Loading...
HomeMy WebLinkAbout1999-177Bi 11 CONTRACT DOCUMENTS AND SPECIFICATIONS q ` - 177 tr- FOR INDIAN RIVER COUNTY, FLORIDA DONALD MACDONALD PARK IMPROVEMENTS COUNTY PROJECT NO. 9625A PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY. F LOR[DA KENNETH R. MACHT, CHAIRMAN FRAN B. ADAMS, VICE CHAIRMAN COMMISSIONER CAROLINE D. GINN COMMISSIONER JOHN W. TIPPIN COMMISSIONER RUTH S'TANBRIDGE JAMESF !'t-jA?tiD ER COUNTY ADN" II-ISTi'—,OR FM JEY K. BARTON, COUNTY CLERK CHARLES P. VITUNAC, COUNTY ATTiORNEY JAMES W. DAVIS, P.F.. DIRECTOR Of: PUBLIC WORKS Thcsc tech-nical specifications have been prepared by the Indian River County Division of Public Works, under the general direction ofJames W. Davis, P.E., and the direct supervision of the undersigned enginccr, with technical assistance rendered by other professional staff' members, {Engineer's Sea]) Christopher J. Kafer, Jr., P.E.. County Engineer Cerlificale No. 0028334 40 11 June 14, 1999 LkDDEhD 1N Board of County Commissioners 1840 25th Street Vero Beach, Florida 32960 Telephotte; (561) 567-8000 IMPROVEMENTS T4 DONALD MACDONALD PARK IRC PROJECT NO. 9625A IRC I3ID NO. 9062 DID OPENING DATED: WEDNESDAY, JUNE 23 1999 TO ALL PROSPECTIVE BIDDERS: The following Clarifications, amendments, additions, deletions, and revisions farm a part of the Contract Documents and change the original documents only in the manner and to the extent stated: This Addendum shall be attached to and become a part of the Contract Documents. Please find enclosed revised Advertisement For Bids, Sheet AB -1. The following changes have been made to this sheet: A. Sheet AB -1, First Sentence - The date of the bid opening has been extended from June 16, 1999 to Wednesday, June 23, 1999, The Contract Documents and Construction Plans should then consist of the original documents, plans and - Addendum No. 1, dated June 14, 1999, All bids should be submitted oil Itemized Bid Proposal, Addendum No. 1 pages 13Ij�-3 and BP -4 dated June 4, 1999. C:kC0CcWW%*7C4Pii'1 Vr0j"Uk9625A Ad kndum l.wTHd 40 PAGE TWO TO ALL PROSPECTIVE I31DDE-RS NNE 4, 1999 RE: DONALD MACDONALD PARK IMPROVEMENTS IRC PROTECT NO, 9625A We thank you for you cooperation, and if you have any questions please call me at 567-8400 extension 221. Sine WKaC 'h istCountyg CTKlktp ENCLOSURES cc: Tames W. Davis, RE., Public Works Director FILE QNCamW llee7lCapiul Pr0jecitW625A Addendum l.wpl C-3 Board of County Commissioners 1840 25th Street 4 Vern Beath, Florida 32960 qt+ Telef?harae: (.561) S67-8000 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2,00 PM on WEDNESDAY, JUNE,_23L 1999. 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 "IMPROVENJENTS TO 'DONALD MACDONALD PARK:."'All bids, either mailed or walked in, will be received by the Purchasing Division, 2625 19th Avenue, Vero Beach, Florida, where they will be opened publicly and read aloud at 2:00 PM. All bids received atter 2:00 P.M., of the day specified above, will be returned unopened. IRC BID # 9062 - DONALD MACDONALD PARK IMPROVEMENTS DONALD MACDONALD PARK IMPROVEMENTS, INDIAN RIVER COUNTY PROJECT NO. 9625A All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto, which may be obtained from the Office _ofthe County I?n }ineer D artment of Pu lip Works 1840 25th Street Vero 13eac t Florida 3296 407 567-5000 1 t, 221. Copies of the' lans and the specifications containing the necessary contract documents may be obtained by deposit of a check made payable to BOARD OF COUNTY QMMISSIONERS, INDIAN RWER_COUNTY_ in the amount of1Vgy_fyp($ 35.00) for each set, which represents cost of printing, handling, and mailing and which is non refundable. All bids shall be submitted in duplicate on the Sid Proposal forms provided within the specifications. A BID BOND must accompany each Bid, and be properly executed by the Bidder and by a qualified surety, or certified check or cashiers check on any bank authorized to do business in the State of Florida, in the sum of not less than Five Percent (5%) of the total amount bid, made payable, to Indian P.iver County Board of County Commissioners, In the event the Contract is awarded to the Bidder, he will enter into a Contract with the County and furnish the required Performance and Payment Bond. If he fails to do so, lie shall forfeit the said bid Bond as liquidated damages. Please note that the questionnaire Hurst be filled out completely including the financial statement. The County reserves the right to delay awarding of the Contract for a period of sixty (60) 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 causelor to accept the bid that, in its judgement, will serve the best interest of [nclian River County, Florida. AB -1 kXION JRqwt. sisl' 'ext, P. �twplf, W. cbr+�wvkxr I.- &Iftr, 11, , r, F * cmu,vf*ox-m W= R:,Nqg CvLmq, 3V 2SO srw INDEX TO CONTRACT DOCUMENTS Note: This index is for convenience only. Its accuracy of completeness is not guaranteed, and it is not to he considered as pan of the Specifications. In case of discrepancy between the Index and the Specifications, the Specifications shall govern. CONTENTS TITLY-1 PAUL Advertisement for Bids AB 1-2 General Conditions crc 1-10 Special Provisions SP 1-12 Contract Documents & Forms (Appendix) I. Bid Bond Bal 2. Itemized Bid Proposal Rp 1-5 3. Questionnaire Q 1-2 4. Agreement A 1-3 5. Affidavit AF 1 6. Public Entity Crimes PEC- 1 -3 7. Disclosure of Relationships DOR-1-2 9, Final Payment FF 1 9. Payment Application [.-()tm PA 1-3 10. Performance Bond 1-5 11, Payment Bond 1-5 12. Model Insurance Certificate C11 • INDEX TO CONTRACT DOCUMENTS (continued) 13, Specifications - Table of Contents SPECS -TAB 1-3 Division 1, General Requirements 01010-1 -01720-2 Division 2, Site Work 02010-1 - 02515-4 .Division 3, Concrete 03010-1 - 03300-8 Division 4, Masonry 04200-1 -04230-1 Division 6, Carpentry 06100-1 -06200-2 Division 7, Thermal & Moisture Protection 07190-1 - 07400-I Division 8, Doors, Windows and Glass 08100-1 - 08710-2 Divis�an 9, Finishes 09100-1 - 04986-3 Division 10, Specialities 10155-1 - 10800-3 Division 15, Mechanical 15400-1 15465-4 Division 16, Electrical 16010-1 - 165154 • 11 .Board of County Commissioners 1 840 251h kreel Fero Reach, Florida 32960 * Telephone, (561) 567-8000 AOVERTl5EMENT FOR (311)5 INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 P1%1 on WFDNESDAY. J I1r jf, 16.r.19f . Each bid shall be submitted in a seated envelope and shall bear rhe name and address of the bidder on the outside and the words "1rv11PRQVENJFNTS TO DQNALQ MACDONALD D PARK". All bids, either mailed or walked in, will be received by the Purchasing Division, 2625 19th Avenue, Vero He„ach, Florida, when: they will be opened publicly and read aloud at 2 till Phf All bids received after 2:40 P.M., of the day specified above, wilt be returned unopened IRC: BID sf 9062 - DONALD MACDONAL D PARK IMPROVEMENTS DONALD MACDONALD PARK IMPROVEMENTS. INDIAN RIVER COUNTY PROTECT NO, 9625A All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto, which may be obtained from the [)fl � Qf 1b CQt nty_F,ttgine�r, I_]epartras 4 !_PVbIi Warks. 1940 251h Stre+eL. Vvirp cb-Hollda -329di[�MDM7&N0 -C, 2,? 1 Copies of the; plans and the specifications containing the necessary control documents may be obtained by deposit of a check made payable to BOARD C)1: _COUNTY COMM1SSLONEFC . IM)IAN R1V _ _M 17Y. in the amount or'DiF' �• r (5 35.40) fear each set, which represents cost of printing, handling, and mailing and which is non refundable All bids shall be submitted in duplicate on the Bid Proposal forms provided within the specifications. A i I[] -DO–ND must accompany each Bid, and be properly executed by the Ridder and by a qualified surety, or certified check or cashier's check on any bank authorized to do business in the State of Florida, in the sunt of not less than Five Percent (5%) of the total amount bid, made piiyaule iu Indian River County Board of County Commissioners, to the event the Contract is awarded to the Bidder, he will enter into a Contract with the County and furnish the required Performance and Payment Bond. If he fails to do so, he shall forfeit the said bid Bond as Liquidated damages. Please note that the questionnaire must be filled out completely including the financial statement. The County reserves the right to delay awarding of the Contract for a period of sixty (60) days after the bid opening, to waive informalities in any bid, or reject any or all bids in whale or in part with or without cauWor to accept the bid that, in its judgement, will serve the best interest of Indian River County, Florida. AB -1 INDIAN RIVER COUNTY By: Fran Boynton Powell, Purchasing Manager For Publication in the Vero Beach Press Journal Date(s): May 27, 1999 June 2, 1999 For: Vero Beach Preis Journal Please furnish tear sheet and Affidavit of Publication to: INDIAN RIVER COUNTY PURCHASING DIVISION 1890 25th Street Vero Reach, FL 32960 AB -2 40 • INDEX TO GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS Paragraph Page No.. Paragraph Tide No.. L GENERAL_ - ........ ........ I .. ...... GC -I 2. COMPLIANCE WITH ADVERTISEMENT FOR BIDDERS ...... .... GC -I 3. DEFTNI°TION OF TERMS ...................................... GC -I 4. PREPARATION OF PROPOSAL .. .. .............. . .......... QC -2 S. WITHDRAWAL OF PROPOSAL .... .......... ............... GC -2 6. AWARD OR REJECTION OF BIDS GC -2 7. EXAMINATION OF SITE, PLANS. SPECIFICATIONS & REGULATORY PERMITS . . .. .... ......................... GC -3 8. INTERPRETATION OF THE APPROXIMATE QUANTITIES ......... GC -3 9. FAMILIARITY WITH LAWS ................... . ...... ........ GC -3 10. COMMENCEMENT ANIS COMPLETION OF WORK .. , GC -3 IL INSURANCE - GENERAL ........... .... GC4 12., LIQUIDATED DAMAGES. .... GC -3 13 PERMITS ........ . ..... GC -3 14 INTERPRETATIONS OF PLANS AND CONTRACT DOCUMENTS ...... . ...... . . .... GC -S S. CHANGES, EXTRA, AND OMITTED WORK ..................... GC -6 16, RESTORATION AND CLEAN-UP .............. ........... GC -8 IT WORK BY OTHERS ........................... ... ......... GC -8 18. INSPECTION AND ACCEPTANCE OF THE WORK ................ GC -8 19. GUARANTEE ............... .............. GC -9 20. LIENS ................................. ............... GC -9 21. BID BOND .................................. ............. GC -10 22. PERFORMANCE AND PAYMENT BONDS (SURETY) ............. GC -10 23, OWNER'S RIGHT TO TERMINATE CONTRACT . ................ GC -10 24. PROTECI ION OF PUBLIC ................................... GC -I1 25. PUBLIC ENTITY CRIMES ...................... .. . .. . .. . .... GC -12 26, DISCLOSURE OF RELATIONSHIPS ........................... GC -12 M> 11 NERAL CONDITIONS AND INSTRUCTION TO BIDDER 1, GENERAL: The following conditions are given for the purpose of guiding bidders in properly preparing their bids or proposals. These directions have equal force and weight with the Specifications and strict compliance is required with all the provisions herein contained. 2. Q9MPlA-PjCF WIT!T—APAN ISI MENU r I., R 11IDD 5K The instructions and conditions set forth in the published Advertisement for Bidders shall be binning to all Bidders. }trN[Ji�7N OF TERMS Where the following terms, or their pronouns, occur herein, the intent and meaning shall be as follows: OWNEW Indian River County, Florida 1840 25th Street, Vero Beach, Florida 32960 ENGINEER- Public Works Director, or his designee as given in writing to the Contractor, Department of Public Works Indian River County, Florida 1840 25th Street, Vero Beach, FL 32960 BIDDER: Any person, firm, or corporation submitting a Bid Proposal for the Project. CONTRACT: The agreement executed by the Owner and Bidder given the Award for the Project, including all Contract Documents, CONTRACT DOCUMENTS: Advertisement for Bids, General Conditions, Specifcalions, Addendum as required, By reference Florida Department of Transportation (FDOT), 5Stmdard Smillea io: f r R _an+Bddgc C;Q rig Itr °391, Bid Proposal, Questionnaire, Form of Agreement, Final Payment - Contractor, Affidavit, Final Pay Request, Special Provisions, and Plans and FDOT Roadway & Traffic DesiF3n Standards, 1994 shall constitute the Contract Documents. PERMITS: St. Johns River Water Management District (SIRWMD) All required County Building Department Permits CONTRACTOR: The person, firm, or corporation who is the successful Bidder.. APPROVED EQUAL: A substitute product equal to or better than the brand name product as specified and permitted to be used in this Project only when approved by the Engineer. See Technical Specifications. GC -1. 40 • RRPARA:EJQ., L F PR P SAL: The Bidder must fill all required blank spaces on the Bid Schedule. All writing must be typed or in ink and submitted in duplicate. Only one Bid tram any individual, firm, partnership or corporation, tinder the same or different names, will be considered. Each proposal must have the fu:l business address of the Bidder and roust be signed by him with his usual signature or by an authorized representative. Any Bid submitted with escalator clauses shall be rejected, [lid Price shall remain firm for a period of sixty (60) days a[ler date of submittal 5. W;I,:f iJQBA_)YAL QF PRQPQ5AL: A Bidder may withdraw his proposal without prejudice to himself not later than the day and hour set in the Advertisement for Bids, by ,physically delivering his withdrawal in writing to the Count? Administrator and after received, his proposal will be returned to him unopened b. A_WWItEfiti "I he contract will be awarded to the lowest responsible Bidder, provided his bid is reasonable and is in the interest of the Owner to accept it The bidder to whom the award is made will be notified at the earliest possible date. The Owner.. however, reserves the right to reject any and all Yids and to waive any infoi-orality on Bids received, whenever such rejection or waiver is in the interest of the Owner. Further, the Owner reserves the right to award the Base Bid or any alternate bid as a single contract. It is anticipated that all items of the Base Bid or any Alternate Bid will be included in the Contract, however, the Owner fut titer reserves the right to include only the number of items in the Contract for which funds may be available The Contract Documents will be sent it) the Successful Bidder for his execution The Bidder shall execute the Agreement and submit all bonds and insurance certificates as set out in the Contract Should the Bidder to whotm the Contract has been awarded refuse or fail to complete the requirements above within twenty (20) calendar days atter Notice of Award, the additional time in calendar days required to S RKELTLTi..Y complete the documents will be deducted, in equal amount, from the Contract Time, or the County may elect to revoke the Award. The Bid Bond of any Bidder failing to execute the awarded Contract shall be held by the County for consequential damages incurred, and the Contract awarded as the Commission desires. EXAMINATION OF SITE. PLANS, SPECIFICATIONS & REQJfLATt, kX-RERINI'a 1 he Biddcr is required, before submitting his proposal, to visit the site of the proposed work and familiarize himself with the nature and the extent of the work and any surface and subsurface conditions that may in any manner affect the wort: to be done, and the equipment, materials, and labor required, and tine cost thereof Bidder is also required to examine carefully the Plaits, Specifications, Contract Documents, including the Itegulatory Permits and to inform himself thoroughly regarding any and all conditions and requirements that may in any manner affect the work to be performed under the Contract. Ignorance on the part of the Contractor will in no way relieve him of the obligations and responsibilities assumed under the Contract. No information derived from Wraps, drawings, specifications, or from the Engineer, or his assistants, shall relicve the Contractor front any risk or frottn fulfilling all tti its of the Contract. GC -2 8, INTERPRETATION OF THE APPROXIMATE QUANTITIES: 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 Contractor plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work, or other conditions pertaining thereto, 9. FAMILIARITY WITH LAWS The Bidder is assumed to be familiar with and shall comply with all Federal, State and Local laws, ordinances, rules, codes, and regulations that may affect the work. Ignorance on the part of the Bidder will in no way relieve him from the responsibility of compliance therewith. All work and materials shall comply with those laws. IV COMMENCEMENT AND COMPLETION OF WORK: The Contractor will be required to commence work under this Contract within twenty (20) calendar days after the date of receipt by him of the Notice to Proceed, and to complete the work ready for use not more than one hundred twenty (120) calendar days from and after the starting date established in the notice to proceed. The time stated for completion shall include final clean-up of the premises. TIME IS OF THE ESSENCE. Working days are defined as Monday through Friday, excluding Saturday and Sunday and County Holidays. The hours will be From 7 AM to 7 PM, No work shall commence before 7 AM or continue after 7 PM. County Holidays are: New Years Day, Good Friday, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, Christmas Eve and Christmas clay. Working on these days will not be permitted without prior written permission and approval from the Public Works Director. No Saturday or Sunday work will be permitted except as authorized by the Public Works Director in writing 48 hours in advance. If the Contractor fails to complete the requirements of General Condition G, AWARD OR REJECTION OF BIDS, then additional time in calendar days required to correctly complete the documents will be deducted from the Contract Time in working days specified above. 11. INSURANCE - GENE AL: Contractor shall not commence work under this contract until he has obtained all insurance required under this Section and such insurance has been approved by tire County, 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, A. insurance Requirements (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). GC -3 40 0 (2) Commercial General Liability - coverage shall provide minimum limits of liability of$1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: * Premises/Operations * Products/Completed Operations * Contractual Liability * Independent Contractors (3) Business Arita Liatiil� - 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: * Owned Autos * Hired Autos * Non -Owned Autos B. 52ecial Rcquirements (1) Ten (10) days prior to the commencement of any work under this contract a certificate of insurance will be provided to the risk Manager for review and approval. The certificate shall provide for the following: a. 'Board of County Commissioners, Indian River County Florida" will be named as an "Additional Insured" on both the General Liability and Auto Liability policies. b. Indian River County will be given thirty (30) days notice prior to cancellation or modification of any stipulated insurance. Such notification will be in writing by registered mail, return receipt requested and addressed to the Risk Manager. i. An appropriate "Indemnification" clause shall be made a provision of the contract, (See Form of Agreement Article 6). ii. It is the responsibility of the contractor to insure that all subcontractors comply with all insurance requirements. iii. It should be remembered that these are minimum requirements which are subject to modification in response to high hazard operations. iv. A model "Certificate of Insurance" farm is attached as page CI - 1. The Certificate of Insurance submitted MUST_ be in conformance and completed as to Coverage, Description, Certificate Holder, and Cancellation Terms, as the model form provided shows. 12. LIOUIDATED DAMAGES: The amount of liquidated datnages for the Project is hereby established as set out in the Florida Department of Transportation (FDOT), Standard Specifications for Road and Bridge Construction latest edition, under Section 8-10,2. Liquidated damages apply to all portions of the Project. Liquidated damages may be deducted from monies due the Contractor and shall not exceed the total contract price. GC -4 40 13. PERMITS. The County shall acquire and pay for all license fees, royalties, permits; governmental and inspecticn charges necessary for performance and completion of the work. The Contractor shall arrange for the use of all utilities and pay the fees and charges therefor with no offset whatsoever. 14. INTERPRETATIONS OF PLANS AND CONTRACT DOCUMENTS: The Contractor shall verify all dimensions, quantities, locations, materials and details shown on the Plans, Supplementary Drawings, schedules or other data received from the Engineer, and shall notify him of all errors, omissions, conflicts and discrepancies found therein. Failure to discover or correct errors, conflicts or discrepancies shall not relieve the Contractor of full responsibility for unsatisfactory work, faulty construction, or improper operation resulting therefrom nor from rectifying such condition at his own expense. He will not be allowed to take advantage of any error or omissions, as full instructions will be furnished by the Engineer, should any error or omissions be discovered. All schedules are given for the convenience of the Engineer and Contractor and are not guaranteed to be complete. 15. CHANGES. EXTRA, AND OMITTED WORK: A. It is mutually agreed that no change involving change in cost, either to the Owner or Contractor, shall be made except upon written permission of the Owner. Extra work shall be paid for as set forth in this Paragraph. Omitted work shall be credited against the money due the Contractor by one of the methods described in this Article. The Contractor shall make no claim for extra work unless it has been approved by the Owner in writing and in advance of the work, except that the Contractor may proceed to meet an emergency condition if the Owner's representative is not available. Work required by surface or subsurface conditions, or both, other than were foreseen by Bidder at the time of bidding but could have been discovered by test borings or other testing methods, shall not be considered extra work. B. The Engineer shall, in all cases of dispute, determine the amount or quantity of the several kinds of work which are to be paid for under this Contract, and shall decide all questions relative to the execution of the same, and such estimates and decisions shall be final and binding. C. Any work not herein specified, which may be fairly implied as included in the Contract, of which the Engineer shall adjudge, shall be done by the Contractor without extra charge. D. The Contract price may only be changed by a Change Order as authorized by the County Commission. This includes extra work. Authorization of extension of time shall not constitute a waiver of liquidated damages. Work required by surface or subsurface conditions, or both, other than were foreseen by Contractor prior to signing the Contract but could have been discovered by test borings or other testing methods, shall not be considered extra work. GC --5 40 r r' E. The Owner may, at any time by a written order and without notice to the sureties, require the performance of such extra work as it may find necessary or desirable arising out of the modification of the Contraci Drawings. All work so ordered must be performed by the Contractor. The amount of compensation to be paid to the Contractor for any work so ordered shall be determined as follows: (1) By such applicable unit prices, if any, as are set forth in the Contract; or (2) If no such unit prices are so set forth, then by a lump sum or other unit prices mutually agreed upon by the Owner and Contractor; or (3) If no such unit prices are so set for in the contract and if the parties cannot agree upon a lump sum or other unit prices, then by the actual net cost in money to the Contractor of the extra work performed and the cost shall be determined as follows: a. For all labor and foremen (Contractors and subcontractors) in direct charge of the authorize operations, the Contractor shall receive the current local rate of wages, to be agreed upon in writing before starting such work, for each hour that said labor and foremen are actually engaged thereon, to which shall be added an amount equal to 15 percent (15%) of the sum thereof which shall be considered and accepted as full compensation for general supervision and the furnishing of small tools and miscellaneous equipment used, such as picks, shovels, hand pumps, and similar items. b. For all materials used (by Contractor or subcontractor), the Contractor shall receive the actual cost of such materials delivered at the site or previously approved delivery point as established by original receipled bills. No percentage shall be added to this cost. C. For special equipment and machinery (used by Contractor or subcontractor) such as power driven pumps, concrete mixers, trucks, and tractors, or other equipment required for the economical performance of the authorized work, the Contractor shall receive payment based on the agreed rental price for each item of equipment and the actual time of its use on the work. No percentage shall be added to this sum. d. The Contractor's profit shall be computed by taking ten (10%) percent of the sum of items 3(a) (less the 15% added) and 3(b) above. The total cost of performing this extra work shall then be the sum of items 3(a), 3(b), 3(c), and 3(d), GC—ti 40 i M F. Records of extra work done, if any, shall be renewed at the end of each day by the Contractor or his representative and at the discretion of the Engineer, duplicate copies of accepted records made and signed by both Contractor or his representative and the Engineer, and one copy retained by each. G. Claim of payment for extra work shall be submitted by the Contractor upon certified statement supported by receipted bills. Such statements shall be submitted for the current contract payment for the month in which the work was done. No claim for extra work shall be allowed unless the same was ordered, in writing, as aforesaid and the claim presented at the time of tite first estimate after the work is completed. H. The Owner may, at any time by a writter: order and without notice to the sureties, require the omission of such Contract work as it may find necessary or desirable. All work so ordered must be omitted by the Contractor. The amount by which the Contract price shall be reduced shall be determined as follows: By such applicable unit prices, if any, as are set forth in the Contract; or 2. By the appropriate lump sum price set for the in tite Contract; or 3. By the reasonable and fair estimated cost of such omitted work as determined by the Engineer and approved by the Owner. lb, RESTORATION AND CLEAN-UP: The Contractor shall protect all private and public property from damage as a result of work under the Contract. All damage as a result of work under this Contract shall be restored to the original or better condition as approved by tite Engineer, at no additional cost to the Owner. The Contractor shall provide all safety precautions necessary to prevent damage and/or injury to any person or property. Public health and safety consideration will exceed all others. The Contractor will keep the site(s) orderly during construction and will leave the site(s) clean prior to final acceptance, all in a manner as approved by the Engineer. 