Loading...
HomeMy WebLinkAbout2022-011CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INDIAN RIVER COUNTY TAX COLLECTOR OFFICE EXPANSION PROJECT NO. IRC -2030 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA JOSEPH E. FLESCHER, CHAIRMAN PETER D. O'BRYAN, VICE-CHAIRMAN COMMISSIONER SUSAN ADAMS COMMISSIONER TIM ZORC COMMISSIONER LAURA MOSS 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 TABLE OF CONTENTS Section No. Title IRC -2030 DIVISION 0 - BIDDING DOCUMENTS, CONTRACT FORMS AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 Bid Bond 00452 Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships 00456 Qualifications Questionnaire 00458 List of Subcontractors 00460 Certification Regarding Prohibition Against Contracting with Scrutinized Companies CONTRACT FORMS 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 00610 Public Construction Bond 00620 Sample Certificate of Liability Insurance 00622 Contractor's Application for Payment 00630 Certificate of Substantial Completion 00632 Contractor's Final Certification of the Work 00634 Professional Surveyor and Mapper's Certification as to the Elevations and Locations of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00948 Work Change Directive Table of Contents - 00010 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0_1_13idding Documents - 20210722.docx uffewexill DIVISION 1 GENERAL REQUIREMENTS DIVISION 2 PROJECT MANUALITECHNICAL SPECIFICATIONS (EDB) APPENDIX A PERMITS + + END OF TABLE OF CONTENTS + + Table of Contents - 00010 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV 0_1_Bidding Documents - 20210722.docx IRC -2030 SECTION 00100 —Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801 2rh Street Vero Beach, Florida 32960 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 P.M. on Thursday, December 9, 2021. 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 TAX COLLECTOR OFFICE EXPANSION and Bid No. 2022018". Bids should be addressed to Purchasing Division, Room 131-301, 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 accepted or considered. INDIAN RIVER COUNTY PROJECT NO. IRC -2030 INDIAN RIVER COUNTY BID NO. 2022018 PROJECT DESCRIPTION; Project consists of expanding the Tax Collector's office into the existing front patio area by enclosing the area to create an enlarged customer service space. Included in the scope of work is the demolition of existing exterior wall and windows, new customer service work stations, new flooring throughout customer area, drywall, ceiling tile, HVAC, electrical, and fire suppression modifications to provide a turn- key facility upon completion of the project. All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto. Detailed specifications are available at: www.demandstar.com or at www.ircgov.com/departments/budget/purchasinq under "Current Solicitations". 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, draw. -i on any bank authorized to do business in the State of Florida. Bid Security must be in the sum of not less than Five Percent (5%) of the total amount of the bid, made payable to Indian River County Board of County Commissioners. In the event Advertisement for Bids - 00100 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTSQ030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWlaster Contract Documents\DIV 0_1_Bidding Documents - 20210722.docx IRC -2030 the Contract is awarded to the Bidder, Bidder will enter in a Contract with the County and furnish the required 100% Public Construction Bond and certificates of insurance 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 Thursday, November 18, 2021 at 10:00 A.M., in the 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 IS REQUIRED. No bidder arriving after the meeting has begun will be allowed to sign in. INDIAN RIVER COUNTY By: Jennifer Hyde Purchasing Manager For Publication in the Indian River Press Journal Date: November 7, 2021 For: Indian River Press Journal Please furnish tear sheet and Affidavit of Publication to: INDIAN RIVER COUNTY PURCHASING DIVISION 1800 27th Street Building "B" Vero Beach, FL 32960 * * END OF SECTION * * Advertisement for Bids - 00100 - 2 FAIDublic WorksVENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0_1 _Bidding Documents - 20210722.docx IRC -2030 SECTION 00200 — Instructions to Bidders TABLE OF CONTENTS Article No. - Title Page SECTION 00200 — Instructions to Bidders.................................................................................i 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, AND SITE.......................................................................................................................2 ARTICLE 5 - PRE-BID CONFERENCE..........................................................................................4 ARTICLE 6 - SITE AND OTHER AREAS......................................................................................4 ARTICLE 7 - INTERPRETATIONS AND ADDENDA......................................................................5 ARTICLE8 - BID SECURITY.......................................................................................................5 ARTICLE 9 - CONTRACT TIMES.................................................................................................6 ARTICLE 10 - LIQUIDATED DAMAGES......................................................................................6 ARTICLE 11- SUBSTITUTE AND "OR -EQUAL" ITEMS...............................................................6 ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS..................................................6 ARTICLE 13 - PREPARATION OF BID........................................................................................7 ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS.................................................................8 ARTICLE 15 - SUBMITTAL OF BID.............................................................................................8 ARTICLE 16 - MODIFICATION AND WITI-DRAWAL 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.............................................................11 ARTICLE 21- SIGNING OF AGREEMENT..................................................................................11 Instructions to Bidders - 00200 - i F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 01 —Bidding Documents-20210722.docx IRC -2030 SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article AWARDOF CONTRACT.........................................................................................................19 BASIS OF BID; EVALUATION OF BIDS..................................................................................14 BIDSECURITY..........................................................................................................................8 BIDS TO REMAIN SUBJECT TO ACCEPTANCE....................................................................18 CONTRACT SECURITY AND INSURANCE.............................................................................20 CONTRACTTIMES...................................................................................................................9 COPIES OF BIDDING DOCUMENTS.........................................................................................2 DEFINEDTERMS......................................................................................................................1 EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE..................4 INTERPRETATIONS AND ADDENDA........................................................................................7 LIQUIDATEDDAMAGES..........................................................................................................10 MODIFICATION AND WITHDRAWAL OF BID.........................................................................16 OPENINGOF BIDS..................................................................................................................17 PRE-BID CONFERENCE...........................................................................................................5 PREPARATIONOF BID...........................................................................................................13 QUALIFICATIONS OF BIDDERS...............................................................................................3 SIGNINGOF AGREEMENT.....................................................................................................21 SITEAND OTHER AREAS.........................................................................................................6 SUBCONTRACTORS, SUPPLIERS, AND OTHERS................................................................12 SUBMITTALOF BID.................................................................................................................15 SUBSTITUTE AND "OR -EQUAL" ITEMS.................................................................................11 Instructions to Bidders - 00200 - ii F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0_1_Bidding Documents-20210722.docx IRC -2030 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 eva•uation as hereinafter provided) makes an award. D. ENGINEER — References County Engineer or their designee. 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 for Bids or Invitation to Bid may be obtained from the Issuing Office. 2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work, within five days of OWNER's request Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below. A. Bidder must have at least five years' experience in the construction of similar projects of this size and larger. B. Bidder must have successfully constructed, as prime CONTRACTOR, at least three projects similar in scope to this project. C. Bidder must have good recommendations from at least three clients similar to the OWNER. D. The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories. E. Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located. Instructions to Bidders - 00200 - 1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS1203O Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0_1_Bidding Documents - 20210722.docx IRC -2030 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. 3.04 Bidder must be registered with and use, at their sole expense, the Department of Homeland Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees, as required by Section 448.095, F.S.. Owner, contractor, and subcontractors may not enter into a contract unless each party to the contract registers with and uses the E -Verify system. Contractor is responsible for obtaining proof of E -Verify registration for all subcontractors. This requirement applies to any provider of services or goods. 3.05 Bidder must hold a current registration as a General Contractor in the State of Florida. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.01.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions has been identified and established in paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities, including OWNER, or others. 4.03 Hazardous Environmental Condi ion 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. Instructions to Bidders - 00200 - 2 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax 7-ollector Office Expansion Bldg 6\1-Admin0ids\Bid Documents\Master Contract Documents\DIV 0_1_Bidding Documents - 20210722.docx IRC -2030 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 "techn cal data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General Conditions. 4.05 Upon a request directed to the Purchasing Division (purchasing (a-)ircgov.com or (772) 226-1416), OWNER will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. 4.06 "This 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 AND BECOME FAMILIAR WITH AND SATISFY BIDDER AS TO THE GENERAL, LOCAL, AND SITE CONDITIONS THAT MAY AFFECT COST, PROGRESS, AND PERFORMANCE OF THE WORK; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, or performance of the Work; D. carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions; E. obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (overhead, surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the 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; Instructions to Bidders - 00200 - 3 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\3id Documents\Master Contract Documents\DIV 0_1_Bidding Documents - 20210722.docx IRC -2030 F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; G. become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents; H. correlate the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents; I. promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - FRE -BID CONFERENCE 5.01 The date, time, and location for the MANDATORY Pre -Bid conference, is specified in the Advertisement for Bids. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are REQUIRED to attend and participate in the conference. ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 - SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. All additional lands and access thereto 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. Instructions to Bidders - 00200 - 4 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin0ids\Bid Documents\Master Contract Documents\DIV 0_1_Bidding Documents - 20210722.docx IRC -2030 ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 CONE OF SILENCE. Potential bidders and their agents shall not communicate in any way with the Board of County Commissioners, County Administrator or any County staff other than Purchasing personnel in reference or relation to this solicitation. This restriction shall be effective from the time of bid advertisement until the Board of County Commissioners meets to authorize award. Such communication may result in disqualification. 7.02 All questions about the meaning or intent of the Bidding Documents are to be submitted to PURCHASING (purchasing(a),ircgov.com) in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.03 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. ARTICLE 8 - BID SECURITY 8.01 Each Bid must be accompanied by Bid Security made payable to OWNER in the amount of five percent of the Bidder's maximum base bid price and in the form of a certified check; cashier's check; or an AIA Document A310 Bid Bond issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. The Bid Bond shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. The Surety must be authorized to issue surety bonds in Florida. The Bidder shall require the attorney-in-fact who executes any Bond, to affix to each a current certified copy of their Power of Attorney, reflecting such person's authority as Power of Attorney in the State of Florida. Further, at the time of execution of the Contract, the Successful Bidder shall for all Bonds, provide a copy of the Surety's current valid Certificate of Authority issued by the United States Department of the Treasury under 31 United States Code sections 9304-9308. The Surety shall also meet the requirements of paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, OWNER may annul the Notice of Award and the Bid security of that Bidder will be retained by the owner. The Bid Security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 91 days after the Bid opening, whereupon Bid Security furnished by such Bidders will be returned. 8.03 Bid Security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening. Instructions to Bidders - 00200 - 5 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax-:ollector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0_1_Bidding Documents - 20210722.docx IRC -2030 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 - JQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS 11.01 The Contract, if awarded, will be cn the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or -equal' items. Whenever it is specified or described in the Bidding Documents that a substitute or "or -equal' item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements. ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to OWNER a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, OWNER may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid. 12.02 If apparent Successful Bidder declines to make any such substitution, OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6.06 of the General Conditions. 12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom CONTRACTOR has reasonable objection. Instructions to Bidders - 00200 - 6 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Ntaster Contract Documents\DIV O_1_Bidding Documents - 20210722.docx UMM101 ARTICLE 13 - PREPARATION OF BID 13.01 The Bid form is included with the Bidding Documents. Only the bid form provided by OWNER is acceptable (Bidders are not to recreate the bid form). Bids not submitted on the bid form(s) shall be rejected, as will bids submitted on rewritten or recreated bid forms. 13.02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Bid signed. A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit price item, and unit price item listed therein, or the words "No Bid," "No Change," or "Not Applicable" entered. 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 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 In accordance with Florida Statutes Section 218.80, the "Public Bid Disclosure Act", Indian River County as OWNER is obligated to disclose all license, permit, impact, or inspection fees that are payable to Indian River County in connection with the construction of the Work by the accepted bidder. The anticipated cost of the permit fees due to the Indian River County Building Division have been paid by the Owner based on the Engineer's cost estimate. Any additional fees due when permit is picked up by the Contractor shall be the responsibility of the Owner. Instructions to Bidders - 00200 - 7 F:\PublicWorkskENGINEERING DIVISION PROJECTS\2030 Tax Ccllector Office Expansion Bldg B\1-Admin\Bids0d Documents\Master Contract Documents\DIV 0_1_13idding Documents - 20210722.docx IRC -2030 13.14 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. Lump sum amount for FORCE ACCOUNT work is included in the bid schedule. The value cf force account work will be determined in accordance with Article 12 of the General Conditions. 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. Omission of unit prices where required will result in disqualification of the bid. B. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item. The final quantities and Contract Price will be determined in accordance with paragraph 11.03 of the General Conditions. C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in paragraph 11.02 of the General Conditions. 14.03 The Bidder's attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on the Bid Schedule, or elsewhere, is approximate only and not guaranteed. The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities, nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work, or other conditions pertaining thereto. ARTICLE 15 - SUBMITTAL OF BID 15.01 The Bid form is to be completed and submitted with the Bid security and the following data: A. Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships. B. Qualifications Questionnaire. C. List of Subcontractors. D. Certification Regarding Prohibition Against Contracting with Scrutinized Companies 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 Instructions to Bidders - 00200 - 8 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0_1_Bidding Documents-20210722.docx IRC -2030 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 technicalities and informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs. Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted, the Bidder, by submitting its Bid, expressly waives any claim to damages, of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith. Instructions to Bidders - 00200 - 9 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids0d Documents\Master Contract Documents\DIV 0_1_Bidding Documents - 20210722.docx IRC -2030 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. 19.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. 19.07 OWNER has no local ordinance or preferences, as set forth 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. 19.09 CONTRACTOR certifies that it and its related entities as defined by Florida law are not on the Scrutinized Companies that Boycott 'srael List, created pursuant to s. 215.4725 of the Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this agreement is for goods or services of one million dollars or more, CONTRACTOR certifies that it and its related entities as defined above by Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria. OWNER may terminate this Contract if CONTRACTOR is found to have submitted a false certification as provided under section 287.' 35(5), Florida Statutes, been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, as defined by section 287.135, Florida Statutes. OWNER may terminate this Contract if CONTRACTOR, including all wholly owned subsidiaries, majority-owned subsidiaries, and parent companies, that exist for the purpose of making profit, is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel as set forth in section 215.4725, Florida Statutes. Accordingly, firms responding to this solicitation shall return with their response an executed copy of the attached "Certification Regarding Prohibition Against Contracting With Scrutinized Companies." Failure to return this executed form with submitted bid/proposal/statement of Instructions to Bidders - 00200 - 10 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\t-Admin\Bids\Bid Documents\Ntaster Contract Documents\DIV 0_1_Bidding Documents - 20210722.docx IRC -2030 qualifications will result in the response being deemed non-responsive and eliminated from consideration. 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 the required insurance certificate(s) and Bond, unless the Bond has been waived due to the total contract being less than $100,000. ARTICLE 21 - SIGNING OF AGREEMENT 21.01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. 21.02 OWNER shall return one fully signed counterpart to Successful Bidder. 21.03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21.01 above, the additional time in calendar days, required to correctly complete the documents will be deducted, in equal amount, from the Contract time. Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages incurred, and the Contract may be awarded as the OWNER desires. * * END OF SECTION * * Instructions to Bidders - 00200 - 11 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV 0_1_Bidding Documents - 20210722.docx SECTION 00300 — Bid Package Contents THIS PACKAGE CONTAINS: SECTION TITLE Bid Form Sworn Statement on Disclosure of Relationshios Qualifications Questionnaire List of Subcontractors Certification Regarding Prohibition Against Contracting with Scrutinized Companies SECTION NUMBER 00310 00430 00452 00456 00458 00460 SUBMIT ONE (1) ORIGINAL AND ONE (1) COPY OF THIS COMPLETE PACKAGE WITH YOUR BID * * END OF SECTION * * Bid Package Contents - REV 04-07 - 00300 - 1 `-\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax :collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0-2—Bidding Documents - 20201002.docx SECTION 00310 - Bid Foran PROJECT IDENTIFICATION: Project Name County Project Number: Bid Number: Project Address: INDIAN RIVER COUNTY TAX COLLECTOR OFFICE EXPANSION IRC -2030 2022018 1800 27TH ST. Vero Beach, FL. 32960 Project Description: Project consists of expanding the Tax Collector's office into the existing front patio area by enclosing the area to create an enlarged customer service space. Included in the scope of work is the demolition of existing exterior wall and windows, new customer service work stations, new flooring throughout customer area, drywall, ceiling tile, HVAC, electrical, and fire suppression modifications to provide a turn -key facility upon completion of the project. THIS BID IS SUBMITTED TO INDIAN RIVER COUNTY 1 800 27111 Street `JERO BEACH, FLORIDA 32960 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder mai/ 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 11/15/2021 12/7/2021 12/9/2021 Addendum Number 1 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 Bid Form REV 04-07 - 00310 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTSQ030 Tax Collector Office Expansion Bldg 611-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0-2—Bidding Documents - 20201002.docx that may affect cost, progress and performance of the Work D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous 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 stucied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid i= genuine and not made in the interest of or on behalf of any undisclosed individual or entity and Fs 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] Bid Form REV 04-07 - 00310 - 2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\2030 Tax Collator Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0-2—Bidding Documents - 20201002.docx ITEMIZED BID SCHEDULE PROJECT NAME: INDIAN RIVER COUN-Y TAX COLLECTOR'S OFFICE EXPANSION IRC PROJECT NO. 2030 BID NO. 2022018 BIDDER'S NAME: Don H nkle Constuction Inc. Item No. Descri tion Quantitv Unit Unit Price Amount MOBILIZATION - FOR CONTRACTS OF 120 CONTRACT DAYS DURATION OR LESS, PARTIAL PAYMENT WILL BE MADE AT 50% OF THE BID PRICE PER MONTH FOR THE FIRST TWO MONTHS. FOR CONTRACTS IN EXCESS OF 120 CONTRACT DAYS DURATION, PARTIAL PAYMENT WILL BE MADE AT 25% OF THE BID PRIC= PER MONTH FOR THE FIRST FOUR MONTHS. IN NO EVENT SHALL MORE THAN 50% OF THE BID PRICE BE PAID PRIOR TO COMMENCING CONSTRUCTION ON THE $100,000.00 1.1 PROJECT SITE 1 LS 2.1 PERMITTING (SEE APPENDIX "A") 1 LS $500.00 003 LANDSCAPING REMOVAL AND REGRADING 1 LS $7'844.00 004 YARD DRAIN CONNECTION TO STORMWATER 1 LS $1,480M 005 NEW SIDEWALK 1 LS $3,552.00 006 DEMOLITION AND FLOOR TILE REMOVAL INCLUDES DUMP FEES 1 LS $18,283.92 I 007 BUILDING ADDITION 1,516 SF $183.59 $278,325.60 $21,080.00 008 REMODEL OF EXISTING TAX COLLECTOR LOBBY/CLERK'S AREA 1 LS 009 FURNISHINGS AND EQUIPMENT 1 LS $18,500M 010 AS -BUILT DRAWINGS 1 LS $1,500.00 012 FORCE ACCOUNT 72,000.00 TOTAL BID AMOUNT (INCLUDING FORCE ACCOUNT) TOTAL $523,065.52 TOTAL PROJECT BID AMOUNT IN WORDS Five hundred twenty three thousand sixty five and fifty two cents NOTE: IF THERE IS A DISCREPANCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS) AND THE ITEMIZED BID SCHEDULE, THE BID DOCUMENTS WILL GOVERN. LS = LUMP SUM SF = SQUARE FEET 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 11.03.13 of the General Conditions. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14.07.13 of the General Conditions on or before the dates or within the number of calendar days indicEted in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Itemized Bid Schedule; B. Required Bid security in the forrr of AIA Document A310 Bid Bond C. Sworn Statement under Section 105.08, Indian River Code, on Disclosure of Relationships; D. Qualifications Questionnaire; E. List of Subcontractors; F. Certification Regarding Prohibition Against Contracting with Scrutinized Companies 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 Dec. 16 .20 21. State Contractor License No. = — DIV 0-2—Bidding Documents - 20201002Bid Form - 00310 - 4 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldo B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0 -2 -Bidding Documents - 20201002.docx If Bidder is: An Individual Name (typed or printed): By: (Individual's signature) Doing business as: Business address: Phone No.: Email: A Partnership Partnership Name: FAX No.: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): Business address: Phone No.: Email: FAX No.: (SEAL) (SEAL) A Corporation Corporation Name: - - _ _ (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): i _ (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: Attest (Signature of Corporate Secretary) r w,, :hi Business address: - Phone No.: 7FAX No.: 7- Email: - - Date of Qualification to do business is 06/10/1986 A Joint Venture Joint Venture Name: By. (CORPORATE SEAL) (Signature ofjoint venture partner -- attach evidence of authority to sign) (SEAL) DIV 0-2—Bidding Documents - 20201002Bid Form - 00310 - 5 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Colector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWiaster Contract Documents\DIV 0-2—Bidding Documents - 20201002.docx Name (typed or printed): Title: Business address: Phone No.: Email: Joint Venture Name: By: FAX No.: (signature -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: Email: FAX No.: Phone and FAX Number, and Address for receipt of official communications: (SEAL) (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 * * DIV 0_2_Bidding Documents - 20201002Bid Form - 00310 - 6 F\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collecto- Office Expansion Bldg 8\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0 2_Bidding Documents - 20201002.docx Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. Issue Date: Project Name: Bid Number: Bid Opening Date: 1 November 15, 2021 Tax Collector Office Expansion 2022018 December 16, 2021 (updated) This addendum is being released to extend the deadline for receipt of bids and to change the Mandatory Pre -Bid meeting date. The information and documents contained in this addendum are hereby incorporated in the invitation to bid. Modifications to Bid Documents: The deadline for receipt of bids is extended to December 16, 2021 by 2:00 PM. The Mandatory Pre -Bid Meeting date has been changed to December 2, 2021 at 10:00 AM. Location is the same, Public Works conference room Al -303 of the Indian River County Administration Building located at 180127th Street, Vero Beach, Florida, 32960. Indian River County Purchasing Division 180027 th Street Page 1 of 1 Vero Beach, FL 32960 Phone (772) 226-1416 ADDENDUM NO. 2 Date: December 7, 2021 Project Number: IRC -2030 Project Name: INDIAN RIVER COUNTY TAX COLLECTORS OFFICE EXPANSION Bid Number: 2022018 Bid Opening Date: Thursday, December 16, 2021 at 2:00 p.m. This addendum is released to provide the minutes from the Mandatory Pre -Solicitation Conference and answer questions received to date. All information provided herein is hereby incorporated into the bid documents. The information and documents contained in this addendum are hereby incorporated in the bidding documents. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared non-responsive. Additions to Bid Documents: Replace sheet A-2 of the bid plans with the one listed in the attachments at the end of this addendum. Questions: No questions have been submitted by any outsid= parties since the Mandatory Pre -Solicitation Conference. Attachments: 1. Pre-bid Meeting minutes 2. Pre-bid Sign -in Sheet 3. Sheet A-2 of the bid plans F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Addendum t#2\IRC-2030 ADD - 2 20211207.docx Page 1 of 3 Board of County Commissioners ��giVER 180127th Street e ? Vero Beach, Florida 32960-3365 Telephone: (772) 567-8000 *��RtpP Fax: (772) 778-9391 PRE-BID MEETING AGENDA DECEMBER 2,202110:00 A.M. INDIAN RIVER COUNTY ADMINISTRATION BUILDING Room Al -303 Building A INDIAN RIVER COUNTY TAX COLLECTOR'S OFFICE EXPANSION PROJECT No. IRC -2030 The following meeting notes set forth our understanding of the discussions and decisions made at the subject meeting. if no objections, questions, additions, or comments are received within three (3) working days from issuance of the meeting notes, we will assume that our understandings are correct. The project will move forward according to the bid plans and specifications and the understandings herein. Project Name: INDIAN RIVER COLINTYTAX COLLECTOR'S OFFICE EXPANSION Project Number: IRC -2030 Bid Number: 2022018 INTRODUCTIONS/ SIGN IN SHEET This meeting is being recorded. The meeting was called to order by Michael Heller. See attached sign in sheets for a list of attendees. This is a Mandatory Pre-bid meeting Indian River County Tax Collector's Office Expansion. Bidders must sign in before 10:00 A.M. to receive credit for attending. PROJECT DESCRIPTION: Project consists of expanding the Tax Collector's office into the existing front patio area by enclosing the area to create an enlarged customer service space. Included in the scope of work is the demolition of existing exterior wall and windows, new customer service work stations, new flooring throughout customer area, drywall, ceiling tile, HVAC, electrical, and fire suppression modifications to provide a turn -key facility upon completion of the project. CONTRACT DETAILS Bid opening: Thursday, December 16, 2021 at 2:00 PM Contract time: 120 days to substantial completion 150 days to final completion Engineer's Estimate: $722,880,.00 Liquidated Damages: $1,694.00 per day F:''.Public Works\ENGNINTERING DIVISION PROJEC I'S —'030 Tax Collector Office Expansion Bldg Ml- Admin'•..k�leetings`•.PreBid`•.I RC -2030 PREBID NIM 20211202.doc Page 2 of 3 CONTACTS BIDDING PROCESS All communications concerning this bid shal" be directed to Indian River County Purchasing Division at purchasinl?(@ircpov.com. PROJECT CONSULTANTS: Edlund, Dritenbas, Binkley, Architects and Associates, P.A. PROJECT CONSIDERATIONS • Bidders to review plan documents and provide comments to Indian River County Purchasing Department as soon as possible. No further comments or questions will be addressed from end of business, Monday. December 6, 2021. • All areas disturbed by the Contractor will need to be restored to original conditions or better. • The building shall be weathertight at the end of each day and when inclement weather threatens. • The Contractor shall take all necessary precautions to protect the building, exterior and grounds within the project area. • The Contractor shall have someone on call and ready to respond within 30 minutes in case of emergency. • The construction limits are within 10 feet maximum of buildings unless indicated otherwise. • The construction staging area shall have 8'-0" high chain link perimeter fencing. Location shall be coordinated in the field with the Owner's representative • Work area is to remain clean and all debris to be disposed of properly. • Obtain all required Indian River County Building Department Permit(s) and inspections. IRC Building permit is ready to be picked up, and fees have been paid by the County. • Standard work hours for this project will be 7 a.m. to 5 p.m. Monday through Friday, and weekends as needed, Contractor must submit a request to the County Project Manager for proposed weekend or night work. • Removal and replacement of existing flooring shall be done during nights or weekends. Noisy operations including but not limited to coring, hammer drilling, grinding, and hammering shall be conducted outside of normal working hours (nights or weekends). PROJECT REQUIREMENTS: • Subcontractors — per Contract Documents requirements "Section 00458 — List of Subcontractors" must be completed. • Summary of required Contractor form submittals checklist (Section 00300 — Bid Package content) Make sure everything is filled out on the bid form and everything is signed that needs signed. Incomplete forms will be disqualified. • Invoicing shall be submitted on monthly basis and must include release of liens and Surety's consent. F:`.Pt.blic Works\ENGINEERING DIVISION PROJEC'TS`,20301'ax Collector Office Expansion Bldg BA- Adniin`,,Meeting.N\PreBid`.IRC-2030 PREBID 'ti- M 20211202.doe Page 3 of 3 DISCUSSION All questions related to the bid shall bid submitted to the Purchasing Division in writing by end of day Monday Dec. 6 2021, questions related to filling out forms in the bid form can be asked up until day bids are due. The project is to be bid with the anticipation of material prices increasing, the County will not pay addition money if material cost rise during the contract period. Tax Collector office to remain open throughout construction, please maintain a clean work area and surrounding public areas. Questions & Answers Question: Does time start when permit is picked up? Answer: No. County will hold a Pre -Construction meeting after contractor has been selected and decide on a Notice to Proceed date at that time. Question: Should demo of wall be completed after the new exterior walls and windows are installed to insure a weather tight building. Answer: That is means and methods, if the Contractor can do that it is an option. Question: Area of remodel is the Handicap work station included in scope of work? Answer: Yes. Question: Demo of floor is to be done after hours? Answer. Yes Question: Where would the dumpster be located? Answer. County will look into spaces being blocked off for dumpster and staging area. The front is all Handicap spaces so those will need to be replaced. Question: Contractor provide own bathroom facilities? Answer: Yes Question: Does County have their own Fire Alarm Company? Answer. Yes, Guardian Hawk Question: Demo plans show only two windows being removed, and plans show all four. Asked after meeting during site visit. Answer: All four windows are to be removers. (see attached revised sheet A-2) Question: Does the County want to keep the old windows? Asked after meeting during site visit. Answer. No. Meeting Adjourned. F:'Tublic Works;ENGLNEERING DIVISION PRO.IEC I'S':2030 Tax Collector Office Expansion Bldg B`•,1- Adminl'v9eetings\PreBid'':IRC-2030 PREBID llvl 2021I202.doc V i 4 v d NL u t 1 1� O en CZ < < v C Q 'o �` � n N N z Z V a z a_�w�F flq •� �, v co q ww >> ¢-��r� i o Aq W G L l \ ortr-eat (z MO allolld - Oaeit vaalou 'NJv3e 0713A eeNarr-Lmawa ooa .0. 31x15 '31MIad WW.1 WAOe L9 'Cla7 d'UN10'J Lala NOIQi 710! vd 'ONZCmr all. 51�31117tlY NOISNVdX2 AXINNIS - SV N311L4 - ONmC3 �` I�(i 2101'0-3'1-10'0 X i umrolw 1� III . I 1 I I,I I I i f , I11 ! I a111 2 �p 1T I I I if 1 II ------ -- l I ll lip I — �I II I Q Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. Issue Date: Project Name: Bid Number: Bid Opening Date: 3 December 9, 2021 Tax Collector Office Expansion 2022018 December 16, 2021 tslV Ek C zz1 This addendum is being released to answer additional questions received. The information and documents contained in this addendum are hereby incorporated in the invitation to bid. This addendum must be acknowledged on the bid form, or the bid may be declared non-responsive. Modifications to Bid Documents: Replace Sheets A-3 and A-9 with the attached Sheets A-3 and A-9, Plan Revision dated 8DEC21. Questions and Answers: I. The plans are calling for 4 doors total but I'm counting 6. Please clarify the number of doors that need to be ordered for this job. Sheets A-3 and A-9 have been revised to show the correct number of doors. 2. CGI Commercial informed me that they can't make windows A or B the way the plans as asking for. Can Kawneer be used as an alternate, or alternately, can we ask CGI Commercial to quote a top and bottom window and contractor mull (attach) them? Kawneer IR 500 impact is an acceptable alternate manufacturer. Vertical mullion is also acceptable between units. Must meet wind pressures required by code. D� W p rill" M'.. w Ii;p� PROJECTt TAX COLLECTOR OFFICE SEA" EDLUND ORITENBAS BINKLEY EXPANSION A'K"IEC13 �"°� Tq PA FD1t .an.o: �P' ss ROYAL PA P;KM wrt[ -0- VERO BEACK PlORIOA 32960 /i111 ' lanae PHONE: (772) 369-4320 J 0 � �.tt II 'tfi ti�0 "tOJEL:TAX COLLECTORy OFFICE FOR: P401M QMM CQN". PLO A Pe�o�ti aSeo sEAL EDLUND DR TE SBINKLEY ARCHfFLNASWMTES. P.EXPANSION 65 ROYAL PALM POINTE. SURE 'D'ein.oa YERO BEACH, FLORIDA 32960 PNONE: (7-72) 369-320 � uiE' ICMIm YID . • ��1�I � .r i • AW r;11 J 0 � �.tt II 'tfi ti�0 "tOJEL:TAX COLLECTORy OFFICE FOR: P401M QMM CQN". PLO A Pe�o�ti aSeo sEAL EDLUND DR TE SBINKLEY ARCHfFLNASWMTES. P.EXPANSION 65 ROYAL PALM POINTE. SURE 'D'ein.oa YERO BEACH, FLORIDA 32960 PNONE: (7-72) 369-320 � uiE' ICMIm SECTION 00430 — Bid Bond AIA DOCUMENT A310 BID BOND The Contractor shall use the document form entitled "AIA Document A310 Bid Bond." END OF SECTION Bid Bond REV 04-07 - 00430 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Colle-_tor Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0-2—Bidding Documents - 20201002.docx THE K'.':ERICAN !NSTITliTE OF ARCs41TECT5 AZA DccumentA310 KNTOW ALL MEN BY TBIESE PRESENTS, that we Don Hinkle Construction, Inc. 246 Bimini Drive Ft Pierce, FL 34949 as Principal, hereinafter called the Principal, and American Southern Insurance Comnanv, 365 Northridge Raad Sane 400 Atlanta, GA 30350 a corporation duly organized under the laws of the State of Kansas as Surety, hereinafter called the Surety, are held and firmly bound unto Indian River County BOCC 1801 27th Street Vero Beach, FL 32960 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF AMOUNT BID — PENAL SUM NOT TO EXCEED FORTY-ONE THOUSAND & 00/100 DOLLARS( 5 % Not To Exceed $41,000.00 ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for INDIAN RIVER COUNTY TAX COLLECTOR OFFICE EXPANSION BID NO. 2022018, PROJECT IRC -2030 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 Ccntract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pm' 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 15th day of DECEMBER , 2021 (Witness) (Witness) If on nkl on t tction, Inc ,Principal) (Seal) (Title) A jT Jason S. Centralia, Attorney In Fact AIA CAUTION: You should signf an original AIA document which has this caution printed in red An original assures that changes will not be obs--ured as may occur when documents are reproduced WARNING: Unlicensed photocopyirg violates U.S. copyright law, and is subject to legal prosecution. AIA DOCUMENT A310 BID BOND AIA FEBRUARY 1970 ED - THE AMERICAN rNSTITUTE OF ARCHITECTS. 1735 N.Y. AVE., NW., WASHINGTON. D.C. 20006 AMERICAN SOUTHERN INSURANCE COMPANY Home Office: 3715 Northside Parkway, NW Suite 4-300 Atlanta, Georgia 30327 Mailing Address: P. O_ Box 723030 Atlanta, GA 31139-0030 GENERAL POWER OF ATTORNEY Know all men by these Presents, that the American Southern Insurance Company had made. constituted and appointed, and by these presents does make. constitute and appoint Stefan E_ Tauger of Parker, Colorado; Scott E. Stoltzneer of Hoover, Alabama; Arthur S. Johnson of Atlanta; Georaia; Andrew C. Heaner of Atlanta, Georgia- Jeffery L. Booth of Blacklick, Ohio; James E. Feldner of West Lake, Ohio; Cavid R. Brett of Columbia, South Carolina; Melanie J. Stokes of Atlanta, Georgia; Jason S. Centrella of Jacksonville, Florida; Michael J. Brown of Cumming, Georgia; Tamara D. Johnson of Atlanta, Georgia; or Omar G_ Guerra of Overland Park, Kansas, James A. Mallis of Charlotte, North Carolina, EACH as ifts true and lawful attorney for it and its name, place and stead to execute on behalf of the said company, as surety, bonds, undertakings and contracts of suretyship to be given to all obligees provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount of the sum of 54,000,000 (one million dollars), including but not limited to consents of surety for the release of retained percentages and/or final estimates on construction contracts or similar authority requested by the Department of Transpa. _ation, State of Florida; and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of the presents, shall be as binding upon the Company as if they had been duly signed by the President and attested by the Secretary of the Company in their own proper persons. This Power of Attorney is granted and is signed anL sealed by facsimile under and by the authority of the following Resolution adopted pursuant to due authorization by the Executive Committee of the Board of Directors of the American Southern Insurance Company on the 26th day of May, 1998: RESOLVED, that the Chairman, President or any Vice President of the Company be, and that each or any of then hereby is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the American Southern Insurance Company bonds, undertakings and all contracts of suretyship; and that any Secretary or any Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signature of such o`ficers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearirg such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future, with respect to any bond undertaking or contract of suretyship to which it is attached. In Witness Whereof, the American Southern Insurance Company has caused its official seal to be hereto affixed, and these presents to be signed by its President. aid attested by its Secretary this 25th day of February 2021. All," American Southern Insurance Company y_ Melonie A_ Coppola, Secretary _ STATE OF GEORGIA - - Scott G- *hoon, President SS: COUNTY OF FULTON On this 25th day of February X021 �,ii e' mePe sorally came Scott G. Thompson to me knovdn. who being by me duty s mom. d d depose and say that he resides in Atlanta. in. the CounI*'oT.Fu-lfortxState of Georgia, at 421 Hollydale Court; that he is the President of American S3uihe n Insurance Company, the corporation described in and whic'i executed the above instrument, that he knows the seal of the said corporatin0. t the seri affixed to the said instrum=ent is such corporate seal; that itwas so affixed and that he signed his name ;her o pu uant to ' e authoriz tib?. /it, z ., : ' ''•. d STATE OF GEORGIA Candace T_ Cheatham Notary Public. State of Georgia SS: Qualified in DeKalb County e r COUNTY OF FULTON Commission Expires May 3, 2022 � � A` `t `; � .r w._T q _ 1, the undersigned, a Vice President of American Southern tnsurarice Company, a Kansas Corporation, DO HERESY CE 7&J lf•iW7T'' and attached Power of Attorney remains in full force and has not been revoked; and, furthermore. that the Resolubon of the Exec((&. Board of Directors set forth in the Power of Attorney is now in force. rrtattli y;.� Signed and sealed at the City of Atlanta. Dated the 15 � day of o m r ohn R. HUot Power No. 51091 Vice President SECTION 00452 — Sworn Statement on Disclosure of Relationships SWORN STATEMENT UNDER SECTION 105.0€3, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2022018 for INDIAN RIVER COUNTY TAX COLLECTOR OFFICE EXPANSION 2. This sworn statement is submitted by (Name of entity submitting Statement) whose business address is: '46 Biniinl D -r -ivrt Pierce. FL 'AQA9 3. My name is _rald. G Hini;l; (Please print name of individual signing) and my relationship to the entity named above is 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. Sworn Statement of Disclosure of Relationships - 00452-1 I'APublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master contract Documents\DIV 0_2_Sidding Documents - 20201002.docx The entity submitting this sworn statement. or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents, who are active in management of the entity have the following relationships with a County Commissioner or County employee: Name of Affiliate or entity STATE OF COUNTY OF ' Name of County Commissioner or employee Relationship (Signature) (Date) Sworn to (or affirmed) and subscribed before me by means of ❑ physical presence or ❑ online notarization, this i day of 20 by (name of person making statement). E (Signature of Notary Public - State of Florida) (Print, Type, or Stamp CoYnmissioned Name of Notary Public) e� QOM HSA O . who is personally known to me or 11who has produced = �x�` 5 as identification. - • Z 0. • c *IH 101653 o P� yA0N'ed iht� Ndei��¢�y Off: �i o ' 6j1c N' .• STATE Sworn Statement of Disclosure of Relationships - 00452-2 FnPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expan=_ion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0-2—Bidding Documents - 20201002.docx SECTION 00456 — QUALIFICATIONS QUESTIONNAIRE NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON - RESPONSIBLE BIDDERS. Documentation Submitted with Project No: IRC -2030 Project Name: INDIAN RIVER COUNTY TAX COLLECTOR OFFICE EXPANSION 1. Bidder's Name/ Address: Don Hinkle Co strv�ction !n- 2. Bidder's Telephone & FAX Numbers: 3. Licensing and Corporate Status: a. Is Contractor License current? b. Bidder's Contractor License No: [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: - 5. What is the last project OF THIS NATURE that the firm has completed? Has the firm ever failed to complete work awarded to you? [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which the firm failed to complete the work.] 7. Has the firm ever been assessed liquidated damages? [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? - [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? Qualifications Questionnaire - 00456 - 1 FAPuhlic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Co<lector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0-2—Bidding Documents - 20201002.docx (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? [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.] 11. Attach to this questionnaire, a notarized financial statement and other information that documents the firm's financial strengt-i and history. 12. Has the firm ever defaulted on any of its projects? [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: Rick Friedrich Date of Inspections: December 2nd 15. Name of on-site Project Foreman: Chad Hinkle Number of years of experience with s,milar projects as a Project Foreman: 1- 16. Name of Project Manager: Don Hinkle Number of years of experience with s milar projects as a Project Manager: 32 17. State your total bonding capacity: $800.000.00 ir.; State your bonding capacity per job: $800,000.00 19. Please provide name, address, telephone number, and contact person of your bonding company: ,;w, Lombardi Ac atria Innsurance-, S i ;2"_ -6406 [The remainder of this page was left blank intentionally] Qualifications Questionnaire - 00456 - 2 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Cot ector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0-2—Bidding Documents - 20201002.docx CD t 0 \ \ / 0 � 7 u § \ \ / / R 7 G o 7 k � k \ _ � / \ _ t 2 0\o / / / o \ & § \ \ C k \ \ \ ._ « m c � 2 cl�m _6 7 1 LO «\ E c E > o 2 \ 0 2 J \ ƒ ± 5 0 \ 0 k e e \ § / \ �2 o= \ — @ @ / k \ \ \_ § \ \ § L)7 t p \ D 3 % 27 ) \ / \ \ a o U m m \ o o 5 E - o± — o \ E $ \ \ / / \ 2 = § ° f f 3 \ ƒ \ \ 0 / \ 0 6 / \ \ 3 a / 0 % J / � c k \ 3 m \ % \ % o / O E e c o 9 \ = 9 p 9 / /CD 3 & 2 * r 6 / \ e 2 y o \ \ 2 j a ± c ƒ = ELL / / ± » \ ? $ 7 + % k / 'IT / J \ # ° \ / \ n 2 | \\ $ / \ \ / \ 7 \ k Y4��orq -J. NIL?!"i-lent of State / Division Of QOrDOratiOnS / Search Records / Sea, -ch D L Entity t\arae / Detail by Entity Maame- Florida Profit Corporation DON HINKLE CONSTRUCTION, INC. Filing Information Document Number J17937 FEE/EIN Number 59-2692435 Date Filed 06/06/1986 State FL Status ACTIVE Principal Address 246 Bimini Drive Hutchinson Island, FL 34949 Changed: 03/14/2020 Malting Address 246 Bimini Drive Hutchinson Island, FL 34949 Changed.- 03/14/2020 Registered Assent Name & Address HINKLE, DON 246 Bimini Drive Hutchinson Island, FL 34949 Address Changed: 03/14/2020 Officer/Director Detail Name & Address Title PSTD HINKLE, DON 246 Bimini Drive Hutchinson Island, FL 34949 Title VPS Hutchinson Island, FL 34949 Title TRS HINKLE, CHAD R 5715 TANGELO DRIVE FORT PIERCE, FL 34982 Title SCTY HINKLE, TRENT D 5216 PINETREE DR Fort Pierce, FL 34982 Annual Reports Report Year Filed Date 2019 02/11/2019 2020 03/14/2020 2021 01/26/2021 Document Images 1:26/202 1 -- ANNUAL REP"-" View image in PDF -- :: L020 -- i-litif=- - Vie'', t 112ga in PD, _.. - _ _ - RE .= _ tar e AL RFP G - _ --- _ - __ -- U ",! REPQP- \ -_ - NNUAL REPQFT View image in PDF format - _--_- ANNLIAL REPQRT View image in PDF fom-,a: --` `'^010 -- L NNIUA L REP0RT View image in PDF format P,EP R� Vie image in PDF format ievv image in ' _ =forma? - - -- =_-- 'iev✓ i in t - — - - —_- ie,,.; it _: in PDF format PDGF farma* ;;P.- _ .. age in ! - ,. ..n_ge in PDF - .NNUAL REPOT, Vie,,%, image in PDF forn`Ei -_-='002 -- Ate NUAL REPORT _001 -- ANNUAL REPORT View' in -.age in PDF format View image in PDF format 06:'01%2000 -- ANNUAL iREPQRT Vie»: image in PDF totmat Don Hinkle Construction Inc 246 Bimini Dr Fort Pierce, FL 34949 Financial Strength Statement December 15, 2021 I have attached Profit and Loss Statements and Balance Sheets for 2019, 2020 and first 11 months of 2021. I attest that these statements are a true reflection of the Financial strength of Don Hinkle Construction, Inc. (Signature) (date) Donald G. Hinkle President, Don Hinkle Construction Inc State of Florida County of St. Lucie 7.1 Sworn to and subscribed before me by means of physical presence, this day of i - 2021, by Signature of Notary Public — State of Florida F111111/0/%®° Who is personally known to me or who has produced SS�o�9N��o® as identification. #iHH 101653 O9 �yp°nded 11��• i� P{ Ubfic Unde..' 12:01 PM Don Hinkle Construction 12/03/21 Profit & Loss Accrual Basis January through December 2019 Page 7 Jan -Dec 19 Ordinary Income/Expense income 42600 • Construction Income 583.104.45 Total Income 583_.104.45 Cost of Goods Sold 50000 • Cost of Goods Sold 50100 • Blueprints and Reproduction 1,394.28 50400 • Construction Materials Costs 34.78 50800 • Equipment Rental for Jots 184,749.56, 51900 • Other Construction Costs 1.930.50 53600 • Subcontractors Expense 17.571.58 53800 • Tools and Small Equipment 251.009.40 801.92 Total COGS 457,492.02 Gross Profit 125.612.43 expense Contracted Services Fuel 2.276.30 60000 • Advertising and Promotion 8,379.81 60100 • Auto and Truck Expenses 2,187.53 60400 • Bank Service Charges 1.548.57 61000 • Business Licenses and Permits 16.21 61400 Payroll Taxes 2826.10 63300 Insurance Expense 15.051.31 63310 • General Liability Insurance 63300 - Insurance Expense - Other 3'406.20 3,150.32 Total 63300 • Insurance Expense 6.556.52 64900 • Office Supplies 66000 • Payroll Expenses 862.52 66700 • Professional Fees 51,679.49 67200 • Repairs and Maintenance 5,288.00 68600 • Utilities 385.05 376.00 Total Expense 97.433.41 Net Ordinary Income 28.179.02 Other Income/Expense Other Expense 80000 • Ask My Accountant -2,538.65 Total Other Expense -2.538.65 Net Other Income 2,538.65 Net Income 30,717.67 Page 7 11:39 AM Don Hinkle Construction 12/03/21 Balance Sheet Accrual Basis As of December 31, 2019 Page 1 Dec 31, 19 ASSETS Current Assets Checking/Savings Don Hinkle Construction TD Bank 81.899.42 Total Checking/Savings 81, 899.42 Total Current Assets 81.899.42 TOTAL ASSETS 81,899.42 LIABILITIES & EQUITY Equity 32000 • Retained Earnings Net Income 51,181.75 30.717.67 Total Equity 81.899.42 TOTAL LIABILITIES c_ EQUITY 81,899.42 Page 1 11:59 AM Don Hinkle Construction 12/03/21 Profit & Loss Accrual Basis January through December 2020 Page 7 Jan - Dec 20 Ordinary Income/Expense Income 42600 • Construction Income 672.660.84 Total Income 672,660.84 Cost of Goods Sold 50100 • Blueprints and Reproduction 50400 • Construction Materials Costs 110.21 51900 • Other Construction Costs 294`228.61 53600 • Subcontractors Expense 30.220.60 53800 • Tools and Small Equipment 251,125.66 353.45 Total COGS 576.038.53 Gross Profit 96,622.31 Expense Fuel 60000 • Advertising and Promotion 6.149.73 60100 • Auto and Truck Expenses 950.00 60400 • Bank Service Charges 34,772.00 61000 Business Licenses and Permits 1.950.00 61400 Payroll Taxes 4,332.33 63300 Insurance Expense 18,060.19 63310 • General Liability Insurance 63300 • Insurance Expense - Other 3.519.31 4.019.05 Total 63300 • Insurance Expense 7.538.36 64900 • Office Supplies 66000 • Payroll Expenses 396.26 66700 • Professional Fees 74,317.74 68600 - Utilities 3,724.00 768.33 Total Expense 152, 958.94 Net Ordinary Income -56.336.63 Other Income/Expense Other Expense 80000 • Ask My Accountant -13,350.00 Total Other Expense -13.350.00 Net Other Income 13, 350.00 Net Income -42,986.63 Page 7 1^::38 AM 12/03/21 Don Hinkle Construction Bajance Rheni. Accrual Basis As of December 31, 2020 Page 1 Dec 31. 