. IRC Shooting Range Hunter Education Classroom 06100-4 DAA Project No.2015-67 12/12/16 Bid Set 3.2 WOOD SLEEPER,BLOCKING,AND NAILER INSTALLATION A. Install where indicated and where required for screeding or attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. 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. END OF SECTION 06100 IRC Shooting Range Hunter Education Classroom 06100-5 DAA Project No.2015-67 12/12/16 Bid Set SECTION 06663-EXTERIOR PVC RAILINGS PART 1 -GENERAL 1.1 RELATED SECTIONS: A. All contract documents apply to work of this section;this includes but is not limited to:Agreement;Drawings; Instructions to Bidders; General and Supplementary Conditions;and Division 0-Technical Provisions of the specifications. B. Related Sections: 1. See Division 0-Technical Provisions 1.2 SUMMARY: A. Section includes the furnishing and installing PVC Railing products,including but not limited to: 1. Posts 2. Post Caps and Sleeves 3. Post Base,Trim and Accessories 4. Top and Bottom Rails 5. Balusters 6. Aluminum and Synthetic Inserts -- - 7. Mounting Brackets- 1.3 rackets-1.3 DESIGN/PERFORMANCE REQUIREMENTS: A. Minimum Load Requirements: When installed correctly following the Manufacturer's Instructions the railing system shall withstand the following: 1. Minimum concentrated load of 200 pounds applied horizontally or vertically down at any point on top railing. 2. Uniform load of 50 pounds per foot applied vertically down and horizontally,but not simultaneously,on top railing. 1.4 SUBMITTALS: A. Comply with provisions of Division 0-Technical Provisions B. Product Data: Provide Manufacturer's Data for each product to be used, including: 1. Storage and handling requirements and recommendations. 2. Preparation instructions and recommendations. 3. Installation instructions. C. Shop drawings: 1. Submit detailed drawings showing sections and plans of stairs, dimensions and assembly of components including railings,brackets,reinforcements, anchors and welded and bolted connections. 2. Show all field connections. IRC Shooting Range Hunter Education Classroom 06663-1 DAA Project No.2015-67 12/12/16 Bid Set 3. Provide setting diagrams for installation of anchors, location of pockets, plates for attachment of rails to structure and blocking for attachment of wall rail. 4. Indicate all required field measurements. 5. Indicate component details,materials,finishes, connection and joining methods and the relationship to adjoining work. D. Product Samples: Submit duplicate samples of railings showing style and finish. One approved sample will be returned to contractor. 1.5 QUALITY ASSURANCE: A. Manufacturer Qualifications: Manufacturer shall have not less than 5 years successful experience in producing the type of prefabricated components required for project applications equivalent to the requirements for this project. B. Installer Qualifications: Installer shall have a minimum of 5 years experience with the type of prefabricated components specified. C. Pre-installation meetings: Conduct a pre-installation meeting to verify project requirements, substrate conditions,manufacturer's installation instructions, _. and manufacturer's warranty requirements. 1.6 DELIVERY,STORAGE AND HANDLING: A. Deliver all materials in original packaging,unopened with no visible damage. B. Label each package with product contents and stock number of contents, with warranty,installation, and handling and storage recommendations enclosed, on-line or on packaging. C. Allow for receiving, unloading,handling and movement to approved storage areas within project,and final movement to point of installation. D. Store and protect all materials in accordance with manufacturer's requirements for environmental and physical protection.Keep temporary protective coverings in place. E. Store products on flat level surface to prevent warping. F. Protect materials and finish from damage during handling and installation. 1.7 PROJECT CONDITIONS: A. Maintain environmental conditions(temperature,humidity and ventilation) within limits recommended by manufacturer for optimum results. IRC Shooting Range Hunter Education Classroom 06663-2 DAA Project No.2015-67 12/12/16 Bid Set B. Do not install products under environmental conditions outside manufacturer's recommendations. C. Allow at least 24 hours for materials to adapt to conditions at project site prior to installation. ' D. Field Measurements: Verify actual locations of walls and other construction contiguous with railings by field measurements before fabrication and indicate measurements on Shop Drawings. 1)Provide allowance for trimming and fitting at site. 1.8 COORDINATION AND SCHEDULING A. Coordinate installation of anchorages for railings. 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. B. Schedule installation so wall attachments are made only to completed walls. Do not support railings temporarily by any means that do not satisfy structural performance requirements. 1.9 WARRANTY: A. Upon completion of work,provide a written Manufacturer's Lifetime Limited Warranty for products installed as part of this project to the Original Owner. i PART 2-PRODUCTS j 2.1 MANUFACTURERS: A. Acceptable Manufacturer: Fypon,LLC. 1750 Indian Wood Circle Maumee, Ohio 43537 Phone: 800/446-3040 (U.S.or Canada) Fax: 800/446-9373 (U.S. or Canada) http://www.fypon.com Contact:Rod Clark rclarkathermatru.com 458.206.8532 B. Requests for substitutions will be considered in accordance with provisions of Division 0—Technical Provisions IRC Shooting Range Hunter Education Classroom 06663-3 DAA Project No.2015-67 12/12/16 Bid Set 2.2 MATERIALS: A. Manufactured PVC Railings: 1. Railing Posts: Ultra Post-70050438CPK a. Height: 38 inches b. Post Sleeves c. Tapered Post Caps d. Structural Post Mount e. Color:White 2. Railings: Straight 6 Inch Deluxe Rail- 740636SQDF a.Height: 36 inches b. Railing Length:Maximum 52 inches. See Sheet A2.10. c.Railing Support:Ultra Post and Masonry Columns. See Sheet A2.10. d.Balusters: Square e. Baluster Size: 1.5 by 1.5 Inches f.Baluster Spacing: Maximum 4 inches on center g. Top and Bottom Rails: 1. Deluxe Top Rail-4407060STR 2. Flat Bottom Rail-4007060SBR. h.Mounting Brackets: 44090ODFBK 1. Top Rail Bracket and Cover 2. Bottom Rail Bracket and Cover -- -- i: : Color:-White---- -- --- --- --- — — -- — - - --- — -- - -- - PART 3 -EXECUTION 3.1 EXAMINATION: A. Site Verification of Conditions: 1. Prior to the start of installation, inspect all preceding work to ensure that there are no conditions which will cause an unsatisfactory installation of work involving PVC Railings. 2. Notify Architect in writing of any unacceptable conditions that would adversely affect installation or subsequent use of railings. 3. Do not install any work involving PVC Railing until unsatisfactory conditions are corrected and acceptable for proper installation of work. 4. Contractor shall be responsible for correcting or replacing all unacceptable work involving PVC Railings,which were installed over unsatisfactory conditions at no cost to Owner. 3.2 PREPARATION: A. Protect surrounding and adjacent work as required preventing damage to preceding work during execution of this work. B. Perform all preparation necessary for a successful installation of products as specified in manufacturer's installation instructions. IRC Shooting Range Hunter Education Classroom 06663-4 DAA Project No.2015-67 12/12/16 Bid Set i i I I 3.3 INSTALLATION: A. Obtain Manufacturer's instructions for successful installation of work to be performed and become knowledgeable with all material handling and installation recommendations. B. Ensure full compliance with Manufacturer's instructions in all aspects of tasks required by this work. Install railings in accordance with manufacturer's instructions at locations indicated on the drawings. C. Coordinate all work with all other project trades and provide proper accommodations for following work by other trades. 3.4 FIELD QUALITY CONTROL: A. After installation, check all work for flaws and defects. B. Repair all defective work. I C. Remove and replace all damaged components that cannot be successfully repaired as determined by the Project Architect. 3.5 PROTECTION: A. Install temporary protective materials necessary_to prevent damage to__________ materials installed in this work until final acceptance of the project. B. Remove protection materials and clean all surfaces following manufacturer's recommendations prior to final project completion. C. Dispose properly of all protection and cleaning materials. 3.6 CLEANING: A. Clean railings prior to final acceptance in accordance with manufacturer's instructions. B. Remove labels and temporary protective coverings. C. Do not use harsh cleaning materials or methods that would damage finish. END OF SECTION 06663 IRC Shooting Range Hunter Education Classroom 06663-5 DAA Project No.2015-67 12/12/16 Bid Set SECTION 07210-BUILDING INSULATION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Cavity-wall insulation. 2. Concealed building insulation. 3. Sound batts. B. Related Sections include the following: 1. Division 6 Section"Rough Carpentry"for foam-plastic board sheathing over wood framing. 2. Division 9 Section "Portland Cement Plaster" for installation in metal-framed assemblies of insulation specified by referencing this Section. 3. Division 15 Section"Mechanical Insulation."See Mechanical Drawing Sheet MO.1 1.3 DEFINITIONS A. Mineral-Fiber Insulation: Insulation composed of rock-wool fibers, slag-wool fibers, or glass fibers; produced in boards and blanket with latter formed into batts(flat-cut lengths)or rolls. 1.4 PERFORMANCE REQUIREN ENTS 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: Full-size units for each type of exposed insulation indicated. C. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency for insulation products. D. Research/Evaluation Reports: For foam-plastic insulation. 1.6 QUALITY ASSURANCE A. Source Limitations: Obtain each type of building insulation through one source from a single manufacturer. IRC Shooting Range Hunter Education Classroom 07210-1 DAA Project No.2015-67 12/12/16 Bid Set i r 1 B. Fire-Test-Response Characteristics: Provide insulation and related materials with the fire-test-response characteristics indicated, as determined by testing identical products per test method indicated below by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. Identify materials with appropriate markings of applicable testing and inspecting agency. 1. Surface-Burning Characteristics: ASTM E 84. 2. Fire-Resistance Ratings: ASTM E 119. 3. Combustion Characteristics: ASTM E 136. 1.7 DELIVERY,STORAGE,AND HANDLING A. Protect insulation materials from physical damage and from deterioration by 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. 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 Manufacturers: Subject to compliance-with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. I 2.2 GLASS-FIBER BLANKET INSULATION A. Available Manufacturers: 1. CertainTeed Corporation. 2. Johns Manville. 3. Knauf Fiber Glass. 4. Owens Corning. B. Unfaced, Glass-Fiber Blanket Insulation: ASTM C 665, Type I (blankets without membrane facing); consisting of fibers; with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively;passing ASTM E 136 for combustion characteristics. C. Faced, Glass-Fiber Blanket Insulation: ASTM C 665, Type III (blankets with reflective membrane facing), Class A (membrane-faced surface with a flame-spread index of 25 or less); Category 1 (membrane is a vapor barrier), faced with foil-scrim-kraft, foil-scrim, or foil-scrim-polyethylene vapor- retarder membrane on 1 face. D. Where glass-fiber blanket insulation is indicated by the following thicknesses, provide blankets in batt or roll form with thermal resistances indicated: 1. 3-5/8 inches (92 mm) thick with a thermal resistance of 11 deg F x h x sq. ft./Btu at 75 deg F (1.9 K x sq.m/W at 24 deg C). 2. 6-1/2 inches (165 mm)thick with a thermal resistance of 19 degF x h x sq. ft./Btu at 75 degF (3.3 K x sq.m/W at 24 deg Q. IRC Shooting Range Hunter Education Classroom 07210-2 DAA Project No.2015-67 12/12/16 Bid Set 2.3 MASONRY CELL INSULATION A. Manufacturer:Tailored Chemical Products,Inc.,or equal B. Foamed in place insulation, non-toxic, amino-palst resin, R value for 8" concrete block equals 14.2 complying with HUD use of materials bulletin#74,DOE proposed standards(using ASTM Procedures) and Florida Building Standards.Core Fill 500 Insulation 2.4 AUXILIARY INSULATING MATERIALS A. Vapor-Retarder Tape: Pressure-sensitive tape of type recommended by insulation manufacturers for j sealing joints and penetrations in vapor-retarder facings. i B. Adhesive for Bonding Insulation: Product with demonstrated capability to bond insulation securely to substrates indicated without damaging insulation and substrates. PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements of Sections in which substrates and related work are specified and for other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION f A. Clean substrates of substances harmful to insulation or vapor retarders, including removing projections capable of puncturing vapor retarders or of interfering with insulation attachment. 3.3 INSTALLATION,GENERAL I A. Comply with insulation manufacturer's written instructions applicable to products and application indicated. I B. Install insulation that is undamaged, dry, and unsoiled and that has not been left exposed at any time to ice,rain,and snow. C. Extend insulation in thickness indicated to envelop entire area to be insulated. Cut and fit tightly around t obstructions and fill voids with insulation. Remove projections that interfere with placement. D. Water-Piping Coordination: If water piping is located within insulated exterior walls,coordinate location of piping to ensure that it is placed on warm side of insulation and insulation encapsulates piping. I E. For preformed insulating units, provide sizes to fit applications indicated and selected from manufacturer's standard thicknesses, widths, and lengths. Apply single layer of insulation units to j produce thickness indicated unless multiple layers are otherwise shown or required to make up total thickness. I i I IRC Shooting Range Hunter Education Classroom 07210-3 DAA Project No.2015-67 12/12/16 Bid Set i l I I 3.4 INSTALLATION OF GENERAL BUILDING INSULATION A. Install mineral-fiber insulation in cavities formed by framing members according to the following requirements: r i 1. Use insulation widths and lengths that fill the cavities formed by framing members. If more than ' one length is required to fill cavity,provide lengths that will produce a snug fit between ends. 2. Place insulation in cavities formed by framing members to produce a friction fit between edges of insulation and adjoining framing members. 3. Maintain 3-inch(76-mm)clearance of insulation around recessed lighting fixtures. 4. Install eave ventilation troughs between roof framing members in insulated attic spaces at vented eaves. 5. For metal-framed wall cavities where cavity heights exceed 96 inches(2438 mm),support unfaced blankets mechanically and support faced blankets by taping stapling flanges to flanges of metal studs. 3.5 PROTECTION A. Protect installed insulation 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. - i END OF SECTION 07210 i i i' i i , ! I i I 'I I IRC Shooting Range Hunter Education Classroom 07210-4 AAA Project No.2015-67 12/12/16 Bid Set I , I SECTION 072180-POLYICYNENE SPRAY INSULATION PART 1 GENERAL 1.1 SECTION INCLUDES A. Polyicynene spray insulation at ceiling surfaces. 1.2 RELATED SECTIONS A. Drawings and Technical Provisions of the Contract,including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. i B. Section 06100—Rough Carpentry. 1.3 REFERENCES I A. American Society for Testing and Materials(ASTM): 1. ASTM C518,Test Method for Steady-State Heat Flux Measurements and Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus. 2. ASTM D28631 Test Method for Measuring the Minimum Oxygen Concentration to Support Candle- like Combustion of Plastics(Oxygen Index). 3. ASTM E84,Test Method for Surface Burning Characteristics of Building Materials. -4.--ASTM E96,Test Methods for Water Vapor Transmission Rate of Building Materials. 5. ASTM E283,Test Method for Determining the Rate of Air Leakage Through Exterior Windows, Curtain Walls,and Doors Under Specified Differences Across the Specimen. I 1.4 SUBMITTALS A. Product Data: Provide data on materials,describing insulation properties,surface burning characteristics. I B. Manufacturer's Installation Instructions: Indicate special procedures,perimeter conditions requiring special treatment. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the products specified in this section with minimum three(3) years documented experience. B. Applicator: Company specializing in performing the work of this section [with minimum 3 years documented experience and certified by the manufacturer. 1.6 REGULATORY REQUIREMENTS B. Conform to applicable code for flame and smoke ratings,non-combustibility. 1.7 MOCK-UP A. Provide mock-up of polyicynene spray insulation. B. Construct mock-up,3 feet long by 3 feet wide,including substrate construction. C. Locate where directed. D. Mock-up may or not remain as part of the Work. IRC Shooting Range Hunter Education Classroom 07218-1 DAA Project No.2015-67 12/12/16 Bid Set i 1.8 ENVIRONMENTAL REQUIREMENTS i A. Toxicity/Hazardous Materials: 1. Outgassing/Reactivity: a. Formaldehyde: Products containing urea-formaldehyde will not be permitted. b. Chlorofluorocarbons (CFCs)/HCFCs: Products and equipment requiring or using CFCs or HCFCs i during the manufacturing process will not be permitted. I I 1.9 DELIVERY,STORAGE,AND HANDLING A. Deliver materials to site in manufacturer's original,unopened containers and packaging,with labels clearly indicating manufacturer and material. B. Store materials in an area protected from overheating,damage and in accordance with manufacturer's instructions. C. Protect materials during handling and application to prevent damage and contamination. i PART2PRODUCTS 2.1 MANUFACTURER A. Icynene,Inc.,6747 Campobello Rd. Mississauga,Ontario L5N 2L7 Canada. Tel 800-758-7325. Fax 905- 363-0102. Web Site: or Equal Product. 2.2 MATERIALS A. Polyicynene Spray Insulation: Icynene; hydrophobic,low-density,open-cell modified polyicynene; conforming to the following: 1. Thermal Resistance(R- Value/inch): ASTM C518;3.6 hr/sq ft/degree FBTU.In. 2. Air Permeance(for 5.25 inches of material): ASTM E283;0.0049 1/m2/second. 3. Water Vapor Transmission(for 5 inches of material): ASTM E96;10 perms. 4. Sound Transmission Class(STC): ASTM E90;STC 37 in wood stud wall. 5. Noise Reduction Coefficient(NRC): ASTM E90;NRC-0.7 in wood stud wall. 6. Corrosion: No significant corrosion when in contact with steel under 85 percent relative humidity. 7. Bacterial or Fungal Growth: No growth;no material deterioration. 8. Flame Spread and Smoke Developed Rating: ASTM E84; <20/<400. 9. Fuel Contribution: ASTM E84;0. 10. Oxygen Index: ASTM D2863; average value 23.1 percent. B. Vapor Retarder: Vapor retarder paint or vapor diffusion retarder recommended by insulation manufacturer. PART 3 EXECUTION 3.1 EXAMINATION A. Verify existing conditions before starting work. B. Verify that substrate is free of any foreign material that will impede application. C. Verify that other work on and within spaces to be insulated is complete prior to application. D. Notify Architect of conditions that would adversely affect the application. E. Beginning of installation means applicator accepts existing conditions. IRC Shooting Range Hunter Education Classroom 07218-2 DAA Project No.2015-67 12/12/16 Bid Set i i 3.2 PREPARATION I A. Comply with manufacturer's written installation instructions for preparing substrates indicated to receive j insulation. B. Mask and protect adjacent surfaces from overspray or damage. C. Remove foreign materials,dirt,grease, oil,paint,laitance,efflorescence,and other substances that will affect application. 3.3 APPLICATION i A. Apply insulation in accordance with manufacturer's written application instructions. � B. Apply insulation to a reasonably uniform monolithic density without voids. C. Apply to minimum cured thickness of 51/2 inches+/-%2 inch. D. Apply insulation to fill voids around doors and windows. E. Apply insulation to fill voids around accessible service and equipment penetrations as noted on ' drawings. F. Apply insulation to the underside of roof deck area as indicated on drawings. 3.4 FIELD QUALITY CONTROL A. Inspect application for insulation thickness and density. f 3.5 PROTECTION OF FINISHED WORK A. Do not permit subsequent work to disturb applied insulation.Repair or replace any disturbed areas after installation by other trades is complete. END OF SECTION 07218 i i i IRC Shooting Range Hunter Education Classroom 07218-3 DAA Project No.2015-67 12/12/16 Bid Set SECTION 07311—FIBERGLASS ASPHALT SHINGLES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Condi- tions and Division 0 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Fiberglass Asphalt shingles. 2. Underlayment. B. Related Sections: 1. Division 6 Section"Rough Carpentry"for wood framing. 2. Division 7 Section "Sheet Metal Flashing and Trim" for metal roof penetration flashings counterflashings and flashings. 1.3 SCOPE OF WORK A. The general scope of work consists of the installation of the fiberglass asphalt shingle roofing system including but not limited to asphalt roof shingles,underlayment,wood decking as required,aluminum drip edge,and other sheet metal flashings,starter strips,nails and other fasteners,plastic cement and other items required for a complete watertight installation. 1.4 REFERENCES A. American Society for Testing and Materials(ASTM)-Annual Book of ASTM Standards 1. ASTM A 653/A 653M - Standard Specification for Steel Sheet, Zinc Coated (Gafvanized)or Zinc-Iron Alloy-Coated(Galvannealed)by the Hot-Dip Process. 2. ASTM B 209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 3. ASTM B 370 -Standard Specification for Copper Sheet and Strip for Building Construction. 4. ASTM D 3018 -Standard Specification for Class A Asphalt Shingles Surfaced with Mineral Granules. 5. ASTM D 3161-Standard Test Method for Wind-Resistance of Asphalt Shingles (Fan-Induced Method). 6. ASTM D 3462—Standard Specification for Asphalt Shingles Made From Glass Felt and Surfaced with Mineral Granules. 7. ASTM D 4586 - Standard Specification for Asphalt Roof Cement, Asbestos- Free. 8. ASTM E 903 —Standard Test Method for Solar Absorptance,Reflectance, and Transmission of Materials Using Integrating Spheres. IRC Shooting Range Hunter Education Classroom 07311-1 DAA Project No.2015-67 12/12/16 Bid Set 9. ASTM D 7158 - Standard Test Method for Wind-Resistance of Sealed Asphalt Shingles(Uplift Force/Uplift Resistance Method). ASTM D3161 Class F(110 mph)and ASTM A. D7158 Class H(150 mph)wind ratings B.Underwriters Laboratories Roofing Systems and Materials Guide(TGFU R1306) 1. UL 790-Tests for Fire Resistance of Roof Covering Materials. 2. UL 2218—Impact Resistance of Prepared Roof Covering Materials 3. UL 997-Wind Resistance of Prepared Roof Covering Materials. C.Asphalt Roofing Manufacturers Association(ARMA) D. Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA) - Architectural Sheet Metal Manual. E.National Roofing Contractors Association(NRCA) F.American Society of Civil Engineers(ASCE). G.ASCE 7-Minimum Design Loads for Buildings and Other Structures. H.Miami Dade County 1.5 DEFINITION A. Roofing Terminology: See ASTM D 1079 and glossary of NRCA's "The NRCA Roofing and Waterproofing Manual for definitions of terms related to roofing work in this Section. 1.6 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: For the following products,of sizes indicated,to verify color selected: I. Fiberglass Asphalt Shingle: Full size. 2. Ridge and Hip Cap Shingles: Full size. 3. Self-Adhering Underlayment: 12 inches(300 min)square. C. Qualification Data: For qualified Installer. D. Product Test Reports: Based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency,for asphalt shingles. E. Research/Evaluation Reports: For each type of asphalt shingle required,from the ICC. F. Maintenance Data: For each type of asphalt shingle to include in maintenance manuals. G. Warranties: Sample of special warranties. 1.7 QUALITY ASSURANCE A. Source Limitations: Obtain ridge and hip cap shingles and self-adhering sheet underlayment from single source from single manufacturer. IRC Shooting Range Hunter Education Classroom 07311-2 DAA Project No.2015-67 12/12/16 Bid Set B. Fire-Resistance Characteristics: Where indicated,provide fiberglass asphalt shingles and related roofing materials identical to those of assemblies tested for fire resistance per test method below by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. Identify products with appropriate markings of applicable testing agency. 1. Exterior Fire-Test Exposure: Class A; ASTM E 108 or UL 790, for application and roof slopes indicated. C. Preinstallation Conference: Conduct conference at Project site. 1.8 DELIVERY,STORAGE,AND HANDLING A. Store roofing materials in a dry, well-ventilated, weathertight location according to asphalt shingle manufacturer's written instructions. Store underlayment rolls on end on pallets or other raised surfaces. Do not double stack rolls. 1. Handle, store,and place roofing materials in a manner to avoid significant or permanent damage to roof deck or structural supporting members. B. Protect unused underlayment from weather, sunlight, and moisture when left overnight or when roofing work is not in progress. 1.9 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install asphalt shingles until spaces are enclosed and weathertight, wet work in spaces is complete and dry, and temporary HVAC system is operating and maintaining ambient temperature and humidity conditions atoccupancy-levels during the remainder of the construction period. 1. Install self-adhering sheet underlayment within the range of ambient and substrate temperatures recommended by manufacturer. 1.10 WARRANTY A. Special Warranty: Standard form in which manufacturer agrees to repair or replace asphalt shingles that fail in materials or workmanship within specified warranty period. 1. Failures include,but are not limited to,the following: a. Manufacturing defects. b. Structural failures including failure of asphalt shingles to self-seal after a reasonable time. 2. Material Warranty Period: 40 years from date of Substantial Completion,prorated,with first three years nonprorated. 3. Wind-Speed Warranty Period: Fiberglass asphalt shingles will resist blow-off or damage caused by wind speeds up to 130 mph for five years from date of Substantial Completion. 4. Algae-Discoloration Warranty Period: Fiberglass asphalt shingles will not discolor five years from date of Substantial Completion. 5. Workmanship Warranty Period: 10 years from date of Substantial Completion. IRC Shooting Range Hunter Education Classroom 07311-3 DAA Project No.2015-67 12/12/16 Bid Set B. Special Project Warranty: Roofing Installer's Warranty,or warranty form at end of this Section, signed by roofing Installer, covering the Work of this Section, in which roofing Installer agrees to repair or replace components of asphalt shingle roofing that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. 1.11 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Asphalt Shingles: 100 sq.ft(9,3 sq.m)of each type,in unbroken bundles. PART 2-PRODUCTS 2.1 GLASS-FIBER-REINFORCED ASPHALT SHINGLES Basis of Design: A. Laminated-Strip Fiberglass Asphalt Shingles: Basis of design is GAF Certain Timberline HD, Timberline Natural Shadow Lifetime Shingles - Dade County Approval NOA No:14-1022.20. 1. Self sealing, granule surfaced, asphalt shingle with a strong fiberglass reinforced Micro Weave core and StainGuard protection, which prevents pronounced discoloration from blue-green algae through formulation/unique blends of granules. Architectural laminate styling provides a wood shake appearance with 5 5/8"exposure.Features the classic Natural Shadow effect.UL 790 Class A rated with UL 997 Wind Resistance Label; ASTM D 7158, Class H; ASTM D 3161,Type 1; ASTM D 3018,Type 1;ASTM D 3462;CSA 123.5-98. 2. Color and Blends: As selected by Architect from manufacturer's full range. B. Hip and Ridge Shingles: Manufacturer's standard units to match asphalt shingles. 2.2 UNDERLAYMENT MATERIALS A. Self-Adhering Sheet Underlayment,Polyethylene Faced: ASTM D 1970,minimum of 40-mil-(1.0-nim-) thick, slip-resisting, polyethylene-film-reinforced top surface laminated to SBS-modified asphalt adhesive,with release paper backing;cold applied. 1. Manufacturers: a. Carlisle Coatings&Waterproofing,Inc. b. Grace,W.R.&Co.-Conn. C. Polyguard Products,Inc. 2.3 ACCESSORIES A. Asphalt Roofing Cement: ASTM D 4586,Type II,asbestos free. IRC Shooting Range Hunter Education Classroom 07311-4 DAA Project No.2015-67 12/12/16 Bid Set i B. Roofing Nails: ASTM F 1667; Standard round wire shingle type,zinc-coated steel or aluminum; 10 to 12 gauge(3.416 mm to 2.657 mm for steel)(2.588 mm to 2.052 mm for aluminum),barbed or deformed shank,with heads 3/8 inch(9.5 mm)to 7/16 inch(11 nun)in diameter; length sufficient to penetrate at least 3/4 inch(19 mm)into solid wood decking. C. Where nails are in contact with metal flashing,use nails made from same metal as flashing. D. Felt Underlayment Nails: Stainless-steel,or hot-dip galvanized-steel wire with low-profile capped heads or disc caps, 1-inch(25-mm)minimum diameter, 2.4 METAL FLASHING AND TRIM A. General: Comply with requirements in Division 7 Section"Sheet Metal Flashing and Trim." B. Fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual"that apply to design,dimensions,metal,and other characteristics of the item. I i PART 3-EXECUTION 3.1 EXAMINATION i A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. Examine roof decking to verify that decking joints are supported by framing and blocking or metal clips and that installation is within flatness tolerances. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and completely anchored; and that provision has been made for flashings and penetrations through asphalt shingles. B. Prepare written report,endorsed by Installer,listing conditions detrimental to performance of the Work. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 UNDERLAYMENT INSTALLATION A. General: Comply with underlayment manufacturer's written installation instructions applicable to _ products and applications indicated unless more stringent requirements apply. B. Self-Adhering Sheet Underlayment: Install, wrinkle free, on roof deck. Comply with low-temperature installation restrictions of underlayment manufacturer if applicable. Install at locations indicated on Drawings,lapped in direction to shed water. Lap sides not less than 3-1/2 inches(89 mm). Lap ends not less than 6 inches(150 mm)staggered 24 inches(600 mm)between courses. Roll laps with roller. Cover underlayment within seven days. 1. Eaves: Extend from edges of eaves 24 inches(600 mm)beyond interior face of exterior wall. 2. Hips: Extend 18 inches(450 mm)on each side. 3. Ridges: Extend 36 inches(914 mm)on each side. 4. Sidewalls: Extend beyond sidewall 18 inches(450 mm),and return vertically against sidewall not less than 4 inches(100 mm). 5. Dormers and Other Roof-Penetrating Elements: Extend beyond penetrating element 18 inches (450 mm),and return vertically against penetrating element not less than 4 inches(100 nun). 6. Roof Slope Transitions: Extend 18 inches(450 mm)on each roof slope. IRC Shooting Range Hunter Education Classroom 07311-5 DAA Project No.2015-67 12/12/16 Bid Set 3.3 METAL FLASHING INSTALLATION A. General: Install metal flashings and other sheet metal to comply with requirements in Division 7 Section "Sheet Metal Flashing and Trim." 1. Install metal flashings according to recommendations in ARMA's "Residential Asphalt Roofing Manual" and asphalt shingle recommendations in NRCA's "The NRCA Roofing and Waterproofing Manual." 13. Open-Valley Flashings: Install centered in valleys, lapping ends at least 9 inches(200 mm)in direction to shed water. Fasten upper end of each length to roof deck beneath overlap. 1. Secure hemmed flange edges into metal cleats spaced 12 inches (300 mm) apart and fastened to roof deck. 2. Adhere 9-inch-(225-mm-)wide strip of self-adhering sheet to metal flanges and to self-adhering sheet underlayment. 3.4 ASPHALT SHINGLE INSTALLATION A. General: Install asphalt shingles according to manufacturer's written instructions, recommendations in ARMA's "Residential Asphalt Roofing Manual,", asphalt shingle recommendations in NRCA's "The NRCA Roofing and Waterproofing Manual,"and requirements of the Florida Building Code for required wind loading. 13. Install starter strip along lowest roof edge, consisting of an asphalt shingle strip at least 7 inches (175 nun)wide with self-sealing strip face up at roof edge. 1. Extend asphalt shingles 3/4 inch(19 mm)over fasciae at eaves and rakes. 