17. WORK BY OTHERS: County crews and/or other Contractors may be working on the project sitc(s) simuitaneousiy within any work area, The Contractor shall cooperate and coordinate his work with all others. The Contractor shall coordinate his work such that there will be the least amount of interference andJor interruption of utilities, systems, i.e., facilities. 18. INSPECTION AND ACCEPTANCE OF THE WORK: The Engineer or his representative will visit the site from time to time to observe the progress and duality of the work. The Engineer has the authority to disapprove or reject work which is defective. Such wnr!c shall be removed and replaced or repaired in a manner satisfactory to tine Engineer. Until defective work is satisfactorily corrected, the Engineer will assign a value of the work and retain that from any payments that may be due tite Contractor. GC -7 40 The Engineer shall make all inspections and tests as required to determine the acceptability of the work. The Contractor shall provide all samples and facilities and work necessary for the testings and inspection. Upon notification by the Contractor, the Engineer will perform final tests and inspections. Should this reveal defective work those defects must be immediately corrected, atter which additional tests and inspection shall be conducted by the Engineer to determine acceptability of the work. Upon acceptance of corrected defective work, this shall constitute final acceptance of the work. 1.9. GUARANTEE: In addition, warranties of merchantability and fitness of purpose guaranteed by the Uniform Commercial Code and made a part hereof=, all work or materials furnished by the Contractor under this Contract shall be guaranteed by him against mechanical and physical defects, breakage, and other damages and failure, under normal operation, for a period of one (1) year from the date of final acceptance. All work or materials found to be defective from routine, normal operation within the specified guarantee period shall be replaced by the Contractor at his expense. The period of guarantee of each such replacement shall be one year from and after the date of installation thereof 20. LIENS This project is a "Public Work" under Chapter 255, Florida Statutes. No merchant's liens may be tiled against the Owner. Any claimant may apply to the Owner for a copy of this Contract. The claimant shall have a right of action against the Contractor for the amount due him. Such action shall not involve the Owner in any expense. Claims against the Contractor are subject to timely prior notice to the Contractor as specified in Florida Statutes Section 255.05. The Contractor shall insert the following paragraph in all subcontracts hereunder "Notice: Claims for labor, materials and supplies are not assessable against Indian River County and are subject to proper prior notice to (Contractor's Name) and to (Contractor Surety Company_Name), pursuant to Chapter 255 of the Florida Statutes. This paragraph shall be inserted in every sub -subcontract hereunder." The payment due under the Contract shall be paid by the Owner to the Contractor only after the Contractor has furnished the Owner with an affidavit stating that all persons, firms or corporations who are defined in Section 713.01, Florida Statutes, who have furnished labor or materials, employed directly or indirectly in the work, have been paid in full. The Owner may rely on said affidavit at face value. The Contractor does hereby release, remiss and quit claim any and all rights he may enjoy io perfect any lien or any other type ol'statutory common law or equitable lien against thejob. 21. BID BOND: All bids shall be submitted in duplicate upon the Proposal Form herein, or verbatim copy thereof, and each proposal shall be accompanied by a Bid Bond or a Certified Check, Cashier's Check, Treasurer's Check or Bank Draft of any National or State Bank, in the amount of 5% of the total bid price, payable to Indian River County and conditioned upon the successful Bidder entering into contract with surety as specified. Guaranty of the successful Bidder shall be forfeited to Indian River County not as a penalty, but as N juidated damages for the cost and expense incurred should said bidder fail to submit satisfactory surety or fail to comply with any other requirements of the Specifications or of his Proposal, GC --S 22. PERFORMANCE AND PAYMENT BQNDS (SURETn: Within twenty (20) days of receipt of tate Contract Documents for execution, the successful bidder shall furnish a Performance Bond in an amount equal to 125% of the contract price and a Payment Bond in an amount equal to 100°,/0 of the contact price as specified herein, of the form and containing all of the provisions as stated herein. The Contracigr must record the Performance and Payment Bonds with the Clerk oFCoun Indian -River County, The Contractor shall provide two separate bonds, a combined Payment and Performance Bond for 125% of the contract price is not an acceptable substitute. The Contractor is required at all times to have a valid Performance and Payment Bond in force covering the work being performed. A failure to have such bond in force at any time shall cons-titute a default on the part of the contractor. If the surety writing the Public Construction Bond becomes disqualified, then this shall automatically constitute a failure on the part of the {Contractor to meet the above requirements. The performance bond shall contain a specific provision that delay damages are covered by the performance bond. In lice of the Bonds, the Contractor may furnish an alternative form of security in the forth of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Par' 11 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 tate 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. Such Bonds shall continue in effect for one (1) year after completion and acceptance of the work. 23. OWNER'S RIGHT TO THRMNATE CQNTRACT: A. If, in the opinion of the Owner, the Contractor shall be improperly performing said work, or shall neglect or refuse to remove and/or re -build such work as shall have been rejected by the Engineer as being defective or unsuitable, or if at any time the Owner shall be of the opinion that the said work is being unnecessarily delayed and will not be finished within the prescribed time, they shall notify the Contractor in writing, and if the Contractor shall not within ten (10) calendar days thereafter, take such measures as will, in thejudgement of the Owner, insure satisfactory performance, construction, and completion of the work, the Owner may notify the Contractor to discontinue all work under this Contract. The Contractor shall immediately respect said notice and stop said work and cease to have any rights in the possession of the ground and shall forfeit his Contract. The Owner may thereupon advertise and let a contract for the uncompleted work in the same manner as was followed in the letting of this Contract and charge the cost thereof to the original. Contractor upon his Contract, any excess of cost arising therefrom over and above the original Contract price shall l,, charged against the original Contractor and his surety or sureties who shall be liable therefore. GC -9 i 0 i B. If the Contractor shall assign this Contract or any money accruing thereon or approval thereon, or abandon the work or is adjudged a bankrupt, or if he makes a general assignment for the benefit oi`his creditors, or if trustee or receiver is appointed for the contractor or for any of his property, or if he shall refuse or neglect to comply with the instructions of the Owner or Engineer relative thereto, or shall in any manner fail to comply with the Specifications and stipulations herein contained, The Owner shall have the right to annul and cancel this Contract and proceed to advertise and re -let a contract for the unfinished work, and such annulment shall not entitle the Contractor to any claim for damages on account thereof, nor shall it affect the right of the Owner to recover damages on account of such failure. 24. PROTECTION OF PUBLIC: A. The Contractor shall erect and maintain barricades and sufficient safeguards around all excavation, embankments or obstructions; he shall place sufficient amber lights at or near the work, keep the same bunting from sunset to sunrise, employ watchmen and strictly obey all laws and ordinances controlling or limiting those engaged on similar work. All maintenance of traffic work shall comply with Section 102 and Special Provision Item 102-1 of the Florida Department of Transportation. Standard Specifications for Road and Bridge Construction. B. Where there are telephone, telegraph, -light, or power poles, water main, conduits, pipe, or drains; or other construction either public or private; in or on the streets or alleys; the work shall be so conducted that no interruption or delay will be caused in the operation or use of the same. Proper written notice shall be given and all the facilities afforded the owners of such construction encountered or likely to be encountered, as will enable them to preserve the same from injury. C. The Contractor will not be permitted to interfere with public travel and convenience by grading or tearing up streets indiscriminately, but the work of conducting the various items ofthis Contract shall proceed in an orderly, systematic and progressive manner. 25. PUBLIC ENTI"T"Y CRIMES: The Contractor shall complete, and execute in the presence of a notary, or other officer authorized to administer oaths, the sworn statentent under Section 28T133(3;(ajF.S., Form PEC -1 of this contract. 26. DISCLOSURE OF RELATIONSHIPS: The Contractor shall complete, and execute in the presence of a notary, or other officer autharired to administer oaths, the sworn statement under Section 105,08, Indian River County Code, Form DOIR_ l of this contract. GC --10 t: r p SPECIAL PROVISIONS FOR INDIAN RIVER COUNTY t IMPROVEMENTS TO I DONALD MACDONALD PARK IMPROVEMENTS COUNTY PROJECT 49625A I. GEiwCEIIiAAL May 25, 1999 The Technical Specifications for this project and the fallowing Special Provisions; all are hereby made a part of this Contract. Further, the applicable portions of the South_Flarida Buildin d shall apply to this project. The Contractor shall procure copies of the above documents, frorn the appropriate agencies, for use on this project. Unless otherwise noted, all section references in the Special Provisions and General Specifications refer to the Florida Pepartment Qf Transportation's (FDOT)—Stan—dard Specifications for Road and Bridge Construction. All construction of items covered in the standard specifications and Standard Plans shall conform to the Standard Specifications and Pians unless shown otherwise herein. The Contractor shall have in his possession a copy of all contract documents. 1 LOCATION OF WORK The work proposed under the terms of this Contract is for Improvements to: Donald MacDonald Park, Roseland Road, Indian River County, Florida The exact location and limits of construction are shown in the plans accompanying these contract documents. 3. SCOPE OF WORK I Construct new restroom and shower building; extend water lines; pave a portion of boat ramp t access, constntct drainage swales; construct addition to maintenance building; and other miscellaneous and incidental construction shown on the plans and in the specifications. I, 4. PLANS ff Plans accompanying these contract documents are entitled: Donald MacDonald Park k_ Improvements. I L SP -1 i • o May 25, 1999 , 5. GENERAL CONSTRUCTION REMRFMENTS: A. Materials Handling: The Contractor shall make arrangements at this own expense for the unloading and storing of materials at an approved location until needed for installation. Under no circumstances will pipe, materials, or structures placed on the job site obstruct driveways or streets or be placed within three feet of the pavement of streets or highways. The Contractor shall provide and maintain approved barricades, warning lights, and guards necessary for the protection of the public. The Contractor shall coordinate said barricades, lights, and guards with the County. B. Confinement of Qperations: All construction operations by the Contractor shall be confined to public rights-of-way, easements, or building sites secured by the County for this work. No equipments moving, parking, material storage, etc., shall be permitted on private property without the properly owner's consent in writing. 'rhe Contractor shall be responsible for trespassing upon private property and for damage to any property, public or private. Easements and rights-of-way are shown in approximate location on the Drawings and have been obtained by the County. The Contractor shall be fully responsible for constructing the work within the legal rights-of-way and easements. & PERMITS AND LICENSES Right -of -Way Permits required for construction within the public right-of-way will be issued by the Public Works Department, Indian River County, at no cost to the Contractor. Any permits for disposal of materials shall be the Contractor's responsibility. See Section 7 of the Special Provisions. 7. DISPOSITION OF DEBRIS All debris shall be removed and disposed of by the Contractor and approved by the Engineer. It is the Contractor's responsibility to obtain all necessary permits. 8. LAYOUT OF WORK AND AS -BUILT DRAWINGS: The contractor will provide survey work to establish right-of-way, base lines, centerlines, and grades as may be required for the work prior to any construction. The Contractor shall protect these controls. The Contractor shall keep records on project modifications with sufficient detail so that as -built drawings may be prepared to the Engineer's satisfaction at the Contractor's cost. Contractor shall be responsible for establishing all finished grades with the benchmark datum provided on the plans. SP -2 i f May 25, 1999 9. DISPOSITION OF SALVAGEABLE MATERIALS All side drains removed from residential driveway entrances within the right-of-way shall become the property of the respective homeowner. Those homeowners not desiring the side drains may donate them to the County free of charge. If Contractor is unable to contact respective owner, he will notify the Engineer. All salvageable materials under existing roads, not to be used in the Contract are the property of Indian River County. Contractor will stockpile all salvageable materials in a safe place within County right-of-way, to be picked up by County Crews. Contractor will notify Engineer of stock -piled materials to be removed. All other materials will be disposed of by, or become the property of, the Contractor. 10. DISTIMANCES TO EXISTING IMPROVEMENTS & PROTECTION OF PROPERTY: It is the Contractor's responsibility to locate all utilities and to protect from damage all utilities that might be in the work area. Wherever the underground installation of utility lines or other structures proceeds through surface improvements, the Contractor shall be responsible for the protection and preservation of the improvements. This shall include removal, storage and subsequent replacement of such improvements to the original, undisturbed condition. Property obstructions which are to remain in place, such as sewers, fences, drains, water, irrigation systems or gas pipes, conduits, wires, or cables above or below ground are to be carefully protected from injury and are not to be displaced. No land monuments, property markers, or official datum points shall be damaged or removed by the Contractor. The Contractor will be held responsible to repair or replace any damage he causes to the above at his expense. 11. SHRUBS AND SOD Shrubs and sod within the limits of construction not shown or directed to be removed shall be taken up with sufficient root ball and soil, suitably stored, watered and replaced as soon as backfilling permits. Shrubbery and sod mishandled or damaged during construction operations that does not survive shall be replaced with similar vegetation and maintained by the Contractor until survival is assured. 12. SITE CLEANUP 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 property owners will be in- convenienced as little as possible. Where material or debris has been deposited in watercourses, ditches, gutters, drains, or catch-ba4ins as a result of the Contractor's operations, such material or debris shall be removed. SP -3 41D 0 May 25, 1999 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. The Contractor shall restore or replace, when and as directed, any public or private property damaged by his 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 do all required highway and landscaping work. Acceptable materials, equipment, and methods shall be used for such restoration. The Contractor shall thoroughly clean all materials and equipment installed by him and his subcontractors and on completion of the work shall deliver the facility undamaged and in fresh and new -appearing condition. It is the intent of the Specifications to place the responsibility on the Contractor to restore to original condition items such as but not limited to trees, fencing, shrubbery, signs, light posts, etc., destroyed or damaged during construction. 13. MATNTENANCE ANI] PROTECTION OF TRAFFIC (MPOT)! The Contractor shall properly maintain orderly and safe traffic operations at all times during the term of the contract according to the methods and procedures established by the Florida DOT Roadway and Traffic Design Standards, and the Manual on Uniform Traffic Control Devices (Federal Highway Administration). Every effort shall be made to provide maximum vehicular and pedestrian safety at all times. The Engineer shall approve all traffic maintenance and protection plans and operations. BEGINNING DATE OF CC]NTRACTOR"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 fbr the nrotertn�n Cf the work;cm Th.- pmre wiii irauiate condiliuns und setups for each phase of the Contractors 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. SP -4 May 25, 1999 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. TRAFFIC CONTROL - STANDARDS: The Latest Edition of the FDOT _Roadway and Traffic Design Standards, 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 's'4f tin 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 O UTCD). TRAFFIC CONTROL DEVICES, WARNING DEVICES AND BARRIERS - INSTALLATION: The responsibility for installation and maintenance of adequate traffic control devices, wanting 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 by the 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 to 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. 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. Item of Payment Payment for the work specified in this item shall be made under: Maintenance of Traffic Lump Sum SP -5 40 6 I May 25, 1999 I. . MOBILIZATION The work specified in this section shall conform to Section 101 of the Latest Edition of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Mobilization Lump Sum EROSION AND WATER EOUXTI N CONTROL The Contractor shall install erosion and water ,pollution control methods in accordance with FDOT Index 100, 102, 103 and 104, Standard Specifications Section 104, and all permit requirements. The Contractor is responsible for meeting appropriate federal, state, and local regulations and water quality standards, such as turbidity. All disturbed areas will be replanted with approved vegetation cover (either anal or temporary) within 30 days of final grading. 1. Preconstruction Conference: At the preconstntction conference the Contractor shall present, in written form, his plans and schedules for prevention, control, and abatement of erosion and water Pollution. 2. flitches, Streams and Canals: Staked and floating turbidity barriers shall be installed in all permanent water course in a manner so as not to act as a damn. Barriers shall be located at distance of no greater than 25 feet downstream from the last point of construction. 3. Silt Fences. Silt fences shall be installed to prevent silt and erosion from leaving the project limits particularly adjacent to wetlands, roadside ditches or existing bodies of water. 4. Storm Sewer Sy.tem• The C owrac!or sh:111 protect the Storm Spore; eve en: fr:;n. errs", ~d sedimentation during construction. This may include the use of baled hay, silt fences or any other method approved by the ENGINEER. All such costs associated with this shall be included in the unit cost of storm sewer system. Should any constructed item be damaged due to erosion or sedimentation, the Contractor shall repair or- replace the item with no additional compensation. All new and existing (where called for) storm sewer pipes shall be clean and free from silt prior to final acceptance. The Contractor shall maintain stormwater runoff during construction so that flooding dues not occur. Tile Indian River Farms Water Control District has jurisdiction of the Oslo Road Sub -Lateral B -7-E Canal. The Contractor shall coordinate the work with the County. SP -4 G' 11 May 25, 1999 Item of Payment Payment for the work specii;ied in this item shall be made under: Erosion and Water Pollution Control Lump Sum CLEARING AND GRUBBING The work specified in this item shall conform to Section 110 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. (Latest Edition) with the following modifications: Prior to any clearing and grubbing, the contractor will stake the right-of-way. Unimproved areas shall be cleared of trees, logs, stumps, brush, vegetation, rubbish and other perishable or objectionable matter within limits shown on the plans excepting for certain trees and shrubs shown on the plans or as directed by the ENGINEER which are to remain undisturbed and protected. Stumps and roots between slope stakes in cuts and in embankments 3 feet or less in depth shall be removed to a depth of 18 inches below subgrade. No stumps, roots, or perishable matter of any description shall remain under concrete slabs or footing, including pavement and sidewalks. No trees shall be removed or relocated until the ENGINEER or his representative has marked all trees to be saved, after a review of the project site with the Contractor's representative. Where the final pavement or structural work will be close to existing trees, the Contractor shall exercise care in the vicinity of the trees. Further, the Contractor shall saw cut along the edge of the outside limits of the stabilization, structure subgrade or sidewalk to a minimum depth of 18 inches below the finish grade and paint with a commercial grade pruning paint [tie ends of all sawn roots. If directed by the ENGINEER. or where shown on the drawings, work shall be done "by hand" in order to protect the trees. Tile Contractor shall exercise care when working in the vicinity of all trees to remain so as to not damage or remove major root structures. The Contractor shall not pull hair or major root structures. All severed roots shall be sawn clean and paint with pruning paint. Stumps, roots, etc., shall be completely removed and disposed of by the Contractor. Undesirable, dead; And/or dam -l -ed trees 4a; a dcaigtiated by ;lie ENGINEER) shall be removed. All trees to be removed shall be disposed onsite; burning will be strictly prohibited. All trees or shrubs which are to remain shall be preserved and protected by the Contractor. Where the removal of valuable trees or shrubs specifically for transplanting is required, this work shall be done in cooperation with the fawner and at no additional expense to the Owner. All items to be removed shall be excavated to their full depth. All culverts removed from residential driveway entrances within the right-of-way shall become the property of the respective homeowner, Those homeowners not desiring the culverts may donate them to the County free of charge. (See Paragrdph 9, Special Provisions) The County shall transport tine culverts to the County's storage yard. All metal castings SP -7 C-] 11 r May 25, 1999 for catch basins, manholes, or other structures shall be carefully removed and stored in the County's Storage Yard if they are deemed salvageable by the ENGINEER. The excavated materials shall be removed from the job site and disposed in a location designated or approved by the Owner. Where required, suitable material as approved by the ENGINEER shall then be backfilled and