20 ASSETS Current Assets Checking/Savings Don Hinkle Construction TD Bank 38,912.79 Total Checking/Savings 38.912.79 Total Current Assets 38.912.79 TOTAL ASSETS 38.912.79 LIABILITIES & EQUITY Equity 32000 . Retained Earnings Net Income 81.899.42 -42.986.63 Total Equity 38.912.79 TOTAL LIABILITIES & EQUITY 38.912.79 Page 1 5:02 PM Don Hinkle Construction 12/01/21 Profit & Loss Accrual Basis January through November 2021 Ordinary Income/Expense Income 42600 • Construction Income Total Income Cost of Goods Sold 50400 • Construction Materials Costs 51900 - Other Construction Costs 53600 • Subcontractors Expense Total COGS Gross Profit Expense Fuel 60000 • Advertising and Promotion 60100 • Auto and Truck Expenses 60400 • Bank Service Charges 61000 • Business Licenses and Permits 61400 • Payroll Taxes 63300 • Insurance Expense 63310 • General Liability Insurance 63300 • Insurance Expense - Other Total 63300 - Insurance Expense 64900 • Office Supplies 66000 - Payroll Expenses 66700• Professional Fees Total Expense Net Ordinary Income Net Income Jan - Nov 21 776;511.01 776.511.01 146.190.74 47.823.99 367.048.14 561.062.87 215.448.14 5.460.07 600.00 5,956.46 20.00 920.73 16, 981.25 3,129.93 12.117.33 15.247.26 829.71 47.029.19 40.851.36 133;896.03 81.552.11 81,552. i i Page 1 11:37 AM 12/03/21 ®on Hinkle Construction Balance Shaet Accrual Basis As of November 30, 2021 ASSETS Current Assets Checking/Savings Don Hinkle Construction TD Bank Total Checking/Savings Total Current Assets TOTAL ASSETS LIABILITIES & EQUITY Equity 32000 • Retained Earnings Net income Total Equity TOTAL LIABILITIES & EQUITY Nov 30, 21 120,464.90 120,464.90 120.464.90 120,464.90 38,912.79 81,552.11 120.464.90 120,464.90 Page 1 Attachment for Section 00456 Don Hinkle Construction Inc. Current Workload Owner or General Con Ray Causely Scope of Work New Home Location Fort Pierce Contract Price $700,176 % Completed 22% Date to be Completed 9/2022 Wade Tindall Framing Siding Carpentry Fort Pierce $77,850 95% 1/2022 Standout Homes Remodeling Port St Lucie $25,000 10% 3/2022 Varsity Sports Shop Windows and Addition Fort Pierce I $135,000 2% 9/2022 I Christian Andersen Historic House Remodel Fort Pierce $251000 45% 2/2022 SECTION 00458 — List of Subcontractors The Bidder MUST 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, additions, 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. IRC -2030 for INDIAN RIVER COUNTY TAX COLLECTOR OFFICE EXPANSION ri Work to be Performed Electric Subcontractor's Name/Address Pride Electric Services St Lucie County Bluewater Finishing LLC St Lucie County Doyle Masonry St Lucie County Portion of Work 8% 2. Paint, Drywall 10% 3. Concrete, Block 10% 4. Demo AAA Concrete Cutting and Drilling St Lucie County Blackwell & Sons AC & Heating St Lucie County Glass & Mirror Vero Beach 8% 5. HVAC ° 15 /o s. Windows, DoorsVero 15% 7 Life Safety Total Life Florida Hardscapes St Lucie County Don Hinkle Construction INC St Lucie County 5% qFloori:n:g 8% aming, Miscellaneous, roject management 21% 10. 1i. 12. 13. 14. Note: Attach additional sheets if required. * * END OF SECTION * * List of Subcontractors REV 3-18A - 00458 F:\Public Works\ENGINEERING DIVISION PROJECTS12030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0-2—Bidding Documents - 20201002.docx SECTION 00460 — CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority- owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies that Boycott Israel List created pursuant to s. 215.4725 of the Florida Statutes, or are engaged in a boycott of Israel. In addition, if this solicitation is for a contract for goods or services of one million dollars or more, I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority- owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473 of the Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute. I understand and agree that the County may immediately terminate any contract resulting from this solicitation upon written notice if the undersigned entity (or any of those related entities o rrespondent as defined above by Florida law) are found to have submitted a false certification or any of the following occur with respect to the company or a related etity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Comparies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria. Name of Respondent: - - (Authorized Signature) Title: _ Date: - Certification Regarding Prohibition Against Contracting - 00460 - i F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0_2 Bidding Documents - 20201002.docx BOARD OF CO LINTY COMMISSIONERS January 18, 2022 Don Hinkle Construction, Inc. Attn: Donald G. Hinkle 246 Bimini Drive Fort Pierce, FL 34949 donhinkle@bellsouth.net NOTICE OF AWARD Reference: Indian River County Bid No. 2022018 Indian River Tax Collector Office Expansion Dear Mr. Hinkle: via Email It is my pleasure to inform you that on January 18, 2_022 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 award amount ($523,062.36). 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 as additional insured and must provide for a 30 day Notice of Cancellation. 4. W-9. The Public Construction Bond must be executed in accordance with section 255.05(1)(a), Florida Statutes. Please submit the Bond, 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 February 2, 2022. Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of award. Thank you for your prompt attention and if you have any questions, please do not hesitate to contact our office. Sincerely, Jennifer'Hyde Purchasing Manager Cc: Project Manager Office of Management and Budget a Purchasing Division 1800 27"' Street, Vero Beach, Florida 32960•(772) 226-1416•Fax: (772) 770-5140 E-mail: purchasing@ircgovxom SECTION 00520 - Agreement (Public Works) TABLE OF CONTENTS Title Page ARTICLE1 -WORK ........................................................................................................... 2 ARTICLE 2 - THE PROJECT............................................................................................. 2 ARTICLE3 - ENGINEER................................................................................................... 2 ARTICLE4 - CONTRACT TIMES....................................................................................... 2 ARTICLE 5 - CONTRACT PRICE....................................................................................... 3 ARTICLE 6 - PAYMENT PROCEDURES........................................................................... 3 ARTICLE 7 - INDEMNIFICATION....................................................................................... 4 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS...................................................... 4 ARTICLE 9 - CONTRACT DOCUMENTS........................................................................... 5 ARTICLE 10 - MISCELLANEOUS...................................................................................... 7 [THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY] Agreement (Public Works) REV 04-07 - 00520 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0 3 Contract Forms - 20210223.docx SECTION 00520 - Agreement (Public Works) THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) and Don Hinkle Construction, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 - WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Project consists of expanding the Tax Collector office into the existing front patio area by enclosing the area to create an enlarged customer service space. Included in the scope of work is the demolition of existing exterior wall and windows, new customer service work stations, new flooring throughout customer area, drywall, ceiling tile, HVAC, electrical, and fire suppression modifications to provide a turn -key facility upon completion of the project. 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: TAX COLLECTOR OFFICE EXPANSION County Project Number: IRC -2030 Bid Number: 2022018 Project Address: 1800 27Lh- St. Vero Beach, FL. 32960 ARTICLE 3 - ENGINEER 3.01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 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 competed on or before the 1201—" calendar day after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 Agreement (Public Works) REV 04-07 - 00520 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector ONice Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0-3—Contract Forms - 20210223.docx of the General Conditions on or before the 150th calendar day after the date when the Contract Times commence to run. 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $1,694.00 for each calendar day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $1,694.00 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 5.01.13, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract: Numerical Amount: $ 523,062.36 Written Amount: Five hundred twenty three thousand sixty two dollars thirty six cents ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. 6.02 Progress Payments. A. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain five percent (5%) of the payment amounts due to the CONTRACTOR until final completion and Agreement (Public Works) REV 04-07 - 00520 - 3 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg 13\1-AdminWids0d Documents\Master Contract Documents\DIV 0 3 Contract Forms - 20210223.docx acceptance of all work to be performed by CONTRACTOR under the Contract Documents. 6.03 Pay Requests. A. Each request for a progress payment shall be submitted on the application provided 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. 6.04 Paragraphs 6.02 and 6.03 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 6.05 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Public Construction Bond. ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with paragraph 6.20 (Indemnification) of the General Conditions to the Construction Contract. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 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. Agreement (Public Works) REV 04-07 - 00520 - 4 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0 3 Contract Forms - 20210223.docx 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 Cond=tions 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 t.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. K. Contractor is registered with and wi°I use the Department of Homeland Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees for the duration of this agreement, as required by Section 448.095, F.S. Contractor is also responsible for obtaining proof of E -Verify registration for all subcontractors. 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 ; Agreement (Public Works) REV 04-07 - 00520 - 5 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0-3—Contract Forms - 20210223.docx 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. Certificate of Substantial Completion ( pages 00630-1 to 00630-2, inclusive); 7. Contractor's Final Certification of the Work (pages 00632-1 to 00632-2, inclusive); 8. Professional Surveyor & Mapper's Certification as to Elevations and Locations of the Work (page 00634-1 9. General Conditions (pages 00700-1 to 00700-37, inclusive); 10. Supplementary Conditions (pages 00800-i to 00800-12, inclusive); 11. Specifications as listed in Division 1 (General Requirements) and Division 2 (Project Manual/Technical Specifications - EDB); 12. Drawings consisting of a cover sheet and sheets numbered ABB through E3.1, and Topographic Survey sheet 1 of 1 inclusive, with each sheet bearing the following general title: TAX COLLECTOR OFFICE EXPANSION; 13. Addenda (if applicable ); 14. Appendices to this Agreement (enumerated as follows): Appendix A — Permits (IRC BUILDING PERMIT APPLICATION) 15. CONTRACTOR'S BID (pages 00310-1 to 00310-8, inclusive); 16. Bid Bond (page 00430-1 17. Qualifications Questionnaire (page 00456-1 to 00456-3, inclusive); 18. List of Subcontractors (page 00458-1 ; 19. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive); 20. Certification Regarding Prohibition Against Contracting with Scrutinized Companies (page 00460-1 ; 21. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Change Order(s); Agreement (Public Works) REV 04-07 - 00520 - 6 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0-3—Contract Forms - 20210223.docx ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 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. (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 Agreement (Public Works) REV 04-07 - 00520 - 7 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids0d Documents\Master Contract Documents\DIV 0-3—Contract Forms - 20210223.docx 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 1801 27th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. [The remainder of this page was left blank intentionally] Agreement (Public Works) REV 04-07 - 00520 - 8 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0-3—Contract Forms - 20210223.docx 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 2022 the date the Contract is approved by the Indian River County Board of County C mmissloners, which is the Effective Date of the Agreement). •i► By: J CONTRACTOR: ���pi`SMISS�o�fF�spon Hinkle Construction Inc. (Donald G. Hinkle) ' (Contractor) °� R��fR C00���•' (CORPORATE SEAL) ministrator Atte LA APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: &I, — Dylan Reingold; County Attorney Jeffrey R. Smith, Clerk of Court and ComptroJer Attest: (SEAL) Deputy Clerk Designated Representative: Address for giving notices: 245 Bimini Dr HiArhingon Island F1 3494A License No. CGC036040 (Where applicable) Agent for service of process: Don Hinkle Name: James W. Ennis, P. E., PMP Designated Representative: Title: Assistant Public Works Director Name: Chad Hinkle 1801 27th Street Title: Treasurer Vero Beach, Florida 32960 Address: (772) 226-1221 7405 Silver Oak Dr Facsimile: (772) 778-9391 Port St Lucie, FL 34952 Phone: 772-528-2227 Facsimile: 772-467-1348 (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) * * END OF SECTION * * Agreement (Public Works) REV 04-07 - 00520 - 9 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0-3—Contract Forms - 20210223.docx SECTION 00550 - Notice to Proceed Dated TO: (BIDDER) ADDRESS: Contract For: TAX COLLECTOR OFFICE EXPANSION Project No: IRC -2030 IRC Bid No. 2022018 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 150 calendar days for Final Completion. In accordance with Article 4 of the Agreement the date of Substantial Completion is and the date of readiness for final payment is CONTRACTOR shall not commence work 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 i,n 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) M INDIAN RIVER COUNTY (OWNER) (AUTHORIZED SIGNATURE) (TITLE) Notice to Proceed REV 04-07 00550 - 1 SECTION 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. Public Construction Bond - 00610 - 1 RECORDED IN THE PUBLIC RECORDS OF JEFFREY R SMITH, CLERK OF COURT INDIAN RIVER COUNTY FL BK: 3507 PG: 1814 Page 1 of 4 2/1/2022 2:51 °M PUBLIC CONSTRUCTION BOND IN COMPLIANCE WITH FLORIDA STATUTES 255.05 (1) (a) Bond No. 69802 Contractor Name Don Hinkle Construction, Inc. Contractor Address 246 Bimini Drive, Ft Fierce, FL 34949 Contractor Phone 772-461-0965 Surety Company American Southern Insurance Company Surety Address 365 Northridge Rd, Ste 400, Atlanta, GA 30350 Surety Phone 678-832-2100 Owner Name Indian River County Owner Address 180027 th Street, Vero Beach, FL 32960 Owner Phone 772-226-1416 Obligee Name N/A (If contracting entity is different from the owner, the contracting public entity) Obligee Address N/A Obligee Phone N/A Contract No. N/A Project Number IRC -2030 Project Location Indian River Tax Collector Office Expansion Legal Description and Street Address 180027 th Street, Vero Beach, FL 32960 Description of Work Indian River Tax Collector Office Expansion FRONT PAGE All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that may be preprinted thereon. Bond 69802 PUBLIC CONSTRUCTION BOND BY THIS BOND, We, Don Hinkle Construction, Inc. 246 Bimini Drive Ft Pierce FL 34949 (772) 461-0965 (Insert name, principal business address and telephone number of contractor) ' as Principal and American Southern Insurance Company 365 Northridge Rd #250 Atlanta GA 30350 (800)424-0132 , (insert name principal business address and telephone number of s xety) as Surety, are bound to _ Indian River County, 1800 27th St Vero Beach FL 32960 (772) 226-1416 ((Insert name, principal address and telephone number of owner of the property or contracting public entity and its contract number) Five Hundred Twenty -Three Thousand, Sixty -Two & 36/100 Dollars herein called the Owner, in the sum of $ ($523,062.361 , 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 contracted dated2022 , between Principal and Owner for construction of inuian river 1 ax collector Office Expansion, Project No. IRC -2030, Bid No. 2022018 S., u���..y«�1�, Sheer auaress or Inc property being imp-oved, and general description of the improvement) 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 bo --Id is void; otherwise it remains in full force. 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 ; n,ti.uVZ t Q 2022 PRINCIPAL: Don Hi pe,,Construction, ,Inc. Printed Name: J- ff � �� AfZZ Printed Title: STATE OF !� i+✓'-i�l�.� �. COUNTY OF . ,9- �.-1 5-20 rfl�N s afiH 101653 , y h:•� O9 '• ;•s A°nded 41blic Unde •' �0<�� P�-- 2� STA --- The foregoing instrument wass a�cknowle Ig,aISfore me ` 'A this L-4 — day of n "7 `� , by (yl�ir `t r Q--1 fi 1 j n (name), as title Of Don Hinkle Construction, Inc. (name of corporation), a Florida (State) corporation, on behalf of the corporation. '/She [please check as applicable] / �,/; / is personally known to me, or has produced / / his/her (state) driver's license, or / / his/her (type of identific )ion) as identification. (Si ature) (Printed Name) NOTARY PUBLIC, STATE OF (Co ission Expiration Date) SURETY: American South By Printed Name: Printed Title: STATE Ol~ Florida COUNTY OF Duval Centrella The foregoing instrument was acknowledged before me this 25th day of January 2022, by Jason S. Centrella Attornev-in-Fact title Of —� sur, Sou ern ( ) Tns is n Coma�,y (name as of corporation), a ynn� (State) corporation, on behalf of the corporation. -He/She [please check as applicable] / X / is personally known to me, or has produced / NIA / his/her N/A _ (state) driver's license, or / N/A / his/her N/A (type of identification) as identification. ALANE SKAFF MY COMMISSION # HH 054443 EXPIRES: October 20, 2024 Wded,Thru Nfty Public Undenxrtem NOTARY PUBLIC, STATE OF Florida 10/20/2024 (Commission Expiration Date) AMERICAN SOUTHERN INSURANCE COMPANY Home Office: 3715 Northside Parkway, NW Mailing Address: P. 0. Box 723030 Suite 4-800 Atlanta, GA 31139-0030 Atlanta, Georgia 30327 GENERAL POWER OF ATTORNEY Know all men by these Presents, that the American Southern Insurance Company had made, constituted and appointed, and by these presents does make, constitute and appoint Stefan E. Tauger of Parker, Colorado; Scott E. Stolt7-ner of Hoover, Alabama; Arthur S. Johnson of Atlanta, Georgia; Andrew C. Heaner of Atlanta, Georgia; Jeffery L. Booth of Blacklick, Ohio; James E. Feldner of West Lake, Ohio- David R. Brett of Columbia, South Carolina; Melanie J. Stokes of Atlanta, Georgia; Jason S. Centrella of Jacksonville, Florida; Michael J. Brown of Cumming, Georgia; Tamara D. Johnson of Atlanta, Georgia; or Omar G. Guerra of Overland Park, Kansas, James A. Mallis of Charlotte, North Carolina, EACH 2s its true and lawful attorney for it and its name, place and stead to execute on behalf of the said company, as surety, bends, undertakings and contracts of suretyship to be given to all obligees provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed it amount of the sum of $1,000,000 (one million dollars), including but not limited to consents of surety for the release of retained percentages and/or final estimates on construction contracts or similar authority requested by the Department of Transportation, State of Florida; and the execution of such undertakings, bonds, recognizances and other surety obligaticns, in pursuance of the presents, shall be as binding upon the Company as if they had been duly signed by the President and attested by the Secretary of the Company in their own proper persons. This Power of Attorney is granted and is signet and sealed by facsimile under and by the authority of the following Resolution adopted pursuant to due authorization by the Executive Committee of the Board of Directors of the American Southern Insurance Company on the 26th day of May, 1998: RESOLVED, that the Chairman, President or any Vice President of the Company be, and that each or any of them hereby is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the American Southern Insurance Company bonds, undertakings and all contracts of suretyship; and that any Secretary or any Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future, with respect to any bond undertaking or contract of su-etyship to which it is attached. In Witness Whereof, the American Southern Insurance Company has caused its official seal to be hereto affixed, and these presents to be signed by its President,p,ndjattgsted by its Secretary this 25th day of. February 2021. tipR N IN o ''�• A Vs�bnGrr`p 0 1 9 Company American Southern Insurance Com an Melonie A. Coppola, Secretary : v Y: pp SEAL �.�"" STATE OF GEORGIA ', 9J6 O Scott G. ho on, President SS: �dv�, 2�i COUNTY OF FULTON A- On this 25th day of February 2021f^�;liefQre m pBFsonally came Scott G. Thompson to me known, who being by me duly sworn, did depose and say that he resides in Atlanta, in the C6onty, b�f G�tNottate of Georgia, at 421 Hollydale Court; that he is the President of American Southern Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of the said corporatit the seal affixed to the said instrument is such corporate seal; that it was sc affixed and that he signed his name there o pur uant to e authoriz�ati21�ln;,N m////�� CHS, !'x STATE OF GEORGIA Candace T. Cheatham `� i'�o� h.• j Notary Public, State of Georgia — U a AOTAN), SS: COUNTY OF FULTON Qualified in DeKalb County Commission Expires May 3, 2022 '. 10U8LtC I, the undersigned, a Vice President of American Southern Insurance Company, a Kansas Corporation, DO HEREBY CE��i� O hat t� i� and attached Power of Attorney remains in full force and has not been revoked; and, furthermore, that the Resolution of the Execiftfy Board of Directors set forth in the Power of Attorney is now in fore.@bfht+ite 4�the !/•//111111 �1t� � Signed and sealed at the City of Atlanta, Dated the day of 6 22 Power No. 51834 John R. Huot Vice President ACCWE' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYre) 1/24/2022 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 have ADDITIONAL INSURED provisions or 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 Acentria Insurance -Harbor Insurance Agency 6645 South US Highway 1 Port Saint Lucie FL 34952 CONTACT NAME: Carolyn Lombardi PHONE A/C No Ext: 561-623-6408 ac No: 772-460-2315 E-MAIL ADDRESS: carol n.lombardi Acentria.com INSURERS AFFORDING COVERAGE NAIC # INSURER A: Southern -Owners Insurance Company 10190 INSURED DONHiNK-01 Don Hinkle Construction Inc 246 Bimini Drive Hutchinson Island FL 34949 INSURER B : INSURERC: INSURERD: INSURER E: INSURER F: I CERTIFICATE NUM13ER: 15905IZ246 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' LTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF MMIDD I POLICY EXP MM/DD LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y 72049610 2/25/2021 2/25/2022 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE � OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: X PRO- F1 GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY JECT LOC $ I OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY (Per person) $ OWNED ice— SCHEDULED BODILY INJURY (Per accident) S AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE $ Per accident A x UMBRELLA LIAB X OCCUR 14914256300 1 2/25/2021 2/25/2022 EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS -MADE j AGGREGATE $ l DED X I RETENTION $ WORKERS COMPENSATION $ PEROTH- AND EMPLOYERS' LIABILITY YIN i � STATUTE ER E.L. EACH ACCIDENT $ ANYPROPRIETOR/PARTNER/EXECUTIVE ❑ NIA E.L. DISEASE - EA EMPLOYEE $ �OFFICER/MEMBEREXCLUDED7 Mand Iatory in NH) f yes, describe under E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS below I II I I, DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarxs Schedule, may be attached if more space is required) RE: Indian River County Tax Collectors Office Expansion: Bid No.: 2022018, Project IRC -2030 Certificate holders are included as Additional Insureds with respect to General Liability including products completed Operations. Waiver of Subrogation applies in favor of the certificate holders. '30 days notice of cancellation, except 10 days for non-payment of premium. Indian River County Board of County Commissioners 1801 27th Street Vero Beach FL 32960 ACORD 25 (2016/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE cz�y�� V 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACOR" CERTIFICATE OF LIABILITY INSURANCE ATE (MMIDD/YYYY) rz/8/2022 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 have ADDITIONAL INSURED provisions or 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 Acentria Insurance - Harbor Insurance Agency 6645 South US Highway 1 Port Saint Lucie FL 34952 CONTACT NAME: Carol n Lombardi PHONE .56I-623-6408 AXAICNo):772-460-2315 EMAIL ADDRESS: carolyn.lombardi@_Acentria.com INSURERS AFFORDING COVERAGE NAIC # CLAIMS -MADE IJ OCCUR INSURERA: Southern -Owners Insurance Company 10190 INSURED DONHIVK-01 INSURER B : Don Hinkle Construction Inc DAMAGERENTED PREMISESS(Ea occurrence) $ 300,000 246 Bimini Drive INSURERC: INSURERD: Hutchinson Island FL 34949 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 2120001272 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR - - POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MM/DD /DD A X COMMERCIAL GENERAL LIABILITY Y Y 72049610 2/25/2022 2/25/2023 EACH OCCURRENCE $1,000,000 CLAIMS -MADE IJ OCCUR DAMAGERENTED PREMISESS(Ea occurrence) $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X PRO - POLICY ❑ JECTPRO ❑LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per accident HIRED NON -OWNED AUTOS ONLY AUTOS ONLY L $ A X UMBRELLALIAB X OCCUR 4914256300 2/25/2022 2/25/2023 EACH OCCURRENCE $2,000,000 AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED I X I RETENTION $, $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVEE.L. EACH ACCIDENT $ F7OFFICER/MEMBER EXCLUDED? NIA E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) If yes, describe under _ -- DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Indian River County Tax Collectors Office Expansion: Bid No.: 2022013, Project IRC -2030 Certificate holders are included as Additional Insureds with respect to General Liability including products completed Operations. Waiver of Subrogation applies in favor of the certificate holders. '30 days notice of cancellation, except '0 days for non-payment of premium. CERTIFICATE HOLDER CANCELLATION ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Indian River County Board of County Commissioners 1801 27th Street AUTHDREPRESENTATIVE H. Vero Beach FL 32960 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD ACOR©� CERTIFICATE OF LIABILITY INSURANCE FDATE(MM/DDfYYYY) 01131/2022 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 have ADDITIONAL INSURED provisions or 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 tateFarm G. A. RAINS INSURANCE AGENCY r 4527 S FEDERAL HWY 1 FT PIERCE, FL. 34982 CONTACT GLENN RAINS PHONE 772 464 4532 FAx 772-742-8837 A N x /UC No E-MAIL SS: glenn.rains.b26w@statefarm.com ADDRE INSURERS AFFORDING COVERAGE NAIC # INSURER A :-State Farm Mutual Automobile Insurance Company 25178 COMMERCIAL GENERALLIABILITY INSURED INSURER B: DON HINKLE CONSTRUCTION, INC INSURER C: 246 BIMINI DRIVE HUTCHINSON ISLAND, FL. 34949 INSURER 0: INSURERE: CLAIMS -MADE OCCUR INSURER F : COVERAGES CERTIFICATE IQ"MRFR• mcknctnu .--- 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—TD—DL LTR TYPE OF INSURANCE SUBR POLICY NUMBER POLICY EFF MM/DDNYYY POLICY EXP MMlDD/YYYY LIMITS COMMERCIAL GENERALLIABILITY -" CLAIMS -MADE OCCUR EACH OCCURRENCE $ DA MAGE TO RENTED PREMISES Ea occurrence) $ MED EXP (Any one person) $ PERSONAL 8 ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑ PRO- ❑ JECT LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGC $ OTHER $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED x G89 9620- F11 -59A 2016 FORD F250 12/11/2021 06/1/2022 COMBINED SINGLE LIMIT $ Ea accid_nt BODILY INJURY (Per person) $ 1,000,000 BODILY INJURY (Per accident) $ 1,000,000 AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY VIN #1 FT7`N2BT6GEA31976 PROPERTY DAMAGE $ 100.000Per accident UMBRELLA LIAR EXCESS UAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ N I A $ PER 07H - STATUTE ER E.L. EACH ACCIDENT $ (Mandatory in NH) If yesdescribe und . er E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additiona; Remarks Schedule, may be attached if more space is required) CFRTn:1f'ATC Lint nrE _ INDIAN RIVER COUNTY 1800 27TH ST VERO BEACH, FL. 32960 ACORD 25 (2016/03) CELLAI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE Completed by an authorized State Farm representative. If signature is required, please contact a State Farm agent. ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1001486 132849.13 04-22-2020 JIMMY PATRONIS CHIEF FINANCIAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION * * CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW * * CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. EFFECTIVE DATE: 3/10/2021 PERSON: DONALD G HINKLE FEIN: 592692435 BUSINESS NAME AND ADDRESS: DON HINKLE CONSTRUCTION, INC. 246 BIMINI DR FORT PIERCE, FL 34949 SCOPE OF BUSINESS OR TRADE: EXPIRATION DATE: 3/10/2023 EMAIL: DONHINKLE@BELLSOUTH.NET Carpentry NOC Contractor -Project Manager, Carpentry Detached One or Construction Executive, Two Family Dwellings Construction Manager or Construction Superintendent IMPORTANT: Pursuant to subsection 440.05(14), F.S., an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter. Pursuart to subsection 440.05(l 2), F.S., Certificates of election to be exempt issued under subsection (3) shall apply only to the corporate officer named on the notice of election to be exempt and apply only within the scope of the business or trade listed on the notice of election to be exempt. Pursuant to subsection 440.05(13), F.S., notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if, at any time after the filing of the notice or the issuance of the certificate, the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate. The department shall revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 E01297061 QUESTIONS? (850) 413-1609 P f, V t MZ �GG Ct:' X08 V iF JIMMY PATRONIS CHIEF FINANCIAL OFFICER STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION * * CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW * * CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. EFFECTIVE DATE: 3/10/2021 PERSON: CHAD R HINKLE FEIN: 592692435 BUSINESS NAME AND ADDRESS: DON HINKLE CONSTRUCTION, INC. 246 BIMINI DR FORT PIERCE, FL 34949 SCOPE OF BUSINESS OR TRADE: EXPIRATION DATE: 3/10/2023 EMAIL: CHADHINKLE@BELLSOUTH.NET Carpentry NOC Contractor -Project Manager, Carpentry Detached One or Construction Executive, Two Family Dwellings Construction Manager or Construction Superintendent IMPORTANT: Pursuant to subsection 440.05(14). F.S., an officer of a ccrporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter. Pursuant to subsection 440.05(12), F.S., Certificates of election to be exempt issued under subsection (3) shall apply only to the corporate officer named on the notice of election to be exempt and apply only within the scope of the business or trade listed on the notice of election to be exempt. Pursuant to subsection 440.051113), F.S., notices of election to be exempt and certificates of election to be exempt shall be subject to revocation if, at any time after the filing of the notice or the issuance of the certificate, the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate. The department shall revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. DFS-F2-DWC-252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 E01297076 QUESTIONS? (850) 413-1609 ACOR�� EVIDENCE OF PROPERTY INSURANCE DATE(MM/DD/YYY`) DEDUCTIBLE 01/31/2022 THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW, THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE ADDITIONAL INTEREST. AGENCY PHONEo A,C N COMPANY US ASSURE INSURANCE SERVICES OF FLORIDA, INC. American Zurich Insurance Company P.O. BOX 10197 JACKSONVILLE, FL 32247-0197 FAX E-MAIL A/C No): ADDRESS: eric.austin acentria.com CODE: AO204632 SUB CODE: AGENCY U TOMER ID M INSURED LOAN NUMBER POLICY NUMBER Don Hinkle Construction Inc ER73962995 246 Bimini Drive EFFECTIVE DATE EX%RATION DATE CONTINUED UNTIL Hutchinson Island, FL 34949 02/01/2022 02/01/2023 TERMINATED IF THIS REPLACES PRIOR EVIDENCE DATED: LOC ATI O N/DESCRIPTIO N 1800 27th Street Vero Beach, FL 32960 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 EVIDENCE OF PROPERTY INSURANCE 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. vrutll 11 VRIv1A1iV19 COVERAGEIPERILS/FORMS AMOUNT OF INSURANCE DEDUCTIBLE Builders Risk Coverage Form $1.000 Renovations and Improvements $523,063 All Covered Property at all Locations $523,063 Wind Deductible 2% rAKIr CI 1 A-"^Kl SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ADDITIONAL INTEREST NAME AND ADDRESS Indian River County 1800 27th Street Vero Beach, FL 32960 MORTGAGEE ADDITIONAL INSURED LOSS PAYEE LOAN # AUTHORIZED ACORD 27 (2009/12) a 93-2009CA ORD CORPORATION. All rights reserved. The ACORD name and loco are registered marks of ACORD SECTION 00622 - Contractor's Application for Payment TAX COLLECTOR OFFICE EXPANSION Application for Payment No. For Work Accomplished through the period of through To: Indian River County (OWNER) From: (CONTRACTOR) Project No.: IRC -2030 Bid No.: 2022018 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): 5% of completed Work: % of retainage: $ Total Retainage: $ 6. Total completed and stored to date less retainage (4 minus 5): $ 7. Less previous Application for Payments: $ 8. DUE THIS APPLICATION 6 MINUS 7): $ CONTRACTOR'S CERTIFICATION: UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that (1) the labor and materials listed on this request for payment have been used in the construction of this Work; (2) payment received from the last pay request has been used to make payments to all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, below; (3) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); (4) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective; and (5) If this Periodic Estimate is for a Final Payment to project or improvement, I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full, and that all taxes impcsed by Chapter 212 Florida Statutes, (Sales and Use Tax Act, as Amended) have been paid and discharged, and that I have no claims against the OWNER. Attached to or submitted with this form are: 1. Signed release of lien forms (partial or final as applicable) from all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, together with an explanation as to why any release of lien form is not �ncluded; Contractor's Application for Partial Payment - 06-09 rev - 00622 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collectcr Office Expansion Bldg B\t-Admin\Bids\Bid Documents\Master Contract 2. Updated Construction Schedule per Specification Section 01310. Page 2 of 5 Dated STATE OF COUNTY OF M (CONTRACTOR — must be signed by an Officer of the Corporation) Print Name and Title Sworn to (or affirmed) and subscribed before me by means of ❑ physical presence or ❑ online notarization, this day of 20 , by (name of person making statement). (Signature of Notary Public - State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) ❑ who is personally known to me or ❑ who has produced as identification. Please remit payment to: Contractor's Name: Address: [The remainder of this page was left blank intentionally] Contractor's Application for Partial Payment - 06-09 rev - 00622 - 2 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg 8\1-Admin\Bids\Bid SURETY'S CONSENT OF PAYMENT TO CONTRACTOR: Page 3 of 5 The Surety, ,a corporation, in accordance with Public Ccnstruction Bond Number , hereby consents to payment by the OWNER to the CONTRACTOR, for the amounts specified in this CONTRACTOR's APPLICATION FOR PAYMENT. TO BE EXECUTED BY CORPORATE SURETY: Attest: Secretary Corporate Surety Business Address BY: Print Name: Title: STATE OF FLORIDA (Affix Corporate SEAL) 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] Contractor's Application for Partial Payment - 06-09 rev - 00622 - 3 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Page 4 of 5 CERTIFICATION OF PROJECT MANAGER: I certify that I have reviewed the above and foregoing Periodic Estimate for Partial Payment; that to the best of my knowledge and belief it appears to be a reasonably accurate statement of the work performed and/cr material supplied by the Contractor. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated SIGNATURE CERTIFICATION OF INSPECTOR: I have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the notes and reports of my inspections of the project. To the best of my knowledge, this statement of work performed and/or materials supplied appears to be reasonably accurate, that the Contractor appears to be observing the requirements of the Contract with respect to construction, and that the Contractor should be paid the amount requested above, unless otherwise noted by me. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated SIGNATURE [The Remainder of This Page Was Left Blank Intentionally] Contractor's Application for Partial Payment - 06-09 rev - 00622 - 4 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV 0 3 Contract 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 (attach additional pages as necessary): Contractor's Application for Partial Payment - 06-09 rev - 00622 - 5 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\203O Tax Collector Office Expansion CCD l) ONz W 2 J O � J Z .L) 0— a U � Q- X oQ n- (D E, Q Z U W O x n J Q p o O O O o O O O c O O O o O O ~ O fiH 69 609 69 69 69 F O o 69 Wx U U) z Z } a LL ~ J m Z W D W d C! � J 0 a W Q o O W O LV a � G W G O r�i1 p F LU QO G v 4 O F- � 0 J ~ o � O O o F a = z � Q D CJ J z Fa- o �O o~ o a > U } W ] F as z a a cY '` w c D J O o O 0 O Q E O O > Q W J D N U J Q w a`-, o J a H x U � m O D D 21 c � � J O i I J J < O H F p .0 m Z W = z U O OLL Q C7 z PAGE 00622-6 SECTION 00630 - Certificate of Substantial Completion Date of Issuance: .20 OWNER: Indian River County CONTRACTOR: CONTRACT FOR: TAX COLLECTOR OFFICE EXPANSION Project No.: IRC -2030 Project Description: : Project consists of expanding the Tax Collector's office into the existing front patio area by enclosing the area to create an enlarged customer service space. Included in the scope of work is the demolition of existing exterior wall and windows, new customer service work stations, new flooring throughout customer area, drywall, ceiling tile, HVAC, electrical, and fire suppression modifications to provide a turn- key facility upon completion of the project OWNER's Bid No. 2022018 This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To: OWNER And To: CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBS-ANTIAL 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. Certificate of Substantial Completion REV 04-07 - 00630 - 1 The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: (For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.) This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on: ENGINEER: 0 (Authorized Signature) (Date). CONTRACTOR accepts this Certificate of Substantial Completion on (date). CONTRACTOR: M (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on (date). OWNER: INDIAN RIVER COUNTY (Authorized Signature) * * END OF SECTION * * Certificate of Substantial Completion REV 04-07 - 00630 - 2 SECTION 00632 - CONTRACTOR'S FINAL CERTIFICATION OF THE WORK (TO ACCOMPANY CONTRACTOR'S =INAL APPLICATION FOR PAYMENT) PROJECT NAME: TAX COLLECTOR OFFICE EXPANSION PROJECT NO: IRC -2030 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 contract ng directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT: Name Description/Amount who have not been paid and who are due the amount set forth. Affiant further says that: CONTRACTOR has reviewed the Contract Documents. 2. CONTRACTOR has reviewed the Work for compliance with the Contract Documents. 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. Contractor's Final Certification of the Work - 00632-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master 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. (Contractor) By: STATE OF COUNTY OF (Corporate Seal) Sworn to (or affirmed) and subscribed before me by means of ❑ physical presence or ❑ online notarization, this day of 20 , by (name of person making statement). (Signature of Notary Public - State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) ❑ who is personally known to me or ❑ who has produced as identification. + + END OF SECTION + + Contractor's Final Certification of the Work - 00632-2 F:\PublieWorks\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master 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 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: TAX COLLECTOR OFFICE EXPANSION PROJECT # IRC -2030 I FURTHER CERTIFY that I have personally performed the survey work for the preparation of Record Drawings for the CONTRACTOR for tiis project or that such work was performed under my direct control and supervision. I FURTHER CERTIFY that all constructed elevations and locations of the Work are in conformance with the Contract Documents, except for discrepancies listed below. [Attach additional sheets as necessary] CERTIFIED BY - Printed Name: Florida Professional Surveyor and Mapper Registration Number: Date Signed and Sealed by Professional Surveyor and Mapper: Company Name: Company Address: Telephone Number: (SURVEYOR'S SEAL) DIV 0-3—Contract Forms - 20210223 - 00634 - 1 F'\Public Works\ENGINEERING DIVISION PROJECTS\2330 Tax Colector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\D IV 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 Copyr ght ©1996 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Consulting Engineers Council 1015 15th Street N.W., Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 General Conditions - 00700 -1 TABLE OF CONTENTS Title Page ARTICLE 1 - DEFINITIONS AND TERMINOLOGY...............................................................................................................1 1.01 Defined Terms..........................................................................................................................................1 1.02 Terminologv................................... .............. ARTICLE2 - PRELIMINARY MATTERS.................................................................................................................................4 2.01 Delivery of Bonds.....................................................................................................................................4 2.02 Copies of Documents.............................................................................................................................4 2.03 Commencement of Contract Times, Notice to Proceed...................................................................4 2.04 Starting the Work.....................................................................................................................................4 2.05 Before Starting Construction.................................................................................................................4 2.06 Preconstruction Conference..................................................................................................................5 2.07 Initial Acceptance of Schedules............................................................................................................5 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE......................................................................5 3.01 Intent.........................................................................................................................................................5 3.02 Reference Standards.............................................................................................................................5 3.03 Reporting and Resolving Discrepancies.............................................................................................6 3.04 Amending and Supplementing Contract Documents.......................................................................6 3.05 Reuse of Documents.............................................................................................................................6 ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS....................................................................................................................................................................6 4.01 Availability of Lands.................................................................................................................................6 4.02 Subsurface and Physical Conditions...................................................................................................7 4.03 Differing Subsurface or Physical Conditions......................................................................................7 4.04 Underground Facilities............................................................................................................................8 4.05 Reference Points.....................................................................................................................................8 4.06 Hazardous Environmental Condition at Site.......................................................................................9 ARTICLE5 - BONDS AND INSURANCE................................................................................................................................10 5.01 Performance, Payment, and Other Bonds..........................................................................................10 5.02 Licensed Sureties and Insurers............................................................................................................10 5.03 Certificates of Insurance.........................................................................................................................10 5.04 CONTRACTOR's Liability Insurance...................................................................................................10 5.05 OWNER's Liability Insurance................................................................................................................11 5.06 Property Insurance..................................................................................................................................11 5.07 Waiver of Rights.......................................................................................................................................12 5.08 Receipt and Application of Insurance Proceeds................................................................................13 5.09 Acceptance of Bonds and Insurance; Option to Replace................................................................13 5.10 Partial Utilization, Acknowledgment of Property Insurer..................................................................13 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.01 ..........................................................................................................13 Supervision and Superintendence 6.02 .......................................................................................................13 Labor,, Working Hours.............................................................................................................................14 6.03 Services, Materials, and Equipment ....................................................................................................14 6.04 Progress Schedule..................................................................................................................................14 6.05 Substitutes and "Or-Equals.. 