2. Install starter strip along rake edge. C. Install first and remaining courses of asphalt shingles stair-stepping diagonally across roof deck with manufacturer's recommended offset pattern at succeeding courses,maintaining uniform exposure. D. Install asphalt shingles by single-strip column or racking method,maintaining uniform exposure. Install full-length first course followed by cut second course,repeating alternating pattern in succeeding courses. E. Fasten asphalt shingle strips with a minimum of six roofing nails located according to manufacturer's written instructions. 1. Where roof slope exceeds 20:12, seal asphalt shingles with asphalt roofing cement spots after fastening with additional roofing nails. 2. Where roof slope is less than 4:12,seal asphalt shingles with asphalt roofing cement spots. 3. When ambient temperature during installation is below 50 deg F(10 deg C),seal asphalt shingles with asphalt roofing cement spots. F. Ridge and Hip Cap Shingles: Maintain same exposure of cap shingles as roofing shingle exposure. Lap cap shingles at ridges to shed water away from direction of prevailing winds. Fasten with roofing nails of sufficient length to penetrate sheathing. END OF SECTION 07311 IRC Shooting Range Hunter Education Classroom 07311-6 DAA Project No.2015-67 12/12/16 Bid Set SECTION 07460—FIBER CEMENT SOFFIT AND TRIM PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. 1.2 SUNWARY A. Section Includes: . 1. Fiber-cement soffit and trim material as called out in the construction drawings. 1.3 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 siding and 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 siding. 2. 12-inch-(300-mm-)long-by-actual-width Sample of soffit. 3. 12-inch-(300-mm-)long-by-actual-width Samples of trim and accessories. D. Product Certificates: For each type of siding and soffit,from manufacturer. E. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency,for fiber-cement siding. F. Maintenance Data: For each type of soffit and related accessories to include in maintenance manuals. G. Warranty: Sample of special warranty. 1.4 QUALITY ASSURANCE A. 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. B. Source Limitations: Obtain each type, color,texture, and pattern of siding and soffit, including related accessories,from single source from single manufacturer. 1.5 DELIVERY,STORAGE,AND HANDLING A. Store materials in a dry,well-ventilated,weathertight place. IRC Shooting Range Hunter Education Classroom 07460-1 DAA Project No.2015-67 12/12/16 Bid Set i 1.6 COORDINATION A. Coordinate installation with flashings and other adjoining construction to ensure proper sequencing. 1.7 WARRANTY A. Special Warranty: Standard form in which manufacturer agrees to repair or replace siding and 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,and fading. 2. Warranty Period: 10 years from date of Substantial Completion. I 1.8 EXTRA MATERIALS 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 trim and soffit including related accessories,in a quantity equal to 2 percent, of amount installed. PART 2-PRODUCTS i a 2.1 FIBER-CEMENT SOFFIT A. General: ASTM C 1186, Type A, Grade H, 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. i 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: i a. Cemplank. b. GAF Materials Corporation. C. James Hardie, I B. Pattern: 24-inch-(600-mm-)wide sheets with smooth texture. C. Factory Priming: Manufacturer's standard acrylic primer. 2.2 ACCESSORIES A. Decorative Accessories: Provide the following fiber-cement decorative accessories as indicated: 1. Fascia. 2. Moldings and trim. B. Colors for Decorative Accessories: As selected by Architect from manufacturer's full range of industry colors. IRC Shooting Range Hunter Education Classroom 07460-2 DAA Project No.2015-67 12/12/16 Bid Set I I C. Flashing: Provide stainless-steel flashing complying with Division 7 Section "Sheet Metal Flashing and Trim"at window and door heads and where indicated. 1. Finish for Aluminum Flashing: Siliconized polyester coating,same color as siding. D. Fasteners: 1. 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 fiber cement,use stainless-steel fasteners. PART 3-EXECUTION 3.1 EXANIINATION A. Examine substrates for compliance with requirements for installation tolerances and other conditions affecting performance of siding and 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 siding and soffit manufacturer's written installation instructions applicable to products and applications indicated unless more stringent requirements apply. 1. Do not install damaged components. B. Install fiber-cement trim and soffit and related accessories. 1. Install fasteners no more than 24 inches(600 mm)o.c. C. Install joint sealants as specified in Division 7 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 07460 IRC Shooting Range Hunter Education Classroom 07460-3 DAA Project No.2015-67 12/12/16 Bid Set i I SECTION 07620-SHEET METAL FLASHING AND TRIM I I PART 1-GENERAL 1.1 RELATED DOCUMENTS i A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. i 1.2 SUMMARY A. This Section includes the following sheet metal flashing and trim: 1. Formed wall flashing and trim. B. Related Sections include the following: 1. Division 7 Section"Joint Sealants"for field-applied sheet metal flashing and trim sealants. 1.3 PERFORMANCE REQUIREMENTS A. General: Install sheet metal flashing and trim to withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failing, rattling, leaking, and fastener disengagement. B. Fabricate and install flashing at roof edges to comply with recommendations of FM Loss Prevention Data Sheet 1-49 for the wind zone as designated on the structural engineering drawings. C. Thermal Movements: Provide sheet metal flashing and trim that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling,opening of joints,hole elongation,overstressing of components,failure of joint sealants,failure of connections,and other detrimental effects. Provide clips that resist rotation and avoid shear stress as a result of sheet metal and trim thermal movements. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change(Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. D. Water Infiltration: Provide sheet metal flashing and trim that do not allow water infiltration to building interior. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles,and finishes. i B. Shop Drawings: Show layouts of sheet metal flashing and trim, including plans and elevations. Distinguish between shop-and field-assembled work. Include the following: 1. Identify material,thickness,weight,and finish for each item and location in Project. IRC Shooting Range Hunter Education Classroom 07620-1 DAA Project No.2015-67 12/12/16 Bid Set i i 2. Details for forming sheet metal flashing and trim, including profiles, shapes, seams, and dimensions. 3. Details for fastening,joining, supporting, and anchoring sheet metal flashing and trim, including i fasteners,clips,cleats,and attachments to adjoining work. 4. Details of expansion joint covers,including showing direction of expansion and contraction. C. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below: i 1. Sheet Metal Flashing: 12 inches (300 mm) long. Include fasteners, cleats, clips, closures, and other attachments. 2. Trim: 12 inches(300'mm)long. Include fasteners and other exposed accessories. 3. Accessories: Full-size Sample. I 1.5 QUALITY ASSURANCE i A. Sheet Metal Flashing and Trim Standard: Comply with SMACNA's"Architectural Sheet Metal Manual." Conform to dimensions and profiles shown unless more stringent requirements are indicated. B. Mockups: Build mockups to demonstrate aesthetic effects and set quality standards for fabrication and i installation. 1. Build mockup of typical roof eave fascia, fascia trim, approximately 48 inches (1200 mm) long, including supporting construction cleats,seams,attachments and accessories. 2. Approval of mockups is for other material and construction qualities specifically approved by Architect in writing. 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless such deviations are specifically approved by Architect in writing. 1.6 DELIVERY,STORAGE,AND HANDLING A. Deliver sheet metal flashing materials and fabrications undamaged. Protect sheet metal flashing and trim materials and fabrications during transportation and handling. B. Unload,,store,and install sheet metal flashing materials and fabrications in a manner to prevent bending, j warping,twisting,and surface damage. C. Stack materials on platforms or pallets, covered with suitable weathertight and ventilated covering: Do i not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting,or other surface damage. 1.7 COORDINATION A. Coordinate installation of sheet metal flashing and trim with interfacing and adjoining construction to provide a leakproof,secure,and noncorrosive installation. I IRC Shooting Range Hunter Education Classroom 07620-2 DAA Project No.2015-67 12/12/16 Bid Set PART 2-PRODUCTS 2.1 SHEET METALS A. Lead-Coated Copper Sheet: ASTM B 101, Temper H00 and HO1, cold-rolled copper sheet, of weight (thickness) indicated below, coated both sides with lead weighing not less than 12 Ib/100 sq. ft. (0.59 kg/sq. m) nor more than 15 lb/100 sq. ft. (0.73 kg/sq. m) of copper sheet (total weight of lead applied i equally to both sides). B. Aluminum Sheet: ASTM B 209(ASTM B 209M),Alloy 3003,3004,3105,or 5005,Temper suitable for i forming and structural performance required,but not less than H14,finished as follows: 1. Anodized Finish: Apply the following coil-anodized finish: I a. Class I, Clear Anodic Finish: AA-MI2C22A41 (Mechanical Finish: nonspecular as fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I,clear coating 0.018 mm or thicker)complying with AAMA 611. i C. Lead Sheet: ASTM B 749,Type L51121,copper-bearing lead sheet. �. r 2.2 UNDERLAYMENT MATERIALS I A. Polyethylene Sheet: 6-mi 1-(0.15-mm-)thick polyethylene sheet complying with ASTM D 4397. i B. Felts: ASTM D 226,Type H(No.30),asphalt-saturated organic felt,nonperforated. 2.3 MISCELLANEOUS MATERIALS ! A. General: Provide materials and types of fasteners, solder,welding rods,protective coatings, separators, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation. j B. Fasteners: Wood screws, annular threaded nails, self-tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads. 1. Exposed Fasteners: Heads matching color of sheet metal by means of plastic caps or factory- applied coating. j. 2. Fasteners for Flashing and Trim: Blind fasteners or self-drilling screws, gasketed, with hex washer head. 3. Blind Fasteners: High-strength aluminum or stainless-steel rivets. 4. Spikes and Ferrules: Same material as gutter; with spike with ferrule matching internal gutter width. C. Solder for Copper: ASTM B 32,Grade Sn50,50 percent tin and 50 percent lead. i D. Solder for Lead-Coated Copper: ASTM B 32,Grade Sn60,60 percent tin and 40 percent lead. ! E. Solder for Lead: ASTM B 32,Grade Sn50,50 percent tin and 50 percent lead. F. Burning Rod for Lead: Same composition as lead sheet. IRC Shooting Range Hunter Education Classroom 07620-3 DAA Project No.2015-67 12/12/16 Bid Set i G. Sealing Tape: Pressure-sensitive, 100 percent solids, polyisobutylene compound sealing tape with release-paper backing. Provide permanently elastic,nonsag,nontoxic,nonstaining tape. H. Elastomeric Sealant: ASTM C 920,elastomeric polyurethane polymer sealant;of type,grade,class,and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. I. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber sealant, polyisobutylene plasticized,heavy bodied for hooked-type expansion joints with limited movement. J. Epoxy Seam Sealer: Two-part, noncorrosive, aluminum seam-cementing compound, recommended by aluminum manufacturer for exterior nonmoving joints,including riveted joints. K. 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. L. Asphalt Roofing Cement: ASTM D 4586,asbestos free,of consistency required for application. 2.4 FABRICATION,GENERAL A. General: Custom fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual"that apply to design,dimensions,metal,and other characteristics of item indicated. Shop fabricate items where practicable. Obtain field measurements for accurate fit before shop fabrication. B. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements,but not less than that specified for each application and metal. C. Fabricate sheet metal flashing and trim without excessive oil canning,buckling,and tool marks and true to line and levels indicated,with exposed edges folded back to form hems. 1. Seams for Aluminum: Fabricate nonmoving seams with flat-lock seams. Form seams and seal with epoxy seam sealer. Rivet joints for additional strength. 2. Seams for Other Than Aluminum: Fabricate nonmoving seams in accessories with flat-lock seams. Tin edges to be seamed,form seams,and solder. D. Sealed Joints: Form nonexpansion but movable joints in metal to accommodate elastomeric sealant to comply with SMACNA recommendations. E. Expansion Provisions: Where lapped or bayonet-type expansion provisions in the Work cannot be used, form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with butyl sealant concealed within joints. F. Conceal fasteners and expansion provisions where possible on exposed-to-view sheet metal flashing and trim,unless otherwise indicated. G. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible,noncorrosive metal. 1. Thickness: As recommended by SMACNA's"Architectural Sheet Metal Manual"and FMG Loss Prevention Data Sheet 1-49 for application but not less than thickness of metal being secured. IRC Shooting Range Hunter Education Classroom 07620-4 DAA Project No.2015-67 12112/16 Bid Set �I 2.5 WALL SHEET METAL FABRICATIONS A. Through-Wall Flashing: Fabricate continuous flashings in minimum 96-inch-(2400-mm-)long, but not exceeding 12 foot(3.6 m) long,sections,under copings, at shelf angles, and where indicated. Fabricate discontinuous lintel, sill, and similar flashings to extend 6 inches (150 inn) beyond each side of wall openings. Form with 2-inch-(50-mm-)high end dams. Fabricate from the following material: 1. Lead-Coated Copper: 17.2 oz./sq,ft.(0.60 inn thick). 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: 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 EXANINATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions and other conditions affecting performance of work. 1. Verify that substrate is sound,dry,smooth,clean,sloped for drainage,and securely anchored. 2. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION,GENERAL A. General: Anchor sheet metal flashing and trim and other components of the Work securely in place,with provisions for thermal and structural movement. Use fasteners,solder,welding rods,protective coatings, separators,sealants,and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Torch cutting of sheet metal flashing and trim is not permitted. B. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates,protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by fabricator or manufacturers of dissimilar metals. 1. Coat side of lead sheet metal flashing and trim with bituminous coating where flashing and trim will contact wood,ferrous metal,or cementitious construction. 2. Underlayment: Where installing metal flashing directly on cementitious or wood substrates, install a course of felt underlayment and cover with a slip sheet or install a course of polyethylene underlayment. 3. Bed flanges in thick coat of asphalt roofing cement where required for waterproof performance. IRC Shooting Range Hunter Education Classroom 07620-5 DAA Project No.2015-67 12/12/16 Bid Set C. Install exposed sheet metal flashing and trim without excessive oil canning,buckling,and tool marks. D. Install sheet metal flashing and trim true to line and levels indicated. Provide uniform,neat seams with minimum exposure of solder,welds,and butyl sealant. E. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. I. Space cleats not more than 12 inches(300 mm)apart. Anchor each cleat with two fasteners.Bend tabs over fasteners. F. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet (3 m) with no joints allowed within 24 inches (600 mm) of corner or intersection. Where lapped or bayonet-type expansion provisions cannot be used or would not be sufficiently watertight, form expansion joints of intermeshing hooked flanges, not less than I inch (25 mm)deep,filled with elastomic butyl sealant concealed within joints. G. Fasteners: Use fasteners of sizes that will penetrate substrate not less than 1.-1/4 inches(32 nim)for nails and not less than 3/4 inch(19 nuu)for wood screws. 1. Aluminum: Use aluminum or stainless-steel fasteners. 2. Copper: Use copper,hardware bronze,or stainless-steel fasteners. H. Seal joints with butyl sealant as required for watertight construction. 1. Where sealant-filled joints are used, embed hooked flanges of joint members not less than 1 inch (25 mm) into sealant. Form joints to completely conceal sealant. When ambient temperature at time of installation is moderate,between 40 and 70 deg F(4 and 21 deg C),set joint members for 50 percent movement either way. Adjust setting proportionately for installation at higher ambient temperatures. Do not install sealant-type joints at temperatures below 40 deg F(4 deg Q. 2. Prepare joints and apply sealants to comply with requirements in Division 7 Section "Joint Sealants." 1. Soldered Joints: Clean surfaces to be soldered,removing oils and foreign matter. Pretin edges of sheets to be soldered to a width of 1-1/2 inches(38 mm)except where pretinned surface would show in finished Work. 1. Do not solder aluminum sheet. 2. Pretinning is not required for lead-coated copper and lead. 3. Copper Soldering: Tin uncoated copper surfaces at edges of sheets using solder recommended for copper work. 4. Where surfaces to be soldered are lead coated,do not tin edges,but wire brush lead coating before soldering. 5. Lead-Coated Copper Soldering: Wire brush edges of sheets before soldering. 6. Do not use open-flame torches for soldering. Heat surfaces to receive solder and flow solder into joints. Fill joints completely. Completely remove flux and spatter from exposed surfaces. J. Aluminum Flashing: Rivet or weld joints in uncoated aluminum where necessary for strength. IRC Shooting Range Hunter Education Classroom 07620-6 DAA Project No.2015-67 12/12/16 Bid Set 3.3 ROOF FLASHING INSTALLATION A. General: Install sheet metal roof flashing and trim to comply with performance requirementsand SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where possible, set units true to line, and level as indicated. Install work with laps,joints, and seams that will be permanently watertight. B. Pipe or Post Counterflashing: Install counterflashing umbrella with close-fitting collar with top edge flared for butyl sealant,extending a minimum of 4 inches(100 min)over base flashing. Install stainless- steel draw band and tighten. C. Roof-Penetration Flashing: Coordinate installation of roof-penetration flashing with installation of roofing and other items penetrating roof. Install flashing as follows: 1. Turn lead flashing down inside vent piping,being careful not to block vent piping with flashing. 2. Seal with butyl sealant and clamp flashing to pipes penetrating roof except for lead flashing on vent piping. i 3.4 WALL FLASHING INSTALLATION I A. General: Install sheet metal wall flashing to intercept and exclude penetrating moisture according to SMACNA recommendations and as indicated. Coordinate installation of wall flashing with installation of wall-opening components such as windows,doors,and louvers. B. Through-Wall Flashing: Installation of formed through-wall flashing is specified in Division 4 Section "Unit Masonry Assemblies." i 3.5 CLEANING AND PROTECTION 1 A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. j i B. Clean and neutralize flux materials. Clean off excess solder and sealants. C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed. On completion of installation, clean finished surfaces, including removing unused fasteners, metal filings,pop rivet stems,and pieces of flashing. Maintain in a clean condition during construction. D. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 07620 IRC Shooting Range Hunter Education Classroom 07620-7 DAA Project No.2015-67 12/12/16 Bid Set SECTION 07710-MANUFACTURED ROOF SPECIALTIES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes the following manufactured roof specialties: 1. Roof edge drainage systems. B. Related Sections include the following: 1. Division 6 Section"Rough Carpentry"for wood nailers,curbs,and blocking. 2. Division 7 Section "Sheet Metal Flashing and Trim" for custom- and site-fabricated sheet metal flashing and trim. 3. Division 7 Section"Joint Sealants"for field-applied sealants. 1.3 PERFORMANCE REQUIREMENTS A. General: Manufacture and install manufactured roof specialties to resist thermally induced movement and exposure to weather without failing,rattling,leaking,and fastener disengagement. B. Thermal Movements: Provide manufactured roof specialties that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling,opening of joints,hole elongation,overstressing of components,failure of joint sealants,failure of connections,and other detrimental effects. Provide clips that resist rotation and avoid shear stress as a result of thermal movements. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. i 1. Temperature Change(Range): 120 deg F (67 deg C), ambient; 1.80 deg F (100 deg C),material surfaces. C. Water Infiltration: Provide manufactured ro6f specialties that do not allow water infiltration to building interior. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles,and finishes. IRC Shooting Range Hunter Education Classroom 07710-1 DAA Project No.2015-67 12/12/16 Bid Set B. Shop Drawings: Show layouts of manufactured roof specialties, including plans and elevations. Identify factory-vs.field-assembled work. Include the following: 1. Details for fastening,joining, supporting, and anchoring manufactured roof specialties including fasteners,clips,cleats,and attachments to adjoining work. 2. Details for expansion and contraction. C. Samples for Initial Selection: For each type of manufactured roof specialty indicated with factory- applied color finishes. D. Fabrication Samples: For roof edge drainage systems made from 12-inch Q)00-mm) lengths of full-size components including fasteners,cover joints,accessories,and attachments. E. Warranty: Special warranty specified in this Section. 1.5 QUALITY ASSURANCE A. Product Options: Information on Drawings and in Specifications establishes requirements for system's aesthetic effects and performance characteristics. Aesthetic effects are indicated by dimensions, arrangements, alignment, and profiles of components and assemblies as they relate to sightlines, to one another, and to adjoining construction.Performance characteristics are indicated by criteria subject to verification by one or more methods including preconstruction testing, field testing, and in-service performance. 1. Do not modify intended aesthetic effects, as judged solely by Architect, except with Architect's approval. If modifications are proposed, submit comprehensive explanatory data to Architect for review. 1.6 COORDINATION A. Coordinate installation of manufactured roof specialties with interfacing and adjoining construction to provide a leakproof,secure,and noncorrosive installation. PART2-PRODUCTS 2.1 EXPOSED METALS A. Aluminum Sheet: ASTM B 209 (ASTM B 209M), alloy and temper recommended by manufacturer for use and finish indicated,finished as follows: 1. Surface: Smooth,fiat Embossed finish. 2. Anodic Finish: Apply the following finish: a. Class I, Clear Anodic Finish: AA-M12C22A41 (Mechanical Finish: nonspecular as fabricated; Chenucal Finish: etched, medium matte; Anodic Coating: Architectural Class 1,clear coating 0.018 mm or thicker)complying with AAMA 611. IRC Shooting Range Hunter Education Classroom 07710-2 DAA Project No.2015-67 12/12/16 Bid Set i 2.2 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, protective coatings, separators, sealants, and other miscellaneous items required by manufacturer for a complete installation. B. Fasteners: Manufacturer's recommended fasteners, suitable for application and designed to withstand design loads. 1. Exposed Penetrating Fasteners: Gasketed screws with hex washer heads matching color of sheet metal. C. Elastomeric Sealant: ASTM C 920, elastomeric polymer sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. D. Bituminous Coating: Cold-applied asphalt mastic, SSPC-Paint 12, compounded for 15-mil (0.4-inin) dry film thickness per coat. Provide inert-type noncorrosive compound free of asbestos fibers, sulfur components,and other deleterious impurities. 2.3 ROOF EDGE DRAINAGE SYSTEMS A. Products: B. Gutters, Scuppers and Downspouts: Manufactured formed gutter in uniform section lengths not exceeding 12 feet(3.6 m),with mitered and welded or soldered corner units, end caps,outlet tubes, and other accessories. Elevate back edge at least 1 inch (25 min) above front gutter_rim. Furnish with flat- stock gutter straps and gutter support brackets and expansion joints and -expansion-joint covers fabricated from same metal as gutters. 1. Fabricate gutter from the following exposed metal: a. Aluminum: 0.063 inch(1.6 min)thick. 2. Gutter Style: according to SMACNA's"Architectural Sheet Metal Manual." 3. Applied Fascia Cover: Exposed, formed aluminum, 0.040 inch (1.0 mm) thick, with mitered comers,end caps,and concealed splice joints. 4. Fabricate Scuppers from the following exposed metal: , a. Aluminum: 0.063 inch(1.6 mm)thick 5. Downspouts: Aluminum: 0.063 inch(1.6 min)thick 2.4 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: 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. IRC Shooting Range Hunter Education Classroom 07710-3 DAA Project No.2015-67 12/12/16 Bid Set PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions, and other conditions affecting performance of work. 1. Examine walls,roof edges,and parapets for suitable conditions for manufactured roof specialties. 2. Verify that substrate is sound,dry,smooth,clean,sloped for drainage,and securely anchored. 3. Proceed with installation only after unsatisfactory conditions have been corrected. I 3.2 INSTALLATION A. General: Install manufactured roof specialties according to manufacturer's written instructions. Anchor i manufactured roofspecialties securely in place and capable of resisting forces specified in performance requirements. Use fasteners, separators, sealants, and other miscellaneous items as required to complete manufactured roof specialty systems. 1. Install manufactured roof specialties with provisions for thermal and structural movement. 2. Torch cutting of manufactured roof specialties is not permitted. B. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates,protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as � recommended by manufacturer. - --- - ----- — -- -- I 1. Coat concealed side of uncoated aluminum manufactured roof specialties with bituminous coating j where in contact with wood,ferrous metal,or cementitious construction. j C. Install manufactured roof specialties level,plumb,true to line and elevation,and without warping,jogs in alignment,excessive oil-canning,buckling,or tool marks. i D. Install manufactured roof specialties to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before manufacture. E. Expansion Provisions: Provide for thermal expansion of exposed manufactured roof specialties. Space movement joints at a maximum of 12 feet(3.6 m)with no unplanned joints within 18 inches(450 mm)of comers or intersections. F. Fasteners: Use fasteners of type and size recommended by manufacturer but of sizes that will penetrate substrate not less than 1-1/4 inches (32 mm) for nails and not less than 3/4 inch (19 nun) for wood screws. j G. Seal joints with elastomeric sealant as required by manufacturer of roofing specialties. I I IRC Shooting Range Hunter Education Classroom 07710-4 DAA Project No.2015-67 12/12/16 Bid Set SII , 3.3 ROOF(EDGE DRAINAGE SYSTEM INSTALLATION A. General: Install gutters and scuppers to produce a complete roof drainage system according to manufacturer's written instructions. Coordinate installation of roof perimeter flashing with installation of roof drainage system. B. Gutters: Join and seal gutter lengths. Attach gutters to firmly anchored gutter brackets straps spaced not more than 36 inches(900 mm)apart. Slope gutters to downspouts. I. Install gutter with expansion joints at locations indicated but not exceeding 50 feet(15.2 m)apart. Install expansion joint caps. C. Downspouts: Provide fasteners designed to hold downspouts securely 1 inch (25 min) away from walls; locate fasteners at top and bottom and at approximately 60 inches(15 00 mm)o.c.in between. 1. Connect downspouts to underground drainage system indicated. I 3.4 CLEANING AND PROTECTION i i I A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder and sealants. C. Remove temporary protective coverings and strippable films as manufactured roof specialties are installed. On completion of installation, clean finished surfaces, including removing unused fasteners, - - metal filings;pop rivet stems,-and pieces of flashing. Maintain-in a clean condition during construction.---- -D. Replace manufactured roof specialties that have been damaged or that cannot be successfully repaired by finish touchup or similar minor repair procedures. i i I END OF SECTION 07710 IRC Shooting Range Hunter Education Classroom 07710-5 DAA Project No.2015-67 12/12/16 Bid Set SECTION 07920-JOINT SEALANTS PART 1-GENERAL I 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract including General and Supplementary Conditions g � g PP r1' and Division 0 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes joint sealants for the following applications,including those specified by reference to this Section: following applications: 1. Exterior joints in the following vertical surfaces and horizontal non-traffic surfaces: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Perimeter joints of exterior openings where indicated. d. Vertical joints on exposed surfaces of interior unit masonry concrete walls and partitions. e. Perimeter joints between interior wall surfaces and frames of interior doors and windows. f. Joints between plumbing fixtures and adjoining walls,floors,and counters. g. Other joints as indicated. 2. Exterior joints in the following horizontal traffic surfaces: e a. Isolation and contraction joints in cast-in-place concrete slabs. b. Other joints as indicated. 3. Interior joints in the following vertical surfaces and horizontal nontraffic surfaces: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Perimeter joints of exterior openings where indicated. C. Vertical joints on exposed surfaces of interior unit masonry concrete walls and partitions. d. Other joints as indicated. 4. Interior joints in the following horizontal traffic surfaces: a. Other joints as indicated. 1.3 PERFORMANCE REQUIREMENTS A. Provide elastomeric joint sealants that establish and maintain watertight and airtight continuous joint seals i without staining or deteriorating joint substrates. B. Provide joint sealants for interior applications that establish and maintain airtight and water-resistant continuous joint seals without staining or deteriorating joint substrates. IRC Shooting Range Hunter Education Classroom 07920-1 DAA Project No.2015-67 12/12/16 Bid Set i• 1.4 SUBMITTALS A. Product Data: For each joint-sealant product indicated. B. 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. C. Samples for Verification: For each type 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. D. Product Certificates: For each type of joint sealant and accessory,signed by product manufacturer. E. SWRI Validation Certificate: For each elastomeric sealant specified to be validated by SWRI's Sealant Validation Program. i F. Qualification Data: For Installer. I G. Preconstruction Field Test Reports: Indicate which sealants and joint preparation methods resulted in optimum adhesion to joint substrates based on preconstruction testing specified in "Quality Assurance" Article. H. Field Test Report Log: For each elastomeric sealant application. I. Product Test Reports: Based on comprehensive testing of product formulations performed by a qualified testing agency,indicating that sealants comply with requirements. J. Warranties: Special warranties specified in this Section. i 1.5 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized Installer who is approved or licensed for installation of elastomeric sealants required for this Project. B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. C. Product Testing: Obtain test results for"Product Test Reports"Paragraph in"Submittals"Article from a qualified testing agency based on testing current sealant formulations within a 36-month period preceding the Notice to Proceed with commencement of the Work. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated,as documented according to ASTM E 548. 2. Test elastomeric joint sealants for compliance with requirements specified by reference to ASTM C 920,and where applicable,to other standard test methods. 3. Test elastomeric joint sealants 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. 4. Test other joint sealants for compliance with requirements indicated by referencing standard specifications and test methods. 5. Use ASTM C 1087 to determine whether priming and other specific joint preparation techniques are required to obtain rapid,optimum adhesion of joint sealants to joint substrates. 6. Submit not fewer than eight pieces of each type of material, including joint substrates, shims, joint-sealant backings,secondary seals,and miscellaneous materials. IRC Shooting Range Hunter Education Classroom 07920-2 DAA Project No.2015-67 12/12/16 Bid Set i 7. Schedule sufficient time for testing and analyzing results to prevent delaying the Work. 8. For materials failing tests, obtain joint-sealant manufacturer's written instructions for corrective measures including use of specially formulated primers. 9. Testing will not be required if joint-sealant manufacturers submit joint preparation data that are based on previous testing of current sealant products for adhesion to,and compatibility with,joint substrates and other materials matching those submitted. D. Preconstruction Field-Adhesion Testing: Before installing elastomeric sealants, field test their adhesion to Project joint substrates as follows: I 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: j a. Each type of elastomeric sealant and joint substrate indicated. b. Each type of nonelastomeric sealant and joint substrate indicated. 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. i a. Test Method: Test joint sealants according to Method A,Field-Applied Sealant Joint Hand Pull Tab,in Appendix X1 in ASTM C 1193. 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 in joint connected to pulled-out portion failed to adhere to joint substrates or tore-cohesively. Include data on pull distance used to test each type 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. E. Mockups: Build mockups incorporating sealant joints,as follows,to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution: I 1. Joints in mockups of assemblies specified in other Sections that are indicated to receive j elastomeric joint sealants,which are specified by reference to this Section. F. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section"Project Management and Coordination." 1.6 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. Contaminants capable of interfering with adhesion have not yet been removed from joint substrates. IRC Shooting Range Hunter Education Classroom 07920-3 DAA Project No.2015-67 12/12/I6 Bid Set i 1.7 WARRANTY A. Special Installer's Warranty: Installer's standard form in which Installer agrees to repair or replace elastomeric 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 elastomeric sealant manufacturer agrees to furnish elastomeric 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: 2 years from date of Substantial Completion. C. Special warranties specified in this Article exclude deterioration or failure of elastomeric joint sealants from the following: 1. Movement of the structure resulting in stresses on the sealant exceeding sealant manufacturer's written specifications for sealant elongation and compression caused by structural settlement or errors attributable to design or construction. 2. Disintegration of joint substrates from natural causes exceeding design specifications. 3. Mechanical damage caused by individuals,tools,or other outside agents. 4. Changes in sealant appearance caused by accumulation of dirt or other atmospheric contaminants. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Available Products: Subject to compliance with requirements,products that may be incorporated into the Work include,but are not limited to,products listed in other Part 2 articles. 2.2 MATERIALS,GENERAL A. Compatibility: Provide joint sealants,backings,and other related materials that are compatible with one another and with joint substrates under conditions of service and application,as demonstrated by sealant manufacturer,based on testing and field experience. B. Colors of Exposed Joint Sealants: As selected by Architect from manufacturer's full range. C. VOC Content of Interior Sealants: Sealants and sealant primers used inside the weatherproofing system shall comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D(EPA Method 24): 1. Architectural Sealants: 250 g/L. 2. Sealant Primers for Nonporous Substrates: 250 g/L. 3. Sealant Primers for Porous Substrates: 775 g/L. D. Low-Emitting Interior Sealants: Sealants and sealant primers used inside the weatherproofing system 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." IRC Shooting Range Hunter Education Classroom 07920-4 DAA Project No.2015-67 12/12/16 Bid Set 2.3 ELASTOMERIC JOINT SEALANTS A. Elastomeric Sealants: Comply with ASTM C 920 and other requirements indicated for each liquid- applied chemically curing sealant specified, including those referencing ASTM C 920 classifications for type,grade,class,and uses related to exposure and joint substrates. B. Stain-Test-Response Characteristics: Where elastomeric sealants are specified to be nonstaining to porous substrates,provide products that have undergone testing according to ASTM C 1248 and have not stained porous joint substrates indicated for Project. C. Suitability for Contact with Food: Where elastomeric sealants are indicated for joints that will come in repeated contact with food,provide products that comply with 21 CFR 177.2600, D. Single-Component Nonsag Polysulfide Sealant: 1. Available Products: a. Pacific Polymers,Inc,;Elastoseal 230 Type I(Gun Grade). b. Polymeric Systems Inc.;PSI-7000. 2. Type and Grade: S(single component)and NS(nonsag). 3. Class: 25. 4. Use Related to Exposure: NT(nontrafftc). 5. Uses Related to Joint Substrates: M,G,A,and,as applicable to joint substrates indicated,O. E. Single-Component Neutral-and Basic-Curing Silicone Sealant: 1. Products: a. Tremco;Spectrem 1(Basic). 2. Type and Grade: S(single component)and NS(nonsag). 3. Class: 100/50. 4. Use Related to Exposure: NT(nontraffic). 5. Uses Related to Joint Substrates: M,G,A,and,as applicable to joint substrates indicated,O. 6. Stain-Test-Response Characteristics: Nonstaining to porous substrates per ASTM C 1248. 2.4 LATEX JOINT SEALANTS A. Latex Sealant: Comply with ASTM C 834,Type P,Grade NF. B. Available Products: 1. Pecora Corporation;AC-20+. 2. Sonnebom,Division of ChemRex Inc.;Sonolac. 3. Tremco;Tremflex 834. 2.5 ACOUSTICAL JOINT SEALANTS A. Acoustical Sealant for Concealed Joints: Manufacturer's standard, nondrying, nonhardening, nonskinning,nonstaining,gunnable,synthetic-rubber sealant recommended for sealing interior concealed joints to reduce airborne sound transmission. IRC Shooting Range Hunter Education Classroom 07920-5 DAA Project No.2015-67 12/12/16 Bid Set r I. I 1. Available Products: a. Pecora Corporation;BA-98. b. Tremco;Tremco Acoustical Sealant. 2.6 PREFORMED JOINT SEALANTS A. Preformed Foam Sealant: Manufacturer's standard preformed, precompressed, open-cell foam sealant that is manufactured from high-density urethane foam impregnated with a nondrying, water-repellent agent; is factory produced in precompressed sizes in roll or stick form to fit joint widths indicated; is coated on one side with a pressure-sensitive adhesive and covered with protective wrapping; develops a watertight and airtight seal when compressed to the degree specified by manufacturer;and complies with the following: 1. Products: a. EMSEAL Joint Systems,Ltd.;Emseal 25V. b. illbruck Sealant Systems,Inc.;Wilseal 600. C. Polytite Manufacturing Corporation;Polytite B. d. Polytite Manufacturing Corporation;Polytite Standard. e. Sandell Manufacturing Co.,Inc.;Polyseal. 2. Properties: Permanently elastic,mildew resistant,nonmigratory,nonstaining,and compatible with joint substrates and other joint sealants. - - a. Density:--10 lb/cu.it.(160 kQ/cu.m). 2.7 JOINT-SEALANT BACKING A. General: Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates,sealants,primers,and other joint fillers;and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. B. Elastomeric Tubing Sealant Backings: Neoprene, butyl, EPDM, or silicone tubing complying with ASTM D 1056,nonabsorbent to water and gas, and capable of remaining resilient at temperatures down to minus 26 deg F(minus 32 deg Q. Provide products with low compression set and of size and shape to provide a secondary seal, to control sealant depth, and to otherwise contribute to 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 where such adhesion would result in sealant failure. Provide self-adhesive tape where applicable. 2.8 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. IRC Shooting Range Hunter Education Classroom 07920-6 DAA Project No.2015-67 12/12/16 Bid Set 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 3-EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint-sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint 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 joint sealants, oil, grease, waterproofing,water repellents,water,surface dirt,and frost. 2. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning,mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint 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. 3. Remove laitance and form-release agents from concrete. 4. Clean nonporous 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. b. Glass. B. Joint Priming: Prime joint substrates,where recommended in writing by joint-sealant manufacturer, based on preconstruction joint-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. IRC Shooting Range Hunter Education Classroom 07920-7 DAA Project No.2015-67 12/12/16 Bid Set I , , I' I i C. Masking Tape: Use masking tape where required to prevent contact of sealant 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. I 3.3 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. 1 C. Acoustical Sealant Application Standard: Comply with recommendations in ASTM C 919 for use of joint sealants in acoustical applications as applicable to materials,applications,and conditions indicated. D. Install sealant backings of type 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. is 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. E. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. F. 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. G. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified 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. 3. Provide concave joint configuration per Figure 5A in ASTM C 1193,unless otherwise indicated. 4. Provide flush joint configuration where indicated per Figure 5B in ASTM C 1193. 5. Provide recessed joint configuration of recess depth and at locations indicated per Figure 5C in ASTM C 1193. a. Use masking tape to protect surfaces adjacent to recessed tooled joints. i H. Installation of Preformed Tapes: Install according to manufacturer's written instructions. IRC Shooting Range Hunter Education Classroom 07920-8 DAA Project No.2015-67 12/12/16 Bid Set w I I. Installation of Preformed Foam Sealants: Install each length of sealant immediately after removing protective wrapping,taking care not to pull or stretch material,producing seal continuity at ends, turns, and intersections of joints. For applications at low ambient temperatures where expansion of sealant requires acceleration to produce seal, apply heat to sealant in compliance with sealant manufacturer's written instructions. 3.4 FIELD QUALITY CONTROL A. Field-Adhesion Testing: Field test joint-sealant adhesion to joint substrates as follows: i 1. Extent of Testing: Test completed elastomeric sealant joints as follows: a. Perform 10 tests for the first 1000 feet(300 m)of joint length for each type of elastomeric 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,as appropriate for type of joint-sealant application indicated. a. For joints with dissimilar substrates,verify adhesion to each substrate separately;do this by extending cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. I 3. Inspect joints for complete fill,for absence of voids, and for joint configuration complying with specified requirements. Record results in a field-adhesion-test log. 4. Inspect tested joints and report on the following: I a. 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 type of product and joint substrate. Compare these results to determine if adhesion passes sealant manufacturer's field-adhesion hand-pull test criteria. b. Whether sealants filled joint cavities and are free of voids. C. Whether sealant dimensions and configurations comply with specified requirements. I I 5. 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. 6. Repair sealants pulled from test area by applying new sealants following same procedures used originally to seal joints. Ensure that original sealant surfaces are clean and that new sealant contacts original sealant. B. Evaluation of Field 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. IRC Shooting Range Hunter Education Classroom 07920-9 DAA Project No.2015-67 12/12/16 Bid Set 3.5 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. 3.6 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. END OF SECTION 07920 IRC Shooting Range Hunter Education Classroom 07920-10 DAA Project No.2015-67 12/12/16 Bid Set SECTION 08111-STANDARD STEEL DOORS AND FRAMES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Standard hollow-metal steel doors. 2. Standard hollow-metal steel frames. B. Related Sections include the following: 1. Division 8 Sections for door hardware for standard steel doors. 2. Division 9 painting Sections for field painting standard steel doors and frames. 1.3 DEFINITIONS A. Minimum Thickness: Minimum thickness of base metal without coatings. 1.4 SUBMITTALS A. Product Data: Include construction details, material descriptions, core descriptions, label compliance, fire-resistance and temperature-rise ratings, and finishes for each type of steel door and frame specified. B. Shop Drawings: In addition to requirements below,provide a schedule of standard steel doors and frames using same reference numbers for details and openings as those on Drawings: 1. Elevations of each door design. 2. Details of doors,including vertical and horizontal edge details. 3. Frame details for each frame type,including dimensioned profiles. 4. Details and locations of reinforcement and preparations for hardware. 5. Details of each different wall opening condition. 6. Details of anchorages,accessories,joints,and connections. 7. Details of glazing frames and stops showing glazing. 8. Details of conduit and preparations for electrified door hardware and controls. C. Coordination Drawings: Drawings of each opening, including door and frame, drawn to scale and coordinating door hardware. Show elevations of each door design type,showing dimensions,locations of door hardware,and preparations for power,signal,and control systems. D. Oversize Construction Certification: For standard steel door assemblies required to be fire rated and exceeding limitations of labeled assemblies; include statement that doors comply with requirements of design,materials,and construction but have not been subjected to fire test. IRC Shooting Range Hunter Education Classroom 08111-1 DAA Project No.2015-67 12/12/16 Bid Set E. Product Test Reports: Based on evaluation of comprehensive fire tests performed by a qualified testing agency,for each type of standard steel door and frame. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and approved by manufacturer. B. Testing Agency Qualifications: An independent agency qualified according to ASTM E 329 for testing indicated,as documented according to ASTM E 548. C. Source Limitations: Obtain standard steel doors and frames through one source from a single manufacturer. D. Fire-Rated Door Frame Assemblies: Assemblies complying with NFPA 80 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire-protection ratings indicated. 1. Test Pressure: Test at atmospheric(neutral)pressure according to NFPA 252 or UL 10B. 2. Test Pressure: Test according to NFPA 252 or UL 10C. After 5 minutes into the test,the neutral pressure level in furnace shall be established at 40 inches(1000 nim)or less above the sill. 3. Oversize Fire-Rated Door Assemblies: For units exceeding sizes of tested assemblies, provide certification by a testing agency acceptable to authorities having jurisdiction that doors comply with standard construction requirements for tested and labeled fire-protection-rated door assemblies except for size. 4. Temperature-Rise Rating: At exit enclosures,provide doors that have a temperature-rise rating of 450 deg F(250 deg C)maximum in 30 minutes of fire exposure. 1.6 DELIVERY,STORAGE,AND HANDLING A. Deliver doors and frames palletized,wrapped,or crated to provide protection during transit and Project- site storage. Do not use nonvented plastic. B. Deliver welded frames with two removable spreader bars across bottom of frames,tack welded to jambs and mullions. C. Store doors and frames under cover at Project site. Place units in a vertical position with heads up, spaced by blocking,on minimum 4-inch-(102-mm-)high wood blocking. Avoid using nonvented plastic or canvas shelters that could create a humidity chamber. 1. If wrappers on doors become wet,remove cartons immediately. Provide minimum 1/4-inch space between each stacked door to permit air circulation. 1.7 PROJECT CONDITIONS A. Field Measurements: Verify openings by field measurements before fabrication and indicate measurements on Shop Drawings. IRC Shooting Range Hunter Education Classroom 08111-2 DAA Project No.2015-67 12/12/16 Bid Set i 1.8 COORDINATION A. Coordinate installation of anchorages for standard steel frames. 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 masonry. Deliver such items to Project site in time for installation. PART2-PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements,manufacturers offering products that may be incorporated into the:'York include,but are not limited to,the following: 1. Amweld Building Products,LLC. 2. Ceco Door Products;an ASSA ABLOY Group Company. 3. CURRIES Company;an ASSA ABLOY Group Company. 4. Republic Builders Products Company. 5. Steelcraft;an Ingersoll-Rand Company. 2.2 MATERIALS A. Metallic-Coated Steel Sheet: ASTM A 653/A 653M, Commercial Steel (CS), Type B; with minimum A60 zinc-iron-alloy(galvannealed)coating designation. B. Electrolytic Zinc-Coated Steel Sheet: ASTM A 591/A 591M, Commercial Steel (CS), Class B coating; mill phosphatized. C. Supports and Anchors: After fabricating, galvanize units to be built into exterior walls according to ASTM A 153/A 153K Class B. D. Inserts,Bolts, and Fasteners: Provide items to be built into exterior walls, hot-dip galvanized according to ASTM A 153/A 153M. E. 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 standard steel door frames of type indicated. 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-Ib/cu, ft. (96- to 192-kg/cu. in) density; with maximum flame-spread and smoke-developed indexes of 25 and 50 respectively; passing ASTM E 136 for combustion characteristics. G. 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. IRC Shooting Range Hunter Education Classroom 08111-3 DAA Project No.2015-67 12/12/16 Bid Set 2.3 STANDARD STEEL 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 ANSI A250.8. i 1. Design: Flush panel. 2. Core Construction: Manufacturer's standard kraft-paper honeycomb, polystyrene, polyurethane, mineral-board,or vertical steel-stiffener core that produces doors complying with ANSI A250.8. a. Fire Door Core: As required to provide fire-protection and temperature-rise ratings indicated. b. Thermal-Rated (Insulated) Doors: Provide doors fabricated with thermal-resistance value (R-value) of not less than 6 0 deg F x h x sq. ft.iBtu (1.057 K x sq. m/W) when tested according to ASTM C 1363. I 1) Locations: Exterior doors. 3. Vertical Edges for Single-Acting Doors: Square edge. a. Beveled Edge: 1/8 inch in 2 inches(3 mm in 50 mm). 4. Vertical Edges for Double-Acting Doors: Round vertical edges with 2-1./8-inch(54-mm)radius. 5. 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. 6. Tolerances: Comply with SDI 117, "Manufacturing Tolerances for Standard Steel Doors and -Frames." B. Exterior Doors: Face sheets fabricated from metallic-coated steel sheet. Provide doors complying with requirements indicated below by referencing ANSI A250.8 for level and model and ANSI A250.4 for physical-endurance level: 1. Level 4 and Physical Performance Level B(Heavy Duty),Model 1 (Full Flush). C. Interior Doors: Face sheets fabricated from cold-rolled steel sheet,unless otherwise indicated to comply with exterior door requirements. Provide doors complying with requirements indicated below by referencing ANSI A250.8 for level and model and ANSI A250.4 for physical-endurance level: 1. Level 3 and Physical Performance Level B(Heavy Duty),Model 1 (Full Flush). f D. Hardware Reinforcement: Fabricate reinforcement plates from same material as door face sheets to comply with the following minimum sizes: 1. Hinges: Minimum 0.123 inch (3.0 mra) thick by 1-1/2 inches (38 mm) wide by 6 inches (152 mm)longer than hinge,secured by not less than 6 spot welds. 2. Pivots: Minimum 0.167 inch(4.2 mm)thick by 1-1/2 inches(38 nun)wide by 6 inches(152 mm) longer than hinge,secured by not less than 6 spot welds. 3. Lock Face,Flush Bolts,Closers,and Concealed Holders: Minimum 0.067 inch(1.7 nun)thick. 4. All Other Surface-Mounted Hardware: Minimum 0.067 inch(1.7 imn)thick. E. Fabricate concealed stiffeners and hardware reinforcement from either cold-or hot-rolled steel sheet. IRC Shooting Range Hunter Education Classroom 08111-4 DAA Project No.2015-67 12/12/16 Bid Set 2.4 STANDARD STEEL FRAMES A. General: Comply with ANSI A250.8 and with details indicated for type and profile. B. Exterior Frames: Fabricated from metallic-coated steel sheet. 1. Fabricate frames with mitered or coped and welded face corners and seamless face joints. 2. Frames for Level 4 Steel Doors: 0.078-inch thick steel sheet,unless otherwise indicated. C. Interior Frames: Fabricated from cold-rolled steel sheet, unless otherwise indicated to comply with exterior frame requirements. ! 1. Fabricate frames with mitered or coped and welded face corners and seamless face joints,unless otherwise indicated. 2. Fabricate knocked-doom frames with mitered or coped corners,for field assembly. 3. Frames for Level 3 Steel Doors: 0.063-inch thick steel sheet,unless otherwise indicated. 4. Frames for Wood Doors: 0.063-inch thick steel sheet. ! 5. Frames for Borrowed Lights: 0.052-inch- thick steel sheet. i D. Hardware Reinforcement: Fabricate reinforcement plates from same material as frames to comply with the following minimum sizes: I i. Hinges: Minimum 0.123 inch (3.0 imn) thick by 1-1/2 inches (38 mm) wide by 6 inches (152 mm)longer than hinge,secured by not less than 6 spot welds. 2. Pivots: Minimum 0.167 inch(4.2 min)thick by 1-1/2 inches(38 nnm)wide by 6 inches(152 mm) longer than hinge,secured by not less than 6 spot welds. 3. Lock Face,Flush Bolts,Closers,and Concealed Holders: Minimum 0.067 inch 1.7 mm thick. 1 4. All Other Surface-Mounted Hardware: Minimum 0.067 inch(1.7 mm)thick. E. Supports and Anchors: Fabricated from electrolytic zinc-coated or metallic-coated steel sheet. pp Yt F. Jamb Anchors: 1. Masonry Type: Adjustable strap-and-stirrup or T-shaped anchors to suit frame size,not less than 0.042 inch(1.0 mm)thick, with corrugated or perforated straps not less than 2 inches (50 mm) wide by 10 inches(250 mm)long;or wire anchors not less than 0.177 inch(4.5 mm)thick. 2. Stud-Wall Type: Designed to engage stud,welded to back of frames;not less than 0.042 inch(1.0 mm)thick. ! G. Floor Anchors: Formed from same material as frames, not less than 0.042 inch (1.0 mm)thick, and as follows: i 1. Monolithic Concrete Slabs: Clip-type anchors,with two holes to receive fasteners. 2. Separate Topping Concrete Slabs: Adjustable-type anchors with extension clips,allowing not less than 2-inch(50-mm)height adjustment. Terminate bottom of frames at finish floor surface. H. Fabricate concealed stiffeners and hardware reinforcement from either cold-or hot-rolled steel sheet. i ! i t IRC Shooting Range Hunter Education Classroom 08111-5 DAA Project No.2015-67 12/12/16 Bid Set 2.5 STOPS AND MOLDINGS A. Moldings for Glazed Lites in Doors: Minimum 0.032 inch(0.8 nun)thick,fabricated from same material as door face sheet in which they are installed. B. Fixed Frame Moldings: Formed integral with standard steel frames, minimum 5/8 inch (16 mm) high, unless otherwise indicated. C. Loose Stops for Glazed Lites in Frames: Minimum 0.032 inch (0.8 mm) thick, fabricated from same material as frames in which they are installed. 2.6 FABRICATION A. General: Fabricate standard steel doors and frames 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. I B. Standard Steel 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. C. Standard Steel Frames: Where frames are fabricated in sections due to shipping or handling limitations, provide alignment plates or angles at each joint,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. Provide countersunk, flat- or oval-head exposed screws and bolts for exposed fasteners, unless otherwise indicated. 3. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot welds per anchor. 4. Jamb Anchors: Provide number and spacing of anchors as follows: a, Masonry Type: Locate anchors not more than 18 inches(457 nun)from top and bottom of frame. Space anchors not more than 32 inches(813 min)o.c.and as follows: 1) Two anchors per jamb up to 60 inches(1524 mm)in height. 2) Three anchors per jamb from 60 to 90 inches(1524 to 2286 mm)in height. 3) Four anchors per jamb from 90 to 120 inches(2286 to 3048 mm)in height. 4) Four anchors per jamb plus 1 additional anchor per jamb for each 24 inches (6 10 nun)or fraction thereof more than 120 inches(3048 mm)in height. b. Stud-Wall Type: Locate anchors not more than 18 inches (457 min)from top and bottom of frame. Space anchors not more than 32 inches(813 min)o.c.and as follows: 1) Three anchors per jamb up to 60 inches(1524 mm)in height. 2) Four anchors per jamb from 60 to 90 inches(1524 to 2286 min)in height. 3) Five anchors per jamb from 90 to 96 inches(2286 to 2438 min)in height. 4) Five anchors per jamb plus 1 additional anchor per jamb for each 24 inches (610 nun)or fraction thereof more than 96 inches(2438 nun)in height. 5) Two anchors per head for frames more than 42 inches (1066 mm) wide and mounted in metal-stud partitions. IRC Shooting Range Hunter Education Classroom 08111-6 DAA Project No.2015-67 12/12/16 Bid Set i 5. Door Silencers: Except on weather-stripped doors,drill stops to receive door silencers as follows. i Provide plastic plugs to 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. Hardware Preparation: Factory prepare standard steel doors and frames to receive templated mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping, according to the Door Hardware Schedule and templates furnished as specified in Division 8 Section"Door Hardware." 1. Reinforce doors and frames to receive nontemplated mortised and surface-mounted door hardware. 2. Comply with applicable requirements in ANSI A250.6 and ANSI/DHI Al 15 Series specifications j for door and frame preparation for hardware. Locate hardware as indicated on Shop Drawings or, if not indicated,according to ANSI A250.8. i E. Stops and Moldings: Provide stops and moldings around glazed lites where indicated. Form corners of stops and moldings with butted or mitered hairline joints. 1. Single Glazed Lites: Provide fixed stops and moldings welded on secure side of door or frame. 2. Multiple Glazed Lites: Provide fixed and removable stops and moldings such 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 doors and frames. 5. Coordinate rabbet width between fixed and removable stops with type of glazing and type of installation indicated. I 2.7 STEEL FINISHES 1 A. General: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for J recommendations for applying and designating finishes. j 1. Finish standard steel door and frames after assembly. B. Metallic-Coated Steel Surface Preparation: Clean surfaces with nonpetroleum solvent so surfaces are free i of oil and other contaminants. After cleaning,apply a conversion coating suited to the organic coating to be applied over it. Clean welds,mechanical connections,and abraded areas,and apply galvanizing repair j paint specified below to comply with ASTM A 780. 1. Galvanizing Repair Paint: High-zinc-dust-content paint for regalvanizing welds in steel, complying with SSPC-Paint 20. C. Steel Surface Preparation: Clean surfaces to comply with SSPC-SP I, "Solvent Cleaning"; remove dirt, oil, grease,or other contaminants that could impair paint bond. Remove mill scale and rust, if present, from uncoated steel; comply with SSPC-SP 3, "Power Tool Cleaning," or SSPC-SP 6/NACE No.3; "Commercial Blast Cleaning." IRC Shooting Range Hunter Education Classroom 08111-7 DAA Project No.2015-67 12/12/16 Bid Set D. Factory Priming for Field-Painted Finish: Apply shop primer specified below immediately after surface preparation and pretreatment. Apply a smooth coat of even consistency to provide a uniform dry film thickness of not less than 0.7 mils(0.018 min). 1. Shop Primer: Manufacturer's standard, fast-curing, lead- and chromate-free primer complying with ANSI A250.10 acceptance criteria; recommended by primer manufacturer for substrate; compatible with substrate and field-applied finish paint system indicated; and providing a sound foundation for field-applied topcoats despite prolonged exposure. 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 standard steel doors and frames. 1. Examine roughing-in for embedded and built-in anchors to verify actual locations of standard steel frame connections before frame installation. 2. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of work. 3. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Remove welded-in shipping spreaders installed at factory. B. Prior to installation and with installation spreaders in place,adjust and securely brace standard steel door frames for squareness,alignment,twist,and plumb to the following tolerances: 1. Squareness: Plus or minus 1/16 inch(1.6 nun),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 min),measured at jambs on a horizontal line parallel to plane of wall. 3. Twist: Plus or minus 1/16 inch(1.6 nun),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. i 3.3 INSTALLATION A. General: Provide doors and frames of sizes, thicknesses, and designs indicated. Install standard steel doors and frames plumb, rigid,properly aligned,and securely fastened in place; comply with Drawings and manufacturer's written instructions. i IRC Shooting Range Hunter Education Classroom 08111-8 DAA Project No.2015-67 12/12/16 Bid Set I B. Standard Steel Frames: Install standard steel frames for doors and borrowed lights and other openings,of size and profile indicated. Comply with SDI 105. 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 due to 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 plumb,squareness,and twist of frames as walls are constructed. Shim as necessary to comply with installation tolerances. g. Apply bituminous coating to backs of frames that are filled with mortar,grout,and plaster 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. Metal-Stud Partitions: Solidly pack mineral-fiber insulation behind frames. 4. Masonry Walls: Coordinate installation of frames to allow for solidly filling space between frames and masonry with mortar as specified in Division 4 Section"Unit Masonry Assemblies." 5. Installation Tolerances: Adjust standard steel door frames for squareness, alignment, twist, and plumb to the following tolerances: a. Squareness: Plus or minus 1/16 inch (1.6 nim), 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. Standard Steel 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 nun). 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). 2. Fire-Rated Doors: Install doors with clearances according to NFPA 80. IRC Shooting Range Hunter Education Classroom 08111-9 DAA Project No.2015-67 12/12/16 Bid Set i D. Glazing: Comply with installation requirements for "Glazing" with standard steel door and frame manufacturer's written instructions. 1. Secure stops with countersunk flat-or oval-head machine screws spaced uniformly not more than 9 inches(230 mm)o.c.,and not more than 2 inclies(50 tnm)o.c.from each comer. 