compacted to restore the original contour of the ground, The fill material shall be backfilled and compacted in accordance with Section 120 of these specifications. No additional payment will be made, nor will additional work, or change orders be authorized for work needed to remove, relocate, protect, or otherwise account for in the construction of the work depicted in the plans, for any feature, or item that would be apparent from a careful inspection of the site and review of the plans, even though such feature or item is not specifically called out in the plans. It is therefore essential the contractor make such inspection and review. The unit price bid for this item shall include the cost of all labor, tools, and equipment necessary to excavate, remove, and dispose of those items as directed by the ENGINEER and where designated on the Drawings. The cost of restoration and backfill and compaction for the specific area of removal shall also be included under this item. Item of Payment Payment for the work specified in this item shall be made under: Clearing and Grubbing Lump Sum The provisions of Special provisions, Paragraph 9 shall be applicable and the costs thereof included under this item. GRADING. EXCAVATION. EMBANKMENT The work specified in this item shall conform to Section 120 of the Florida Department of Transportation Specifications for Road and Bridge Construction. (Latest Edition). Excess fill removed to be delivered to Indian River County to a site designated by the County Engineer. This item shall include all excavation of whatever kind, including subsoil, if necessary, for the roadway, drainage channels, removal of existing pavement, structures and any other work normally included in Section 120-7. Also included is all work necessary to construct all necessary embankments, including compaction of same, normally included in Section 120-8 & 120-9. Grading of swales and the construction of all earth- work necessary to achieve the final elevations, lines, grades and contours shown on the plans shall be included in this item. No other additional payment will be made for any earthwork, grading or excavation. )(;em of Payment Payment for the work specified in this item shall be made under: Grading, Excavation & Embankment Lump Sum SP -8 May 29, 1999 STABILIZATIN - TYPE `C' (6" SUBGRADE) Contractor shall include a unit price for subgrade preparation. The ENGINEER'S sole discretion will determine the location of subgrade preparation used in the Project. The work specified in this item shall conform to Section 160 of the Florida Department of Transportation Specifications for Road and Bridge Construction (Latest Edition) as modified herein. No base will be constructed until density tests, as directed by the ENGINEER, show the specified values have been attained. The subgrade shall be stabilized to the depth shown in the plans and/or itemized proposal. Item of Payment Payment for the work specified in this itern shall be made under; Stabilized sub -grade (6") Square Yard LIMEROCK BASE COURSE Article 200-10 Calculations for average thickness of base. Delete this article in its entirety. Article 200-11 Method of Measurement. Delete the text of this article and substitute the following: The calculations for Limerock Base to be paid for under this Section shall be the area in square yards of Limerock, Base, completed and accepted with the length to be used in the calculations being the actual length measured along the surface of the base and the width of the wearing surface as called for on the plans even though the base shall extend beyond the limits of the wearing surface, as specified on the Plans. The thickness to be paid shall be as shown on the Typical Section in the plans. Article 200-12 Basis of Payment. Delete the text of this Article and substitute the following_ The quantity of Limerock Base, determined as provided above, shall be paid for at the contract price per square yard for Limerock Base, completed and accepted which price and payment shall be full compensation for furnishing, hauling and placing all materials, and for correcting all defective surface and deficient thickness. Item of Payment Payment for the work specified in this item shall be made under: Limerock Base Square Yard SP -9 s 0 May 25, 1999 PRIME AND TACK COAT All prime and tack materials as identified in the Latest Edition of the FDOT Road and Bridge Specifications and 1996 Supplement may be used. Article 300-9 Basis of Payment (Page 184) is deleted and the following substituted: The quantities to be paid for under this Section shall be included in the cost of the following contract items: I. Prime Coat - included in "Base" Pay Item. 1 Tack Coat - included in "Asphaltic Concrete" Pay Item 3. Bituminous Material (Plant Mix) (asph. cem. 20130) - to be included in Asphaltic Concrete. T'Y'PE S ASPHALTIC CONCRETE The work specified in tills item shall conform to Section 331 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Type S -I Asphaltic Concrete Square Yard Included in this payment will be tack coat and bituminous materials (Plant Mix). No separate payment will be made for bituminous materials. INLETS MANHOLES ,& JUNCTION BOXES The work specified in this item shall conform to Section 425-1 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. All structures within paved areas shall be equipped with grates having H-20 loading. Item of Fgyment Payment for the work specified in this item shall be made under: Inlets Type "C" Each SP -10 40 ' May 25, 1999 PIPE_CUI.,VERT_S AND STORM DRAINAGE The work specified in this item shall conform to Section 430 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: I2" X 18" RCP Culvert, Class RE -111 Linear Feet MITERED END_SECTIQN The work specified in this item shall conform to Section 430 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, and Index 277 and 273. Item of Payment Payment for the work specified in this item shall be made under: Mitered End Section 12" x 18" RCP Each SODDING The work specified in this item shall conform to Section 575 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Bahia sod will be used for all disturbed areas. Fertilizer and water will be included in this work. Item of Payment Payment for the work specified in this item shall be made under: Sodding Square Yard SIGNING AND PAVEMENT MARKING I . Signing and pavement marking for traffic control shall conform to the requirements of the Standard Specifications (1991 and 1994 Supplement), Manual on Uniform Traffic Control Devices, Supplemental Specifications, Roadway and Traffic Design Standards, manufacturers specifications. SII -11 May 25, 1499 2. Trak Signs; All existing signs which are the property of the Owner shall be transported to the Indian River County Road and Bridge Maintenance Yard by [lie Contractor during construction if they are within the construction limits. Care shall be exercised by the Contractor during removal, storage and relocation so as not to damage the signs. If any damage occurs, as determined by the Owner's ENGINEER or Resident Construction Inspector, the sign shall be replaced by the Contractor with no compensation. All reflective pavement markers shall be 4" x 4", Stimsvnite. SP -12 40 THE AMERICAN INSTITUTE: OF ARCHITECTS 4 AIA Document A310 Rid Round KNOW ALL MEN BY THESE PRESENTS, that we SUIlydt CoTtst:rut-Uon l`tanac ret, lm . mere •eten ruff name red sddrest Ar legal Int, of Carie, porl 5890 33rd Street, Vero peas.}T, FL 32966 as Principal, hot efnafter called the Ptincipal, anti ().1ri Pt, ixlllf] ic, r'IIrs,i:y rouili,ITIy Ifnere retvl full name and address at legal rate et Sruerrl P.O. Box 4668, Winter Park, 1'1r 32793 a corporation duly organized under the Caws of [lie Stale of lJisl':onsirt as Surety, hereinafter called the Surety, are held and firmly bound unto Inc a, nserl NIT !sine and sddret, or regal rine tit 0—r') Indian River Country 1loard of f'otntty rolnuti.ssione.rs as Obligee, hereinafter called the Obligee, in the sura of Five Pert:enL Of AMOUnG Bid Dollars CE 5% of aid 1, for the payment of which sum wetl 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 !lid for nl.0 •Wren lull name, sddrnr and drt.r•nrrnn of prslcrtl IRC Did #9062 DONALD MACDONALD PARI{ IMPROVIEMENTS Project: No. 9625A NOW, TISEItiirclm if the Obligee shall accept Ilse bid of the Principal and lite Principal shill tnler into a Contract with the, Obligre In accordance with the IrrmS of such bill, still Rive such hnrrd or bonds as may he specified in the bidding or Contrsct Cricumenli wgfs Bond sad sufliclrnt iurrry fin Ihr laiddnl #serfnrr.r.artr r of the It Cnnfratt sold fnr the prompt payment of labor and material firmished in the p.roseccution thereof, or in the event of Ilse failure of the P.rncipal to enter such Contract and give such bond at hnnds, if the Principal shall pay to The Oh6g. a Ilse differrnce not to emceed the penally hereof between the :mount specified in said bid and such Isrger srnuunf for which the Obfigee may in good lailh contract with another party to perform Ihr, Work covered by said bid, then this nhhgalion shall be null and void„ nilerwrle to remain 1. 1.14 lord :.nd !lfect, Signed and sealed this 16 day of June 19 99 suillinitr congtrl- c triorr Management, Inc. r rPfincipafl (Seal) (Title) O].d R0l)ul)1ic SuroFt:_y Cont art � 15urrlyf7�,% n (Sea+1 reNllntrsi r 4 `f t I?. Dic1gty fTitlrl yr4x AttorI Tn-Far t AIA DOCUMENT APO - BIB SCIN17 a f IA e1 • FFSRUARy 14717 f n • II0 AkIFRIcAN IFaST11UTF Of ARCMUCTS, 1715 N.y AvI , HIM, 'WM41INt:FOPI. 0 t' NIOIM 40 • 1. (?CJWER l7E ATTOFINEY ftN6 f ALL MEN 13Y ThiESE f'f1ESENt•S. Thal OLD of-fPki 3LIC S1Jril"1Y COMPANY. n Wisconsin stock invur'once cotpoeallon, ,does,tnak©. Onsiilute and appotnL t[ il F 1 r m Ja CC1,si,11: Fi. f.IF' 1:1'Il,Iitt 1 •, r f i!s Irue and lawful Aiforneyy(s)ln:Farl rtilh full power and Whnrity for and on hahall of the company as surely, tv execute and deiivei and affrx:tite g8ak of the cnfnpAhl/the(eto(if A saolis required) ponds, undsrlakhseds, reCogn,zarrcesarnthprwrltlennbligatiorts ih dre nalufelhereef,(u[her than bail bonds,ba kdeposilft .bands rna lgage ddliclency bonds, morlgage.guaranty bonds. guarantees of Installment paper and nide guararrly bonds, selt•insurance ti or$srs 6Ompensalftrrl' ba[1d gUE31anIAlingpayrrla11bfbeaulits,aSbeslosabltiCrronlcoalracEfaun,}s,wasiornmlagnmenlbondS,harardoMrswa9loremrdiaHanbartds4rhiaCkTuhgborii9), f�! l IAll.l f fl=f! Iflt:il' tlriS'r!Y ; .f f! r Yd IfItli'I fh.l :i". f f.9:1' E r)fl i r i'i,I S III tri ONE, 1l i f 1 CIX! 1.) 1 4..i f11 ', !'h l {?lJf)- { f tJtL;:� f in f UIN r l-tI;-lar,I I)1 t"'9 1 tw, n linTdl U: '1 f 11 ' ' f 1' ;11 'I rFif fi I t''. 'f 1r• 11 F III I I II I1 •!' 1 •r.`t 1 1 i 11 ! - and to !ilrid (jLD REPt1BLIC SURETY CbMP3ANY Ihoreby, and all of the ficir of said Altornoys-In-Facl; pursuant to-thFso presrnls, ere, ratified and cdnfirmed. This docunient is riot valid unl sS prfillod on colored backgrOUnd and is inuiti-colored. Thi$ appointrnerll is n1;ldC :Under aril by ailthtxtNycil ilio hard of directors it a spnni,l lneeting holt! on February 18i 19;37_, This Potver,of Alislrnoy.is Signed and sen led bfr faesfhnifc 06dar And by the aulhorily of the following f0olrni0ns adopted by the bonrd of directors of Ihh C}Lt] RrPUBLIC SURETY CQfAPANY on February 113, F962. HESOLVED.thal the president, any vice president, or nNsislnhl vice presiderll hf conjunallon with The secretary ort,Roy _nsslsFdnt becrelary,--may ap'pclnl attorneys -la -fact or agenls with jull,011ty Ar,defin0d or limited In the Instrument evidencing Ifin aT b1htmenl hi trach caso jor arld oh beFiatf of the companyto execute and deliver and affix the seal of the 00pany to bands. Undertakincjs, rocs nlzanras, rind Suretyship 0bngauans of brkinds; -)nd said oflir"nr s may reinavra any surhh altdrnay or revoke -In-fact oant any Power of Attorney previously yranled to such person. RESOLVED FUATHER Ihoi any bond, undedliking• recognizance, or sureF�Stilp obligation shell be v91id and hlndilig up- The Company {ij Fvhen srgried 6ytlieprdsu9ent, any vies president er Assistant vice pros dent, and atlesled and sea ed (if a sealberequnetirj byariy sdcrala ddasslslanl " secretary; or_ t' , .: u (il) when tigod by 119(1 p;oldenl. any vice prpsidehl Or asslSlanl Vice prRsidenl, secretary 6r asst$tani mretary, and colydtefsigned and salad (ifa s$al he requfred) by a duly authorizod rtttorney-in•facl or a cril; or (iii) when duly oxecufed and sealed (if A seal be required) by we or more nunrneys ir1•facF or agenlS pursuant 16 And within.tho limp of the atjt}ierily evidetrced by the I'awor,ol Allorney issued by the company to such petseri or persons. . RESOLVE6 FURTHER that the signatbie,ol any 5ud1orized oflicei and the -enl (it rhe coi many may b-, affi r Lr ! ;ccrnilie fa any pv er•nf AlEwney or: ccrfificalren ttidroof auiflorlililg the execution and delivery of any bond, underinkinrd, recoghlzrlrlce. or other surp"lyshlp-obllgations 011ie comfiany; unit such nat siguro and seal when so uaed shalt have the same force snd effect as though manually stinted. IN WITNESS WHEREOF, OLD REP UBUC SURETY COMPANY has (,mote f Ihese pipgants to ha slgnrii by iIs proper ofticor, nail 115 corporate nen! 10 he clfixed , OLa RPPUf3LIC SUFICTY COMPANY r n.. Asslalanl Serref UM Qi WISCflNSff l;:CflLlYJTY Or WnUKESI Un INS i irr M flay tit ;,ll If II: ��. E parscnally crime bpfora nae, _T dAMEAE. 'LCE and DAM G iAEN711I; to Ine known l0 be the individuals nod officers of the ESLD REPUBLIC SURETY COMPANY who executed lino above Iristrtrmont, and they each acknowledged Iho aaectittnn of fire some, and lining by mo duty sworn, did severally dfsposd and sny; Final Iltey nre the wild olflcers Of th0 corporatlon aforesaid, on(] prat Ilio seal affixed 10 tlia above Insttumenl Is lino 50,11 0(,1110 corpufalfon, and chat said eoipdrhte seaf and theft hignalures as such officers were duty attiked and subscrltletf to the,,wild inslrurn.OhE by lfigTiUtiiOrllyf; c1 Ill board OF. directors a Said corporation, i'0 NF 0 tilde r I IrW.""»V.--. My comailsatun expires: CERTIFlCATi~ i � I tiie undorSfgrlod, assistant secretary of ilia QLD REPUBLIC StJr1ETY OOMPANY, a Wlscanalh cgrporaliorr, CERTIFY that foregoing and all-60cid Power orAuorijeV remains In full force anti I1ns not beer) revoked; and Furthermore; Ural the f;esoluhons ul.Ihd beard' of directors sol forth In lho Power of Afternoy, are naw In force Jr Ia Signed and sealed at the City of brooklield, WJ !lits .- �E._._ day of _.L7L1F n- `` Llj t".r:ffi }rf $, A( « :Y-1 i f i if; ' h�dtra•rl re'rery E-il • A May 25, 1999 BID PROPOSAL INDIAN RIVER COUNTY IMPROVEMENTS TO: DONALD MACDONALD PARK IRC PROJECT NO. 9625A Proposal 54J h, + _ .QVI Sj� tt� [�y.�� r. fz3:l, . (Bidder's Name) r7_ __ Ste'. , Ve..fzzl T FL . 3 Z9 (a (n (Bidder's Address) to furnish and deliver all materials and to do and perform all work in accordance with the Contract Documents attached hereto for "IMPROVE MINTS TO: "DONALD MACDONALD PARIC LOCATED IN INDIAN )ft,IVER COUNTY, FLORIDA." To: Purchasing Department hidiwrt Rver County 2625 19th Avenue Vero Beach, FL 32960 Gentlemen: The undersigned Bidder has carefully examined the Contract Documents and the site of the work and is familiar with the nature and extent of the work and any local conditions (hat may in any manner affect the work to be done, and the equipment, materials and labor required. The undersigned agrees to do all the work and furnish all tnatcrials called for by said plans and specifications, in the manner prescribed therein, in accordance with the Contract Documents and to (lie standards of quality and performance established by the County, for the unit In ices slated in the spaces herein provided, for cacti of the items or combination of items stipulated. It is understood that certain quantities shown in the schedule are approximate only, subject to increase or decrease and for (lie purpose of bid comparisons for determination of low Bidder. It is further understood that payment will be in accordance +viib quantities placed in the constriction as more specifically provided in the Instiuc(ion to Bidders and Technical Specifications included as part of the Conlract Documents. To do any extra work, not covered by (lie above schedule of prices, whicli inay be ordered by the County Engineer upon aulliori7ation by the County Commission, and to accept as full compensation therefor such pries as may be agreed upon ill writing by the County Engineer and the Contractor;" accordance with Paragraph 15, (GC -5). 13P 1 11 N May 25, 1999 2. Within ten (10) days from the date of acceptance of this proposal, to execute the Contract and to furnish Indian River County a Performance Bond in an amount equal t0 125% of the contract price and a Payment Band in the amount equal to 100% of the contact price. The contractor shall provide two separate bonds a combined Payment and Performance Bond for 125% of the contact price is not an acceptable substitute. 3. To begin work within twenty (20) calendar clays Aer the (late of receipt by him of Notice -to - Proceed, and to complete the work not later thast the number of calendar days specified in the General Conditions, Paragraph 10 (GC -3). 4. To reimburse Indian River County, as liquidated damages, for each calendar day elapsing between the date herein specified as the date of full complction and the actual date of such full completion of the contract work, the amount as set out in [fie Florida Department of Transportation (FDOT), Standar r ions f r Road and Bride onstruction latest edition, under Section 8-10.2., not to exceed the total contract price. Dated this I (n ti day of ;Tu I99_, Respectibily submitted, -1"rs��+� Contractor 561 5 `& Address City/State By. BP 2 40 May 25, 1999 BID PROPOSAL INDIAN RIVER COUNTY IMPROVEMENTS TO: DONALD MACDONALD PARK COUNTY PROJECT 119625A DID #9062 IIID l!TEM DESCIi P-AiONLLJ UNITUQ Af' TITY AMOUNT . ASE #IID 1 Mobifization LS I ?, 2 Performance Bond (� *{ F Yrw =s`j LS 1 t t 3(;c) 3 end - 4 Maintenance and Protection of "Traffic LS f 1 (MPOT) til 5 p Construct new restrootn building on new LS I slab, per plans and specifications (include all utility connections, i.e. water, sewer, electric) 6 Construction addition to existing 'm LS 1 maintenance building including all utility connections and renovations to existing building 7 New concrete picnic tables and slabs EA 19 1 U 8 Water hose bibs and cortnection EA 3 7J "011 -7 9 Clearing and Grubbing (includes trees and LS 1 r• el r small vegetation removal) 10 Small shelter including woad benches and EA 1 ramps (see Alterative Bid 3) 1 11 Entrance sign and lighting Including all EA 1 Y/ W 3 electrical f 12 Building permits, including electrical, LS plumbing, etc. 13 Asphaltic Concrete (Type S -t) (1'/," thick) 8 1,550 191 1 It r 14 Liimerock Base (8" thick) SY 1,550 SP 3 May 25, 1999 BI 1(TI:N� W DCSCRI-PT101�I UtT1T UAN I`ITY AIIIUCJNT 15 Stabilization, Type "C" (G" thick) SY 1,810 D ss 16 Type "C" Inlet EA I t 307 17 12" x 18" Reinforced Concrete Pipe (RCP) Lf 18 12" x I8" RCF Mitered End Section CA. 1 70 7 19 Grading, Excavation and Embankment LS 1 -7 0 20 Sodding; SY 2,100 21 Bermuda Seed (20%) SY 300 D { 22 Pensacola Seed (80%) SY 1,200 SS 0 23 Erosion and Water Pollution Control LS 1 l D 24 Sand Cement Rip Rap Bags (furnish and I;A _ 90 C� install) TOTAL 13ASE DID �. (-109 BID _+ LTERNATIY1;S 1 * ° Asphaltic Concrete (Type S-1) (15'11' thick) SY 730 9'7 Z 3 IA ** Limerock Base (8" thick) SY 730 } q It 113 °° Stabilized Subgrade (G" thick) SY 820 Cf l 2 Provide "Rafter Tails" at all structures LS l rte' TOTAL BASE BI 1) ANI) A LTERNATE BID Demolition of existing restroom by owner. Q>sa7�7 ' * Includes cost of any Grading, Mobili7,t ion, MPOT or Erosion and Water Pollution Control required for this additional work. UP 4 May 25, 1999 UNITS OF MEASURE AC Acre IX — Per Lurninairc AS = Assembly M.G. = Thousand Gallons BA = Barrel N.M. = Net Mile BU = Bushel P.S. = Per Building C.F. e Cubic Foot P.C. =- Per Cluster co Per Cleanout I'I3 =< Pile C.Y. = Cubic Yard P.I, � I'cr Intersection cm — CMT I'.1, = Per Joint DA — Days PL = Plant EA Each PO = Post MB = (MDM) 10DO Board Mcasurc P.P. = Per I'ole FT = Foot F.W. - Per Well GA = Gallon R.M. Road Mile G.M. = Gross Mile S,F. = Square Foot LB = Pound SP = Shan L.F. = Lineal Foot S.Y. Square Yard L.S. = Lump Sum TN = Ton B.D. = Per Each Day VI•' Vertical Foot. SUIS -TOTAL FOR (description & Project #) .6 s� l . t ; .., PJ, c_l-, r -t `T( T SUB -TOTAL FOR (description & Project {i TOTAL AMOUNT OF CONTRACT ........ (Written Amount) LEGAL NAME OF BIDDLR MAILING ADDRESS--5�b9) CITY, STATE, ZIP CODE'�1���� 4= L . 3 Z9 (o Irn TELEPHONE NUNMER 5Co t —'Z cl — 2 4) DATE v KX BY: SIGNATURE (Manual)_ _ u. SIGNATURE (Typed)—Wk � B, .S _Q, ����'r`. BP `'i Qiuestionnairc To Be Submitted an Request The undersigned guarantees the truth and accuracy of all statements and answers herein contained. (Please use additional sheets as necessary to fully answer questions) I -Tow many years has your organization been in business as a General Contractor? 2. What is the last project of this nature that you have completed? Wnnp- 3. Have you ever failed to complete work awarded to you; if so, where and why? 4. Name three individuals or corporations for which you have performed work and to which you refer: rAIMM IN1 Have you personally inspected the proposed work and have you a complete plan for its Performance? G. Will you sublet any part of this work? If so, give details: !r� What equipment do you own (hat is 2vaiigh1r enr the .�,,ork9 `l�lOf1G 8. What equipment will you purchase for the proposed work? 9. What equipment will you rent for the proposed work? C_3 11 10. The following is given as a summary of the Financial Statenirnt of the undersigned: (List Assets and Liabilities and use insert sheet if necessary.) r 11. State the true, exact, correct, and complete name of the partnership, corporation or trade Name under wlxich you do business, and the address of the place of business. (If a corporation, State the name of the President and Secretary. If a partnership, state the names of a[] Partners. If a trade name, state the names of the individuals who do business under the trade name. It is absolutely necessary that this information be furnished.) Summit agement Inc. (Correct Name of Bidder) (a) The business is a (Corporation) (b) The address and phone number of the principal place of business is: (c) The names of the corporate officers, or partners, or individuals doing business under a Trade name, are as follows: William B. Schuh. Jr.- Presidenta-ag&&au 5immit Constncctionat3,'aemeirt Iim William B. Schuh Jr.- President X11 -nom f (Bidder) 40 JUL 29,1999 4:48PM Current Assets Cash Inventory - Land Total Current Assets Fixed Assets Office Furniture & Fixtures Office Equipment Total Fixed Assets Summit Constriction Management,Inc. Balance Sheet for AUG 1999 Less Accum. Depreciation Total Accum. Depreciation Net Fixed Assets Other Assets Total Other Assets TOTAL ASSETS Page; 1 48,579.66 3,26718 53,846,94 JUL 29,1999 4:48PM Current Assets Cash Inventory - Land Total Current Assets Fixed Assets Office Furniture & Fixtures Office Equipment Total Fixed Assets Summit Constriction Management,Inc. Balance Sheet for AUG 1999 Less Accum. Depreciation Total Accum. Depreciation Net Fixed Assets Other Assets Total Other Assets TOTAL ASSETS Page; 1 48,579.66 3,26718 53,846,94 2,348.87 8,058.32 — 10,407.19 0.00 10,407,19 0.00 62,254.13 CI 0 r JUL 29,1499 Sununit Construction Management,lnc. Page: 2 4.48PM Balance Sheet for AUG 1999 LIABILIT7US Cltrrent Liabilities Retainage Payable 140,00 Custamer Deposits 7,717.00 Total CluTent Liabilities - — 7,857.00 Long Tenn Liabilities Total Long Terns Liabilities - 0.00 Other Liabilities Total Other Liabilities 0.00 TOTAL LIABILITIES 7,$57.40 Qpilal Capital Common Stock 100.00 Additional Paid in Capital 69,900.00 Net Profit Year -to -Date 15,602.