6.06 ..................................................................................................................14 Concerning Subcontractors, Suppliers, and Others 6.07 .........................................................................16 Patent Fees and Royalties.....................................................................................................................16 6.08 Permits.......................................................................................................................................................17 6.09 Laws and Regulations 6.10 ............................................................................................................................17 Taxes .........................................................................................................................................................17 General Conditions - 00700 - II FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract 6.11 Use of Site and Other Areas..................................................................................................................17 6.12 Record Documents...............................................................................................................................18 6.13 Safety and Protection..............................................................................................................................18 6.14 Safety Representative............................................................................................................................18 6.15 Hazard Communication Programs.......................................................................................................18 6.16 Emergencies.............................................................................................................................................18 6.17 Shop Drawings and Samples................................................................................................................19 6.18 Continuing the Work................................................................................................................................20 6.19 CONTRACTOR's General Warranty and Guarantee.......................................................................20 6.20 Indemnification.........................................................................................................................................20 ARTICLE7 - OTHER WORK.....................................................................................................................................................21 7.01 Related Work at Site...............................................................................................................................21 7.02 Coordination.............................................................................................................................................21 ARTICLE 8 - OWNER'S RESPONSIBILITIES........................................................................................................................22 8.01 Communications to Contractor.............................................................................................................22 8.02 Replacement of ENGINEER.................................................................................................................22 8.03 Furnish Data.............................................................................................................................................22 8.04 Pay Promptly When Due........................................................................................................................22 8.05 Lands and Easements, Reports and Tests........................................................................................22 8.06 Insurance .......................................... _.......................................................................................................22 8.07 Change Orders.........................................................................................................................................22 8.08 Inspections, Tests, and Approvals.......................................................................................................22 8.09 Limitations on OWNER's Responsibilities..........................................................................................22 8.10 Undisclosed Hazardous Environmental Condition............................................................................22 8.11 Evidence of Financial Arrangements...................................................................................................22 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION....................................................................................22 9.01 OWNER'S Representative.....................................................................................................................22 9.02 Visits to Site..............................................................................................................................................22 9.03 Project Representative...........................................................................................................................23 9.04 Clarifications and Interpretations..........................................................................................................23 9.05 Authorized Variations in Work...............................................................................................................23 9.06 Rejecting Defective Work.......................................................................................................................23 9.07 Shop Drawings, Change Orders and Payments...............................................................................23 9.08 Determinations for Unit Price Work.....................................................................................................23 9.09 Decisions on Requirements of Ccntract Documents and Acceptability of Work.........................23 9.10 Limitations on ENGINEER's Authority and Responsibilities...........................................................24 ARTICLE 10 - CHANGES IN THE WORK; CLAIMS............................................................................................................24 10.01 Authorized Changes in the Work..........................................................................................................24 10.02 Unauthorized Changes in the Work.....................................................................................................24 10.03 Execution of Change Orders.................................................................................................................24 10.04 Notification to Surety...............................................................................................................................25 10.05 Claims and Disputes...............................................................................................................................25 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK...................................................25 11.01 Cost of the Work......................................................................................................................................25 11.02 Cash Allowances.....................................................................................................................................27 11.03 Unit Price Work........................................................................................................................................27 ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES.................................................28 12.01 Change of Contract Price.......................................................................................................................28 12.02 Change of Contract Times.....................................................................................................................29 12.03 Delays Beyond CONTRACTOR's Control..........................................................................................29 12.04 Delays Within CONTRACTOR's Control............................................................................................29 General Conditions - 00700 - III 12.05 Delays Beyond OWNER's and CONTRACTOR's Control..............................................................29 12.06 Delay Damages.......................................................................................................................................29 ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVEWORK...............................................................................................................................................29 13.01 Notice of Defects......................................................................................................................................29 13.02 Access to Work........................................................................................................................................29 13.03 Tests and Inspections.............................................................................................................................29 13.04 Uncovering Work.....................................................................................................................................30 13.05 OWNER May Stop the Work................................................................................................................30 13.06 Correction or Removal of Defective Work..........................................................................................30 13.07 Correction Period....................................................................................................................................30 13.08 Acceptance of Defective Work.............................................................................................................31 13.09 OWNER May Correct Defective Work.................................................................................................31 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION..............................................................................32 14.01 Schedule of Values.................................................................................................................................32 14.02 Progress Payments.................................................................................................................................32 14.03 CONTRACTOR's Warranty of Title......................................................................................................33 14.04 Substantial Completion...........................................................................................................................34 14.05 Partial Utilization......................................................................................................................................34 14.06 Final Inspection........................................................................................................................................34 14.07 Final Payment..........................................................................................................................................35 14.08 Final Completion Delayed......................................................................................................................35 14.09 Waiver of Claims......................................................................................................................................35 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION.........................................................................................36 15.01 OWNER May Suspend Work ....... _.......................................................................................................36 15.02 OWNER May Terminate for Cause......................................................................................................36 15.03 OWNER May Terminate For Convenience........................................................................................36 15.04 CONTRACTOR May Stop Work or Terminate..................................................................................37 ARTICLE16 - DISPUTE RESOLUTION..................................................................................................................................37 16.01 Methods and Procedures.......................................................................................................................37 ARTICLE17 - MISCELLANEOUS.............................................................................................................................................37 17.01 Giving Notice............................................................................................................................................37 17.02 Computation of Times.............................................................................................................................37 17.03 Cumulative Remedies.............................................................................................................................37 17.04 Survival of Obligations............................................................................................................................37 17.05 Controlling Law........................................................................................................................................37 General Conditions - 00700 - IV GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Contract Documents and printed with initial or all capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. 1. Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between OWNER and CONTRACTOR covering the Work. 3. Application for Payment --The form acceptable to ENGINEER which is to be used by CON- TRACTOR during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupa- tional Safety and Health Administration. 5. Bid --The offer or proposal of a bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 7. Bidding Requirements—The Advertisement or Invitation to Bid, Instructions to Bidders, Bid security form, if any, and the Bid form with any supplements. 8. Bonds—Performance and payment bonds and other instruments of security. 9. Change Order --A document recommend- ed by ENGINEER which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim—A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract—The entire and integrated written agreement between the OWNER and CONTRACTOR concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 12. Contract Documents—The Contract Docu- ments establish the rights and obligations of the parties and include the Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and ENGINEER's written interpretations and clarifications issued on or after the Effective Date of the Agreement. Approved Shop Drawings and the reports and drawings of subsurface and physical conditions are not Contract Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by OWNER to CONTRACTOR are not Contract Documents. 13. Contract Price—The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.03 in the case of Unit Price Work). 14. Contract Times—The number of days or the dates stated in the Agreement to: (i) achieve Substantial Completion; and (ii) complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final pay- ment. 15. CONTRACTOR—The individual or entity with whom OWNER has entered into the Agreement. 16. Cost of the Work—See paragraph 11.01.A for definition. 17. Drawings—That part of the Contract Documents prepared or approved by ENGINEER which graphically shows the scope, extent, and character of the Work to be performed by CONTRACTOR. Shop Drawings and other General Conditions - 00700 -1 CONTRACTOR submittals are not Drawings as so defined. 18. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. ENGINEER --The individual or entity named as such in the Agreement. 20. ENGINEER's Consultant—An individual or entity having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 22. General Requirements --Sections of Division 1 of the Specifications. The General Requirements pertain to all sections of the Specifica- tions. 23. Hazardous Environmental Condition --The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 24. Hazardous Waste—The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 25. Laws and Regulations; Laws or Regulat- ions --Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all govern- mental bodies, agencies, authorities, and courts having jurisdiction. 26. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 27. Milestone—A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 28. Notice of Award—The written notice by OWNER to the apparent successful bidder stating that upon timely compliance by the apparent successful bidder with the conditions precedent listed therein, OWNER will sign and deliver the Agreement. 29. Notice to Proceed—A written notice given by OWNER to CONTRACTOR fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform the Work under the Contract Documents. 30. OWNER --The individual, entity, public body, or authority with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be performed. 31. Partial Utilization—Use by OWNER of a substantially completed part of the Work for the pur- pose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 32. PCBs—Polychlorinated biphenyls. 33. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard condi- tions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 34. Project --The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part as may be indicated elsewhere in the Contract Documents. 35. Project Manual—The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 36. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 37. Resident Project Representative—The authorized representative of ENGINEER who may be assigned to the Site or any part thereof. 38. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 39. Shop Drawings --All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 40. Site—Lands or areas indicated in the Contract Documents as being furnished by OWNER upon which the Work is to be performed, including General Conditions - 00700 - 2 rights-of-way and easements for access thereto, and such other lands furnished by OWNER which are designated for the use of CONTRACTOR. 41. Specifications—That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. 42. Subcontractor—An individual or entity having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the Site. 43. Substantial Completion—The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 44. Supplementary Conditions --That part of the Contract Documents which amends or supplements these General Conditions. 45. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 46. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 47. Unit Price Work—Work to be paid for on the basis of unit prices. 48. Work—The entire completed construction or the various separately identifiable parts thereof re- quired to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 49. Work Change Directive --A written statement to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subse- quently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 50. Written Amendment—A written statement modifying the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Docu- ments. 1.02 Terminology A. Intent of Certain Terms or Adjectives 1. Whenever in the Contract Documents the terms "as allowed," "as approved," or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of ENGINEER as to the Work, it is intended that such action or determination will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGI- NEER any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.10 or any other provision of the Contract Documents. B. Day 1. The word "day" shall constitute a calendar day of 24 hours measured from midnight to the next midnight. C. Defective 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it does General Conditions - 00700 - 3 not conform to the Contract Documents or does not meet the requirements of any inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recom- mendation of final payment (unless responsi- bility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.04 or 14.05). D. Furnish, Install, Perform, Provide 1. The werd "farnish," whey -used is G9nnestien with services, materials, er sead+tieR- 4. When "furnish," "install," "perform," or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of CONTRACTOR, "provide" is implied. E. Unless stated otherwise in the Contract Docu- ments, words or phrases which have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 - PRELIMINARY MATTERS 2.01 Delivery of Bonds A. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish. 2.02 Copies of Documents A. OWNER shall furnish to CONTRACTOR up to ten copies of the Contract Documents. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agree- ment or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Pro- ceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the ninetieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work A. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction A. CONTRACTOR's Review of Contract Docu- ments: Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless CONTRACTOR knew or reasonably should have known thereof. B. Preliminary Schedules: Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRAC- TOR shall submit to ENGINEER for its timely review: 1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for sub- mitting, reviewing, and processing such submittal; and General Conditions - 00700 - 4 3. a preliminary schedule of values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.06 Preconstruction Conference 2.07 Initial Acceptance of Schedules A. Unless otherwise provided in the Contract Documents, at least ten days before submission of the first Application for Payment a conference attended by CONTRACTOR, ENGINEER, and others as appropri- ate will be held to review for acceptability to ENGI- NEER as provided below the schedules submitted in accordance with paragraph 2.05.B. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until acceptable schedules are submitted to ENGINEER. 1. The progress schedule will be accept- able to ENGINEER if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such acceptance will not impose on ENGINEER responsibility for the progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. 2. CONTRACTOR's schedule of Shop Drawing and Sample submittals will be acceptable to ENGINEER if it provides a workable arrangement for reviewing and processing the required submittals. 3. CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are comple- mentary; what is called for by one is as binding as if called for by all. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part there- of) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided whether or not specifically called for at no additional cost to OWNER. C. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in Article 9. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifica- tions, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the stan- dard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of OWNER, CONTRACTOR, or ENGINEER, or any of their subcontractors, consultants, agents, or employ- ees from those set forth in the Contract Documents, nor shall any such provision or instruction be effective to assign to OWNER, General Conditions - 00700 - 5 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV O-4—Conditions of the ENGINEER, or any of ENGINEER's Consultants, agents, or employees any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies 1. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity, or discrepancy within the Con- tract Documents or between the Contract Docu- ments and any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, CONTRACTOR shall report it to ENGINEER in writing at once. CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as required by paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.04; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any such conflict, error, ambigu- ity, or discrepancy unless CONTRACTOR knew or reasonably should have known thereof. B. Resolving Discrepancies 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, code, or instruction (whether or not specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: (i) a Written Amend- ment; (ii) a Change Order; or (iii) a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: (0) a Clea C)Fdef; (ii) ENGINEER's approval of a Shop Drawing or Sample; or (iii) ENGINEER's written interpretation or clarifi- cation. 3.05 Reuse of Documents A. CONTRACTOR and any Subcontractor or Supplier or other individual or entity performing or furnishing any of the Work under a direct or indirect contract with OWNER: (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, including electronic media editions; and (ii) shall not reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaption by ENGINEER. This prohibition will survive final payment, completion, and acceptance of the Work, or termination or completion of the Contract. Nothing herein shall preclude CONTRACTOR from retaining copies of the Contract Documents for record purposes. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. OWNER shall furnish the Site. OWNER shall notify CONTRACTOR of any encumbrances or restrictions not of general application but specifically related to use of the Site with which CONTRACTOR must comply in performing the Work. OWNER will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If CONTRACTOR and OWNER are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in OWNER's furnishing the Site, CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and OWNER's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such General Conditions - 00700 - 6 lands in accordance with applicable Laws and Regula- tions. C. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: 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 Contract Documents; and 2. those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGI- NEER has used in preparing the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER, ENGINEER, or any of ENGINEER's Consultants with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of orconclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the Site that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inher- ent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), notify OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. B. ENGINEER's Review: After receipt of written notice as required by paragraph 4.03.A, ENGINEER will promptly review the pertinent condition, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto, and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. C. Possible Price and Times Adjustments 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an in- crease or decrease in CONTRACTOR's cost of, or time required for, performance of the Work; subject, however, to the following: a. such condition must meet any one or more of the categories described in para- graph 4.03.A; and b. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.08 and 11.03. 2. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a Bid or General Conditions - 00700 - 7 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Colleclor Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0 4 Conditions of the becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Docu- ments to be conducted by or for CON- TRACTOR prior to CONTRACTOR's making such final commitment; or c. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.03.A. 3. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in paragraph 10.05. However, OWNER, ENGINEER, and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities, including OWNER, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions. - 1 . onditions: 1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and 2. the cost of all of the following will be included in the Contract Price, and CONTRAC- TOR shall have full responsibility for: a. reviewing and checking all such information and data, b. locating all Underground Facilities shown or indicated in the Contract Documents, c. coordination of the Work with the owners of such Underground Facilities, including OWNER, during construction, and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Under- ground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility. 2. If ENGINEER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such conse- quences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that CONTRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract Times, OWNER or CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. 4.05 Reference Points A. OWNER shall provide engineering surveys to establish reference points for construction which in ENGINEER's judgment are necessary to enable CON- TRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points General Conditions - 00700 - 8 and property monuments, and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: Reference is made to the Supplementary Conditions for the identification of those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that have been utilized by the ENGINEER in the preparation of the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such. reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. CONTRACTOR shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. CONTRACTOR shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by CONTRACTOR, Subcontractors, Suppliers, or anyone else for whom CONTRACTOR is responsible. D. If CONTRACTOR encounters a Hazardous Environmental Condition or if CONTRACTOR or anyone for whom CONTRACTOR is responsible creates a Hazardous Environmental Condition, CONTRACTOR shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by paragraph 6.16); and (iii) notify OWNER and ENGI- NEER (and promptly thereafter confirm such notice in writing). OWNER shall promptly consult with ENGINEER concerning the necessity for OWNER to retain a qualified expert to evaluate such condition or take corrective action, if any. E. CONTRACTOR shall not be required to resume Work in connection with such condition or in any affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by CONTRACTOR, either party may make a Claim therefor as provided in paragraph 10.05. F. If after receipt of such written notice CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special condi- tions, then OWNER may order the portion of the Work 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 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 Claim therefor as provided in paragraph 10.05. OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in accor- dance with Article 7. G. To the fullest extent permitted by Laws and Regulations, OWNER shall indemnify and hold harmless CONTRACTOR, Subcontractors, ENGI- NEER, ENGINEER's Consultants and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created General Conditions - 00700 - 9 by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this para- graph 4.06.E shall obligate OWNER to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this paragraph 4.06.E shall obligate CONTRACTOR to indemnify any individual or entity from and against the consequences of that individual's or entity's own negli- gence. I. The provisions of paragraphs 4.02, 4.03, and 4.04 are not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 - BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds B. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and 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. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. C. If the surety on any Bond furnished by CON- TRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.01.6, CONTRACTOR shall within 20 days thereafter substitute another Bond and surety, both of which shall comply with the requirements of paragraphs 5.01.13 and 5.02. 5.02 Licensed Sureties and Insurers A. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates of Insurance A. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWN- ER or any other additional insured) which CON- TRACTOR is required to purchase and maintain. OWNER shall deliveF to CONTRACTOR, with GE)PieS 5.04 CONTRACTOR's Liability Insurance A. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be per- formed by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; General Conditions - 00700 - 10 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, mainte- nance or use of any motor vehicle. B. The policies of insurance so required by this paragraph 5.04 to be purchased and maintained shall: 1. with respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insureds (subject to any customary exclusion in respect of professional liability) OWNER, ENGINEER, ENGINEER's Consultants, and any other individuals or entities identified in the Supplementary Condi- tions, all of whom shall be listed as additional insureds, and include coverage for the respec- tive officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such addi- tional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include completed operations insurance; 4. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6.07, 6.11, and 6.20; 5. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CON- TRACTOR pursuant to paragraph 5.03 will so provide); 6. remain in effect at least until final payment and at all times thereafter when CON- TRACTOR may be correcting, removing, or replacing defective Work in accordance with paragraph 13.07; and 7. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supple- mentary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). 5.05 OWNER's Liability Insurance 5.06 Property Insurance .. ..Mill SM 2. be written ea a Builde�s Risk all i6-;„ form that shall at least 'n h de inc aRGe fb buildings, false work, and materials and „� General Conditions - 00700 - 11 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Nlaster Contract Documents\DIV 0-4—conditions of the CONTRACTOR, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be borne by CONTRACTOR, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5.07 Waiver of Rights D. OWNER shall not be responsible for purchas- ing and maintaining any property insurance specified B. OWNER waives all rights aga:flst in this paragraph 5.06 to protect the interests of GONTRACTOR, Subsentrasters, ENGINEER, General Conditions - 00700 - 12 5.08 Receipt and Application of Insurance Proceeds 5.09 Acceptance of Bonds and Insurance; Option to Replace 5.10 Partial Utilization, Acknowledgment of Property Insurer A. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in cover- age necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. CONTRACTOR shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CON- TRACTOR shall be solely responsible for the means, methods, techniques, sequences, and procedures of General Conditions - 00700 - 13 construction, but CONTRACTOR shall not be responsible for the negligence of OWNER or ENGINEER in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CON- TRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. B. At all times during the progress of the Work, CONTRACTOR shall assign a competent resident superintendent thereto who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the Site and shall have authority to act on behalf of CONTRACTOR. All communications given to or received from the superintendent shall be binding on CONTRACTOR. 6.02 Labor; Working Hours A. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out, and construct the Work as required by the Contract Docu- ments. CONTRACTOR shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without OWNER's written consent (which will not be unreasonably withheld) given after prior written notice to ENGINEER. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the General Re- quirements, CONTRACTOR shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipmert and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifica- tions shall expressly run to the benefit of OWNER. If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 6.04 Progress Schedule A. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.07 as it may be adjusted from time to time as provided below. 1. CONTRACTOR shall submit to ENGI- NEER for acceptance (to the extent indicated in paragraph 2.07) proposed adjustments in the progress schedule that will not result in changing the Contract Times (or Milestones). Such adjustments will conform generally to the progress schedule then in effect and additional- ly will comply with any provisions of the General Requirements applicable thereto. 2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of Article 12. Such adjustments may only be made by a Change Order or Written Amendment in accor- dance with Article 12. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to ENGINEER for review under the circumstances described below. 1. "Or -Equal" Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or -equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substi- tute items. For the purposes of this paragraph 6.05.A.1, a proposed item of material or General Conditions - 00700 - 14 equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment ENGINEER determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and; b. CONTRACTOR certifies that: (i) there is no increase in cost to the OWNER; and (ii) it will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items a. If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under paragraph 6.05.A.1, it will be considered a proposed substitute item. b. CONTRACTOR shall submit suffi- cient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. c. The procedure for review by ENGI- NEER will be as set forth in paragraph 6.05.A.2.d, as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. d. CONTRACTOR shall first make written application to ENGINEER for review of a proposed substitute item of material or equipment that CONTRACTOR seeks to furnish or use. The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed substitute item will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute item and whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified will be identified in the application, and available engineering, sales, maintenance, repair, and replacement services will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute item. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute item. B. Substitute Construction Methods or Proce- dures: If a specific means, method, technique, se- quence, or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.05.A.2. C. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to para- graphs 6.05.A and 6.05.6. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until ENGINEER's review is complete, which will be evidenced by either a Change Order for a substitute or an approved Shop Drawing for an "or equal." ENGINEER will advise CONTRACTOR in writing of any negative determination. D. Special Guarantee: OWNER may require CONTRACTOR to furnish at CONTRACTOR's ex- pense a special performance guarantee or other surety with respect to any substitute. E. ENGINEER's Cost Reimbursement: ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitute proposed or submitted by CONTRACTOR pursuant to paragraphs 6.05.A.2 and 6.05.6 and in making changes in the Contract Documents (or in the General Conditions - 00700 - 15 F1Public WorksIENGINEERING DIVISION PROJECTS\2030 Tax Collecor Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER approves a substitute item so pro- posed or submitted by CONTRACTOR, CON- TRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute. F. CONTRACTOR's Expense: CONTRACTOR shall provide all data in support of any proposed substitute or "or -equal" at CONTRACTOR's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. CONTRACTOR shall not employ any Subcon- tractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in paragraph 6.06.13), whether initially or as a replacement, against whom OWNER may have reasonable objection. CON- TRACTOR shall not be required to employ any Sub- contractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to OWNER in advance for acceptance by OWNER by a specified date prior to the Effective Date of the Agreement, and if CONTRACTOR has submitted a list thereof in accor- dance with the Supplementary Conditions, OWNER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. CONTRACTOR shall submit an, acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. and the Contract Price will be adjusted by the differ- ence in the cost occasioned by such replacement, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of OWNER or ENGI- NEER to reject defective Work. C. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other individual or entity, nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcon- tractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. E. CONTRACTOR shall require all Subcontrac- tors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to commu- nicate with ENGINEER through CONTRACTOR. F. The divisions and sections of the Specifica- tions and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appro- priate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insur- ance provided in paragraph 5.06, the agreement between the CONTRACTOR and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, ENGINEER, ENGINEER's Consultants, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, CONTRACTOR will obtain the same. 6.07 Patent Fees and Royalties A. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or General Conditions - 00700 - 16 ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees or agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supple- mentary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto, such as plant investment fees. 6.09 Laws and Regulations A. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compli- ance with any Laws or Regulations. B. If CONTRACTOR performs any Work know- ing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Times. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in paragraph 10.05. 6.10 Taxes A. CONTRACTOR shall pay all sales, consumer, use, and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. B. OWNER qualifies for state and local sales tax exemption in the purchase of all material and equipment. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas 1. CONTRACTOR shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultant, and the officers, directors, partners, employees, agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or General Conditions - 00700 - 17 occupant against OWNER, ENGINEER, or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. B. Removal of Debris During Performance of the Work: During the progress of the Work CONTRAC- TOR shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work CONTRACTOR shall clean the Site and make it ready for utilization by OWNER. At the com- pletion of the Work CONTRACTOR shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. CONTRACTOR shall maintain in a safe place at the Site one record copy of all Drawings, Specifica- tions, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to ENGINEER for OWNER. 6.13 Safety and Protection A. CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equip- ment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. CONTRACTOR shall comply with all applica- ble Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury, or loss to any property referred to in paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant, or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CON- TRACTOR or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with paragraph 14.07.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. CONTRACTOR shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged be- tween or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies General Conditions - 00700 - 18 A. In emergencies affecting the safety or protec- tion of persons or the Work or property at the Site or adjacent thereto, CONTRACTOR is obligated to act to prevent threatened damage, injury, or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If ENGINEER determines that a change in the Contract Documents is required be- cause of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified perfor- mance and design criteria, materials, and similar data to show ENGINEER the services, materials, and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as ENGINEER may require to enable ENGI- NEER to review the submittal for the limited purposes required by paragraph 6.17.E. The numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to ENGI- NEER as required by paragraph 2.07, any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. D. Submittal Procedures 1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: a. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. all information relative to means, methods, techniques, sequences, and procedures of construction and safety precautions and programs incident thereto; and d. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 2. Each submittal shall bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 3. At the time of each submittal, CON- TRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written com- munication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample sub- mitted to ENGINEER for review and approval of each such variation. E. ENGINEER's Review 1. ENGINEER will timely review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals acceptable to ENGI- NEER. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. ENGINEER's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of con- struction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such General Conditions - 00700 - 19 will not indicate approval of the assembly in which the item functions. 3. ENGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of each submittal as required by paragraph 6.17.D.3 and ENGI- NEER has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CON- TRACTOR from responsibility for complying with the requirements of paragraph 6.17.D.1. F. Resubmittal Procedures 1. CONTRACTOR shall make correc- tions required by ENGINEER and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGI- NEER on previous submittals. 6.18 Continuing the Work A. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.04 or as OWNER and CONTRACTOR may otherwise agree in writing. 6.19 CONTRACTOR's General Warranty and Guarantee A. CONTRACTOR warrants and guarantees to OWNER, ENGINEER, and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors, Suppliers, or any other individual or entity for whom CONTRACTOR is responsible; or 2. normal wear and tear under normal usage. B. CONTRACTOR's obligation to perform ana complete the Work in accordance with the Contrac' Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: observations by ENGINEER; 2. recommendation by ENGINEER or payment by OWNER of any progress or final payment; 3. the issuance of a certificate of Sub- stantial Completion by ENGINEER or any payment related thereto by OWNER,- 4. WNER;4. use or occupancy of the Work or any part thereof by OWNER; 5. any acceptance by OWNER or any failure to do so; 6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGINEER; 7. any inspection, test, or approval by others; or 8. any correction of defective Work by OWNER. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage: 1. is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom; and 2. is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in General Conditions - 00700 - 20 part by any negligence or omission of an individual or entity indemnified hereunder or whether liability is imposed upon such indemni- fied party by Laws and Regulations regardless of the negligence of any such individual or entity. B. In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for CON- TRACTOR or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of CONTRAC- TOR under paragraph 6.20.A shall not extend to the liability of ENGINEER and ENGINEER's Consultants or to the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them arising out of: 1. the preparation or approval of, or the failure to prepare or approve, maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. ARTICLE 7 - OTHER WORK 7.01 Related Work at Site A. OWNER may perform other work related to the Project at the Site by OWNER's employees, or let other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then: 1. written notice thereof will be given to CONTRACTOR prior to starting any such other work; and 2. if OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim may be made therefor as provided in paragraph 10.05. B. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is per- forming the other work with OWNER's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, 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 other work. CONTRACTOR shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. C. If the proper execution or results of any part of CONTRACTOR's Work depends upon work per- formed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects, or deficien- cies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure to so report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If OWNER intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. General Conditions - 00700 - 21 B. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility for such coordination. ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, OWNER shall issue all communi- cations to CONTRACTOR through ENGINEER. 8.02 Replacement of ENGINEER A. In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer to whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former ENGINEER. 8.03 Furnish Data A. OWNER shall promptly furnish the data required of OWNER under the Contract Documents. 8.04 Pay Promptly When Due A. OWNER shall make payments to CONTRAC- TOR promptly when they are due as provided in paragraphs 14.02.0 and 14.07.C. 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 4.01 and 4.05. Paragraph 4.02 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by ENGINEER in preparing the Contract Documents. 8.06 Insurance A. OWNER's responsibilities, if any, in respect to purchasing and maintaining liability and property insur- ance are set forth in Article 5. 8.07 Change Orders A. OWNER is obligated to execute Change Orders as indicated in paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. OWNER's responsibility in respect to certain inspections, tests, and approvals is set forth in paragraph 13.03.B. 8.09 Limitations on OWNER's Responsibilities A. The OWNER shall not supervise, direct, or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, se- quences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. OWNER will not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 8.10 Undisclosed Hazardous Environmental Condition A. OWNER's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in paragraph 4.06. 8.11 Evidence of Financial Arrangements A. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that financial arrangements have been made to satisfy OWNER's obligations under the Contract Documents, OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 9.01 OWNER'S Representative A. ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and will not be changed without written consent of OWNER and ENGINEER. 9.02 Visits to Site A. ENGINEER will make visits to the Site at inter- vals appropriate to the various stages of construction as ENGINEER deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of CONTRACTOR's executed Work. Based on information obtained during such visits and observations, ENGINEER, for the benefit of OWNER, General Conditions - 00700 - 22 will determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work. B. ENGINEER's visits and observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.10, and particularly, but without limitation, during or as a result of ENGINEER's visits or observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control, or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. 9.03 Project Representative 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 authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraph 9.10 and in the Supplementary Conditions. If OWNER designates another represen- tative or agent to represent OWNER at the Site who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 9.04 Clarifications and Interpretations A. ENGINEER will issue with reasonable prompt- ness such written clarifications or interpretations of the requirements of the Contract Documents as ENGI- NEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR. If OWNER and CON- TRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a written clarification or interpretation, a Claim may be made therefor as provided in paragraph 10.05. 9.05 Authorized Variations in Work A. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compat- ible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be aGGGMplished by a Field QFdeF and will be biRdiRg GR OWNER and a'60 GR pFornptly. if OWNER and GONTRAGTOR aFe Unable tG agFee en entitle nt fC)F On the an;GURt extent-, of :ferny—adjustment in the Gentrast Prise 9. rv� auvc Times,i tract ir beth, It of Field(1 d vi Claim may be made theFefol: as pFevided OR paragFaph !19.05. 9.06 Rejecting Defective Work A. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.04, whether or not the Work is fabricated, installed, or completed. 9.07 Shop Drawings, Change Orders and Payments A. In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraph 6.17. B. In connection with ENGINEER's authority as to Change Orders, see Articles 10, 11, and 12. C. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. 9.08 Determinations for Unit Price Work A. ENGINEER will determine the actual quanti- ties and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CON- TRACTOR the ENGINEER's preliminary determina- tions on such matters before rendering a written deci- sion thereon (by recommendation of an Application for Payment or otherwise). ENGINEER's written decision thereon will be final and binding (except as modified by ENGINEER to reflect changed factual conditions or more accurate data) upon OWNER and CONTRAC- TOR, subject to the provisions of paragraph 10.05. 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work A. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of General Conditions - 00700 - 23 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work, the quantities and classifications of Unit Price Work, the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, and Claims seeking changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing, in accordance with the provisions of paragraph 10.05, with a request for a formal decision. B. When functioning as interpreter and judge under this paragraph 9.09, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of decision by ENGINEER pursuant to this paragraph 9.09 with respect to any such Claim, dispute, or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.07) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such Claim, dispute, or other matter. 9.10 Limitations on ENGINEER's Authority and Responsibilities A. Neither ENGINEER's authority or respon- sibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exer- cise such authority or responsibility or the undertaking, exercise, or performance of any authority or respon- sibility by ENGINEER shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. ENGINEER will not supervise, direct, control, or have authority over or be responsible for CONTRACTOR's means, methods, techniques, se- quences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform the Work in accor- dance with the Contract Documents. C. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontrac- tor, any Supplier, or of any other individual or entity performing any of the Work. D. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority and responsibil- ity set forth in this paragraph 9.10 shall also apply to ENGINEER's Consultants, Resident Project Repre- sentative, and assistants. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If OWNER and CONTRACTOR are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in paragraph 10.05. 10.02 Unauthorized Changes in the Work A. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in paragraph 3.04, except in the case of an emergency as provided in paragraph 6.16 or in the case of uncovering Work as provided in paragraph 13.04.B. 10.03 Execution of Change Orders A. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGI- NEER (or Written Amendments) covering: 1. changes in the Work which are: (i) ordered by OWNER pursuant to paragraph 10.01.A, (ii) required because of acceptance of defective Work under paragraph 13.08.A or OWNER's correction of defective Work under paragraph 13.09, or (iii) agreed to by the parties; General Conditions - 00700 - 24 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or 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 pursuant to paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regula- tions, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.18.A. 10.04 Notification to Surety A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility. The amount of each applicable Bond will be adjusted to reflect the effect of any such change. 10.05 Claims and Disputes A. Notice: Written notice stating the general nature of each Claim, dispute, or other matter shall be delivered by the claimant to ENGINEER and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. Notice of the amount or extent of the Claim, dispute, or other matter with supporting data shall be delivered to the ENGINEER and the other party to the Contract within 60 days after the start of such event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of such Claim, dispute, or other matter). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of paragraph 12.01.13. A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of paragraph 12.02.B. Each Claim shall be accompanied by claimant's written statement that the adjustment 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. C. If ENGINEER does not render a formal decision in writing within the time stated in paragraph 10.05.13, a decision denying the Claim in its entirety shall be deemed to have been issued 31 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any. D. No Claim for an adjustment in Contract Price or Contract Times (or Milestones) will be valid if not submitted in accordance with this paragraph 10.05. ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK 11.01 Cost of the Work A. Costs Included. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to CONTRACTOR will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items, and shall not include any of the costs itemized in paragraph 11.01.13. General Conditions - 00700 - 25 2. Cost of all materials and equipment furnished and incorporated in the Work, includ- ing costs of transportation and storage thereof, and Suppliers' field services required in connec- tion therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 3. Payments made by CONTRACTOR to Subcontractors for Work performed by Subcontractors. If required by OWNER, CON- TRACTOR shall obtain competitive bids from subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER, who will then determine, with the advice of ENGINEER, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in this paragraph 11.01. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary trans- portation, travel, and subsistence expenses of CONTRACTOR's employees incurred in dis- charge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equip- ment, machinery, appliances, office, and tempo- rary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not con- sumed which remain the property of CON- TRACTOR. C. Rentals of all construction equip- ment and machinery, and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. e . Deposits lost for causes other than negligence of CONTRACTOR, any Sub- contractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sus- tained by CONTRACTOR in connection with the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with paragraph 5.06.D), provided such losses and damages have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. General Conditions - 00700 - 26 h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expressage, and similar petty cash items in connection with the Work. i. When the Cost of the Work is used to determine the value of a Change Order or of a Claim, the cost of premiums for additional Bonds and insurance required because of the changes in the Work or caused by the event giving rise to the Claim. j. When all the Work is performed on the basis of cost-plus, the costs of premiums for all Bonds and insurance CONTRACTOR is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of CONTRACTOR's officers, executives, princi- pals (of partnerships and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by CONTRACTOR, whether at the Site or in CONTRACTOR's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.01.A.1 or specifically covered by paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 2. Expenses of CONTRACTOR's princi- pal and branch offices other than CONTRACTOR's office at the Site. 3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delinquent payments. 4. Costs due to the negligence of CON- TRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraphs 11.01.A and 11.01.8. C. CONTRACTOR's Fee: When all the Work is performed on the basis of cost-plus, CONTRACTOR's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, CONTRACTOR's fee shall be determined as set forth in paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to paragraphs 11.01.A and 11.01.13, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to ENGINEER an itemized cost breakdown together with supporting data. 11.02 Cash Allowances A. It is understood that CONTRACTOR has in- cluded in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that. - 1 - hat: 1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and 2. CONTRACTOR's costs for unloading and handling on the Site, labor, installation costs, overhead, profit, and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. B. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Con- tract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by General Conditions - 00700 - 27 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWlaster Contract Documents\DIV 0 4 Conditions of the ENGINEER subject to the provisions of paragraph 9.08. B. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. C. OWNER or CONTRACTOR may make a Claim for an adjustment in the Contract Price in accor- dance with paragraph 10.05 if: 1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect any other item of Work; and 3. if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the ENGINEER and the other party to the Contract in accordance with the provisions of para- graph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of paragraph 11.03 ); or 2. where the Work involved is not cov- ered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 12.01.C.2); or 3. where the Work involved is not cov- ered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in paragraph 11.01) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 12.01.C). C. CONTRACTOR's Fee: The CONTRACTOR's fee for overhead and profit shall be determined as follows: a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under paragraphs 11.01.A.1 and 11.01.A.2, the CONTRACTOR's fee shall be 15 percent; b. for costs incurred under paragraph 11.01.A.3, the CONTRACTOR's fee shall be five percent; c. where one or more tiers of subcon- tracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraph 12.01.C.2.a is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be payable on the basis of costs itemized under paragraphs 11.01.A.4, 11.01.A.5, and 11.01.8; e. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with paragraphs 12.01.C.2.a through 12.01.C.2.e, inclusive. General Conditions - 00700 - 28 12.02 Change of Contract Times A. The Contract Times (or Milestones) may only be changed by a Change Order or by a Written Amend- ment. Any Claim for an adjustment in the Contract Times (or Milestones) shall be based on written notice submitted by the party making the claim to the ENGI- NEER and the other party to the Contract in accordance with the provisions of paragraph 10.05. B. Any adjustment of the Contract Times (or Milestones) covered by a Change Order or of any Claim for an adjustment in the Contract Times (or Milestones) will be determined in accordance with the provisions of this Article 12. 12.03 Delays Beyond CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in paragraph 12.02.A. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. 12.04 Delays Within CONTRACTOR's Control A. The Contract Times (or Milestones) will not be extended due to delays within the control of CONTRACTOR. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.05 Delays Beyond OWNER's and CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. 12.06 Delay Damages A. In no event shall OWNER or ENGINEER be liable to CONTRACTOR, any Subcontractor, any Supplier, or any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from: 1. delays caused by or within the control of CONTRACTOR; or 2. delays beyond the control of both OWNER and CONTRACTOR including but not limited to fires, floods, epidemics, abnormal weather conditions, acts of God, or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. B. Nothing in this paragraph 12.06 bars a change in Contract Price pursuant to this Article 12 to compensate CONTRACTOR due to delay, interference, or disruption directly attributable to actions or inactions of OWNER or anyone for whom OWNER is responsible. ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which OWNER or ENGINEER has actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work A. OWNER, ENGINEER, ENGINEER's Con- sultants, other representatives and personnel of OWN- ER, independent testing laboratories, and govern- mental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspecting, and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's Site safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. �, - General Conditions - 00700 - 29 C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspec- tion or approval. D. CONTRACTOR shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to OWNER and ENGINEER. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by CON- TRACTOR without written concurrence of ENGINEER, it must, if requested by ENGINEER, be uncovered for observation. F. Uncovering Work as provided in paragraph 13.03.E shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. 13.04 Uncovering Work A. If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGI- NEER, be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expense. B. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGI- NEER or inspected or tested by others, CONTRAC- TOR, at ENGINEER's request, shall uncover, expose, or otherwise make available for observation, nspec- tion, or testing as ENGINEER may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observa- tion, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in paragraph 10.05. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. 13.05 OWNER May Stop the Work 13.06 Correction or Removal of Defective Work A. CONTRACTOR shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by ENGI- NEER, remove it from the Project and replace it with Work that is not defective. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.07 Correction Period A. Completion OF SUGh longeF peFied ef time as may be PFeSGFibed by Laws 9F Regulations eF by the tem;s-of General Conditions - 00700 - 30 areas rRade available fGF CONTRACTOR's use by OWNER GF peFmitted by Laws and RegulatiGlRs as two OWNER -. d iRaGGE)FdaRGe with QWISIER'c iAT4#tzn has—been rejeeted by OWNER, remeve itfFeFn the PFGjeut and pI Ge it with Work that is not defo t' replaGe any damage tG other Work, to the vVe.rk of others or Gther land op areas resulting therefrern. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or repaired or may have the rejected Work removed and replaced, and all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replace- ment (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. D. CONTRACTOR's obligations under this paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this paragraph 13.07 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final pay- ment, ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness) and the diminished value of the Work to the extent not otherwise paid by CONTRACTOR pursuant to this sentence. If any such acceptance occurs prior to ENGINEER's recommen- dation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in paragraph 10.05. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. 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 para- graph 13.06.A, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provi- sion of the Contract Documents, OWNER may, after seven days written notice to CONTRACTOR, correct and remedy any such deficiency. B. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the Site, take possession of all or part of the Work and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other contractors, and ENGINEER and ENGINEER's Consultants access to the Site to enable OWNER to exercise the rights and remedies under this paragraph. C. All Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by OWNER in exercising the rights and remedies under this paragraph 13.09 will be charged against CON- TRACTOR, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the General Conditions - 00700 - 31 Contract Price. If the parties are unable to agree as to the amount of the adjustment, OWNER may make a Claim therefor as provided in paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of CONTRACTOR's defective Work. D. CONTRACTOR shall not be allowed an exten- sion of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies under this paragraph 13.09. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values A. The schedule of values established as provid- ed in paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments 1. At least 20 days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that OWNER has received the materials and equip- ment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect OWNER's interest therein, all of which must be satisfactory tc. OWNER. 2. Beginning with the second Application for Payment, each Application shat include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied on account to discharge CONTRACTOR's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications 1. ENGINEER will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case, CON- TRACTOR may make the necessary corrections and resubmit the Application. 2. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's observations on the Site of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.08, and to any other qualifications stated in the recommendation); and c. The conditions precedent to CONTRACTOR's being entitled to such pay- ment appear to have been fulfilled in so far as it is ENGINEER's responsibility to observe the Work. 3. By recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, General Conditions - 00700 - 32. extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically as- signed to ENGINEER in the Contract Docu- ments; or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 4. Neither ENGINEER's review of CONTRACTOR's Work for the purposes of recommending payments nor ENGINEER's recommendation of any payment, including final payment, will impose responsibility on ENGINEER to supervise, direct, or control the Work or for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for CONTRACTOR's failure to comply with Laws and Regulations applicable to CONTRACTOR's performance of the Work. Additionally, said review or recommendation will not impose responsibility on ENGINEER to make any examination to ascertain how or for what purposes CONTRACTOR has used the moneys paid on account of the Contract Price, or to determine that title to any of the Work, materials, or equipment has passed to OWNER free and clear of any Liens. 5. ENGINEER may refuse to recom- mend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to OWNER referred to in paragraph 14.02.B.2. ENGINEER may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replacement; b. the Contract Price has been reduced by Written Amendment or Change Orders; c. OWNER has been required to correct defective Work or complete Work in accor- dance with paragraph 13.09; or ated in paFagpaph 15.02.A. C. Payment Becomes Due D. Reduction in Payment 1. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: a. claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work,- b. ork; b. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens; c. there are other items entitling OWN- ER to a set-off against the amount recommended; or d. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.02.B.5.a through 14.02.B.5.c or paragraph 15.02.A. 2. If OWNER refuses to make payment of the full amount recommended by ENGINEER, OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. 3. If it is subsequently determined that OWNER's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by paragraph 14.02. C.1. 14.03 CONTRACTOR's Warranty of Title A. CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. General Conditions - 00700 - 33 14.04 Substantial Completion A. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Promptly thereafter, OWNER, CONTRACTOR, and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefore. if ENGINEER GGRsiders the Work substantially GGM plete ENGINEER ill pinepare d d I' to OWNER shall fix the date of SubstaRtial Gernpletk)R. TheF shall be a#^^herd to the n rt'{ + + + a ve list r + —te—be Gempleted—OF GerreGted befere fiRal paymeRt. OWNER shall have seven ddays afteF FeGeipt ebjeGtiORs, ENGINEER GonGludes that the VVGFk us net, GOMplete, ENGINEER will withi 14 days after submin.� f the + + +'ve .+'C a a nen NFR therefer If, after Genslderation of 'NE -R's ebjeGtiGnc ENGINEER GORsideps the VV � tially GGrnplete, ENGINEER well withiR said 14 days revised teRtative list of items to be GOMpleted e GeFtifioate as ENGINEER believesjustifiedafter OWNER. At the time off delivery of the to + +• nor+•F + f Substantial Gemnle+ion ENGINEER well deliver to r11n7NER d GONT R^CTOR a written FeGemmendati9R as t9 between OWNER and CONTRACTOR with respeGt t9 seGUFity, epeFatiGR, safety, and preteGtion of the , Fna+atenanGe heat, +•I•+•e •n r d warranties andguaFantees. URIessOWNER and CONTRACTOR agree otherwisein ri+' and so f cr.ir+i�,rrn Ger+;fiGate Gf SabstantialGempletien, €NGIN€€R's B. OWNER shall have the right to exclude CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CON- TRACTOR reasonable access to complete or correct items on the tentative list. 14.05 Partial Utilization A. Use by OWNER at OWNER's option of any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which OWNER, ENGINEER, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Com- pletion of all the Work subject to the following condi- tions. 1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR, and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially com- plete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraph 14.04 will apply with respect to certification of Substantial Com- pletion of that part of the Work and the division of responsibility in respect thereof and access thereto. 2. No occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of paragraph 5.10 regarding property insurance. 14.06 Final Inspection A. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will promptly make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. General Conditions - 00700 - 34 14.07 Final Payment A. Application for Payment 1. After CONTRACTOR has, in the opinion of ENGINEER, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guaran- tees, Bonds, certificates or other evidence o= insurance certificates of inspection, marked -up record documents (as provided in paragraph 6.12), and other documents, CONTRACTOR may make application for final payment follow- ing the procedure for progress payments. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.04.B.7; (ii) consent of the surety, if any, to final payment; and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in paragraph 14.07.A.2 and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. B. Review of Application and Acceptance 1. If, on the basis of ENGINEER's obser- vation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application for Payment to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.09. Otherwise, ENGINEER will return the Application for Payment to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due 14.08 Final Completion Delayed A. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed, and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminat- ing the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by OWNER against CONTRACTOR, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by CONTRAC- TOR against OWNER other than those previously made in writing which are still unsettled. General Conditions - 00700 - 35 FAPublic Works\ENGINEERING DIVISION PROJECTSQ03O Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0 4 Conditions of the ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 OWNER May Suspend Work A. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. GONTRAGTOR shall be allowed an acljustmeRt in the GontraGt Dr' n an n Fon n of the G 4 F Times, vcmcrwri i ivv paFagFaph 10.06. 15.02 OWNER May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. CONTRACTOR's persistent failure to perform the Work in accordance with the Con- tract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.07 as adjusted from time to time pursuant to paragraph 6.04); 2. CONTRACTOR's disregard of Laws or Regulations of any public body having jurisdiction; 3. CONTRACTOR's disregard of the authority of ENGINEER; or 4. CONTRACTOR's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in paragraph 15.02.A occur, OWNER may, after giving CONTRACTOR (and the surety, if any) seven days written notice, terminate the services of CONTRACTOR, exclude CONTRACTOR from the Site, and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER 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 Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by OWNER arising out of or relating to completing the Work, such excess will be paid to CONTRACTOR. If such claims, costs, losses, and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses, and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and, when so approved by ENGINEER, incorporated in a Change Order. When exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. C. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CON- TRACTOR from liability. 15.03 OWNER May Terminate For Convenience A. Upon seven days written notice to CON- TRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): 1. for completed and acceptable Work executed in accordance with the Contract Docu- ments prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. for all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) in- curred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. for reasonable expenses directly attributable to termination. B. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco - General Conditions - 00700 - 36 F'\Public Works\ENGINEERING DIVISION PROJECTSQ030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid nomic loss arising out of or resulting from such termina- tion. 15.04 CONTRACTOR May Stop Work or Terminate A. If, through no act or fault of CONTRACTOR, the Work is suspended for more than 90 consecutive days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within 30 days after it is submitted, then CONTRACTOR may, upon seven days written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Contract and recover from OWNER payment on the same terms as provided in paragraph 15.03. In lieu of terminating the Contract and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within 30 days after it is submitted, er OWNER has failed fer 30 days to pay GONTRAGTOR any SUM fiRally detepmiFled tG be due, CONTRACTOR may, seven days after written notice to OWNER and ENGINEER, stop the Work until payment is made of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.04 are not intended to preclude CONTRACTOR from making a Claim under paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping the Work as permitted by this paragraph. ARTICLE 16 - DISPUTE RESOLUTION 16.01 Methods and Procedures A. Dispute resolution methods and procedures, if any, shall be as set forth in the Supplementary Conditions. If no method and procedure has been set forth, and subject to the provisions of paragraphs 9.09 and 10.05, OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17 - MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies 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. 17.04 Survival of Obligations A. All representations, indemnifications, warran- ties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion 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. General Conditions - 00700 - 37 SECTION 00800 - SUPPLEMENTARY CONDITION TO THE GENERAL CONDITIONS Table Of Content Article Title Page Number SECTION 00800 - SUPPLEMENTARY CONDITION TO THE GENERAL CONDITIONS ......................... 1 TableOf Content.......................................................................................................................... 1 SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS .................... 2 SC -1.00 Introduction...........................................................................................................................2 SC -1.01 Defined Terms.......................................................................................................................2 SC -1.02 Terminology...........................................................................................................................2 SC -2.05 Before Starting Construction.................................................................................................2 SC -2.06 Preconstruction Conference.................................................................................................2 SC -3.06 Coordination of Plans, Specificatiors, and Special Provisions..............................................3 SC -4.02 Subsurface and Physical Conditions......................................................................................4 SC -5.01 Performance, Payment and Other Bonds.............................................................................4 SC -5.03 Certificates of Insurance........................................................................................................4 SC -5.04 CONTRACTOR's Liability Insurance........................................................................................4 SC -5.05 OWNER's Liability Insurance.................................................................................................5 SC -5.06 Property Insurance................................................................................................................5 SC -5.07 Waiver of Rights....................................................................................................................6 SC -5.08 Receipt and Application of Insurance Proceeds....................................................................6 SC -5.09 Acceptance of Bonds and Insurance; Option to Replace......................................................6 SC -6.02 Labor; Working Hours...........................................................................................................7 SC -6.06 Concerning Subcontractors, Suppliers, and Others..............................................................7 SC -6.08 Permits..................................................................................................................................7 SC -9.05 Authorized Variations in Work..............................................................................................8 SC -11.01 Cost of the Work...............................................................................................................8 SC -13.03 Test and Inspections..........................................................................................................8 SC -13.05 OWNER May Stop the Work..............................................................................................8 SC -13.07 Correction Period..............................................................................................................9 SC -14.02 Progress Payments............................................................................................................9 SC -14.04 Substantial Completion.....................................................................................................9 SC -14.07 Final Payment..................................................................................................................10 SC -15.01 OWNER May Suspend Work............................................................................................10 SC -15.02 OWNER May Terminate For Cause..................................................................................10 SC -15.04 CONTRACTOR May Stop Work or Terminate..................................................................11 SC -16 Dispute Resolution..............................................................................................................11 SC -16.02 Mediation........................................................................................................................11 SC -17 Miscellaneous......................................................................................................................12 SC -17.06 Liens.................................................................................................................................12 +++ END OF THIS SUPPLEMENTARY CONDITIONS INDEX +++ Supplementary Conditions - 00800-1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0_5_Conditions of the Contract - 20201002.docx IRC -2030 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 Add the following language to the end of GC 1.01.A.20. ENGINEERS's Consultant: Edlund, Dritenbas, Binkley, Architects & Associates, P.A. SC -1.01.A.21. Delete paragraph GC 1.01.A.21 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 1. The word "furnish" shall mean to supply and deliver services, materials, or equipment to the Site (or some other specified `ocation) 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, Supplementary Conditions - 00800-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 IRC -2030 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 2.05.13, procedures for handling Shop Drawings and other submittals, and maintaining required records. Utility companies and others as appropriate will be requested to attend to discuss and coordinate work. B. Per the FDOT Standard Specifications for Road and Bridge Construction, the Contractor will certify to the Engineer the following: 1. A listing of on-site clerical staff, supervisory personnel and their pro -rated time assigned to the contract, 2. Actual Rate for items listed in Table 4-3.2.1 (see below), 3. Existence of employee benefit plan for Holiday, Sick and Vacation benefits and a Retirement Plan, and, 4. Payment of Per Diem is a company practice for instances when compensation for Per Diem is requested. Such certification must be made by an officer or director of the Contractor with authority to bind the Contractor. Timely certification is a condition precedent to any right of the Contractor to recover compensations for such costs, and failure to timely submit the certification will constitute a full, complete, absolute and irrevocable waiver by the Contractor of any right to recover such costs. Any subsequent changes shall be certified to the Engineer as part of the cost proposal or seven calendar days in advance of performing such extra work. FDOT Table 4-3.2.1 Item Rate FICA Rate established by Law FUTA/SUTA Rate established by Law Medical Insurance Actual Holidays, Sick & Vacation Benefits Actual Retirement Benefits Actual Workers Compensation Rates based on the National Council on Compensation Insurance basic rates tables adjusted by Contractor's actual experience modification factor in effect at the time of the additional work or unforeseen work Per Diem Actual but not to exceed State of Florida's rate Insurance* Actual *Compensation for Insurance is limited solely to General Liability Coverage and does not include any other insurance coverage (such as, but not limited to, Umbrella Coverage, Automobile Insurance, etc.). SC -3.06 Coordination of Plans, Specifications, and Special Provisions SC -3.06 Add the following new paragraphs immediately after paragraph GC -3.05: SC -3.06 Coordination of Plans, Specifications, and Special Provisions A. In case of discrepancy, the governing order of the documents shall be as follows: 1. Written Interpretations 2. Addenda 3. Specifications 4. Supplementary Conditions to the General Conditions 5. General Conditions 6. Approved Shop Drawings Supplementary Conditions - 00800-3 IRC -2030 7. Drawings 8. Referenced Standards. B. Written/computed dimensions shall govern over scaled dimensions. SC -4.02 Subsurface and Physical Conditions SC -4.02 Add the following new paragraphs immediately after paragraph GC -4.02.8: C. In the preparation of Drawings and Specifications, ENGINEER or ENGINEER's Consultants relied upon the following reports of explorations and tests of subsurface conditions at the Site: N/A 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 Ccnstruction Bond, the CONTRACTOR may furnish an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part II of F.S. Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required. The determination of the value of an alternative form of security shall be made by the OWNER. 2. Such Bond shall continue in effect for one (1) year after acceptance of the Work by the OWNER. 3. The OWNER shall record the Public Construction Bond with the Public Record Section of the Indian River County Courthouse located at 200016th 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 -5.04.8: C. The limits of liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 1. Worker's Compensation: To meet statutory limits in compliance with the Worker's Compensation Law of Florida. This policy must include Employer Liability with a limit $100,000 for each accident, $500,000 disease (policy limit) and $100,000 disease (each employee). Such policy shall include a waiver of subrogation as against OWNER and ENGINEER on account of injury sustained by an employee(s) of the CONTRACTOR. 2. Commercial General Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence and $2,000,000.00 aggregate Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a. Premises/Operations Supplementary Conditions - 00800-4 FAPublic Works\ENGINEERING DIVISION PROJECTS\2C30 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV IRC -2030 b. Prod ucts/Com plEted Operations C. Contractual Liability d. Independent Contractors e. Explosion f. Collapse g. Underground. 3. Business Auto Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a. Owned Autos b. Hired Autos C. Non -Owned Autos. 4. Special Requirements: a. Ten (10) days prior to the commencement of any work under this Contract, certificates of insurance and endorsement forms in the exact wording and format as presented in these Contract Documents will be provided to the OWNER's Risk Manager for review and approval. b. "Indian River County Florida" will be named as "Additional Insured" on both the General Liability and Auto Liability. C. The OWNER will be given thirty (30) day 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. D. Additional Insureds: 1. In addition to "Indian River County, Florida," the following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's liability insurance policies: a. N/A SC -5.05 OWNER's Liability Insurance SC -5.05 Delete paragraph GC -5.05.A in its entirety. SC -5.06 Property Insurance SC -5.06 Delete paragraphs GC -5.06.A, B, and C in their entirety and insert the following paragraphs in their place: A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other individuals or entities identified in the Supplementary Supplementary Conditions - 00800-5 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Colector Office Expansion Bldg B\1-Admin\Bids0id DocumentsWlaster Contract Documents\DIV IRC -2030 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; be written on a Builder's Risk "All Risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and materials and equipment in transit and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, flood, 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. 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 S. 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, without contribution from Indian River County or its insurance carriers. 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: Additional Insureds & Loss Payee: 1. The following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's General liability, automobile, and property insurance policies: a. Indian River County, Florida 2. Indian River County shall be listed as a loss payee on the property insurance policy. 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. Supplementary Conditions - 00800-6 IRC -2030 SC -5.09 Acceptance of Bonds and Insurance; Option to Replace SC -5.09 Delete GC-5.09(parograph A)in its entirety. SC -6.02 Labor; Working Hours SC -6.02.6. Add the following paragrcphs immediately after paragraph GC -6.02.6: 1. Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a.m. to 5 p.m. 2. Indian River County Holidays are: New Year's Day, Martin Luther King, Jr. Day, Good Friday, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, Christmas Eve and Christmas Day. Working on these days will not be permitted without prior written permission and approval from the Construction Coordination Manager. 3. The CONTRACTOR shall receive no additional compensation for overtime work, i.e., work in excess of eight hours in any one calendar day or 40 hours in any one calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the ENGINEER in writing. 4. All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to the OWNER to deduct the costs of all such inspection and testing from any payments otherwise due the CONTRACTOR. 5. All costs of OWNER's employees and costs of ENGINEER's Consultant resulting from overtime work by the CONTRACTOR, which is allowed solely for the 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. 7. Noisy operations including but not limited to coring, hammer drilling, grinding, and hammering shall be conducted outside of normal working hours (nights and weekends). 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 C-6.06.C. OWNER or ENGINEER may furnish to any such Subcontractor, Supplier, or other individual or entity, to the extent practicable, information about amounts paid to CONTRACTOR on account of Work performed for CONTRACTOR by a particular Subcontractor, Supplier, or other individual or entity. SC -6.08 Permits SC -6.08 Add the following paragraphs immediately after paragraph GC -6.08.A: 1. The OWNER has obtained the fol -owing permits (copies of these permits are contained in Appendix A): Indian River County Building Permit #2021070840 2. The CONTRACTOR shall obtain and pay for all other required permits and licenses. The CONTRACTOR shall provide copies of the permits to the Supplementary Conditions - 00800-7 IRC -2030 OWNER and ENGINEER and shall comply with all conditions contained in the permits at no extra cost to the OWNER. 3. The CONTRACTOR shall be familiar with all permit requirements during construction and shall be responsible for complying with these requirements. The cost of this effort shall be included in the pay item in which the work is most closely associated with. SC -9.05 Authorized Variations in Work SC -9.05.A. Delete the second sentence in paragraph GC -9.05.A in its entirety. SC -11.01 Cost of the Work SC -11.01.A.1. Delete paragraph GC -11.01.A.1 in its entirety, and insert the following sentences in its place: 1. CONTRACTOR will receive payment for actual costs of direct labor and burden (see SC - 2.06.13) for the additional or unforeseen work. Labor includes foremen actually engaged in the work; and will not include project supervisory personnel nor necessary on-site clerical staff, except when the additional or unforeseen work is a controlling work item and the performance of such controlling work item actually extends completion of the project due to no fault of the Contractor. Compensation for project supervisory personnel, but in no case higher than a Project Manager's position, shall only be for the pro -rata time such supervisory personnel spent on the contract. In no case shall an officer or director of the Company, nor those persons who own more than 1% of the Company, be considered as project supervisory personnel, direct labor or foremen hereunder. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by OWNER. SC -13.03 Test and Inspections SC -13.03.B. Delete paragraph GC -13.03.8 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 paragraph 13.04.8 shall be paid as provided in said paragraph 13.04.13; 3. tests otherwise specifically provided in the Contract Documents. SC -13.05 OWNER May Stop the Work SC -13.05.A. Delete paragraph GC -13.05.A in its entirety and insert the following paragraph in its place: A. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to comply with permit requirements, or fails to comply with the technical specifications, or fails to perform the Work in such a way that Supplementary Conditions - 00800-8 FAPublic Works\ENGINEERING DIVISION PROJECTSX2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV IRC -2030 the completed Work will conform to the Contract Documents, OWNER may order CON- TRACTOR 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 -13.07A. Delete the first sentence of paragraph GC -13.07.A in its entirety and insert the following sentence in its place A. If within one year after the date of Final Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for CONTRACTOR's use by OWNER or permitted by Laws and Regulations as contemplated in paragraph 6.11.A is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) repair such defective land or areas, or (ii) correct such defective Work or, if the defective Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective, and (iii) satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. SC -13.07 B. Delete paragraph GC -13.07.8 in its entirety and insert the following sentence in its place B. In special circumstances where a particular item of equipment is placed in continuous service before Final Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. SC -14.02 Progress Payments SC -14.02.B.5. Delete paragraph GC -14.02.8.5.d in its entirety and insert the following paragraph in its place: d. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraph 15.02.A; or SC -14.02.B.5. Add the following sentences at the end of paragraph GC -14.02.8.5: OWNER has been required to pay ENGINEER additional compensation because of CONTRACTOR delays or rejection of defective Work; or OWNER has been required to pay an independent testing laboratory for subsequent inspections, tests, or approvals taken after initial failing inspections, tests, or approvals. SC -14.02.C.1. Delete paragraph GC -14.02.01 in its entirety and insert the following paragraph in its place: C. Payment Becomes Due Supplementary Conditions - 00800-9 F1Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV IRC -2030 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 pending items that are not yet completed, on the Statutory List does not alter the responsibility of the Contractor to complete all of the Work under this Agreement; 2) upon completion of all items on the Statutory List, the Contractor may submit a pay request for all remaining retainage except as otherwise set forth in this Agreement; and 3) any and all items that require correction under this Agreement and that are identified after the preparation of the Statutory List remain the obligation of the Contractor to complete to the Owner's satisfaction under this Agreement. After receipt of the Statutory List by the Contractor, the Contractor acknowledges and agrees that it will diligently proceed to complete all items on the Statutory List and schedule a final walk-through in anticipation of final completion on the Project." SC -14.048 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: Supplementary Conditions - 00800-10 F:\Public Works\ENGINEERING DIVISION PROJECTS12030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 0 5 Conditions of the Contract - 20201002.docx IRC -2030 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 economic 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. 7. CONTRACTOR certifies that it and its related entities as defined by Florida law are not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this agreement is for goods or services of one million dollars or more, CONTRACTOR certifies that it and its related entities as defined above by Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria. OWNER may terminate this Contract if CONTRACTOR is found to have submitted a false certification as provided under section 287.135(5), Florida Statutes, been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,or been engaged in business operations in Cuba or Syria, as defined by section 287.135, Florida Statutes. OWNER may terminate this Contract if CONTRACTOR, including all wholly owned subsidiaries, majority-owned subsidiaries, and parent companies, that exist for the purpose of making profit, is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel as set forth in section 215.4725, Florida Statutes. 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: SC -15.04 Delete the following text from the second sentence of paragraph GC -15.04.A: Supplementary Conditions - 00800-11 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg Ml-Admin\Bids\Bid DocumentskMaster Contract Documents\DIV 0_5_Conditions of the Contract - 20201002.docx IRC -2030 SC -16 Dispute Resolution SC -16.02 Mediation SC -16 Add the following new paragraph immediately after paragraph GC -16.01. SC -16.02 Mediation A. OWNER and CONTRACTOR agree that they shall submit any and all unsettled Claims or counterclaims, disputes, or other matters in question between them arising out of or relating to the Contract Documents or the breach thereof, to mediation by a certified mediator of the 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. SC -17 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 a copy of this Contract. The claimant shall have a right of action against the CONTRACTOR for the amount due him. Such action shall not involve the OWNER in any expense. Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255.05. The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder: "Notice: Claims for labor, materals and supplies are not assessable against Indian River County and are subject to proper prior notice to (CONTRACTOR'S Name) and to (CONTRACTOR Suretv 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++ Supplementary Conditions - 00800-12 FAPublic Works\ENGINEERING DIVISION PROJECTS\2C30 Tax Collector Office Expansion Bldg B\1-Admin\BidslBid Documents\Master Contract Documents\DIV 0_5_Conditions of the Contract - 20201002.docx SECTION 00942 - Change Order Form DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: TAX COLLECTOR OFFICE EXPANSION OWNER's Project No. IRC -2030 OWNER'S Bid No. 2022018 You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: Description Amount Original Contract Price $ Net Increase (Decrease) from $ previous Change Orders No. to Contract Price prior to this Change $ Order: Net increase (decrease) of this $ Change Order: Contract Price with all approved $ Change Orders: ACCEPTED: By: CONTRACTOR (Signature) Date: IRC -2030 No. CHANGE IN CONTRACTTIMES Description Time Original Contract Time: (days or dates) Substantial Completion: Final Completion: Net change from previous Change Orders No. to (days) Substantial Completion: Final Completion: Contract Time prior to this Change Order: (days or dates) Substantial Completion: Final Completion: Net increase (decrease) this Change Order: (days or dates) Substantial Completion: Final Completion: Contract Time with all approved Change Orders: (days or dates) Substantial Completion: Final Completion: RECOMMENDED: By: ENGINEER (Signature) Date: APPROVED: By: OWNER (Signature) Date: Change Order Form — 00942 FAIRublic WorksIENGINEERING DIVISION PROJECTSQ030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV 0_6_Conditions of the Contract - 20201002.docx IRC -2030 SECTION 00948 - Work Change Directive No. DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: TAX COLLECTOR OFFICE EXPANSION OWNER's Project No. IRC -2030 OWNER'S Bid No. 2022018 You are directed to proceed promptly with the following changes: Description: Reason for Change Order: Attachments: (List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in Contract Prices ❑ Unit Prices ❑ Lump Sum ❑ Other: By Change Order: Method of determining change in Contract Times ❑ Contractor's Records L1 Engineer's Records ❑ Other: II By Change Order: Estimated increase (decrease) of this Work Estimated increase (decrease) in Contract Times: Change Directive $ Substantial Completion: days; Ready for Final Completion: days. If the change involves an increase, the estimated If the change involves an increase, the estimated amount is not to be exceeded without further time is not to be exceeded without further authorization. authorization. ACCEPTED: By: CONTRACTOR (Signature) Date: RECOMMENDED: By: ENGINEER (S gnature) Date: ** END OF SECTION** APPROVED: By: OWNER (Signature) Date: Work Change Directive — 00948 FAPublic WorksIENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg 8\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV 0_6_Conditions of the Contract - 20201002.docx Division 1— General Requirements, IRC -2030 DIVISION 1- GENERAL REQUIREMENTS DIVISION 1- GENERAL REQUIREMENTS SECTION 01009 - SPECIAL PROVISIONS SECTION 01024 - FORCE ACCOUNT SECTION 01050 - FIELD ENGINEERING AND LAYOUT SECTION 01091 - REFERENCE STANDARDS SECTION 01215 - GENERAL QUALITY CONTROL SECTION 01220 - PROGRESS MEETINGS SECTION 01310 - CONSTRUCTION SCHEDULES SECTION 01340 - SUBMITTAL OF SHOP DRAWINGS SECTION 01520 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SECTION 01541 - PROTECTION OF THE WORK AND PROPERTY SECTION 01550 - ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS SECTION 01610 - TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT SECTION 01611- STORAGE OF MATERIAL AND EQUIPMENT SECTION 01630 - SUBSTITUTIONS SECTION 01710 - SITE CLEANUP AND RESTORATION SECTION 01820 - POST FINAL INSPECTION F:\PublieWorks\ENGINEERING DIVISION PROJECTS\2030 Tax Cot ector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -2030 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 411t 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. + + END OF SECTION + + Special Provisions - 01009-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 SECTION 01024 - FORCE ACCOUNT 1.1 GENERAL A. 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. 1.2 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 + + Force Account - 01024-1 F:\Public Works\ENGINEERING DIVISION PROJECTSU030 Tax Ccllector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -2030 SECTION 01050 - FIELD ENGINEERING AND LAYOUT 1.1 GENERAL A. The CONTRACTOR will furnish all construction staking for the project. All staking from control will be under the supervision of a Florida Registered Land Surveyor. B. Develop and make all detail surveys and measurements needed for construction including but not limited to, slope stakes, batter boards, piling layouts and all other working lines, elevations and cut sheets. C. Keep a transit and leveling instrument on the site at all times and a skilled instrument man available whenever necessary for layout of the Work. D. Provide all material required for benchmarks, control points, batter boards, grade stakes, and other items. E. Be solely responsible for all locations, dimensions and levels. No data other than written orders of the ENGINEER shall justify departure from the dimensions and levels required by the Drawings. F. Safeguard all points, stakes, grademarks, monuments and benchmarks made or established on the Work, and reestablish same, if disturbed. Rectify all Work improperly installed because of not maintaining, not protecting or removing without authorization such established points, stakes, marks and monuments. G. When requested by the ENGINEER, provide such facilities and assistance as may be necessary for the ENGINEER to check line and grade points placed by the CONTRACTOR. Do no excavation or embankment work until all cross -sectioning necessary for determining pay quantities has been completed and checked by the ENGINEER. H. 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. Field Engineering and Layout - 01050-1 F:\Public Works\ENGINEERING DIVISION PROJECTS12030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentslMaster Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 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 Surveyor and Mapper, at the CONTRACTOR's expense. In the event the Owner must provide the services of the Florida Registered Surveyor and Mapper to perform this replacement work, the cost of the surveying services will be deducted from any sums due the CONTRACTOR for the work performed under this Contract. C. All survey work shall be performed under the guidance and direction of a Florida Registered Surveyor and Mapper. D. All survey work for Record Drawings shall be performed by a Florida Registered Surveyor and Mapper. 1.3 STATION BOARDS A. CONTRACTOR shall erect and maintain white/black standard FDOT station markers every 100 feet. 1.4 LAYOUT OF STRIPING A. 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 + + Field Engineering and Layout - 01050-2 F:\Public Works\ENGINEERING DIVISION PROJECTSL030 Tax Ccllector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS-20201002.docx Division 1— General Requirements, IRC -2030 SECTION 01091- REFERENCE STANDARDS 1.1 GENERAL A. Whenever reference is made to the furnishing of materials or testing thereof to conform to the standards of any technical society, organization or body, it shall be construed to mean the latest standard, code, specification or tentative specification adopted and published at the date of advertisement for bids, unless noted otherwise in the Technical Specifications or on the Drawings. When a reference standard is specified, comply with requirements and recommendations stated in that standard, except when they are modified by the Contract Documents, or when applicable laws, ordinances, rules, regulations or codes establish stricter standards. The list of specifications presented in Paragraph B is hereby made a part of the Contract, the same as if repeated herein in full. 