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 standard steel doors or frames that are warped,bowed,or otherwise unacceptable. B. Clean grout and other bonding material off standard steel doors and frames 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 primer. D. Galvannealed Surfaces: Clean abraded areas and repair with galvanizing repair paint according to manufacturer's written instructions. END OF SECTION 08111 IRC Shooting Range Hunter Education Classroom 08111-10 DAA Project No.2015-67 12/12/16 Bid Set SECTION 08411-ALUMINUM-FRAMED STOREFRONTS i PART 1-GENERAL I f 1.1 RELATED DOCUMENTS i A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions- and Division 0 Specification Sections,apply to this Section. I 1.2 SUMMARY I A. This Section includes the following: 1. Exterior aluminum-framed storefronts. I a. Glazing is retained mechanically with gaskets on four sides. i I B. Related Sections include the following: 1. Division 7 Section "Joint Sealants" for installation of joint sealants installed with aluminum- framed systems and for sealants to the extent not specified in this Section. 2. _ Division.8 Section-"Finish Hardware"for hardware to the extent not specified in this Section. I 1.3 PERFORMANCE REQUIREMENTS A. General: Provide aluminum-framed systems, including anchorage, capable of withstanding, without failure,the effects of the following: 1. Structural loads. 2. Thermal movements. 3. Movements of supporting structure indicated on Drawings including,but not limited to,story drift and deflection from uniformly distributed and concentrated live loads. 4. Dimensional tolerances of building frame and other adjacent construction. i 5. Failure includes the following: i a. Deflection exceeding specified limits. b. Thermal stresses transferred to building structure. C. Framing members transferring stresses, including those caused by thermal and structural movements,to glazing. d. Noise or vibration created by wind and thermal and structural movements. e. Loosening or weakening of fasteners,attachments,and other components. f. Sealant failure. g. Failure of operating units to function properly. B. Structural Loads: 1. Wind Loads: As indicated on Structural Drawings. IRC Shooting Range Hunter Education Classroom 08411-1 DAA Project No.2015-67 12/12/16 Bid Set i C. Deflection of Framing Members: 1. Deflection Normal to Wall Plane: Limited to 1/175 of clear span for spans up to 13 feet 6 inches j (4.1 m)and to 1/240 of clear span plus 1/4 inch(6.35 mm)for spans greater than 13 feet 6 inches (4.1 m)or an amount that restricts edge deflection of individual glazing lites to 3/4 inch(19 mm), whichever is less. 2. Deflection Parallel to Glazing Plane: Limited to 1/360 of clear span or 1/8 inch (3.2 tnm), whichever is smaller. D. Structural-Test Performance: Provide aluminum-framed systems tested according to ASTME 330 as follows: 1. When tested at positive and negative wind-load design pressures, systems do not evidence deflection exceeding specified limits. 2. When tested at 150 percent of positive and negative wind-load design pressures, systems, including anchorage, do not evidence material failures, structural distress, and permanent deformation of main framing members exceeding 0.2 percent of span. 3. Test Durations: As required by design wind velocity but not less than 10 seconds. E. Windborne-Debris-Impact-Resistance-Test Performance: Provide aluminum-framed systems that pass I large and small missile-impact tests and cyclic-pressure tests according to the Florida Building Code. F. Thermal Movements: Provide aluminum-framed systems that allow for thermal movements resulting I from the following maximum change (range) in ambient and surface temperatures. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change(Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. j G. Air Infiltration: Provide aluminum-framed systems with maximum air leakage through fixed glazing and j framing areas of 0.06 efin/sq. ft. (0.03 .L/s per sq. m) of fixed wall area when tested according to i ASTM E 283 at a minimum static-air-pressure difference of 1.57 lbf/sq.ft.(75 Pa). H. Water Penetration Under Static Pressure: Provide aluminum-framed systems that do not evidence water penetration through fixed glazing and framing areas when tested according to ASTM E 331 at a minimum static-air-pressure difference of 20 percent of positive wind-load design pressure,but not less than 6.24 lbf/sq.ft.(300 Pa). 1. Maximum Water Leakage: According to AAMA 501.1. Water controlled by flashing and gutters that is drained to exterior and cannot damage adjacent materials or finishes is not considered water leakage. I. Average Thermal Conductance: Provide aluminum-framed systems with fixed glazing and framing areas having average U-factor of not more than 0.69 Btu/sq. ft. x h x deg F(3.92 W/sq. in x K) when tested according to AAMA 1503. J. Sound Transmission: Provide aluminum-framed systems with fixed glazing and framing areas having minimum STC 32 according to ASTM E 413 and an OITC 26 according to ASTM E 1332,as determined by testing according to ASTM E 90. IRC Shooting Mange Hunter Education Classroom 08411-2 DAA Project No.2015-67 12/12/16 Bid Set 1.4 SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles,and finishes for each type of product indicated. B. Shop Drawings: For aluminum-framed systems. Include plans, elevations, sections, details, and attachments to other work. 1. Include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 2. Include details of provisions for system expansion and contraction and for draining moisture occurring within the system to the exterior. 3. For entrances, include hardware schedule and indicate operating hardware types, functions, quantities,and locations. C. Samples for Verification: For each type of exposed finish required,in manufacturer's standard sizes. D. Fabrication Sample: Of each vertical-to-horizontal intersection of systems,made from 12-inch(300-mm) lengths of full-size components and showing details of the following: 1. Joinery. 2. Anchorage. 3. Expansion provisions. 4. Glazing. 5. Flashing and drainage. E. Qualification Data: For Installer. F. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency,for aluminum-framed systems. G. Maintenance Data: For aluminum-framed systems to include in maintenance manuals. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Capable of assuming engineering responsibility and performing work of this Section and who is acceptable to manufacturer. 1. Engineering Responsibility: Preparation of data for aluminum-framed systems including Shop Drawings based on testing and engineering analysis of manufacturer's standard units in assemblies similar to those indicated for this Project and submission of reports of tests performed on manufacturer's standard assemblies. B. Product Options: Information on Drawings and in Specifications establishes requirements for systems' aesthetic effects and performance characteristics. Aesthetic effects are indicated by dimensions, arrangements, alignment, and profiles of components and assemblies as they relate to sightlines, to one another, and to adjoining construction. Performance characteristics are indicated by criteria subject to verification by one or more methods including preconstruction testing, field testing, and in-service performance. 1. Do not modify intended aesthetic effects, as judged solely by Architect, except with Architect's approval. If modifications are proposed,submit comprehensive explanatory data to Architect for review. IRC Shooting Range Hunter Education Classroom 08411-3 DAA Project No.2015-67 12/12/16 Bid Set C. Accessible Entrances: Comply with FED-STD-795,"Uniform Federal Accessibility Standards." 1.6 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of structural supports for aluminum-framed systems by field measurements before fabrication and indicate measurements on Shop Drawings. 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: 1. Arch Aluminum&Glass Co.,Inc. 2. Kawneer. 3. YKK 4. Vistawall Architectural Products. 2.2 MATERIALS A. Aluminum: Alloy and temper recommended by manufacturer for type of use and finish indicated. 1. Sheet and Plate: ASTM B 209(ASTM B 209M). 2. Extruded Bars,Rods,Profiles,and Tubes: ASTM B 221(ASTM B 221M). 3. Extruded Structural Pipe and Tubes: ASTM B 429, 4. Structural Profiles: ASTM B 3088 308M. 2.3 FRAMING SYSTEMS A. Framing Members: Manufacturer's standard extruded-aluminum framing members of thickness required and reinforced as required to support imposed loads. 1. Construction: Framing members are composite assemblies of two separate extruded-aluminum components permanently bonded by an elastomeric material of low thermal conductance. B. Brackets and Reinforcements: Manufacturer's standard high-strength aluminum with nonstaining, nonferrous shims for aligning system components. C. Fasteners and Accessories: Manufacturer's standard corrosion-resistant, nonstaining, nonbleeding fasteners and accessories compatible with adjacent materials. 1. Where fasteners are subject to loosening or turning out from thermal and structural movements, wind loads,or vibration,use self-locking devices. 2. Reinforce members as required to receive fastener threads. D. Concrete and Masonry Inserts: Hot-dip galvanized cast-iron, malleable-iron, or steel inserts complying with ASTM A 123/A 123M or ASTM A 153/A 153M requirements. IRC Shooting Range Hunter Education Classroom 08411-4 DAA Project No.2015-67 12/12/16 Bid Set E. Flashing: Manufacturer's standard corrosion-resistant,nonstaining,nonbleeding flashing compatible with adjacent materials. Form exposed flashing from sheet aluminum finished to match framing and of sufficient thickness to maintain a flat appearance without visible deflection. F. Framing System Gaskets and Sealants: Manufacturer's standard recommended by manufacturer for joint type. 2.4 GLAZING SYSTEMS - A. Glass: Impact resistant glass complying with the Florida Building Code for missile impact requirements. i B. Glazing Gaskets: Manufacturer's standard compression types, replaceable, molded or extruded, that maintain uniform pressure and watertight seal. i C. Spacers and Setting Blocks: Manufacturer's standard elastomeric types. 2.5 ACCESSORY MATERIALS A. Joint Sealants: For installation at perimeter of aluminum-framed systems, as specified in Division 7 Section"Joint Sealants." I . B. Bituminous Paint: Cold-applied asphalt-mastic paint complying with SSPC-Paint 12 requirements except containing no asbestos,formulated for 30-nail(0.762-mm)thickness per coat. 2.6 FABRICATION A. Form aluminum shapes before finishing. B. Framing Members, General: Fabricate components that, when assembled, have the following characteristics: 1. Profiles that are sharp,straight,and free of defects or deformations. 2. Accurately fitted joints with ends coped or mitered. j 3. Means to drain water passing joints, condensation occurring within framing members, and moisture migrating within the system to exterior. 4. Physical and thermal isolation of glazing from framing members. 5. Accommodations for thermal and mechanical movements of glazing and framing to maintain required glazing edge clearances. 6. Provisions for field replacement of glazing from exterior. 7. Fasteners, anchors, and connection devices that are concealed from view to greatest extent I possible. f C. Mechanically Glazed Framing Members: Fabricate for flush glazing(without projecting stops). D. After fabrication, clearly mark components to identify their locations in Project according to Shop j i Drawings. i IRC Shooting Range Hunter Education Classroom 08411-5 DAA Project No.2015-67 12/12/16 Bid Set i 2.7 ALUMINUM FINISHES A. General: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. 1. Class I, Clear Anodic Finish: AA-M12C22A41 (Mechanical Finish: nonspecular as fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class 1, clear coating 0.018 mm or thicker)complying with AAMA 611. PART 3-EXECUTION I 3.1 EXAMINATION i i A. Examine areas, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. General: i 1. Comply with manufacturer's written instructions. 2. Do not install damaged components. 3. Fit joints to produce hairline joints free of burrs and distortion. 4. Rigidly secure nonmovement joints. t 5. Install anchors with separators and isolators to prevent metal corrosion and electrolytic deterioration. 6. Seal joints watertight,unless otherwise indicated. B. Metal Protection: 1. Where aluminum will contact dissimilar metals,protect against galvanic action by painting contact surfaces with primer or by applying sealant or tape or installing nonconductive spacers as recommended by manufacturer for this purpose. 2. Where aluminum will contact concrete or masonry,protect against corrosion by painting contact surfaces with bituminous paint. C. Install components to drain water passing joints, condensation occurring within framing members, and moisture migrating within the system to exterior. D. Set continuous sill members and flashing in full sealant bed as specified in Division 7 Section "Joint Sealants"and to produce weathertight installation. E. Install components plumb and true in alignment with established lines and grades,without warp or rack. F. Install glazing as specified in Division 8 Section"Glazing." IRC Shooting Range Hunter Education Classroom 08411-6 DAA Project No.2015-67 12/12/16 Bid Set G. Install perimeter joint sealants as specified in Division 7 Section "Joint Sealants" and to produce weathertight installation. H. Erection Tolerances: Install aluminum-framed systems to comply with the following maximum tolerances: 1. Location and Plane: Limit variation from true location and plane to 1/8 inch in 12 feet Q mm in 3.7 m); 1/4 inch(6 mm)over total length. 2. Alignment: a. Where surfaces abut in line,limit offset from true alignment to 1/16 inch(1,5 mm). b. Where surfaces meet at corners,limit offset from true alignment to [/32 inch(0.8 min), 3. Diagonal Measurements: Limit difference between diagonal measurement to 1/8 inch(3 mm). I END OF SECTION 08411 i I i I I i i I i I i IRC Shooting Range Hunter Education Classroom 08411-7 DAA Project No.2015-67 12/12/16 Bid Set i SECTION 08710-FINISH HARDWARE PART1 GENERAL 1.01 WORK INCLUDED A. The work in this section shall include furnishing of all items of finish hardware as hereinafter specified or obviously necessary to complete the building,except those items that are specifically excluded from this section of the specification. B. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. 08111-Steel Doors and Frames B. 08411-Aluminum Entrances,Storefront,and Fixed Glass 1.03 DESCRIPTION OF WORK A. Furnish labor and material to complete hardware work indicated,as specified herein,or as may be required by actual conditions at building. B. Include all necessary screws,bolts,expansion shields,other devices,if necessary,as required for proper hardware application. The hardware supplier shall assume all responsibility for correct quantities. C. Hardware shall meet the requirements of Federal,State and Local codes having jurisdiction over this project,notwithstanding any real or apparent conflict therewith in these specifications. D. Fire-rated openings: 1. Provide hardware for fire-rated openings in compliance with A.I.A. (NBFU)Pamphlet No. 80,NFPA Standards NO.101,UBC 702(1997)and UL10C. This requirement takes precedence over other requirements for such hardware. Provide only hardware that has been tested and listed by UL for the types and sizes of doors required,and complies with the requirements of the door and door frame labels. 2. Where panic exit devices are required on fire-rated doors,provide supplementary marking on door UL label indicating Fire Door to be equipped with fire exit hardware and provide UL label on exit device indicating"Fire Exit Hardware". E. Fasteners: 1. Hardware as furnished shall conform to published templates generally prepared for machine screw installation. 2. Furnish each item complete with all screws required for installation. Typically,all exposed screws installation. 3. Insofar as practical,furnished concealed type fasteners for hardware units that have exposed screws shall be furnished with Phillips flat head screws,finished to match adjacent hardware. 4. Door closers and exit devices to be installed with closed head through bolts(sex bolts). F. Exterior openings 1. Provide hardware for hurricane openings in compliance with local jurisdiction. This requirement takes precedence over other requirements for such hardware. Provide only hardware that has been tested and listed by local authority for the types and sizes of doors required,and complies with the requirements of the door and door frame.Coordinate Section (08710)Finish Hardware with the Hollow Metal Doors and Frames(08111)and Aluminum Doors and Frames(08411). IRC Shooting Range Hunter Education Classroom 08710-1 DAA Project No.2015-67 12/12/16 Bid Set 1.04 QUALITY ASSURANCE A. The supplier to be a directly franchised distributor of the products to be furnished and have in their employ an AHC(Architectural Hardware Consultant).This person is to be available for consultation to the architect,owner and the general contractor at reasonable times during the course of work. B. The finish hardware supplier shall prepare and submit to the architect six(6)copies of a complete schedule identifying each door and each set number,following the numbering system and not creating any separate system himself. He shall submit the schedule for review,make corrections as directed and resubmit the corrected schedule for final approval. Approval of schedule will not relieve Contractor of the responsibility for furnishing all necessary hardware,including the responsibility for furnishing correct quantities. C. No manufacturing orders shall be placed until detailed schedule has been submitted to the architect and written approval received. D. After hardware schedule has been approved,furnish templates required by manufacturing contractors for making proper provisions in their work for accurate fitting,finishing hardware setting. Furnish templates in ample time to facilitate progress of work. E. Hardware supplier shall have an office and warehouse facilities to accommodate the materials used on this project.The supplier must be an authorized distributor of the products specified. F. The hardware manufactures are to supply both a pre-installation class as well as a post-installation walk-thru.This is to insure proper installation and provide for any adjustments or replacements of hardware as required. 1.05 DELIVERY,STORAGE,AND HANDLING A. Wrap,protect finishing hardware items for shipment. Deliver to manufacturing contractors hardware items required by them for their application;deliver balance of hardware to job;store in designated location. Each item shall be clearly marked with its intended location. 1.06 WARRANTY A. The material furnished shall be warranted for one year after installation or longer as the individual manufacturer's warranty permits. B. The manufacturer against failure due to defective materials and workmanship shall warrant overhead door closers in writing for a period of ten(10)years.Commencing on the Date of Final Completion and Acceptance,and in the event of failure,the manufacture is to promptly repair or replace the defective with no additional cost to the Owner. PART II PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. To the greatest extent possible,obtain each kind of hardware from only one manufacturer. B. All numbers and symbols used herein have been taken from the current catalogues of the following manufacturers. IRC Shooting Range Hunter Education Classroom 08710-2 DAA Project No.2015-67 12/12/16 Bid Set PRODUCT ACCEPTABLE ACCEPTABLE MANUFACTURER SUBSTITUTE 1) Hinges Ives Hager,Stanley,Bommer 2) Locks&Latches Schlage Approved Equal 3) Door Closers LCN Approved Equal 4) Exit Devices Von Duprin Approved Equal 5) Wall Stops/Floor Ives Burns,Rockwood, Stops,Flush bolts 6) Threshold/Weather-strip Zero National Guard,Pemko 7) Silencers Ives Trimco,Rockwood 8) Key Cabinet Lund Key Control C. If material manufactured by other than that specified or listed herewith as an equal,is to be bid upon,permission must be requested from the architect seven(7)days prior to bidding. If substitution is allowed,it will be so noted by addendum. 2.02 FINISH OF HARDWARE: A. Exterior Hinges to be stainless(US32D),Interior Hinges to be dull chrome(26D).Locks to be Satin Chrome(26D),Flat Goods to be Satin Chrome(26D)or Stainless Steel(32D)and the Thresholds to be Mill Finish Aluminum. 2.03 HINGES AND PIVOTS: A. Exterior butts shall be Stainless Steel. Butts on all out swinging doors shall be furnished with non- removable pins(NRP). B. Interior butts shall be as listed. C. Doors 5'or less in height shall have two(2)butts. Furnish one(1)additional butt for each 2'6"in height or fraction thereof. Dutch door shall have two(2)butts per leaf. 2.04 KEYING: A. Equip locks and cylinders with mastered keyed Primus interchangeable core cylinders. B. All bittings shall be issued by lock manufacture per owners instructions. C. Provide Four(2)each change keys per lock and Six(6)each grand master,master keys,control keys and(10)each construction keys.Key Schedule: D. After a keying meeting between representatives of the Owner,Architect,hardware supplier— provide a keying schedule listing the levels of keying as well as an explanation of the key system's function,the key symbols used and the door numbers controlled. E. Provide 3 copies of keying schedule for review prepared and detailed in accordance with referenced DIU publication. Include schematic keying diagram and index each key to unique door designations. F. Forward bitting list,key cuts and key system schematic directly to owner,by a means as directed by owner. G. Provide temporary cores during construction,Construction Key where not removable core. 2.05 LOCKSETS: A. Locksets shall be Schlage L Series,unless specified otherwise,with Lever designs as scheduled. IRC Shooting Range Hunter Education Classroom 08710-3 DAA Project No.2015-67 12/12/16 Bid Set 2.06 CLOSERS: A. Scheduled Manufacturer:LCN 4040XP series and 1461 Series B. Requirements: C. Provide door closers certified to ANSIBHMA A156.4 Grade 1 requirements by a BHMA certified independent testing laboratory. Closers shall be ISO 9000 certified.Units shall be stamped with date of manufacture code. D. Door closers shall have fully hydraulic,full rack and pinion action with a high strength cast iron cylinder,and shall utilize full complement bearings at shaft. Cylinder body shall be 1-1/2 inch diameter,and double heat-treated pinion shall be 11/16 inch diameter. E. Provide hydraulic fluid requiring no seasonal closer adjustment for temperatures ranging from 120 degrees F to-30 degrees F. Fluid shall be fireproof and shall pass the requirements of the UL10C "positive pressure"fire test. F. Spring power shall be continuously adjustable over the full range of closer sizes,and allow for reduced opening force as required by accessibility codes and standards. Hydraulic regulation shall be by tamper-proof,non-critical valves. Closers shall have separate adjustment for latch speed, general speed,and backcheck. G. Provide closers with a solid forged steel main arms and factory assembled heavy-duty forged forearms for parallel arm closers. H. Closers shall not incorporate Pressure Relief Valve(PRV)technology. I. Closer cylinders,arms,adapter plates,and metal covers shall have a powder coating finish which has been certified to exceed 100 hours salt spray testing as described in ANSI Standard A156.4 and ASTM B 117,or shall have special rust inhibitor(SRI). J. Provide special templates,drop plates,mounting brackets,or adapters for arms as required for details,overhead stops,and other door hardware items interfering with closer mounting. K. Mount closers on room side of corridor doors,inside of exterior doors,and stair side of stairway doors from corridors.Closers shall not be visible in corridors,lobbies and other public spaces unless approved by Architect. 2.07 EXIT DEVICES: A. Manufacturers: 1. Scheduled Manufacturer:Von Duprin 98 series, B. Requirements: 1. Provide exit devices tested to ANSI/BHMA Al 56.3 Grade 1,and UL listed for Panic Exit and/or Fire Exit Hardware. Cylinders:Refer to"KEYING"article,herein. 2. Provide touchpad type exit devices,fabricated of brass,bronze,stainless steel,or aluminum,plated to the standard architectural finishes to match the balance of the door hardware. 3. Exit devices shall incorporate a fluid damper or other device that eliminates noise associated with exit device operation. Touchpad shall extend a minimum of one half of the door width,but not the full length of the exit device rail. End-cap will have two- point attachment to door. Touch-pad shall match exit device finish,and shall be stainless steel for US26,US26D,US28,US32,and US32D finishes;for all other finishes,the touch-pad finish shall be of compatible finish to exit device. Only compression springs will be used in devices,latches,and outside trims or controls. 4. Exit devices to incorporate a deadlatching feature for security and/or for future addition of alarm kits and/or other electrical requirements. IRC Shooting Range Hunter Education Classroom 08710-4 DAA Project No.2015-67 12/12/16 Bid Set i 5. Rim exit devices shall provide 2000+lbs.of static load resistance,where specified. 6. Rim exit devices shall incorporate non-tapered smart latchbolt with 90°latchbolt to strike engagement under stress,where specified. 7. Provide exit devices with manufacturer's approved strikes. 8. Provide exit devices cut to door width and height.Locate exit devices at a height recommended by the exit device manufacturer,allowable by governing building codes, and approved by the Architect. 9. Mechanism case shall sit flush on the face of all flush doors,or spacers shall be furnished to fill gaps behind devices. Where glass trim or molding projects off the face of the door,provide glass bead kits. 10. Non-fire-rated exit devices shall have cylinder dogging where scheduled. 11. Removable mullions shall be a 2 inches x 3 inches steel tube. Where scheduled, mullion shall be of a type that can be removed by use of a keyed cylinder,which is self- locking when re-installed. 12. Where lever handles are specified as outside trim for exit devices,provide heavy-duty lever trims with forged or cast escutcheon plates. Provide vandal-resistant levers that will travel to a 90-degree down position when more than 35 pounds of torque are applied,and which can easily be re-set. a. Lever style will match the lever style of the locksets. b. Lever trim on doors serving rooms considered by the authority having jurisdiction to be hazardous shall have a tactile warning. 13. Exit devices for fire rated openings shall be UL labeled fire exit hardware. 14. Field drill weep]toles per manufacturer's recommendation for exit devices used in full exterior application,highly corrosive areas,and where noted in the hardware sets. 15. Provide electrical options as scheduled. 16. Provide exit devices tested to ANSI/BHMA A156.3 Grade 1,and UL listed for Panic Exit and/or Fire Exit Hardware. Cylinders:Refer to"KEYING"article,herein. 2.08 TRIM AND PLATES: A. Kick plates,mop plates,and armor plates,shall be.050 gauge with 32D finish.Kick plates to be 10"high,mop plates to be 4"high. All plates shall be two(2)inches less full width of a single door.One(1)inch less door width on a pair of doors. B. Push plates,pull plates,door pulls,and miscellaneous door trim shall be shown in the hardware schedule. 2.09 DOOR STOPS: A. Doorstops shall be furnished for all doors to prevent damage to doors or hardware from striking adjacent walls or fixtures. Wall bumpers equal to Ives WS407 Series are preferred,but where not practical famish floor stops equal to Ives FS436 or FS438 series. Where conditions prohibit the use of either wall or floor type stops,furnish surface mounted overhead stops equal to Glynn Johnson,450 Series. 2.10 THRESHOLDS AND WEATHERSTRIP: A. Thresholds and weather-strip shall be as listed in the hardware schedule. IRC Shooting Range Hunter Education Classroom 08710-5 DAA Project No.2015-67 12/12/16 Bid Set I i 2.11 DOOR SILENCERS: A. Furnish rubber door silencers equal to Ives SR64 for all new interior hollow metal frames,(2)per pair and(3)per single door frame. j I PART III EXECUTION I i 3.01 INSTALLATION: i A. All hardware shall be applied and installed in accordance with the Finish Hardware schedule. Care shall be exercised not to mar or damage adjacent work. B. Contractor to provide a secure lock-up for hardware delivered to the project but not yet installed. Control the handling and installation of hardware items that are not immediately replaceable,so that the completion of the work will not be delayed by hardware losses both before and after j installation. C. No hardware is to be installed until the hardware manufactures have provided a pre-installation class to insure proper installation of the specified products.A post installation inspection by a manufacturer's representative will be provided to insure proper installation. 3.02 ADJUSTING AND CLEANING: A. Contractor shall adjust all hardware in strict compliance with manufacturer's instructions. Prior to turning project to owner,contractor shall clean and make any final adjustments to the finish I hardware. 