$7 - Total Capital - - - 54,397.13 TOTAL LlA]31Lrnj.S PLUS Capital 62,254.13 r i .rune 29, 1999 AGREEMENT INDIAN RIVLR COUNTY, FLORIDA IMPROVEMENTS TO: DONALD MACDONALD PARK IRC PROJECT NO. 9625A THIS AGREEMENT made and entered into on the -day of 19 , by and between ;1MMii' CC]NSTftUCTION NA(sEMENT. IN_C _589033RD STREET, )MRO 13EAC. FLORIDA, 32966 herein ager called the Contractor, and INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, hereinafter called the County. WITNESSED: That the Contractor and the County, for the consideration hereinafter named, agree as follows: Article t. SCOPE OF WORK: The Contractor shall furnish all of the materials and perform all the work shown on the Drawings and described in the Specifications entitled IMPROVEMENTS TO: DONALD MACDONALD PARK IMPROVEMENTS for Indian River County, Florida and shall do everything required by this Agreement and Contract Documents. Payment shall be made in accordance with the Itemized Bid Schedule attached as Exhibit "A" and made a part of this agreement.. Article 2. COMMENCEMENT AND COMPLETION & LIQUIDATED DAMAGES. As time is of the essence, the Contractor will be requirdd to commence work under this contract within twenty (20) calendar days after receipt of the notice -to -proceed and shall complete the project within 120 d_ ays_ as specified in the General Conditions, Paragraph 10. The Contractor agrees to reimburse Indian River County, Florida for liquidated damages for each calendar day elapsing between the date herein specified as the day 6f full completion and the actual day of such completion of the Contract work the amount of TWO 11UNDRED III-'rY , (S 2L0 } per calendar day. Not to exceed the total amount of the contract. .,Article 3. THE CONTRACT SUM: The County will pay the Contractor for performance of the Contract, subject to additions and deductions ,provided therein, in current funds as follows: Numerical Amount $252.717.00 Written Amount TWO HUNDRED I+IFTY TWO THOUSAND SEVEN HUNDRED SEVENTEEN DOLLARS Article 4. PAYMENT & RETAINAGE: Progr6ss payments on the Contract amount for the value of+vork completed and component `material on site %vill be made upon request at not less than monthly intervals. The request must be made through the E=ngineer on an approved estimate showing the A-1 40 • I ,lune 29, 1999 component breakdown of the work totaling the awarded Contract price and the amount of work t for each item completed at the time of the request. Except as may be modified herein, ten percent a (10%) of all amounts earned vrill be retained by the County until final completion and acceptance of the: Contract. t Contractor shall allow adequate processing Lillie for County Commission final acceptance and approval for final payment. Article 5. ACCEPTANCE AND FINAL PAYMENT: Upon receipt of written notice that the work is ready for final inspection and acceptance, the County Public Works Director will promptly make such inspection and when he finds the work acceptable under the terms of the Contract and the Contract fully perfonned, he will promptly issue a final certificate, over his own signature, stating that the work provided for in this Contract has been completed, and acceptance by him under the terms and the conditions thereof is recommended and the entire balance found to be due tine Contractor, will be paid to the Contractor by the County following County Commission approval of the final Contract payment. Before issuance of a final certificate, the contractor shall submit evidence satisfactory to the County Public Works Director that all payrolls, material bills, and other indebtedness connected with the work have been paid. An affidavit must be submitted by the Contractor to the County Public Works Director stating that all indebtedness connected with the work has been paid. Such affidavit will be signed by a duly authorized officer of the contracting firm, will bear the firm's seal, and will be notarized and attested by two witnesses. A Waiver -of -Lien form signed by a duly authorized officer of the subcontracting farm, notarized and attested by two witnesses is required from each Subcontractor engaged under the•scopc of this Contract, and must accompany the request for final payment. The making and acceptance of the final payment shall constitute a waiver of all claims by the County, other than those arising from unsettled liens, from faLrlty vvork appearing after final payment or from requirements of the Specifications and of all claims by the Contractor, except those previously made and still unsettled. Article 6. INDEMNIFICATION: Subject to the monetary limitations in Paragraph 11, General Conditions, the Contractor, upon his part, agrees to protect, indemnify, save harmless, and insure (lie County from any liability to any persons for injuries to the person, including_ loss of lire, or damage to property, resulting from the acts or omissions of the Contractor in performing his obligations under this Contract. The parties expressly recognize that the relationship between the County and Contractor is that of owner and independent contractor, and that neither the Contractor nor any of his servants, agents, or employees shrill ever be considered to be an agent, servant or employee of the County. Article 7, PUBLIC CONSTRUCTION PAYMENT AND PERT, ORMANCE BOND: The Contractor shill fumish the County immediately upon execution of this Contract a Performance Bond in an amount equal to 125% of the contract prii c'litd a Payment Bond in an amount equal to 100°/6 of the Contract with good and sufficient stlr�tic's, conditioned upon the performance of this Contract by the Contractor in accordance -With the terms and conditions hereof, within the time herein provided, and with the additional obligation that such Contractor shall promptly make payments FAIM s 11 r May 25, 1999 Article 7. PUBLIC CONSTRUCTION PAYMENT AND PERFORMANCE BOND: The Contractor shall furnish the County inunediately upon execution of this Contract a Performance Bond in an amount equal to 125% of the contract price and a Payment Bond in an amount equal to 100% of the Contract with good and sufficient sureties, conditioned upon the performance of this Contract by the Contractor in accordance with the terms and conditions hereof, within the time herein provided, and with the additional obligation that such Contractor shall promptly make payments to all persons supplying him labor, materials and supplies, used directly or indirectly by the said Contractor in the prosecution of the work provided for in this Contract. The Contractor shall provide two separate bonds, a combined Payment and Performance Bond for 125% of the contract price is not an acceptable substitute. In lieu of the Bonds, 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 Il of ES. 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. IN WITNMSS WHEREOF, the parties hereto have executed this agreement Elie day and year first written above. INDIAN RIVER COUNTY (Owner) Inulan Firvhr County I Aprirover! ICS:-7Tctor) Admrnr,lraf�on - a � cr � c_ D � Eiur�ge..l t� r QUaI' C Fii:.k Manr�uRmerrl DeVaFtFoienl 4�rva cion A _ L (Seal) 3 By: Attest _ Kennet R. Macht, Chairman Jeffrey K. Barton, Clerk }1--3 {Sea]) 40 0 [i May 25, 1999 AFFIDAVIT STATE OF COUNTY OF Before me personally appeared the undersigned who, by me being first duly sworn, deposes and says: The undersigned is a sub -contractor under the prime contractor under a contract entered into by and between Indian River County, Florida and for the performance of the following described work: The undersigned further deposes and says that said labor, materials, and/or services were of a total value of $ , of which there remains due owing and unpaid the sum of $ to the undersigned. (Corporate Seal) WITNESS: Subscribed and swops to (or affirmed) before me on produced (Sub -Contractor) By._ Attest: (Title) identification. NOTARY PUBLIC (Name of Notary Typed, Printed or Stamped) _ _(Commission If) AF1 by 1 Idshe is personally known to me or has MGM r 0 May 25, 1999 SWORN STATEMENT PURSUANT TO SECTION 287,133(3)(a), FLORIDA STATUfU, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN i'O IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL. AUTHORIZED TO ADMINISTER OATHS. L This sworn statement is submitted to / (print name of the public entity] -- _ jprint individual's name and title] for _ �. �'v t r u I. i I ` 1. ° w -i . L-- -t- r� I . Article 3, T14E CONTRACT SUM: The County will pay the Contractor for p ormance of the Contract, subject to additions and deductions provided therein, in current funds as follows: Numerical Amount 4 'I t Written Amount �, ,.] V h.� _ 4- C_ r. } 1- .0 S �!_ ? _....iiY 'ti•`"` x� Y s N ]prim name of entity subiniiting swore statestteli ] whose business address isa T' and (if applicable) its Federal Employer IdentiTicatiton Number (FEIN) is 0 49 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 2, !understand that a "public entity crime" as defincd in Paragraph 287.133(I)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract ror goods or services to be provided to any public entity or an agency or political subdivision Of any ollscr state or of the United Stales and involving antitrust, fraud, theft, 'bribery, collision, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(l ()b), _F-loridsr �tattttes, means a funding of guilt or a conviction of,,l public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of ajury verdict, nonjury trial, or entry of a plea of guilty or nolo con,crtdem, 4• I understand that an "affiliate" as defined in Paragraph 287,133(1)(a), Florida Statutes, ntcans: PEC -1 • • I I May 25, 1999 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under file control of any natural person who is active ill the management of the entity and who has been convicted of a public entity crime. The tern[ "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management ofan affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a ,pooling ofequipment or income among persons when not for fair market value under an arm's length agreement, shall be a prina facie case that one person controls another person. A person who knowingly enters into a joint venture with a person w[to leas been convicted of a public entity crime in Florida during [lie preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133(i)(c), 1'7orida Statutes, means any natural person or entity organized under the laws ofany state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. 'I'hc term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity, 6. Based on information and belief, the statement which I have marked below is true in relation to tine entity submitting this sworn statement. [itrdicatc whielr staterrtcnt applies.l Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners shareholders, employees, members, or agents who are active in the management of the entity, 1101 - any affbate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, ntcinbers, or agents who are active in the management of tine entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executive.; Palmers, sharchuiders, employees, members, or agents who are active in Ilse management of tine entity, or an affiliate of the enfity has been charged with aitd convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Ifearing Officer of tlne State of Florida, Division of Administrative Hearings and the Final Order catered by lite Hearing Officer determined that it was not in lie public interest to place the entity submitting this sworn statement on Cite convicted vendor list, lattaclt a copy of the final or•derl 01111111 11 I I May 25, 1999 I UNDERSTAND THAT THE SUBMISSION OF'rms FORM TO THECONTRACTING [OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAVII I (CINE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF Tilt:; CALENDAR YEAR IN WHICIi IT IS FILED, I ALSO UNIII IISTAND 'TTIA7' I AM RI QUIRED "I'O INFORM THE PUBLIC ENTITY PRIOR TO EN'T'ERING INTO A CONTRACT IN EXCESS OF TIIE TEIRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA_ TATUTFIS FOR CATEGORY 71VO OF ANY CHANGE INTHE INFORMATION CON'T'AINED IN THIS FORM. [signature] c [date] STATE OF F— COUN'T'Y OF PERSONALLY APPEARED BEFORE ME, lite undersigned authority, Z �`} [name of individual signing] who, after first being sworn by me, affixed ltislhcr signature in the space provided above on this 3 rc` �• c day of rl � _ 19 _ r 7; NOUTAIIY PUBLIC My commission expires; Form PUR 7068 (R€ v. 04110/91) GRA01 V:&ffi MYc0hfh11$S10N 1 cc 7P6017 ,axa EftPlFii:"u:iktaLer26.2002 R -*d rm, ]tarn ryrlhn;IMr7tirra,r, PEC -3 40 11 f May 25, 1999 5111f95(doc/disclose.doc)blf i-WQRN S7A' EN1ENT UNDER SECTION 105.08 1NAIAN 1rZ[VI Ii 1'Y ((,i1JC�f)N 1)1SC L()SUItI+�iF RELA'T'IONS111[' THIS FORM MUST BE SIGNED IN THE PlIESENCE OF A NO'T'ARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 4. This sworn statement is submitted with Bid, Proposal or Contract No. 9062 for DQJ ALD MACDONALD 1'A tIC IMPROVEMENT"s 2. Thus swam statement is submitted by; (Name of entity submitting stvom whale business address is; statement) -. t' bq- > jj� S-7 ( V 9,tC)� e l_ If L. -' Z_tm and (ir applicable) its Federal Employer Identification Number (FEIN) is T G 7 (If the entity has no I iIN, include the Social Securit Nit NNumber ofthe the individual signing t us sworn statement ) 3. My name is \its 1 4 n ` , 0 (Please print name of individual signing) and my relationship to the entity named above is t 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, entployees, members, and agents who are active in the managentent of the entity. 5. I understand that the relationship with a County Commissioner or County ernployce that must be disclosed is as hollows: Fattier, 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 stept'afher' steprnoflle:, �tei.,surt, stcP(It fighter, sieirbruthur, stepsister, halt 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 onicei s, directors, executives, partners, shareholders, employees, members, or agents who arc active in imrtagemernt of the entity, have any relationships as defined in Section 105.08, Indian River County Code, with any County Commissioner or County employee. The entity submitting this sworn staternent, or one or ,,are of the officers, directors, executives, Me shareholders, employees, members, or agents who are active in management of the entily have the following relationships with a Cuttnty Commissioner or County employee; May 25, 1999 Nsm ofComity Comrnissio q Relationship rcg_ns-19me (sign,aturc) (date) STATE OF �} 1 COUNTY QThe foregoing ins}rumcnt was acknowledged before me this day of— — 1_r� � 19� by Q1J X117 m S�Z- Sk`wl10 is personally known to me or who has produced as identification. NOTARY PUBLIC (�1 sign: print",--, State of Florida at Large My Commissioner Expires: (Scat) GnACE V, OAQES f.4Y C4t.4htiW4F1 r CG IAGOIi a' ERPIRtS:Odober26,2(iU2 � 1'^ r;;?ff 8,,-194 l nm@r!ery Pik tln�fmr•Eee, DOR-2 4D 11 May 25, 1999 FINAL PAYMENT CONTRACTOR STATE OF FLORIDA 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 , 19_, enter into a contract for the performance of certain work, more particularly described as follows: Il FROVEMENTS TO: DONALD MACDONALD PARK IRC PROJECT NO. 9625A 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 contracting directly with or directly employed by such contractor have been paid in full EXCEPT: Name Description Amount who have not been paid and who are due the amount set forth. WITNESS: (Corporate Seal) Subscribed and swam to (or affirmed) before me on to me or has produced (Contractor) By; as identification. by s... ,...aur (Signature) SHAL NOTARY PUBLIC — (blame of Notary Typed, Printed or Stamped) (Commission N) I herewith acknowledge receipt of final payment on above and do hereby certify that I have no claims against the owner of said property. Contractor FP -1 CONTRACTOR NAMEJADDRESS: INDIAN RIVER COUNTY. FLORIDA AMICATION FOR PAYMENT NO. APPI.JCATION DATE: FOR PERIOD ENDWO: Original Contract Price S Net Chale Orders S Crwresd Contract Price S Work to Date: Under Original Conlract S Under Change (rder S Percent of W ork completed to date 95 STATP.MENTOP WORK Materials Stored S (Attach detailed schedule and ,paid invoices) Total WorkAl terial to Date S Lass 101 Retainage S Sub Total S Less Prior Payments $ 11Tx�3'liCa]I+� EIFd ai[!I I E��iS' '��lit Y May 25, 1999 c4muaGt.w CC&Nfiw ou The undesig ad COMRACTOR hereby mCfirx host all ium aM amnrmta m the fax of this tMlicaum for payment we erred: that all work has been Nr0wa sudor mw=als supplied in fnl l awordsnce with the terms and conditions oftho czot am The undxggxd 001MACM 6lby swims uwW pnWt, ofpcgwy ihat(1) al: jwe m punas paymenu roccived frau Ole OWNER apt@&�t ofWIXi perfamaedumkf the extras referenced to by. have been .ppl!cd by wWrfatgned to dtrchu ge in full all nhli tLl of the wadmiped irwvned im conrte io with work owrad by Prior P.lpixwi—for Payoaera carder said eomuwi; being Appliwioru for Payaa m nwnbemd I through vaelmiit, .d (2) a11 matniels ad eq.gwwru InonrporatW N rad project or otherwise luted in am ,—d by rias Applieatton fa Payor t arc fim rad clw ofalI Lem, elairm, senmty interests and encwnbrances. Date[ .19 (C -trader) Division Approval BY: (Nantdfilla) Public Works Diroclor Appaoval Y COUNTY OF INDIAN RIVER STATE OF FLORIDA Ekfom me this day of_ , 19_ persoacally appeared kftown to mo, who lxing duly sworn, delwscs and says that (s)bc is the of the CONTRACTOR above mentioned: that (s)he executed Ute above APplisation farPaynvat and Statement on behalfofsaid CONTRACTOR; std that all ofthe atatetumits contained herein rue true, correct and complete. Notary Public My Connnission Expires PA -1 e PA -2 v � N v r � � k fol D Q 1 A W � n NI Q ri ~J 0. PPP p 0 3 p p b g p o p p p q q 0 0 b p p p Q q p P P v asu c L11i'lH, ICE y Al e w O � oo � e .-..., a .- e•i PA -2 C> PA -3 tt fir 1* * 7k R * al s PAYMENT BOND yt The Arnarican It'sliluln of Architects, AIA Document No A312 * * (December, 1964 Edition)- Any singular leferenCO W COVIractor. Surely, v Owner or other patty shall be considered plural whereapplicabte. 0ONTRACTOR (Name and Address): SURETY (Nm11n and Principal Place OF llusiness)�� Sununit Construction Management, 111c. Old Republic Surety Con1P;11ty 1940 - 53th Avenue, Suite C Vero Beach, FL 32966 RO, llor• ,166tt 561.7942(199 Winlcl-P;rrk-Fl- 32793-466$ OWNER (Name and Address): 407-677-❑t1RU iridian P,iver Col 111[y Board oIFCot nty Comill j." ioncirs 2625 19th Avenue Vero 13cacli, FL 32960 CONSTRUOTiON CONTRACT Date; July, 1999 Amount: 252,717.00 Description (Name and Location); IRC Bid 9062 Donald trfcDonald Park 1utt�raventcnls Bond# OCN490139 Date (Not earner than Construction Contract Date):July 20, 1999 Amount: 252,717.04 Modifications to lhis,80nd: None Q Sea Page 1 t'J t i CONTRACTOR4 pFiiNgl(?f�L Company: (Cofparate Seal) Sijninsst C,oiiglritc�ibn.t+AaringeYncilt'• Jnc. Stgnatunl�r . . 'Jame a�R�+lfitle �Vt�li�lh B 5c1w1t�Jr., Presidclll i Any additlotlaf signatures aac-earron nanp o t 'FOR PVFOiRMATION ONLY --Name, Address find Tolophono) 1GENT or BROKER: The Dicknn ycr Agnscy 607 St. Lucie Crescent, SutArt, r1, 34°M 1 The Contractor and the Surety, }otntiy and severally, bind tttern elves, their heirs, executors, administrators, successors and esslg_ ns o the Owner to pay for labor, materials and equiprnenl furnished for use In the performance of the Construction Contract, which Is incor norafed hornin by With respect to the Owner, tills obligation shall be null and void i .Is Contractor: 2.1 Promptly makes payment, Olrecny or Indirectly, for all Sums due Cfalmanis, and 2.2 Defends, Indemnifies and holds harmless the Owner from Claims, demands, liens or suits by any person or entity whose claim, demand, Ilan or suit Is for the payment for labor. Inaterlals or equiYrnCrt filrntSlYkd for use In the perrormance of lire Constluc- tion Contract, provided the Ownet has promptly rloillied the Con- Iractor and the Surety (al ilte address described in Paragraph 12) Of any clalrnoc demands, liens or sults and tendered defense of such claims, demands, liens or suits to the Contractor arid the Surety, and provided there Is no Owner Default. With rdspect to Claimants, this obligation shall be null and void it the Contractor promptly makes payment, dirOClly or Indirectly, for all ems due. The Surety shall have no Obligation to Claimants under this pond unRl nnrC 77111 tr-ofi A TFI IE COPY C,E THCATiON ON LAU PAN .I.K BARTON, CLERK SURETY Company. 7 l y (COrpurnto Sean) Old Republic Surely Cantp:arty Signature: Name alidl (Ie: Jalucs C. Dicklneyer, OWNER'S REPRESENTATIVE (Architect, Engineerorotiter party)' ,. 4.1 Claimants who alp employed by ar have a direct contract with the Contractor hnve given nollce to tie Surely (fit the address described r !n Paragraph 12) and seal o copy, or notice Illereaf, to the Owner, sinlin{r lint a 1.1-11m la i*ernn +n+.Ir. urndnr ti:ta ollei anti, Willi Sub.stantlal accluncy, the amount of the claim,. If 4.2 Claimants veirD do not have a direct contract with file Cortlracler: .1 1IAVe funrished written nollce to file Contractor and sant a copy, or nollce thereof, to Iite Owner, within 90 days Faller having last performed labor or last rurnlshed maiadafs or equipment Included in the Cfalrn slating, with subtlantial accuracy, the Amount of the claire and Ilia name Of the ,party to whom Ilia maiertals were fur- nIn ied at suphlieri ur lar whom the tabor was done or P,ifairtl and 2 Ifave elnler received a te)ectt o in whole or In part from the Con- traCtar, Or nal Mccivrd miliin 30 days of furnishing the above notice any communication Irnm the Contractor by which the Conlraclor has indicated Ilia claire dill be paid directly OF indirectly; aur: 3 Nor having been paid within tike above 30 days, have sent a written nonce le Rio Surely (at the address described In Paragraph 12) thnei Will a copy, or notice thereof, to the Owner, slating that a Unirn is being made ureter this Bond and enclosing a copy or the. previmls verilten notice. furnistlerl to the Contractor. Pn�n f of 2 w /,,ad by paragraph 4 I given by the Owner to Ilse Can- A Surety, that Is suMclent corn -',ince, '�lalmant has satisfied the condlt__ 'af ParnprnpIl 4, Ilrn ,d pran]plly and at ti]e Surety's expense lake lira following Send an answer to the Claimant, with a copy la the Owner, eipt Of e clEllm. rehundisputed anin 45 days d rthe cbasis (OF tchallengd g staling ny amountsillhal"Istare ' disputed , 6.2 pay or arrange for payment of any undisputed amounts, 7 the Surety's total obllgation Shall not exceed the amount of tills Bond, and the amount orthis Bond shall be credited for any payments made In good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construc. Ilan Contract Shall be used for theperformance of the Construction Contract and la Satisfy Claims, 1f any, under any Construction Perfor- mance Band. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor In the Performance of Ilse Construction Contract rite dedicated to satisfy obli- galions of the Contractor and the Surcly under this Bond, suhjacl to the Owner's prderlty to use the funds for [lie completion of Use warp, g Tile Surety shall not be ilabfa to the Owner, Clallnents or other% for obligations of the Contractorthat are unrelated to the Cbrishuction Contract, The Owner shell not bo liable forpeyment of any costs or expenses of any Claimant under this Bond, and shall have under tills Bond no obilgatlon to make payments to, give notices on behalf of, or otherwise have oblfgaUons to Claimants under ]Ills Bond 10 The Surely hereby walves notice of any change, including chanpes if lime, to the Construction Contract or to rotated subcontracts, pur- :hase orders and other obligallons. 11 No suit or action shall be commenced by a Claimant under this Bond other than In a court of competent jurisddctlon in the facrition r] which the work or part of the work Is located or after Ilia expiration if one year from the date (1) on which the Claimant gave the nollce squired by Subparagraph 4.1 OF Clause 4.2.3, or (2) an wlticl] the last labor or so rvlce Wes performed by anyone or the fast materials or qulprnent were Furnished by anyone under the Canstruclfon Con- -act, Whichever of (t} or (2) first occurs, tr the prrvlsfcns of tills MODIFICATIONS 7l,.' T.913 "UOUD ARE AS FOLLOWS; Paragraph are Vold or prohibited by law, the minimum period of limf- lallon available to Surat' nlinfl tin npplfcnhle s a defense in the jurisdiction of the suit 12 Notice to the Srirety, Ilse Owner of the Contractor shall be mailed ar degvered to the address shown on the signalure page Actual receipt of police by Surely, the Owner or the Contractor, however accompllehed, shall be sufficient compliance as ar Ills date received 01 the address shown on the signature page. 13 When this Bond has been furnished to comply wilt, a statutory or other legal requirement In the local( fin where the construction was to be performed, any provision In this Bond conflicting with said SIatu- Inry or l . requirement shall be deemed deleted herefrom and pro"Isions conforming to such statutory or other legal requirement shall he deernad fncorpamtad herein. The intent Is that this Bond shall be curoslrued .rs a statutory band and not as a common Paw bond. 14 Upon request by any person or enhly appearing to be a potential beneficiary of this Bond, lite Contractor shall prcrnptly furnish a copy of this f_lond at shall permit a copy to be made t5 6BFtNtTIONS 15.1 Cloirnartl. An Individual at enlily having a direct contract will, the Cantrnclm OF will] o sultconlractor of ti]e Contraclor to furnish labor, Materials or equipment for use in the performance of file Conlracl. The Intent of [Ilia Bond shall be to Include without liml- tatlon In the terms "labor, mateffats or equipment" that part of water, gas, power, light, heal, all, gasoflne, telephone service or Tenial equipnfenl used in (tie Conslructfor] Contract, mchlteclural rind' engineering services required for performance of tree worts of II1e Contractor and the Contractor's Subcontractors. and all other items for which a mechanic's lien may be asserted in the jurisdic- linn vdiere the tabor, rnalerdals or equipment were furnished. 15.2 Construclfon Contract The agreement between the Owner and the C..anlraclor Identified on the signature page, Including all Contract Documents and changes thereto. 15,3 Owner Oa fault; Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Con. sttuction Contract or to perform and camplele or comply with the other terms thereof 7 pace 1s provided be tow for adddllonal sign slures of added A(j,1 RI: iii giM1►? YTtftlit ! R�sl(I] 'r •, r., p+ d } � CONTRACTOR AS PRINCIPAL parties, other than Chase ] r ppenrdng�ntUip;daldc]ilpii���r]T •r. , ' •11)'1 1';)�f1r]i* far mpany: SVRETY (Corporate Seal) : !ir,: r•, :i VII 'Illi 1.11 .1jin liC)-Ir(OQrRQTp}e Seal) f\y Company: !I I All - S4 mitt's: [dame and Tllle� Slgnnfure� TIAll �.. «. Adr rvssr Narno and Till,.. Address;. Page 2 of 2 41111111 0 skin yj(",Ejs 4 IN T11E RECORDS or + * * JEFFAEY K. BARTON * * CLERK CIRCUIT COURT INDIAN RIVER Co., FLA, CONTRACTOR (Name and Addreas): Summit Construction h4anagerrent, Inc, 1940.5$(11 Avenue, Suite C Vem Bcach, FL 32966 CONSTRUCTION CONTRACT Date:luly 1999 Amount 252,717,00 Description (Name and Location): PERFORMANCE BOND The American Institute of Architects, AIA Document No. A312 (December, 1984 Edition) Any singular reference to Contractor, Surety, Owner or other Party shall be considered plural where applicable, OWNER (Name and Addreas): Indian River County Board of County Comtnissiono 2025 19th Avenue 'aero Bcach, FI, 32960 SURETY (Namo and Principal Placa of Business): Old Republic Surety Company P.O. Rox 4668 Wintcr Patk, FL 327934668 IRC Bid 9062 Donald Iv1CDnnald Park Improvements Bond# t7CN-190139 Date (Not eartler than Construction Contract Date): July 20, 1999 Amount; 252,717.00 Modifications to this Bond: }CONTCAS PRINCIPAL ir Co F '( �tr�A (Corporate Seal) �F tri{CUan sY cntnt, Inc. rl�5rz1-rh NamefidTi4a �! i h 'chub Jr., Presldcnt (Any,addilwn�l gi�nnlufeirPppgar nn page 2.) (1�QR 1NFORHfAF7°lON.O,ply- Name. Address add Telephone) AGENT or H1f OXER The Dickmeyer Agency 607 SY. lA7Cie Creacarl, SYuart, FL 34994 1 1 The Contractor and the Surety, Jointly and severally, bind them- selves, ]halt heirs, executors, admintstrators, succcssera and assigns to the Owner for the performance of the Construction Contract, which fa Incorporated heraln by reference. 