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 CRSI Concrete Reinforcing Steel Institute FDEP/DEP Florida Department of Environmental Protection DNR Department of Natural Resources NCPI National Clay Pipe Institute NEMA National Electrical Manufacturers Association NEC National Electric Code NSPE National Society of Professional Engineers OSHA Occupational Safety and Health Administration Reference Standards - 01091-1 FAPublic Works\ENGINEERING DIVISION PROJECTS2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 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 + + Reference Standards - 01091-2 F:\Public Works\ENGINEERING DIVISION PROJECTS',2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV 1—GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 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. General Quality Control - 01215-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 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. B. Pre -Construction Photographs and Video: 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 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 + + General Quality Control - 01215-2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -2030 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 + + Progress Meetings - 01220-1 F:\Public Works\ENGINEERING DIVISION PROJECTSM30 Tax Col ector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWlaster Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 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 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. Construction Schedules - 01310-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 1.4 DISTRIBUTION OF THE CONSTRUCTION SCHEDULES A. After receiving approval by the ENGINEER, distribute copies of the approved initial schedule and all reviewed revisions (updated) to: 1. Job site file. 2. Subcontractors. 3. Other concerned parties. 4. OWNER (two copies). 5. ENGINEER B. In the cover letter, instruct recipients to report promptly to the CONTRACTOR, in writing, any problems anticipated by the projections shown in the schedules. + + END OF SECTION + + Construction Schedules - 01310-2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS12030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 SECTION 01340 - SUBMITTAL OF SHOP DRAWINGS 1.1 SCOPE A. Submit shop drawings, produ-t 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 A. Samples are physical examples to illustrate materials, equipment, orworkmanship and to establish standards by which work is to be evaluated. Samples are further defined in Article 6.17, Secticn 00700. Submittal of Shop Drawings - 01340-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin0ds\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -2030 1.5 CONTRACTOR'S RESPONSIBILITIES FOR SUBMITTAL OF SHOP DRAWINGS PRODUCT DATA AND SAMPLES A. The CONTRACTOR's responsibilities for submittal of shop drawings, product data, and samples are set forth in paragraph 6.17 of the General Conditions and as further explained herein. B. Prior to submission, thoroughly check shop drawings, product data, and samples for completeness and for compliance with the Contract Documents, verify all dimensions and field conditions, and coordinate the shop drawings with the requirements for other related work. Also review each shop drawing before submitting it to the ENGINEER to determine that it is acceptable in terms of the means, methods, techniques, sequences and operations of construction, safety precautions and programs incidental thereto, all of which are the CONTRACTOR's responsibility. 1. It is CONTRACTOR'S responsibility to review submittals made by his suppliers and Subcontractors before transmitting them to ENGINEER to assure proper coordination of the Work and to determine that each submittal is in accordance with its desires and that there is sufficient information about materials and equipment for ENGINEER to determine compliance with the Contract Documents. 2. Incomplete or inadequate submittals will be returned for revision without review. C. The CONTRACTOR's responsibility for errors and omissions in submittals is not relieved by the ENGINEER's review of submittals. The CONTRACTOR shall approve the shop drawings based on his in -the -field measurements, prior to submittal to the ENGINEER for his review. D. Notify the ENGINEER, in writing at the time of submission, of deviations in submittals from the requirements of the Contract Documents. The CONTRACTOR's responsibility for deviations in submittals from the requirements of the Contract Documents is not relieved by the ENGINEER's review of submittals, unless the ENGINEER gives written acceptance of specific deviations. E. Begin no work, which requires submittals until return of submittals with the ENGINEER's stamp and initias or signature indicating the submittal has been reviewed. Submittal of Shop Drawings - 01340-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 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 satisfactory to the ENGINEER. The following is a sample Submittal Form that the CONTRACTOR may use: [The remainder of this page has been left blank intentionally] Submittal of Shop Drawings - 01340-3 F:\PublieWorkskENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\3ids\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.dccx Division 1—General Requirements, IRC -2030 Submittal of Shop Drawings - 01340-4 F\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg 8\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV 1—GENERAL REQUIREMENTS - 20201002.docx CONTRACTOR SUBMITTALS SUBMITTAL NO. Contractor: Date Sent to County No. Copies Sent to County ❑ Original Submittal ❑ Re -Submittal Project Name: INDIAN RIVER COUNTY TAX COLLECTOR OFFICE EXPANSION Project No.: IRC -2030 ❑ Shop Drawing ❑ Cut Sheet ❑ Other Description- escription:Sub-Contractor:Remarks:Reviewing Sub-Contractor.- Remarks.- ReviewingAgency: (As checked below) ❑ I R C Engineering Div. Date Received Date Returned No. Copies Ret'd ❑ I R C Utilities Services Remarks: ********************************************************** IRC Engineering Division Date Rec'd from Contractor Date Ret'd to Contractor 180127 th Street No. Copies Ret'd Vero Beach, FI. 32960 Remarks: Distribution of Copies: IRC Engineering Division Office File Field Office File Submittal of Shop Drawings - 01340-4 F\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg 8\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV 1—GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -2030 E. All submittals shall bear the stamp of approval and signature of CONTRACTOR as evidence that they have been reviewed by CONTRACTOR. Submittals without this stamp of approval will not be reviewed by the ENGINEER and will be returned to CONTRACTOR. F. Assign a number to each submittal starting with No. 1 and thence numbered consecutively. Identify resubmittals by the original submittal number followed by the suffix "A" for the first resubmittal, the suffix "6" for the second resubmittal, etc. G. Initially submit to ENGINEER a minimum of two (2) 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 with one of the following notations: 1. Approved 2. Approved as Noted 3. NOT Approved - Resubmit If a submittal is acceptable, it will be marked "Approved" or "Approved as Noted". One (1) electronic copy 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 submittal is unacceptable, one (1) copy will be returned to CONTRACTOR with following notation, "NOT Approved - Resubmit". L. Upon return of a submittal marked "NOT Approved - Resubmit", make the corrections indicated and repeat the initial approval procedure. Upon return of a submittal so marked, repeat the initial approval procedure utilizing acceptable material or equipment. M. Work shall not be performed nor equipment installed without an ENGINEER "Approved" or "Approved as Noted" Shop Drawing. N. 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 requiring Shop Drawings which have not yet received approval by the ENGINEER shall not be installed on the project. Materials or equipment will not be included in periodic progress payments until approval thereof has been obtained in the specified manner. Submittal of Shop Drawings - 01340-5 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS-20201002.docx Division 1—General Requirements, IRC -2030 P. ENGINEER will review and process all submittals promptly, but a reasonable time should be allowed for this, for the Shop Drawings being revised and resubmitted, and for time required to return the approved Shop Drawings to CONTRACTOR. Q. Furnish required submittals with complete information and accuracy in order to achieve required approval of an item within three submittals. All costs to ENGINEER involved with subsequent submittals of Shop Drawings, Samples or other items requiring approval, will be back -charged to CONTRACTOR in accordance with the General Conditions and the Supplementary Conditions. If the CONTRACTOR requests a substitution for a previously approved item, all of ENGINEER'S costs in the reviewing and approval of the substitution will be back - charged to CONTRACTOR unless the need for such substitution is beyond the control of CONTRACTOR. + + END OF SECTION + + Submittal of Shop Drawings - 01340-6 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -2030 SECTION 01520 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1.1 SCOPE A. Provide all construction equipment and facilities and temporary controls required to satisfactorily complete the work represented on the Drawings and described in the Specifications. 1.2 RESPONSIBILITY A. All construction facilities and temporary controls remain the property of the Contractor establishing them and shall be maintained in a safe and useful condition until removed from the construction site. B. All false work, scaffolding, ladders, hoistways, braces, pumps, roadways, sheeting, forms, barricades, drains, flumes, and the like, any of which may be needed in construction of any part of the work and which are not herein described or specified in detail, must be furnished, maintained and removed by the CONTRACTOR, who is responsible for the safety and efficiency of such work and for any damage that may result from their failure or from their improper construction, maintenance or operation. C. In accepting the Contract, the CONTRACTOR assumes full responsibility for the sufficiency and safety of all hoists, cranes, temporary structures or work and for any damage which may result from their failure or their improper construction, maintenance or operation and will indemnify and save harmless the OWNER and ENGINEER from all claims, suits or actions and damages or costs of every description arising by reason of failure to comply with the above provision. 1.3 TEMPORARY UTILITIES AND SERVICES A. TEMPORARY WATER 1. Provide a temporary water service as required for all construction purposes and pay for all water used. 2. Furnish potable drinking water in suitable dispensers and with cups for use of all employees at the job. 3. Provide all temporary piping, hoses, etc., required to transport water to the point of usage by all trades. 4. When temporary water service is no longer required, remove all temporary water lines. Construction Facilities and Temporary Controls - 01520-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 -ax Collector Office Expansion Bldg B\1-Admin0ds\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 B. TEMPORARY SANITARY FACILITIES 1. Provide temporary toilet facilities separate from the job office. Maintain these during the entire period of construction under this Contract for the use of all construction personnel on the job. Provide enough chemical toilets to conveniently serve the needs of all personnel. Properly seclude toilet facilities from public observation. 2. Chemical toilets and their maintenance shall meet the requirements of State and local health regulations and ordinances. Immediately correct any facilities or maintenance methods failing to meet these requirements. Upon completion of work, remove the facilities from the premises. 1.4 SECURITY Full time watchmen will not be specifically required as a part of the Contract, but the CONTRACTOR shall provide inspection of work area daily and shall take whatever measures are necessary to protect the safety of the public, workmen, and materials, and provide for the security of the site, both day and night. 1.5 TEMPORARY CONTROLS Take all necessary precautions to control dust and mud associated with the work of this Contract. In dry weather, spray dusty 2reas daily with water in order to control dust. Take necessary steps to prevent the tracking of mud onto adjacent streets and highways. 1.6 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES Remove the various temporary facilities, services, and controls and legally dispose of them as soon as the work is complete. The areas of the site used for temporary facilities shall be properly reconditioned and restored to a condition acceptable to the OWNER. + + END OF SECTION + + Construction Facilities and Temporary Controls - 01520-2 FAPublic Works\ENGINEERING DIVISION PROJECTSQ03C Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV 1—GENERAL REQUIREMENTS-20201002.docx Division 1—General Requirements, IRC -2030 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 on account of any act, omission, neglect or misconduct in the execution of the Work by the CONTRACTOR, it shall be restored by the CONTRACTOR, at its expense, to a condition equal to or better than that existing before the damage was done. 1.2 BARRICADES AND WARNING SIGNALS CONTRACTOR's responsibility for the maintenance of barricades, signs, lights, and for providing watchmen shall continue until OWNER accepts the Project. 1.3 TREE AND PLANT PROTECTION A. Protect existing trees, shrubs and plants on or adjacent to the site that are shown or designated to remain in place against unnecessary cutting, breaking or skinning of trunk, branches, bark or roots. B. Do not store or park materials or equipment within the drip line of trees that are to remain. Protection of the Work and Property - 01541-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -2030 C. Install temporary fences or barricades to protect trees and plants in areas subject to traffic. D. Fires shall not be permitted under or adjacent to trees and plants. E. Within the limits of the Work, water trees and plants that are to remain, in order to maintain their health during construction operations. F. Cover all exposed roots with burlap and keep it continuously wet. Cover all exposed roots with earth as soon as possible. Protect root systems from mechanical damage and damage by erosion, flooding, run-off or noxious materials in solution. G. If branches or trunks are damaged, prune branches immediately and protect the cut or damaged areas with emulsified asphalt compounded specifically for horticultural use. H. Remove all damaged trees and plants that die or suffer permanent injury and replace them with a specimen of equal or better quality. I. Coordinate Work in this Section with requirements of other sections herein. 1.4 PROTECTION OF IRRIGATION The CONTRACTOR shall be responsible for maintaining in good condition all irrigation systems within the easements, which could be damaged by construction activities. The CONTRACTOR shall repair any irrigation systems damaged by construction activities within two (2) days. Irrigation systems partially within the right-of-way and all intersecting side streets within project limits may be cut off and capped or connected to same system to maintain functionality. 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. 1.5 PROTECTION OF EXISTING STRUCTURES A. Underground Structures: I. 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 adjacent to the limits of the Work. 2. All underground structures known to ENGINEER except service connections for water, sewer, electric, and telephone are shown. This information is shown for the assistance of CONTRACTOR in accordance with the best information available, but is not guaranteed to be correct or complete. The existing utilities shown on the Contract Drawings are located according to the information available to the ENGINEER at the time the Drawings were prepared and have not been independently verified by the OWNER or the ENGINEER. Guarantee is not made that all existing underground utilities are shown or that the locations of those shown are accurate. The locations shown are for bidding purposes only. Finding the actual Protection of the Work and Property - 01541-2 R\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1—GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -2030 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 ary and all damages, which might be occasioned by the CONTRACTOR's failure to exactly locate and preserve any and all underground utilities. The OWNER or ENGINEER will assume no liability for any damages sustained or costs incurred because of the CONTRACTOR's operations in the vicinity of existing utilities or structures, nor for temporary bracing and shoring of same. If it is necessary to shore, brace, or swing a utility, contact the utility company or department affected and obtain their permission regarding the method to use for such work. 3. Contact the various utility companies which may have buried or aerial utilities within or near the construction area before commencing work. Provide 48 hours minimum notice to all utility companies prior to beginning construction. 4. Schedule and execute all work involving existing utilities in order to minimize necessary interruption of services. Whenever such interruption is necessary for completion of the work, notify zhe 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 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 facilities that are visible above the ground surface. Protection of the Work and Property - 01541-3 FAloublic WorkskENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 C. Protection of Underground and Surface Structures: 1. Sustain in their places and protect from direct or indirect injury, all underground and surface structures located within or adjacent to the limits of the Work. Such sustaining and supporting shall be done carefully, and as required by the party owning or controlling such structure. Before proceeding with the work of sustaining and supporting such structure, satisfy the ENGINEER that the methods and procedures to be used have been approved by the party owning same. 2. Assume all risks attending the presence or proximity of all underground and surface structures within or adjacent to the limits of the Work. CONTRACTOR shall be responsible for all damage and expense for direct or indirect injury caused by its Work to any structure. CONTRACTOR shall repair immediately all damage caused by his work, to the satisfaction of the OWNER of the damaged structure. D. All other existing surface facilities, including but not limited to, guard rails, posts, guard cables, signs, poles, markers, and curbs which are temporarily removed to facilitate installation of the Work shall be replaced and restored to their original condition at CONTRACTOR'S expense. 1.6 DAMAGE TO EXISTING STRUCTURES AND UTILITIES A. The CONTRACTOR shall be responsible for and make good all damage to pavement beyond the limits of this Contract, buildings, telephone or other cables, water pipes, sanitary pipes, or other structures which may be encountered, whether or not shown on the Drawings. B. Information shown on the Drawings as to the location of existing utilities has been prepared from the most reliable data available to the Engineer. This information is not guaranteed, however, and it shall be this CONTRACTOR's responsibility to determine the location, character and depth of any existing utilities. He shall assist the utility companies, by every means possible to determine said locations. Extreme caution shall be exercised to eliminate any possibility of any damage to utilities resulting from his activities. 1.7 ADJUSTMENTS OF UTILITY CASTINGS, COVERS AND BOXES A. All existing utility castings, including valve boxes, junction boxes, manholes, pull boxes, inlets and similar structures in the areas of construction that are to remain in service shall be adjusted by the CONTRACTOR to bring them flush with the surface of the finished work. B. The CONTRACTOR shall coordinate the utilities to ensure proper construction sequencing. CONTRACTOR shall make available survey reference markers to the various utility companies. + + END OF SECTION + + Protection of the Work and Property - 01541-4 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 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 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 Docu- ments. 1.2 USE OF PUBLIC STREETS The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic. Any earth or other excavated material spilled from trucks shall be removed immediately by the CONTRACTOR and the streets cleaned to the satisfaction of the Owner. 1.3 USE OF PUBLIC STREETS FOR HAUL ROADS A. Prior to construction, the CONTRACTOR shall designate all proposed haul roads to be used during the life of the project. Any earth or other materials spilled from trucks shall be removed by the CONTRACTOR and streets cleaned to the satisfaction of the Owner. He further shall be responsible for repairs to any damages caused by his operations, prior to final payment. B. All trucks carrying earth shall be covered while moving with an appropriate tarpaulin. Should trucks hauling earth fail to cover their loads, the CONTRACTOR will be given two (2) written warnings, after which the CONTRACTOR shall pay a fine of $50 per uncovered truck to the Owner when invoked by the Owner to Owner's Engineer. All cleanup shall be the responsibility of the CONTRACTOR. C. All trucks/moving equipment shall have backup warning horns in proper working order while on the job site. Access Roads, Parking Areas and use of Public Streets - 01550-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1—GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -2030 1.4 MAINTENANCE OF TRAFFIC A. GENERAL PROVISIONS -DESCRIPTION: The work specified in this Section consists of maintaining traffic within the limits of the project for the duration of the construction period, including any temporary suspensions of the work. It shall include the construction and maintenance of any necessary detour facilities; the providing of necessary facilities for access to residences, businesses, etc., along the project; the furnishing, installing and maintaining of traffic control and safety devices during construction, the control of dust through the use of calcium chloride if necessary, and any other special requirements for safe and expeditious movement of traffic as may be called for on the plans. The term, Maintenance of Traffic, as used herein, shall include all of such facilities, devices and operations as are required for the safety and convenience of the public as well as for minimizing public nuisance; all as specified in this Itemized Section 14 of these provisions and Paragraph 24 in General Conditions Section. B. BEGINNING DATE OF CONTRACTOR'S RESPONSIBILITY: The Contractor shall present his Maintenance of Traffic Plan at the pre -construction conference. The Maintenance of Traffic Plan shall indicate the type and location of all signs, lights, barricades, striping and barriers to be used for the safe passage of pedestrians and vehicular traffic through the project and for the protection of the workmen. The plan will indicate conditions and setups for each phase of the Contractor's activities. When the project plans include or specify a specific Maintenance of Traffic Plan, alternate proposals will be considered when they are found to be equal to or better than the plan specified. In no case may the Contractor begin work until the Maintenance of Traffic Plan has been approved in writing by the Engineer. Modifications to the Maintenance of Traffic Plan that become necessary shall also be approved in writing. Except in an emergency, no changes to the approved plan will be allowed until approval to change such plan has been received. The cost of all work included in the Maintenance of Traffic Plan shall be included in the pay item for Maintenance of Traffic. The Contractor shall be responsible for performing daily inspections, including weekends and holidays, with some inspections at nighttime, of the installations on the project and replace all equipment and devices not conforming with the approved standards during that inspection. The project personnel will be advised of the schedule of these inspections and be given the opportunity to join in the inspection as is deemed necessary. C. TRAFFIC CONTROL - STANDARDS: The FDOT Design Standards For Design, Construction, Maintenance and Utility Operations On The State Highway System, Access Roads, Parking Areas and use of Public Streets - 01550-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1—GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -2030 Edition as dated on the plans set forth the basic principles and prescribes minimum standards to be followed in the design, application, installation, maintenance and removal of all traffic control devices and all warning devices and barriers which are necessary to protect the public and workmen from hazards within the project limits. The standards established in the aforementioned manual constitute the minimum requirements for normal conditions, and additional traffic control devices warning devices, barriers or other safety devices will be required where unusual, complex or particularly hazardous conditions exist. The above referenced standards were developed using F.H.W.A., U.S.D.O.T. Manual on Uniform Traffic Control Devices (MUTCD). D. TRAFFIC CONTROL DEVICES, WARNING DEVICES AND BARRIERS - INSTALLATION: The responsibility for installation and maintenance of adequate traffic control devices, warning devices and barriers, for the protection of the travel in public and workmen, as well as to safeguard the work area in general shall rest with the Contractor. Consideration shall be given to recommendations of the Engineer. The required traffic control devices, warning devices and barriers shall be erected bythe Contractor prior to creation of any hazardous condition and in conjunction with any necessary re-routing of traffic. The Contractor shall immediately remove, turn or cover any devices or barriers which do not apply to existing conditions. All traffic control devices shall conform tc MUTCD standards and shall be clean and relatively undamaged. Damaged devices diminishing legibility and recognition, during either night or day conditions, are not acceptable for use. E. NO WAIVER OF LIABILITY: The Contractor shall conduct his operations in such a manner that no undue hazard will result due to the requirements of this article, and the procedures and policies described therein shall in no way act as a waiver of any of the terms of the liability of the Contractor or his surety. F. Contractor's Maintenance of Traffic Plan shall maintain continuous vehicular traffic at all times. G. The Changeable Variable Message Sign shall be used as necessary. The location, message, and duration shall be as directed by Engineer. H. In addition to above, the Contractor shall comply with INDIAN RIVER COUNTY TRAFFIC ENGINEERING DIVISION SPECIAL CONDITIONS FOR RIGHT-OF-WAY CONSTRUCTION in Appendix "C". + + END OF SECTION + + Access Roads, Parking Areas and use of Public Streets - 01550-3 F:\Public Works\ENGINEER] NG DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 SECTION 01610 - TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 1.1 GENERAL A. Make all arrangements for transportation, delivery and handling of equipment and materials required for prosecution and completion of the Work. B. Shipments of materials to CONTRACTOR or Subcontractors shall be delivered to the site only during regular working hours. Shipments shall be addressed and consigned to the proper party giving name of Project, street number and city. Shipments shall not be delivered to OWNER except where otherwise directed. C. If necessary, to move stored materials and equipment during construction, CONTRACTOR shall move or cause to be moved materials and equipment without any additional compensation. 1.2 DELIVERY A. Arrange deliveries of products in accord with construction schedules and in ample time to facilitate inspection prior to installation. B. Coordinate deliveries to avoid conflict with Work and conditions at site and to accommodate the following: 1. Work of other contractors, or OWNER. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. OWNER'S use of premises. C. Do not have products delivered to project site until related Shop Drawings have been approved by the ENGINEER. D. Do not have products delivered to site until required storage facilities have been provided. E. Have products delivered to site in manufacturer's original, unopened, labeled containers. Keep ENGINEER informed of delivery of all equipment to be incorporated in the Work. F. Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts, and to facilitate assembly. G. Immediately on delivery, 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. Transportation and Handling of Materials and Equipment - 01610-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV 1_GENERAL REQUIREMENTS-20201002.docx Division 1— General Requirements, IRC -2030 1.3 PRODUCT HANDLING A. Provide equipment and personnel necessary to handle products, including those provided by OWNER, by methods to prevent soiling or damage to products or packaging. B. Provide additional protection during handling as necessary to prevent scraping, marring or otherwise damaging products or surrounding surfaces. C. Handle products by methods to prevent bending or overstressing. D. Lift heavy components only at designated lifting points. E. Materials and equipment shall at all times be handled in a safe manner and as recommended by manufacturer or supplier so that no damage will occur to them. Do not drop, roll or skid products off delivery vehicles. Hand carry or use suitable materials handling equipment. + + END OF SECTION + + Transportation and Handling of Materials and Equipment - 01610-2 F1Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1—General Requirements, IRC -2030 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 prov Bions 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 + + Storage of Material and Equipment - 01611-1 F:\Public Works\ENGINEERING DIVISION PROJECTSQ03C Tax Collector Office Expansion Bldg B\1-AdmiMBids\Bid Documents\Master Contract Documents\DIV 1_GENERAI REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 SECTION 01630 - SUBSTITUTIONS 1.1 GENERAL A. Requests for review of a substitution shall conform to the requirements of Article 6.05, "Substitutes and Or -Equals," of the General Conditions, and shall contain complete data substantiating compliance of the proposed substitution with the Contract Documents. 1.2 CONTRACTOR'S OPTIONS A. For materials or equipment (hereinafter products) specified only by reference standard, select product meeting that standard by any manufacturer, fabricator, supplier or distributor (hereinafter manufacturer). To the maximum extent possible, provide products of the same generic kind from a single source. B. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named which complies with Specifications. C. For products specified by naming one or more products or manufacturers and stating "or equivalent," submit a request for a substitution for any product or manufacturer which is not specifically named. D. For products specified by naming only one product or manufacturer and followed by words indicating that no substitution is permitted, there is no option and no substitution will be allowed. E. Where more than one choice is available as a CONTRACTOR's option, select product which is compatible with other products already selected or specified. 1.3 SUBSTITUTIONS A. During a period of 15 days after date of commencement of Contract Time, ENGINEER will consider written requests from CONTRACTOR for substitution of products or manufac- turers, 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. c. Samples, if appropriate. Substitutions - 01630-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\2030 Tax Colleaor Office Expansion Bldg B\1-Admin\Bids\Bid DocumentsWaster Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 d. Name and address of similar projects on which product was used, and date of installation. 2. For construction methods (if specified): a. Detailed description of proposed method. b. Drawings illustrating method. 3. Such other data as the ENGINEER may require to establish that the proposed substitution is equal to the product, manufacturer or method specified. C. In making Request for Substitution, CONTRACTOR represents that: 1. CONTRACTOR has investigated proposed substitution, and determined that it is equal to or superior in all respects to the product, manufacturer or method specified. 2. CONTRACTOR will provide the same or better guarantees or warranties for proposed substitution as for product, manufacturer, or method specified. 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. 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. S. Engineer may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute. Substitutions - 01630-2 F:\PublicWorksXENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 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. Engineer will be allowed a reasonable time within which to evaluate each proposed substitution. Engineer will be the sole judge of acceptability and shall have the right to deny use of any proposed substitution. The CONTRACTOR shall not order, install, or utilize any substitution without either an executed Change Order or Engineer's notation on the reviewed shop drawing. Owner may require CONTRACTOR to furnish at CONTRACTOR's expense a special manufacturer's performance guarantee(s) or other surety with respect to any substitute and an indemnification by the CONTRACTOR. ENGINEER will record time required by Engineer and Engineer's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not a proposed substitute is used, CONTRACTOR shall reimburse Owner for the charges of Engineer and Engineer's consultants for evaluating each proposed substitute. J. Substitute materials or equipment may be proposed for acceptance in accordance with this Section. In the event that substitute materials or equipment are used and are less costly than the originally specified material or equipment, than the net difference in cost shall benefit the Owner and CONTRACTOR in equal proportions. This cost difference shall not be reduced by any failure of the CONTRACTOR to base his bid on the named materials or equipment. + + END OF SECTION + + Substitutions - 01630-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax COIIEctor Office Expansion Bldg B\t-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 SECTION 01710 - SITE CLEANUP AND RESTORATION 1.1 SCOPE Furnish all labor, equipment, appliances, and materials required or necessary to clean up and restore the site after the construction is completed. 1.2 REQUIREMENTS A. During the progress of the project, keep the work and the adjacent areas affected thereby in a neat and orderly condition. Remove all rubbish, surplus materials, and unused construction equipment. Repair all damage so that the public and property owners will be inconvenienced as little as possible. B. Provide onsite containers for the collection of waste materials, debris, and rubbish and empty such containers in a legal manner when they become full. C. Where material or debris has been deposited in watercourses, ditches, gutters, drains, or catch -basins as a result of the CONTRACTOR's operations, such material or debris shall be entirely removed and satisfactorily disposed of during the progress of the work, and the ditches, channels, drains, etc., shall be kept clean and open at all times. D. Before the completion of the project, unless otherwise especially directed or permitted in writing: 1. Tear down and remove all temporary buildings and structures; 2. Remove all temporary works, tools, and machinery, or other construction equipment furnished; 3. Remove all rubbish from any grounds occupied; and 4. Leave the roads, all parts of the premises, and adjacent property affected by construction operations, in a neat and satisfactory condition. E. Restore or replace any public or private property damaged by construction work, equipment, or employees, to a condition at least equal to that existing immediately prior to the beginning of the operations. To this end, the CONTRACTOR shall restore all highway, roadside, and landscaping work within any right-of-way, platted or prescriptive. Acceptable materials, equipment, and methods shall be used for such restoration. F. Thoroughly clean all materials and equipment installed and on completion of the work, deliver the facilities undamaged and in fresh and new -appearing condition. G. It is the intent of the Specifications to place the responsibility on the CONTRACTOR to restore to their original condition all items disturbed, destroyed, or damaged during construction. Particular attention will be placed on restoration of canals to equal or better condition than prior to construction. Site Cleanup and Restoration - 01710-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS-20201002.docx Division 1— General Requirements, IRC -2030 H. When finished surfaces require cleaning with cleaning materials, use only those cleaning materials which will not create hazards to health or property and which will not damage the surfaces. Use cleaning materials only on those surfaces recommended by the manufacturer. Follow the manufacturer's directions and recommendations at all times. I. Keep the amount of dust produced during construction activities to a minimum. At CONTRACTOR's expense, spray water or other dust control agents over the areas, which are producing the dust. Schedule construction operations so that dust and other contaminants will not fall on wet or newly coated surfaces. 1.3 SITE CLEANUP AND RESTORATION Prior to final completion, the OWNER, ENGINEER, 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 + + Site Cleanup and Restoration - 01710-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\2C30 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS - 20201002.docx Division 1— General Requirements, IRC -2030 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. 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. + + END OF SECTION + + Post Final Inspection - 01820-1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\2030 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Nlaster Contract Documents\DIV 1_GENERAL REQUIREMENTS-20201002.docx APPENDIX A PERMITS Appendix A -Permits F1Public Works\ENGINEERING DIVISION PROJECTSM30 Tax Collector Office Expansion Bldg B\1-Admin\Bids\Bid Documents\Master Contract Documents\APPENDIX. docx R ER o INDIAN RIVER COUNTY/CITY OF VERO BEACH BUILDING DIVISION t 1801 271h St; eet, Vero Beach, FL 32960 772- 226-1260 COMMERCIAL OR MULTI -FAMILY COMBINATION PERMIT APPLICATION NEW BUILDINGS, ADDITIONS, AND/OR ALTERATIONS INFORMATION CHECKLIST THIS PAGE TO BE SUBMITTED WITH PERMIT APPLICATION ❑ Complete Building Permit Application (Page 2 & 3). Multiple buildings will require separate permit applications for each building. ❑ Sub -contractor Agreement/Affidavits are required for each trade that either the Prime Contractor or the Owner/Builder is going to self -perform. (Page 5) ❑ Sub -Contractor Agreement/Affidavits are required for each sub -contractor prior to their first inspection. (Page 6) ❑ Five (5) Sets of Signed and Sealed Plans from a Florida Licensed Design Professional which include a Code Analysis Summary per the current Florida Building Code and NFPA (18" x 24" Minimum Size). ❑ Five (5) Site Plans. ❑ Three (3) Energy Code with Manual N HVAC Sizing Calculations. ❑ Three (3) Signed and Sealed Indian River County Product Approval Affidavit from a Florida Licensed Design Professional. (Page 8 & 9) ❑ One (1) complete truss package with uplifts and three (3) truss manufacturer truss layout plans. ❑ Signed and Sealed Soils Investigation Report from a Florida Licensed Design Professional for all new buildings and additions. ❑ Completed Indian River County/City of Vero Beach Internal Structure Modification form (as applicable). Permit application will not be accepted without this page completed. (Page 7) ❑ Additions and Alterations to existing buildings that are applied for by the tenant will be required to either provide a signed and notarized application by the building owner or provide a signed and notarized letter from the owner authorizing proposed work. ❑ Building Division Application Fee $200.00 Additional Information Solid Waste Department will require one set of certified final plans (site and floor) prior to Certificate of Occupancy for calculation of fees. ❖ Submit a recorded Notice of Commencement to the Building Division prior to the first inspections. Forms can be found online at www.irccdd.com. The enforcing agency shall require each building permit for the demolition or renovation of an existing structure to contain an asbestos notification statement which indicates the owner's or operator's responsibility to comply with the provisions of Section 469.003, Florida Statutes, and to notify the Department of Environmental Protection of his or her intentions to remove asbestos, when applicable, in accordance with state and federal law. Page 1 of 9 �R E INDIAN RIVER COUNTY/CITY OF VERO BEACH BUILDING DIVISION 1801 27th Street, Vero Beach, FL 32960 772- 226-1260 BUILDING PERMIT APPLICATION PARCEL NUMBER: 32 -39 -35 - 00004 - 0010 - 00001 .0 JOB ADDRESS: 1500 27th St. Bldg A Vero Beach. FL. 32960 SUBDIVISION: Original Town of Vero CONTRACT PRICE. $722,000 TOTAL SQUARE FOOTAGE UNDER -ROOF: 80,270 JOB DESCRIPTION: Addition and interior renovations to the Indian River County Tax Collectors Office, improvements consist of enclosing the existing 1,516 SF patio area on the south side of the building for additional customer service area. ❑ COMMERCIAL ❑ MULTI -FAMILY ❑ NEW ❑ADDITION ALTERATION ❑ NO MECHANICAL, ELECTRICAL OR PLUMBING -STRUCTURAL ONLY Page 2 of 9 NAME & ADDRESS CONTACT INFORMATION OWNER INDIAN RIVER COUNTY 1801 27t't St, Vero Beach, FL. 32960 Name: Michael Heller E-MAIL:mheller@ircgov.com DAYTIME PHONE NUMBER: 772-226-1585 Fax: TITLE HOLDER (If Other Than Owner) Name: E-MAIL: DAYTIME PHONE NUMBER: Fax: CONTRACTOR Name: TBD E-MAIL: DAYTIME PHONE NUMBER: Fax: License # Comp. Card # ARCHITECT Edlund, Dritenbas, Binkley Architects and Associates, P.A. E-MAIL: edbvero@bellsouth.net DAYTIME PHONE NUMBER 772-569-4320 ENGINEER E-MAIL: DAYTIME PHONE NUMBER: Page 2 of 9 �g5 F_k INDIAN RIFER COUNTY/CITY OF VERO BEACH :* BUILDING DIVISION .ctO. 1801 27th Street, Vero Beach, FL 32960 772- 226-1260 Application is hereby made to obtain a permit to do the work and installations as indicated. I certify that no work or installation has commenced prior to the issuance of a permit, and that all work will be performed to meet the standards of all laws regulating construction, insurance, and worker's compensation. I understand that sub -contractor affidavits must be obtained for electrical, plumbing, air-conditioning, roofing, insulation, irrigation systems, wells, or any other work that is allowed to be included in this permit. Properties on which earth spills or other debris fails shall be cleaned immediately. All streets, sidewalks, and curbs damaged due to this construction shall be repaired to the satisfaction of the engineering department prior to the issuance of certificate of completion. Owner's Affidavit: I certify that all the foregoing information is accurate and that all work will be done in compliance with all applicable laws regulating construction and zoning. And Signa ure a Wgent Date: 2 Notary as to Owner or Agent: STATE TF FLORIDA, COUNTY OF %4Ic O -A V-P—V Sworn o apd subscribed before me this— -7A day of 20 Z l by G rc1 �5 . � Z ra y 1r fG 4 who islE ersonally known or 0 produced identification Type of ID produced /V1 Printed Name ofNotary ,.� L_(t Signature of Notary ( tG-!C_ Notary Seal oP+' S LUANNECL4RK Commissbn a> GO 244341 -� Expires November 6, 2022 ° WWW Do Ttq fake I uma 8G6 M7019 This Area For Building Use Only: Building Square Footage: Construction Type: # of Floors: Occupancy Type: Total Square Footage_x ICC Multiplier = Or Contract Value Contractor Signature Date: Notary as to Contractor: STATE OF FLORIDA, COUNTY OF Sworn to and subscribed before me this day of 20 by who is 0 personally known or 0 produced identification Type of ID produced Printed Name of Notary Signature of Notary_ Notary Seal ADD REF #: PROJECT #: Page 3 of 9 INDIAN RIVER COUNTY/CITY OF VERO BEACH BUILDING DIVISION 1801 27th Street, Vero Beach, FL 32960 772- 226-1260 SUB -CONTRACTOR AFFIDAVIT REQUIREMENTS The following trades require Sub -Contractor Agreement Forms to be submitted and approved prior to requesting any related inspections Trades: Mechanical Burglar Alarm Electrical Concrete Plumbing Masonry Roofing* Carpentry Insulation Stucco Irrigation Drywall Fuel/Gas** Garage Door Conditions: If the required affidavit forms are not received and approved prior to the inspection request the inspection request cannot be scheduled. If there is a Sub -Contractor change for the project a new affidavit form along with Change of Contractor Form is required for the new Sub -Contractor and must also be submitted and approved prior to any related inspections. If the Sub -Contractor's license status changes to "Inactive" for any reason, related inspections cannot be scheduled. Changes could include but are not limited to license, liability insurance or worker's compensation expiration. Notes: *Roof coverings other than asphalt shingles, wood shingles or wood shakes require a licensed roofing contractor ** Piping installation only, tank installation requires a separate permit. Page 4 of 9 INDIAN RIVER COUNTY/CITY OF VERO BEACH BUILDING DIVISION 1801 271h Street, Vero Beach, FL 32960 772- 226-1260 INDIAN RIVER COUNTY/CITY OF VERO BEACH PRIME CONTRACTOR AGREEMENT/AFFIDAVIT Indian River County Contractor Certificate Number: State of Florida Certification Number (if applicable): Permit Number: will be conducting the work for the following trades: (Company/Individual name) ❑ concrete ❑ stucco ❑ electric ❑ aluminum (in -fill only) ❑ other ❑ masonry ❑ insulation ❑ mechanical ❑ garage door ❑ carpentry ❑ roofing* ❑ irrigation ❑ fuel gas (lines only) ❑ drywall ❑ plumbing ❑ burglar alarm/low voltage It is understood that, if there is any change of status regarding our participation with the above mentioned project, I will immediately advise the Indian River County Building Division by personally filing a Change of Contractor. *Roof coverings other than asphalt shingles, wood shingles or wood shakes require a licensed roofing contractor. PRIME CONTRACTOR QUALIFIER Signature: Printed Name: Date: STATE OF FLORIDA, COUNTY OF Sworn to and subscribed before me by Type of ID produced Printed Name of Notary Signature of Notary _ Notary Seal day of 20 who is ❑ personally known or ❑ produced identification Page 5 of 9 INDIAN RIVER COUNTY/CITY OF VERO BEACH BUILDING DIVISION a1°`'w 1801 27th Street, Vero Beach, FL 32960 772- 226-1260 INDIAN RIVER COUNTY/CITY OF VERO BEACH SUB -CONTRACTOR AGREEMENT/AFFIDAVIT Indian River County Contractor Certificate Number: State of Florida Certification Number (if applicable): Permit Number: has agreed to be the: (Company/Individual name) ❑ concrete ❑ stucco ❑ electric ❑ garage door ❑ other ❑ masonry ❑ insulation _ ❑ mechanical ❑ fuel gas (lines only) ❑ carpentry ❑ roofing* ❑ irrigation ❑ burglar alarm/low voltage ❑ drywall ❑ plumbing ❑ aluminum (in -fill only) Sub -contractor for for the project located at (Name of prime contractor) (Street address) It is understood that, if there is any change of status regarding our participation with the above mentioned project, I will immediately advise the Indian River County Building Division by personally filing a Change of Contractor. *Roof coverings other than asphalt shingles, wood shingles or wood shakes require a licensed roofing contractor. ******************************************************************************************************** SUB -CONTRACTOR QUALIFIER PRIME CONTRACTOR QUALIFIER (Main Permit Holder Information Required) Signature: Printed Name: Date: Business Name: Address: City, State, Zip: Phone: Notary as to Sub -Contractor: STATE OF FLORIDA, COUNTY OF Sworn to and subscribed before me this 20 , Signature: Printed Name: Date: Business Name: Address: City, State, Zip: Phone: Notary as to Prime Contractor: STATE OF FLORIDA, COUNTY OF day ofI Sworn to and subscribed before me this day of 20 , by who is ❑ personally known or ❑ produced identification Type of ID produced Printed Name of Notary Signature of Notary Notary Seal by who is ❑ personally known or ❑ produced identification Type of ID produced Printed Name of Notary Signature of Notary Notary Seal Page 6 of 9 INDIAN RIVER COUNTY/CITY OF VERO BEACH INTERNAL STRUCTURE MODIFICATIONS (TO BE COMPLETED BY APPLICANT) DATE: Applicant's Name Owner's Name Site Address Address Daytime Phone Number E -Mail address Address Daytime Phone Number Project Name Tax Identification Number or (Parcel Identification Number) Existing Use/Name of Tenant and Type of Business (*): IF SPACE IS VACANT, A SIGN -OFF IS REQUIRED BY THE PLANNING DEPARTMENT: Proposed Use: Description of Modification: Check the appropriate space for the proposed construction: 1. WILL WILL NOT Add Occupancy Area to An Existing Building If you checked "WILL", what is square foot increase in building area: sq ft 2. WILL WILL NOT Change the Use of the Existing Building If you checked "WILL" for question number one or two above, then you must obtain a sign -off from the Planning Department, Current Development Section. Please review your project with a Current Development Planner, and have the Planner sign -off the following approval. Date: Manner: Comments: Acknowledgement: I hereby acknowledge that Indian River County staff is relying on the accuracy of the above information to determine site plan and zoning compliance for the proposed project. Applicant's Signature Page 7 of 9 F > O Q C O O � U U 2 c oc Q 2 OU aJ CD) L US C N 3 U Q) c o D) o - c CU C L E� E o.r o E U ( c)E .u) Q N cow m � > .� N > O U 02 a) N N ui WN c o C N (a `o O (B U 0 -CD .- LL Cn 'D a) Q) 0 0)Q O 0 Q C_ N N iE •� E U �- co f; EN C i—ZJ mD LL O cw OW O a� L 0 o � ca o n 06 Z m O m a > o LL , os C> o OC7 N++ m C >w O O U UZ>oU Qc Cr-om �.oco E =J o"D E> W @ z,o cl) Q m c a SCO az3acaoo Z N _Q .a 0 0 0 •D Q _Q r O 70 o> LLE E 00 0 •D O O O _C N Z L cin coE-0 DCo = Q. (6 — E o C a) o �. QN w Un O U'D ._ I Q 0. a) coN a) N > o m co C (6 E U O C �.i U-) Cl. 0 �O � Q) ' .�mE�•��caE Z3��Em-0>on Oda o.6.a)oc N O E a C ' O O U O L U C a) 7 LL in N pV)D C O C O O L N O — > _ CO O C C a0- o_ � U O a) N 0 o LU C Q C _C 0— 7 Q m �a3o0E L) € a a) w C f- a) - 0 o z c !E N a > U O L a O d FV E NF - Q MbktN1 * o .o N N rn�NM � FL- o a� .n E c z E m a N 6l L F -T --------- ------ 7 N u - ` p_ I a -- c a� N d 0 N O ` n. 0. N v c� N U- N � � d c 'N 6 w C_ m + J ) `m E 7 z m 0 U cuw 7 C R i N 0_0 n E az co o a O o cu O t 0 m c _� Ncr, =U p-0 J �3° O -2 = >a� o V) o c E o Eo 0 '0C c U o C c Z o O O D •N `O N Nn, a) uu o� co � � m L o rn xcn v)v �QOz0m00 c S ca o x 3: Q(ia cu ZcntoDc5c)3: o c m M W NM �'U)(D jr-NM-Y'U7COn 066 d�NM•V'u'i 00 U Q m U -------------- -------------- -------------- ------ LL ----- U N — — --------------- --------------- —T -------- ---------- _or_ L6 N Y m CCr, (D �(n a) c mom $•7n o Q N M Z)CL .: L i4 N U d a) N U ai C IL -o w C L C a) 'O C� — d M a) � IL N .r cII N w V � O _ Q) ._ cr L N cr Q c D O C a O N C O C (B @_ O CL Ve L 'O 0 0 C 0 C n3 O W O CO ?= t a s LL QQ �n c O O �Z[n�Coxry- C O .= O C 0 0 0 0 0 0_ � JU a) O Ucn fl O L_ Q U o L c3. p-- O o. Q) L O — Q) L W • C Q r 1: Q' N co "T 6(o L` 00 0)c- O — N c- M 't r to CCS c- .- U . r . N . M . 'T . LO . (D N (N O N � LLI 70 C .3 Q) L O a) U C a) N a) Q) � Q a) Q) O aj d t0 U ❑ U O a a) m a) s_ i— ai U fn .0 N 7 J= a cll O C1 L1 O 0 Z 0 > C a, a) s_ ai U z) C � N C CY) C _m C•265 O U fl- Q) O 'p U O U C U C O O Q. j U O >a) a) o � U (B (L) a O a U) Q) N 0 N 0 O (B C L M 0 Z ❑ w C. P c 0) 0. Project: IRC — 2030 Tax Collector Office Expansion — Building B Located at: 1801 27th Street Vero Beach, FL 32960 PROJECT MANUAL / TECHNICAL SPECIFICATIONS Prepared By: Edlund, Dritenbas, Binkley Architects & Associates, P.A. 65 Royal Palm Pointe, Suite -D Vero Beach, Florida 32960 AR #AAC000886 Architect's Commission Number #120120VB OWNER: Indian River County 180127' Street Vero Beach, FL 32960 DATE: 29 April 2021 TABLE OF CONTENTS SECTION & DESCRIPTION DIVISION 1, GENERAL REQUIREMENTS This section by Owner. DIVISION 2, SITE WORK Section 02206 — Site Cleanup & Restoration Section 02312 — Swale Construction Section 02500 — Underground Sprinkler Irrigation System Section 02516 — Site Concrete (Walks and Slabs) DIVISION 3, CONCRETE Section 03100 — Concrete Formwork Section 03200 — Concrete Reinforcement Section 03300 — Cast in Place Concrete Section 03420 — Precast Concrete Lintels DIVISION 4, MASONRY Section 04230 — Reinforced Unit Masonry DIVISION 5, METALS Section 05500 Miscellaneous Metals DIVISION 6, CARPENTRY Section 06100 — Rough Carpentry Section 06200 — Finish Carpentry DIVISION 7, THERMAL & MOISTURE PROTECTION Section 07200 — Insulation Section 07840 — Firestopping Section 07900 — Joint Sealants and Adhesives DIVISION 8, DOORS WINDOWS AND GLASS Section 08400 — Entrance Storefront Doors Section 08410 — Flush Glazed Storefront Windows Section 08700 — Finish Hardware Section 08710 — Finish Hardware Schedule Section 08800 — Glass and Glazing DIVISION 9, FINISHES Section 09100 — Lathing and Stucco Section 09250 — Gypsum Drywall Section 09510 — Lay in Panel Ceilings Section 09650 — Resilient Flooring and Base Section 09900 — Painting DIVISION 10, SPECIALTIES Section 10260 — Corner Guards Section 10520 — Portable Fire Extinguishers DIVISION 11, EQUIPMENT This section not used. DIVISION 12, FURNISHINGS This section not used. DIVISION 13, SPECIAL CONSTRUCTION This section not used. DIVISION 14, CONVEYING SYSTEMS This section not used. DIVISION 15, MECHANICAL This section provided by MEP engineer. DIVISION 16, ELECTRICAL This section provided by MEP engineer. SECTION 02206 - SITE CLEANUP & RESTORATION 1.01 SCOPE A. The Contractor shall furnish all labor, equipment, appliances and materials required or necessary to clean up the site after the construction is completed and to restore items disturbed or damaged due to his construction operation. 