3.03 PROTECTION: A. Contractor shall protect the hardware,as it is stored on construction site in a covered and dry place. B. Contractor shall protect exposed hardware installed on doors during the construction phase. i 3.04 KEY CABINET: A. Set up and index one(1)Key Cabinet that allows room for expansion for 150%of the number of keys for the project. I 3.05 HARDWARE SCHEDULE: A. The following schedule is furnished for whatever assistance it may afford the contractor;do not consider it as entirely inclusive. Should any particular door or item be omitted in any scheduled hardware group,provide door or item with hardware same as required for similar purposes. Quantities listed are for each pair of doors or for each single door. B. This hardware schedule was prepared by. Allegion 3451 Technological Ave,Suite 7 Orlando,FL 32817 Ph:407-571-2000 Fax 407-571-2006 I I i i IRC Shooting Range Hunter Education Classroom 08710-6 DAA Project No.2015-67 12/12/16 Bid Set I MANUFACTURER INDEX: FAL=Falcon GLY=Glynn-Johnson IVE=Ives LCN=LCN Closers SCH=Schlage VON=Von Duprin ZER=Zero LDW=Less Door Width LAR=Length as Required. SpeXtra:268476 Hardware Group No.01 Provide each PR door(s)with the following: Qty Description Catalog Number Finish Mfr 6 EA HINGE 5BB 14.5 X 4 NRP 630 PIE 1 EA PANIC HARDWARE HH-1690-EO-PB48-HEX 628 FAL 1 EA PANIC HARDWARE HH-1692-NL-OP-PB48-HEX 628 FAL 1 EA RIM CYLINDER 20-057-ICX 626 SCH 1 EA PRIMUS CORE 20-740 626 SCH 2 EA 90 DEG OFFSET PULL 8190HD 12"O 630 IVE 2 EA OH STOP&HOLDER 90H SHPA2 - 630 GLY 2 EA SURFACE CLOSER 4021 689 LCN 2 EA MOUNTING PLATE 4020-18G 689 LCN 1 EA THRESHOLD 65A-MSLA-10 A ZER BALANCE OF HARDWARE BY DOOR MANUFACTURER Operational Description Free Egress at all times.Pressing Push Bar retracts latchbolts.No exterior trim.Dogging by hex key,locks down the pushbar or crossbar so the latchbolt remains retracted. Free Egress at.all times.Pressing Push Bar retracts latchbolts.Trim always locked,entrance by optional trim when key retracts latchbolt from pull side.Dogging by hex key,locks down the pushbar or crossbar so the latchbolt remains retracted. Self-Closing. IRC Shooting Range Hunter Education Classroom 08710-7 DAA Project No.2015-67 12/12/16 Bid Set Hardware Group No.02 Provide each PR door(s)with the following: Qty Description Catalog Number Finish Mfr 8 EA HW HINGE 5BBIHW 4.5 X 4.5 NRP 630 IVE 1 EA KEYED FIRE RATED KR9954-STAB 689 VON REMOVABLE MULLION 1 EA PANIC HARDWARE HH-XP-98-EO-954-SNB 626 VON 1 EA PANIC HARDWARE HH-XP-98-L-06-954 626 VON 1 EA RIM CYLINDER 20-057-ICX 626 SCH 1 EA MORTISE CYLINDER 20-061-ICX 626 SCH 2 EA PRIMUS CORE 20-740 626 SCH 2 EA SURFACE CLOSER 4040XP SHCUSH 689 LCN 2 EA KICK PLATE 8400 10"X 2"LDW B-CS 630 IVE 1 EA GASKETING 328AA AA ZER 1 EA MULLION SEAL 8780N N ZER 1 EA THRESHOLD 65A-MSLA-10 A ZER 1 EA RAIN DRIP 142A A ZER NOA 15-0930.05+/-75 with water infiltration seals per NOA+/-90 without-XP Device Operational Description Mullion removable by key. Free Egress at all times.Pressing Push Bar retracts latchbolts.Latchbolt retracted by lever unless locked by key.Key locks and unlocks lever.Dogging by hex key,locks down the pushbar or crossbar so the-latchbolt- - - - remains retracted. Free Egress at all times.Pressing Push Bar retracts latchbolts.No exterior trim.Dogging by hex key,locks down the pushbar or crossbar so the latchbolt remains retracted. Self-Closing.Templating allows Spring CUSH Arm to stop the door's swing between 85 and 110 degrees with hold-open feature. Hardware Group No.03 Provide each SGL door(s)with the following: Qty Description Catalog Number Finish Mfr 3 EA HINGE 5BB1 4.5 X 4.5 630 IVE 1 EA CLASSROOM SEC W/DB L9457T 06A 626 SCH 2 EA PRIMUS CORE 20-740 626 SCH 1 EA SURFACE CLOSER 4040XP 689 LCN 1 EA KICK PLATE 8400 10"X 2"LDW B-CS 630 IVE 1 EA WALL STOP WS406/407CVX 630 IVE 1 EA GASKETING 328AA AA ZER 1 EA THRESHOLD 65A-MSLA-10 A ZER NOA 15-0427.04 Operational Description Latchbolt retracted by knob/lever from either side.Deadbolt thrown or retracted by key from either side. Throwing deadbolt locks outside knob/lever.Turning inside knob/lever simultaneously retracts deadbolt and latchbolt and unlocks outside knob/lever.Inside lever is always free for immediate egress. Self-Closing. IRC Shooting Range Hunter Education Classroom 08710-8 DAA Project No.2015-67 12/12/16 Bid Set Hardware Group No.04 Provide each SGL door(s)with the following: Qty Description Catalog Number Finish Mfr 3 EA HINGE 513131 4.5 X4.5 652 IVE 1 EA OFFICE/ENTRY LOCK L9050T 06A L583-363 626 SCH 1 EA PRIMUS CORE 20-740 626 SCH 1 EA SURFACE CLOSER 1461 TBSRT 689 LCN 1 EA WALL STOP WS406/407CCV 630 IVE 1 EA GASKETING 1885-BK S-Bk ZER Operational Description Latchbolt retracted by knob/lever from either side unless outside is made inoperative by key Outside or by turning inside thumbturn.When outside is locked,Latchbolt is retracted by key outside or by knob/lever inside.Outside knob/lever remains locked until thumbtum is returned to vertical or unlocked by key.ADA Thumbturn. Self-Closing. Hardware Group No.05 Provide each SGL door(s)with the following: Qty Description Catalog Number Finish Mfr 3 EA HINGE 51313 14.5 X 4.5 - - - 652 IVE — 1 EA STOREROOM L9480T 06A L583-363 626 SCH W/DEADBOLT 1 EA PRIMUS CORE 20-740 626 SCH 1 EA SURFACE CLOSER 1461 TBSRT 689 LCN 1 EA WALL STOP WS406/407CCV 630 IVE 1 EA GASKETING 188S-BK S-Bk ZER Operational Description Latchbolt retracted by key outside or by lever or knob inside.Outside knob/lever always fixed.Deadbolt thrown or retracted by key outside or thumbturn inside.Turning inside knob/lever simultaneously retracts both deadbolt and latchbolt.Auxiliary latch deadlocks latchbolt when door is locked.Inside lever is always free for immediate egress.ADA Thumbturn. Self-Closing. Hardware Group No.06 Provide each SGL door(s)with the following: Qty Description Catalog Number Finish Mfr 3 EA HINGE 51313 14.5 X 4.5 NRP 652 IVE 1 EA STOREROOM L9480T 06A L583-363 626 SCH W/DEADBOLT 1 EA PRIMUS CORE 20-740 626 SCH 1 EA SURFACE CLOSER 1461 CUSH TBSRT 689 LCN 1 EA GASKETING 188S-BK S-Bk ZER IRC Shooting Range Hunter Education Classroom 08710-9 DAA Project No.2015-67 12/12/16 Bid Set Operational Description Latchbolt retracted by key outside or by lever or knob inside.Outside knob/lever always fixed.Deadbolt thrown or retracted by key outside or thumbturn inside.Turning inside knob/lever simultaneously retracts both deadbolt and latchbolt.Auxiliary latch deadlocks latchbolt when door is locked.Inside lever is always free for immediate egress.ADA Thumbturn. Self-Closing.Templating allows CUSH Arm to stop the door's swing between 85 and 110 degrees. Hardware Group No.07 Provide each SGL door(s)with the following: Qty Description Catalog Number Finish Mfr 3 EA HINGE 5BB1 4.5 X 4.5 NRP 652 IVE 1 EA STOREROOM L9480T 06A L583-363 626 SCH W/DEADBOLT 1 EA PRIMUS CORE 20-740 626 SCH 1 EA SURFACE CLOSER 1461 RW/PA TB SRT 689 LCN 1 EA WALL STOP WS406/407CVX 630 IVE 1 EA GASKETING 188S-BK S-Bk ZER Operational Description Latchbolt retracted by key outside or by lever or knob inside.Outside knob/lever always fixed.Deadbolt thrown or retracted by key outside or thumbturn inside.Turning inside knob/lever simultaneously retracts both deadbolt and latchbolt.Auxiliary latch deadlocks latchbolt when door is locked.Inside lever is always free for immediate egress.ADA Thumbturn. Self-Closing. Hardware Group No.08 Provide each PR door(s)with the following: Qty Description Catalog Number Finish Mfr 6 EA HINGE 5BB 14.5 X 4.5 652 IVE 2 EA MANUAL FLUSH BOLT FB458 626 IVE 1 EA DUST PROOF STRIKE DP2 626 IVE 1 EA STOREROOM LOCK L9080T 06A 626 SCH 1 EA PRIMUS CORE 20-740 626 SCH 2 EA SURFACE CLOSER 1461 RW/PA TB SRT 689 LCN 2 EA WALL STOP WS406/407CVX 630 IVE 1 EA GASKETING 1885-BK S-Bk ZER 1 EA ASTRAGAL Z BY MFG Operational Description Latchbolt retracted by key outside or by knob/lever inside.Outside knob/lever always inoperative.Auxiliary latch deadlocks latchbolt when door is locked.Inside lever is always free for immediate egress. Self-Closing. END OF DOCUMENT 08710 IRC Shooting Range Hunter Education Classroom 08710-10 DAA Project No.2015-67 12/12/16 Bid Set i SECTION 09220-PORTLAND CEMENT PLASTER PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Exterior portland cement plasterwork(stucco)on solid-plaster bases. B. Related Sections include the following: 1. Division 7 Section 'Joint Sealants" for sealants installed with exterior portland cement plaster (stucco). 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: For each type of textured finish coat indicated; 12 by 12 inches(305 by 305 mm),and prepared on rigid backing. 1.4 QUALITY ASSURANCE A. Mockups: Before plastering, install mockups of at least 100 sq. ft. (9 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. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 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. IRC Shooting Range Hunter Education Classroom 09220-1 DAA Project No.2015-67 12/12/16 Bid Set 1.6 PROJECT CONDITIONS A. Comply with ASTM C 926 requirements. B. Exterior Plasterwork: 1. Apply and cure plaster to prevent plaster drying out during curing period. Use procedures required by climatic conditions, including moist curing, providing coverings, and providing barriers to deflect sunlight and wind. 2. Apply plaster when ambient temperature is greater than 40 deg F(4.4 deg Q. 3. Protect plaster coats from freezing for not less than 48 hours after set of plaster coat has occurred. 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 Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2.2 METAL LATH A. Expanded-Metal Lath: ASTM C 847 with ASTM A 653/A 653M, C60 (Z180), hot-dip galvanized zinc coating. 1. Available Manufacturers: a. Alabama Metal Industries Corporation(AMICO). b. California Expanded Metal Products Company(CEMCO). C. Dale/Incor. d. Marino/Ware;Division of Ware Industries,Inc. e. Phillips Manufacturing Co. f. Unimast,Inc. g. Western Metal Lath&Steel Framing Systems. 2. Diamond-Mesh Lath: Self-furring. a. Weight: 2.5 lb/sq.yd.(1.4 lcg/sq.m). 3. Flat Rib Lath: Rib depth of not more than 1/8 inch(3.1 mm). a. Weight: 2.75 Ib/sq.yd.(1.5 kg/sq.m). IRC Shooting Range Hunter Education Classroom 09220-2 DAA Project No.2015-67 12/12/16 Bid Set 2.3 ACCESSORIES I A. General: Comply with ASTM C 1063 and coordinate depth of trim and accessories with thicknesses and number of plaster coats required. I B. Zinc and Zinc-Coated(Galvanized)Accessories: 1. Available Manufacturers: i a. Alabama Metal Industries Corporation(AMICO). b. California Expanded Metal Products Company(CEMCO). C. Dale/Incor. d. Dietrich Industries,Inc. e. Phillips Manufacturing Co. f. Unimast,Inc. g. Western Metal Lath&Steel Framing Systems. Ii. Insert manufacturer's name. C. Plastic Trim: Fabricated from high-impact PVC. I� 1. Available Manufacturers: j a. Alabama Metal Industries Corporation(AMICO). b. Plastic Components,Inc. C. Vinyl Corp. 2. 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 min) minimum; use at locations indicated on Drawings. i 3. 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. I I 2.4 MISCELLANEOUS MATERIALS A. Water for Mixing: Potable and free of substances capable of affecting plaster set or of damaging plaster, lath,or accessories. I B. Bonding Compound: ASTM C 932. I C. Steel Drill Screws: For metal-to-metal fastening, ASTM C 1002 or ASTM C 954, as required by j thickness of metal being fastened; with pan head that is suitable for application; in lengths required to achieve penetration through joined materials of not fewer than three exposed threads. D. Fasteners for Attaching Metal Lath to Substrates: Complying with ASTM C 1063. IRC Shooting Range Hunter Education Classroom 09220-3 DAA Project No.2015-67 12/12/16 Bid Set 2.5 PLASTER MATERIALS i A. Portland Cement: ASTM C 150,Type I. i 1. Color for Finish Coats: Gray. B. Lime: ASTM C 206,Type S;or ASTM C 207,Type S. C. Sand Aggregate: ASTM C 897. 2.6 PLASTERMIXES 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. ft. (16 •kg of fiber/cu. m) of cementitious materials. Reduce aggregate quantities accordingly to maintain workability. B. Base-Coat Mixes for Use over Concrete Unit Masonry: Single base coats for two-coat plasterwork as follows: 1. Portland Cement Mix: For cementitious material, mix 1 part portland cement and 3/4 to 1-1/2 parts lime. Use 2-1/2 to 4 parts aggregate per part of cementitious material (sum of separate volumes of each component material). C. Job-Mixed Finish-Coat Mixes: i. 1. Portland Cement Mix: For cementitious materials,mix 1 part portland cement and 1-1/2 to 2 parts lime. Use 1-1/2 to 3 parts aggregate per part of cementitious material(sum of separate volumes of each component material). 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 i performance. • 1. Proceed with installation only after unsatisfactory conditions have been corrected. i 3.2 PREPARATION A. Protect adjacent work from soiling, spattering, moisture deterioration, and other harmful effects caused by plastering. B. Prepare solid-plaster bases that are smooth or that do not have the suction capability required to bond with plaster according to ASTM C 926. ! i IRC Shooting Range Hunter Education Classroom 09220-4 DAA Project No.2015-67 12/12/16 Bid Set I 3.3 INSTALLING METAL LATH i A. Expanded-Metal Lath: Install according to ASTM C 1063. 1. Flat-Ceiling and Horizontal Framing: Install flat diamond-mesh lath. 2. On Solid Surfaces,Not Otherwise Furred: Install self-furring diamond-mesh lath. } 3.4 INSTALLING ACCESSORIES A. Install according to ASTM C 1063 and at locations indicated on Drawings. B. Control Joints: Install control joints at locations indicated on Drawings. 1. As required to delineate plasterwork into areas(panels)of the following maximum sizes: a. Vertical Surfaces: 1.44 sq.ft.(13.4 sq.in). i b. Horizontal and other Nonvertical Surfaces: 100 sq.ft.(9.3 sq,m). i 2. At distances between control joints of not greater than 18 feet(5.5 m)o.c. 3. As required to delineate plasterwork into areas(panels)with length-to-width ratios of not greater than 2-1/2:1. 4. Where control joints occur in surface of construction directly behind plaster. 5. 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. 3.5 PLASTER APPLICATION A. General: Comply with ASTM C 926. i 1. Do not deviate more than plus or minus 1/4 inch in 10 feet(6.4 min in 3 in)from a true plane in finished plaster surfaces,as measured by a 10-foot(3-m)straightedge placed on surface. 2. Grout hollow-metal frames, bases, and similar work occurring in plastered areas, with base-coat plaster material, before lathing where necessary. Except where full grouting is indicated or required for fire-resistance rating,grout at least 6 inches(152 nun)at each jamb anchor. 3. Finish plaster flush with metal frames and other built-in metal items or accessories that act as a i 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. 4. Provide plaster surfaces that are ready to receive field-applied finishes indicated. B. Bonding Compound: Apply on unit masonry plaster bases. C. Plaster Finish Coats: Apply to match stucco finish on exisi9tng building.. 3.6 CUTTING AND PATCHING i A. Cut, patch, replace, and repair plaster as necessary to accommodate other work and to restore cracks, dents, and imperfections. Repair or replace work to eliminate blisters, buckles, crazing and check cracking,dry outs,efflorescence,sweat outs,and similar defects and where bond to substrate has failed. i IRC Shooting Range Hunter Education Classroom 09220-5 DAA Project No.2015-67 12/12/16 Bid Set 3.7 CLEANING AND PROTECTION A. Remove temporary protection and enclosure of other work. Promptly remove plaster from doorframes, windows, and other surfaces not indicated to be plastered. Repair floors, walls, and other surfaces stained,marred,or otherwise damaged during plastering. , END OF SECTION 09220 IRC Shooting Range Hunter Education Classroom 09220-6 DAA Project No.2015-67 12/12/16 Bid Set SECTION 09250-GYPSUM BOARD PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Interior gypsum board. B. Related Sections include the following: 1. Division 6 Section"Rough Carpentry"for wood framing and furring that supports gypsum board. 2. Division 7 Section'Building Insulation" for insulation and vapor retarders installed in assemblies that incorporate gypsum board. 3. Division 7 Section"Joint Sealants" for acoustical sealants installed in assemblies that incorporate gypsum board. 4. Division 9 painting Sections for primers applied to gypsum board surfaces. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. 1.4 QUALITY ASSURANCE A. Fire-Resistance-Rated Assemblies: For fire-resistance-rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E 119 by an independent testing agency. 1.5 STORAGE AND HANDLING A. Store materials inside under cover and keep them dry and protected against damage from weather, condensation,direct sunlight,construction traffic,and other causes. Stack panels flat to prevent sagging. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Comply with ASTM C 840 requirements or gypsum board manufacturer's written recommendations,whichever are more stringent. IRC Shooting Range Hunter Education Classroom 09250-1 DAA Project No.2015-67 12/12/16 Bid Set i i I I B. Do not install interior products until installation areas are enclosed and conditioned. i C. Do not install panels that are wet,those that are moisture damaged,and those that are mold damaged. 1. Indications that panels are wet or moisture damaged include,but are not limited to,discoloration, sagging,or irregular shape. 2. Indications that panels are mold damaged include,but are not limited to,fuzzy or splotchy surface i contamination and discoloration. PART2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Fire-Resistance-Rated Assemblies: For fire-resistance-rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E 119 by an independent testing agency. B. STC-Rated Assemblies: For STC-rated assemblies,provide materials and construction identical to those tested in assembly indicated according to ASTM E 90 and classified according to ASTM E 413 by an independent testing agency. 2.2 Low Emitting Materials: For ceiling and wall assemblies, provide materials and construction identical to those tested in assembly and complying 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." 2.3 PANELS,GENERAL A. Recycled Content of Gypsum Panel Products: Postconsumer recycled content plus one-half of preconsumer recycled content not less than 20 percent. B. Size: Provide in maximum lengths and widths available that will minimize joints in each area and that correspond with support system indicated. 2.4 INTERIOR GYPSUM BOARD A. General: Complying with ASTM C 36/C 36M or ASTM C 1396/C 1396K as applicable to type of gypsum board indicated and whichever is more stringent. 1. 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. G-P Gypsum. b. National Gypsum Company. C. USG Corporation. IRC Shooting Range Hunter Education Classroom 09250-2 DAA Project No.2015-67 12/12/16 Bid Set B. Regular Type: I. Thickness: 5/8 Lich(15.9 mm). 2. Long Edges: Tapered and featured(rounded or beveled)for prefilling. C. Type X: 1. Thickness: 5/8 inch(15.9 mm). 2. Long Edges: Tapered and featured(rounded or beveled)for prefilling. D. Moisture-and Mold-Resistant Type: With moisture-and mold-resistant core and surfaces. 1. Core: 5/8 incli(15.9 mm),Type X. 2. Long Edges: Tapered. 2.5 TRIM ACCESSORIES A. Interior Trim: ASTM C 1047. 1. Material: Plastic. 2. Shapes: a. Comerbead. b. LC-Bead: J-shaped;exposed long flange receives joint compound. C. Expansion(control)joint. 2.6 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C 475/C 475M. B. Joint Tape: 1. Interior Gypsum Wallboard: Paper. C. Joint Compound for Interior Gypsum Wallboard: For each coat use formulation that is compatible with other compounds applied on previous or for successive coats. 1. Prefilling: At open joints,rounded or beveled panel edges, and damaged surface areas, use setting-type taping compound. 2. Embedding and First Coat: For embedding tape and first coat on joints, fasteners, and trim flanges,use setting-type taping compound. a. Use setting-type compound for installing paper-faced metal trim accessories. 3. Fill Coat: For second coat,use drying-type,all-purpose compound. 4. Finish Coat: For third coat,use drying-type,all-purpose compound. 5. Skim Coat: For final coat of Level 5 finish,use high-build interior coating product designed for application by airless sprayer and to be used instead of skim coat to produce Level 5 finish. IRC Shooting Range Hunter Education Classroom Y 09250-3 DAA Project No.2015-67 12/12/16 Bid Set � I 2.7 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards and manufacturer's n recommendations.a turers writte B. Steel Drill Screws: ASTM C 1002,unless otherwise indicated. 1. Use screws complying with ASTM C 954 for fastening panels to steel members from 0.033 to 0.112 inch(0.84 to 2.84 mm)thick. 2. For fastening cementitious backer units, use screws of type and size recommended by panel manufacturer. C. Sound Attenuation Blankets: ASTM C 665, Type I (blankets without membrane facing) produced by combining thermosetting resins with mineral fibers manufactured from glass,slag wool,or rock wool. 1. Fire-Resistance-Rated Assemblies: Comply with mineral-fiber requirements of assembly. D. Acoustical Sealant: As specified in Division 7 Section"Joint Sealants." PART 3-EXECUTION 3.1 EXAMINATION A. Examine areas and substrates, with Installer present, and including welded hollow-metal frames and framing,for compliance with requirements and other conditions affecting performance. B. Examine panels before installation. Reject panels that are wet,moisture damaged,and mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 APPLYING AND FINISHING PANELS,GENERAL A. Comply with ASTM C 840. B. Install ceiling panels across framing to minimize the number of abutting end joints and to avoid abutting end joints in central area of each ceiling. Stagger abutting end joints of adjacent panels not less than one framing member. C. Install panels with face side out.Butt panels together for a light contact at edges and ends with not more than 1/16 inch(1.5 min)of open space between panels. Do not force into place. D. Locate edge and end joints over supports, except in ceiling applications where intermediate supports or gypsum board back-blocking is provided behind end joints.Do not place tapered edges against cut edges or ends. Stagger vertical joints on opposite sides of partitions. Do not make joints other than control joints at corners of framed openings. E. Form control and expansion joints with space between edges of adjoining gypsum panels. IRC Shooting Range Hunter Education Classroom 09250-4 DAA Project No.2015-67 12/12/16 Bid Set r F. Cover both faces of support framing with gypsum panels in concealed spaces (above ceilings, etc.), i except in chases braced internally. 1. Unless concealed application is indicated or required for sound, fire, air, or smoke ratings, coverage may be accomplished with scraps of not less than 8 sq.ft.(0.7 sq.in)in area. 2. Fit gypsum panels around ducts,pipes,and conduits. 3. Where partitions intersect structural members projecting below underside of floor/roof slabs and decks,cut gypsum panels to fit profile formed by structural members;allow 1/4-to 3/8-inch-(6.4- to 9.5-mm-)wide joints to install sealant. G. Isolate perimeter of gypsum board applied to non-load-bearing partitions at structural abutments, except floors. Provide 1/4- to 1/2-inch- (6.4-to 12.7-mm-)wide spaces at these locations, and trim edges with edge trim where edges of panels are exposed. Seal joints between edges and abutting structural surfaces with acoustical sealant. H. Attachment to Steel Framing: Attach panels so leading edge or end of each panel is attached to open of stud flan (unsupported)ed es first.es g g 3.3 APPLYING INTERIOR GYPSUM BOARD A. Install interior gypsum board in the following locations: 1. Regular Type: As indicated on Drawings. 2. Type X: As indicated on Drawings. B. Single-Layer Application: 1. On ceilings, apply gypsum panels before wall/partition board application to greatest extent possible and at right angles to framing,unless otherwise indicated. 2. On partitions/walls, apply gypsum panels horizontally (perpendicular to framing), unless otherwise indicated or required by fire-resistance-rated assembly,and minimize end joints. a. Stagger abutting end joints not less than one framing member in alternate courses of panels. b. At stairwells and other high walls,install panels horizontally,unless otherwise indicated or required by fire-resistance-rated assembly. 3. On Z-furring members, apply gypsum panels vertically (parallel to framing) with no end joints. Locate edge joints over furring members. , 4. Fastening Methods: Apply gypsum panels to supports with steel drill screws. 3.4 INSTALLING TRIM ACCESSORIES A. General: For trim with back flanges intended for fasteners,attach to framing with same fasteners used for panels. Otherwise,attach trim according to manufacturer's written instructions. B. Control Joints: Install control joints according to ASTM C 840 and in specific locations approved by Architect for visual effect. C. Interior Trim: Install in the following locations: 1. Comerbead: Use at outside corners,unless otherwise indicated. 2. LC-Bead: Use at exposed panel edges. IRC Shooting Range Hunter Education Classroom 09250-5 DAA Project No.2015-67 12/12/16 Bid Set t I 3.5 FINISHING GYPSUM BOARD A. General: Treat gypsum board joints, interior angles, edge trim, control joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces for decoration. Promptly remove residual joint compound from adjacent surfaces. B. Prefill open joints,rounded or beveled edges,and damaged surface areas. I i C. Apply joint tape over gypsum board joints,except those with trim having flanges not intended for tape. D. Gypsum Board Finish Levels: Finish panels to levels indicated below: 1. Level 4: At panel surfaces that will be exposed to view,unless otherwise indicated. a. Primer and its application to surfaces are specified in other Division 9 Sections. j 3.6 PROTECTION A. Protect installed products from damage from weather, condensation, direct sunlight, construction, and other causes during remainder of the construction period. i i B. Remove and replace panels that are wet,moisture damaged,and mold damaged. j 1. Indications that panels are wet or moisture damaged include,but are not limited to,discoloration, sagging,or irregular shape. 2. Indications that panels are mold damaged include,but are not limited to,fuzzy or splotchy surface contamination and discoloration. END OF SECTION 09250 i i r IRC Shooting Range Hunter Education Classroom 09250-6 DAA Project No.2015-67 12/12/16 Bid Set SECTION 09511-ACOUSTICAL PANEL CEILINGS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes acoustical panels and exposed suspension systems for ceilings. B. Products furnished, but not installed under this Section, include anchors, clips, and other ceiling attachment devices to be cast in concrete at ceilings. 1.3 DEFINITIONS A. CAC: Ceiling Attenuation Class. B. LR: Light Reflectance coefficient. C. NRC: Noise Reduction Coefficient. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. 1. Ceiling suspension members. 2. Method of attaching hangers to building structure. B. Samples for Initial Selection: For components with factory-applied color finishes. C. Samples for Verification: For each component indicated and for each exposed finish required,prepared on Samples of size indicated below. 1. Acoustical Panel: Set of 6-inch- (150-mm-) square Samples of each type, color, pattern, and texture. 2. Exposed Suspension System Members, Moldings, and Trim: Set of 12-inch- (300-mm-) long Samples of each type,finish,and color. D. Qualification Data: For testing agency. E. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency,for each acoustical panel ceiling. F. Research/Evaluation Reports: For each acoustical panel ceiling and components and anchor type. G. Maintenance Data: For finishes to include in maintenance manuals. IRC Shooting Range Hunter Education Classroom 09511-1 DAA Project No.2015-67 12/12/16 Bid Set 1.5 QUALITY ASSURANCE A. Acoustical Testing Agency Qualifications: An independent testing laboratory,or an NVLAP-accredited laboratory,with the experience and capability to conduct the testing indicated,as documented according to ASTM E 548. NVLAP-accredited laboratories must document accreditation,based on a"Certificate of Accreditation"and a"Scope of Accreditation"listing the test methods specified. B. Source Limitations: 1. Acoustical Ceiling Panel: Obtain each type through one source from a single manufacturer. 2. Suspension System: Obtain each type through one source from a single manufacturer. C. Source Limitations: Obtain each type of acoustical ceiling panel and supporting suspension system through one source from a single manufacturer. D. Fire-Test-Response Characteristics: Provide acoustical panel ceilings that comply with the following requirements: 1. Surface-Burning Characteristics: Provide acoustical panels with the following surface-burning characteristics complying with ASTM E 1264 for Class A materials as determined by testing identical products per ASTM E 84: a. Smoke-Developed Index: 450 or less. 1.6 DELIVERY,STORAGE,AND HANDLING A. Deliver acoustical panels, suspension system components, and accessories to Project site in original, unopened packages and store them in a fully enclosed, conditioned space where they will be protected against damage from moisture, humidity, temperature extremes, direct sunlight, surface contamination, and other causes. B. Before installing acoustical panels, permit them to reach room temperature and a stabilized moisture content. C. Handle acoustical panels carefully to avoid chipping edges or damaging units in any way. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not install acoustical panel ceilings until spaces are enclosed and weatherproof, wet work in spaces is complete and dry, work above ceilings is complete, and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use. 1. Pressurized Plenums: Operate ventilation system for not less than 48 hours before beginning acoustical panel ceiling installation. 1.8 COORDINATION A. Coordinate layout and installation of acoustical panels and suspension system with other construction that penetrates ceilings or is supported by them, including light fixtures,HVAC equipment, fire-suppression system,and partition assemblies. IRC Shooting Range Hunter Education Classroom 09511-2 DAA Project No.2015-67 12/12/16 Bid Set i 1.9 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Acoustical Ceiling Panels: Full-size panels equal to 2.0 percent of quantity installed. 2. Suspension System Components: Quantity of each exposed component equal to 2.0 percent of quantity installed. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturer: 1. Celotex Corporation. 2. Armstrong 3. CertainTeed 2.2 ACOUSTICAL PANELS,GENERAL A. Acoustical Panel Standard: Provide manufacturer's standard panels of configuration indicated that comply with ASTM E 1264 classifications as designated by types, patterns, acoustical ratings, and light reflectances,unless otherwise indicated. 1. Mounting Method for Measuring NRC: Type E-400; plenum mounting in which face of test specimen is 15-3/4 inches(400 mm)away from test surface per ASTM E 795. B. Acoustical Panel Colors and Patterns: Match appearance characteristics indicated for each product type. 1. Where appearance characteristics of acoustical panels are indicated by referencing pattern designations in ASTM E 1264 and not manufacturers' proprietary product designations, provide products selected by Architect from each manufacturer's full range that comply with requirements indicated for type,pattern,color,light reflectance,acoustical performance,edge detail,and size. C. Coating-Based Antimicrobial Treatment: Provide acoustical panels with face and back surfaces coated with antimicrobial treatment consisting of manufacturer's standard formulation with fungicide added to inhibit growth of mold and mildew and showing no mold or mildew growth when tested according to ASTM D 3273. D. Panel-Based Antimicrobial Treatment: Provide acoustical panels treated with manufacturer's standard antimicrobial solution that inhibits fungus,mold,mildew,and gram-positive and gram-negative bacteria. IRC Shooting Range Hunter Education Classroom 09511-3 DAA Project No.2015-67 12/12/16 Bid Set � I 2.3 WATER-FELTED, MINERAL-BASE ACOUSTICAL PANELS FOR ACOUSTICAL PANEL CEILING I A. Classification: Provide panels complying with ASTM E 1264 for Type III, mineral base with painted i finish;Form 2,water felted;and pattern as follows: I 1. Pattern: Random Fissured. B. Color: White. i C. LR: Not less than 0.85. i D. NRC: Not less than 0.55 E. CAC: Not less than 35. F. Edge Detail: Square. I G. Thickness: 5/8 inch(15 mm). H. Size: 24 by 24 inches(610 by 610 nun)or 24 by 48 inches (6 10 by 1220 mm)As indicated on Reflected Ceiling Plan. i 2.4 METAL SUSPENSION SYSTEMS,GENERAL j I A. Metal Suspension System Standard: Provide manufacturer's standard direct-hung metal suspension systems of types, structural classifications, and finishes indicated that comply with applicable requirements in ASTM C 635. B. Finishes and Colors, General: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. Provide manufacturer's I standard factory-applied finish for type of system indicated. 1. High-Humidity Finish: Comply with ASTM C 635 requirements for "Coating Classification for Severe Environment Performance"where high-humidity finishes are indicated. C. Attachment Devices: Size for five times the design load indicated in ASTM C 635, Table 1, "Direct Hung,"unless otherwise indicated. i D. Wire Hangers,Braces,and Ties: Provide wires complying with the following requirements: 1. Zinc-Coated Carbon-Steel Wire: ASTM A 641/A 641M,Class 1 zinc coating,soft temper. 2. Size: Select wire diameter so its stress at three times hanger design load(ASTM C 635,Table 1, I "Direct Hung") will be less than yield stress of wire, but provide not less than 0.135-inch- (3.5- j nun-)diameter wire. 2.5 METAL SUSPENSION SYSTEM FOR ACOUSTICAL PANEL CEILING A. Wide-Face,Capped,Double-Web,Hot-Dip Galvanized,G60(Z180),Steel Suspension System: Main and cross runners roll formed from cold-rolled steel sheet, hot-dip galvanized according to ASTM A 653/A 653M, G60 (Z180) coating designation, with prefmished, cold-rolled, 15/16-inch- (24- mm-)wide,aluminum caps on flanges. 1. Structural Classification: Heavy-duty system. 2. Face Design: Flat,flush. 3. Face Finish: Painted white. IRC Shooting Range Hunter Education Classroom 09511-4 DAA Project No.2015-67 12/12/16 Bid Set C I 2.6 METAL EDGE MOLDINGS AND TRIM A. Manufacturers: 1. Armstrong World Industries,Inc. 2. Celotex Corporation;Architectural Ceilings Marketing Dept. 3. Chicago Metallic Corporation. 4. USG Interiors,Inc. B. Roll-Formed Sheet-Metal Edge Moldings and Trim: Type and profile indicated or, if not indicated, manufacturer's standard moldings for edges and penetrations that fit acoustical panel edge details and suspension systems indicated;formed from sheet metal of same material,finish,and color as that used for exposed flanges of suspension system runners. 1. For lay-in panels with reveal edge details,provide stepped edge molding that forms reveal of same depth and width as that formed between edge of panel and flange at exposed suspension member. 2. For circular penetrations of ceiling, provide edge moldings fabricated to diameter required to fit penetration exactly. 2.7 ACOUSTICAL SEALANT A. Products: 1. Acoustical Sealant for Exposed and Concealed Joints: a. Pecora Corp;AC-20 FTR Acoustical and Insulation Sealant. b. United States Gypsum Co.;SHEETROCK Acoustical Sealant. B. Acoustical Sealant for Exposed and Concealed Joints: Manufacturer's standard nonsag, paintable, nonstaining latex sealantcomplying with ASTM C 834 and effective in reducing airborne sound transmission through perimeter joints and openings in building construction as demonstrated by testing representative assemblies according to ASTM E 90. 1. Exposed and Concealed Joints: Nonsag,paintable,nonstaining latex sealant. PART 3-EXECUTION 3.1 EXANIINATION A. Examine substrates,areas,and conditions,including structural framing to which acoustical panel ceilings attach or abut, with Installer present, for compliance with requirements specified in this and other Sections that affect ceiling installation and anchorage and with requirements for installation tolerances and other conditions affecting performance of acoustical panel ceilings. B. Proceed with installation only after unsatisfactory conditions have been corrected. IRC Shooting Range Hunter Education Classroom 09511-5 DAA Project No.2015-67 12/12/16 Bid Set i 3.2 PREPARATION I i A. Measure each ceiling area and establish layout of acoustical panels to balance border widths at opposite edges of each ceiling. Avoid using less-than-half-width panels at borders,and comply with layout shown on reflected ceiling plans. I 3.3 INSTALLATION,GENERAL i A. General: Install acoustical panel ceilings to comply with ASTM C 636 and seismic requirements indicated,per manufacturer's written instructions and CISCA's"Ceiling Systems Handbook." B. Suspend ceiling hangers from building's structural members and as follows: I 1. Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structure or of ceiling suspension system. 2. Splay hangers only where required to miss obstructions; offset resulting horizontal forces by bracing,countersplaying,or other equally effective means. 3. Where width of ducts and other construction within ceiling plenum produces hanger spacings that interfere with location of hangers at spacings required to support standard suspension system members,install supplemental suspension members and hangers in form of trapezes or equivalent devices. Size supplemental suspension members and hangers to support ceiling loads within i performance limits established by referenced standards and publications. 4. Secure wire hangers to ceiling suspension members and to supports above with a minimum of three tight turns. Connect hangers directly either to structures or to inserts, eye screws, or other devices that are secure and appropriate for substrate and that will not deteriorate or otherwise fail due to age,corrosion,or elevated temperatures. 5. Do not support ceilings directly from permanent metal forms or floor deck. Fasten hangers to i cast-in-place hanger inserts, postinstalled mechanical or adhesive anchors, or power-actuated j fasteners that extend through forms into concrete. i 6.- Do not attach hangers to steel deck tabs. 7. Do not attach hangers to steel roof deck. Attach hangers to structural members. 8. Space hangers not more than 48 inches (1200 mm) o.c. along each member supported directly from hangers, unless otherwise indicated;provide hangers not more than 8 inches(200 mm)from ends of each member. C. Install edge moldings and trim of type indicated at perimeter of acoustical ceiling area and where necessary to conceal•edges of acoustical panels. i 1. Apply acoustical sealant in a continuous ribbon concealed on back of vertical legs of moldings before they are installed. 2. Screw attach moldings to substrate at intervals not more than 16 inches (400 mm) o.c. and not more than 3 inches(75 nun)from ends,leveling with ceiling suspension system to a tolerance of 1/8 inch in 12 feet(3.2 min in 3.66 m). Miter corners accurately and connect securely. i D. Install suspension system runners so they are square and securely interlocked with one another. Remove and replace dented,bent,or kinked members. E. Install acoustical panels with undamaged edges and fit accurately into suspension system runners and edge moldings. Scribe and cut panels at borders and penetrations to provide a neat,precise fit. 1. Arrange directionally patterned acoustical panels as follows: a. Install panels with pattern running in one direction parallel to short axis of space. IRC Shooting Range Hunter Education Classroom 09511-6 DAA Project No.2015-67 12/12/16 Bid Set i I i I 2. For square-edged panels, install panels with edges fully hidden from view by flanges of suspension system runners and moldings. 3. For reveal-edged panels on suspension system runners,install panels with bottom of reveal in firm contact with top surface of runner flanges. 4. Paint cut edges of panel remaining exposed after installation; match color of exposed panel surfaces using coating recommended in writing for this purpose by acoustical panel manufacturer. 3.4 CLEANING A. Clean exposed surfaces of acoustical panel ceilings, including trim, edge moldings, and suspension system members. Comply with manufacturer's written instructions for cleaning and touchup of minor finish damage. Remove and replace ceiling components that cannot be successfully cleaned and repaired to permanently eliminate evidence of damage. END OF SECTION 09511 IRC Shooting Range Hunter Education Classroom 09511-7 DAA Project No.2015-67 12/12/16 Bid Set I i i .• jt SECTION 09671-RESINOUS FLOORING HYBRI-FLEX EQ28 i PART 1—GENERAL 1.1 RELATED DOCUMENTS i A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. 1.2 SUMMARY A. This section includes the following: 1. Resinous flooring system including Vapor Mitigation System as shown on the drawings and in schedules. Dur-A-Flex,Inc,Hybri-Flex EQ seamless flooring system is the Basis of Design. B. Related sections include the following: 1. Cast-in-Place Concrete as addresses in the specifications on the Structural Engineering drawings 1.3 SYSTEM DESCRIPTION A. The work shall consist of preparation of the substrate,the furnishing and application of a cementitious urethane based self-leveling seamless flooring system with decorative quartz aggregate broadcast and Epoxy broadcast and urethane topcoat. 1 ! B. The system shall have the color and texture as specified by the Owner with a nominal thickness of 1/4 inch. It i shall be applied to the prepared area(s)as defined in the plans strictly in accordance with the Manufacturer's recommendations. i C. Cove base(if required)to be applied where noted on plans and per manufacturers standard details unless otherwise noted i 1.4 SUBMITTALS A. Product Data: Latest edition of Manufacturer's literature including performance data and installation procedures. B. Manufacturer's Material Safety Data Sheet(MSDS)for each product being used. C. Samples:A 3 inch square sample of the proposed system. Color,texture,and thickness shall be representative of overall appearance of finished system. 1.5 QUALITY ASSURANCE i A. The Manufacturer shall have a minimum of 5 years experience in the production,sales,and technical support of cementitious urethane,epoxy industrial flooring,quartz aggregate and related materials. B. The Applicator shall have been approved by the flooring system manufacturer in all phases of surface preparation and application of the product specified. C. No requests for substitutions shall be considered that would change the generic type of the specified System. D. System shall be in compliance with requirements of United States Department of Agriculture(USDA), Food,Drug Administration(FDA),and local Health Department. D. A pre-installation conference shall be held between Applicator,General Contractor and the Owner to review and clarification of this specification,application procedure,quality control,inspection and acceptance criteria and production schedule. i IRC Shooting Range Hunter Education Classroom 09671- 1 i DAA Project No.201137 12/12/16 Bid Set • I 1.6 PRODUCT DELIVERY,STORAGE,AND HANDLING A. Packing and Shipping 1. All components of the system shall be delivered to the site in the Manufacturer's packaging,clearly identified with the product type and batch number. B. Storage and Protection 1. The Applicator shall be provided with a dry storage area for all components. The area shall be between 60 F and 85 F,dry,out of direct sunlight and in accordance with the Manufacturer's recommendations and relevant health and safety regulations. 2. Copies of Material Safety Data Sheets(MSDS)for all components shall be kept on site for review by the Engineer or other personnel. C. Waste Disposal 1. The Applicator shall be provided with adequate disposal facilities for non-hazardous waste generated during installation of the system. 1.7 PROJECT CONDITIONS A. Site Requirements 1. Application may proceed while air,material and substrate temperatures are between 60 F and 85 F , providing the substrate temperature is above the dew point. Outside of this range,the Manufacturer shall be consulted. 2. The relative humidity in the specific location of the application shall be less than 85%and the surface temperature shall be at least 5 F above the dew point. 3. The Applicator shall ensure that adequate ventilation is available for the work area. This shall include 1 the use of manufacturer's approved fans,smooth bore tubing and closure of the work area. 4. The Applicator shall be supplied with adequate lighting equal to the final lighting level during the preparation and installation of the system. B. Conditions of new concrete to be coated with cementitious urethane material. 1. Concrete shall be moisture cured for a minimum of 3 days and have fully cured a minimum of 5 days in accordance with ACI-308 prior to the application of the coating system pending moisture tests. 2. Concrete shall have a flat rubbed finish,float or light steel trowel finish(a hard steel trowel finish is neither necessary nor desirable). ' 3. Sealers and curing agents should not to be used. 4. Concrete shall have minimum design strength of 3.500 psi.and a maximum water/cement ratio of 0.45 5. Concrete surfaces on grade shall have been constructed with a vapor barrier to protect against the effects of vapor transmission and possible delamination of the system. C. Safety Requirements 1. All open flames and spark-producing equipment shall be removed from the work area prior to commencement of application. 2. "No Smoking"signs shall be posted at the entrances to the work area. 3. The Owner shall be responsible for the removal of foodstuffs from the work area. 4. Non-related personnel in the work area shall be kept to a minimum. IRC Shooting Range Hunter Education Classroom 09671- 2 DAA Project No.201657 12/12/16 Bid Set i 1.8 WARRANTY A. Manufacture warrants that material shipped to buyers at the time of shipment substantially free from material defects and will perform substantially to Manufacture's.published literature if used in accordance with the latest prescribed procedures and prior to the expiration date. B. Manufacture's.liability with respect to this warranty is strictly limited to the value of the material purchase. PART 2—PRODUCTS 2.1 FLOORING A. Dur-A-Flex,Inc,Hybri-Flex EQ(self leveling broadcast quartz),epoxy/aliphatic urethane topcoat seamless flooring system is the Basis of Design. 1. System Materials: a. Topping: Dur-A-Flex,Inc,Poly-Crete MD resin,hardener and SL aggregate. b. The broadcast aggregate shall be Dur-A-Flex,Inc.Q28 quartz aggregate. c. Broadcast: Dur-A-Flex,Inc.Dur-A-Glaze#4,epoxy based two-component resin. d. Seal Coats: Dur-A-Flex,Inc Dur-A-Glaze#4,epoxy-based,two-component resin. e. Topcoat: Dur-A-Flex,Inc.Armor Top aliphatic urethane resin and hardener. f Primer: Dur-A-Flex DUR-A-GLAZE MVP PRIMER,a clear 100%solids epoxy moisture mitigation system 2. Patch Materials a. Shallow Fill and Patching: Use Dur-A-Flex,Inc.Poly-Crete No(up to'/4 inch). b. Deep Fill and Sloping Material(over 114 inch): Use Dur-A-Flex,Inc.Poly-Crete WR. 2.2 MANUFACTURER A. Dur-A-Flex,Inc.,95 Goodwin Street,East Hartford,CT 06108,Phone:(860)528-9838,Fax:(860)528-2802 B. Manufacturer of Approved System shall be single source and made in the USA. 2.3 PRODUCT REQUIREMENTS A. Topping Poly-Crete SL 1. Percent Reactive 100% 2. VOC 0 g/L 3. Bond Strength to Concrete ASTM D 4541 400 psi,substrates fails 4. Compressive Strength,ASTM C579 7,250 psi 5. Tensile Strength,ASTM D 638 750 psi 6. Flexural Strength,ASTM D 790 4,400 psi 7. Impact Resistance @ 125 mils,MIL D-3134, 160 inch lbs No visible damage or deterioration B. Broadcast Coat Dur-A-Glaze#4 Resin 1. Percent Reactive, 100% 2. VOC <4 g/L 3. Water Absorption,ASTM D 570 0.04% 4. Tensile Strength,ASTM D 638 4000psi 5. Coefficient of thermal expansion ASTM D 696, 2 x 10"5 in/in/F 6. Flammability ASTM D-635 Self-Extinguishing 7. Flame Spread/NFPA 101 ASTM E-84 Class A IRC Shooting Range Hunter Education Classroom 09671- 3 DAA Project No.201 E67 12/12/16 Bid Set i C. Topcoat Armor Top 1. VOC 0 g/L 2. 60 Degree Gloss ASTM D523 75+/-5 3. Mixed Viscosity,(Brookfield 25°C) 500 cps 4. Tensile strength,ASTM D 638 7,000 psi 5. Abrasion Resistance,ASTM D4060 Gloss Satin CS 17 wheel(1,000 g load)1,000 cycles 4 8 mg loss with grit 10 12 mg loss without grit 6. Pot life @ 70°F 50%RH 2 hours 7. Full Chemical resistance 7 days C. Primer DUR-A-GLAZE MVP PRIMER 1. Resin type Epoxy 2. Color Clear 3. %Solids 100% 4. Mix Ratio(by volume) 2 resin to 1 hardener 5. Viscosity at 70°F(mixed hardener&resin) 1,400 cps 6. Pot Life at 70°F 45 minutes 7. Recoat range at 70°F 12—24 hours 8. Foot traffic 24 hours 9. Cured Film Thickness 16 mils at 100 sq.ft.per gallon 10. Shelf life 1 year when stored in original packaging at 73°F 11. VOC 0 g/L PART 3—EXECUTION 3.1 EXAMINATION A. Examine substrates,areas and conditions,with Applicator present,for compliance with requirements for maximum moisture content,installation tolerances and other conditions affecting flooring performance. 1. Verify that substrates and conditions are satisfactory for flooring installation and comply with requirements specified. 3.2 PREPARATION A. General 1. New and existing concrete surfaces shall be free of oil,grease,curing compounds,loose particles,moss, algae growth,laitance,friable matter,dirt,and bituminous products. 2. Moisture Testing: Perform tests recommended by manufacturer and as follows. a. Perform anhydrous calcium chloridtest ASTM F 186998.Application will proceed only when the vapor/moisture emission rates from the slab is less than and not higher than 12 lbs/1,000 sf/24 hrs. b. Perform relative humidity test using is situ probes,ASTM F 2170. Proceed with installation only after substrates have a maximum 92%relative humidity level measurement. c. If the vapor drive exceeds 92%relative humidity or 12 lbs/1,000 W24hen the Owner and/or Engineer shall be notified and advised of additional cost for the possible installation of a vapor mitigation system that has been approved by the manufacturer or other means to lower the value to the acceptable limit. IRC Shooting Range Hunter Education Classroom 09671- 4 DAA Project No.2011%7 12/12/16 Bid Set i 3. Mechanical surface preparation a. Shot blast all surfaces to receive flooring system with a mobile steel shot,dust recycling machine (Blastrac or equal). All surface and embedded accumulations of paint,toppings hardened concrete layers,laitance,power trowel finishes and other similar surface characteristics shall be completely removed leaving a bare concrete surface having a minimum profile-of CSP 4-5 as described by the International Concrete Repair Institute. b. Floor areas inaccessible to the mobile blast machines shall be mechanically abraded to the same degree of cleanliness,soundness and profile using diamond grinders,needle guns,bush hammers,or other suitable equipment. c. Where the perimeter of the substrate to be coated is not adjacent to a wall or curb,a minimum 1/4 inch key cut shall be made to properly seat the system,providing a smooth transition between areas. The detail cut shall also apply to drain perimeters and expansion joint edges. d. Cracks and joints(non-moving)greater than 1/8 inch wide are to be chiseled or chipped-out and repaired per manufacturer's recommendations. e. For Moisture Mitigation System refer to manufactures Surface Preparation Guide. 4. At spalled or worn areas,mechanically remove loose or delaminated concrete to a sound concrete and patch per manufactures recommendations. 3.3 APPLICATION A. General 1. The system shall be applied in five distinct steps as listed below: a. Substrate preparation b. Vapor mitigation system application c. Topping/overlay application with quartz_aggregate broadcast. d. Resin application with quartz aggregate broadcast. e. Topcoat application f. Second topcoat application. 2. Immediately prior to the application of any component of the system,the surface shall be dry and any remaining dust or loose particles shall be removed using a vacuum or clean,dry,oil-free compressed air. 3. The handling,mixing and addition of components shall be performed in a safe manner to achieve the desired results in accordance with the Manufacturer's recommendations. 4. The system shall follow the contour of the substrate unless pitching or other leveling work has been specified by the Architect. 5. A neat finish with well-defined boundaries and straight edges shall be provided by the Applicator. B. Moisture Mitigation System 1. Pour 2 parts resin into 1 part hardener and mix for 2 minutes using a jiffler-type mixer at 300—450 rpm. DUR-A-GLAZE MVP PRIMER is applied with a 3/16 inch V-notched squeegee and back-rolled with a 3/8 inch nap roller cover.Apply at a rate of 100 sq.ft./gallon to yield a dry film thickness of 16 mils. C. Topping 1. The topping shall be applied as a self-leveling system as specified by the Architect. The topping shall be applied in one lift with a nominal thickness of 1/8 inch. 2. The topping shall be comprised of three components,a resin,hardener and filler as supplied by the Manufacturer. 3. The hardener shall be added to the resin and thoroughly dispersed by suitably approved mechanical means. SL Aggregate shall then be added to the catalyzed mixture and mixed in a manner to achieve a homogenous blend. 4. The topping shall be applied over horizontal surfaces using%z inch"v"notched squeegee,trowels or other systems approved by the Manufacturer. 5. Immediately upon placing,the topping shall be degassed with a loop roller. 6. Quartz aggregate shall be broadcast to excess into the wet material at the rate of 0.8 lbs/sf. 7. Allow material to fully cure. Vacuum,sweep and/or blow to remove all loose aggregate. IRC Shooting Range Hunter Education Classroom 09671- 5 DAA Project No.201 EE7 12/12/16 Bid Set I D. Broadcast 1. The broadcast coat resin shall be applied at the rate of 90 sf/gal. 2. The broadcast coat shall be comprised of liquid components,combined at a ratio of 2 parts resin to 1 part hardener by volume and shall be thoroughly blended by mechanical means such as a high speed paddle mixer. i 3. Quartz aggregate shall be broadcast into the wet resin at the rate of 0.5 lbs/sf. 4. Allow material to fully cure. Vacuum,sweep and/or blow to remove all loose aggregate. E. Topcoat i I. The first topcoat shall be squeegee applied with a coverage rate of 90 sf/gal. 2. The topcoat shall be comprised of liquid components,combined at a ratio of 2 parts resin to 1 part hardener by volume and shall be thoroughly blended by mechanical means such as a high speed paddle mixer. 3. The first topcoat will be back rolled and cross rolled to provide a uniform texture and finish 2. The second topcoat(Armor Top)shall be roller applier with a coverage rate of 500 sf/gal. 3. The finish floor will have a nominal thickness of 1/4 inch. 3.4 FIELD QUALITY CONTROL A. Tests,Inspection 1. The following tests shall be conducted by the Applicator: a. Temperature 1. Air,substrate temperatures and,if applicable,dew point. b. Coverage Rates 1. Rates for all_layers shall be monitored by checking quantity of material used against the area covered. 3.5 CLEANING AND PROTECTION A. Cure flooring material in compliance with manufacturer's directions,taking care to prevent their contamination during stages of application and prior to completion of the curing process. B. Remove masking. Perform detail cleaning at floor termination,to leave cleanable surface for subsequent work of other sections. END OF SECTION 09671 I I IRC Shooting Range Hunter Education Classroom 09671- 6 DAA Project No.20117 12/12/16 Bid Set SECTION 09911 -EXTERIOR PAINTING PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. j 1.2 SUMMARY i A. This Section includes surface preparation and the application of paint systems on the following exterior substrates: I 1 1. Exterior Portland cement plaster(stucco). 2. Fiber-Cement Fascia and Trim. B. Related Sections include the following: i 1. Division 9 Section "Interior Painting"for surface preparation and the application of paint systems i on interior substrates. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. I B. Samples for Initial Selection: For each type of topcoat product indicated. C. Samples for Verification: For each type of paint system and each color and gloss of topcoat indicated. I i 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. D. 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 in Part 2, with the proposed product highlighted. IRC Shooting Range Hunter Education Classroom 09911-1 DAA Project No.2015-67 12/12/16 Bid Set 1.4 QUALITY ASSURANCE A. MPI Standards: 1. Products: Complying with MPI standards indicated and listed in"MPI Approved Products List." 2. Preparation and Workmanship: Comply with requirements in "MPI Architectural Painting Specification Manual"for products and paint systems indicated. B. Mockups: Apply benchmark samples 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 benchmark samples. a. If preliminary color selections are not approved, apply additional benchmark samples of _ additional colors selected by Architect at no added cost to Owner. 1.5 DELIVERY,STORAGE,AND HANDLING A. Store materials not in use in tightly covered containers in well-ventilated areas with ambient temperatures i 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. 1.6 PROJECT 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. 1.7 EXTRA MATERIALS A. Furnish extra materials described below that are from same production run (batch mix) as materials applied and that are packaged for storage and identified with labels describing contents. 1. Quantity: Furnish an additional 5 Insert number percent, but not less than 1 gal. (3.8 L) of each material and color applied. IRC Shooting Range Hunter Education Classroom 09911-2 DAA Project No.2015-67 12/12/16 Bid Set i 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: 1. Benjamin Moore&Co. 2. ICI Paints i 3. PPG Architectural Finishes,Inc. 4. Sherwin-Williams Company. 2.2 PAINT,GENERAL A. Material Compatibility: I i 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. i B. VOC Content: Provide materials that comply with VOC limits of authorities having jurisdiction. C. Colors: As selected by Architect from manufacturer's full range. 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 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. Plaster: 12p ercent. C. Verify suitability of substrates,including surface conditions and compatibility with existing finishes and primers. D. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. 1. Beginning coating application constitutes Contractor's acceptance of substrates and conditions. 3.2. PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual"applicable to substrates and paint systems indicated. IRC Shooting Range Hunter Education Classroom 09911-3 DAA Project No.2015-67 12/12/16 Bid Set i B. Remove plates, machined surfaces, and similar items already in place that are not to be painted. If removal is impractical or impossible because of size or weight of item,provide surface-applied protection e e 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 if any. j 2. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating,or nomenclature plates. C. Clean substrates of substances that could impair bond of paints, including dirt, oil, grease, and incompatible paints and encapsulants. i 1. Remove incompatible primers and reprime substrate with compatible primers as required to produce paint systems indicated. I D. Concrete Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture i content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. I E. 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. F. Plaster Substrates: Do not begin paint application until plaster is fully cured and dry. 3.3 APPLICATION i A. Apply paints according to manufacturer's written instructions. 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, i paint surfaces behind permanently fixed items with prime coat only. j i B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same i material are to be applied. Tint undercoats to match color of topcoat,but 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. 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. Testing of Paint Materials: Owner reserves the right to invoke the following procedure at any time and as often as Owner deems necessary during the period when paints are being applied: 1. Owner will engage the services of a qualified testing agency to sample paint materials being used. Samples of material delivered to Project site will be taken, identified, sealed, and certified in presence of Contractor. 2. Testing agency will perform tests for compliance of paint materials with product requirements. IRC Shooting Range Hunter Education Classroom 09911-4 DAA.Project No.2015-67 12/12/16 Bid Set 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. 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. 1 D. At completion of construction activities of other trades,touch up and restore damaged or defaced painted surfaces. 3.6 EXTERIOR PAINTING SCHEDULE _ --A. _ _ Stucco Substrates:_ a. Prime Coat: Alkali-resistant primer. b. Intermediate Coat: Exterior latex matching topcoat. c. Topcoat: Exterior latex.(eggshell or satin) B. Fiber-Cement Fascia,Trim and Soffit: a. Prime Coat: Alkali-Resistant Primer as recommended in writing by topcoat manufacturer. b. Intermediate Coat: As recommended in writing by topcoat manufacturer. C. Topcoat: Latex(exterior). END OF SECTION 09911 IRC Shooting Range Hunter Education Classroom 09911-5 DAA Project No.2015-67 12/12/16 Bid Set i SECTION 09912-INTERIOR PAINTING PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes surface preparation and the application of paint systems on the following interior substrates: 1. Concrete masonry units(CMU). B. Related Sections include the following: 1. Division 9 Section'Exterior Painting"for surface preparation and the application of paint systems on exterior substrates. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Initial Selection: For each type of topcoat product indicated. C. Samples for Verification: For each type of paint system and in each color and gloss of topcoat indicated. 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. D. 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 in Part 2, with the proposed product highlighted. 1.4 QUALITY ASSURANCE A. MPI Standards: 1. Products: Complying with MPI standards indicated and listed in"MPI Approved Products List." 2. Preparation and Workmanship: Comply with requirements in "MPI Architectural Painting Specification Manual'for products and paint systems indicated. IRC Shooting Range Hunter Education Classroom 09912-1 DAA Project No.2015-67 12/12/16 Bid Set i B. Mockups: Apply benchmark samples 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. i a. Wall and Ceiling Surfaces: Provide samples of at least 100 sq.ft.(9 sq.in). b. Other Items: Architect will designate items or areas required. i 2. Apply benchmark samples after permanent lighting and other environmental services have been activated. 3. Final approval of color selections will be based on benchmark samples. i a. If preliminary color selections are not approved, apply additional benchmark samples of additional colors selected by Architect at no added cost to Owner. ; i 1.5 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. i 1.6 PROJECT 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). I B. Do not apply paints 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. I 1.7 EXTRA MATERIALS i A. Furnish extra materials described below that are from same production run (batch mix) as materials applied and that are packaged for storage and identified with labels describing contents. i 1. Quantity: Furnish an additional 5 percent, but not less than 1 gal. (3.8 L) of each material and color applied. IRC Shooting Range Hunter Education Classroom 09912-2 DAA Project No.2015-67 12/12/16 Bid Set PART2-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: 1. Benjamin Moore&Co. 2. TCI Paints 3. PPG Architectural Finishes,Inc. 4. Sherwin-Williams Company. 2.2 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. B. Samples for Initial Selection: For each type of topcoat product. C. Samples for Verification: For each type of paint system and in 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. i 4. Label each Sample for location and application area. D. 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. 2.3 PAINT,GENERAL A. 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. B. Chemical Components of Field-Applied Interior Paints and Coatings: Provide products that comply with the following limits for VOC content, exclusive of colorants added to a tint base, when calculated according to 40 CFR 59, Subpart D (EPA Method 24) and the following chemical restrictions; these requirements do not apply to primers or finishes that are applied in a fabrication or finishing shop: 1. Flat Paints and Coatings: VOC content of not more than 50 g/L. 2. Nonflat Paints and Coatings: VOC content of not more than 150 g/L. 3. Aromatic Compounds: Paints and coatings shall not contain more than 1.0 percent by weight of total aromatic compounds(hydrocarbon compounds containing one or more benzene rings). IRC Shooting Range Hunter Education Classroom 09912-3 DAA Project No.2015-67 12/12/16 Bid Set 4. Restricted Components: Paints and coatings shall not contain any of the following: a. Acrolein. b. Acrylonitrile. C. Antimony. d. Benzene. e. Butyl benzyl phthalate. f. Cadmium. g. Di(2-ethylhexyl)phthalate. h. Di-n-butyl phthalate. i. Di-n-octyl phthalate. j. 1,2-dichlorobenzene. k. Diethyl phthalate. 1. Dimethyl phthalate. M. Ethylbenzene. n. Formaldehyde. o. Hexavalent chromium. P. Isophorone. q. Lead. r. Mercury. S. Methyl ethyl ketone. t. Methyl isobutyl ketone. U. Methylene chloride. V. Naphthalene. W. Toluene(methylbenzene). X. 1,1,1-trichloroethane. Y. Vinyl chloride. - - -- — - - - -------- -----C. Colors: As selected by Architect from manufacturer's full range. 2.4 BLOCK FILLERS A. Interior/Exterior Latex Block Filler: MPI#4. 1. VOC Content: E Range of E2. 2.5 PRIMERS/SEALERS A. Interior Latex Primer/Sealer: MPI#50. 1. VOC Content: E Range of El. 2. Environmental Performance Rating: EPR 1. 2.6 LATEX PAINTS A. High-Performance Architectural Latex(Low Sheen): MPI#138(Gloss Level 2). 1. VOC Content: E Range of El. 2. Environmental Performance Rating: EPR 4. B. High-Performance Architectural Latex(Eggshell): MPI#139(Gloss Level 3). 1. VOC Content: E Range of E2. 2. Environmental Performance Rating: EPR S. IRC Shooting Range Hunter Education Classroom 09912-4 DAA Project No.2015-67 IVIV16 Bid Set i i C. High-Performance Architectural Latex(Satin): MPI#140(Gloss Level 4). 1. VOC Content: E Range of El. 2. Environmental Performance Rating: EPR 4.5. D. High-Performance Architectural Latex(Semigloss): MPI#141 (Gloss Level 5). 1. VOC Content: E Range of El. 2. Environmental Performance Rating: EPR 5. 2.7 METAL PRIMERS A. Alkyd Anticorrosive Metal Primer: MPI#79. 1. VOC Content: E Range of El. B. Quick-Drying Alkyd Metal Primer: MPI#76. 1. VOC Content: E Range of El. C. Cementitious Galvanized-Metal Primer: MPI#26. .1. VOC Content: E Range of El. 2.8 LATEX PAINTS A. Interior Latex(Flat): MPI#53 Gloss Level 1). 1. VOC Content: E Range of El. 2. Environmental Performance Rating: EPR 1.5. B. Interior Latex(Low Sheen): MPI#44(Gloss Level 2). 1. VOC Content: E Range of El. 2. Environmental Performance Rating: EPR 1. C. Interior Latex(Eggshell): MPI#52(Gloss Level 3). 1. VOC Content: E Range of El. 2. Environmental Performance Rating: EPR 1. D. Interior Latex(Satin)• MPI#43(Gloss Level 4) . 1. VOC Content: E Range of El. 2. Environmental Performance Rating: EPR 1.5. E. Interior Latex(Semigloss): MPI#54(Gloss Level 5). 1. VOC Content: E Range of E1. 2. Environmental Performance Rating: EPR 2. F. Interior Latex(Gloss): MPI#114(Gloss Level 6,except minimum gloss of 65 units at 60 deg). I. VOC Content: E Range of El. 2. Environmental Performance Rating: EPR 2. IRC Shooting Range Hunter Education Classroom 09912-5 DAA Project No.2015-67 12/12/16 Bid Set 2.9 ALKYD PAINTS A. Interior Alkyd(Flat): MPI#49(Gloss Level 1). 1. VOC Content: E Range of E1. B. Interior Alkyd(Eggshell): MPI#51 (Gloss Level 3). 1. VOC Content: E Range of E1. C. Interior Alkyd(Semigloss): MPI#47(Gloss Level 5). 1. VOC Content: E Range of El. 2. Environmental Performance Rating: EPR 1. D. Interior Alkyd(Gloss): MPI#48(Gloss Level 6). 1. VOC Content: E Range of El. E. Interior Latex(Semigloss): MPI#54(Gloss Level 5). 1. VOC Content: E Range of El. 2. Environmental Performance Rating: EPR 2. F. Interior Latex(Gloss): MPI#114(Gloss Level 6,except minimum gloss of 65 units at 60 deg). 1. VOC Content: E Range of El. 2. Environmental Performance Rating: EPR 2. 3. VOC Content: E Range of El. 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 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. C. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. D. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. j I 1. Beginning coating application constitutes Contractor's acceptance of substrates and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual"applicable to substrates indicated. IRC Shooting Range Hunter Education Classroom 09912-6 DAA Project No.2015-67 12/12/16 Bid Set I B. Remove plates, machined surfaces, and similar items already in place that are not to be painted. If j 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 if any. 2. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating,or nomenclature plates. C. Clean substrates of substances that could impair bond of paints, including dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers 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. I E. Clay Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture content of surfaces or alkalinity of mortar joints to be painted exceed that permitted in manufacturer's written instructions. F. Concrete Masonry Substrates: Remove 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. G. Steel Substrates: Remove rust and loose mill scale. Clean using methods recommended in writing by paint manufacturer. H. Galvanized-Metal Substrates: Remove grease and oil residue from galvanized sheet metal fabricated from coil stock by mechanical methods to produce clean,lightly etched surfaces that promote adhesion of subsequently applied paints. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions. 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation,paint surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Paint front and backsides of access panels,removable or hinged covers,and similar hinged items to match exposed surfaces. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Tint undercoats to match color of topcoat,but 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. IRC Shooting Range Hunter Education Classroom 09912-7 DAA Project No.2015-67 12/12/16 Bid Set 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. E. Painting Mechanical and Electrical Work: Paint items exposed in equipment rooms and occupied spaces including,but not limited to,the following: 1. Mechanical Work: a. Uninsulated metal piping. b. Uninsulated plastic piping. C. Pipe hangers and supports. d. Tanks that do not have factory-applied final finishes. e. Visible portions of internal surfaces of metal ducts, without liner, behind air inlets and outlets. f. Duct,equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. g. Mechanical equipment that is indicated to have a factory-primed finish for field painting. 2. Electrical Work: a. Switchgear. b. Panelboards. C. Electrical equipment that is indicated to have a factory-primed finish for field painting. —3.4-1 FIELD QUALITY CONTROL A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure at any time and as often as Owner deems necessary during the period when paints are being applied: 1. Owner will engage the services of a qualified testing agency to sample paint materials being used. Samples of material delivered to Project site will be taken, identified, sealed, and certified in presence of Contractor. 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. 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. IRC Shooting Range Hunter Education Classroom 09912-8 DAA Project No.2015-67 12/12/16 Bid Set D. At completion of construction activities of other trades,touch up and restore damaged or defaced painted surfaces. 3.6 INTERIOR PAINTING SCHEDULE A. CMU Substrates: 1. High-Performance Architectural Latex System: MPI INT 9.2B. a. Prime Coat: Interior/exterior Acrylic block filler. b. Prime Coat: Interior latex primer/sealer. C. Intermediate Coat: High-performance architectural latex matching topcoat. d. Topcoat: High-performance architectural latex(semi-gloss). B. Gypsum Board Substrates: 1. High-Performance Architectural Latex System: MPI INT 9.2B a. Prime Coat: Interior latex primer/sealer. b. Intermediate Coat: High-performance architectural latex matching topcoat. c. Topcoat: High-performance architectural latex(semi-gloss). C. Steel Substrates: 1. Latex Over Alkyd Primer System: MPI INT 5.1Q. a. Prime Coat: Alkyd anticorrosive metal primer. b. Intermediate Coat: Interior latex matching topcoat. C. Topcoat: Interior latex(low sheen). D. Galvanized-Metal Substrates: 1. Alkyd System: MPI INT 5.3C. a. Prime Coat: Cementitious galvanized-metal primer. b. Intermediate Coat: Interior alkyd matching topcoat. C. Topcoat: Interior alkyd(eggshell). O 1 END OF SECTION 99 2 IRC Shooting Range Hunter Education Classroom 09912-9 DAA Project No.2015-67 12/12/16 Bid Set SECTION 09960—HIGH PERFORMANCE WALL COATING SYSTEM Part 1: General 1.01 Related Documents A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. 1.02 System Description A. This system shall be applied to the prepared substrates in the Restrooms as defined in the plans Y PP P P � ) as epoxy paint and strictly in accordance with the manufacturer's recommendations. B. Florock Floropoxy Wall Coating System is a high performance, non-sag, colorfast wall system that provides a tough, abrasion and chemical resistant surface. This VOC-compliant, low odor system results in a jointless"tile-like"finish with an optional urethane topcoat. 1.03 Submittals A. Product Data 1. Current edition of manufacturer's product literature including physical data,chemical resistance,surface preparation,and application instructions. B. Samples 1. A 6 inch(150 mm)square sample of the proposed system shall be submitted to represent the finished system. C. Warranty 1. Manufacturer's standard warranty 2. Applicator's standard warranty 1.04 Quality Assurance A. Qualifications 1. The manufacturer shall have a minimum of 10 years experience in the production,sales,and technical support of polymer-based floor coatings. 2. The applicator shall have a minimum of 10 years experience in the application of polymer floor coatings to concrete floors documented in writing by Florock/Crawford Laboratories,Inc. 3. Proposed suppliers of other products shall provide certification that they have 10 years experience in the production of polymer floor coatings and be required to meet all provisions of this specification as well as provide evidence for compatibility between components to the satisfaction of the Architect&Owner. B. Pre-Bid Conference 1. A pre-bid conference should be held between prospective applicators and the Architect to review surface preparation,application,clean-up procedures,and design issues. IRC Shooting Range Hunter Education Classroom 09960-1 DAA Project No.2015-67 12/12/16 Bid Set C. Packing and Shipping 1. All materials are to be delivered to the job site in the manufacturer's original packaging. The product code and other identification marks should be clearly marked and visible. D. Storage and Protection 1. All material is to be stored in a cool, dry place out of the direct sunlight and away from any ignition sources.The applicator should refer to the manufacturer's literature and material safety data sheets for more information. 2. Material Safety Data Sheets are to be kept on site and made readily available for all personnel. 3. Keep containers sealed and ready for use. 1.04 Project Conditions A. Environmental Requirements 1. Optimum air and substrate temperature for product application is between 55 F (13 C)and 95 F(35 Q.Consult the manufacturer for product application suggestions for temperatures out of the specified range. 2. Verify the work environment is properly equipped with vapor barriers and perimeter drains. Maintain proper lighting throughout the work environment;the lighting should be comparable_ to the final lighting level of the space. 4. Store and dispose of any waste in accordance with regulations of local authorities. B. Safety Requirements 1. "No Smoking"signs shall be posted throughout the work area prior to application. 2. The owner shall be responsible for removing any foodstuffs from the work area. 3. Open flames,spark producing tools/items,and ignition sources shall be removed from the work area prior to application. 4. Only work-related personnel shall be allowed within the work area. 1.05 Warranty A. Coordination 1. The manufacturer offers a full,one-year warranty against defects in materials.Warranties concerning the installation of the material are solely the responsibility of the applicator. IRC Shooting Range Hunter Education Classroom 09960-2 DAA Project No.2015-67 12/12/16 Bid Set i Part 2: Products 2.01 Manufacturer A. Crawford Laboratories,Inc. 4165 South Emerald Avenue Chicago,IL 60609 Phone:(773)376-7132 Fax:(773)376-0945 www.florock.net 2.02 Materials A. Wall Coating 1. Appropriate Florock 47,48 or 49 series epoxy as a primer. 2. Appropriate Florock 48 or 49 series epoxy as optional base coat 3. Appropriate Florock 48 series epoxy as top coat 4. Optional Urethane topcoats i. 2.03. Properties A. The coating system should meet the following physical properties: I` 'Cured System Properties Tensile Stength ASTM D2370 1768 PSI i. Elongation ASTM D2370 5% Shore Hardness A/D ASTM D2240 100/75 Sag ASTM D4400 7 Sward Hardness ASTM D2240 70 Part 3:Execution 3.01 Inspection A. General 1. Examine the areas and conditions where wall coating is to be installed and notify the Architect of conditions detrimental to the proper and timely completion of the work.Do not proceed with the work until unsatisfactory conditions have been corrected by the contractor in a manner acceptable to the Architect. 3.02 Preparation A. Patching and Joint Preparation 1. Before application,the wall shall be examined for spalls,pitts,holes,cracks,etc... These must be treated after preparation and before application. Patch with 100%solids epoxy Florock Floropoxy 47 or 49 series or F1oroGel. IRC Shooting kange Hunter Education Classroom 09960-3 DAA Project No.2015-67 12/12/16 Bid Set i B. Surfaces 1. Concrete-Shot-blast or diamond grind as required to obtain clean,open porous concrete. Remove sufficient material to provide a sound surface,free of laitance,glaze,efflorescence, and any bond-inhibiting curing compounds or form release agents.Remove grease,oil,and other penetrating contaminants.Repair damaged and deteriorated concrete to acceptable condition; leave surface free of dust,dirt,laitance,and efflorescence. 2. Masonry Block-Clean,dry and coated with appropriate primer/filler. C. Materials 1.Mix components when required,and prepare materials according to flooring system manufacturer's instructions. 3.03 Application A. General 1. The system shall be installed in the order described below: a. Substrate Preparation b. Primer c. Basecoat d. Topcoat Application 2. Concrete surfaces on grade shall have been constructed with a vapor barrier to protect against the effects of vapor transmission and possible delamination of the system. 3. The surface should be dry prior to application of any of the aforementioned steps. Furthermore,the substrate shall always be kept clean,dry,and free of any contaminants. 4. The handling and mixture of any material associated with the installation of the system shall be in accordance with the manufacturer's recommendations and approved by the Architect. 5. The system shall follow the contours of the substrate unless otherwise specified by the Architect. 6. A neat finish with well defined boundaries and straight edges shall be provided by the applicator. B.:Wall System 1.Primer shall consist of Florock 100%solids epoxy. 2: Optional basecoat shall consist of Floropoxy 48 or 49 series. 3.Topcoat of Floropoxy 48 series 4. Optional Urethane Topcoat of Florock's Florothane LRC Shooting Range Hunter Education Classroom 09960-4 DAA Project No.2015-67 12/12/16 Bid Set 3.04 Field Quality Control A. Tests&Inspection 1. The following tests shall be performed by the applicator and recorded during application to submit to the Architect: a. Temperature During Installation 1.Air 2. Substrate 3.Dew Point 3.05 Cleaning A. Disposal 1. Properly remove and dispose of any excess materials. END OF SECTION 09960 IRC Shooting Range Hunter Education Classroom 09960-5 DAA Project No.2015-67 12/12/16 Bid Set SECTION 10155-TOILET COMPARTMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. i 1.2 SUMMARY ! A. This Section includes solid-polymer units as follows: 1. Toilet Enclosures: Floor anchored. 2. Urinal Screen:Wall anchored B. Related Sections include the following: 1. Division 6 Section"Rough Carpentry". 2. Division 10 "Toilet and Bath Accessories" for toilet tissue dispensers, grab bars, purse shelves, and similar accessories. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles,and finishes. B. Shop Drawings: Include plans,elevations,sections,details,and attachments to other work. 1. Show locations of cutouts for compartment-mounted toilet accessories. C. Samples for Initial Selection: For each type of unit indicated. D. Samples for Verification: Of each type of color and finish required for units, prepared on 6-inch- (150- mm-)square Samples of same thickness and material indicated for Work. 1.4 QUALITY ASSURANCE A. Comply with requirements in CID-A-A-60003,"Partitions,Toilets,Complete." I IRC Shooting Range Hunter Education Classroom 10155-1 DAA Project No.2015-67 12/12/16 Bid Set 1.5 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls, columns, ceilings, and other construction contiguous with toilet compartments by field measurements before fabrication and indicate measurements on Shop Drawings. 1. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish dimensions and proceed with fabricating toilet compartments without field measurements. Coordinate wall,floor, ceilings, and other contiguous construction to ensure that actual dimensions correspond to established dimensions. PART 2-PRODUCTS 2.1 SOLID-POLYMER UNITS 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: 1. Ampco. 2. Comtec Industries. 3. Santana Products,Inc. B. Door,Panel,and Pilaster Construction: Solid,high-density polyethylene(HDPE)or polypropylene(PP) panel material, not less than I inch (25 mm) thick, seamless, with eased edges, and with homogenous color and pattern throughout thickness of material.- --- - -- -- -------------__ _- 1. Color and Pattern: One color and pattern in each room as selected by Architect from manufacturer's full range of colors and patterns. C. Pilaster Shoes: Manufacturer's standard design;polymer. I. Polymer Color and Pattern. Matching pilaster. D. Bracketsitting ) s : � 1. Full-Height(Continuous)Type: Manufacturer's standard design;polymer. a. Polymer Color and Pattern: Matching pilaster. E. Heat-Sink Strip: Manufacturers standard continuous, extruded-aluminum strip fastened to exposed bottom edges of solid-polymer components to prevent burning. IRC Shooting Range Hunter Education Classroom 10155-2 DAA Project No.2015-67 12/12/16 Bid Set i 2.2 ACCESSORIES A. Hardware and Accessories: Manufacturer's standard design, heavy-duty operating hardware and accessories. 1. Material: Chrome-plated brass. B. Anchorages and Fasteners: Manufacturer's standard exposed fasteners of stainless steel or chrome-plated steel or brass, finished to match hardware, with theft-resistant-type heads. Provide sex-type bolts for through-bolt applications. For concealed anchors, use hot-dip galvanized or other rust-resistant, protective-coated steel. I 2.3 FABRICATION A. Floor-Anchored Units: Provide manufacturer's standard corrosion-resistant anchoring assemblies complete with threaded rods, lock washers, and leveling adjustment nuts at pilasters for structural connection to floor. Provide shoes at pilasters to conceal anchorage. .i B. Doors: Unless otherwise indicated, provide 24-inch- (610-mm-) wide in-swinging doors for standard toilet compartments and 36-inch- (914-mm-) wide out-swinging doors with a minimum 32-inch- (813- mm-)wide clear opening for compartments indicated to be accessible to people with disabilities. 1. Hinges: Manufacturer's standard self-closing type that can be adjusted to hold doors open at any angle up to 90 degrees. I 2. Latch and Keeper: Manufacturer's standard surface=mounted latch unit designed for emergency access and with combination rubber-faced door strike and keeper. Provide units that comply with accessibility requirements of authorities having jurisdiction at compartments indicated to be accessible to people with disabilities. 3. Coat Hook: Manufacturer's standard combination hook and rubber-tipped bumper, sized to prevent door from hitting compartment-mounted accessories. 4. Door Bumper: Manufacturer's standard rubber-tipped bumper at out-swinging doors. 5. Door Pull: Manufacturer's standard unit at out-swinging doors that complies with accessibility requirements of authorities having jurisdiction. Provide units on both sides of doors at compartments indicated to be accessible to people with disabilities. 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). I IRC Shooting Range Hunter Education Classroom 10155-3 DAA Project No.2015-67 12/12/16 Bid Set i i I i B. Floor-Anchored Units: Set pilasters with anchors penetrating not less than 2 inches (50 min) into i structural floor, unless otherwise indicated in manufacturer's written instructions. Level, plumb, and tighten pilasters. Hang doors and adjust so tops of doors are level with tops of pilasters when doors are in closed position. i C. Wall-Hung Urinal Screens: Attach with anchoring devices to suit supporting structure. Set units level and plumb and to resist lateral impact. 3.2 ADJUSTING A. Hardware Adjustment: Adjust and lubricate hardware according to 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 to return doors to fully closed position. I i END OF SECTION 10155 i i 1 IRC Shooting Range Hunter Education Classroom 10155-4 DAA Project No.2015-67 12/12/16 Bid Set i SECTION 10440-IDENTIFYING DEVICES 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. 1.2 SUMMARY A. Provide labor,materials and equipment necessary for the complete installation of identifying devices as indicated on the Drawings and specified herein. 1.Interior Signage-Laser Cut 1.3 SECTION INCLUDES: A. Required sign type: 1.Interior room,space and area ID signs. 2.Intemational symbols of accessibility for accessible spaces and exits. 3.Accessible routes and spaces 4.Tactile"exit"signs 5.Hazard and safety signs 1.2 REFERENCES A. ANSI Al 17.1 -Specifications for Making Buildings and Facilities Accessible To and Usable By Physically Handicapped People B. Florida Building Code,Chapter 11 and Section 423.14.2 C. NFPA 101-00:7.10.1.3. 1.3 SUBMITTALS A. Submit shop drawings under provisions of Division 0—Technical Provisions. B. Shop Drawings: Indicate sign styles,lettering font,foreground and background colors, locations,overall dimensions of each sign and anchorage.Sign Schedule: Provide complete interior and exterior sign schedule showing sign type,location,and verbage. C. Samples: Submit two sample signs in size illustrating type,style,letter font and colors specified method of attachment. 1.Framed or Unframed Room Number and Name Signs. D. Manufacturer's Installation Instructions: Included installation template and attached devices. E. Colors: Colors shall be as selected by the Architect. 1.4 QUALITYASSURANCE A. Reference Codes and Specifications:Standard Building Code. IRC Shooting Range Hunter Education Classroom 10440-1 DAA Project No.2015-67 12/12/16 Bid Set 1.5 AMERICANS WITH DISABILITIES ACT(A.D.A.)REQUIREMENTS A. Signage shall be provided to conform with A.D.A.requirements.Manufacturer shall conform to tactile,Grade 2 Braille,size and stroke width of letters, pictograms and any other that are required by A.D.A.Accessibility Guidelines for Buildings and Facilities,Section 4.30,Signage,and other applicable sections;and State and Local Codes and Regulations. PART 2-PRODUCTS 2.1 MANUFACTURER A. Interior Identifying Devices shall be manufactured by one of the following: 1. Rick's Quality Printing&Signs,Cocoa,Florida 2. Andco Industries Corporation,Greensboro,North Carolina 3. ARK Ramos,Oklahoma City,Oklahoma 4. Gold Coast Signs and Design,Delray Beach,Florida B. Products of other manufacturers may be considered for acceptance providing they equal or exceed the material and fabrication requirements of the specified product.Requests for Architects approval and complete technical data for evaluation must be received at least 10 days prior to bid due date. Additional approved manufacturers will be issued by Addendum. 2.2 INTERIOR SIGNAGE A. Manufacturing: i 1. Materials used shall be 1/8"thick,acrylic plastic substrate exterior quality. 2. Letters, pictograms and Grade 2 Braille shall be raised at least 1/32" and fabricated by chemical weld'process using 3M 464XL adhesive. Grade 2 Braille shall be precision-formed Sznott Dotz system. 3. Raised Letters and Numbers shall have a width to height ratio between 1:5 and 1:10.Letters and numbers shall be upper case sans serif or simple sans serif type and accompanied by Grade 2 Braille.Raised text shall be 5/8"high minimum and 2"maximum.Refer to Drawings for sizes and layouts as needed.Raised pictograms shall be accompanied by the associated verbal description placed directly below the pictogram. 4. Characters and background shall be eggshell,matte or other non-glare finish. 5. Sign plates shall have 5/16"radius corners,beveled edges and 3/8"border. 6. Signs shall be mounted in accordance with approved shop drawings, A.D.A.requirements,in conformance with Manufacturer's instructions using only approved materials and methods. IRC Shooting Range Hunter Education Classroom 10440-2 DAA Project No.2015-67 12/12/16 Bid Set i B. Signage Types: 1. Capacity signs for all rooms with capacity of 49 persons or more. Signs shall be 6"X 6" nominal. 2. Toilet Room Signs shall be at all toilets and Handicap facilities shall have the International Symbol of Accessibility on the sign as well as the appropriate gender i pictogram.Signs shall be 6"X 6"nominal. 3. Interior Room Name and Number Signs shall designate each room entrance from all logical directions.Signs shall be 6"X 6"nom. 4. Room Number Signs shall contain the appropriate numbers as per the floor plan. ! Signs shall be 2"X 6"unframed,mechanically fastened to door header. i i PART 3-EXECUTION i 3.1 INSTALLATION A. Install interior and exterior signage in accordance with approved shop drawings, A.D.A.requirements,and at locations indicated on the Architects Drawings - _ and in conformance with Manufacture's instructions using only approved materials and methods. i 1. A.D.A.Requirements:Signs for Accessibility,Room Identification, and Life Safety shall be mounted on the wall at 60"on-center AFF on the latch side of the door. 3.2 CLEANING: A. After installation,all exposed surfaces shall be thoroughly cleaned and all damaged material shall be restored to its original condition or replaced with new material. 3.3 WARRANTY: A. This Contractor shall fully guarantee all materials and labor under this section for a period of one(1)year from date of final acceptance of the building against all defects in both workmanship and materials and he shall promptly correct and/or replace such faulty work if so notified. END OF SECTION 10440 IRC Shooting Range Hunter Education Classroom 10440-3 DAA Project No.2015-67 12/12/16 Bid Set I I SECTION 10520-FIRE-PROTECTION SPECIALTIES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Portable fire extinguishers. 2. Mounting brackets for fire extinguishers. 1.3 SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles,and finishes for fire-protection cabinets. 1. Fire Extinguishers: Include rating and classification. B. Maintenance Data: For fire extinguishers to include in maintenance manuals. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain fire extinguishers through one source from a single manufacturer. B. NFPA Compliance: Fabricate and label fire extinguishers to comply with NFPA 10, "Portable Fire Extinguishers." C. 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. 1.5 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of portable 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. IRC Shooting Range Hunter Education Classroom 10520-1 DAA Project No.2015-67 12/12/16 Bid Set 2. Warranty Period: Six years from date of Substantial Completion. 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 Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2.2 PORTABLE FIRE EXTINGUISHERS A. Available Manufacturers: 1. Ansul Incorporated. 2. Fire End&Croker Corporation. 3. JL Industries,Inc. , 4. Kidde Fyrnetics. 5. Larsen's Manufacturing Company. B:---- General:-Provide fire extinguishers of type size,and capacity for each mounting bracket indicated—. —----- C. Multipurpose Dry-Chemical Type in Steel Container: UL-rated 2-A:10-B:C, 5-lb (2.3-kg) nominal capacity,with monoammonium phosphate-based dry chemical in enameled-steel container. 2.3 MOUNTING BRACKETS A. Available Manufacturers: 1. Buckeye Fire Equipment Company. 2. JL Industries,Inc. 3. Larsen's Manufacturing Company. B. Mounting Brackets: Manufacturer's standard galvanized steel, designed to secure fire extinguisher to wall or structure,of sizes required for types and capacities of fire extinguishers indicated,with plated or baked-enamel finish. 1. Color: Red. C. Identification: Lettering complying with authorities having jurisdiction for letter style,size,spacing, and location. Locate as indicated by Architect. 1. Identify bracket-mounted fire extinguishers with the words"FIRE EXTINGUISHER"in red letter decals applied to mounting surface. a. Orientation: Horizontal. IRC Shooting Range Hunter Education Classroom 10520-2 DAA Project No.2015-67 12/12/16 Bid Set 2.4 FINISHES,GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 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. 2.5 STEEL FINISHES A. Surface Preparation: Clean surfaces of dirt,oil,grease,mill scale,rust,and other contaminants that could impair paint bond using manufacturer's standard methods. i B. Baked-Enamel Finish: Immediately after cleaning and pretreating, apply manufacturer's standard two- coat, baked-enamel finish consisting of prime coat and thermosetting topcoat. Comply with paint manufacturer's written instructions for applying and baking to achieve a minimum dry film thickness of 2 mils(0.05 mm). r PART 3-EXECUTION 3.1 EXAMINATION A. Examine fire extinguishers for proper charging and tagging. 1. Remove and replace damaged,defective,or undercharged units. B. Proceed with installation only after unsatisfactory conditions have been corrected. C. General: Install fire-protection specialties in locations and at mounting heights indicated or, if not indicated,at heights indicated below: 1. Mounting Brackets: 54 inches(1372 mm)above finished floor to top of fire extinguisher. D. Mounting Brackets: Fasten mounting brackets to surfaces,square and plumb,at locations indicated. E. Identification: Apply vinyl lettering at locations indicated. 3.2 ADJUSTING AND CLEANING A. Remove temporary protective coverings and strippable films, if any, as fire-protection specialties are installed,unless otherwise indicated in manufacturer's written installation instructions. END OF SECTION 10520 IRC Shooting Range Hunter Education Classroom 10520-3 DAA Project No.2015-67 12/12/16 Bid Set SECTION 10801-TOILET AND BATH ACCESSORIES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and Technical Provisions of the Contract, including General and Supplementary Conditions and Division 0 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Restroom accessories. 2. Underlavatory guards. 3. Custodial accessories. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include the following: 1. Construction details and dimensions. - -- - - - - - --- -- --------g--- ---- - 9 -- -- -- --g--q - - - 2. Anchorin and mountingre uirements, i___ncludin re uirements for cutouts in other work and substrate preparation. 3. Material and finish descriptions. 4. Features that will be included for Project. 5. Manufacturer's warranty. I B. Maintenance Data: For toilet and bath accessories to include in maintenance manuals. 1.4 QUALITY ASSURANCE A. Source Limitations: For products listed together in the same articles in Part 2,provide products of same manufacturer unless otherwise approved by Architect. 1.5 COORDINATION A. Coordinate accessory locations with other work to prevent interference with clearances required for access by people with disabilities, and for proper installation, adjustment, operation, cleaning, and servicing of accessories. B. Deliver inserts and anchoring devices set into concrete or masonry as required to prevent delaying the Work. IRC Shooting Range Hunter Education Classroom 10801-1 DAA Project No.2015-67 12/12/16 Bid Set i 1.6 WARRANTY A. Special Mirror Warranty: Manufacturer's standard form in which manufacturer agrees to replace mirrors that develop visible silver spoilage defects and that fail in materials or workmanship within specified warranty period. 1. Warranty Period: 15 years from date of Substantial Completion. PART 2-PRODUCTS 2.1 MATERIALS A. Stainless Steel: ASTM A 666, Type 304, 0.0312-inch (0.8-mm) minimum nominal thickness, unless otherwise indicated. B. Brass: ASTM B 19 flat products; ASTM B 16(ASTM B 16M),rods, shapes,forgings,and flat products with finished edges;or ASTM B 30,castings. C. Steel Sheet: ASTM A 1008/A 1008M,Designation CS(cold rolled,commercial steel),0.0359-inch(0.9- mm)minimum nominal thickness. D. Galvanized Steel Sheet: ASTM A 653/A 653M,with G60(Z180)hot-dip zinc coating. E. Galvanized Steel Mounting Devices: ASTM A 153/A 153M,hot-dip galvanized after fabrication. Fastenem Screws, bolts,arid other &vices of same material-as accessory unit and--tamper-and-theft - - -- ---------- resistant where exposed,and of galvanized steel where concealed. G. Chrome Plating: ASTM B 456,Service Condition Number SC 2(moderate service). 14. Mirrors: ASTM C 1503,Mirror Glazing Quality,clear-glass mirrors,nominal 6.0 mm thick. I. ABS Plastic: Acrylonitrile-butadiene-styrene resin formulation. 2.2 RESTROOM ACCESSORIES 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: 1. A&J Washroom Accessories,Inc. 2. American Specialties,Inc. 3. Bobrick Washroom Equipment,Inc. 4. Bradley Corporation. B. Toilet Tissue (Roll) Holder: Where this designation is indicated, provide 4 toilet tissue dispensers complying with the following: 1. Description: Classic Series-Model:B-2740. 2. Mounting: .Surface mounted with concealed anchorage. 3. Operation: Non control delivery with standard spindle. 4. Material and Finish: Satin-finish cast aluminum bracket with plastic spindle. IRC Shooting Range Hunter Education Classroom 10801-2 DAA Project No.2015-67 12/12/16 Bid Set C. Paper Towel C e n t e r P u 11 Dispenser: Where this designation is indicated, provide 6 paper towel dispensers complying with the following: 1. Mounting: Surface mounted.JOFEL 030-02 2. Minimum Capacity: One Roll 9"wide. 3. Material and Finish: Cover and Base ABS plastic.Transparent smoke cover,light grey base. 4. Lockset: Keyless Entry. D. Liquid-Soap Dispenser: Where this designation is indicated, provide 6 Liquid-Soap Dispenser dispensers complying with the following: 1. Description: Classic Series B-2111. 2. Mounting: Vertically oriented,surface mounted. 3. Capacity: 40-oz. 4. Materials: Stainless steel,No.4 finish(satin). 5. Lockset: Tumbler type. E. Grab Bar: Where this designation is indicated,provide 2 set of stainless-steel grab bars complying with the following: 1. Mounting: Flanges with concealed fasteners. 2. Material: Stainless steel,0.05 inch(1.3 min)thick. a. Finish: Smooth,No.4,satin finish on ends and slip-resistant texture in grip area. 3. Outside Diameter: 1-1/2 inches(38 mm). 4. Configuration and Length: 36"long and 42"long per handicapped restroom-2 sets. -- -- 5: ---Configuration and Length: 36"-long and 12"long-per-handicapped shower-2 sets. - ----'- - -- ----- -.-F. Mirror Unit with shelf: Where this designation is indicated, provide 6 Mirror Units with shelf dispensers complying with the following: 1. Frame: Glass i 2. Corners: Manufacturer's standard. 3. Hangers: Produce rigid,tamper-and theft-resistant installation,using method indicated below. a. One-piece, galvanized steel,wall-hanger device with spring-action locking mechanism to hold mirror unit in position with no exposed screws or bolts. b. Wall bracket of galvanized steel, equipped with concealed locking devices requiring a special tool to remove. 4. Size:.18"x 30". 5. Length: 24 inches(610 nim.). 6. Material and Finish: Stainless steel,No.4 finish(satin). 2.3 UNDERLAVATORY GUARDS 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: 1. Plumberex Specialty Products,Inc. 2. TCI Products. 3. Truebro,Inc. IRC Shooting Range Hunter Education Classroom 10801-3 DAA Project No.2015-67 12/12/16 Bid Set B. Underlavatory Guard: Where this designation is indicated, provide in Staff Restroom 120 1 Underlavatory Guard complying with the following 1. Description: Insulating pipe covering for supply and drain piping assemblies,that prevent direct contact with and bums from piping,and allow service access without removing coverings. 2. Material and Finish: Antimicrobial,molded-plastic,white. 2.4 CUSTODIAL ACCESSORIES 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: 1. A&J Washroom Accessories,Inc. 2. American Specialties,Inc. 3. Bobrick Washroom Equipment,Inc. 4. Bradley Corporation. 