2 If the Contreclor performs the Construction Contract, the Surely and the Contractor shall have no obligation under this Bond, except to par- ticipate in conferences as provided In Subparagraph 3,1, 3 Uthere is no Clwnnr 11 re lirth� ". . shall arles after. "`y n ebirgacon under ]lila Hood 3.1 The Owner has nollned the Contractor and the Surety at Its address described in Paragraph 10 below that the Owner Is con- efdaring declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construction Contract, If the Owner, the Contractor and the Surety agree, the Conlractor shall be allowed a reasonable time to perform the Conslruellon Con- tract, but Such an agreement Shall not waive the Owner's right, If any, Subsequently to declare a Contractor Default: and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Derault shall not be daelarad earlier than twenty days after the Contractor and Surety have received no]Ica as provided In Subparagraph 3.1; and oRsc 22$10110-031 X None See Page 2 SURETY Company: Old Republic SnrCt}' 04111p.'lny 1 1 y .--tc4 &iIS an eI r Signature: Name and Ie: James E. DicknieVel Althrtlt t� ' OWNER'S REPRESENTATIVE (Architect Englnjenr at d�ther partyy 3.3 The Owner has agreed to paythe Balance cdlha Contract price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract In accordance with the terms of the contract with the Owner. 4 When the Owner has satisfied the ennrlifjnnrof f'vrayrapir 3, me �uruty snap promptly and at the Surety's expense take one following actions: of She 4.1 Arrange For ilia Contractor with consent of the Owner, to I and complete the Construction Contract: or 4.2 Undertake to perform and comptete the Construction Contract itself, through its agents or through independent contractors; or 4.3 Obtain bids or negatlateci proposals from qualifled contractors aeptable to the Owner for a contract for performance and com- pleccton of the Construction Contract. arrange for a contract to be prepared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in excess Of the Balance of the Contract price incurred by the Owner resulting from the Contractor's default, or A TRUE COPY Fa90 I of 2 CERTIFICATION ON LAST PAGE JX BARTON, CLERK ko t,c] C r— ft? C.rl W 4.4 Walye Its right to perform and complete,,,, .,go for completion, or obtain a now contractor and with re asonabIs promptness under the circumstances; .1 After Investigation, determine the amount for which It may be liable to the Owner and as soon a practicable after the amount Is determined, tender payment: therefor to the Owner; or .2 Deny liability in whole or In part and notify the Owner citing reasons therefor. 6 if the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond"eon days after receipt of an additional written notice from the Ownar to the Surety demanding that the Surety perform Its Obligalions under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. if the Surety proceed' as provided In Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, In whole or In part, without fuither notice the Owner shall be entitled to enforce any remedy available to the owner, 6 After rho Owner has terminated the contractor's right to complete the Construction Contract, and If the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the reaponsiblitlios of the Surety to the Owner shall not be greater then those of the Contractor under the Conalruetlon Contract, and the responslb616es of the Owner to the Surely shall not be greater than those of the Owner under the Construcrion Contract. To the limit of the amount of this Bond, but subject to commitmant by the Owner of the Salahod of the Contract Price to mitigation of costs and damages on the Construction Contract, the Surety Is Obligated without duplication tor: 8.1 The reaponslbllltles of the Contractor for correction of defec- tive work and complatlon of the Construction Contract; 6,2 Additional legal design professional and delay costs resulting from the Contractor.,a Default. and resulting from the actions or failure to act of the Surety under paragraph 4; and 6.3 Liquldated damages, or If no liquidated damages are speci- fied in the Construction Contract, actual damages caused by delayed performance or non-performance of the Cor„,actor. 7 The Surety shall not be liable to the Owner or olhOrs for obligations or the Contractor that are unrelated fo the Construction Contract and the Batanl?e of the Contract price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall NObiFiC#TIONS TO THiS BOND ARE AS FOLLOWS. accrue on this Bond to t arson or entity other than the Qy n Its heirs, executors, edminlstrators or successors, er or 8 The Surely hereby valves notice of any change, including changes Of trine, to the donmlf�uVtld`ro Contract or to related subconlrecle. Purchase orders and other obligations. 9 Anr proceeding, legal or -'equitable, under this Bond may be Instituted Ira any court Of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Conlractor Default or within two years after the Con- tractor ceased working or within two years after the Surety refuses Or faits Io perform its obligations under this Bond, whichever occurs Oral. If the provisions of this paragraph are Vold or prohibited by law, the minimum perlOu of limitation available to suretles as a defense in the jurisdiction of the suit shah be applicable. 10 Notice to the Surety, the Owner or the Conlractor shall be mailed or delivered to the address shown on the signature page. 11 When tills Band has been furnished to Comply with a statutory or other legal requirement in thO location where the construction was to be performed, any provision in this Bond conflicting with said statu- tory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed Incorporaled herein. The intent Is that this Bond shall be construed as a statutory bond and not as a common Payr bond, 12 DEFINITIONS 12.1 Balance of the Contract price "rho total amount payable by the Owner to the Contractor under the Consiruction Contract after all proper adjustments have been made. Including allowance to the Contractor of any amounts received or to be received by the Owner In settlement of Insurance or other claims for damages to which the Contractor Is entitled, reduced by all valid and proper Payments made to or on behalf of the Contractor under the Construction Contract. 12.2 Construction Contract: The agreement between the owner and the Contractor identified on the signature page, including alt Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the COnivector, which has neither been remedind nor waived, la p@rforrn or othenvise to comply with the terms of the Construction Contract 12.4 Owner Defaull' Failure of the Owner, which has neither been remedied nor walved, to pay the Contractor as required by the COnslRi4ion Contract or to perform and complete or Comply with the other terms thereof. - — =1 fL (Space Is provided below for eddltianal signatures Of added parties Outer than those a Co ppearing on the cover page.) U ONTRACTOR AS PRINCIPAL (Corporate Seat) SURETY Company; cx company (Corporate Seat) Address: —�� Address; Name and Title: Name and TIVe. gnaturer ORSC 22119 ()rema) signature - A TRUE COPY CERTIFICATION ON LAST PAGE patfe 2 of 2 V J.K BARTON M ERN A �* 9iri$fyCn ipgny i.,*; FREPWOW , 1- POWEF1 617 -ATT, -Y i{s ol--I Rf_L m,'lil lb 1'I IES nfiEsf'tJTS; 11sr�C C:11 fl Fir fit ifiLIL: f;UrlFiy C OMPA11Y, n Wfar;nrrsirr Rrrark brrrPrerrrr:n cglpr�rnllgh, ldrres dr3kc. rrirt,tiful6 and nlrpnlnl. if i it 1..1 Llr's: rIS 1r(rb and invlrrl Alltlrnny(g}ii+•Fncf, *111 full pvrrrer Aird NEIIII411119 Iii alai en hvltnlf el lila company ns slrrcly, !o execute ,rad dvlrver nn 5fLx lyra_ sb�f r1 ii ,j Com aby Urerelnfd a sitar 15 ierfPd+edl, 11onEls: urltlePlaklnllS, l�r:flrinlrallC�, v1 nNr6r tabun nhtiltalinns in Ilrr n aitn01101t,of,(olltnt ih7n bait! and?, Ildrtk rI° a:ilni hnri�s'r lnvrlgago dvliclerir'y bvrids, Inorlgnge guatenly band;. 01Para+llrycs of lnslar1111rnf pnPrr and noir t)uaranly hind ,rl! insurance worker . corripi :alfrt bantl# baiArgtpelitgpayilienlofbeef}Ills,asb?stvsal,alerneutcr,,nhn,:Ifrnnrfs,rvnslnnrn,tAri6rrlaull+oiufs,Iranard()UsvrAslarnnredifllludfumosorirfnyWay A4 IvIi0t4#: ' y'il.l GII,I�'i fl=di jif:yTl:IJrff !iii !lJ ,ill .',ii+illi'!' ili:ll i17 f,":?(.l;{'#I rill rrrirtl,i,i)lill: ill . rrIF id1.l.P. I rid! I Ille r'd d I 's].ddr,l l ;IIF 7ri(1't'Ifltl, l:flri !;I l ! iii^i f.11 dill' IPIiFr'I F•' Ill 1dr'1t' Irril ilf:r I` ill,+.ft { Ild` 1111 .:11 Lr.t,i( Ll]rf arm to bTfrtl {jou FiFf'CfDLIC SURE`FV Cgdvll1Af1Y Ihnrrd,y, arrri n!I of the A&I of slid „Allonln}s•in-Fanl i�t,r it rrl to Ihe`eatlsrecei tlr.G�_; rtetlfidd Olid conh(foi,rl. 'ibis ducurrr9lrl Is hol vo id crnln r t,,riniod rn1 colored backgl0uiid tend ,s mulli•eutmed. This-apliolnlrnelst fG load irndnf nrrd 6V hi]Ihbrllyof thp, hadrtl of dlrartnr: it a npomnr nrr.,lintl hnlri rear fnbrnnly I ll, Ih[13, 1111, Pnt'rrr of Allnrney(Is nielnr.d_ai�H nrttiled by facelirrlle Wider and U ilia nlllhudly of Ilia fullowrirrlt (0snhrlinnR 0011=Inr1 I, Ihr} usnitf tri tfheclur8 ur if A QLf7 FIE�del 1,IC sUrrcrY OMPANY,on February la+ 19112. I y I t;S4LUEf3 !hal ifrc president, any vlCa president Or d15slitturl vies 17re.^,id�,nl drl(:or+juneiiu(r vrilh the secretary or.any a,sistdrst socrelaty; MAY.. rl�pcihit Mlorneyya-1 t -Inst or nganls wall nrilhority as delilie(i or !idled Ill lire lnahlrn,r+rrl rrvidenring,lhe appolntmenl iti'Ocii case, for Arid oil balialr of Ilse {,ornpany l4 e1GCrtrrr, inti rieli In atlr] affix lh!' seni of I11fE crimpalny to bhntls,- tjhiterjAkings; racsgntT:;nces, and Suretyslr){r ahllilnilhri: of 111 klnr ;rrnl raf,l nlficem. limy rnrrrnvn nny ;nr°1r nitnrney-in-fact or agent.and eevokrr Piny Power of Alloitley pteviatlsly granlad to ,urh pnfEon fIl 5Ui VEfS FURTIiEIi 1hAI nny band, undoll,sk;r,y, rnrngnirnnce, nr S111 lysfdtr trf.lrgalinn cIlhpl bn varird lint) bicrtllncj upas IPPB cvrnpFiny iii Villers signer) by lite preSldenl, any vice prvsidersl or ;t,sislant viceprnsideirl.Irlrj 7ltrsled arid shuledirl a Seal ba required) by ally sec{clary tr 5ssisfarl! svctetnry a( 00 Vrben signed by 1}10 vresidtw, any vice I,r isi,lcnl yr assfmalsl vice ple$idn-nlr secrelary Of alSiltarrl anerrlAry, and G()Urilfr5ittnAj AriCd si+h1ed (it a SaAI he requldeit) by is dliry bulhrrrized Atiflriny1n (nr.l or nr}nal; or (M) when duly moblgd t111d Sealed (if A AW hn fequlrnd) iry one w murn nlhnrrr+y4•frt•l:ir:l nr nrjanl, pur5nanl hi Arid Yrilfiin 1h� t�rtrlls or Use Ailtliarlly evidenced by the Powe# of Allorney 15st(ed by the coniparly Iv such person or (TM rroer5, f;E UL}'I }? rUF�TtfEF al Ili+; siyrialuin of any 1utliorUvtf eflicnr nr1(f flrn sell vl 111P.C+.,nrpariy r lay be Alii ?d by !t srirrily Io ny fPtn+cr Of, Ali vrit� or eerllllrallart I1t?reol errlliorVinq II,S nxecuifr+i and r4 urriii of any hour!, unrlrrl iklnli, rnnognlranc^, or other surelysh1p.oblip, 4ons ()1.4;16 r,nrnp7iiy; 6d such $ign8lvro And seat tvfi®ir 60 us()rl slraff lPava rho Anri,e inn:e ant; n1irr;4 :r; ilrunlllr rrrennnlly aflixq[I IN WIIF NESS Wf IEntor, oui nizrufil_It Fir Mr -IN' {:t Jrm3ArlY nnz rni+rnr1 n,nrtn l,rn ani: 1n Ise tl(Ir1rr1 ny Ilc priipnr crllirnr, nnrb itrt r:i7PPY1110 Mill to be n(fixod thla ..-...,I,id.l_ tfn 01 .J: -h Il.. OLD FIEPUDLIC,SUnL:TY.COPAPANY SEAtr --. ,- .: r4ssrelenl Sacrery ..� - *„ • ° _ -- -- � T � t�----. . STArs U!' YVfSCOrVStli Gt}LIIfTY OF WAC1KGSilA - ^„ '''�' - t}rl ll1lSi- (Jr ! day of d i'4 i pnr,nrPfllly oniric ilef0ra inn, )AMC" and i�AVti C' M�N7i Ill to Inc kriotvr+ In he 11rf lnriivldual nrrd olftrcft; of lilt, 01, 1) 1.11 -PUBLIC. SUREi Y (;-6 FI1NY w11ri P xeeuttlM lire - PSbOve irt5h1rnr0lrt Orli;11iey each aeknowledynrd fire exe[tltlrrn of tlir same. alar !Printf by nu, duly SvJurrl tliri s+ virally rlisja09e tinct sty; that they n1a 1110 fiald rrfdlcem of Ihr, t:orporallon '11(mornitd, srnd that 1110 seal affixerl irr 111() ah0vrl Ilrallrrnli,nl i, Iha anal 0f.11r© cirrpprtilffrrl, Fill(] lltal Skid torpor t1e ;oaf and lhclr �lgrintl}rr t ;;u(;Il ofllcn,rn avrre duly -Ilfixod anti mbscrihec its lho said laslrul int by,tlie aUl�lofliy. nl rile board oliiireelars vl saitl v()Iporalion. "i M Cr;la f�>'i%?Crrrrlt ''5, CIEI)TiFlCA15 r - y ronnrrrssiun c•xn n , �i ar ( + yl r ih0 Iln(iur9lrlrred„nsSlSforrf s0rrerary of ilio OLD r1l-ifrU13l.IC SUf3F1Y Uomf�ANY, .I 4VIg� t,rr,rn r,,)rlParntlbtti 'L"�N.�r IFY'LI4�i� firm :lot tdireclo and allt+clrdll jird pr vve lof(All rrivy, wjj� Irl full wilt] curl t1n , nt,I bet,() revoked..1rid Furth a rinoie, !fist Ill rioSsiltitf n# pf 11{ti'rnird '. nI'elirQelrns 901 forth iii. the F'owet til Allurney, art' rrtPvr In lorc�r . - ,tA•ury r SF rrJ�w•�' ri}°1 PF ��?, ill rf 7I i tShirred atil Sealed "ll 111e Cily of ilrouftrir3td. Wt INS d ty of _ rt(rlgtj�_V , • LCORD ",CERTIFIC �ITr -4F LIABILITY INSURE' "CCB 07/13/1999 DATE{ PT, auCER (561) 567-1188 FAX (561)178-1416 TIIIS C'ERTIFiCATE ISIS ISSv—J JL5 A Ir1ATTER OF INFORMATION �CPLITT INSURANCE SERVICES INC ml"'Lun.wis ND CONFERS NO RIG#ITS UPON THE CERTIFICATE 1; 7 INDIAN RIVER BLVD CERTIFICATE DOES NOT AMEND, EXTEND OR R TILE COVCnAGE AFFOnDED BY THE POLICIES BELOW. SL TE 300 COMPANIES AFFORDING COVERAGE JERO BEACH, FL 32960 COMPANY Great American Insurance CO, AF : Lois Robertson ExI: 126 A IN' 1Ea Essex Insurance Co Summit Construction Management, Inc. COMPANY Attn: Brad Schuh B 5890 33rd Street COMPANY FCCI Insurance Co. Vero Reach, FL 32966 C COMPANY LD ,a ERAS ESI ` AN,4 6t `..,' isle; Il. . .. ... HIS 18 TO CrnTIFY THAT THE POLICIES OF INSURANCE LISTED SELOLW HAVE BEEN ISSUED TO T$ rE 1NSUnED HAMED ABOVE FOR TME POLICY PERIOD INDICATED. NOTWITHSTANDING ANY RE.OUIREMENT• TERMOR CONDITION Or ANY CONTRACT OR OT"En DOCUMENT WITH RESPECT TO WHICH T1i1S CEnTIFICATE MAY BE ISSUED On MAY PERTAIN, THE INSUnANCC ArFOnUEOnY II IF PONGEES DESCRInED IIEREIFE IS SUBJECT TO ALL THE TERMS. :XCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SI IOWN MAY IIAVE BEEN REDUCED nY PAID CLAIMS R TYPE OF INSURANCE POLICY NUMOER POLICY EFFECTIVE POLICY EXPIRAVON LII,{ITS GATE (MMOUNY) RATE IMF..VDD(Y'Y) I GENERA L LIA BIIJTY GENEnALAGG'REGATE % 2,000,000 X COMMERCIAL GENERAL LIABILITY j PROOUC35 • COFAPK]P AUG S 2 , OOD , 000 A ]CLASMSMADE X I OCCURGGL833 02/08/1999 02/08/2000 PERsDNAL"ADVINJURY S 11000,000 OWNER'S& CONTFIACTOR'S PROT 5ACtfoccunnErrcc s. 1,.000,000 TIRE VALIAGE iMY ENI, r,,61 % 5D.000 IiEU E%P [Any pnB parse.,} $ 5.000 AUTOMOBILE LIABILITY ANY AUTO COLMINED SINGLE LIMIT S 1,000,000 I ALL OWNED AUTOS A ECNEDULEOAUTGS 6001LY INJURY S Banuny GGL833IPa, X . IirREDAUTOS 05/27/1999 02/0812000 X ; NO*OWNEO AUTOS iBODILY a nmeaniynY S f [ f PROPERTY UNMADE i 3ARAGELIABILITY AUTO ONLY• EA ACCIDENT f ANY AUTO 011 4ER THAN AUTO ONLY: EACH ACCIDENT S — AGGREGATE f _`%CESS LUBIuIY T.Acii orcunniiNCE# 1,00{.000 rl X UMBRELLA FORM TBD D7/02/1999 07/02/2000 AGGnEGATE S 4 OTHER TI IAN UMURCUA FORM ; YORKERS CO!A PENBATION ANDX S :M PLOY ERS' LIABILITY TVic ORY LIMAS Ek 1FB[j EL CACI I ACCIDENT S 50O,r)OO THE PRdPRIETOTV I INCL ' 05/26/1999 05/26/2000 500, 000 PARTNERSAREE TIVE EL DISEASE • POLICY LIMIT f icclrcwa ane; )[�;;�� EL DISEASE EA EMPLOYEE S 500,000' TTHER HIP ON OF OP RA71 NSILDCATIOHSNE}iICLESISPECIAL ITEMS tificate I0 er is Additional Insured for Liability on General Liability and Automobile Liability, -ence; IRC Bid 9062 Donald McDonald Park Improvements. Board of County Commissioners Indian River County Florida Purchasing Division 2625 19th Avenue Vero Beach, FL 32960 CANCELLATION SIIOIILD ANY 111'11 IE ABOVE UE4CItIREP PC7LICrE9 RF Chr1C ELLEO BEFtlnE 111E Is %aPmhTIOrI OM1TE INr.I1CUr, TIIF. ISSUING COMPANY WILL ENDEAVOR 10 MAIL 3?a DAYS WJJITTCN NGTIC€TG TIMC.07IRCA TE HOLBER NAMED TO THE. LErT, BUT FAILURE TO MAIL SUCH NOTICE SI IALL IMPOSE NO OBLIGATION OR LIAR I LI fY of Ari T KIND UVUFJ 111E COMPAN V. I T S ADEN 19 on nCPn a 9FNTA r rwFl IRohert Schlitt )r./RII CACORD CORPORATION 1 c�] C7 SPECIFICATIONS FOR DONALD MACDOXILD PARK T A B L E O F C 0 N T E N T S DIVISION 1, GENERAL REQUIREMENTS + Section 01010 - Summary of. the Work Section 01300 - Submittals Section 01400 - Quality Control Section 01.500 - Temporary facilities and Controls Section 01700 - Project Closeout Section 01720 -- Project Record Documents DIVISION 2, SITE WORK Section 02010 - Site Conditions & Subsurface Investigation Section 02110 - Site Clearing Section 02200 - Earthwork Section 02201 - ClearinV and Grubbing Section 02202 - Excavation Section 02203 - General and Select Fill, Filter Material, Backfill., and Compaction Section 02204 - Grassing by Sodding Section 02206 - Site Cleanup & Restoration Section 02250 - Soil Poisoning Section 02301 - Subgrade Section 02303 - Limerock Base Course Section 02304 - Cemented Coquina Shell Base Section 02305 - Asphalt Pavement Section 02307 - Reinforced Concrete Section 02309 - Street Signs Section 02401 - Drainage Pipe Section 02402 - Drainage Structures Section 02403 - Installation of Drainage Pipe & Structures Pipe Section 02515 - Site Concrete (Walks & Slabs) DIVISION 3 CONCRETE Section 0301.0 - Concrete Section 03100 - Concrete Formwork Section 03200 - Concrete Reinforcement Section 03300 - Cast in Place Concrete DIVISION 4MASONRY Section 04200 - Unit Masonry Section 04230 - Reinforced Unit Masonry DIVISION 5 METALS Not Applicable. DIVISION 6, CARPENTRY Section 06100 - Rough Carpentry Section 06200 - Finish Carpentry FILE C:PARKSj100696VB SPDCS-TALI 1 • DIVISION 7. "THERMAL & MOISTURE PROTECTION Section 07190 - Vapor Barrier Section 07200 - Insulation Section 07510 - Metal Roofing Section 07600 - Flashing & Sheet Metal Section 07715 - Drip Flashings Section 07812 - Roof Windows + Section 07900 - Joint Sealers DIVISION 8, DOOR$, WINDOWS AND GLASS Section 08100 - Hollow Metal Doors & Frames Section 08330 - Overhead coiling Doors Section 08700 - Finish Hardware Section 08710 - Finish Hardware Schedule DIVISION 9, FINISHES Section 09100 - Lathing and Stucco Section 09230 - Cement Backing Board Section 49730 - Seamless Epoxy coatings Section 09900 - Painting Section 09985 -- Sanitary Wall and Ceiling Panels DIVISIONS 10, SPECIALTIES Section 10155 - Solid Plastic Toilet Partitions Section 10200 - Louvers and Vents Section 10440 - Specialty Signs Section 1080€1 - Toilet Accessories DIVISIONS 11,_ EQUIPMENT Not Applicable. DIVISION 12,_ FURNISHINGS Not Applicable. DIVISION 13, SPECIAL CONST'RUC'TION Not Applicable. DIVISION A,_ CO VEYiNG SYS'1'F'sM5 Not Applicable. DTVI TON 15 MECHANICAL Section 15400 - Plumbing Section 15402 - Domestic Cold & Hot Water Supply Piping Section 15421 - Floor Drains Section 15425 - Domestic Water Heaters, Electric Section 15450 - Plumbing Fixtures and Trim Section 15465 - Insulation for Plumbing Systems SPECS -TAB 2 6 M P-IVISIGN 16, ELECTRICAL Section 16010 - Basic Electrical Requirements Section 16110 - Raceways Section 16120 - Wires and cables Section 16135 - Electrical Boxes and Fittings ' Section 16143 - Wiring Devices Section 16190 - Supporting Devices Section 16420 _ Service Entrance Section 16452 - Grounding Section 16470 - Panelboards Section 16515 - Interior Lighting Fixtures SPECS -TAB 3 DiViSION 1. GENERAL REQUIREMENTS r SECTION 01010 - BUMNARY OF THE WORK 1.0 DEFINITIONS: Except as specifically defined otherwise, the following definitions supplement definitions of the Contract, General Conditions, Supplementary Conditions and other general contract documents, and apply generally to the work: a. The term "Owner", or pronouns in place of same, where used in this Project Manual shall mean Board of Commissioners, Indian River County, Florida. b. The term "Engineer,, where used in this Project Manual shall mean The Public works Director of Indian River County, Florida or his designee. C. The term "Contractor" or "Contractor of Record", where used in this Project Manual shall mean the Contractor to whom the Contract for the work described and specified herein, and shown on the accompanying Drawings, has been awarded by the owner. d. The term "Subcontractor", or "Prune Subcontractor$$, where used in this Project Manual shall mean all other contractors operating under a contractual agreement for specific work on this project with the Contractor. e. "Owner's Representative" shall mean that individual or individuals designated to represent the Owner in decisions affecting the work. The owner's Representa- tive will be designated prior to begrinning of construction. All correspondence with the Owner's representative shall be in writing and submitted through the Engineer. f. General Requirements: Provisions of Division r 1 sections of these specifications. Col 7nHi cated: Shown or. dravuings Dy iiUL1,.'.`3, gr-aphics or schedules, or written intoother portions of contract documents. Terms such as "shown", "noted", "scheduled" and "specified" have same meaning as "indicated", and are aced to.assist the reader in locating particular information. h. Directed. Re uYg anted Approved. Accepted_ etc.. Thesy terms imply "by the Engineer" or the Owner's Representative unless other indicated. 01010-1 40 i, Approved by nn zneer: In no case releases Contractor from responsibility to fulfill requirement of the Contract Documents. j. Project Site: Space available to Contractor a': .location of project, either exclusively or to be shared with separate contractors, for performance of the work. k. Furnish: Supply and deliver to project site, ready for unloading, unpacking, assembly, installation, and similar subsequent requirements. 1. Pr�olect Manual: As used in these Contract Documents includes the Bidding requirements, Conditions of the Contract, and the Specifications. M. Product: As used in these Contract Document includes materials, systems, and equipment. n. Install: Operations at project site, including unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning and similar requirements. o. Provide: Furnish and install, complete and ready for intended use. P. Installer: Entity (firm or person) engaged to install work, by Contractor, subcontractor or sub -subcontractor. Installers are required to be skilled experts in work they are engaged to install. q. OverlappinqZConflicting Requirements: MnEt stringent requirements apply and will be enforced, unless more detailed language written directly into Contract Documents clearly indicates that a less stringent requirement is acceptable. Where optional requirements are specified in a parallel manner, option is intended to be Contractor's unless otherwise indicated. r. Minimum Requirements: Indicated requirements are for a specific minimum acceptable level of quality/quantity, as recognized in the industry, S. The term 'tor equal" where used in the Project Manual shall in all - cases mean approved equal as determined by the County Engineer. - 2.0 DESCRIPTIVE SUMMARY OF THE WORK: The project consists of the furnishing of all labor, materials, equipment and services as required for the construction of a restroom building and all other miscellaneous and incidental appurtenances (as shown on the Drawings and described in 01010-2 these specifications) at Donald MacDonald Park, Indian River County, Florida. 3.0 CONTRACT DOCUMENTS: See Section 3 of General Conditions GC -1 .for a full description. 4.0 STRUCTURAL WORIt: Do not cut -and -patch struct;iral work in a manner resulting in a reduction of load -carrying capacity or load/deflection ratio. Submit proposal and request and obtain the County Engineer's approval before pro- ceeding with cut -and -patch of structural work, 5.0 SUPPLEMENTAL PROVISIONS OF GENERAL CONDITIONS: 'Where any article of "General Conditions: is supplemented hereby, the provisions of such article shall remain in effect. All supplemental provisions Bhall be considered as added thereto. 6.0 For convenience of reference, these Specifications are separated into sections. Such separations shall not operate to make the County Engineer an arbiter to establish. subcontract limits between Contractor and Subcontractors, 7. CONSTRUCTION PROJECT SIGN: The Contractor will cause to be erected at the project site a sign identi£y.ing the project as shown on the drawings. The project sign shall be eight (8) feet by four (4) feet, placed in a prominent location as directed by the Engineer and maintained in good conditions until the completion of the project, The sign shall be made of 3/4 inch exterior plywood with edges and supported by posts braces] as required to resist local wind loading. The sign shall be given one prime coat and two coats of semi- gloss exterior white paint. Lettering shall be as directed by the Engineer, and shall include the name of the pro-iert, the owner, the Contractor, the Architect, and the County Engineer. No other signs or advertisements will be allowed to be displayed without the approval of the Engineer. Cost shall be included in Base Bid at the Buildings line entry on the Bid Proposal form, 8.0 FIRE SAFETY 8.1 No open lima will ue permitted at the project site, 8.2 No welding, flame cutting or other operations involving the use of flame arcs or sparking devices will be allowed without adequate protection. All flammable or combustible material will be removed from the immediate working area. if removal is impossible, all flammable or combustible material will be protected with a suitable non-combustible shield Lo prevent sparks, flame or hot metal from reaching the combustible material. The Contractor shall provide the necessary personnel and fire fighting equipment to effec- tively control incipient fires resulting from welding or 01010-3 40 w �1 " flame cutting or other operations involving the use of flames, arcs or sparking devices. 