2.02 GENERAL A. During the progress of the project, the work and the adjacent areas affected thereby shall be kept in a neat. and orderly condition. All rubbish, surplus materials, and unused construction equipment shall be removed. All damage shall be repaired so that the public and private property owners will be inconvenienced as little as possible. B. Where material or debris has been deposited in watercourses, ditches, gutters, drains, or catch -basins as a result of the Contractor's operations, such material or debris shall be entirely removed and satisfactorily disposed of during the progress of the work, and the ditches, channels, drains, etc., shall be kept clean. C. Before the completion of the project, the Contractor shall, unless otherwise especially directed or permitted. in writing, tear down and remove all temporary buildings and structures which he builds; remove all temporary works, tools, and machinery or other construction equipment furnished by him; remove, acceptably disinfect, and cover all organic matter and material containing organic matter in, under, and around privies, houses, and other buildings used by him; remove all rubbish from any grounds which he has occupied; and leave the roads, all parts of the premises and adjacent property affected by his operations, in a neat and satisfactory condition. D. It shall be the responsibility of the Contractor to repair, rebuild, or restore to its former conditions, any and all portions of existing utilities, structures, equipment, appurtenances, trees and shrubs, or facilities, other than those to be paidfor under the specifications, which may be disturbed or damaged due to his construction operations. E. The Contractor shall thoroughly clean all materials and equipment installed by him and his subcontractors and on completion of the workshall deliver the facilities undamaged and in fresh and new -appearing condition. ***END OF SECTION*** 02206-1 SECTION 02312 - SWALE CONSTRUCTION PART 1 - DESCRIPTION: A. Find grading of swaled shall be accomplished after the existing ground has been excavated and compacted to within + 0.2 ft. of the design elevations. Fine grading of the swale areas will be done by motor grader unless otherwise approved or directed by the Engineer. Hand dressing will not be required except where shown on the Drawings or in confined areas where equipment operation is restricted B. The Contractor shall maintain and keep open and free from leaves, sticks, rubble, and other debris, all swaled graded by him until final acceptance of the work. C. The finished grade shall be competed and shaped to a surface which varies no more than 0.1 foot above or below the Plan elevations except that, adjacent to pavement, grates, or sidewalk, the swale shall be graded to match the edge of the pavement, grate or sidewalk. D. In areas where sodding is required, finished soil grade shall be set 0.2 foot below the plan elevation to compensate for sod thickness. E. Compaction to a specific density will not be required unless so directed by the Engineer. However, swales shall be compacted to a firm, even surface true to grade and cross section. All swales must be rolled. F. Fine grading of the swale areas shall preferably be done prior to paving the asphalt wearing course. If the'Contractor chooses to fine grade the swale areas subsequent to paving, he must exercise extreme care when dressing areas adjacent to pavement areas to avoid damage to the pavement. No handling of swale material shall be permitted onthe pavement surface. ***END OF SECTION*** 02312-1 SECTION 02500 - UNDERGROUND SPRINKLER IRRIGATION SYSTEM PART 1- IRRIGATION 1.01 RELATED WORK SPECIFIED - ELSEWHERE A. Landscaping - Section 02480 B. Landscape Work - Section 02481 C. Mechanical - Division 15000 D. Electrical - Division 16000 E. Drawings and general provisions of Contract, including General & Supplementary Conditions and other Division 1 Specification Sections. apply to this Section. 1.02 QUALITY ASSURANCE A. This specification is a guide to establish the desired level of quality and results to best service the Owner's need. The Irrigation Contractor is required to furnish all materials and methods, meters, permits required to insure a complete functioning irrigation system. B. Products of the following manufacturers are acceptable: 1. Toro 2. Rainbird 3. Nelson 4. Hunter C. Products of other manufacturers may be proposed under conditions set forth in the Contract Conditions of these Specifications. Any product that does not have as equal acceptance will not be accepted. D. Coordinate Irrigation with Landscaping requirements for watering. 1.03 AS BUILT DRAWINGS Furnish typewritten operating instructions and two (2) sets of as -built drawings with circuits color coded. Provide this information immediately following completion and acceptance of the work. PART 2 - PRODUCTS 2.01 PIPE A. For all pipe upstream of zone valve -- site irrigation: Size: Per plans. 02500-1 2. Type: Schedule 40 PVC, ASTM D1785 or D2665. B. For all pipe downstream of zone valves -- site irrigation: 1. Size: 3/4",I",1 -1/4",1-1/2",2",2-1/2",3f',411. 2. Type: Per plans, (Solvent Weld), bell ends or Schedule 1120 thin wall. C. For all pipe above grade in Pump House: 1. Size: As required. 2. Type: Galv. Pipe with standard male and female treads. D. For sleeving under roadways 1. Size: Two times size of irrigation line. 2. Type: PVC Schedule 40. 3. To extend minimum 2 feet beyond asphalt. E. For shrub bed risers: 1. Size: Y2", 3/4", or 1" as required. 2.02 PVC PIPE FITTING A. Size: As required B. Type: PVC Schedule 40, ASTM D1785 2.03 PUMP STATION A. Manufacturer: Pump as called out per plans, with a one (1) year guarantee required. Owner to be furnished operating instructions and service manuals. Electric shall be 208/230 or 460 volts as called out on plans. B. Field Testing: Unit shall be given running test under load. No excessive vibration or overheating will be permitted. C. Optional equipment to be included: 1. Jockey Pump 2. Automatic Control Valve 3. High Pressure Protection 4. Low Suction & Loss of Prime Protection 5. Low Water Protection 02500-2 6. Circuit Breakers 7. Meters if required and cost of such meters. 2.04 VALVES A. Manufacturer: Hydro -Rain (Hardie or approved equal.) B. Type: Remote Control, 24 -volt solenoid. C. Size: As noted on plan. 2.05 VALVE BOXES A. Manufacturer: Brooks, or approved equal. B. Type: Concrete or PVC C. Size: As required. 2.06 SPRINKLER A. Spray Heads 1. Manufacturer: Toro or approved equal. 2. Type: Cycolac - Pop up, minimum 6". 3. Nozzle Patterns: as shown on the drawings. B. Rotary Pop Up I. Manufacturer: Toro 2. Type: Cycolac - gear driven - vandal resistant. 3. Size: As shown on plan. 2.07 CONTROLLER A. Manufacturer: Toro, 176-06-01 Monitor IL as indicated on Drawings. B. Complete with 14 day watering cycle; 3 to 60 minute station run times; manual mode switch; locking, heavy gauge steel cabinet; weather proof. 0200-3 PART 3 - EXECUTION 3.01 INSTALLATION A. System shall be adjusted as required to insure 100% coverage. B. Pipes and Fittings 1. All piping shall be run as straight as possible. Cut pipe shall be squarely cut and properly reamed to remove all cuttings and burrs before making up the joints. In general, fittings shall be of the same materials as the pipe. All materials, equipment and fixtures shall be installed in a neat, workmanlike manner. 2. Lawn heads to be installed on flex pipe - Toro #850-01 or equal. I Thrust blocks shall be installed on all gasket pipe as instructed by the pipe manufacturer. 4. All pipe 2-1/2" and larger shall have a minimum backfill depth of 18". All pipe 2" and smaller shall have a minimum backfill depth of 12". All electrical connection done below grade shall be water tight. 3.02 JOINTS AND CONNECTIONS A. Joints and connections shall be made permanently air and water tight. B. Plastic pipe joints shall be made by means of heavy duty PVC solvent welding. Use both cleaner, primer and glue (clear) as recommended by the manufacturer. 3.03 VALVES. CHECK VALVES AND UNIONS A. All valves, check valves and unions may not be shown in every instance on the drawings, but whether shown or not, all valves, check valves and unions necessary for the proper operation and maintenance of the system shall be furnished and installed in an approved manner and location. All zone valves shall have gate valves installed upstream side and to fit in same valve box. 3.04 FILLING AND GRADING A. Backfill and compact all trenches with suitable clean material. Crown trench fill to permit settlement to a level grade. B. Fill over piping shall be done by hand to a point b" above the pipe. Additional fill 02500-4 over pipe shall be done by machine. C. Pipes routed across drives shall be sleeved in Schedule 40 PVC. Sleeves shall be installed 24" below grade. 3.05 SPRINKLERS A. All sprinklers shall be as specified on the drawings, or approved equal. Install 12" from edge of paving or walls. B. All sprinklers in lawn areas shall be installed on flex pipe. Shrub heads shall be on PVC pipe. Sprinkler shall be tightly secured to risers to deter vandalism. C. All sprinklers shall be set to finished grade. 3.06 COORDINATION A. Irrigation Contractor shall. coordinate his work with Landscape and Paving Contractors, so that no heads or lines conflict with other work. B. Irrigation Contractor shall coordinate his work with Electrical Contractor to provide proper hook-up of the pump station. he Electrical Contractor shall bring power to the station and connect to the pump motor. Irrigation Contractor shall refer to Division 16000 of the Specifications for information concerning electrical work on site. 3.07 TESTING Pipe lines, when tested under a pressure of 125 lbs. Per square inch, shall have NO LEAKAGE ALLOWED. All visible leaks at exposed joints and all leaks evident at the surface where joints are covered shall be repaired and leakage eliminated,regardless of total. leakage as shown by test. Lines which fail to meet tests shall be repaired, and re- tested as necessary until test requirements are complied with. Defective materials, pipes, valves and accessories shall be removed and replaced. The pipe lines shall be tested in such sections as may be directed by the Engineer by shutting gates or installing temporary plugs as required. The line shall be filled with water and all air removed and a pressure of 125 lbs. Per square inch shall be maintained in the pipe for a period of not less than two (2) hours by means of a force pump to be furnished by the Contractor. Accurate means shall be provided for measuring the water required to maintain this pressure. The amount of water required is a measure of the leakage. 3.08 GUARANTEE All parts, materials and labor shall be guaranteed for one (1) year beginning at final acceptance of the project by the Owner. ***END OF SECTION*** 02500-5 SECTION 02516 - SITE CONCRETE (WALKS & SLABS) PART 1 - GENERAL The drawings and general provisions of Contract, including General and Supplementary conditions and Division i -- Specifications Sections, apply to work of this Section. 1.01 DESCRIPTION A. Extent of Portland cement concrete paving, walks and slabs are shown on the drawings. B. Prepared subbase is specified in "Earthwork" Section. C. Concrete and related sections are specified in Division 3. D. Joint fillers and sealers are specified in Division 7. 1.02 QUALITY ASSURANCE A. Codes and Standards: Comply with local governing regulations if more stringent than herein specified. 1.03 SUBMITTALS A. Furnish samples, manufacturer's product data, test reports, and materials, certifications as required in referenced sections for concrete and joint fillers. 1.04 JOB CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities. B. Utilize barricades, warning signs and warning lights as required. PART 2 — PRODUCTS 2.01 MATERIALS A. Forms: Steel, wood or other suitable material of size and strength to resist movement during concrete placement and to retain horizontal and vertical alignment until removal. Use straight forn-os, free of distortion and defects. Use flexible spring steel forms, masonite or laminated boards to form radius bends as required. B. Coat forms with a non -staining form release agent that will not discolor or deface surface of concrete. C. Reinforcing: 02516-1 Utilize Fibermesh admixture. D. Concrete Materials: Comply with requirements of applicable Division 3 Sections for concrete materials, admixtures, bonding materials, curing materials, and others as required. 2.02 CONCRETE MIX, DESIGN AND TESTING A. Design mix to produce standard -weight concrete consisting of portland cement, 3/4" aggregate, air -entrained admixture and water to produce the following properties: 1. Compressive Strength: 3,000 psi minimum at 28 days. 2. Slump Range: 4" plus/minus 1" slump. 3. Air Content: 5% to 8%. 4. Water reducing or other supplemental admixtures will not be allowed. 5. Pea rock pump -mix will not be allowed for any slabs on grade. PART 3 — EXECUTION 3.01 SURFACE PREPARATION A. Remove loose material from compacted subbase surface immediately before placing concrete. B. Proof -roll prepared subbase surface to check for unstable areas and need for additional compaction. Do not begin paving work until such conditions have been corrected and are ready to receive concrete. C. Set forms to required grades and lines, rigidly braced and secured. Install sufficient quantity of forms to allow continuous progress of work and so that forms can remain in place at least 24 hours after concrete placement. D. Check completed form work for grade and alignment to following tolerances: L Top of forms not more than 1/8" in 10'. 2. Vertical face on longitudinal axis, not more than 1/4" in 10'. 3. Clean forms after each use, and coat with form release agent as often as required to ensure separation from concrete without damage. 3.02 CONCRETE PLACEMENT: A. General: Comply with requirements of Division 3 sections for mixing and placing concrete, and as herein specified. B. Do not place concrete until subbase and forms have been checked for line and grade. Moisten subbase if required to provide a uniform dampened condition at time concrete is placed. Do not place concrete around manholes or other structures until they are at 02516-2 required finish elevation and alignment. C. Place concrete using methods which prevent segregation of mix. Consolidate concrete along face of forms and adjacent to transverse joints with internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square - faced shovels for hand -spreading and consolidation. Consolidate with care to prevent dislocation of reinforcing, dowels, and joint devices. D. Deposit and spread concrete in a continuous operation between transverse joints, as far as possible. If interrupted for more than 1/z hour, place a construction joint. Do not use concrete pumps unless they are capable of delivering 3/4" rock mix. 3.03 JOINTS: A. General: Construct expansion, weakened -plane (contraction), and construction joints true -to -Pane with face perpendicular to surface of concrete. Construct transverse joints at right angles to the centerline, unless otherwise indicated. B. Tooled Joints: Form weakened -plane joints in fresh concrete by grooving top portion with a recommended cutting tool and finishing edges with a jointer. C. Construction. Joints: Place construction joints at the end of pours and at locations where placement operations are stopped for a period of more than 12 hour, except where such pours terminate at expansion joints. D. Sawcut Control Joints shall be cut a minimum of 1" deep within 24 hours of concrete placement and located per drawings. 3.04 CONCRETE FMSHING A. After striking -off and consolidating concrete, smooth surface by screeding and floating. Use hand methods only where mechanical floating is not possible. Adjust floating to compact surface and produce uniform texture. B. After floating, test surface to trueness with a 10' straightedge. Distribute concrete as required to remove surface irregularities, and refloat repaired areas to provide a continuous smooth finish. C. Work edges of slabs, back top edge of curb, and formed joints with an edging tool, and round to V? radius, unless otherwise indicated. Eliminate tool marks on concrete surface. D. After completion of floating and when excess moisture or surface sheen has disappeared, complete surface finishing as follows: Broom finish, by drawing a fine -hair broom across concretesurface, perpendicular 02516-3 to line of traffic. Repeat operation if required to provide a fine line texture acceptable to Architect. E. Do not remove forms for 24 hours after concrete has been placed. After form removal, clean ends of joints and point -up any minor honey -combed areas. Remove and replace areas of sections with major defects, as directed by Architect. 3.05 CURING A. Protect and cure finished concrete paving, complying with applicable requirements of Division 3 sections. Use moist -curing methods for initial curing whenever possible. 1.06 REPAIRS AND PROTECTION A. Repair or replace broken or defective concrete, as directed by Architect. B. Drill test cores where directed by Architect, when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with pordand cement concrete bonded to pavement with epoxy resin grout. C. Protect concrete from damage until acceptance of work. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Sweep concrete pavement and wash free of stains, discolorations, dirt and other foreign material just prior to final inspection. ***END OF SECTION*** 02516-4 SECTION 03100 - CONCRETE FORMWORK PART 1- GENERAL 1.01 QUALITY ASSURANCE A. Qualifications of Workmen: 1. Provide at least one person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being installed, the referenced standards, and the requirements of this work, and who shall direct all work performed under this Section. B. Codes and Standards: 1. Comply with applicable provisions of the latest edition of Building Code that has jurisdiction and Occupational Safety and Health Act. 2. Where provision of pertinent codes and standards conflict with the requirements of this Section of these Specifications, the more stringent provisions shall govern. 3. Product Standard PS 1-83 for Construction and Industrial Plywood. 4. American Concrete Institute Standard recommended practice for concrete formwork, ACI 347 -latest edition. PART 2 -PRODUCTS 2.01 FORM MATERIALS A. Form Lumber: 1. All form lumber in contact with exposed concrete shall be new except as allowed for under Re -use of Forms in Part 3 of this Section of the Specifications. All form lumber shall be one of the following, a combination thereof,, or an equal approved in advance by the Engineer. a. "Plyform", Class 15/8" or 3/4" PS 1066. C -D exterior plywood, bearing the label of the Douglas Fir Plywood Association. b. Douglas Fir -Larch, number two grade, seasoned, surfaced four (4) sides. 2.02 OTHER MATERIALS 03100-1 A. All other materials, not specifically described but required for proper completion of concrete formwork, shall be as selected by the Contractor subject to the advance approval of the Engineer. PART 3 - EXECUTION 3.01 SURFACE CONDITIONS A. Inspection and Soil Treatment: 1. Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is completed to the point where this installation may properly commence. 2. Verify that forms may be constructed in accordance with all pertinent codes and regulations, the referenced standards, and the original design. 3. Treat underlying soil to prevent vegetation growth and insect infestation. 3.02 CONSTRUCTION OF FORMS A. General: 1. Construct all required forms to be substantial, sufficiently tight to prevent leakage of mortar, and able to withstand pressures without excessive deflection when filled with wet concrete. B. Embedded Items: 1. Set all required steel frames, angles, grilles, bolts, inserts, and other such items required to be anchored in the concrete before the concrete is placed. C. Bracing: Properly brace and tie the forms together so as to maintain position and shape and to ensure safety to personnel_ 2. Construct all bracing and supporting members of amply size and strength to safely carry, without excessive deflection, all dead and live loads to which they may be subjected. 3. Space the forms the proper distance apart and securely tie them together, using metal spreader ties that provide positive tying and accurate spreading. 03100-2 3.03 RE -USE OF FORMS A. General: 1. Re -use of forms shall be subject to advance written approval of the Structural Engineer or his designer. B. Requirements: 1. Except as specifically approved in advance by the Structural Engineer, re -use of forms shall in no way delay or change the schedule of placement of concrete from the schedule obtainable if all form were new. 2. Except as specifically approved in advance by the Structural Engineer, re -use of forms shall in no way impart less structural stability to the forms no less acceptable appearance to finished exposed concrete. 3.04 REMOVAL OF FORMS A. General: 1. Minimum periods to form removal after concrete placement shall be as follows: Slabs and curbs 24 hours Vertical walls (4'-0" Ht.) 36 hours Vertical walls (over 4'-0" Ht.) 7 days 2. Removal of formwork may be extended if deemed necessary by the Structural Engineer. B. Removal: 1. Remove metal spreader ties on exposed concrete by removing or snapping off inside the wall surface and point up and rubbing the resulting pockets to match the surrounding areas. 2. Flush all holes resulting from the use of spreader rods and sleeve nuts, using water, and then solidly pack throughout the wall thickness with cement grout applied under pressure by means of a grouting gun; grout shallbe one (1) part Portland cement and two and one-half (2-1/2) parts sand; apply grout immediately after removing forms. ***END OF SECTION*** 08 May 2014 03100-3 SECTION 03200 - CONCRETE REINFORCEMENT PART I - GENERAL 1.02 QUALITY ASSURANCE A. Qualifications of Workmen 1. Provide at least one person who shall be present at all times during execution of this porion of the Work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all Work performed under this Section. B. Codes and Standards 1. Comply with applicable provisions of the latest edition of the Florida Building Code that has jurisdiction. 2. Where provisions of pertinent codes and standards conflict with this Specification, the more stringent provisions shall govern. 1.03 SUBMITTALS A. Shop Drawings 1. Within thirty-five (35 days after award of Contract, and before any concrete reinforcement materials are fabricated and/or delivered to the job site, submit (4) four sets of Shop Drawings to the Architect. 2. Do not fabricate and/or deliver concrete reinforcement to the job site until receipt of Shop Drawings review and approval from the Architect. 1.04 PRODUCT HANDLING A. Protection 1. Use all means necessary to protect concrete reinforcement before, during, and after installation and to protect the installed work andmaterials of all other trades. 2. Store in a manner to prevent excessive rusting and fouling with dirt, grease, and other bond -breaking coatings. 03200-1 B. Placements I.n the event of damage, immediately make all repairs and replacements necessary to the approval of the Architect and at no additional cost to the Owner. PART 2 - PRODUCTS 2.01 CONCRETE REINFORCEMENT A. All concrete reinforcement materials shall be new, free from rust, and complying with the following reference standards unless otherwise specified on the drawings. 1. Bars for reinforcement: "Specifications for Deformed Billet -Steel Bars for Concrete Reinforcement", ASTM A-615, latest editions, Grade 60. 2. Wire for reinforcement: "Specifications for Cold -Drawn Steel Wire for Concrete Reinforcement", ASTM A-82. 3. Wire fabric: "Specifications for Wire Fabric for Concrete Reinforcement", ASTM A-185, latest edition. Carefully review the structural drawings for sizes of specified wire fabrics. Do not confuse standard 6X6 10/10 WWF (a rolled product) with specific 6X6 6/6 "road mesh" (a sheet product). 2.02 OTHER MATERIALS A. All other materials, not specifically described but required for a complete and proper installation of concrete reinforcement, shall be as selected by the Contractor subject to the approval of the Architect. 2.03 LEED REQUIREMENTS FOR RECYCLED MATERIAL A. All reinforcing steel shall be a minimum of 90% recycled as manufactured by utilizing an electric arc furnace (EAF). Manufacturer shall provide documentation clarifying the percentages of post -consumer and pre -consumer recycled content. Manufacturer shall be located within 500 miles of the site. PART 3 - EXECUTION 3.01 SURFACE CONDITIONS A. Inspection 1. Prior to installation of the Work of this Section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. 03200-2 2. Verify that concrete reinforcement may be installed in strict accordance with all pertinent codes and regulations, the approved Shop Drawings, and the original design. B. Discrepancies 1. In the event of discrepancy, immediately notify the Architect. 2. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.02 BENDING A. General 1. Fabricate all reinforcement in strict accordance with the approved Shop Drawings and ASTM A-615. 2. Do not use bars with kinks or bends not shown on the Drawings or on the approved Shop Drawings. 3. Do not bend or straighten steel in a manner that will injure the material. 3.03 PLACING A. General 1. Before the start of concrete placement, accurately place all concrete reinforcement, positively securing and supporting by means of approved metal chairs, spacers, and metal hangers. B. Clearance 1. Preserve clear space between bars of not less than one and one-half (1-1/2) times the nominal diameter of round bars. 2. Provide minimum concrete covering of reinforcement as shown or noted on the Structural Drawings, 3.04 CLEANING REINFORCEMENT A. Steel reinforcement, at the time concrete is placed around it, shall be free from rust scale loose mill scale, oil paint, and all other coatings which will destroy or reduce the bond between steel and concrete. ***END OF SECTION*** 03200-3 SECTION 03300 - CAST IN PLACE CONCRETE PART 1 - GENERAL 1.01 RELATED WORK SPECIFIED ELSEWHERE A. Concrete Formwork Section 03100 B. Concrete Reinforcement Section 03200 C. Unit Masonry Section 04200 D. Underslab Vapor Retarder Section 07160 E. Metal Building Systems Section 13122 F. Plumbing Section 15000 G. Electrical Section 16000 1.02 QUALITY ASSURANCE A. ASTM Standards (Latest Editions): 1. C-31 Standard Method of Making and Curing Concrete Test Specimens in the Field 2. C-33 Standard Specification for Concrete Aggregates 3. C-39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens 4. C-42 Standard Metholl of Obtaining and Testing Drilled cores and Sawed Beams of Concrete 5. C-94 Standard Specification for Ready Mixed Concrete 6. C-143 Standard Test Method for Slump of Portland Cement Concrete 7. C-150 Standard Specification for Portland Cement 8. C-172 Standard Method of Sampling Freshly Mixed Concrete B. ACI standards (Latest Editions): I . ACI -318, Building Code Requirements for Structural Concrete 2. Concrete work shall conform to all requirements of ACI -301 (Latest Editions), Specifications for Structural Concrete for Buildings, except as modified by the supplemental requirements herein. 3. ACI 318 Detailing Standards. 03300-1 4. ACI 315 Specifications for structural Concrete for Buildings 5. CRSI 347R Recommended Practice for Placing reinforcing bars. 1.03 TESTS AND INSPECTIONS A. All tests shall be made in accordance with ASTM recommendations referred to herein. B. Tests shall be performed by an independent laboratory approved by the Architect. C. Contractor will pay for testing, including tests which indicated failure; in which case that test and all costs incurred as a result thereof, shall be paid for by the Contractor. D. Standard slump tests shall be taken of the concrete sample for each strength test and whenever consistency or -concrete appears to vary. The maximum slump of concrete shall be 4" plus/minus 1 ", unless specifically otherwise noted. E. Concrete that fails by test shall be replaced at no cost to Owner. F. Test for strength shall be made as follows: 1. Slump Test: One test for each load of concrete at the point of discharge taken out of a wheelbarrow and not out of the chute. Maximum slump measurements as stated above. 2. Compressive Strength Test: Randomly test cylinders taken at each major pour; footings, floor slabs, columns and tie -beams. Two (2) specimens are to be tested at 7 days and two (2) specimens tested at 28 days. Hold one cylinder for future use if test does not comply at 28 days. 3. All test results are to be reported, in writing, to the Owner; and the Architect. Test results should stipulate the day the tests were performed. 4. Samples for testing shall be taken at 1/4 and 3/4 points of the load discharged from the mixer. 5. If necessary, comply with Architect or Engineer's request for additional cylinders, slump or load test. 03300-2 PART2-PRODUCTS 2.01 CONCRETE A. Cement shall be Portland cement, ASTM C-150. B. Aggregates for normal weight concrete shall meet the requirements of ASTM C- 33. C. Mixing water for concrete shall be potable and meet the requirements of ASTM C-94. 2.02 ACCESSORIES A. Anchor slots, reglets and inserts of type, size and spacing required by trades involved, and shown on plans. B. Vapor Barrier: 6 mil Polyethylene Film, such as "visqueen". Refer to the Building Plan Sections for specific applications. C. Vapor Retarder: 10 mil vapor retarder such as Perminator by WJ Meadows. Refer to the Building Plan Sections for specific applications. D. Chemical Curing Compound: Application of a curing compound shall be made to all slabs and such applicationshall conform to ASTM C-309. The compound shall be applied in accordance with the recommendations of the manufacturer immediately after any water sheen which may develop after finishing has disappeared from the concrete surface. It shall not be used on any surface against which additional concrete or other material is to be bonded unless it is proven that the curing compound will not prevent bond, or unless positive measures are taken to remove it completely from areas to receive bonded applications. Acceptable materials shall be one of the following: 1. Burke Company Aqua resin Cure 2. Sika Corporation Sikagard Cure/Hard 3. Sonneborn Hydrocide E. Expansion Joint Water Stops: Continuous, pre -formed, finned, center bulb type, polyvinyl chloride, of sufficient width to provide 3" minimum embedment in concrete each side. Equal to Greenstreak #703. F. Pre -molded Joint Filler_ Bituminous Fiber Type, ASTM D-1751-83 and D 545-77 equal to "Celotex Flexcell" of thickness and width indicated or required. 03300-3 G. Reinforcement shall be cleaned of all scale and excessive rust. All reinforcement shall be set with the standard accessories as per ACI 315-74. Minimum coverage of reinforcement shall be as follows: 1. Footings — 3" minimum. 2. Slabs —3/41' minimum. 3. Beams and Columns—1-1/2" minimum. PART 3 - EXECUTION 3.01 PROPORTIONING AND MIXING A. Concrete Mix: 1. All cast -in-place concrete shall be ready mixed and in accordance with ASTM Specifications C-94 (Latest Edition). 2. Minimum 5 bags cement per yard of concrete. B. Concrete Strength: l . Unless specifically noted otherwise, all concrete shall have a minimum compressive strength of f c = 3000 psi. 2. A design mix shall be prepared by a Florida Registered Professional Engineer employed by the concrete supplier. 3. The Contractor shall submit to the Architect/Engineer the concrete materials and the concrete mix designs proposed for use with a written request for acceptance. This submittal shall include the results of all testing performed to qualify the materials and to establish the mix designs. C. Job Tempering: I. All Concrete shall be placed within l %2 hours after introduction of water to the mix. 2. Under no condition may additional water be added that exceeds the allowable gallons stipulated on the batch ticket. 3. Submit time stamped batching tickets on delivery of concrete to job site. 4. All concrete where water has been added will be removed and replace with proper concrete at no cost to the Owner. 03300-4 5. When air temperature is between 85 and 90 degrees F, reduce mixing and delivery time to 75 minutes. When air temperature is higher than 90 degrees, reduce mixing and delivery time to 60 minutes. , 3.02 PLACING OF CONCRETE A. Review: No concrete shall be placed until all reinforcing steel, pipes, sleeves, inserts, etc. have been set in place and reviewed by the Owner's representative. Contractor shall notify the Architect of scheduled pours 24 hours prior to pouring. B. Plaeina: Concrete shall be placed in properly cleaned and prepared forms in accordance with the requirements of ACI -301. Concreting should be carried on at such a rate that the concrete is at all times plastic. C. Conveying: Concrete shall be handled from the mixer to the place of final deposit as rapidly as practicable by methods which will prevent segregation or loss of ingredients and in a manner which will assure that the required quality of the concrete is maintained. All other requirements of ACI -301 shall be followed. D. Depositin. Concrete shall be deposited continuously or in layers of such thickness that no concrete will be deposited on concrete which is hardened sufficiently to cause the formation of seams or planes of weakness; within the section. E. Consolidation: All concrete shall be consolidated by vibration, spading, rodding, or forking so that the concrete is thoroughly worked around the reinforcement, around embedded items, and into corner of forms eliminating all air or stone pockets which may cause honeycombing, pitting, or planes of weakness. F. All slabs on grade are to be Regular 3/, rock concrete at 3000 psi ultimate strength at 28 days. NO PUMP MIX (pea rock) WILL BE ACCEPTED for any slab on prepared grade. This does not prohibit the pumping of the regular; 3/< rock mix. 3.03 JOINTS A. Construction Joints: Locate as shown. on the drawings or near points of minimum shear and as approved by ArchitectlEngineer for beam or slabs. Construction joints shall be straight saw -cut by a walk behind motorized saw, tooled, mechanical or actual cold joints as called out on the plans. 2. Locate joints in vertical members, walls at underside of floors or beams, and at tops of footings. 03300-5 3. Floor slabs keyed joints maximum spacing 20' plus or minus each direction unless otherwise noted. A. Expansion Joints: Locate as shown on drawings. 2. Joints in walkways maximum at 20' o.c., snap lines and saw -cut 1/8" wide by 1" deep between expansion joints in equal bays at not over 5` o.c., within 24 hours of concrete placement or until concrete is trafficable with power saw. 3. Joints shall be straight and smooth. They shall have hardened before fresh concrete is deposited against them. 4. Do not place expansion joints where slabs are up against the exterior of masonry walls, unless otherwise detailed on plans. Do not place any expansion material on the inside face of masonry walls where slabs are poured against same walls. 5. After concreting has been started, it should be carried on as a continuous operation until placing of a panel or section, as determined by its boundaries or joints, is completed. 3.04 CURING A. Begin curing of concrete as soon as practicable after placing, but not more than 3 hours thereafter. Provide a total wet cure time of 7 days minimum at 50 degrees F minimum temperature. B. Curing of structural members shall begin iminediately after removal of forms. C. Apply curing compounds as specified above, clear for exposed slabs. Compound used on floors that are to receive the or other additional finish shall be compatible with adhesives and finish materials. Apply first coat of curing compound as soon as possible after pouring. 3.05 FINISHES A. Formed Surfaces: 1. Finishes - Defined: a. Rough Form Finish: Reasonable true to line and place. Tie holes and defects shall be patched and fins exceeding 1/4" in height shall 03300-6 be chipped off or rubbed off. Otherwise, surfaces may be left with the texture imparted by the forms. b. Smooth Form Finish: The form facing material shall produce a smooth,, hard, uniform texture on the concrete. It may be plywood, tempered concrete -form -grade hardboard, metal, or other material capable of producing the desired finish. The arrangement of the facing material shall be orderly and symmetrical, with the number of seams kept to the practical minimum. It shall bel supported by studs or other backing capable of preventing excessive deflection. Material with raised grain, torn surfaces, worn edges, patches, dents, or other defects which will impair the texture of the concrete surface shall not be used. Tie holes and defects shall be patched. All fins shall be completely removed. It is the intention of this surface to produce an Architectural Surface suitable for public view as a completed surface to receive paint. Strict quality control of this surface shall be required. See ACI 301. C. Smooth Rubbed Finish: To be applied to all smooth form finishes. (All work will conform with ACI Standard 301 -latest edition) to produce a smooth architectural effect. 2. Finishes - Unspecified Buildings: If the finish is unspecified, the following finishes shall be used as applicable. a. Rough Form Finish: For all concrete surfaces not exposed to public view, including concrete to receive stucco. b. Smooth Form Finish: For all concrete surfaces exposed to view. C. Smooth Rubbed Finish: Concrete shall have a Smooth Rubbed Finish applied to produce an architectural effect. Patching: Immediately after stripping forms patch all defective areas with mortar similar to the concrete mix except that coarse aggregate shall be omitted. Bulges, minor honeycomb and other minor defects, as designated by the Architect, shall be patched only where exposed to view. Clean, dampen, and fill tie holes with patching mortar. All patching shall follow procedures and conform to ACI 301. a. Major defective areas, as judged by the Owner's representative including those resulting from leakage of forms, excessive honeycomb, large bulges and large offsets at form joints, shall be 03300-7 chipped away down to sound concrete. The patching mortar shall be pressed in for a complete bond and finished to match adjacent areas, or where defective areas impair the strength of the member in question, as judged by the Owner's representative, the member shall be removed or united as determined by the Owner's representative. b. Minor defective areas, as judged by the Owner's representative including honeycomb, air bubbles, holes resulting from removal of ties, and those resulting from leakage of forms shall be patched with grout without resorting to chipping. Minor bulges and offsets at form joints shall be finished as specified herein below. B. Uniform Surfaces — Flatwork: 1. General: Grade and screed the surfaces to the exact elevation, or slope shown or required. Make proper allowances for setting beds for ceramic tile. After screeding tamp mixture thoroughly to drive the coarse aggregate down from the surfaces and apply the applicable finish specified hereinafter. Always slope exterior walks away from the building at 1/8" per foot. Uncovered walks slope at 1/8" per foot or crown. Covered walks between buildings always slope to drain to the exterior and away from the buildings. At cross intersections of the walks, and at exterior doors, warp the surfaces to drain water from the walls. 'Provide control joints as indicated on drawings. Follow the requirements and procedures of ACI 301. 2. Finishes - Definitions (See also ACI 301): a. Scratched Finish: After concrete has been placed, struck off, consolidated and leveled to a Class B tolerance, surface shall be roughened with stiff brush, rates or metal lath roller, before final set. b. Floated Finish: After concrete has been placed, struck off consolidated and leveled, concrete shall not be worked further until water sheen has disappeared and/or when mix has stiffened sufficiently to permit proper operations of a power driven float. Consolidate with power driven float, check trueness of surface, fill low spots and cut down high spots to achieve Class B tolerance. Then, re -float to uniform, smooth, granular texture_ C. Troweled Finish: Finish same as above for floated finish and in addition, steel trowel the surface by hand to produce a smooth, glassy, impervious surface free of trowel marks to a Class A tolerance. On surfaces intended to support floor coverings, defects of sufficient magnitude to show through the floor covering shall be removed by grinding. 03300-8 d. Broom Finish: Finish same as above for floated finish to a Class B tolerance and then draw a broom or burlap belt across surface transversely. Finishes.- Unspecified When type of finish is not specified, the following shall be applicable: a. Scratched Finish: For surfaces to receive bonded cementitious application, i.e. ceramic tile, single ply epoxy flooring etc., refer to drawings for locations of specific floor coverings. b. Troweled Finish: For surfaces intended as smooth walking surfaces or for receipt of floor coverings. C. Broom Finish: For exterior walks, loggias, curbs and where indicated on drawings. d. Float Finish: Exterior platforms, steps, stairways, landings, and ramps. Specific Finish Locations: L Slab areas to receive ceramic tile, resilient floor coverings, specialized gymnasium flooring, or slabs within a minimum of 2 feet each side of accordion doors shall be "dead level" - Class A. All other slab areas - Class B. Tolerances for finishes as specified shall be as follows: 1. Class A - True planes within 1/8" in 10 ft. 2. Class B - True planes within 1/4" in 10 ft. NOTE: Tolerances shall be measured by placing a 10 -ft. straightedge anywhere in any direction. ***END OF SECTION*** 03300-9 SECTION 03420 - PRECAST CONCRETE LINTELS PART 1- GENERAL 1.01 DESCRIPTION OF WORK Furnish and install all required Precast Lintels and Door Headers in the locations called out on the architectural and structural drawings as manufactured by WEKIWA CONCRETE PRODUCTS, INC. or an approved equal. Lintels available through. CSR Rinker (Cemex Corp.). 1.02 RELATED WORK SPECIFIED ELSEWHERE Concrete Formwork Section 03100 Concrete Reinforcement Section 03200 Cast in place Concrete Section 03300 1.03 QUALITY ASSURANCE A. ASTM Standards (Latest Editions): 1. ASTM A615 (Grade 60) for reinforcing bars. 2. ASTM A416, 7 wire for prestress strands. B. ACI Standards (Latest Editions): 1. ACI 315, Detail Reinforcement. 2. Concrete Operations shall comply with ACI Standards. 3. Design and Construction shall conform to the specification of the national concrete masonry association and ACI 530. 4. ACI 318-95, Building Code Requirements for Structural Concrete. C. Florida Building Code, latest edition. D. American Society of Civil Engineers minimum design loads for Buildings and Other Structures (ASCE 7-95. PART2-PRODUCTS 2.01 CONCRETE A. Concrete Compressive Strength at 28 days: 1. Pre -cast w/standard reinforcement- 3500 PSI. 2. Pre -cast w/prestress reinforcement- 5000 PSI. 3. Concrete Fill (placed in field)- 3000 PSI. 2.02 MASONRY A. Minimum masonry unit strength fm 1500 PSI. B. Mortar shall be type -M. 03420-1 2.03 REINFORCING MATERIALS A. Reinforcing bars; ASTM A615 (grade 60). B. Prestress Strands; ASTM A416, 7 -wire. C. Steel is placed in. the precast lintel at time of fabrication. D. Minimum coverage of steel to be.3/4 inch for top bars and 1.5 inches for bottom bars. PART 3 -EXECUTION 3.01 DELIVERY. STORAGE AND HANDLING A. Deliver precast concrete units to project site in such quantities and at such times to assure continuity of installation. B. Store units at project site to ensureagainst cracking, distortion, staining, or other physical damage, and so that markings are visible. 3.02 INSTALLATION A. Lift and support units at designated lift points. Shoring of precast units shall be installed and removed solely by the contractor under the direct supervision of the manufacturer. B. Minimum bearing required at each end is 4 inches. Bearing preferred is 8 inches. C. Do not install any damaged units. 3.03 DEFECTIVE WORK A. Precast concrete units which do not conform to specified requirements, including strength, tolerances, and finishes, shall be replaced with precast concrete units that meet requirements of this section. The contractor shall also be responsible for the cost of corrections to any other work affected by or resulting from corrections to precast lintels. ***END OF SECTION*** 03420-2 SECTION 04230 - REINFORCED UNIT MASONRY PART 1- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to work of this Section. 1.02 DESCRIPTION OF WORK A. Extent of each type of masonry work is indicated on drawings and schedule. 1.03 QUALITY ASSURANCE A. ASTM Standards (Latest Edition) ASTM C90 Hollow Load Bearing Concrete Block ASTM C270 Type -M mortar ASTM C 150-98 Type I Portland cement ASTM C207-97 Hydrated Lime B. Construction Tolerances: 1. Variation from Plumb: For vertical lines and surfaces of columns, do not exceed 'A 2. Variation in Cross -Sectional Dimensions: For columns and thickness of walls, from dimensions shown, do not exceed minus '14" nor plus %i". 1.04 SUBMITTALS A. Product Data: Submit manufacturer's specifications and other data for each type of masonry unit, accessory, and other manufactured products, including certifications that each type complies with specified requirements. Include instructions for handling, storage, installations and protection. 1.05 JOB CONDITIONS A. Protection of Work: During erection, cover top of walls with heavy waterproof sheeting at end of each day's work to protect completed work that has not had enough time for the mortar to cure and is still subject to rain damage. B. Extend cover a minimum of 24 inches down both sides and hold cover securely in place. 04230-1 C. Staining: Prevent grout or mortar from staining the face of masonry to be left exposed or painted. Remove immediately grout or mortar in contact with such masonry. D. Protect sill, ledges, finished door and window frames and projections from droppings of mortar. PART2-PRODUCTS 2.01. MATERIALS Hollow Load Bearing Concrete Block: Mortar: Cement: Hydrated Lime: Sand: Water: 2.02 CONCRETE BLOCK 2.03 ASTM C90- Grade N, Type II, cured 28 days Type "M", ASTM C270 ASTM C 150-98, Type I ASTM C 207-97 Clean Masons Sand Potable A. Provide units complying with characteristics indicated below for Grade, Type, face size, exposed face and, under each form of block included, for weight classification. 1. Grade N, Type II C.M.U., normal weight unit, fin' 1500 psi. 2. Size: Manufacturer's standard units with nominal face dimensions of 16" long X 8" high (15-518" x 7-518" actual) X thicknesses indicated. Splits and halves as appropriate for coursing in vertical. and horizontal directions. 3. Hollow Load -Bearing Block: ASTM C-90 and as follows: a. Weight Classification: Normal weight. b. Refer to the Architectural Drawings for specific block types when fire rated walls occur. C. Refer to the Architectural Drawings for specific block types for finished block to receive paint or standard stucco block to receive stucco. MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C-150, Type 1, except Type III may be used for cold weather construction. Provide natural color or white cement as required to produce required mortar color. 04230-2 B. Hydrated Lime: ASTM C-297, Type S. C. Aggregate for Mortar: ASTM C-144, except for joints less than 1/4" use aggregate graded with 100% passing the No. 16 sieve. D. Aggregate for Grout: ASTM C-404. E. Mortar: ASTM C270, Type -M, 2,500 p.s.i. F. Joint Reinforcement: ASTM A951, provide welded -wire units prefabricated with deformed continuous side rods and plain cross rods into straight lengths of not less than 10, with prefabricated corner and tee units, and complying with requirements indicated below: 1. Width: Fabricate joint reinforcement in units with widths of approximately 2" less than nominal width of walls and partitions as required to provide mortar coverage of not less than 5/8" on joint faces exposed to exterior and %' elsewhere. 2. Wire Size for Side Rods: 9 gauge galvanized. 3. Wire Size for Cross Rods: 9 gauge galvanized. 4. For single-wythe masonry provide type as follows with single pair of side rods: a. Truss design, as manufactured by Dur -o -wall, (or approved equal), with diagonal cross rods spaced not more than 16" o.c. Units to be 9 gauge hot dipped galvanized. 2.04 MISCELLANEOUS MASONRY ACCESSORIES A. Reinforcing Bars: Deformed steel, ATSM A-615, Grade 60 for bars No. 3 to No. 18 B. Non -Metallic Expansion Joint Strips: Material as indicated below. designed to fit standard sash block and to maintain lateral stability in masonry walls: size and configuration as indicated. 1. Styrene -butadiene rubber compound complying with ASTM D 2000, Designation 2AA-805. C. Bond Breaker Strips: Asphalt -saturated organic roofing felt complying with ASTM D-226, Type I (No. 15 asphalt felt). 44230-3 D. Metal cavity caps in lieu of waste mortar shipping bags. 2.05 MORTAR AND GROUT MIXES A. General: Do not add admixtures including coloring pigments, air -entraining agents, accelerators, retarders, water repellent agents, anti -freeze compounds or other admixtures, unless otherwise indicated. Do not use calcium chloride in mortar or grout. B. Mixing: Combine and thoroughly mix cementitious, water and aggregates in a mechanical batch mixer: comply with referenced ASTM standards for mixing time and water content. C. Mortar for unit Masonry: Comply with ASTM C780, proportion Specification, for types of mortar required, unless otherwise indicated. D. Grout for Unit Masonry: Comply with ASTM C476, 2,500 p.s.i., for grout for use in construction of reinforced and non -reinforced unit masonry. Use grout of consistency indicated or if not otherwise indicated, of consistency (fine or coarse) at time, of placement which will comply completely fill all spaces intended to receive grout. 1. Use fine grout in grout spaces less than 2" in horizontal direction, unless otherwise indicated. 2. Use coarse grout in grout spaces 2" or more in least horizontal dimension, unless otherwise indicated. E. Masonry Compressive Strength: fin' 1,500 p.s.i. (Minimum). PART 3 EXECUTION 3.01. INSTALLATION. GENERAL A. See Structural and Architectural Drawings for notes and details and masonry opening requirements. Coordinate all door and window masonry openings with the scheduled manufacturers per the plans. Tolerances are critical to meet the wind load performance testing for said openings within the 130 and 140 mph wind speed zones. B. Set blocks with 3/8" full, flush joints in running bond. Use a masonry interlock (50% masonry bond) at all intersecting walls where possible. All work not plumb, true and accurate shall be replaced. 04230-4 C. Store all materials off the ground and protect from all dirt and foreign material. D. Do not retemper any mortar. Discard the mortar if it has begun to set. E. Provide Dur -O -Wall, (or approved equal), truss -type, horizontal reinforcing at every other block course. At door and window openings, provide continuous Dur - O -Wall horizontal reinforcing at the first and second block courses above and below the opening or extend the reinforcing back a minimum of two (2) feet from the opening. Extend Dur -O -Wall reinforcing 1-1/2" into concrete columns. Lap splices shall not be less than 6". Cut or interrupt joint reinforcement at control and expansion joints, unless otherwise indicated. F. All cells designated on the drawings to be filled with concrete are to be kept clean of any and all debris. Provide, inspection/clean-out holes at the bottom course. Inspection holes in finish block shall be neatly saw -cut. Cr. All lintels shall have minimum bearing as called out on the Structural Drawings. H. Do not wet concrete masonry units during installation. I. Cleaning Reinforcing: Before placing, remove loose rust, and other coatings from reinforcing. J. Thickness: Build walls to the actual thickness of the masonry units, using units of nominal thickness indicated. K. Build chases and recesses as shown and required for the work of other trades. Provide not less than 8" of masonry between chase or recess and jamb of openings, and between adjacent chases and recesses. See plans for specific conditions. L. Leave openings for specialty equipment to be installed before completion of masonry work. After installation of equipment, complete masonry work to match work immediately adjacent to the opening. M. Cut masonry units using motor -driven saws to provide clean, sharp, unchipped edges. Cut units as required to provide continuous pattern and to fit adjoining work. Use full-size units without cutting where possible. N. Use inspection and clean-out holes at bottom of wall reinforced vertical cells, for grouting lifts over 5 feet high. C O. lean -out holes should be 4"w X 8" h minimum. See ACI 530-92, Section 4.3.2.3. 04230-5 3.02 CONSTRUCTION TOLERANCES A. Variation from Plumb: For vertical lines and surfaces of columns, walls and arises do not exceed 1/4" in 10' or 3/8" in a story height not to exceed 20', nor '/2" in 40' or more. For external corners, expansion joints, control joints, and other conspicuous lines, do not exceed 1/4" in any story of 20' maximum, nor %" in 40' or more. For vertical alignment of head joints do not exceed plus or minus Y4" in 10', %" maximum. B. Variation from Level: For bed joints and lines of exposed lintels, sills, parapets, horizontal grooves and other conspicuous lines, do not exceed %" in. any bay or 20' maximum, nor %2" in 40' or more. For top surface of bearing walls no not exceed 1/8" between adjacent floor elements in 10' or 1/ 161 within width of a single unit C. Variation of Linear Building Line: For position shown in plan and related portion of columns, walls and partitions, do not exceed %" in any bay or 20' maximum, nor 3/4" in 40' or more. D. Variation in Cross -Sectional Dimensions: For columns and thickness of walls, from dimensions shown, do not exceed minus 1/4" nor plus 'h". E. Variation in Mortar Joint Thickness: Do not exceed bed joint thickness indicated by more than plus or minus 1/8", with a maximum thickness limited to %2". Do not exceed head joint thickness indicated by more than plus or minus V8". 