5. General Accessory Manufacturing Co.(GAMCO). B. Mop and Broom Holder:Provide 1 mop and broom holder complying with the following: 1. Description: Unit with shelf,hooks,holders,and rod suspended beneath shelf. 2. Length: 36 inches(914 mm). 3. Hooks: Three. 4. Mop/Broom Holders: Four,spring-loaded,rubber hat,cam type. - --------- - - -- —_5: -Material-and Finish:Stainless steel,No..-4-finish(satin).--- a. Shelf. Not less than nominal 0.05-inch-(1.3-mm-)thick stainless steel. b. Rod: Approximately 1J4-inch-(6-mm-)diameter stainless steel. i 2.5 FABRICATION A. General: Fabricate units with tight seams and joints, and exposed edges rolled. Hang doors and access panels with full-length, continuous hinges. Equip units for concealed anchorage and with corrosion- resistant backing plates. B. Keys: Provide universal keys for internal access to accessories for servicing and resupplying. Provide minimum of six keys to Owner's representative. PART 3-EXECUTION 3.1 INSTALLATION A. Install accessories according to manufacturers' written instructions, using fasteners appropriate to substrate indicated and recommended by unit manufacturer. Install units level, plumb, and firmly anchored in locations and at heights indicated. B. Grab Bars: Install to withstand a downward load of at least 250 lbf(1112 N), when tested according to method in ASTM F 446. IRC Shooting Range Hunter Education Classroom 10801-4 DAA Project No.2015-67 12/12/16 Bid Set 3.2 ADJUSTING AND CLEANING A. Adjust accessories for unencumbered,smooth operation. Replace damaged or defective items. B. Remove temporary labels and protective coatings. C. Clean and polish exposed surfaces according to manufacturer's written recommendations. i i END OF SECTION 10801 I i I IRC Shooting Range Hunter Education Classroom 10801-5 DAA Project No.2015-67 12/12/16 Bid Set APPENDIX A PERMITS Appendix A-Permits F:\Public Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroomudmin\bid documents\Master Contract Documents\APPENDIX A-Permits.doc INDIAN RIVER COUNTY COAC IUI`IITY DEVELOPMENT DEPARTMENT 180127th Street,Vero Beach FL 32960 772-226-1237/772-978-1806 fax gg�pA www.ircgov.com October 4,2016 n, Todd Howdex %` 4 MBV Engineering Inc. 1835 201'Street r,�CINII%i; R cotjAl ry Vero Beach FL 32960 ' I RE: Indlian River County Shooting Range Administrative Approval [AA-16-09-103/98090044-77166] Dear Mr.Howder: County staff approved the above-referenced administrative approval application. This action approves construction of a 2,400 sq. 1 modular classroom with sidewalk connections, septic, and drainfield improvements(phas e 2 of previously approved-site plan SP--MA=15-09-24)at the Indian River-County Shooting Range located at 10455 102nd Terrace,with the following conditions: 1. Prior to certificate of occupancy for the modular classroom, landscaping for the area of development to be installed in accordance with the overall approved site plan SP-MA-15-09-24. 2. Prior to building permit issuance, the applicant shall submit the appropriate applications to the Department of Health for the required sewage disposal system, the potable well, and the potable water system. Elevations of the sewage disposal system will be determined by the Department of Health. Contact Reid Hawkins(reid.hawk ns@flhealth.gov)concerning the well and water system and Lori Hoffman aori.hofflnan@flhealth.govJ concerning the sewage disposal systema. Please be advised that plan approval shall run consecutively with the approved major site plan and shall terminate on August 19, 2017, if construction has not commenced. Construction shall be considered abandoned and plan approval may be terminated if a good faith effort to proceed with the completion of the project has not occurred for a continuous period of 6 months. Be advised that the Code Enforcement Department may conduct periodic inspections to ensure the project is completed in accordance with the approved site plan. Upon completion of construction the applicant shall submit a formal request for certificate of occupancy inspections through the planning division,see attached checklist for submittal instructions. Copies of the approved plans have been sent to MBV Engineering, Richard B. Szpyrka, and Ray Mossman. The applicant must obtain all necessary permits from the Building Division,prior to commencement of construction. If I may provide any further assistance, please contact me at 772- 226-1235 or jmccoy@ircgov.com. FACommunity AcvelopmenflCurDevlAA\2016AAsURCShoodngRengesPModAA-16-09-103app.doe I i Sincerely, John W.McCoy,AICP Chief,Current Development Attachment: CO Checklist cc: Stan Boling,AICP(via e-mail) Richard B. Szpyrka,P.E.(via e-mail) i David Hays,P.E.(via e-mail) Jeanne Bresett(via e-mail) Jesse Roland(via e-mail) Lori Hoffman(via e-mail) Reid Hawkins(via e-mail) i Scott McAdams(via e-mail) Ray Mossman(via e-mail) Permit#:2016080262 f t I i FACommunity Development\CorDev\AA\2016AAs\aCShootingRangeSPModAA 16-09-103app.doo 2 i i i i Community Development Department i County Administration Building This Covers Project 180127th Street,Building"A" Site Work NOT j Vero Beach FL 32960 Included in �Cog1D' Building Dept's i Final,Inspection SITE PLAN PROJECTS Cd CERTIFICATE OF OCCUPANCY CHECKLIST 1, To request site work inspections and approval for Certificate of Occupancy, applicant must _ submit to Maria Bowdren in the Planning Division—1st Floor(226-1242): (a) Certification Letter sealed by Architect or Engineer of Record stating site has been j completed in conformance with approved site plan. MAST INCLUDE: Address, Project#,Site Plan#and all Building Permit#'s. j (b) Landscape Certification Letter from landscape provider or landscape architect certifying that landscape material is Florida#1 or better quality and when last inspected.. If mitigation trees are required,the certification letter must include the number and- i location of the mitigation trees. ' i II. Applicant must submit to County Engineering Department—1st Floor(226-1283): I' (a) Certification Letter scaled by Architect or Engineer of Plecord stating site has been - -- - -- completed in-conformance with approved site plan;-- (b) lan:-(b) One as built site plan. • l; III. Applicant must submit to Donna Starck in County Solid WasteDlmosd Dish*t(SWDD)(226- 1300): (a) One construction floor plan,signed and sealed.(include building square footages) �I (b) One site plan,signed and sealed. I (c) Solid waste fee payment.(set by SWDD at time of submittal) I, IV. Other departments involved that you may need to contact after inspections are made include: 'I (a) Environmental Health Department:(794-7440). (b) Utilities:Arjuna Weragoda(226-1821),Gordon Sparks(226-1823),Jesse'Roland(226- 1636). Note: F.D.E.P. water/sewer line certifications may be needed before Utilities will clear the project fot Certificate of Occupancy. (c) Traffic Engineering,Maya Miller(226-1637). (d) ,Fire Prevention: 226-1880 (Battalion Chief John Duran, Lt. Rich Marini,Lt, Peggy Parmenter,and Lt. Sandra Seeley) (e) [IfNeeded]-St Johns River Water ManagementDistrict Palm Bay Office(321-984- 4940) FACommunity DevelopmontlFORMSIcurdeACO chockiiscdoc ij rl WAL I Ij M--M Indian River County Fertilizer Ordinances --- ------- Appendix A-Permits FAPublic Works\ENGINEERING DIVISION PROJECTS\1213C IRC Shooting Range Hunter Eduction Classroom\Admin\bid documents\Master Contract Documents\-APPENDIX B-FERTILIZER ORDINANCES(title sheet).doc ORDINANCE NO.2013 AN ORDINANCE OF THE' BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, AMENDING THE CODE OF INDIAN RIVER COUNTY TO ESTABLISH A NEW CHAPTER 31.6, ENTITLED "FERTILIZER. AND LANDSCAPE, MANAGEMENT;" NT;" ADOPTING THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION'S MODEL ORDINANCE FOR FLORIDA-FRIENDLY USE OF FERTILIZER ON URBAN LANDSCAPES, WITH MODDICATIONS; MAKING FINDINGS AND PROVIDING FOR SEVERABILITY, CODII+'ICATION; DIRECTING COUNTY ATTORNEY'S OFFICE TO POST SUMMARY ON COUNTY ,BSITE, AND AN EFFECTIVE DATE, WHEREAS,as a result of impairment to Indian River County's surface waters caused by excessive nutrients, or,as a result of increasing levels of nitrogen in the surface and/or ground water within the aquifers or canals within the boundaries of Indian River County, the Board. of' County Commissioners has determined that the use of fertilizers on lands within Indian River County creates a risk of contributing to adverse effects on surface and/or ground water;and N,',11FREAS, in order to address this risk, the Board of County Commissioners has - - - - -- determined-that-it is-not-only-critical-to adopt-the-Florida-Department-of--Environmental -- - Protection's Model Ordinance for Florida-Friendly Use of Fertilizer on Urban Landscapes, but that as part of Indian River County's science-based, and economically and technically feasible, comprehensive program to address nonpoint sources of nutrient pollution, additional and more stringent standards are necessary in order to adequately address urban fertilizer contributions to ! nonpoint source nutrient loading to the surface and/or ground water of Indian River County;and i WHEREAS, this ordinance regulates the proper use of fertilizers by any applicator; requires proper training of Commercial Fertilizer Applicators and Institutional Fertilizer Applif.ators; establishes training and licensing requirements;establishes a Prohibited Application Pernod; and specifies allowable fertilizer application rates and methods,fertilizer-free zones,low maintenance zones, and exemptions. The ordinance 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 Indian River County's natural and constructed stormwater conveyances, rivers, creeks, canals, lakes, estuaries and other water bodies. Collectively,these water bodies are an asset critical to the environmental, recreational, cultural and economic well-being of Indian River County 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, Page 1 of9 i i i ORDINANCE NO.2013- 012 NOW, THEREFORE, BE IT MAINE BY THE BOARD OF COUNTY j COMMISSIONERS OF INDIAN RIVER COUNTY,FLORIDA,THAT: Section 1. Enactment Authority. Article V111, §I of the Florida Constitution and Chapter 125, Florida Statutes vest broad home rile powers in counties to enact ordinances,not inconsistent with general or special law, for the purpose of promoting the public health, safety and welfare of the residents of the county. The Board specifically determines that the enactment of this ordinance is consistent with general or special law, and is necessary and appropriate to promote the health, safety and welfare of the residents of Indian River County. t Section 2. Findings. The Board finds that the above"Whereas" clauses are true and correct,and hereby incorporates such clauses as findings of the Board. ' i Section 3. Adopion of Chapter 31.6 of the Code of Indian River County(the"Code"),. Chapter 316 of the Code is hereby adopted,as follows(new language is indicated by underlizre : --- -- Section 316.1. Title.— This itle.This chapter shall be known as the"Indian River County Fertilizer and Landscape Management Ordinance." Section 316.2. Defutitions. For the purposes of this chapter,the following terms shall have the following meanings: "Administrator"shall mean the County Administrator,or an administrative official of the County designated by the County Administrator to administer and enforce the provisions of this chapter. "Application" or"apply"shall mean the actual physical deposit of'fertilizer to turf or landscape lx�ants. "llpplicator" shall mean any Person who aUplies fertilizer on turf and/or landscape plants in Indian River County. "Burd"shall mean the Indian River County Board of County Commissioners. "Best Management ,Practices" shall mean turf and landscape practices or combination of practices,based on research,field-testing, and expert review, determined to be the most effective F•yrro�ey¢rnowicarrmuvruorwron.eov&.A..,a,J,..enw,nru:.,vrndertt,m,..A�.r�.-mir�+•�1uvy,rro�.aba Page 2 of9 i . . . . ....... i ORDINANCE NO.2013- I I and practicable on-location means, ipcluding economic and technological considerations, for i improving_water duality,conserving water supplies and protecting natural resources. i "Chapter 85-427"shall mean The Indian River County Environmental Control Act; Chapter 85- 427,Special Acts,Laws of Florida, I_ "Code Enforcement Offlcer shall mean any designated ennployee or agent of Indians River County whose duty it is to enforce codes and ordinpces enacted by Indian River Count "Commercial Fertilizer Applicator,"except as provided in §482.15620, Florida Statutes, shall mean any person who applies fertilizer for pavnnent or other consideration to property not owned by i e person or firm applying the fertilizer or the enaployer of the alplicator. "Code"shall mean The Code of Indian River County. j "F,nvironmental Control Officer" shall mean the Indian River County Environmental Control Officer appointed by the Board pursuant to Chapter 85-427, and Chapter 303 art I} of tlus Code,and his or her desi eesees. "Fertilize, "fertilizing," or "fertilization" shall mean the act of apglyi fertilizer to tort specialized turf,or landscape plants, - -- _- --.-- _- ---- "Fertilizer" shall mean any substance or mixture of substances that contains one or more recognized plant nutrients and promotes dant growth. or controls soil acidity or alkalinity, or provides other soil enrichment,or provides other corrective measures to the soil. "Heavy rain"shall mean rainfall greater than two inches in a 24 hour period. "Institutional Fet tilizer Applicator"shall mean any person, other than a private,non-commercial applicator or a Commercial Fertilizer Applicator (artless such definitions also apply under the circumstances),that applies fertilizer for the purpose of maintaining turf and/or landscape plants. Institutional Fertilizer Applicators shall include,but shall not be Emited to,owners,managers or employees of public lands, schools, parks,religious institutions, utilities, industrial or business sites and any residential properties maintained in condominium and/or common ownership. "Landscape plant"shall mean anv native or exotic tree,shrub,or groundcover(excluding tuft "Low maintenance zone" shall mean an area a minimum of ten feet wide adjacent to water courses which is planted and managed in order to minimize the need for fertilization. waterin, mowingetc. "Person" shall mean any natural person, business, corporation limited liability company, partnership, limited partnership, association, club, organization, and/or any group of people acting as an organized entity. P,4{ipmryl]lp�lGENPAAt1&saLrlorv�OrAnc.m10r1trorxuV4nlJhrrYdadrlRmUsuA�aver-20JJ(fina7Uhkrt 30):dw Page 3 of I� ORDINANCE N4.2013- 012 !, I it I "Restricted Season"shall mean June 1 througLi September 30. "Saturated soil" shall mean a soil in which the voids are filled with water. Saturation does not require flow. For the purposes of this phapter, soils shall be considered saturated if standing i water is present or the pressure of a person standing on the soil causes the release of free water. "Slow Release Mimed' shall mean uitrogen in a form which delays its availability for plant uptake and_use after application, or which extends its availabift to the plant_lon eg rhthan a reference rapid or quick release product. I ".Turf," "sod," or"lawn" shall mean a piece of grass-covered soil held together by the roots of the grass. "Urban landscape"shall mean pervious areas on residential,commercial industrial,institutional, highway rights-of way, or other nonagricultural lands that are planted with turf or horticultural I plants. For the-purposes of this section, agriculture has the sante meaning as in §570.02,Florida Statutes. i Section 316.3. Timing of fertilizer application. r 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 Indian River Count,,issued by the National Weather Service,or if heavy rain is likely. Section 316.4. Fertilizer-free zones. i 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 (Chapter 62-340, ' Florida Administrative Code)or from the top of a seawall.If more stringent Indian River County Code regulations apply, this provision does not relive the requirement to adhere to the more stringent regulations. Newly planted turf and/or landscape plants may be fertilized in this zone only fora 60--da yperiod beginning thirty days after planting if needed to allow the plants to become well established.Caution shall be used to prevent nutrients from being direeft deposited I into the water. Section 316.5. 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 Indian River County Code regulations Mly, this provision Page 4 of 1 ORDINANCE NO.2013-012 does not relieve the requirement to adhere to the more stringent regulations.Notwithstanding the voluntary nature of the above sentences,no mowed or cut vegetative material may 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. Section 316.6. .Fertilizer content and application rates. (a) No fertilizer containing1phosphorous shall be applied to turf or landscape plants in Indian River County 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 rx ore than 2 years old. floweyer, recent application of compost, rnanu_r-e, or top soil shall warrant more recent testing;to verify current deficiencies. (b) The nitrogen content of fertilizer applied to turf or landscape plants within Indian River CogM shall contain at least 50%slow release nitrogen per uaranteed analysis label. (c� Feitilizers applied to an urban lawn or turf within Indian River County shall be applied in accordance with requirements and directions set:forth on the label or tags for packaged fertilizer --"- --- - -products;or in the prinfed information aceompan inn the delivery of bulk fertilizer product§;as- provided by Rule 5E-1.003(2),Florida Administrative Code,Labeling Requirements For Urban 7'ur Fertilizers All packaged and bulk fertilizer products sold in Indian River County 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(Q,Florida Atrative Code. (d) Fertilizer containing nitro en 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 tempgM or permanent erosion control in an emergency situation(wildfire,dc),or in accord.mce with the Stormwater Poltution Prevention flan for that site, Section 316.7. Application practices. (a) Spreader deflector shields are required when fertilizing yia rotary (broadcast)spreaders. Deflectors must be positioned such that fertilizer granules__are deflected away from all impervious surfaces,fertilizer-free zones and water bodies.including wetlands. (b) Fertilizer shall not be applied,spilled or otherwise deposited on M 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 vracticable. F.-NawrejL4d 1l1ENFA.1LUteieMlwdAdnniueelUd/n<rrNlFrroRnrWeJ:7A.rtll+rr0�eenea-2013 SmDIA 74&a Page 5 o f 9 i I i i it i ORDINANCE NO,2013- 012 {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 apt�ropriate container. (e) __-In no case shall fertilizer be washed, swept, or blown off impervious surfaces into stormwater drains,ditches,conveyances,or water bodies. Section 316.8. Management of Grass clippings and vegetative tnaterials. In no case shall grass clippings, vegetative material and/or vegetative debris be washed, swat, or blown off into stormwater drains, ditches,conveyances,water bodies,wetlands or sidewalks or roadways.Any material that is accidentally so deposited shall be immediately removed to the maximum extent practicable. Section 316.9. Exem]2tions. I The provisions set forth above in this chapter shall not apply to: j I (a) bona fide farm operations as defined in the Florida Right to Farm Act 823.14 Florida Statutes: ------------------ -------------- ---------------------- (b) other properties not subject to or covered under the Florida Ri t to Faun E1ct that have pastures used forrazin livestock; (c) gYlands 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 Floxxda Department of_Enyironmental Protection doctunent, "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 applythe concepts and ,principles embodied in the Florida Green B.MPs, while maintaining the health and function of their specialized turf areas; (f)vegetable gardens owned by individual property owners or a community and trees grrown for their edible fruit, I I Section 316.10. Training, i (a) Within the time period set forth in section 316.12 of this Chapter, all Commercial Fertilizer � Applicators and Institutional Fertilizer Applicators within Indian River County shall abide by ; and successfully complete the six-hour training program ut the "Florida-friendly Best F:uacnayuaJntcEVFlULiR.umrcc,udodlMmusioreraneanmarlMolrrxncue.or��nn•7ol7 ffui=9N.a.cnzN+ Page 6af9 I I ORDINANCE NO.2013- Management Practices for Protection of Water Resources by the Green Indutries" offered the-Florida Department of Environmental Protection through,the University of Florida Extension j "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, Section 316.11. General education program. The Public Works Department shall have an employee who shall address issues pertaining to this I Chapter. This employee shall implement a program to inform the generalpublic of the requirements of this chapter, which program shall include, among other things informative Postings on the County website,-printing and distributing informative brochures and other print materials, and sneaking engagements at community associations, civic organizations etc. The pro am 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 ' Agric-Ldtum Sciences educational activities. Any claimed or alleged deficiency in the County's general education urogram shall not constitute a defense to any action brought to enforce the provisions of this chapter. Section 316.12. Licensing of commercial fertilizer applicators. (a) No later than Deceruber 31,2013, all Commercial Fertilizer Applicators within Indian River County,shall abide by and successfully complete trainingand continuing education requirements in the "Florida-friendly Best Mana enient Practices for Protection of Water Resources by the Green Xndxrstries." offered by the Florida Department of Environmental Protection through the University of Florida Institute of Food and Ag_ric_ulb= Sciences "Florida-frigndly Landsoapes" program or an approved gquivalent program, prior to obtaining an Indian River County Local Business Tax Certiftcate for any category of occupation which may apply any ferd lizer to turf and/or landscape plants. Commercial Fertilizer Applicators shall-provide proof of completion of the program to the Indian River County Tax Collector's Office within 180 days of the effective date of this ordinance. (b) After December 31,2013,all Commercial Fertilizer Applicators within Indian River County ; shall have and can 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. (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 oneemployee has a "Florida- Best Management Practices for Protection of Water Resources by the Green Industries"training certificate prior to j the business owner obtaining a Local Business Tax Certificate. Owners for arty category of rtuwneyudnner+�ttuw.,�rm�.Boa .a.o+ , ,umw.raroa.rraan�.mawe..aeac�0(.y rmtror Page 7of9 I i I I I i ORDINANCE NO.2013- 012 occupation which pray apply any fertilizer to turf and/or landscape plants shall provide-proof of completion of the program to the Indian River County Tax Collector's Office. Section 31.6.13. Enforcement. This chapter xray be enforced by the Code Enforcement Officer in the Public Works Department who is devoted to issues pertainainu to this Chapter pursuant to Chapter 162 Florida Statutes and &103.07 of this Code. In addition, this chapter maybe enforced by the Environmental Control Officer pursuant to Chapter 85-427,Special Acts Laws of Florida, and§303.14 of this Code. Penalties and remedies for violations shall be as set forth in§100.05 of this Code and,-to the extent applicable, Chapter 85-427, Special Acts, Laws of Florida. Funds generated by penalties imposed under this section shall be used by Indian River County for the administration and enforcement of§403.9337, Florida Statutes, and the corresponding sections of this chanter, and to further water conservation and nonpoint pollution revention activities. Section 316.14. References to state law. Any references in this chapter to Florida Statutes rules or regulations shall refer to such statutes rules or regidations,as amended from time to time. Section 316.15. Applicability. This chapter shall be applicable to and shall regulate my and all applicators of fertilizer and areas of application of fertilizer within the area of Indian River County unless such applicator is specifically exempted;provided,however, that this chapter shall not apply within the limits of any municipality which has adopted an ordinance regulating the same subject matter. This chapter shall be prospective only,and shall not impair an, existing contracts. Section 4. Severability. If any part• of this ordinance is held to be invalid or unconstitutional by a court of competent jurisdiction, the remainder of this ordinance shall not be affected by such holding and shall remain in full force and effect. Section 5.Codification.. It is the intention of the Board of County Commissioners that the provisions of this ordinance shall become and be made part of the Indian River County Code, and that the sections of this ordinance may be renumbered or re-lettered and the word ordinance may be changed to section, article or such other appropriate word or phrase in order to accomplish such intention. F.•Ntranmyl4mda1GEN5RALLisvhrlard OrtBnmKrAOdtemmfintlurWa&1FirNlhnOidlrtmae•IGll rytncQ(yq+urlD).dan Page 8 of9 ORDINANCE NO.2013- 012 Section 6.Directing County Attorney's Office to Post Summary on County Website. The County Attorney's Office is directed to post a summary of this ordinance on the County's website within 15 days of-the filing of this ordinance with the Florida Department of State. i Section 7. Effeetive Date. i This ordinance shall become effective 45.days after the filiog,of the ordinance with the Florida ;. Department of State. I i This ordinance was advertised in the Vero Beach press Journal, on the 8th day of July,2013,for a public hearing to be held on the 186 day of July,2013,and on the 10th day of August,2013 for an additional public hearing to be held on the 2e day of August, 2013, at which time it was moved for adoption by Commissioner Solari, seconded by Commissioner O'Bryan, and adopted by the following vote: Chairman Joseph E.Flescher AYE Vice Chairman Wesley S.Davis AYE Commissioner Peter D.O'Bryan AYE Commissioner Bob Solari AYE Commissioner Tim Zorc AYE � i The Chairman thereupon declared the ordinance duly passed and adopted this 20 day of August,2013. BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY,FLORIDA �9 '••. �i ;(r.�`�r= seph .Flescher,Chairman ATTEST: Jeffrey R.Smith,Ci"ui w°?�,� Approved as to form and legal suffieieucy: d ptroffer By: Depu Clerk Dyl 6Ringold,County Attorney EFFECTIVE DAIM: This ordinance was filed with the Florida Department of State on the day of ,2013. P_umm.qtU.d.IGR27uLVtoa'a+a,rdcLrawx+wlirclanWoaFIPwMJoOnIDro.i.-7ata{F.d/�Avyar�old Page 9 of 9 r I I I i ORDINANCE NO.2013-014 AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA CONCERNING THE FERTILIZER AND LANDSCAPE MANAGEMENT ORDINANCE, AMENDING SECTION 316.6 (FERTILIZER CONTENT AND APPLICATION RATES) AND SECTION 316.15 (APPLICABILITY) OF CHAPTER 316 (INDIAN RIVER COUNTY FERTILIZER AND LANDSCAPE MANAGEMENT ORDINANCE) OF THE CODE OF INDIAN RIVER COUNTY TO ALLOW FOR THE GRADUAL, AMORTIZATION OF THE SUPPLY OF CERTAIN NITROGEN CONTAINING FERTILIZER AND APPLYING CHAPTER 316 TO UNINCORPORATED INDIAN RIVER COUNTY,AND MAKING FINDINGS AND PROVIDING FOR SEVERABILITY, CODIFICATION;AND AN EFFECTIVE DATE. WHEREAS, the Board of County Commissioners adopted an ordinance regulating tate proper use of fertilizers in order to protect the water quality of Indian River County's natural and constructed stormwater conveyances, rivers, creeks, canals, lakes, estuaries and other water bodies; and WHEREAS, the new fertilizer regulations require that the nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 50% slow - - ---— ieleasc nnitrogen per guaranteed analysis 11be1;and WHEREAS,the new fertilizer regulations go into effect on October 14,2013;and WHEREAS, in order to provide adequate time for the supply of fertilizer containing nitrogen that does not comply with these regulations to be eliminated, it is necessary to provide . additional time for retailers to eliminate those supplies that meet at least a minimum threshold of slow release nitrogen, I NOAV, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA,THAT: i Section 1. Enactment Authority. Article VIII, §i of the Florida Constitution and Chapter I25, Florida Statutes vest broad home rule powers in counties to enact ordinances, not inconsistent with general or special law, for the purpose of promoting the public health, safety and welfare of the residents of the county. The Board specifically determines that the enactment of this ordinance is consistent with general or special law, and is necessary and appropriate to promote the health, safety and welfare of the residents of Indian River County. Section 2. Findings. The Board finds that the above`Whereas"clauses are true and correct, and hereby incorporates such clauses as findings of the Board. 1•Imax+°I,mlrCFC•71U77Jar.hJuruRpnl'nanao4Hllrrmm�FrmhxM6uotlr:nrnMr}imAmrOnA.auwafw:r Page 1 of3 I I ORDINANCE NO.2013- 014 I i Section 3. Amendment of Section 316.6 (Fertilizer content and application rates) of Chanter 31.6 (Indian River Counhl Fertilizer and Landscape Management Ordinance) of the Code of Indian River County(the 4(994e"1. Section 316.6 (Fertilizer content and application rates) of Chapter 316 (Indian River County ! Fertilizer and Landscape Management Ordinance)of the Code is hereby amended as follows: Section 316.6. Fertilizer content and application rates. i I (b)As of the effective date of this chapter,the The nitrogen content of fertilizer applied to turf or 1 landscape plants within Indian River County shall contain at least 2538% slow release nitrogen per guaranteed analysis label. As of June 1. 2014, the nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label. Section 4. Amendment of Section 316.15 (Applicability) of Chapter 316 (1ndian River County,_Fertilizer and Landscape Management Ordinance) of the Code of Indian River Count the "Code"). Section 316.15 (Applicability) of Chapter 316 (Indian River County Fertilizer and Landscape Management Ordinance)of the Code is hereby amended as follows: Section 316.15. Applicability. This chapter shall be applicable to and shall regulate any and all applicators of fertilizer and areas of application of fertilizer within the unincorporated area of Indian River County, unless such applicator is specifically exempted; proyided, howeyef, that this ..hapie,.• shall not apply I Othe limits of any municipality Whieh has adapted an erdinanee replating �t tt. This chapter shall be prospective only, and shall not impair any existing contracts. 1 Section 5. Severability. If any part of this ordinance is held to be invalid or unconstitutional by a court of competent jurisdiction, the remainder of this ordinance shall not be affected by such holding and shall remain in full force and effect. Section 6.Codification, j It is the intention of the Board of County Commissioners that the provisions of this ordinance ! shall become and be made part of the Indian River County Code, and that the sections of this ordinance may be renumbered or re-lettered and the word ordinance may be changed to section, article or sucin other appropriate word or phrase in order to accomplish such intention. F•14 (PA,r, &9.41 H-U111"a.0a,LwnMea.L4,OMVkn•F'n lrlia-t-wavloal—rMIfi-Unblum ax' Page 2 of 3 I IL= p r i i I ORDINANCE NO.2013- 014 I Section 7. Effective Date. This ordinance shall become effective upon filing with the Florida Department of State. This ordinance was advertised in the Vero Beach Press Journal, on the 16th day of September , 2013, for a public hearing to be held on the 18t_ day of October 2013,at which time it was moved for adoption by Commissioner Solari , seconded by Commissioner OI Boman ,and adopted by the following vote: Chairman Joseph E. Flescher Aye Vice Chairman Wesley S.Davis Aye Commissioner Peter D. O'Bryan Aye Commissioner Bob Solari Aye i Commissioner Tim Zorc Aye The Chairman thereupon declared the ordinance duly passed and adopted this 1st day of � October,2013. i f,.--BOARD-OF COUNTY COMMISSIONERS-- - -!-- NDIAN RIVER COUNTY,FLORIDA - — a °y' eph E, Flescher,Chairntan ATTEST: Jeffrey R.Smith,Clerk'bf Goiirt''�°Y Approved as to form and legal sufficiency: and Comptroller j By: -' Dep Clerk Oflan Reingold,County Attorney i EFFECTIVE DATE: This ordinance was filed with die Florida Department of State on the day of ,2013. I I i h':i8hnmVA+wirtif•.YF%t Ilrlreu,f»i.rm Y!)nP.runi•rCh.Hmn.rn�m/-.•nan,.vre»nw Fen:rr_rrOnOrmrcvrhr: Page 3 of 3 I