8.3 The use and disposal of gasoline, benzine, paint or like combustible materials shall be handled in accordance with the best manner or precautionary practices shall conform to the Owner's requirements and regulations; as well as those net forth by state and local codes and Underwriters Laboratories and Fire Insurance recommendations. 9.0 MISCELLANEOUS REQUIREMENTS: The Contractor °s employee parking, access for delivery trucks, and other' construction vehicle parking Shall be only where agreed upon by the Contractor, Owner's Representative and Engineer. 10.0 Contractors, Subcontractors and their employees or suppliers shall not interfere with access of public roads. 11.0 EXISTING TREE PROTECTION: All possible care shall be taken to protect all parts of all existing trees to be saved on the project site. This shall include trunk, branches and root system with particular attention to the existing grade elevations within the canopy or drip line of the tree. This area shall not be disturbed if possible. Placement of fill material movement of c:onstxuct:ion traffic or other c—xapa--tior. of this existing soil layer shall not be permitted. Excavation in this area, shall be minimized and performed by hand wherever possible. Reduction of the tree root system shall be compensated for by proper pruning of the tree canopy. 1.3.0 The drawings and specifications as prepared by the Architect are dated 30 October 1997. ***END OF SECTION*** O1010-4 SECTION 01300 - SUBMITTALS PART 1 - GENERAL 1.01 GENERAL The provisions of this section apply to required submittals, related to units of work, not to administrative submittals such as payment requests, insurance certificates and progress reports. In addition to specific provisions of General and Supplementary Conditions related to submittals, individual specification sections of Divisions 2 through 16 contain submittal requirements, specific requirements in other sections have precedence over general requirements of this section. PART 2 - PRODUCTS 2.01 PROCEDURAL REQUIREMENTS. A. General: Coordinate submittals with progress schedule and actual progress of work; allow ten (10) working days for Architects and Engineer's processing of submittals requiring review and approval. Use transmittal form to establish com- plete record or submittals. Provide copies required by governing authorities, which are in addition to copies specified for submittal to the Architect and Engineer. S. Copies of Shop Drawings: Submit four copies. Copies will be reviewed, marked: and returned. Contractor shall make adequate copies for distribution to field and subcontractors as necessary. Maintain one set as mark-up copy for record drawings. C. Copies of Product Data: Mark each copy to indicate actual product to be provided; show selections from among options in manufacturer's printed product. data. submit five copies; two copies of which will be returned where required for maintenance manuals; and an additional copy to be maintained at project site for reference purposes. Do not proceed with installation of manufactured products until a copy of related product data is in Installer's possession. D. Set of Samples; Submit two sets; oaxe set will be returned. Show average condition and extreme conditions of variations in color and texture. submit full documentation with each set. Except as 01300-1 • • M {' other wise indicated, sample submittals are for the County Engineer's observation of color, texture, pattern and "kind", as applicable. Maintain returned set at project site, for purpose of quality control comparisons. 2.02 SUBSTITUTIONS A. Approval Required: 1. The Contract is based on the standards of quality established in the Contract Documents. 2. All products proposed for use, including those specified by required attributes and perform- ance, shall require approval by the Architect and the Engineer before being incorporated into the work. 3. Do not substitute materials, equipment or methods unless such substitution has been specifically approved for this work by the Architect and the Engineer, in writing. B. "Or Equal": 1. Where the phrase "or equal" or "or equal as approved by the Architect and Engineer" occurs in the Contract Documents, do not assume that materials, equipment or methods will be approved as equal unless the item has been specifically approved in writing by the Architect and the Engineer. 2. The decision of the Engineer shall be final. 01300.2 SEC 01400 - QU LxTY COA TROL PART I - GENERAL ' 1.01 GENERAL - The work of this section includes Quality Assurance; and the independent laboratory and field rumpling, testing, inspections, supervision and reports of those materials required by the various sections of these specifications. Tests and inspections shall be performed by a recognized Testing Laboratory selected by the Engineer. 1.02 COOPERATION A. Testing Laboratory shall cooperate with all trades whose work affects or is affected by the tests and inspections. B. Contractor shall cooperate with and provide assis- tance necessary in taking samples, making field tests and making inspections, and he shall schedule and coordinate his work to hold costs of tests and inspections to a reasonable minimum. 1.03 PAYMENTS A. Costs for tests and inspections shall be paid by the Owner except as otherwise specified herein. B. If the results of any test or iDspec Liors indicates failure to meet the specified requirements, the Contractor shall reimburse the Owner for the costs of retesting or reinspection. C. Excessive Inspection Costs incurred due to faulty or improper scheduling, or by unsuitable or wasteful work practices by the contractor or any of his subcontractors shall be reported to the County Engineer by the Inspector involved with such work, and such costs, if determined to be excessive, shall be reimbursed to the Owner by the Contractor. D. Manner of Work - when in the opinion of the Engineer, tests or inspections are required because of the manner in which the Contractor does his work, such as,questionable quality of materials and/or workmanship, questionable sources of material, substitution of materials or sources of same for those previously accepted, or failure of material to comply with specification or plan requirements; such tests or inspections shall be reimbursed to the Owner by the Contractor. 01400-1 f • m E. Reimbursements to the Owner for costs of tests and inspections shall be by Deductive Change Orders from the Contract Sum. 1.04 DEFECTIVE MATERIALS _ The Engineer reserves the right to demand for test or special examination any material or part thereof to insure compliance with the specifications and he may reject any material or part judged defective as a result of such tests and the Contractor shall replace such defective material or part with material or part that does comply with the specifications at no additional expense to the Owner. 1.05 REPORTS - `fest and inspection reports shall be written immediately upon conclusion of each procedure; copies shall be provided to the following: Owner Architect Engineer Contractor 1.06 TEST CRITERIA - The specific test and inspection procedures and their required results are enumerated herein by reference to recognized standards and shall be the required method for testing and judging the results unless deviations from the standarda are specifically mentioned. 1.07 STANDARDS - Applicable Standards listed in these Specifications include, but are not necessarily limited to, standards promulgated by the following agencies and organizations: 1. AASHTO = American Association of State Highway and Transportation Officials, 341 National Press Building, Washington, D.C. 20004. 2. ACI = American Concrete Institute, Box 1.9150, Redford, Station. Detrnir, M7,rhigan Ara219. 3. AISC = American Institute of Steel Construction, Inc. 1221 Avenue of the Americas, New York, N.Y. 10020. 4, ANSI = American National Standards Institute (successor USASI and ASA) 1430 Broadway, New York, N.Y. 10015. 5. ASTM = AmericanSociety for Testing and Materials, 1916 Race Street, Philadelphia, PA 19103. 6. ASW = American Welding Society, Inc., 2501 N.W. 7th Street, Miami, Fb 33125 01400-2 7. AWWA n American Water Works Association, Inc., 6666 West Quincy Avenue, Denver, CO 00235 8. CRSI = Concrete Reinforcing Steel Institute, 228 North Lasalle Street, Chicago, IL 60610. 9. CS = Commercial Standard of NBS, U.S. Department of Commerce, Government Printing office, Washington D.C. 20402. 10. FGMA = Flat Glass Marketing Association, 3310 Harrison, Topeka, KS 66611. 11, NAAMM = The National. Association of Architectural Metal Manufacturers, 1033 South Boulevard, Oak Park, IL 60302. 12. NEC = National Electrical Code (see NEPA) 13. NEMA = National Electrical Manufacturers Association, 155 East 44th Street, New York, N.Y. 10017. 14. NFPA = National Fire Protection Association (Life Safety Code) 470 Atlantic Avenue, Boston, MA 02210. 15. SBCC = Southern Building Code Congress International, Inc. 900 Montclair Road, Birmingham, AL 35213. 16. SBC = Standard Building Cade, latest adopted addition. ***END OF SECTION"*** 01400-3 4D SECTION 01500 - TEMPORARY FACILITIES & CONTROLS PART 1 - GENERAL 1.01 GENERAL Refer to General Conditions for commitments which result in requirements for Contractor to provide temporary facilities as may be required for perform- ance of the work and fulfillment of the Contract.. This section specifies certain minimum temporary facilities to be provided regardless of methods and means selected for performance of the work, but not by way of limitation and not assured for compliance with governing regulations. Use of alternate temporary facilities is Contractor's option, r-h_ject to Owner's acceptance. Temporary facilities is defined to exclude tools and construction machines, testing, demolition, alterations, soil borings, mock-ups and similar items. PART 2 - PRODUCTS 2.01 DEWATERING Maintain site and construction work free of water accumulation. Do not endanger the work or adjacent properties. Maintain protection against flooding. Protect existing drainage systems. 2.02 TEMPORARY POWER DISTRIBUTION Provide weatherproof, grounded circuits with ground - fault interruption feature, with proper power characteristics and either permanently wired or plug-in connections as appropriate for intended use. Provide overload -protected disconnect switch for each circuit at distribution panel. Space 4 -gang convenience outlets (20 Amp circuit) so that every portion of work can be reached with a 100 -foot extension cord. 2.03 TEMPORARY LIGHTING Provide lighting of intensity and quality sufficient for proper and safe performance of the work, and for access thereto. 2.04 TEMPORARY DRIVES Where feasible, use subbase and base construction of permanent drives and paving as temporary paved con- struction areas; and delay installation of finish 01500-1, paving courses until possibility of damage from con- struction operations has been minimized. Otherwise, provide not less than compacted subgrade of satis- factory soil material, compacted lime rock paving course, and "road oil" dust control treatment, Remove temporary paving when no longer needed. 2.05 TEMPORARY UTILITIES Provide all necessary connections, piping, valves, meters, and hoses from the distribution points to points on the site where water and electrical power are necessary to carry on the work. Upon completion of the work, remove all temporary utilities. 2.06 HOISTING, GENERAL Provide cranes, hoists, and similar temporary con- struction facilities as needed to adequately perform the work. Comply with manufacturer's instructions and governing regulations for installation, opera- tion and removal. 2.07 MISCELLANEOUS FACILITIES Provide miscellaneous facilities as needed, includ- ing temporary stairs, ramps, ladders, runways staging, shoring, scaffolding, railings, dust controls, bracings, barriers, closures, platforms, temporary partitions, waste chutes, storage shed, and similar items, 2.08 TEMPORARY TOILETS Where permitted by governing regulations, provide single -occupant, self-contained units of either chemical aerated recirculation type or combustion type;. glass fiber reinforced polyester enclosure; equipped with both urinal and stool fixtures. Supply units with tissue and, where not located nearby, separate wash facilities, supply with wet- Lype hand towels and waste containers. Locate units so that personnel will travel, no more than 2001, including distance vertically, to reach a unit. Location of toilet unit(s) shall be as approved by the Owner's Representative. Refer to special provisions of this section. 2.09 LOCKUP AND SECURITY As construction of building structure or shell progresses and it becomes feasible to secure project against intrusion, provide temporary security 01500-2 40 enclosure, doors and locks as necessary to prevent unauthorized entrance. Deliver, store and lockup materials and equipment in a manner which will prevent theft and vandalism. 2.10 ENVIRONMENTAL PROTECTION Review exposure to possible environmental problems, with Owner and Engineer. Establish procedures and discipline among tradesmen and provide needed facilities which will protect against environmental problems (pollution of air, water and soil, excessive noise, and similar problems). PART 3 - EXECUTION 3.01 GENERAL A. Comply with applicable requirements specified in Division 15 - Mechanical, and in Division 16 - Electrical. B. Maintain and operate systems to assure continuous service. C. Modify and extend systems as work progress requires. 3.02 REMOVAL A. Completely remove temporary materials and equipment when their use is no longer required. B. Clean and repair damage caused by temporary installations or use of temporary facilities. PART 4 - ITEM OF PAYMENT: No separate Payment shall be made for work specified in this Section; Payment for work specified in this Section shall be included in Payment made for other Sections. ***END OF SECTION*** 01500-3 r SECTION 01700 - PROJECT CLOSEOUT PART 1 - GENERAL 1.01 GENERAL t Theprovisions of this section apply primarily to closeout of actual physical work, not to administrative matters such as final payment and changeover of insurance. Specific requirements in other sections have precedence over general requirements of this section.. A. Record Drawings: Maintain a complete set of blue/ blackline prints of contract drawings and shop drawings for record mark-up purposes throughout the Contract Time. Mark-up drawings during the course of the work to show changes and actual installation conditions, sufficient to form a complete record for Owner's purpposes. Give particular attention to work which will k�e concealed and difficult to measure and record at a later date, particularly work which may require servicing or replacement during the life of the project. Request subcontractors and mechanics marking the prints to sign and date each mark-up. Bind prints into manageable sets, with durable paper covers, appropriately labeled. Record drawings to beavailaLle at end of project. B. Maintenance Manuals: Provide 3-0 ring vinyl -covered binders containing required maintenance manuals, properly identified and indexed. Include operating and maintenance instructions; extended to cover emergencies, spare parts, warranties, inspection procedures, diagrams, safety, security, and similar appropriate data for each system or equipment item. 1.03 OPERATOR INSTRUCTIONS.- Require NSTRUCTIONS:??egairA .--.I inctallar of SysLeFtts requiiiliy L:V11- tinued operation/maintenance by Owner's operating personnel, to provide on location instructions to Owner's personnel, sufficient to ensure safe, secure, efficient, non -failing utilization and oper- ation of systems. Provide instructions for the following categories of work: A. Mechanical, electrical and electronic systems (not limited to work of Divisions 15 and 16). k. B. Live plant materials, lawn and irrigation systems well, pump, and potable water treatment systems. i 01700-1 ' PART 3 - EXECUTION 3.01 FINAL CLEANING: At closeout time, clean or reclean entire work to normal level for "first class" maintenance/cl.ednincg of building projects of a similar nature. Remove non -permanent protection and labels, polish glass, clean exposed finishes, touch-up minor finish damage, clean or replace filters of mechanical systems, remove debris and broom -clean non -occupied spaces, sanitize plumbing facilities, clean light. fixtures and replace burned-out/dimmed lamps, sweep and wash paved areas, police yards and grounds to the property line, and perform similar cleanup operations needed to produce a "clean'" condition as determined by Architect and Owner's Representative. 3.02 PROCEDURES AT SUBSTANTIAL COMPLETION: A. Prerequisites: Comply with General. Conditions and complete the following before requesting the Archi- tect's and the County Engineer's inspection of the work, or designated portion thereof, for substantial completion: Complete installation of buildings and equipment to such level as the owner could, if necessary, occupy the facilities. Submit executed warranties, workmanship bonds, maintenance agreements, inspection certificates and similar required documentation for specific units of work, enabling Owner's unrestricted occupancy and use. Complete instruction of Owner's operating personnel, and start-up of systems. Complete final cleaning, and remove temporary facilities and tools. B. Inspection Procedures: Upon completion of Con- tractor's own punch list items and receipt• of Contractor's request for inspection, the Architect and County Engineer will either proceed with inspec- tion or advise Contractor of prerequisites not ful- filled. following initial inspection, the Architect will either prepare certificate of substantial com- pletion, or advise Contractor of work which must be performed prior to issuance of the certificate; and repeat inspection when requested and assured that 01700-2 EA work has been substantially completed. Results of completed inspection will form initial "punch -list" for final acceptance. 3.03 PROCEDURES AT FINAL ACCEPTANCE: Upon receipt of Contractor's notice that work has been completed, including punch -list items resulting from, earlier inspections, and excepting incomplete items delayed because of acceptable circumstances, the Architect and the County Engineer will reinspect the work. Upon completion of reinspection the Architect and County Engineer will either recommend final acceptance and final payment, or advise contractor of work not completed or obligations not fulfilled as required for final acceptance. It necessary, procedure will be repeated. Item of Payment: No separate Payment shall be made for work specified in this section; Payment for work specified in this section shall be included in Payment made for other Sections. ***END OF SECTION*** 01700-3 40 SECTION 01720 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.01 RELATED DOCUMENTS The General Conditions of the Contract, including the General. Requirements of Division 1 shall be considered a part of this section. 1.02 DESCRIPTION A. Work Included: 1. Maintain at the site for the owner one record copy of: a. Drawings b. specifications C. Addenda d. Change Orders and other modification to the Contract e. County Engineer's or Architect's field orders or written instructions f. Approved shop Drawings, Product Data and Samples g. Field test records B. Related Requirements I. Section 01300: Submittals 1..03 MAINTENANCE OF DOCUMENTS AND SAMPLES A, Store documents and samples .in field office apart from documents used for construction. is. File documents and samples in accordance with the 16 Division CSI format. Maintain documents in a clean, dry, legible condition. and in good order. Do not use record documents for construction purposes. D. !flake documents anti samples available at all times for inspection by County Engineer and Architect. 1.05 RECORDING A. Label each document "Project Record" in neat large printed letter, PART 4 - ITEM OF PAYMENT No separate Payment shall be made for work specified 01720-1 0 in this Section; Payment for work specified in this Section shall be included in Payment made for other Sections. ***END OF SECTION*** 01720-2 40 s DIVISION 2, SITE WORFC SECTION 02010 - SITE CONDI'TION'S & SUBSURFACE INVESTIGATION The soil conditions at the proposed restroom facility and the " maintenance building addition, are suitable for supporting the foundations designed by the Architect, and no soil borings and associated testing is required at this location of the park improvements. 02010-1 +f 11 M I SECTION 02114 _- SITE. CLEARING A. The Contractor shall be responsible for site preparation in accordance with the Architectural Site Plans. ! B. The Contractor is responsible for the stripping top soil and the removal of organic debris from all areas below f floor slabs and walkways. All useable fill and/or top soil accumulated is to remain the property of the Owner. Stock pile additional fill and owner will be responsible. for its removal. C. The Contractor is to excavate the subgrade to the levels required for footings, slabs, walkways and paving. D. The building areas shall be grade level and compacted with a vibratory roller that exerts a dynamic load of no less than 10 tons. An soft, yielding areas shall be excavated and replaced with clean, compacted fill. Sufficient passes are to be made during proofrolling to produce a density of no less than 95% of the modified Proctor value to a depth of two (2) feet-. A test report is required, submitted to the Architect for approval, prior to the placement and compaction of additional fill material and any slab/footing concrete pours. E. Fill material, below floor Slabs and footings and where required to bring areas up to grade as indicated, shall be clean, "approved", bank -run sand, installed in 12" lifts and mechanically compacted to 98% of maximum bulk density at the optimum moisture content as determined by AASO T- 164. A test report is required, submitted to the Archi- tect for approval, prior to slab and footing concrete pours. The Contractor shall take care not to damage any existing trees beyond the limits of construction and shall replace any and all landscaping damaged by him, at no cost to the Owner. G. The Contractor shall check with the appropriate local gov- erning agencies to ascertain the location of all under- ground lanes and/or utilities and he shall take the neces- sary precautions/care not to damage them. The Contractor shall repair any and all damage to underground lines, at hi's if same -wcrc located for hii�, pi:iuL Lu the beginning of construction. ***END OF SECTION*+** 02110-1 I SECTION 02200 - EARTHWORK PART 1 - GENERAL (See also Work by County Forces) in General. Conditions_ 1.01 DESCRIPTION A. Work Included: 1. Excavation and disposal of excess material. 2. Filling and compaction. 3. Grading and fine grading. 4. Incidental earthwork. 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: 1. Comply with State and Local laws and codes in disposal of trees, shrubs and other material. B. Testing Agency: I. The owner has retained a soils engineer who will monitor construction of fills and embankments and initial tests. All retests required resulting from failure of the initial tests will be paid for by the Contractor. PART 2 - PRODUCTS 2.01 MATERIALS A. Excavated Material: On-site, or imported as necessary, material meeting the following: 1. Homogeneous, compactabic, gonorally granular soil free of organics, and mucic. 2. Use of on-site material must be approved by the soils engineer. PART 3 - EXECUTION 3.01 PREPARATION A. After the work of clearing and grubbing, accurately perform all construction layout. R. Before exravatlont 1. Verify layout, horizontal and vertical, and con- formance of layout with Contract Drawings. 2. Verify Limits of Construction. 3. Accurately survey and record the location of property monuments bench marks, USES Monuments, ROW markers which may be moved by the Con- tractor's operations. Use licensed land surveyor only. All property monuments, ASGS Monuments and ROW markers moved, shall be replaced by a licenses land surveyor. 02200-1 40 0 ,. 4. Verify utility locations, whether shown on drawings or not, including, but not limited to aerial, pole line, buried, underground, trans- mission, local service and individual connec- tion. Prior to excavation notify gas and oil pipeline company owners, if any, and other utility companies in accordance with FL 77-153, 3.02 EXCAVATION A. Perform all excavations to the elevations required, indicated on Contract Drawings or as specified. 1. Excavation is unclassified and includes rock, muck, and all other materials of whatever nature encountered on the site. 2. Use any excavation method except blasting or use of explosives. B. Excavated material from the site may be used for embankments and fills, provided that it meets the requirements of this Section, Part 2. Dispose of all other material off-site at a location acceptable to the Owner. 3.03 DEWATERING A. Keep the site free of surface water accumulations. Construct temporary drainage ditches and dikes to divert rainwater away from areas important to keep dry. Pump and perform any other work to remove water from excavations. B. Construct, operate and maintain dewatering facili- ties to lower and maintain groundwater level aL least two feet below the foundation excavation. 1. Construct trenches, provide and operate well point systems, pumps, sumps and any other means to lower and maintain the groundwater level. 3.04 EXCAVATION FOR STRUCTURES AND BACKFILL AROUND STRUCTURES A. Structures shall rest on firm, undisturbed earth or on structural fill compacted to 98W modified proctor maximum density as determined by AASBTO T-1.80. 