3.03 LAYING MASONRY WALLS A. Layout walls in advance for accurate spacing of surface bond pattens with uniform joint widths and to accurately locate openings, movement -type joints, returns and offsets. Avoid the use of less -than -half-size units at corners, jambs and wherever possible at other locations. B. Lay-up walls to comply with specified construction tolerances, with courses accurately spaced and coordinated with other work. C. Stopping and Resuming Work. Rack back 1/2 -unit length in each course: do not tooth. Clean exposed surfaces of set masonry, wet units lightly (if required) and remove loose masonry units and mortar prior to laying fresh masonry. D. Built-in Work: As the work progresses, build -in items specified under this and other sections of these specifications. Fill in solidly with masonry around built-in items. 04230-6 1. Do not fill space between hollow metal frames and masonry with mortar, unless otherwise indicated. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of metal lath in the joint below and rod mortar or grout into core. 2. Fill cores in hollow concrete masonry units with grout 3 courses (24") under bearing plates, beams, lintels, posts and similar items, unless otherwise indicated. 3.04 MORTAR BEDDING AND JOINTING A. Lay hollow concrete masonry units with full mortar coverage on horizontal and vertical face shells. Bed webs in mortar in starting course on footings and in all courses of piers, columns and pilasters, and where adjacent to cells or cavities to be reinforced or filled with concrete or grout. For starting course on footings where cells are not grouted, spread out full mortar bed including areas under cells. B. Maintain joint widths shown, except for minor variations required to maintain bond alignment. If not showr_, lay walls with 318" joints. C. Cut joints flush for masonry walls which are to be concealed or to be covered by other materials, unless otherwise indicated. D. Tool exposed joints slightly concave using a jointer larger than joint thickness, unless otherwise indicated. E. Remove masonry units disturbed after laying, clean and reset in fresh mortar. Do not pound corners or jambs tc shift adjacent stretcher units which have been set in position. If adjustments are required, remove units, clean off mortar and reset in fresh mortar. F. Collar Joints: After each course is laid, fill the vertical longitudinal joint between wythes solidly and with mortar for all exterior walls. G. Corners: Provide interlocking masonry unit bond in each course at comers, unless otherwise shown. 1. For horizontally reinforces masonry, provide continuity at comers with prefabricated "L" units, in addition to masonry bonding. H. Intersecting and Abutting Walls: If carried up separately, block or tooth vertical joint with 8" maximum offsets and provide rigid steel anchors spaced not more than 4'-0" o.c., vertically, or omit blocking and provide rigid steel anchors at not more than 2'-0" o.c. vertically. 04230-7 Form anchors of galvanized steel not less than 1-1/2" x 1/4" x T-0" long with ends turned up not less than 2" or with cross -pins. If used with hollow masonry units, embed ends in mortar -filled cores. I. Non-bearing Interior Partitions: Build full height of story to underside of solid floor or roof structure above, unless otherwise shown. 1. Wedge non-bearing partitions against structure above with small pieces of tile, slate or metal. Fill joint with mortar after dead load deflection of structure above approaches final position. 3.05 LINTELS A. Provide precast or formed -in-place masonry lintels. Cure precast lintels before handling and installation. Temporarily support formed -in-place lintels. B. For hollow concrete masonry unit walls, use specially formed U-shaped lintel units with reinforcement bars placed as shown filled with coarse grout. C. Provide minimum bearing of 8" at each jamb, unless otherwise indicated. 3.06 FIELD QUALITY CONTROL A. When field observation by the Architect or the Owner's Agent which generates questions relating to tolerance or quality control, the Contractor shall employ, at his own expense, a testing laboratory experienced in performing types of masonry field quality control tests for masonry indicated_ Comply with requirements for qualification and acceptance per tolerances stipulated within this section. B. Unit Test Method: For each block type specified per ASTM C90 C. Mortar Tests: For each type indicated, test mortar by methods of sampling and testing of ASTM C-780. Conduct tests no less frequently than that required to evaluate mortar used to install each increment of masonry units indicated above from which samples are taken for testing. D. Prism Test Method: L Compression Test: If required by Architect, test masonry prisms by methods of sampling and testing of ASTM E-447, Method B. 04230-8 2. Evaluation of Quality -Control Tests: Masonry work, in absence of other indications of noncompliance with requirements, will be considered satisfactory if results from construction quality control tests comply with minimum requirements indicated. 3. Protection: Provide final protection and maintain conditions in an acceptable manner to ensure that the final unit masonry work is without damage and deterioration at time of substantial completion. ***END OF SECTION*** 04230-9 SECTION 05500 - MISCELLANEOUS METALS PART I - GENERAL 1.01 RELATED DOCUMENTS The Bidding and Contract Documents, General Requirements and Addenda, as may be issued prior to bidding, shall govern the work under this Section. 1.02 SCOPE OF THE WORK A. Provide all labor, materials, necessary equipment and service, to complete the miscellaneous metals work and related work, as indicated on the drawings, as specified herein or both, except for items specifically indicated as "NOT IN CONTRACT" (NIC). B. Including, but not necessarily limited to the following: I. Roof opening framing - (Roof Drains, Roof Curbs, Roof Scuttles, Vent Fans, Exhaust Fans). 2. Miscellaneous anchors and fastenings. 3. Piping, RWL, Chilled Water Line (Supports for hangers). 4. Steel & Alum. ladders to Scuttles & Mezzanines. 5. Miscellaneous Angles. 6. Louver Door Security Panels. 7. Safety Nosings. 8. Masonry Openings for Exhaust Fans. 9. Folding Door Support Framing. 1.0. Recessed Ceiling Framing Supports. 11. Shop Coat Painting of All Items. 1.03 WORK OF OTHER SECTION A. Structural Steel Section 05120 B. Painting Section 09900 C. Mechanical Division 15 1.04 SAMPLES, SUBMITTALS AND SHOP DRAWINGS A. This list consists of samples, submittals and shop drawings which require submission by the Contractor to the Consultant for approval. B. Any omission of items which require the Contractor's compliance under the contract Documents does not relieve said Contractor from such responsibility. 05500-1 C. Submit samples, submittals and shop drawings as required or requested by the Architect/Engineer whether included in this list or not, and as requested on the drawings. D. Submittals and shop drawings shall be submitted as (4) four copies, notarized and signed by an officer of the company and shall state the required information explicitly and specifically. Submit shop drawings for all fabricated items in accordance with Contract Conditions, plus plan locations. E. Coordinate roof framing opening supports with Steel Joists Shop Drawings. Submit steel Joist and Miscellaneous Metal Shop Drawings as prescribed. 1.05 QUALITY STANDARDS Conform to applicable portions of the following: A. American Institute of Steel Construction (A.I.S.C.) B. American Welding Society (A.W.S.) PART 2 -PRODUCTS 2.01 BASIC MATERIALS Refer to Drawings for locations of each material use and type. Some or all of these materials may be utilized on each project. A. Steel shapes - ASTM A-50 B. Steel pipe -ASTM A-50, galvanized where called for on plans. C. Bolts - ASTM A-325, galvanized for exterior use, and where called for on plans. D. All exterior steel items to be hot dipped galvanized. E. Aluminum pipe - ASTM B 221 for 6063-T6. F. Stainless Steel plate, angles and fabricated hangers, Grade 304 where concealed from weather, and Grade 316 where exposed to weather. 2.02 STEEL & ALUMINUM LADDERS A. Fabricate to size and detail, with welded joints dressed smooth. B. Erect ladders as indicated, securely fastened to structure. C. Steel ladders to be hot dipped galvanized after fabrication in accordance with ASTM A -123-59T. 2.03 FASTENERS A. General: Provide stainless steel fasteners for exterior use and zinc -coated fasteners where built into exterior walls where fasteners are not exposed. Select fasteners for 05500-2 the type, grade and class required. B. Bolts and Nuts: Regular hexagon head type, ASTM A307, Grade A. C. Lag_Bolts: Square head type, FS FF -B-561. D. Machine Screws: Cadmium plated steel, FS FF -S-92. E. Wood Screws: Flat head carbon steel, FS FF -S-111. F. Plain Washers: Round, carbon steel, FS FF -W-92. G. Masonry Anchorage Devices: Expansion shields, FS FF -S-325. H. Toggle Bolts: Tumble -wing type, FS FF -B-588, type, class and style as required. I. Lock Washers: Helical spring type carbon steel, FS FF -W-84. 2.04 ROUGH HARDWARE A. Fabricate bent or otherwise custom fabricated bolts, plates, anchors, hangers, dowels and other miscellaneous steel and iron shapes as required for framing and supporting woodwork, and for anchoring securing woodwork to concrete or other structures. Provide straight bolts and other stock rough hardware items as specified on the drawings. B. Manufacture or fabricate items of sizes, shapes and dimensions required. Furnish malleable iron washers for heads and nuts which bear on wood structural connections; elsewhere, furnish steel washers. 2.05 MISCELLANEOUS A. Fabricate all steel headers, angles, channels, ladders, steel shapes, inserts, anchors, brackets, support framing, as indicated and/or detailed on plans. 2.07 SHOP COAT PAINT A. Apply red oxide shop coat paint to all ferrous metal. B. Apply shop touch-up zinc based paint to all galvanized metals after installation. C. Aluminum products to be mill finish unless called out otherwise on the drawings. D. Apply specialty coatings as called for on the drawings. ***END OF SECTION*** 05500-3 SECTION 06100 - ROUGH CARPENTRY PART 1 - GENERAL 1.01 RELATED DOCUMENTS Documents and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. Definition: Rough carpentry includes carpentry work not specified as part of other sections and which is generally not exposed, except as otherwise indicated. Types of work in this section include, but are not limited to, rough carpentry for: 1. Nailers & dead wood 2. Cant strip 3. Wood roof curb supports 4. Door frame bracing 5. Chalk, tack board, backing 6. Casework backing 7. Plumbing backing - (Supports) 8. Projection screen backing 9. Window stripping 10. Recessed clock/speakers (framed opening) 11. Recessed fire extinguisher cabinets (framed opening) RWL - Access to clean out. 12. Toilet partition backing 13. Recessed electrical panels backing 14. Mirror backing 15. Acoustical backing 16. Ceiling trim backing B. Finish carpentry is specified in another section within Division 6. 1.03 SUBMITTALS A. Wood treatment Data: Submit treatment manufacturer's instructions for proper use of each type of treated material. B. Pressure Treatment: For each type of specified, include certification by treating plant stating chemicals and process used, net amount of preservative retained and conformance with applicable standards. C. For water -borne preservatives, include statement, that moisture content of treated materials was reduced to a maximum of 15% prior to shipment to project site. 06100-1 D. Fire -retardant treatment: Include certification by treatment plant that treatment material complies with governing ordinances and that treatment will not bleed through finished surfaces. 1.04 PRODUCT HANDLING Delivery and Storage: Keep materials dry at all times. Protect against exposure to weather and contact with damp or wet surfaces. Stack lumber and plywood, and provide air circulation within stacks. 1.05 JOB CONDITIONS Coordination: Fit carpentry work to other work; scribe and cope as required for an accurate fit. Correlate location of furring, nailers, blocking, grounds and similar supports to allow proper attachment of other work. PART 2 - PRODUCTS 2.01 WOOD PRODUCT QUALITY STANDARDS A. Lumber Standards: Comply with PS 20. B. Plywood Standards: Comply with PS 1. C. Factory mark each piece of lumber and plywood with type, grade, mill and grading agency, except omit marking from surfaces to be exposed with transparent finish or without finish. 2.02 MATERIALS A. Nominal sizes are indicated, except as shown by detail dimensions. Provided actual sizes as required by PS 20, for moisture content specified for each use. Provide dressed lumber, S4S, unless otherwise indicated. Provide seasoned lumber with 10% maximum moisture content at time of dressing. B. Framing Lumber: (2" through 4" thick) C. For light framing (less than 6" wide), provide the following grade and species: Construction grades, any species. D. Miscellaneous Lumber: Provide wood for support or attachment of other work including cant strips, bucks, nailers, blocking, furring, grounds, stripping, and similar members. Provide lumber of sizes shown or specified, worked into shapes shown, and as follows. 06100-2 Moisture content: 19% maximum for lumber items not specified to receive wood preservative treatment. E. Grade: Construction Grade light framing size lumber of any species or board size lumber as required. Provide construction grade boards (RIS or WCLB) or No. 2 boards (SPIB or WWPA). F. Plywood: Where plywood will be exposed in finished work supply the following: 1. Where painted finish isindicated, provide A-C/EXT-APA plywood with Grade A face exposed and Grade C concealed, for exterior use: and provide A-D/INT-APA plywood with Grade A face exposed and Grade D concealed, for interior use. 2. Concealed Plywood: Where plywood will be concealed by other work, provide C -D Plugged/INT-APA. 3. For backing panels for electrical or telephone equipment, provide 314" fire - retardant treated plywood with exterior glue. 2.03 MISCELLANEOUS MATERIALS A. Fasteners and Anchorages: Provide size, type, material and finish as indicated and as recommended by applicable standards, complying with applicable Federal Specifications' for nails, staples, screws, bolts, nuts, washers and anchoring devices. Provide metal hangers and framing anchors of the size and type recommended by the manufacturer for each use including recommended nails. Where rough carpentry work is exposed to weather, in ground contact, or in area of high relative humidity, provide stainless steel fasteners type 305 or 316. Interior work shall utilize hoi dipped galvanized. B. Building Paper Interior Use Only: Asphalt saturated felt, non -perforated, 159 or 30 #, ASTM D226. 2.04 WOOD TREATMENT A. Preservative treatment: Where lumber or plywood is indicated as "Trt-Wd", "P.T." or "Treated", or is specified herein to be treated, comply with applicable requirements of AWPA Standards C2 (Lumber) and C9 (Plywood) and of AWPA standards listed below. Mark each treated items with the AWPB Quality Mark Requirements. B. Pressure -treat above -ground items with water -borne preservatives complying with AWPB LP -2. After treatment, kiln -dry to a maximum moisture content of 15. Treat indicated items and the following: 06100-3 Wood cants, nailers, cures, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers and water proofing. Wood sills, sleepers, blocking furring, stripping and similar concealed members in contact with masonry or concrete. C. Fire -Retardant Treatment: Where "FR -S" lumber or plywood is specified or otherwise indicated, provide materials which comply with AWPA standards for pressure impregnations with fire -retardant chemicals, and which have a flame spread rating of not more than 25 when tested in accordance with UL Test 723 or ASTM E84, and show no increase in flame spread and significant progressive combustion upon continuation of test for an additional 20 minutes. Kiln -dry treated items to maximum moisture content of 19%. Provide UL label on each piece of fire -retardant lumber or plywood. D. Inspect each, piece of treated lumber or plywood after drying and discard damaged or defective pieces. PART 3 - EXECUTION - INSTALLATION 3.01 GENERAL A. Discard units of material with defects which might impair quality of work, and units which are too small to fabricate work with minimum joints or optimum joint arrangement. B. Set carpentry work accurately to required levels and lines, with members plumb and true and accurately cut and fitted. C. Securely attach carpentry work to substrate by anchoring and fastening as shown and as required by recognized standards. Countersink nail head on exposed carpentry work and fill holes. D. Use common wire nails, except as otherwise indicated. Use finishing nails for finish work. Select fasteners of size that will not penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting of wood; pre -drill as required. 3.02 WOOD GROUNDS, NAILERS. BLOCKING AND SLEEPERS A. Provide wherever shown and where required for screeding or attachment of other work. Form to shapes as shown and cut as required for true line and level of work to be attached. Coordinate location with other work involved. 06104-4 B. Attach to substrates as required to support applied loading. Countersink bolts and nuts flush with surfaces, unless otherwise shown. Build into masonry during installation of masonry work. Where possible, anchor to formwork before concrete placement. C. Provide permanent grounds of dressed, preservative treated, key -beveled lumber not less than 1 V2" wide and thickness required to bring face of ground to exact thickness of finish material involved. Remove temporary grounds when no longer required. 3.03 WOOD FURRING A. Install plumb and level with closure strips at edges of openings. Shim with wood as required for tolerance of finished work. B. Furring to Receive Plywood Paneling: Unless otherwise shown, provide 1 "x 3" furring at 2 'o.c., horizontally and vertically. Structural framing to receive furring will dictate the spacing, size and type of furring. Refer to drawings and details. 3.04 WOOD FRAMING GENERAL (WD-FRM) A. Provide framing members of sizes and on spacings shown, and frame openings as shown, or if not show, comply with recommendations of "Manual for House Framing" of National Forest Productions Association. Do not splice structural members between supports. B. Anchor and nail as shown, and to comply with "Recommended Nailing Schedule" of "Manual for Housing Framing" and other recommendations of the N.F.P.A. 3.05 INSTALLATION OF PLYWOOD i PWD) A. Comply with recommendations of the American Plywood Association (APA), for the installation of plywood and per the current edition of the Florida Building Code nailing patterns. 3.06 GENERAL REQUIREMENTS 1. All work shall comply with the standards of the American Institute of Timber Construction, AWI, API, AWPA, and local codes and regulations. 2. All framing shall be square, plumb and true. 3. All furring shall be shim-ned to a plumb, true surface. 4. All lumber in contact with masonry shall be #2 yellow pine, pressure treated. 5. Coordinate blocking and backing requirements of all trades and provide where indicated and required. 06100-5 6. Provide solid blocking behind all shower valves. 7. Provide rough openings for all manufactured items such as medicine cabinets, fire extinguisher cabinets, etc. 8. Provide wood fire cats in all interior and exterior wood framed walls where vertical cavity exceeds 8 feet and where soffits adjoin vertical walls. 9. Construct 3/4 inch BC plywood plenum bases, including vertical sides. for all Closet Mounted Air -Handling Units. Line interiors with 5/8" type "X" gypsum board and rigid foil faced insulation board to comply with non- combustible plenum requirements. 'END OF SECTION*** 06100-6 SECTION 06200 - FINISH CARPENTRY PART 1- GENERAL 1.01 RELATED WORK SPECIFIED ELSEWHERE A. Rough Carpentry Section 06100 B. Wood Doors Section 08200 C. Finish Hardware Section 08700 D. Chalkboards, Tackboards, & Pegboards Section 10100 1.02 QUALITY ASSURANCE - STANDARDS A. The "Quality Standards" of the Architectural Woodwork Institute shall apply and by reference are hereby made a part of this Specification. Any reference to Premium, Custom or Economy shall be as defined in the latest edition of the AWI Standards. B. Any items not given a specific quality grade, shall be custom grade. C. Products of other manufacturers may be proposed under conditions as set forth in the Contract Conditions of these Specifications. 1.03 DELIVERY AND STORAGE A. Deliver manufactured material in original packages. B. Store all finish materials in an enclosed shelter providing protection from damage and exposure to the elements. 1.04 MISCELLANEOUS WOODWORK Shelving not included in Casework Specifications nor in Casework Drawings: A. SWI Custom Grade, if stained. B. AWI Economy Grade, if painted. PART2-PRODUCTS 2.01 INTERIOR WOODWORK FOR PAINT FINISH A. Quality Grade: Economy grade requirements of AWI Quality Standards. B. Wood Species: B and better V.G. Fir, Birch, and pines with sound tight knots. 06200-1 C. Plywood: All plywood shall be exterior grade, Group 1, A, B, Veneer grades. This shall include any plywood shelving to receive paint as indicated on the casework drawings. 2.02 INTERIOR WOODWORK FOR STAINED FINISH A. SWI Custom Grade hardwoods and softwoods. B. Hardwood Species: (S& B) Select and Better for mouldings, #I Common or Better for furniture and casework making, or Clear where indicated on drawings. C. Softwood Species: Select (clear) and #2 sound tight knots where indicated on the drawings. PART 3 - EXECUTION 3.01 INSTALLATION OF WOODWORK A. Only experienced finish carpenters are to work on exposed woodwork. B. Erect all work plumb, level and true to the line and detail. C. Make any adjustments necessary for proper operation. D. Nailiniz: Use finish nails and counter sink. Fill holes with putty after prime coat. E. Sand all finish woodwork and leave ready for finishing. 3.02 DOORS A. Install doors as provided under other Sections of these Specifications. B. Install doors true and plumb with equal clearances at jambs and head. C. Make any adjustments necessary for proper operation. 3.03 HARDWARE Install finish hardware as specified under another Section of these Specifications. A. Installation of all finish hardware shall be by a skilled and experienced mechanic in a neat and workmanlike manner. Where required, the hardware shall be removed for application of finishes and fully protected until final installation. 06200-2 B. Carefully tag and file all keys in the key file and deliver all keys to the Owner's representative at the completion of the job. See Finish Hardware for detailed specifications and instructions. 3.04 CLEAN UP A. Leave all work in neat and in a finished condition. B. Remove all debris as result of work under this Section of these Specifications. ***END OF SECTION*** 06200-3 SECTION 07200 - INSULATION PART 1- ROOF/CEILING ASSEMBLIES: 1.01.1 When Wood Trusses in combination with Vented Soffits: When called out and detailed on the wall sections- Provide (R-19, R-28 or R-30) fiberglass or rockwool Batt Insulation installed between the bottom chords of the pre-engineered roof trusses. Install in all ceiling spaces as shown on the drawings and building sections. Provide the clear air space above insulation at tails of trusses as required by the Florida Model Energy Code. 1.02 When Wood Trusses in combination with Non -Vented Soffits: When called out and detailed on the wall sections- Provide sprayed insulation to the underside of the plywood decking as manufactured by Icynene, or an approved equal with a similar perm rating, to a minimum R -Rating of 20.0. Refer to Section 0720 Icynene Insulation for manufacturer's data and the plans for actual placement. 1.03 When called out and detailed on the wall sections- Provide rigid foam insulation hoard above the wood deck with high performance dry -in and roofing membranes per manufacturer's requirements. 1.04 When Steel Joists: (Three methods- When called out and detailed on the wall sections) A. Provide R-19 nailable rigid roofing deck secured to pan -deck as per drawings. B. Provide (R-19) Batt insulation - suspended by clips and nylon mesh between the joists bottom chord when no insulation is provided on the metal roof decking. Refer to drawings for placement. Do not lay insulation on top of suspended acoustic ceiling panels. C. Provide (R-19 overall average) EPS roof deck insulation integral with the lightweight concrete or cellcere deck pour. Refer to drawings for placement, thicknesses and slopes. 1.04 When Concrete Joists and Deck: Provide roof top insulation board per plans for uppermost floor. No ceiling insulation for all lower floor/ceiling assemblies. 07200-1 1.05 When Ceiling Assembly is used as a return air plenum: Insulation within the plenum space must meet flame spread and smoke development ratings of the current FBC and Life Safety Codes for an exposed installation. PART 1- EXTERIOR WALLS: 2.01 When Concrete Block Walls: (Two Methods: Refer to plan section and details for final system) A. Provide furring on the interior face of the block walls as per plans and place rigid insulation of thickness called out on the wall sections. B. Fill the exterior block cells with CoreFill 500 amino-plast, Class -A, Foam insulation, (or an approved equal product). The thermal properties for an 8" block/60 lbs. Density wall assembly is R-14:2. Install in strict compliance with manufacturers application procedures. Thermco Foam Insulation and CoreFoam, Inc. are approved equal products. 2.02 When Wood Frame or Steel Assembly Walls: R-11 in 3 %2' walls, and R-19 in 5 V2" walls. Utilize foil faced or waxed Kraft paper faced fiberglass batt insulation. V.B. to weather side. 2.03 When Insulated Concrete Tilt -wall Sandwich Panels: Provide extruded Dow STYROFOAM Brand rigid blue board insulation with heat formed, regular spaced holes identifying connector plate locations. Thicknesses per the plan with a minimum of 1 %i inch thickness in all applications. PART 3 - INTERIOR WALLS: 3.01 Framed Walls Wood or Metal Stud: 3-1/2" Sound Batt insulation where shown on the plans. Staples or Adhesive: As recommended by the insulation manufacturer. PART 4 - ATTIC BARRIERS: 4.01 When called out on the plans, provide a roll foil perforated vapor barrier as manufactured by Fi-Foil. Location, type, and application method as called out on the sections and details. Staples, pins and tape as recommended by the insulation manufacturer. 07200-2 PART 5 - SUSTAINABLE (GREEN) PROJECT REQUIREMENTS 5.01 For all projects seeking a sustainable green certification, such as USGBC LEED or an equivalent rating system, utilize only ecologically recognized products such as: A. Knauf Ecobatt (or equal) to replace standard fiberglass batt insulation products. B. Thermafiber SAFB (or equal) mineral wool with special 90% green fiber recycled content. C. Homasote 440 SoundBarrier w/ 98% Post -Consumer by weight recycled product. D. BioBased 501w or 502 spray foam insulation at underside of roof decks. PART 6 - INSULATION PRODUCTS MANUFACTURERS 6.01 For the insulation products specified on the plans utilize one of the following approved manufacturers: Johns Manville Owens Corning Celotex Knauf Ecobatt Thennafiber Homasote BioBased Icynene Dow PART 7 - INSTALLATION: 7.01 Allow proper air space for thermal insulation, using flanges provided, in accordance with manufacturer's printed instructions. 7.02 When utilizing a vented soffit assembly, provide a minimum of a 2" air space at all perimeter overhangs between the insulation face and the underside of roof decking. Utilize vinyl or cardboard prefab vent sleeves as required to maintain said clearance. 7.03 Concealed Installation: in buildings of any type construction, shall have a flame spread rating of not more than 75 and a smoke development rating of not more than 450. 7.04 Exposed Installation: in buildings of any type construction, shall have a flame spread rating of not more than 25 and a smoke development rating of not more than 450. 7.05 Vapor Retarders: in order to prevent indoor air quality problems in hot, humid climates, vapor retarders such as asphalt impregnated felts, polyethelenes, or "Tyvics", should be placed on the outside, or weather side, of the insulation as a complete building wrap. ***END OF SECTION*** 07200-3 SECTION 07840 - FIRE STOPPING PART 1- GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to work specified in this section. 1.02 DESCRIPTION OF WORK Work, in general, includes furnishing and installing fire and smoke barrier penetration seals for openings in floors, walls, and other elements of construction. 1.03 RELATED WORK OF OTHER SECTION Coordinate work of this section with work of other sections as required to properly execute the work and as necessary to maintain satisfactory progress of the work of other sections, including: Concrete Work Unit Masonry Joint Sealers Lathing & Stucco Gypsum Drywall Mechanical, Electrical and Plumbing Work Section 03010 Section 04200 Section 07940 Section 04100 Section 09250 Division. 15 & 16 Sections 1.04 QUALITY ASSURANCE A. Applicator Qualifications: One-year experience installing UL classified fire stopping. B. Performance: Materials shall have been tested to provide fire rating equal to that of the construction. 1.05 SUBMITTALS A. Shop Drawings 1. Submit (4) four copies of shop drawings showing each condition requiring penetration seals in dictating proposed UL systems materials, anchorage, methods of installation, and actual adjacent construction. 2. Submit a copy of UL illustration of each proposed system indicating manufacturer. approved modifications. 07840-1 B. Manufacturer's Data: Submit copies of manufacturer's specifications, recommendations, installation instructions, and maintenance data for each type of material required. Include letter indicating that each material complies with the requirements and is recommended for the applications shown. C. Applicator's Qualification Statement: List past projects indicating required experience. 1.06 DELIVERY, STORAGE. AND HANDLING A. Deliver materials undamaged in manufacturer's clearly labeled, unopened containers, identified ,with brand, type, grade, and UL label where applicable. B. Coordinate delivery with scheduled installation date to allow minimum storage time at site. C. Store materials in clean, dry ventilated location. Protect from soiling, abuse, and moisture. Follow manufacturer's instructions. 1.07 PROJECT CONDITIONS A. Existing Conditions 1. Verify existing conditions and substrates before starting work. Correct unsatisfactory conditions before proceeding. 2. Proceed with installation only after penetrations of the substrate and supporting brackets have been installed. B. Environmental Requirements 1. Furnish adequate ventilation of using solvent. 2. Furnish forced air ventilation during installation if required by manufacturer. 3. Keep flammable materials away from sparks or flame. 4. Provide masking and drop cloths to prevent contamination of adjacent surfaces by fire stopping materials. 1.08 GUARANTEE Submit copies of written guarantee agreeing to repair or replace joint sealers which fail in joint adhesion, cohesion, abrasion resistance, weather resistance, extrusion resistance, migration resistance, stain resistance, or general durability or appear to deteriorate in any other manner not clearly specified by the material for the exposure indicated. The 07840-2 guarantee period shall be one year from date of substantial completion. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS Products: Subject to compliance with requirements, products which may be incorporated in the work include but not limited to, the following: 1. Dow Corning Fire Stop Products; Dow Corning Corp. 2. 3M Fire Barrier Products; Electrical Products Div./3M 3. Flame Stop, Inc. Products 4. Rectorseal's Bio-Fireshield, Metacaulk products 5. Allied Gold A-1000 Products b. Tremco Products 2.02 MATERIALS A. Provide materials classified by UL to provide Fire Barrier equal to time rating of construction being penetrated. B. Materials and Products shall conform with fire resistance characteristics required by ASTM EI 19 Fire Tests of Building Construction and Materials. C. Provide asbestos free materials that comply with applicable codes and have been tested in accordance with UL 1479 or ASTM E-814. PART 3 EXECUTION 3.01 PREPARATION Clean surfaces to be in contact with penetration seal materials, of dirt, grease, oil, loose materials, rust or other substances that may affect proper fitting, adhesion, or the required fire resistance. 3.02 INSTALLATION A. Install penetration seal materials in accordance with printed instructions of the UL Building Materials Directory and in accordance with manufacturer's instruction. B. Seal holes or voids made by penetrations to ensure an effective smoke barrier. C. Where floor openings without penetrating items are more than 4 inches in width and subject to traffic or loading, instill fire stopping materials capable of supporting same loading as floor. 07840-3 D. Protect materials from damage on surfaces subject to traffic. 3.03 FIELD QUALITY CONTROL A. Examine penetration sealed areas to ensure proper installation before concealing or enclosing areas. B. Keep areas of work accessible until inspection by applicable code authorities. C. Perform under this section patching and repairing of fire stopping caused by cutting or penetration by other trades. 3.04 ADJUSTING AND CLEANING A. Clean up spills of liquid components. B. Neatly cut and trim materials as required. C. Remove equipment, materials and debris, leaving area in undamaged, clean condition. 3.05 SYSTEM APPLICATION CONDITIONS Requiring UL approved classification, may include but are not limited to: A. Metal Pipe or Conduit Through Round Opening B. Insulated Metal Pipe Through Round Opening C. Metal Pipes or Conduits Through Large Opening D. Busway Through Rectangular Opening E. Cables Through Opening F. Cable Tray G. Blank Opening H. Non-metallic (plastic) Pipe or Conduit Through Opening I. Metal Pipe or Conduit Through Gypsum Board Wall J. Non-metallic (plastic) Pipe or Conduit Through Gypsum Board Wall' K. Cables Through Gypsum Board Wall L. Insulated Metal Pipe Through Gypsum Board Wall M. Metal Pipe or Conduit Through Wood Construction N. Non-metallic (plastic) Pipe or Conduit Through Wood Construction O. Cables Through Wood Construction P. Duct Opening Flange Seals Q. Steel Joists through fire walls R. Top of walls at underside of concrete and metal decks ***END OF SECTION*** 07840-4 SECTION 07900 - JOINT SEALANTS AND ADHESIVES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes joint sealants for the following applications, including those specified by reference to this Section: following applications: 1. Interior joints in the following vertical surfaces and horizontal non -traffic sur- faces: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Perimeter joints of exterier openings where indicated. c. Tile control and expansion joints. d. Vertical joints on exposed surfaces of interior unit masonry concrete walls and parti- tions. e. Perimeter joints between interior wall surfaces and frames of interior doors windows and elevator entrances. f. Joints between plumbing fixtures and adjoining walls, floors, and counters. g. Other joints as indicated. 2. Interior joints in the following horizontal traffic surfaces: a. Control and expansion joints in the flooring. b. Other joints as indicated. 3. Exterior joints in the following vertical surfaces and horizontal traffic surfaces: a. Control and expansion joints at Structural Control Joints in masonry wall coursing and in combination with stucco accessories as detailed on the Archi- tectural and Structural plans. b. Control and expansion joints in concrete decking as detailed on the Architec- tural and Structural plans. B. Related Sections include the following: 1. Division 8 Section "Glass and Glazing" for glazing sealants. 2. Division 9 Section "Gypsum Drywall" for sealing perimeter joints of gypsum board partitions to reduce sound transmission. 07900-1 3. Division 9 Section "Ceramic Tile Work" for sealing file joints. 1.3 PERFORMANCE REQUIREMENTS A. Provide elastomeric joint sealants that establish and maintain watertight and airtight continuous joint seals without staining or deteriorating joint substrates. B. Delete paragraph above or below if not applicable. Revise wording to reflect performance required for bots interior and exterior joints. Add specific applications where watertight or water-resistant performance may not be required or attainable with products selected. C. Provide joint sealants for interior applications that establish and maintain airtight and water-resistant continuous joint seals without staining or deteriorating joint substrates. D. All sealants and adhesives used on the interior of the building (i.e. inside of the weatherproofing system and applied on-site) must comply with thefollowing requirements as applicable to the project scope: E. Adhesives, Sealants and Sealant Primers must comply with South Coast Air Quality Management District (SCAQMD) Rule #1168. Volatile organic compound (VOC) limits listed in the table (see the last page of this spec section) correspond to an effective date of July 1, 2005 and rule amendment date of January 7, 2005. 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. Delete paragraph above if colors are preselected and specified or scheduled. Retain first paragraph below with or without above. D. 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. E. Product Certificates: For each type of joint sealant and accessory, signed by product manufacturer. G. SWRI Validation Certificate: For each elastomeric sealant specified to be validated by SWRTs Sealant Validation Program. 07900-2 H. Coordinate paragraph below with qualification requirements in Division 1 Section "Quality Requirements" and as supplemented in "Quality Assurance" Article. I. Qualification Data: For Installer. J. 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. K. Field Test Report Log: For each elastomeric sealant application. L. Product Test Reports: Based on comprehensive testing of product formulations performed by a qualified testing agency, indicating that sealants comply with requirements. M. Warranties: Special warranties specified in this Section.. 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 1 021 to conduct the testing indicated, as documented according to ASTM E 548. 2. If retaining subparagraph below, also retain "Product Test Reports" Paragraph in "Submittals" Article. 3. Test elastomeric joint sealants for compliance with requirements specified by reference to ASTM C 920, and where applicable, to other standard test methods. 4. 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. 5. Test other joint sealants for compliance with requirements indicated by referencing standard specifications and test methods. D. Pre -construction Field -Adhesion Testing: Before installing elastomeric sealants, field test their adhesion to Project joint substrates as follows: 07900-3 1. Locate test joints where indicated on Projector, if not indicated, as directed by Architect. 2. Conduct field tests for each application indicated below: a. Each type of elastomerie sealant and joint substrate indicated. b. Each type of ronelastomeric sealant and joint substrate indicated. 3. Notify Architect seven days in advance of dates and times when test joints will be erected. 4. 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. 5. Evaluation of Pre -construction Field -Adhesion -Test Results: Sealants not evidencing adhesive failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing. 1.6 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. 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. 1.7 WARRANTY A. When warranties are required, verify with Owner's counsel that special warranties stated in this Article are not less than remedies available to Owner under prevailing local laws. Coordinate with Division i Section "Product Requirements." B. Special Installer's Warranty: Installer's standard form in which Installer agrees to repair or replace elastomerie 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. C. Special warranties specified in this Article exclude deterioration or failure of elastomerie joint sealants from the fallowing: 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. 07900-4 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. See Editing Instructions No, 1 and No. 2 in the Evaluations for cautions about naming manufacturers and products and in coordinating requirements in this Section with other Part 2 articles. 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. 2.3 ELASTOMERIC JOINT SEALANTS 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 elastomerc 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: 07900-5 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 (nontraffic). 5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates indicated, O. 2.4 LATEX JOINT SEALANTS A. Latex Sealant: Comply wish ASTM C 834, Type P. Grade NF. B. Available Products: 1. Pecora Corporation; AC -20+- 2. Sonneborn, 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. 1. Available Products: a. Pecora Corporation; BA -98. b. Tremco; Tremco Acoustical Sealant. 2.6 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 1.056, nonabsorbent to water and gas, and capable of remaining resilient at temperatures down to minus 26 deg F. 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. Backing rods used in combination with silicone sealants shall be soft rod "open cell" to prevent off -grassing bubbles in the cured surface. All other backing rods shall be "closed cell". 07900-6 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. D. When proposing paintable silicones using acrylic latex paints make special consideration that these products must be painted within seven days of placement of sealants. Refer to manufacturer's literature for proper sequence of applications. 2.7 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint -sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint - sealant -substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements far 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: 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. 07900-7 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. C. Unglazed surfaces of ceramic tile. 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. C. Porcelain enamel. d. Glazed surfaces of ceramic tile_ B. Joint Priming: Prime joint substrates, where recommended in writing by joint -sealant manufacturer, based on preconstruction j oint-sealant-substrate tests or prior experience. Apply primer to comply with joint -sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant 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. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint -sealant manufacturer's written installationinstructions for products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. 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 07900-8 position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. E. Install bond -breaker tape behind sealants wheresealant 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 1.193. 5. Provide recessed joint configuration of recess depth and at locations indicated per Figure SC in ASTM C 1193. a. Use masking tape to protect surfaces adjacent to recessed tooled joints. H. Install sealants to size and shape shown on drawings, or, if not shown, with slightly concave surfaces. a. The minimum opening should be 1/4". b. The opening should be at least 4 times the maximum movement of the sealant. C. The sealant should be more than 1/4" and less than 1/2" deep. d. The depth of the sealant should be no greater than the width. e. No joint to receive sealant should be less than 1/4" deep. 3.4 FIELD QUALITY CONTROL 07900-9 A. Field -Adhesion Testing: Field test joint -sealant adhesion to joint substrates as follows: 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 I test for each 1000 feet of joint length thereafter or 'I 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 X 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. 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: 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 pusses 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. 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 peal 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. 07900-10 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. Atchiteclurai Applica#ior►s HDC Limit igjl. less rvsterl Voc limits Specialt y Applications ,191L hiss iva ): indoor carpet adhesives , 50 PVC welding 510 Carpet pad adhesives 50 CPUC welding 490 Wood flooring adhesives 100 ABS welding 325 Rubber floor adhesives 60 Plastic cement welding 250 Subfloor adhesives 50 Adhesive primer for plastic 550 Ceramic tide adhesives 65 Contact adhesive 80 VCT and asphalt adhesives 50 Special purpose contact adhesive 250 Drywall and panel adhesives 50 Structural wood member adhesive 140 Cove base adhesives 50 Sheet applied rubber lining operations 850 Multipurpose construction adhesives 70 Top and trim adhesive 250 Structural glazing adhesives 100 Substrate ` Specific Applications VOC Limit fess (g/L ) sealants VQC Limit (gR. hiss watt) Metal to metal 30 Architectural 250 Plastic foams 50 Roadway 250 Porous material (except wood) 50 Other 420 Wood 30 Fiberglass 80 Sealant Pruners ='UnAt'(g/L less water) Architectural, nonporous 250 Architectural, porous 775 other 750 This table excludes adhesives and sealants integral to the water -proofing system or that are riot building related. 07900-11 Aerosol: Adhesives. VOC Limit General purpose mist spray 65% VOCs by weight General purpose web spray 55% VOCs by weight Special purpose aerosol adhesives (all types) 70% VOCs by weight *** END OF SECTION *** 07900-12 SECTION 08400 - ENTRANCE STOREFRONT DOORS PART 1 - GENERAL A. All entrance system materials are to be provided by one manufacturer. Entrances shall be wide OR medium stile doors as detailed on the architectural drawings and as manufactured to the design and specifications of one of the following manufacturers: Trulite Kawneer Corporation CRL Frontline Aluminum Aidora CGI Commercial Envirolume Windows and Doors, Inc. YKK Storefront System All adjacent framing, sidelites and fixed lites shall be of system shown, or approved equal, and where specified and designed as an exterior door assembly, shall be impact rated per FBC 2014 Fifth Edition and ASCE 7-10. PART 2 SPECIFICATIONS (NOTE: See Door Schedule for Sizes and manufacturers) A. Wide Stile doors, when scheduled, shall be composed of tubular :extrusions with 5" stiled and 5" top rail and 7-1/2" bottom rail. Corners shall have reinforcing plates, extruded anti -twist guides with mortise joinery and full width 3/8" plated steel tension rods. B. Medium Stile doors, when scheduled, shall be composed of tubular extrusions with 3-1/2" stiles and a 3-1/2" top rail and 5" bottom rail. Comers shall have reinforcing plates, extruded anti twist guides with mortise joinery and full width 3/8" plated steel tension rods. C. Glazing beads shall be an integral sash, non -removal from the exterior with vinyl bulb inserts for dry glazing. Glazing beads for insulated glass are available. Minimum bite on tempered glass shall be 1/2" in door leafs and fixed lite transoms. D. All aluminum components shall be of 6063 alloy with T-5 temper. All screws shall be of plated steel. All steel in contact with aluminum shall be plated or painted. PART 3 - HARDWARE A. Arch's standard hardware shall consist of AR -800 pull handles and H-2 push bars with 1-1/2 pair Hager 423439.4-1/2" brass butt hinges or offset cast aluminum 08400-1 pivot hinges international #OP -160 at each end and intermediate cast aluminum hinges 41P- 1900 at midspan of each leaf. Door hardware schedule per each approved manufacturer takes precedence over this description. B. Locks: two point concealed vertical rod panic hardware in door pairs. C. Please be advised that the door manufacturer should provide all entrance hardware. Refer to the Door Hardware Schedule Section 08710 for a complete description. In the event that hardware is to be provided by others, such hardware specification must be received by the Storefront Manufacturer before fabrication of doors can begin. PART 5 -FASTENERS A. Typical anchors: 1. Into P.T. wood bucks er wood structure, #14 SMS with 1-112"minimum total embed at spacings to comply with manufacturer's NOA data. 2. Through P.T. IX wood bucks and into masonry, 1/4" dia. Tapcons with 1-1/4" minimum embed into masonry at spacings to comply with manufacturer's NOA data. NOTE: All wood bucks provided by the general contractor must sustain the loads imposed by the glazing system and transfer them to the building structure. PART 6 - FINISH A. All exposed surfaces shall be free from unsightly scratches and blemishes. Aluminum sections shall be coated with one of the following options: Anodized material: shall be given a caustic etch followed by an anodic oxide treatment. Color shall be one of the following and per the door schedule on the plans: a) Dark Bronze AA M 12 C22 A42/44 b) Medium Bronze AA M12 C22 A40 c) CIear AA M 12 C22 A21 d) Black AA M12 C22 A44 2. Powder coated material, when called out on the door schedule, shall be given an acidic wash and etch and coated with one of the following: a) ARCHKOTE 1000 —1 YEAR WARRANTY MEETS OR EXCEEDS AAMA 603.8-85 b) ARCHKOTE 6000 — 6 YEAR WARRANTY MEETS OR EXCEEDS AAMA 605.2-85 I The option and color selected for this project is: DARK BRONZE ANODIZED — MATCH EXISTING ***END OF SECTION*** 08400-2 SECTION 08410 - FLUSH GLAZED STOREFRONT WINDOWS PARTI-GENERAL A. Stare front framing shall be impact rated and detailed on the Architectural drawings and as manufactured to the design and specifications of one of the following or an approved equal: Trulite Kawneer CRL Frontline Aluminum Storefront glazing systems vary with each project. Refer to plans and details for flush glazed and curtain wall systems required. PART 2 - SPECIFICATIONS A. The Framing System shall have a maximum face dimension of 2.50" and a maximum depth of 5" for both vertical and horizontal members. (Section profiles may vary w/manufacturer). All sections shall be of extruded aluminum alloy 6063 and a T5 temper. Glazing Gaskets shall be of EPDM or pvc extrusions. Assembly screws shall be of plated steel. Glass shall have a minimum bite of 518" on the perimeter. Glass types and SHGC requirements shall be as defined on the window schedule. All storefront framing and glass assemblies shall be impact rated. (Refer to Window Schedule to determine if single glazed, insulated or a combination of both). PART 3 - FINISH A. All exposed surfaces shall be free from unsightly scratches and blemishes. Aluminum sections shall be coated with one of the following options: 1. Anodized material: shall be given a caustic etch followed by an anodic oxide treatment. Color shall be: a) Dark Bronze AA M 12 C22 A42/44 b) Medium Bronze AA M12 C22 A40 c) Clear AA M12 C22 A21 d) Black AA M12 C22 A44 2. Powder coated materia: shall be given an acidic wash and etch and coated with one of the following: a) ARCHKOTE 6000 — 6 -YEAR WARRANTY MEETS OR EXCEEDS AAMA 605.2-85 b) TIGER DRYLAC — SERIES 19,6 -YEAR WARRANTY 08410-1 B. The option and color selected for this project is: DARK BRONZE ANODIZED — MATCH EXISTING. PART 4 - ERECTION A. The Storefront Glazing System specified shall be installed, in properly prepared openings, level, plumb and in alignment and consistent with acceptable erection techniques and practices. Frames shall be secured to the walls/jambs with approved fasteners to comply with manufacturer's NOA data. ***END OF SECTION*** 08410-2 SECTION 08700 - FINISH HARDWARE PART 1 — GENERAL 1.01 WORK NOT INCLUDED A. Rough Hardware B. Casework Hardware C. Installation of Hardware 1.02 GENERAL A. All exterior doors shall open outward or in direction of travel to an exit. B. Copies of the Hardware Schedule, templates and keying schedules shall be submitted to the Architect and approved before ordering. C. Exchange schedules and template lists, with related trades, for coordination with their Shop Drawings. 1.03 GUARANTEE A. The hardware supplier shall provide a written guarantee that all materials furnished under this Section will be free from defects in the materials and the workmanship for a period of one (1) year from the date of a final "Certificate of Occupancy". B. The hardware supplier, after a complete and thorough inspection by the Architect, shall further certify that all items furnished under this Section have been properly located, in accordance with the Hardware Schedule and the manufacturer's instructions. 1.04 SUBMITTALS A. Three (3) copies of the Hardware Schedule, complete with catalog cuts, shall be submitted for approval. Door numbers and hardware groups are not to be changed. B. Approval of the Hardware Schedule shall be for type, operation and finish only. 1.05 DELIVERY A. Each item of hardware shall be delivered to job site, packaged separately, complete with the necessary fasteners, screws and anchors. Provide templates and/or instructions as required. - B. Mark each item so as to correspond with the Hardware Schedule, identifying contents and defining location. 