1. If excavations are below the elevation shown on the drawings, the Contractor, at his own expense, shall fill the void thus made to the proper grade with structural fill. a ***END OF SECTION*** 02200-2 SECTION] 02201 -CLEARING-AND f RURBIN G 1.01 SCOPE A. The Contractor shall furnish all labor, materials and equipment, and all opp:ations required to clear and grub the site as shown on the Flans and speciiicd herein. 2.01 GENERAL A. Clearing; and grubbing shall consist of the complete removal and disposal of all trees, brush, logs, stumps, roots, weeds, rubbish, rocks, structures designated to be removed, concrete and other deleterious material and obstructions resting upon or protruding through the surface of the ground. Stumps, roots 3" and over and similar obstructions shall be removed to a minimum depth of 2 feet below the existing ground. All structural items shall be excavated to full depth, completely removed, and the excavation backfilled per these specifications, B. The Contractor shall clear and grub the areas described below. 1, Area of development, easements, swales, and other areas where construction is to take place only with specific approval of CDmnly Eligince as to the exact areas to be cleared. 3.01 DISPOSAL, C i M IMMUNE 1. When permitted by local governing authorities, trees, su nips, brush, weeds, and similar natural materials may be burned on site. The Contractor shall dispose of all unburned residue off site, and if required by the Engineer, spread the ash. Material which will not burn or will not burn without air pollution, such as asphalt and tires, shall be hauled off site for disposal in an approved manner. B, OF E SITE DISPOSAL 1, When on site burning is not permitted, all material shall be hauled offsite uy the Cuniracior for disposal in an approved manner. C. The Contractor shall be responsible for obtaining and complying with the provisions of all necessary permits. AFI fees shall be paid by the Contractor. D. THIS PROJECT: (Donald MacDonald Park Improvements) No material shall be burned on site. ***END OF SECTION*** Gi2oi-1 CI 0 SECTION 02202 EXCAVATION I. SCOPE A. The Contractor shall furnish all necessary labor, equipment, and transpor(atton to excavate and haul material in accordance with [tie Plaits and Specifications. 2. GENERAL A, The Contractor shall excavate for [lie roadways, structures, swales, etc., as shown on the Drawings and specified herein, and shall dispose of all materials excavated at a site designated or approved by the Owner. 3. DISPOSAL A. In all areas where excavation is to be done, all earth, rock, muck and other materials shall be removed and separated as to suitable and unsuitable nialcrial for backfill as deigned herein. B. The Contractor may, for his own convenience, elect to temporarily stockpile any portion of the excavated material at a job site location designated by the Owner, for later use or disposal. The stockpiled material shall be piled in an orderly manner so as not to endanger the work or obstruct roadways or drainage within die designated job site location. All excavated unsuitable material shall be disposer) of at a location designated or approved by the Owner. All excavated suitable material that is not reused by the Contractor within [lie job site shalt become tete property of the Owncr acid shall be disposed of as directed by the Owner. 4. SHEETING AND BRACING A. Where excavations may endanger workmen, existing structures, utilities or other facilities, it shall be the Contractor's responsibility to immediately install and maintain adequate sheeting arid, bracing per OSTIA specifications in order to proicct said facility. No work shall proceed In such excavations until the sheeting and bracing has been properly and conipletely installed. The sheeting thus installed sliall be removed as (lie work- progresses or, at the discretion of tire Frivineer; he cut off below finished grade and left in place. Sheeting and bracing may be either steel or wood- it the option of the Contractor. D. Sheeting and bracing sliall be installed in a manner that will allow for removal without injuring or endangering workmen, [lie work, adjacent siruc(ures, and flue like. Voids caused by withdrawal of sliceting shall be promptly and completely filled with sant) and compacted to a degree equal to the surrounding soil. S. DEWATERING A. All water encouniered during excavation shall he promptly and completely removed to a depth below the exposed excavation surface sufficient tui provide a dry working surface. The excavation sliall be kcp.[ dry until lite work 02202-t to lie built or placed therein has been completed as specified. Dewatering shall be done in a manner that will not cause sloughing or caving of the excavation walls. Water from said dewatering shall be disposed of in a manner as will not result in violations of State water quality standards in receiving waters, nor cause injury to public health nor to public or•private property, nor to the work completed or in progress. Any and all damage caused by dewatering sliall be promptly repaired by the Contractor at no cost to the Owner. The receiving point for water from said operation shall be approved by the applicable regulatory agency and flee Engineer. The Contractor is responsible for obtaining all required permits and any other approval necessary. G.. REMOVALOF MUCK, ROCK AND OTHER UNSurrABLC MATERIAL A. All truck, rock , clay, marl, gravel, boulders, heterogeneous fill material and any other organic or unsuitable "materials of excavation" encountered under pavement areas, structures and utilities shall be excavated and removed. Also any "unforeseen obstacles" such as buried trees or timbers, abandoned utilities, metal objects, concrete masses, or any other type of debris encountered shall be removed. B. Stripping shall be accomplished to cleats in-place sand or other suitable material as approved by (lee Engineer. Removal of unsuitable material within areas which are to receive footings, slabs or other foundations shall be completed for dee full area under such structures and to ten feet minimum outside the maximum perimeter. Where pavement is to be placed, said removal shall include all area under the surface and extend to lite outside of shoulders and under sidewalks and bike paths, or as directed by the Engineer. C. All roots, stumps, togs, limbs, timbers, boulders, or any material which is not suitable for backfill material shall be removed from the site promptly and excavated and disposed of by the Contractor at his expense. D. All "materials of excavation" and "unforeseen obstacles" will be considered as incidental to construction and no additional compensation will be allowed. 02702-2- v - SECTION 02203 GENERAL& SELECT FILL, FILTER MATERIAL,BACKFILL AND COMPACTION 1. SCOPE A. The Contractor shall furnish all of the material, equipment, plan(, labor, transportation and supervision necessary so as to complete the Work as shown on the Plaits and specifier) herein.. 2. GENERAL A. Where structures or unsuitable material have been removed suitable backfill or fill material shall be provided, placed and compacted to elevate the site to the finish grade as shown on the grading plans. pre -fill compaction shall be accomplished prior to this operation, as specified herein. 3. MATERIAL A. General Fill - All humus, peat, spongy material, roots, stumps, muck, paving materials, and other objectionable materials shall be unsuitable for ba. krill. Suitable material for backfill shall consist of sandy -loam, clayey -sand, sand, gravel, soft shale, or crushed stone. The Engineer shall be the sole judge of what constitutes suitable and unsuitable material for backfill other than those materials listed above. B. Select Fill - Shall consist of uniform, clean, free draining sand, containing less than 3% fines prising a No. 200 sieve. Laboratory test results of this fill shall be submitted to the )Engineer for his approval. C. Filter Material, - Shall consist of a washed sand containing less than I % fines passing* a No. 20U sieve and must have a unilormity coefficient of 1.5 or greater but not more than 4.0. Effective grain size shall be between 0.20 and 0.55 millimeters diameter. 4. BORROW A. If there is not sufficient excavated material of a suitable quality to complete (lie work, the Contractor shall {provide and deliver the necessary suitable additional material to the job site. 5. UNSUITABLE MATE, RIALREPLACEMENT A, Fill material shall be placed and spread evenly in layers not (or exceed eight inches before compaction. All fill material shall lie free from veget^',le matter, wood, and other deleterious substances, and shall not contain rocks or clods having a diameter of wore than three inches. B. If sail cement paving is proposed, local yellow sand or hard pats shall nw be used for the subgrade nor in the base. G. PIt ;-F1 LL COMPACTION A. Should the pre -fill surface elevation he below that required for the base cif 02203-1 do • r proposed building foundations or having subgrade, the areas within road rigltts- of-ways, under parking areas, and the areas under and within five feet of proposed buildings shall be precompacted. 'flus precompaction shall be performed equally on existing ground and on surfaces which have been excavated to remove unsuitable material. The top one foot of said areas shall be compacted to a minitnutn density of 95% of maximum as determined by AASI-ITO T-180. The maximum spacing between density tests shall be 150 feet. 7. COMPACTION A, Backfill material shall be compacted to 95% of maximum density per AASIITO T-1130. Equipment suitable and adequate for uniform compaction to time specified density shall be used for backfill operations subject to the approval of the Engineer. All compaction equipment sltall be in good working order and any worn or defective equipment shall be immediately replaced or repaired. 8. SOIL STABILITYA.ND COMPACTION CONTROL A. The Contractor shall arrange to have sufficient soil tests made by an independent testing laboratory selected by the Engineer to demonstrate conformance of his work with the stability and compaction levels required by these specifications. Compaction tests shall be taken at intervals listed herein or as deemed necessary by the Engineer. B. Any proposed alternative test methods to those specified herein must be approved by the Engineer prior to testing. At the request of the Engineer, the Contractor shall provide such documentation of a proposed alternative test method as Elie Engineer may require to evaluate the method for approval. C. In no case shall the Contractor proceed with construction on compacted "late' -jai until the tests prove satisfactory and approval is given by the Engineer. D. In general, at least one test for maximum dry densityloptimura moisture content shall be perforated on a representative sample of each inherently different material to be used for compacted backfill or embankment fill. For material of uniform composition and textural class, a minimum of one test per 200 cu. yd. of material sltall be performed at the point of use. E. Tests for in-place density (percent compaction) shall be taken at locations designated by the Engineer. tl. U-1-2 • • 1�19111 ii M A. The Contractor shall furnish all materials, labor, equipment and supervision required to prepare the soil, fine grade the area and establish a healthy stand of grass by sodding of the areas so designated on the drawings and as specified herein. 2. GENERAL A. PUTARATIDN I ) The area to be sodded shall be clear of old sod and weeds. The area shall be tine graded and the surface loosened, by scarifying, if necessary. If the soil is dry it shall be moistened to provide an optimum growing condition. MEMETUNKFAW 1) Fertilizer shall be uniformly spread over the area to be sodded at the rate of 400 to 500 pounds per acre. The fertilizer shall have a chemical designation of 12-8-8. Soil which has a PH of 5.0 or lower shall, if directed by the Engineer, have an application of dolomite lime stone, but the amount of dolomite applied shall not raise the PH above G.O. C.a C 1 } The sod shall be Bahia unless otherwise noted or directed by the Engineer. The sod shall be of a tough texture with a good mat of roots, It shall be free of weeds and other objectionable grasses. Approximately three days prior to cutting the sod, it shall be closely mowed and raked to remove excess growth and debris. The sod shall be cut with sufficient thickness to retain the root system intact. There shall be a minimum of delay between the cutting of the sod and the laying so that it is live, fresh and uninjured when laid. :M- 101 s7 l} No sod shall be laid until the Engineer has approved the condition of the prepared area. The sod shall be placed with the edges in close contact. Where titre sod is laid on a slope the pieces of sod shall be laid with so-gered joints to minimize erosion along the joints and where the sod is laid in drainage swales and ditches the joints shall be staggered in the line of flow for the same reason. After the sod is laid it shall be brought into close contact with the snit by tamping, light rolling or other acceptable means. Where the sod may slide due to the steep slope it shall be pegged to firm soil with wood pegs. ***END OF SECTION**' 02204-1 do 4 SECTION 02250 - sOIL POISONING A. Compound application shall be done by an established and certified pest control organization as per Section 815-3.8 of Section 815 of the Minimum Property Standards for 1 & 2 living units, Federal Housing Administration (November 1966). H. The Contractor shall furnish the Owner with a written guarantee stating the concentration of the poison util- ized, the rate and the method of application. The guarantee shall be for a period of not less than five (5) years, with the cost for a five (5) year inspection and protection program to be included in the base bid. C. The Contractor shall not begin soil treatment until such time as the subgrade preparation is completed and ready for the vapor barrier installation. D. The below listed chemicals are toxic to plant and animal life and are to be applied, with due caution, only by ex- perienced personnel. Apply to those areas to be treated, one (1) of the following chemicals, at not less than the designated concentration applied in a water emulsion. I. Duraban TC l°s 2. Demon TC l$ E. Apply an overall treatment of toxicant, at a rate of one (1) gallon per ten (10) square feet, under the entire area of the building floor slab and to a distance of 5'-0" be- yond the building perimeter where it is abutted by a slab/ walkway or paving. Apply additional toxicant, at a rate of two (2) gallons per lin. ft., to expansion joints and where the floor slab is penetrated by floor drains. ***END OF SECTION*** 02250-1 C_] 11 I. 5.01 STABILIZED SHOULDERS A. Stabilized shoulders shall be constructed on each side of the paved roadway sections to the width, depth and slope as shown on the Plans and Typical Sections. The stabilized shoulder material shall have a minimum Florida Bearing Value of 50 pounds per square inch as determined by the Florida Bearing Value Test. In an area where the bearing value is less than 54psi, stabilizing material approved by the Engineer shall be furnished by the Contractor, spread, and mixed thoroughly throughout the entire depth and width of the stabilizing limits. No specific density will be required and compaction shall be only to the extent directed by the Engineer. 6.01 COMPACTION TESTING A. In general, Florida Bearing Value tests on the subgrade shall be taken at approximately 300 linear foot intervals. Exact locations will be designated by the Engineer. B. The maximum dry density of the subgrade material shall be determined by the Modified Proctor Test using the procedure as described by ASTM D1557 or AASHTO- T18i1(Method A). In general, there shall be one Modified Proctor Test per 300 linear feet at a location which is representative of the type of subgrade material used on the project. Each material which is inherently different in composition from other subgrade material and which is used over a widespread area of the project, will necessitate an additional Modified Proctor Test. ***END OF SECTION*** 0x301-2 4W 0 M SE CTION 02303 LL'4]E ROCK BASE COURSE 1. DESCRIPTION A. Under this item, tate Contractor shall construct a lime ruck base course upon the completed stabilized subgrade. The base course shall be constructed in accordance with the lines and grades and typical section as shown on the drawings. 2. MATERIALS A. Tile Contractor may use lime rock for (lie base course from either the Ocala Formation 4L (lie Miami Oollte .;Formation at his option, provided it meets the Specifications contained herein and complies with Section 911 "Little rock Material for Base and Stabilized Base" of tite 1996 Clition of Florida D.O.T.'s Standard Specifications for Road and Bridge Construction. Only P—of the two grades of lime rock shall be used on the project. The material shall be crushed or broken up to such size, before being ,placed on (lie road, that not less than 97 percent will pass a 3 112 inch sieve and it shall be graded uniformly down to dust. All fine material shall consist entirely of dust of fracture. 3. PLACE MENTOF MATERIAL A. After the subgrade is completed and approved, the Con tractor shall furidsh and spread the lime rock in a uniform distribution. Segregated areas of fine or course rock will not be permitted, Such areas shall be removed and replaced will) properly graded rock. B. After the spreading is completed, the entire surface shall be scarified and shaped so as to produce the required grade and crass section after compaction. 4. MOISTURE CONTENT A. Waren (lie lime rock does not have the proper moisture content to obtain the required density, wetting or drying will be required. W lieu water is added, it sliall be mixed in uniformly. Wetting or drying operations shall involve manip- ulation of (lie entire width and depth of the base course be fore compaction. 5. COMPACTION A. The required compaction of the little rock lyase course shall be .1 tmilhirnulti of 98 percent of [lie maximum dry density. B. No less than 8 fU ton steel drum or pnetniiatic tired rollel. shall be used to conhpac( the little rock base course. All depressions slhall be filled and the process of rolling and filling shall continue ult(il a thoroughly compacted uniform surface is produced. During final compaction operations, if blading of any area is necessary to obtain lite nue grade and cross section, (lie compac- lion operations for such areas shall be comple(ed prior to making [Ile field density compaction test oil the finished base. 02303-1 O 11 " C. Should the subgrade material become mixed with the base course materiah at any (ince, tite Contractor shall remove lite mixture, reshape and recontpact the subgrade, replace the materials removed with additional little rock, and reshape and recompact the little ruck base at no cost to the Owner. D. if cracks or checks appear in the base which would impair the structural integrity of the base in the opinion of t[te Engineer, lite Contractor shall remove the cracks or checks by rescarifying, reshaping, refilling with lime rock where necessary, and recontpacting at no cost to the Owner. E. The finished lithe rock base shall be checked far thickness at intervals of not more than 340 feet. Areas which are less than 112 inch deficient in thickness shall be corrected by scarifying and adding rock if lite Engineer determines that the area is extensive or may adversely affect tite duality of the finished work. The scarifying shall extend for 50 feet either side of (lie deficient area. 6. PIUME COAT A. Tice prime coat shall be a rapid curing liquid cut back asphalt equal or equivalent to RC -70 or RC -250 at the Contractor's option, and conforming to Sections 300 and 916 2 of lite 1986 Edition of the Florida D.O.T. Standard Specifications for Road and Bridge Construction. B. The surface of the base material shall be cleaned after final compaction and tite ntoisture content of [lie base shall not exceed 90 percent of lite optimum moisture before the prime coat is applied. The prime coat shall be applied uniformly with a pressure distributor. The entire length of the spray bar shall be set at the height above the surface recommended by Elle Manufacturer for even distribution. The prune coat shall be applied to the finished base course at the rale of 0.15 galions per square yard at a temperature between 1001 E. to 150o F. 'F'lte prince coat shall be applied such that a period of no longer than two (2) hours lapse prior to application of the asphaltic concrete wearing course, unless the prime coat is covered with sand or screenings as outlined in Section 300-6.5 of the 1986 Edition of the Florida D.O.T. Specifications. 7. TESTING A. The maximuni density and optiniuni moisture shall be deiennined in accordance with cite Modified Proctor Test procedures of ASTM ❑1557 or AAS.1-1TO T1810 (i:iithod. D), The pc;ccataagc compaction and In Blase density sliall be determined according to procedures of ASTM D2167 "`fest for Density of Soil In Place by the Rubber Balloon Method" or the nuclear method ASTM D2922. lit general, one Modified Proctor '[`est per 300 lineal feet of roadwork shall be performed on a representative sample of base material from location(s) designtiled- by the Enghicer. In place density testing shall be performed at the rate of one test per 300 lineal feel of roadwork or 5000 sq. ft. of parking area at comparable locations unless otherwise specified by Lite En Its?_ Leer. 02103-2 4D 0 SECTION 02304 CEMENTED COQUINASHELL BASE COURSE 1. Di'[:SClf IM ION r A. Under this item, the Contractor sliall furnish all equipment, labor. materials, and transportation necessary to construct a Coquina shell base course upon the completed stabilized subgrade. 'I°lie base course shall be constructed m accordance with the lines, grades, amid typical section as shown on tine Draw- ings. Unless otherwise noted construction sliall conform. to the provisions of Florida D.O.T. Standard Specifications for Road and Bridge Construction, Section 250,1986 Edition. 2, MATERIALS A. Coquina shell shall conforni to the requirements of Florida D.O.'r. Stannard Specifications, 1986 Edition, Sectlon 915, and shall be from a source accept- able to Florida D.O.`I".'11he material sliall have a minimum L13R value of 100. Prior to placement, the material shall be crushed or broken to such a size that no less than 97 percent by weight will pass a 3 112 inch sieve and no more than 20 percent dry weiglit sliall wash through a No. 200 sieve. No visible clay or organic matter wilt be permnitted. 3. 1PLACEMI'NrOI' MATERIAL A. After the subgrade is completed and approved, (lie Contractor shall furnish and spread the coquina shell in a uniform distribution. Spread thickness shall be a minimum of 9 inches. Segregated areas of fine or course rock will not be permitted. Such areas shall he removed and replaced with properly graded rock. B. Alter tie spreading is completed, the entire surface sliall be scarified and shaped so as to produce the required grade and cross section after Compaction. Cl:itli7S I l7L�l Y Le]►1 A. The required compaction of the coquina shell base course shall he a mininittut of 98 oercent of the maximum dry density. B, No less than 8-10 ten steel drum or pieumadc: [fired roller shall be used to compact the base course. All depressions sliall be filled and tine process of rolling and filling sliall continue until a thoroughly compacted uniform surface is produced. During final compaction operations, if blading of any area is necessary to obtain the true grade and cross section, lite compaction operations for such areas shall tic completed prior to making [lie field density - compaction test oil (lie finished base. C. Should lite subgrade material become Mixed with [lie base course material at ally lime, tine Contractor shall remove (he mixture, reshape and tecompatc( [lie subgrade, replace the materials removed with additional Coquina shelf and reshape and recompact (lie coquina shell lease at no cost to the Owner. 02304-1 D. If cracks or checks appear in the mase which would impair the stntctural hacgrity of the base in the opinion of the Engineer, the Contractor shall remove the cracks or checks by rescarifying, reshaping. refilling will, coquina shell where necessary, and reconipacting at no cost to (lie Owner. E. The finished coquina shell base shall be checked for thickness at intervals of not mgre than 300 feel. Any areas which are less than 5 112 inches in thickness shall be corrected by scarifying and adding rack. The scarifying shall extend for 50 feet either side of the deficient area. Areas which are less than 112 incl, deficient in thickness shall be corrected if tate Engineer determines that the area is extensive or may adversely affect the quality of the finished work. fn. PRIME COAT A. The prime coat shall be a rapid curing liquid cut back asphalt equal or equivalent to RC -70 or RC -250 at the Contractor'so tion, asid conforming to Sections 300 and 916-2 of the 19$5 Edition of site torida D.O.T. Standard Specifications for Road and Bridge Construction. B. The surface of the base material shall be cleaned after final compaction and (lie moisture content of (lie base shall not exceed 90 percent of the optimum moisture before the prime coat is applied. The prime coat :shall he applied uniforttily with a pressure distributor. The entire length of the spray bar shall be set at [lie height above the surface recommended by the Manufacturer for even distribution. The prime coat shall be applied to the finished base course at [he rale of 0.15 gallons per square yard at a temperature between 1001 F. to 1501 F. The prime coat shall be applied such that a period of no longer than two (2) hours lapse prior to application of [lie asphaltic concrete wearing course, unless [lie pritne coat is covered with sand or screenings as outlined in Section: 300-6.5 of the 1986 Edition of the Florida D.O.T. Spec iifications. 