08700-1 PART 2 - PRODUCTS 2.01 HINGES A. All Hinges shall be STANLEY, HAGER, McKINNEY. B. Use three hinges per door leaf on all doors up to a door height of T-6"and width. up to T-0". Add an extra hinge for each additional twenty-four (24) inches of door height and widths over 36" to a maximum of 48". C. Provide the following size and type hinges unless otherwise noted in the hardware groups which takes priority. Provide non -removable pins for exterior doors. 1. Exterior Doors: 4-1/2" x 4-1/2", Stainless Steel 2. Interior Doors with Closers: 4-1/2" x 4-1/2", US26D finish 3. Interior Doors without Closers: 4-1/2" x 4-1/2", US26D finish D. Finish 1. Exterior Doors: Stainless Steel 2. Interior Doors: Satin Chromium Plated Finish 2.02 LOCKS & EXIT DEVICES A. All locksets shall be AS SPECIFIED ON THE HARDWARE SCHEDULE. All locks shall have a minimum throw of V2". Finish to be per the Finish Hardware Schedule. Functioning of the locks shall be as designated in the hardware groups. B. Locksets shall comply with the following additional requirements: 1. The hardware manufacturer will meet with the owner to finalize keying requirements and to obtain keying instructions in writing. 2. All cylinders will be (5 -pin interchangeable core type. All cylinders will be keyed to the existing Schlage key system. 3. All cylinders will be supplied with Temporary construction cores. Construction Cores and keys will be a different keyway (key section) than the final cores. 4. The following will be provided by the Contractor: a. 3 change keys each cylinder b. 4 Construction keys C. 2 Construction core removal keys d. 2 Each of all GGMK, GMK and MK's used in the system 08700-2 e. Catalog cuts and parts manuals 5. All keys shall be stamped "DO NOT DUPLICATE". 2.03 CLOSING DEVICES A. All hydraulic door closers shall be provided by one manufacturer and guaranteed for five (5) years. B. Door Closers shall be LCN, HAGER at all doors per schedule, fully hydraulic, full rack and pinion action. Closers shall have a separate adjustment for latch speed, general speed and back check. All closers and accessories, except special purpose types, whether applied to hinge side, stop face, over door or on bracket, shall be non -handed. All closers are to be installed on the room side of the door except where noted in the Hardware Schedule. All closers are to be installed with thru-bolts and five screws in the foot. 2.44 STOPS A. Wail Stops shall be AS SPECIFIED ON THE HARDWARE SCHEDULE, NOTE: Utilize; Rockwood Model 409, US26D/626 at all doors that have push button locks. This :model has a larger diameter recessed receiving hole. Wall stops to be utilized on interior/exterior frame walls to have solid wood backing to prevent drywall failure. Wall Stops WB 11 should be mounted to the wood base. Areas with Vinyl or Ceramic Tile Base should utilize the wall stops 50C/60C. 2.05 THRESHOLD. WEATHERSTRIP A. Thresholds and Weather stripping shall be PEMKO, HAGER to match the types and sizes indicated on the Hardware Schedule or detailed on the drawings. B. Provide screws and anchors as required. C. Finish to be per Schedule. 2.06 PLACEMENT OF HARDWARE Various items shall have the following heights and locations, unless otherwise indicated. (Heights are shown from finish floor to center line of item): A. Hinges: Standard Placement B. Cylindrical Lockset 38" 08700-3 C. Closer per manufacturer template to give maximum degree of opening. All closers to be mounted on room side of door. D. Stops: 1. Wall: On wall where knob or pull hits. 2. Floor: As per standard practice. 3. Chain Door: As per standard practice. 4. Over -Head: Per manufacturer template to give maximum degree of opening. All Over -Head stops to be mounted on room side of door. PART 3 - EXECUTION 3.01 KEYING A. All installed locksets shall be keyed to the Owner's satisfaction. Coordinate with Owner as to manufacturer, function and type prior to ordering specified locksets. B. Submit keying schedule, based on the instructions and prior approval of the Owner's representative, for final approval before ordering locksets. C. Delivery 1. All locks are to be delivered to the job site without the permanent key. All locks are to be keyed to the existing Owner's master key, if required. 2. A representative of the Hardw=are Supplier, upon the completion of the project, shall check all locks for proper location, operation and keying as well as deactivate the construction -key operation and transfer all locks to a permanent key operation. 3. All permanent keys shall be properly identified and tagged with a code number and location and shall be turned over directly to the Owner's representative. 4. Furnish six (6) maste- keys of each set to the Owner. 3.02 DESCRIPTION OF HARDWARE GROUP NUMBERS The following Hardware Schedule is to be used as a general guide. Special or unusual conditions not covered in the schedule will have hardware of a similar type and quality to meet the job conditions, and it shall be the hardware consultant's responsibility to insure that all hardware is supplied to meet job requirements and produce a complete job. ***END OF SECTION*** 12 March 2012 08700-4 SECTION 08710 - DOOR FINISH HARDWARE SCHEDULE 1.01 List of Materials and Approved Manufacturers HARDWARE TYPE: Hinges Locks Exits Door Closers Push/Pulls/Kick & Mop Plates Stops Thresholds Weatherstrip LISTED MANUFACTURER• Hager Best Corp. Von Duprin LCN Rockwood Rockwood Pemko Pemko APPROVED EQUALS: Stanley, Mckinney Corbin/Russwin,Yale, Schlage Precision Norton, CorbinjRusswin Brookline, Baldwin Ives, Baldwin Reese, Zero Reese, Zero DOOR HARDWARE SCHEDULE The Door Hardware Schedule is called out on the Door Schedule. The above manufacturers shall be utilized for each component of the door assembly. ***END OF SECTION*** 08710-1 SECTION 08800 - GLASS AND GLAZING PART 1- GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division - Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. Definition: "glass includes prime glass, processed glass, and fabricated glass. "Glazing" includes glass installation and materials used to install glass. Types of work in this section include glass and glazing for: Window units, sidelites, transoms Window wall Entrances and other doors, not indicated as "preglazed". B. Packaged mirror units are specified as "accessories" in section 10800. 1.03 QUALITY ASSURANCE A. Prime Glass Manufacturer: One of the following for each type/color/pattern of glass: ASG Industries. Inc. Guardian Industries Corporation Ford Glass Company Libbey-Owens-Ford Company PPG Industries, Inc. Visteon B. Certificate: Submit certificates from respective manufacturers attesting that glass and glazing materials furnished for project comply with requirements. C. Glazing Standards: Comply with recommendations of Flat Glass Marketing Assoc. (FGMA) "Glazing Manual" and "Sealant Manual" except where more stringent requirements are indicated. Refer to those publications for definitions of glass and glazing terms not otherwise defined in this section or other referenced standards. D. InstallerQualifications: Installation contractor specializing in glazing, with a minimum of 5 years experience on projects of similar size and also being an approved installer for the glazing product supplier. 08800-1 PART 2 - PRODUCTS 2.01 GLASS PRODUCTS Clear Heat -Treated Float Glass: Type I (transparent glass, flat), Class 1 (clear), Quality q3 (glazing select), fully tempered. Other glass products for impact resistance are called out on the drawings and may include, but are not limited to, safety laminate heat strengthened glass with an .090 inner liner. Thicknesses of laminated glass vary from 3/8 inch to 9/16 inch. Frames to receive the glass vary to achieve various levels of impact resistance per local and state codes. Refer to the drawings for a description of glazing and SHGC requirements. 2.02 GLAZING SEALANTS AND COMPONENTS A. General: provide color of exposed sealant/compound indicated or if not otherwise indicated, as selected by Architect from manufacturer's standard colors, or black if no color is as selected. Comply with manufacturer's recommendations for selection of hardness, depending upon the location of each application, conditions at time of installation, and performance requirements as indicated. Select materials, and variations or modifications, carefully for compatibility with surfaces contacted in the installation. B. 2 -Part Polysulfide Glazing Sealant (2Ps-GS): Elastomeric polysulfide sealant complying with FS TTS -227; Class A, Type 2; specially compounded and tested to show a minimum of 20 -years resistance to deterioration in normal glazing applications. Use for exterior applications. C. Acrylic -Emulsion Glazing Sealant (AcEm-GS): Emulsion of acrylic, with or without latex rubber modification; compounded specifically for glazing; non - hardening, non -staining, and non-bleeding. Use for interior applications. 2.03 GLAZING GASKETS A. Polyvinyl Chloride Glazing Caskets (PVC -GG): Extruded, flexible PVC gaskets of the profile and hardness shown, or as required for watertight construction; comply with ASTM D 2287. B. Cellular Neoprene Glazing Gaskets (PVC -GG): Extruded/molded, closed -cell, integral -skinned neoprene of profile required to maintain watertight seal; comply with ASTM C509, Type II, black. C. Vinyl Foam Glazing Tape (VF -GT): Closed cell flexible, self-adhesive, non - extruding, polyvinyl chloride foam tape; recommended by manufacturer for exterior, exposed, watertight installation of glass, with only nominal pressure in the glazing channel; comply with ASTM C 1667. 08800-2 2.04 MISCELLANEOUS GLAZING MATERIALS A. Cleaners, Primers, and Sealers: Type recommended by sealant of gasket manufacturer. B. Setting Blocks: Neoprene or EPDM, 70-90 durometer hardness, with proven compatibility with sealants used. C. Spacers: Neoprene of EPDM, 40-50 durometer hardness with proven compatibility with sealants used D. Compressed Filler (Rod) Ccp-FR): Closed cell or waterproof jacketed roof stock of synthetic rubber or plastic foam, proven to be compatible with sealants used, flexible and resilient, with 5-10 psi compression strength for 25% deflection. PART 3 - EXECUTION 3.01 STANDARDS AND PERFORMANCE A. Watertight and airtight installation of each glass product is required, except as. otherwise shown. Each installation must withstand normal temperature changes, wind loading, impact loading (for operating sash and doors), without failure including loss or breakage of glass, failure of sealants or gaskets to remain watertight and airtight, deterioration of glazing materials and other defects in the work. B. Protect glass from edge damage during handling and installation, and subsequent operation of glazed components of the work. During installation, discard units with. significant edge damage or other imperfections. C. Glazing channel dimensions as shown are intended to provide for necessary bite on glass, minimum edge clearance, and adequate sealant thicknesses, with reasonable tolerances. Adjust as required by job conditions at time of installation. D. Comply with combined recommendations and technical reports by manufacturers of glass and glazing products as used in each glazing channel, and with recommendations of Flat Glass Market Assoc. "Glazing Manual", except where more stringent requirements are indicated. 3.02 PREPARATION FOR GLAZING A. Clean glazing channel and other framing members to receive glass, immediately before glazing. Remove coatings which are not firmly bonded to substrate. Remove lacquer from metal surfaces where elastomeric sealants are used. B. Apply primer or sealant to joint surfaces where recommended by sealant manufacturer. 08800-3 3.03 GLAZING A. Install setting blocks of proper size in still rabbit, located 1/4 of glass width from each corner. Set blocks in twin course of heel -bead compound, if any. B. Provide spacers inside and out, or proper size and spacing, for glass sizes larger than 50 united inches, except where gaskets or preshimmed tapes are used for glazing. Provide 1/8" minimum bite of spacers on glass and use thickness equal to sealant width, except with sealant tape used thickness slightly less than final compressed thickness of tape. C. Set units of glass in each series with uniformity of pattern, draw, bow and similar characteristics. D. Voids and Filler Rods_ Prevent exudation of sealant or compound by forming voids or installing filler rods in channel at heel of jambs and head (do not leave voids in sill channels), except as otherwise indicated and depending on light size, thickness and Type of glass, and complying with manufacturer's recommendations. E. Force sealants into channel to eliminate voids and to ensure complete "wetting" or bond of sealant to glass and channel surfaces. F. Tool exposed surfaces of glazing liquids and compounds to provide a substantial "wash" away from glass. Install pressurized tapes and gaskets to protrude slightly out of channel, so as to eliminate dirt and moisture pockets. G. Clean and trim excess glazing materials from glass and stops or frames promptly after installation, and eliminated stains and discoloration. H. Where wedge-shaped gaskets are driven into one side of channel to pressurize sealant or gasket on opposite side, provide adequate anchorage to ensure that gasket will not "walk" out when installation is subjected to movement. Anchor gasket to stop with matching ribs, or by proven adhesives, including embedment of gasket tail in cured heel bead. I. Gasket Glazing: Miter cut and bond ends together at comers where gaskets are used for channel glazing, so that gaskets will not pull away from corners and result in voids or leaks in glazing system. J. Structural Gasket Glazing: Cut zipper strips slightly long, to enure tight closure. Lubricate zipper strip and us.- special tool to install zipper. Do not lubricate glazing channel or anchorage rabbet. Comply with details as shown and manufacturer's instruction, including possible use of liquid sealants and weep holes. 08800-4 3.03 CURE. PROTECTION AND CLEANING A. Protect exterior glass from breakage immediately upon installation, by use of crossed streamers attached to framing and held away from glass. Do not apply markers to surfaces of glass. Remove nonpermanent labels and clean surfaces. Cure sealants for high early strength and durability. B. Remove and replace glass which is broken, chipped, cracked, etched, abraded or damaged in other ways during construction period, including natural causes, accidents and vandalism. C. Wash and polish glass on both faces not more than 4 days prior to date scheduled for inspections intended to establish date of substantial completion in each area of project. Comply with glass product manufacturer's recommendations for final cleaning. Sub -contractors performing glass and window cleaning must be fully insured to replace damaged glass as a direct result of their negligence. The general contractor is ultimately responsible for replacing all damaged glass. ***END OF SECTION*** 08800-5 SECTION 09100 - LATHING AND STUCCO 1.01 GENERAL A. All applicable provisions of the General Conditions are a part of this section. B. Furnish all labor, materials, tools, equipment, etc., and services necessary and incidental to the complete fabrication, furnishing and erection of this section as shown, noted, detailed and reasonably implied on the drawings and in the specifications. C. All lathing, plastering, and stucco work, in addition to conforming to this section, shall conform to the American "National Standards Specifications A42.2 and A42.3. 1.02 MATERIALS Stucco A. Do not use any precolored stucco mixes. B. Premix stucco bag mix shall conform to ASTM C-926, Gray. C. Sand shall be clean, sharp, fine, sand conforming to ASTM C-144. D. Water shall be clean, fresh, portable and free from mineral organic substances that would affect the set of stucco. Metal Lath A. Self-fiuring metal lath shall be expanded metal lath with staggered indentations spaced 3 -'/z" apart horizontally and 2" apart vertically with indentations of depth to hold lath a minimum of 1(4" away from back-up material. Lath shall be hot dipped galvanized for interior and exterior use and shall weigh 3.4 pounds per square yard. B. Metal lath to be used where supports are spaced over 16" on centers shall be hot dipped galvanized, expanded metal lath stiffened with 3l8" ribs spaced 4" on center, weighing a minimum of 3.4 pounds per square yard. C. Sheets secured to supports at inte:--�,als not exceeding six inches (6"). PIace ties where sides of sheets lap at supports, and at side laps or sheets between supports. Tie wire to be not less than 18 ga. galvanized wire. D. Diamond -mesh lath lapped at sides not less than '/2" and at ends not less than V. End laps of sheets should general -.,y occur only over supports; if between, end of sheets to be laced or adequately tied with #18 ga., galvanized, annealed wire. 09100-1 E. No paper backed laths will be accepted. Remove paper backings on any laths supplied to the job site. Utilize 30# felt roofing paper or backing as called out on the plans. F. Install according to ASTM C 1063. 1.03 MIXING AND APPLICATION A. Before the application of stucco masonry, all surfaces shall be clean and free from defect. Concrete surfaces to receive stucco shall be coated with a bonding agent to insure proper bond_ Dampen masonry surfaces with a fog spray immediately prior to application so as to prevent excessive withdrawal of moisture from the stucco. B. Stucco shall be applied in three (3) coats to a total thickness of 3/4" over specified metal lath and in two (2) coats to a total thickness of 5/8" on concrete or masonry. Finish coat to be installed as per manufacturer's recommendations of approximately 1/4" thickness with surface finishes as scheduled on the building elevation drawings. When textured surfaces are specified, troweled or sprayed, the General Contractor shall submit a XX T sample board to the Architect for approval, PRIOR to applying the finish coating of stucco to the building. C. Cross rake all scratch coats in order to form a mechanical bond with brown coats. .Lightly cross -scratch all brown coats of plaster in order to form a mechanical bond with the finish coat. D. Keep each base coat moist for at least 48 hours; commence moistening as soon as plaster is hardened sufficiently to prevent injuries. If atmospheric conditions are hot and dry, curing time shall be extended as necessary to at no additional cost to the Owner. Allow base coat to cure for a minimum of seven (7) days before applying finishing coat. E. FINISH COAT, when scheduled as a sponge finish, shall be free from waves, dents, trowel marks, and shall be a smooth sponge finish. Do not deviate more than plus or minus I/4 inch in 10 feet from a ,rue plane in finished surfaces. F. Plaster and stucco used for patching and replacing existing work shall be mixed, applied and finished to match adjacent surfaces. G. Apply stucco in accordance with ASTM C-926. 09100-2 1.04 CLEANING A. After completion of work, all scaffolding, tools, and other equipment shall be removed from the building, taking care not to damage work of other trades. All cement plaster rubbish shall be removed and the building left broom clean. B. Stucco Contractor is responsible for protecting all existing work, windows, doors, equipment, etc. from stucco residue during application. Clean any residue that may exist at completion. of work. 1.05 STUCCO ACCESSORIES NOTE: REFER TO PLANS, SECTIONS, DETAILS AND ELEVATIONS FOR SPECIFIC TYPE AND PLACEMENT PER PROJECT. A. Casing Beads: 1. For interior use shall be forrned of 24 -gauge Galvanized Steel, ASTM A525-81, A527-80, A446 (.0179 thickness G90 gale.). 2. For exterior use, where scheduled, shall be formed of Solid Zinc Alloy, type #66 as manufactured by U.S. Gypsum Company, #66 as manufactured by Inland Steel Company, type #66X as manufactured by Keene Products or an approved comparable product. Zinc shall be Alloy 190, ASTM B69-89 (.0179 thickness). 3. For exterior use, where scheduled, shall be Rigid Vinyl (PVC, Unplasticized Polyvinyl Chloride), type 6658 or 6675 as manufactured by Vinyl Corporation, or an approved comparable product. ASTM D-1784-81 cell class 13244C. B. Interior corner beads shall be fabricated of 26 ga. galvanized, type 1, as manufactured by National Gypsum Co., 1-A as manufactured by National Gypsum Co., 1-A as manufactured by U.S. Gypsum Co., or 41 as manufactured by Inland Steel Products Co., or an approved comparable product. C. Control Joints, Expansion Joints,Channel Reveals 1. For exterior use, where scheduled, on flat vertical and horizontal surfaces shall be Solid Zinc Alloy as manufactured by U. S. Gypsum Company, Inland Steel. Company, Keene Products, or an approved comparable product. Profiles and configurations vary greatly; refer to plans and details for product numbers and applications. 2. For exterior use, where scheduled, shall be Rigid Vinyl (PVC, Unplasticized Polyvinyl Chloride), as manufactured by Vinyl Corporation or an approved comparable product. Profiles and configurations vary greatly; refer to plans and details for product numbers and applications. ASTM D-1784-81 cell class I3244C. ASTM C 1063-86. 09100-3 D. Inside corner Expansion Joints for interior or exterior applications, when scheduled or depicted on the drawings, shall be vinyl, Model 3058 or 3075, as manufactured by Vinyl Corporation, or an approved comparable product. ASTM D-1784-81 cell class 13244C. ASTM C1063-86. E. Fascia Drip Screed for exterior application, when depicted or scheduled on the drawings, shall be vinyl, Model DS 15-75 by Vinyl Corporation, or Model 540-75 by Plastic Components, or an approved comparable product meeting ASTM D-1784-81 cell class 13244C, and ASTM C-1063-86. 1.06 EXECUTION A. Quality -Follow recommendations and specifications for strict installation. Allow adequate time for each of three (3) coats to dry before going on with the next coat. B. Stucco Accessories: 1. The stucco contractor shall request a project walk -around with the Architect prior to installing any exterior stucco and exterior stucco accessories to insure all conditions, materials, and applications are understood. 2. Corner beads, for interior applications only, shall be installed on all corners and. edges of corner openings. Corner beads shall extend the full height of the corners on which they are applied and shall act as a ground. 3. Casing beads shall be applied where stucco stops and other products begin, or where indicated on plans and details. 4. When applying vinyl products, all intersections, end butts and end miters shall have manufacturer's approves sealant placed at raw edges to adhere the sections prior to application of stucco. C. Metal lath shall be applied with long dimension of sheet across supports. D. Control Joints and Expansion Joints shall be installed in exact locations shown, or as to check shrinkage and expansion cracks. Do not fill any throats of control joints with sealants. Painting of all stuc--o accessories is recommended. E. Inside -Corner Expansion Joints shall be installed in exact locations shown on details. ***END OF THIS SECTION*** 09100-4 SECTION 49250 - GYPSUM DRYWALL 1.01 GENERAL A. Gypsum Board Standard: ASTM C 840 B. As manufactured in the United States by one of the following approved companies: 1. United States Gypsum Co. 2. National Gypsum Co. 3. Georgia-Pacific Gypsum Co. 1.02 MATERIALS A. Drywall Materials: Exposed Gypsum Board ASTM C 36 1. Long Edges: Standard taper a. '/2" Gypsum Drywall (Regular). b. i/2" Moisture -Resistant Gypsum Drywall. c. 5/8" Gypsum Drywall (Regular). d. 5/8" Moisture -Resistant Gypsum Drywall. e. 5/8" Type -X Fire Resistant Gypsum Drywall £ 5/8" Vandal Resistant (High Impact) Gypsum Drywall. B. Trim Accessories: Provide manufacturer's standard metal trim accessories, of the beaded type with face flanges for concealment in joint compound except where semi -finishing or exposed type is indicated. See plans and details for specific locations and conditions. C. Provide corner beads at external corners. Install with nails or screws at minimum of 16" on center. No crimp bead will be accepted unless in combination with nails or screws. As an alternate use Ultratrim-Outside 90 as manufactured by No-Coat.www.no-coat.com 1-888-662-6281 D. Provide edge trim of the shape indicated where edge of gypsum board would otherwise be exposed or semi -exposed; L -type for abutment at edges, other U - type except special kerfed-type where kerf is provided in adjoining work. See plans and details for specific locations and conditions. E. Gypsum Board Fasteners: Self" drilling, self -tapping, bugle head, screws. F. Joint tape: ASTM C 475, performed, Type II. G. Joint Compound: ASTM 475, Type 1. H. Provide water-resistant type MR manufactured by United States Gypsum 09250-1 Company for use with water-resistant backing board and cementitious substrate backing board. 1.03 DRYWALL INSTALLATION AND FINISHING A. Install gypsum boards in lengths and directions which will minimize number of end joints, and avoid end joints in central area of ceilings. Install walls and partitions with exposed gypsum boards vertical, with joints offset ion opposite sides of partitions. Otherwise, install boards with edges perpendicular to supports, with end joints staggered over supports, except where recommended in a different arrangement by manufacturer. Install as per UL#U305 for 1 hour rating when utilizing rated panels or as specified on the Life Safety Plans. B. Form "Floating": Construction for gypsum boards at internal corners, except where special isolation or edge trim is indicated. C. Screw gypsum boards to supports. D. Drywall Finishing: Except as otherwise indicated, apply joint tape and joint compound at joints (both directions) between gypsum boards. Apply compound at accessory flanges, penetrations, fasteners heads and surface defects. E. Apply compound in three (3) coats (plus prefill of cracks where recommended by manufacturer); sand after last two (2) coats to achieve a Level 4 or Level 5 finish per U.S. Gypsum Corporationguidelines. Refer to the Room Finish Schedule for Ievel of finish required for this project. F. Ceiling Finish as per Finish Schedule on the Construction Plans. Where a textured ceiling is called for on the drawings the drywall finisher shall provide a 24" X 24" sample board for approval by the Owner prior to applying any finished ceiling textures. G. The drywall installer shall notify the General Contractor of walls out of plumb in the vertical or horizontal direction, as well as the absence of proper wall, soffit, overhead deadwood blocking, pipe and wire plate protectors prior to installing drywall. Finished walls shall be no more than 3/16" out of dead straight within any (six) 6 -foot direction. Walls not conforming to this standard shall be removed and replaced at the General Contractors expense. H. The drywall contractor shall remove all debris associated with his portion of the work and remove all dried finishing compound from the floors. All scrap drywall sections must be taken to a scrap yard by the subcontractor for recycling of the gypsum product. ***END OF THIS SECTION*** 09250-2 SECTION 09510 - LAY IN PANEL CEILINGS (See schedule next page) A. GENERAL 1. Acceptable Manufacturers: a. Grid System: Chicago Metallic Corporation Donn Corporation U.S. Gypsum Corp. W.J. Haertel Division; Leslie -Locke National Rolling Mills Company Armstrong Ceilings b. Lay -in -Panels: Celotex Armstrong Conwed U.S. Gypsum 2. Product delivery storage and handling: Store materials in protective packaging to prevent soiling or physical damage. & PRODUCTS 1. Lay -in Panels: As per the attached schedule included in this specification section, or an approved equal. 2. Grid Systems: With all components conforming to the requirements of ASTM C- 635 in a low -sheen, baked -on white enamel finish or in a color and material to be selected by the Architect. See the plans for a complete description. 3. Perimeter Molding: Channel formed, of not less than 22 -gauge steel, 1" horizontal exposed face with exposed edge hemmed; low sheen, baked -on white enamel finish or in a color to be selected by Architect. 4. Suspension System- a. Hangers: Annealed zinc -coated wire #12 gauge or heavier. b. Carrying Channels: 1-1 /2" x 3/4 x # 16 gauge for greater spans. C. EXECUTION 1. Condition of Surfaces: Examine surfaces scheduled to receive suspended or directly attached lay in panels for unevenness, irregularities that would affect quality or execution of work. Install ceiling system in strict accordance with the manufacturers printed specifications. 2. Cleaning: Clean soiled units after installation. 3. Remove and replace damaged or improperly installed units. 09510-1 SCHEDULE OF SELECTED CEILINGS: Location Type Lay In Panel & Grid Typical Throughout I ARMSTRONG 24" X 24" X 7/8" Cirus Open Plan 583 Beveled Tegular, Class - A, w/ 9/16" silhouette bolt slot grid or match existing. ***END OF SECTION*** 09510-2 SECTION 09650 - RESILIENT FLOORING AND BASE PART I - General 1.01 RELATED DOCUMENTS: The Bidding and Contract Docu-~rents, General Requirements and Addenda as may be issued prior to bidding, shall govern the work under this section. 1.02 DESCRIPTION• A. Provide resilient flooring, vinyl or rubber base, and related items and their installation. Refer to Finish Schedule for description of base being utilized. B. Related Work Specified Elsewhere: Section 0.9680 & 09681- Carpeting. 1.03 QUALITY ASSURANCE: Acceptable Manufacturer - Select product of the following manufacturers or equal: B. Tarkett Floor Products C. Congoleum D. Mannington E. Armstrong: Azrock F. VPI Premium Wall Base G. Roppe Rubber Corporation: Wall Base H. Burke Mercer: Rubber or Vinyl Wall Base I. Johnsonite Wail base J. Marley: Flexco K. Armstrong: Vinyl or Rubber Base L. Allstate: Rubber Base and Flooring 1.04 SUBMITTALS: A. Literature: Submit manufacturers specifications and installation instructions for each type of material specified. B. Samples: Submit 12" X 12" samples of all materials specified in this Section for approval and color section. C. Maintenance Data: Furnish list of recommended maintenance products and recommended maintenance methods and procedures. 1.05 PRODUCT HANDLING: Deliver and store on the site in original containers with seals unbroken and labels intact until time of use. 09650-1 1.06 ENVIRONMENTAL REOUIREMENTS• Temperature of the rooms shall be 70 F. (21 C.) Minimum for 24 hours prior to installation, during installation, and for 48 hours after installation. PART2-PRODUCTS 2.01 MATERIALS: A. Vinyl Comnositon Tile (VCT): Provide tile complying with FS -SS -T -312B, Type IV, Composition 1 (asbestos free). Colors as selected by Architect, 15% of which shall be feature tile and strips. Size of tile: 12" x 12" x 1/8". B. Inlaid Commercial Sheet Vinyl Flooring: Inlaid composite with compression - resistant vinyl chips on flexible backing, with am approved mildew protection throughout all layers. Static load Iimit of 125 p.s.i., Nominal thickness of 0.085 inch; Wear layer thickness 0.050 inch, roll width 6, 8, 9, or 10 feet, Pattern to be omnidirectional, color as selected by the Architect and approved by Owner. Meet Federal Specification SS -T -312B, Type 11I, Vinyl. C. Vinyl or Rubber Base: 4" high x 1/8" thick roll stock only, (see finish schedule for different locations and types of base). D. Low -Emitting Adhesive: Provide waterproof stabilized type as recommended by the flooring manufacturer and as outlined in its Technical Manual complying with Specifications Section 07900 Sealants and Adhesives. E. Concrete Slab Primer: Non -staining type as recommended by the flooring manufacturer. F. Wax: As recommended by the flooring manufacturer. G. Reducer Strias: Beveled edge, V wide, 1/8 " thick tapered. R Feature Strip: Provide where no threshold or saddle is scheduled between rooms, with flooring of same type and manufacturer, in a different color and width to match doorjamb. PART 3 - INSTALLATION 3.01 PREPARATION OF SURFACE: A. The contractor is to carefully examine substrate and conditions to which the VCT the is to be applied. Any conditions detrimental to work under this Contract shall be reported to the General Contractor in writing. Failure in this respect shall constitute an acceptance of the base to which his work is to be applied and any further corrections to be made in his work will be done at this contractor's expense, insofar as his work is concerned. This Contractor will only be required to patch 09650-2 minor holes or cracks, with suitable materials, before applying the resilient flooring. B. Do not commence work until other trades have completed their work. C. Fill all cracks, holes, etc. in concrete sub -floor with fillers as recommended by manufacturer of resilient flooring. 3.02 INSTALLATION: A. Apply primer, if recommended by the resilient material. manufacturer, prior to application to adhesive. B. Resilient Flooring shall be installed in accordance with the manufacturer, prior to application of adhesive. Wood floor faces shall be fully sanded to receive adhesive. C. Install reducer strips where VCT abuts concrete floor. D. Centeriniz: 1. Establish center lines for tile patterns both ways with respect to principal walls in areas or rooms. Start laying file from center lines; keep joints parallel to principal walls. 2. Where field pattern is not a whole number of units, lay out the pattern so that the edge units are not smaller than half units (except corner pieces). E. Uniformity: If vinyl composition tile, use file from contents of at least two different containers so that pattern will be uniform and not spotty due to the variance that may be found in different containers. Use tile from one mill run. F. Application of Adhesive 1. Evenly spread approved adhesive on prepared surfaces as recommended by manufacturer; within the time recommended by manufacturer; embed each tile firmly in place to assure proper bond. In wet areas; such as toilet rooms, or rooms with floor drains, utilize a waterproof adhesive complying with the Low -Emitting requirements per Specification Section 07900- Sealants and Adhesives. 2. Cover only that amount of area which can be covered by resilient flooring within recommended working time of the adhesive. G. Laving Vinyl Composition Tile 1. Lay file with grain in all file running in the same direction (generally parallel with the short wall of the room). 09650-3 2. Where necessary, cut tiles neatly and snugly around pipes and at other vertical projections. Provide hairline joints, cut straight and true. Seal tile joints at pipes with waterproof cement. 4. Provide tiles level and flush with the surface of adjoining tiles. 5. Immediately remove stains, spots and smears of adhesive. H. Installing Base Do not install base until plaster, painting or other backing materials has thoroughly dried. Install bases on walls, including walls behind movable equipment. 2. Extend bases into closets offsets and adjoining areas scheduled to receive base. 3. Firmly cement bases to previously prepared surfaces, using an approved recommended adhesive. 4. Fit base joints tight and align top and bottom edged in firm contact with walls and floors throughout its entire length. 5. Install base in carpet areas after carpet has been installed. 6. Provide factory exterior and interior corners where clearance is available. I. Installing Edge Strips: 1. Install edge strips with adhesive wherever exposed the edges occur. 2. Where the stops az doorways, set edge strips directly under doors. 3.03 CLEANING AND FINISHING: A. After flooring has been laid and adhesive is thoroughly cured, clean and finish resilient floors as recommended by tile manufacturer. Install two coats of wax and machine buff.. B. Keep traffic off finished floors. Protect all floors as necessary' with reinforced Kraft building paper and tape joints. Maintain this paper cover and otherwise protect floor until acceptance. C. Provide 20 square feet of extra stock of each color used. Provide 8 linear feet of extra stock of each color and size of base used. Each product to be left with General Contractor for delivery to towner at completion of the job. ***END OF SECTION*** 09650-4 SECTION 09900 - PAINTING 1.01 GENERAL 1. Submittals: a. In addition to manufacturer's data, application instructions, and label analysis for each coating material, submit samples for Architect's review of color and texture only. Resubmit samples if requested until required sheen, color and texture is achieved. Submittals must also include material requirements data per Article 1.08. b. On 8" x 8" hardboard, provide two (2) samples of each color and material, with texture to simulate finish conditions. c. On wood surfaces provide two (2) 4" x 8" samples for natural and stained wood finish. d. On actual wall surfaces and other building components, duplicate painted finishes of acceptable samples, for approval by the Architect. 1.02 DESCRIPTION OF WORK 1. Painting and finishing of interior and exterior items and surfaces, unless otherwise indicated. 2. Paint exposed surfaces, except as otherwise indicated, whether or not colors are designated. If not designated, colors will be selected by Architect from standard colors available for the coatings required. 3. Work Not Included: Unless otherwise indicated, shop priming of ferrous metal items and fabricated components are included under their respective trades. Unless otherwise indicated, painting not required on surfaces of concealed areas. Finished metals such as anodized aluminum, stainless steel, bronze, and specialty metals will not be painted. Do not paint any moving parts of operating units, or over any equipment identification, performance rating, name or nomenclature plates or code - required labels. 1.03 DELIVERY AND STORAGE 1. Deliver materials to job site in new, original, and unopened containers bearing manufacturer's name, trade name, and label analysis. Store where indicated in. accordance with manufacturer's instructions. 09900-1 1.04 PROTECTION: 1. Protect work of other trades. Correct any painting related damage, by cleaning, repairing or replacing, and refinishing, as directed by Architect. 1.05 PROJECT CONDITIONS: 1. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 98 degrees. Do not apply paints in rain, fog or mist; when relative humidity exceeds 95 percent; at temperatures less than 5 degrees F above the dew point; or to damp or wet surfaces. 2. Provide finish coats which are compatible with prime paints used. Provide barrier coats over incompatible primers where required. Notify Architect in writing of anticipated problems using specified coatings with substrates primed by others. 3. Surface Conditions: Apply paint and coatings when the following surface conditions have been met: a. Interior Drywall - 12% maximum moisture content. b. Exterior Stucco and Cementitious Wall Panels- 12% maximum moisture content. c. Exposed Wood, Wood Doors, Wood Trim- 15% maximum moisture content. 1.06 EXTRA MATERIALS: 1. Provide a minimum of 1 gallon of each material and color of paint as materials applied that are packaged and stored with identification labels describing contents. 1.07 SURFACE PREPARATION: 1. Perform preparation and cleaning procedures in strict accordance with coating manufacturer's instructions of each substrate condition. 2. Remove hardware and accessories, machined surfaces, plates, lighting fixtures and similar items in place that are not to be finish -painted or provide surface -applied protection. Re -install removed items and remove protective coverings at completion of work. 3. Seal all wood required to be job -painted. Prime edges, ends, face, undersides and backsides of counters, cases, fascias, soffits, cabinets, counters, etc. 09900-2 4. Back -prime with one coat on interior paneling only where masonry, plaster, or other wall construction occurs on backside. 5. Seal tops, bottoms, and cut-outs of wood doors with heavy coat of quick drying sealer immediately upon delivery to job. Do not paint door UL Labels. 1.08 MATERIAL REQUIREMENTS: 1. Paints and coatings used on the interior of the building (i.e., inside of the weatherproofing system and applied on site) must comply with the following criteria as applicable to the project scope: a. Architectural paints and coatings applied to interior walls and ceilings must not exceed the volatile organic compound (VOC) content limits established in Green Seal Standard GS -11, Paints, 1" Edition, May 20, 1993. b. Anti -corrosive and anti -rust paints applied to interior ferrous metal substrates must not exceed the VOC content limit of 250 g/L established in Green Seal Standard GC -03, Anti -Corrosive Paints, 2nd Edition, January 7, 1997. c. Clear wood finishes, floor coatings, stains, primers, sealers and shellacs applied to interior elements must not exceed the VOC content limits established in South Coast Air Quality Management District (SCAQMD) Rule 1113, Architectural Coatings, rules in effect on January 1, 2004. 1.09 MATERIAL PREPARATION: 1. Mix, prepare, and store painting and finishing materials in accordance with manufacturer's directions. 1.10 APPLICATION: 1. Apply painting and finishing materials in accordance with manufacturer's directions. Use applicators, and techniques best suited for materials and surfaces to which applied, but in no case will spray application be used unless approved by Architect. 2. Apply additional coats when undercoats, stains, or other conditions show through final paint coat, until paint film is of uniform finish, color and appearance. 3. Paint surfaces behind movable equipment same as similar exposed surfaces. Paint surfaces behind permanently fixed equipment with prime coat only before equipment is installed. 4. Finish exterior doors on tops, bottoms and edges same as exterior faces, unless otherwise indicated. Do not paint door UL Labels. 5. Sand lightly between succeeding enamel, urethane or varnish coats. 09900-3 6. Omit first coat (primer) on metal surfaces which have been shop -primed and touch-up painted, unless otherwise specified. 7. Apply prime coat to material which is required to be painted or finished, and which has not been prime coated by others. 8. Apply each material at not less than the manufacturer's recommended spreading rate, to provide a total dry film to thickness of not less than 4.0 mils for entire coating system of prime and finish coats for (3) coat work. 9. Provide a total dry film thickness of not less than 2.5 mils for entire coating system of prime and finish coat for two (2) coat work. 1.11 COMPLETED WORK: I . Match approved samples for color, texture and coverage. Remove, finish or repaint work not in compliance with specified requirements. 1.12 TOUCHING UP AND CLEANING: I . Upon completion, all touching up as required shall be done and paint removed from all surfaces which are not specified to receive paint. 1.13 PAINT, GENERAL: 1. Material Compatibility: a. 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. b. 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. 1.14 PAINTING SCHEDULE The following paints specified shall be manufactured by one of the following manufacturer's or an approved, comparable product: Benjamin Moore Paints Sherwin Williams Paints Porter Paints Devoe Paints MAB Paints ICI Paints 09900-4 Armourcoat, USA NOTE: Color selections to be by the Owner, the Architect, and/or the Interior Designer. See Finishes Schedule on the plans for location of paint. When more than five (5) colors are selected for interior or for exteriors, a painting upcharge shall be negotiated prior to application of paints. A. Exterior wood Trim, One (1) coat sealer primer on all faces and edges Wood Siding, Wood Two (2) coats Benjamin Moore Exterior Acrylic Fascias & Soffits, Etc.: Latex paint on exposed surfaces. B. Interior Drywall: Two (2) coats Benjamin Moore Regal AquaVelvet Eggshell (319) over base sealer coat. Specialty finishes may apply also. C. Galvanized Metal: One (1) coat Benjamin Moore Galvanized Iron Primer. Two (2) coats Benjamin Moore Meta -lactic Paint. D. Metal Surfaces: Structural Steel Beams & Columns, Wall gins, Roof purlins, Fire Sprinkler Riser Assemblies, Steel Trusses, Steel Tanks: Exterior Exposed — Two (2) coats Benjamin Moore Retard -X Rust Inhibitive Latex P_imer 162 over the shop delivered primer, welds and bolts. Allow a minimum of 4 hours between coats. Finish with two (2) coats Benjamin Moore Eggshell alkyd house paint 108. Interior Exposed — Same applications but one (1) coat only of latex Primer 162. NOTE: All galvanized metal to be washed with mineral spirits to remove any oil. E. Exterior Stucco and One (1) coat Benjamin Moore Masonry sealer. Two (2) Cementitious Wall coats Benjamin Moore Latex, or Acrylic Latex paint. Flat Panels: finish. F. Steel Doors Spot prime any scratches in factory primer with Benjamin & Frames: Moore Iron Clad Rust Inhabiter Red Oxide. Finish with (2) coats Benjamin Moore oil based. or water based enamel, (semi -gloss). G. Wood Doors and (When Finish Schedule calls for Painted): Trim (Interior) One (1) coat sealer primer. Two (2) coats Benjamin Moore oil based enamel, (semi- gloss). H. Wood Doors and ( When Finish Schedule calls for Sealed): Trim, (Interior) Three coats of Satin Finish clear urethane, lightly sanded between coats. I. Interior Aluminum or Steel Handrails: One coat metal primer and two coats shop applied industrial enamel, or factory powder coating, (both gloss finish). 09900-5 J. Exposed finish Grade Concrete Block: One coat block filler and sealer primer. Specialty Paint, two (2) coats acrylic latex, over primer in accordance with the Manufacturers Specifications. K. Exterior Aluminum Tubing, Handrails, Guardrails, Caps, Cast Trim and Frames: Powder coated after completed fabrication and assembly and prior to installation. Powder Coat RAL standard color as specified on Architectural Details. L. Exterior Architectural Masonry Units (such as decorative split faced, split ribbed, and smooth faced colored block, and any manufactured stone such as Herpel), including the mortar used to set the units, shall be sealed with a water repellent - anti graffiti coating after installation and cleaning of all block faces. EXCEPTION: If the block manufacturer supplies an integral water repellent admixture in their block and a water repellent is added to the grout (mortar) during installation, then no exterior sealer is required. M. Toilet Room Walls: Apply water base epoxy coating full height on the wall materials scheduled in toilet rooms/bathrooms, to achieve an impervious finish. NOTE: DO NOT APPLY EPDXY PAINTS TO ANY INTERIOR FACES OF BARE BLOCK AT MASONRY EXTERIOR WALLS. UTILIZE LATEX PAINTS WITH BREATHABILITY OF 1 PERM OR GREATER. 1. ON INTERIOR MASONRY - Semigloss Finish using Sherwin Williams Paints. a. 1St coat: S -W KEM CATI-COAT EPDXY FILLER/SEALER B42 WA8B42 WA9 (87-108 sq. ft./gal @ 8-10 mild dry). b. 2nd coat: S -W Water Based Catalyzed Epoxy B70/B60 V25. c. 3rd coat: S -W Water Based Catalyzed Epoxy B70/B60 V25, (8mils wet, 3 mils wet per coat). 2. ON DRYWALL - Semi -Gloss Finish using Sherwin Williams Paints. a. 1St coat: S -W PrepRite 200 Latex Primer, B28W200, (4 mils wet, 1.2 mils dry). b 2nd coat: S -W Heavy Duty Epoxy, B67 Series/1360 V3. (3 mils dry per coat) c. 3rd coat: S -W Heavy Duty Epoxy, B67 Series/ B60 V3. (3 mils dry per coat) 09900-6 N. Stained Concrete Floors when called for on Finish Schedule: Two coats solid color stain material as per Specification Section 09940. Apply over a clean, cured, dry, dirt and dust free, lightly broomed finished concrete slab. Color as selected by the Architect. Make a special. effort to never apply concrete sealers to any surface to receive concrete stains. O. Specialty Coatings, when scheduled on the Interior Finish Schedule, shall be placed in accordance with manufacturer's specification for application and protected until the project is occupied by the end user. P. Specialty coatings approved, when scheduled on the interiors include: a. Amourcoat b. Polymix " END OF THIS SECTION*** 09900-7 SECTION 10260 - CORNER GUARDS PARTI-GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division - Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK Furnish and install, as detailed, as located on the Drawings, at all exterior doors with drywall corners, and at corridor interior corners C/S Acrovyn Surface Mounted Corner Guard 90 degree Models SM20, SSM -20 and the 135 -degree Model SM -20M. All as manufactured by Construction Specialties, Inc. or an approved equal. Complete details, locations and samples of selected models and colors, including end caps, and mounting hardware shall be submitted to the Architect for approval. 1.03 APPROVED MANUFACTURER'S OR EQUAL Construction Specialties, Inc., Aerovyn Arden Architectural Balco Metalines, Inc. IPC/InPro Corp. Korogard, RJF International Inc. Pawling Corporation, Pro Tek 1.04 MATERIAL Comer guards shall be manufactured from .078" thick nominal high impact vinyl/acrylic extrusions, designed to absorb and resist abrasions under impact. The extrusion shall include a matte finish pebblette grain surface, and be supplied in a color to be selected by Owner & Architect. Continuous retainers shall be a minimum .063" thickness. End caps and mounting hardware shall be furnished to complete the assembly. 1.05 DESIGN Corner guards shall be securely locked in place yet provide for free-floating action to absorb heavy impact without damage to guard, retainer or adjacent wall. Corner guard shall be straight and true over full length. 10260-1 1.06 PERFORMANCE Vinyliacrylic extrusions shall be U.L. tested, Classified and Labeled reflection a Class I Fire Rating in accordance with UL=723 (ASTM -E84-91 a) (CAN 4S 102-2-M83 in Canada) test procedures. Chemical and stain resistance shall be per CSAV-280 standards, established by manufacturer. Color shall be integral with components matched in accordance with SAE J -1545 -(Delta E) with color difference no greater than 1.0 units using the Hunter (Lab) scale. Impact tested in accordance with applicable provisions of ASTM -F476-76. ***END OF THIS SECTION*** 10260-2 SECTION 10520 - PORTABLE FIRE EXTINGUISHERS AND CABINETS PART I - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. Definition: "Portable fire extinguishers" includes units which can be hand -carried as opposed to those which are equipped with wheels or to fixed fire extinguishing systems, unless otherwise indicated. B. Extent of fire extinguishers is indicated on drawings with a FE designation. C. Accessories include: Mounting brackets and recessed cabinets. NOTE: All Fire Extinguishers for this project are wall hung and not recessed cabinets. 1.03 QUALITY ASSURANCE A. Provide portable fire extinguishers and accessories by one manufacturer of those specified. B. Portable Fire Extinguisher Standard: Provide new portable fire extinguishers which comply with applicable UL standard and are labeled by UL. All extinguishers shall be installed and maintained in accordance with NFPA 10, "Portable Fire Extinguishers." Install only fully charged fire extinguishers. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's technical data, detail drawings, and installation instructions for each portable fire extinguisher and/or recessed cabinet for the project. B. Schedule: Submit schedule indicating types, quantities, sizes and installation locations for each portable fire extinguisher and/or cabinet for the project. 10520-1 PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERtS A. Manufacturer: Subject to compliance with requirements, provide extinguishers and cabinets manufactured by one of the following: J.L. Industries, Inc. Larsen's Manufacturing Co. Modern Metal Products by Muckle Potter -Roemer, Inc. 2.02 MATERIALS - GENERAL A. Provide the following types of extinguishers in accordance with area/occupancy uses: 1. In General Office Spaces Fire Extinguishers: Multi purpose dry chemical type (2A-IOBC-FE): UL rated 2-A:10:B:C, S lb. Nominal capacity, in enameled steel container, for class A, Class B. and Class C fires. Equal to J.L. Industries Cosmic 5E. 2. In Kitehen/Breakroom/Employee Lounge Spaces/ Electrical Rooms: Liquid carbon dioxide, UL rated, 10 lb nominal capacity, in enameled steel container for class B, and Class C fires only. Equal to J.L. industries Sentinal 10. 3. In Electronic Equipment/Computer Room: Inergen clean agent EPA approved fire extinguishing system complete with metal supply piping, heads, regulators, sensors and steel tanks secured to approved wall brackets. Discharges as an odorless clear gas leaving no residue to clean-up or reclaim. Class A,B,C fires, with system sized to match volume of room to be protected. This system isnot considered portable and is specified under a separate section, when utilized in lieu of sprinkler systems in these specialty rooms. 2.03 MOUNTING BRACKETS A. Provide manufacturer's standard bracket designed to prevent accidental dislodgment of extinguisher, of proper size for type and capacity of extinguisher indicated, in manufacturer's standard plated finish. Extinguishers must be mounted with the bottom of the cylinder at 26 inches above the finished floor if the unit projects more than 4 inches off the face of the wall. B. Provide a recessed or semi -recessed cabinet, clear anodized aluminum, clear bubble, no letters on the bubble. NOTE: All seam -recessed cabinets must meet ADA guidelines for projections into rooms and hallways. Projections cannot exceed 4 inches. Mount cabinet tubs with case access handles and extinguisher handles at a maximum of 48 inches above finished floor. 10520-2 PART 3 - EXECUTION 3.01 INSTALLATION A. Install items included in this sect -on in locations and at mounting heights indicated, or if not indicated, at heights to comply with applicable regulations of governing authorities. Where exact location of surface -mounted cabinets and/or bracket - mounted fire extinguishers is not indicated, locate as directed by Architect. 3.02 IDENTIFICATION A. Identify bracket -mounted extinguishers with a permanently affixed sign with a red background and white letters spelling "FIRE EXTINGUISHER" applied to wall surface above extinguisher. Letter size, style and location as scheduled in. Section 10440- Specialty Signs. ***EN]3 OF SECTION*** 10520-3