7. TESTING A. The inaximwn density and optimum moisture shall be determined in accordance with the Modified Proctor Test procedures of ASTM -D1557 or AAS11TO-T18O {Method 1)). The percentage compaction and in-place density shall be determined according to procedures of ASTM -1)2167 "Test for Density of Soil In -Place by (lie Rubber Balloon Method" or the nuclear inelhod ASTM- 02922. Its general, one Modified Proctor `fest per 3016 lineal feet of roadwork shall be performed on a representative sample of base material from locatinn(s) designated by the Engineer. inti -phare ,tensity testing shall be performed at the rate of one test per 300 lineal feet of roadwork at comparable locations unless otherwise specified by (lie Engineer.. 02304.2 MD 0 SECTION 02305 ASMIIALTPAVI HENT 1. DESCIII17ION A. Under this item, tate Contractor shall construct an asphalt concrete wearing 'd surface for pavement upon a previously prepared base course conforming to the lines, ,grades, and typical section show[[ on the drawings. 2. LIMITATIONSOF LAYING OPE RATION A. Bituminous materials shall be applied only when (lie temperature of [lie air in [lie shade is above fifty degrees Fahrenheit (50o F.). Any bituminous mixture caught in transit by a sudden rain may be laid at the Contractor's risk. However, no work shall be started if local conditions indicate that rain is imminent, and under no circumstances shall [1[e mixture be laid while rain is failing, or wizen there is water on the base. When wind is blowing to such an extent [fiat sand, dust, etc. are being deposited on the surface being paved to the extent that the bond between layers will be diminished, the bituminous niaterials shall not be spread on [tie surface. 13. The Contractor shall supply thernonieters as required by [he Engineer for delertmluing the temperature of all bituminous materials as they are applied. !laying of bituminous materials will not be permitted unless the material has obtained [lie proper temperature and temperature denernination at the job site has been made. 3. 'TACK COAT A Where a tact; coal is required (as determined by lite Engineer) prior to application of the asphaltic concrete wearing surface or against an existing asphalt surface, an Emulsified Asphalt, Grade RS 2 shall be used. The tack coat shall be applied uniformly welt a pressure distributor or by hand at (lie rate of 0.05 gallons per square yard and at a temperature between 1000 F. and 1500 F. The tack coat surface shall be kept free front traffic until [lie subsequent layer of asphaltic concrete has been laid. Excessive application of tack coat on lite existing asphalt surfaces will be eliminated by the Contractor prior to paving the asphalt concrete. 4. ASPI IALTIC CONCRUE WEARINGSUIMACE A. The wearing surface for [lie on site parking lots and driveways shall be Florida D.O.T. Type S -I asphaltic concrete conforming to the requirements of Section 331 of [lie 1986 Edition of [lie Florida D.O.T. Specifications. 'Fite material shall be laid uniformly so [fiat it will result in a compacted Iltickness of one inch. The aspliallic concrete_ shall be laid down at a leniperature of between 230OF and 310 OF, The temperature of the asphalt concrete delivered to the job shall be constant and wide fluctuations of lemlperature during (lie day will not be permitted. Asphallic conerele whose temperature is less than 210OF when delivered to file job site may result in innuediale rejection front application by the Engineer. All [material rejected by the Engineer shall be replaced with specified material by the Contractor at nn additional cost [v the Owner. B. `!'lie asphallic concrete slialI be applied by an approved tylle of self propelled paver, such as a Barber Green, callable of inking a cominuous 1() rt. wide 02305-1 i i IM Bull. The paver shall have a disbursing hopper, a compacting devise, and a sereed capable of ad.justinent to produce tile re e quired leaving cross section. The screed shall be equipped with heaters. C. Immediately after (lie asphallic concrete is spread, any deviations from [he typical section shall be remedied by placiiig additional material or by removing surplus material while the mixture is still hot. r D. polling should begirt as soon as possible after the asphaltic concrete has been spread as specified. [tolling of tate longitudinal joint should be immediately bellind ilia )Saving operation. Tire initial Mass with the roller should be made as soon as it is possible to roll the bituniinotis mixture without cracking the uIat or having [tic mix adhere to the roller wheels. E. The rolling shall be done by a "Rolling Train", consisting of a steel wheel seal roller, and a pneumatic tired traffic roller and a steel wheel finish roller. All of which shall be on the job when the asplialt laying commences and remain oil Ilse project until the paving work has been completed. 1'. Rolling of tie longitudinal joint should be immediately behind the paving operation. The initial pass with (lie roller should be made as soon as it is possible to roll the bituniillous iltixlure without cracking the mat or having the prix adhere to the roller wheels. To prevent adhesion of the rnix to the roller, the wheels should be kept moist Willi only enough water to avoid picking up the material. C. Steel wheeled rollers shall be of [Iie landem typo. For seal rolling, these rollers shall weigh between 5 and 12 tons and for final rolling, they sltall weight between 8 and 12 tons. It. Traffic rollers shall be of the self propelled pneumatic tired type, equipped With at least seven (7) smooth treats, low pressure tires, With the Etre pressure maintained between 50 to 55 pounds. Traffic rollers sltall weigh between 6 and 10 totes. Wobble wheeled rollers are prohibited from rolling on this project. 1. Tile speed should not exceed 3 mph for steel wheeled rollers or 5 niph for pneumatic tired rollers.. J. Finish rolling should be done while (lie material is still workable enough for removal of roller marks, before ilia pavement temperature has dropped below 1440 F. Abrupt turning of rollers on (lie paving mix which causes undue displacement shall riot be permitted. Finish rolling should be accomplished by use of the steel wheel roller. K. Should any irregularities or defects remain in any course after compaction, they should be removed promptly Field replaced with new material to provide a uniform texture surface conforming to line and grade. The finished surface sltall be such ilia[ it will no( vary more than one forth inch (114 ") from the ten foot (10') straight edge applied both parallel and perpendicular to lh-- center line of [lie pavement. The thickness of cite pavement shall be no more than one forth itch (l!4")grcaler or less than the specified thickness. Correction of deficiencies iii pavement thickness will be in slric( accordance with those procedures described in Section 330 1.4.2 of the Florida D.O.T. Specifications for Road and Bridge Construction, 1986 Edition. 02305-2 C> C7 i I_. Areas which are inaccessible to a roller {such as adjacc:tt to curls, but(ers, i manholes, etc.) sliall be compacted by the use of haud tamps, small vibratory tampers, or other satisfactory means. M. The edges of the wearing surface shall be straight, true, and cleats in all cases, aucl utust meet lite approval of alae Engineer.. Should the edges of the wearing surface not meet the approval of the Engineer, they shall be saw cut to a Mraight, true, clean line by the Contractor at his expense. 02 05 1 40 • SEC'T'ION 02307 i REIWORCED CONCRETE T. SCOPE A. The work covered under this section shall include, but not be limited to, concrete manholes, inlets, catch basins, curb, curb and gutter, street repair, and sidewalks. It shall include all materials, equipiitettt, labor, finishing, form work and curing. 2. GENERAL A. The concrete shall be a workable plastic mix composed of pottland cement, fine aggregate, coarse aggregate, air and water proportioned and [nixed to provide the strength of concrete called for tipoit the. Plans. The water-ceinein ratio shall be kept to the minimum necessary to achieve proper plachig and finishing. Any item relative to concrete or reinforcing under Ihis item that is not covered herein, shall be in accordance with [lie ACI 318-71 Building Code and tit(: Design and Control of Concrete Mixtures by Portland Cement Association. I3. Concrete mixing may be done in a portable mixer, a transit- mix truck, or if less than five cubic feet, in a mortar box; provided all ingredients including water are accurately measured by weight or volume. Measurement by the `"shovel full" is specifically prohibited. No mixer shall be loaded above its rated mixing capacity. C. Transit mix trucks shall not wash out their trucks on the site without the specific permission of the Engineer and any waste concrete shall be removed to a public dump. 3. CEMENT A. Cement shall be porlland cement conforming to ASTM C150 types I, IA, III and for I11A. Cement, if delivered to site, shall be in unbroken paper bags plainly marked witli the manufactures name, the brand name, the type of cement, and the weight of cement in the bag. All cement shall be properly protected against dampness. Bags containing caked cement shall be rejected. Cement shall be used in the same order as received, that is first in, first out. 4. AGGI EGATES A. Aggregates shall couforin to (lie latest Florida Department of Transportation Specifications for Road and Bridge Construction. Stockpiling of aggregates shall be done in such a manner as to prevent segregation or contamination. 5. Alit ENTRAINMEN'T A. Air entrainment is required and shall be maintained belween 3 artd G percent considered as an olitinium. C"oncreic showing niure than G percent may be rejected. G. ADMIXTURES 111:4[17-1 +i • Y A. Admixtures other than for air entrainment shall not be used without the specific written approval of [lie Engineer. 7. 11011MS A. Forms shall be built to provide a neat and workmanlike finishes{ job. The ' forms shall be mortar -tight and of sufficient strength material to prevent arty bulging or sagging from true line and grade and to withstand vibrating. Any form ties shall be removed to a depth of at least 1 112 inches, the holes reamed out large enough to be adequately patched and the hole filled with sand cement rnortar. S. 111,AC1:MEN'1' AND I NSPEMON A, Tile Contractor shall give tie Engineer sufficient advance notice of his intent to pour concrete to permit inspection of the forms, placement of reinforcing steel, and equipment for mixing, transporting and placing of tile concrete. No concrete will be placed prior to completion of the form work and piacing of the reinforcing to tie Engineer's satisfaction. No concrete shall be placed unless all adequate vibrator and adequate provisions for curing are on [land. Concrete test cylinders will be trade by the Engineer's representative at random and at any title there is doubt about tite quality of tike concrete. Failure of tike concrete to come up to design strength will be cause for rejec- tion and replacement of the structure. l3. Every effort shall be made to obtain a water tight and durable concrete free from voids, rock pockets and the like. Should defects occur, they will be called to the Engineer's attention and repaired hl accordance with his directive or, if extensive replaced. C. Concrete finish on exposed surfaces shall be as designated by the Engineer. y. REINFORCING A. All reinforcing steel shall be fabricated fronh new billet steel and shall unless otherwise noted confortu to ASTM designation A615, Grade 40. All bars shall be securely tied in place will, soft iron wire, 16 gage or heavier. No steel chairs will be permitted. Unless otherwise rioted all bars shall have 2 inches of concrete cover. All bends shall be in accordance with the A.C.I. Building Code. 10. CURING A. (lei The The concrete shall he col,tinuously cured for a period of at least 7 days. Curing shall be cotnnrenced after finishing has been completed and as soon as the concrete Ilan hardened -sufficiently to permit application of tie curing material without marring ti,e surface. Any curing material removed or damaged during the 7 day period shall be replaced innnediately. After forms are removed, the surfaces exposed shall he cured by placing a berm of moist earth Against theist or by any of the methods deseribed below, for the remainder of the 7 clay curing period. 1) Wet Burlap Method: Burlap shall be placed over the entire exposed surface of the concrete with sufficient extension beyond each side to 01307-2 40 • insure complete coverage. Adjacent strips shall be overlapped a minimunn of six inches. The burlap shall he lield securely in place such that it will he in continuous conlact with the concrete at all tithes and no earth shall be permitted between (fie burlap surfaces at laps or between the burlap and the concrete. 'I'ite burlap shall be kept thoroughly wet throughout the curing period. 2) Membrane Curing Method: Clear membrane curing compound or white -pigmented curing compound shall be applied by hand sprayer in a single -coat continuous filen at a uniform coverage of m least one gallon to each 200 square feet. Any cracks. checks or other defects appearing in the coating shall be recoated immediately. The curing compound shall be thoroughly agitated in the drum prior to application. and during application as necessary to prevent settlement of [lie pigment. 3) polyethylene Sheeting Method: Polyethylene sheeting shall be placed over the entire exposed surface of the concrete, with sufficient extension beyond each side to insure complete coverage. Adjacent strips shall be overlapped a minimum of six inclies. The sheeting shall be held securely in place such that it will be in continuous contact with the concrete at all times. 02307-3 40 0 SECTION 02401 s DRAINAGE PIPIT 1. GENERAL A. The Contractor shall furnish and install drainage pipes of the size and type and at the invert elevations shown on the Drawings. 2. MATERIALS A. Corrugated Steel Pipe - Where shown on the Drawings as "CMP", the drainage pipe and required coupling hands shall he corrugated galvanized steel and shall conform to the requirements of Section 943 of the FDOT Specifications. B. _Corrugated Aluminum Pipe - Where shown on the Drawings as "Aluminum CMP"". or "Alum. CMP", the drainage pipe and required coupling bands shall he corrugated aluminum and shall conform to the requirements of Section 945 of the FDOT Specifications. C. Concrete Pipe - Where shown on the Drawings as RCP, the drainage pipes shall meet the requirements of ASTM C76-70 (Class 111) and Sections 941 and 942 of the FDOT Specifications, unless otherwise noted. D. PVC PIPE - Where shown on the Drawings as PVC, the drainage pipe and fittings shall be Sch.40, Polyvinyl Chloride, and shall conform to the requirements of Section 948-4 of the FDOT Specifications, unless otherwise noted. E. Bituminous Pipe Coating - Where shown on the Drawings as Asphalt Coated, metal pipe, "ACCMP",the pine and fittings shall be bituminous coated inside and out in conformance with Section 943 of the FDo,r Specifications. F. Filter Clot] t - Where required shall be Amoco Propex 4545, or equal, approved by Engineer prior to ordering. G. Mitered End Sections - Mitered end sections shall he constructed . in accordance with the applicable D.O.T. Road Design Standard Index (No. 272, 273 or 274) called for on the Drawings. H. Flared Ead Sections - Flared end sections shall be constructed in accordance with the applicable D.D.T. Road Design Standard Index (No. 270) called for on the Drawings. 02401-1 40 • r^ SECTION 42402 DRAINAUESTRUCTURES 1. GENERAL A. Under this item, the Contractor shall build anchor install new catch basins, manholes, dropholes, drop inlets, junction boxes, leaching basins and (lie like of the types and at the locations shown on the Drawings. 2. MATERIALS A. The materials used in the construction of these structures shall comply with Section 345 "Portland Cement Concrete" (Type 11), Section 415 "Reinforcing Steel" (Grade 40), and Section 425-3 "Materials" of the FDOT Specifications. B. Sand -cement riprap shall conform to Section 405 of the these Specifications, 3, CONSTRUCTION DETAILS A. Construction of the structures shall conform to the details as shown on (lee Drawings and, unless otherwise specified, shall conform with Section 425 "Intel, Manholes, and Junction Boxes" of the FDOT Specifications. Required minimum compaction shall be 95 percent of maximum density (AASHTO T- 180) and l(K) percent of maximum density (AASHTO T-180) in areas of paving or curbing. B, The Contractor shall submit shop drawings for review and approval on all Precast structures prior to granting fabrication approval, 4. GRATES, FRAMES, AND COVERS A. Grate, fraine and cover castings shall be of unifonn quality and free from blowholes, porosity, hard spots, shrinkage, cracks or other injurious defects. They shall be smooth and well cicancd by shot blasting and, unless otherwise specified, shall be covered with a smooth coating of coal tar ,pitch varnish of a type which will be tough, tenacious, and resilient throughout the range of expected service temperatures. B. Material used in the manufacture of [ice castings shail conform to ASTM Specifications A-48 Class 30 Iran or to United States Government Specifications QQI-652, (latest revision) for gray iron castings. C. All castings shall be manufactured- true to pattern and with a close fit of component Voris. Frames and covers in roadway and traffic areas shall lie of non -rocking design or shall have machined hearing surfaces so that fining parts will not rattle or rock under traffic. D. All grates, frames and covers located within road right -of- way or traffic areas shall be capable 'of withstanding the AAS11TO 11-20 vertical, dynatnic wheel load. f*11a,t 02402 A 0 SECTION 02403 ' INSTAI,LATIONOF DRAINAGE PIPE ANDsTR:CICTURES 1. SCOPE A. This section covers (lie handling of materials and the work required to install, construct anti join, piping, fittings, and appurtenances for a complete drainage system as shown on the Drawings and specified herein. 2. GENERAL RE QUIREMENPS A. All work shall be proved to be in first class condition anti constructed properly in accordance with the Drawings and Specifications. All defects and leaks disclosed by required testing shall be remedied. All tests shall be performed by (lie Contractor and observed by the Engineer. B. All pipe and structures shall be installed on dry, firm bedding. The free -water surface shall be lowered to at least 12 inches below the bedding surface prior to placing pipe or structures and sliall be maintained at that depth throughout bedding, ]launching, and initial backfilling of the work. During subsequent backfilling, the water level shall be kept sufficiently below the working surface to allow compaction of backfill to the required density, and until required density tests have been performed. C. Temporary supports shall be installed for adequate protection and maintenance of all underground and surface structures, water lines, drains, and other obstructions encountered in the progress of the work. Ally structures which may have been disturbed shall be restored upon completion of' the work. D. Blasting shall not be permitted except by written approval of the Engineer. E. Trenching and subsequent backfilling within lite general construction site shall be accomplished as expeditiously as possible in order to prevent trench decay and maintain a clear operational area. F. prior to any excavation or trenching outside the designated limits of the work site, (lie Contractor shall secure the necessary permits and/or authorization from (lie applicable Owner, or coiifirin that such has been previously rihtai+ted. The stipulations of said permit or authorization shall be completely followed and, prior to construction operations, notice shall be provided to (lie appropriate owner and Engineer. G. All work shall be installed in accordance with these specifica(ions, lite applicable sections of the - FDOT specifications, manufacturers recommendations and the Drawings. 3. IIANDUNG MATERIALS ,A. Pipe, fittings, and accessories shall be loaded and unloaded by hand for skidding so as to avoid shock or damage. [ander no circumstances shall such tnalerials be dropped. ripe handled oil skidways shall not lie skidded or rolled against pipe already tm the ground. 0211111 1 40 r B. In distributing lite material a[ the site of the work, each piece shall be unloaded opposite or near the place where it is to be laid in the trench. 4. ALIGNMENT, GRADE, AND COVI1Tl',iwOR BURIED PIPING SYSTEMS A. Pipe shall be laid and maintained to the required lines, depths, and gravies. B. Wherever obstructions not indicated on tite Drawings are encountered during tile progress of tite work and interfere to such an extent that all alteration in the Drawings is required, (lie Engineer will order a deviation from lite line and grade or arrange with (lie owners of the structures for the removal, relocation, or reconstruction of the obstructions. C. Tile nlaxinium pertuissible deflection for pipe and fittings shall be as recommended by the manufacturer. D. installation of drainage pipe less than 18" diameter in runs of 100 feet or greater, or as required by the Engineer, shall be controlled by use of a laser to maintain proper grade. The Contractor shall also be responsible for verifying elevations of (he pipe, as indicated on the Drawings, at sufficient points during progress of the work to identify discrepancies between actual and plan elevations due to laser misalignment, equipment error, etc., and to correct [tie work as required to conform to lite Drawings. 5. PIPE TRENCH EXCAVATION A. TRENCII DIMENSIONS 1) 'File tuin'tmum width of the trench shall be equal to the outside diameter of (lie pipe at lite joint plus 8 inches for unsheeled trenches, or 12 inches for sheeted trench, and the maximurn width of treneb, measured at the top of the pipe, shall not exceed the nominal pipe diameter plus two feet, unless otherwise shown on the Drawing details or approved by die Engineer. 'french walls shall be vertical from the bolioni of [lie trench to a title treasured one foot above [lie top or tiie pipe. Front one foot above lite lobi of the pipe to file surface, lite trench walls shall he as nearly vertical as soil conditions will pertnit, unless otherwise detailed on the Drawings. Spaces for joints, fillings, manholes and other structures shall be maintained unless otherwise approved by the Engineer, or alternate methods are detailed oil lite Drawings. Should the specified inaximunl width of trench be exceeded, Elie pink shall he adequately reinforced as directed by ttie Engineer, at the Contractor's expense. 2) Trench grade for pipe or structures not requiring special bedding material shall be defined as the grade of lite bot(om surface of the ulility or structure to be constructed or placed within [lie trench. Such shaping of the trench bottom, as may be required to provide -itable bedding, shall be considered to be part of this work. Trench grade in non -cushioning material shall be defined as b inches below lite outside. of the bottom of the utility, which G inches shall be backfilled with suitable bedding material. Unauthorized excavation below trerwil grade shall lie backfilled to trench grade and suitably compacted by lite Contractor without additional cost to rile Owner. Final Irlmnling and grading of trench bottom shall be done manually. 024111-2 46 C7 SECTION 02515 - SITE CONCRETE (WALKS & SLkHS3 PART 1 - GENERAL The drawings ans general provisions of Contract, including General and Supplementary conditions and Division -1 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 2.41 MATERIALS A. Farms: Steel, wood or other suitable material of size and ,strength to resist movement during concrete placement and to retain horizontal and vertical a]ignment until reitiwai. use straight forms, free of distortion and defects. Use flexible spring steel farms, 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: Welded Wire Mesh plain cold -drawn steel wire fabric, ASTM A 185, or Pibermesh admixture. D. Concrete Materials: Comply with requirements of applicable Division 3 Sections for concrete materials, admixtures, bonding materials, curing materials, and others as required. 02515-1 40 r 2.02 CONCRETE MIX, DESIGN AND TESTING A. Design mix to produce standard -weight concrete consisting of portland cement, 3/41" aggregate, air - entrained admixture and water to produce the following properties: 1. Compressive Strength; 3000psi, minimum at 28 days. 2. Slump Range: 2" to 411. 3. Air Content: 5t to Bt. 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 formwork for grade and alignment to following tolerances: Top of forms not more that 1/9" in 101. Vertical face on longitudinal axis, not more than 1/4" in 10'. 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 herei na�,pec f ier3 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 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, reinforce- ment, or side forms. Use only square -faced shovels 02515-2 40 11 for hand -spreading and consolidation. Consolidate with care to prevent dislocation of reinforcing, dowels, and joint devices. I D. Deposit and spread concrete in a continuous operation between transverse joints, as far as possible, if interrupted for more that 1/2 hour, place a construction joint. Do not use concrete pumps unless they are capable of delivering 3/411 rock mix. i 3.03 OOINTS: A. General; construct expansion, weakened -plane (contraction), and construction joints true -to -line 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 1/2 hour, except where such pours terminate at expansion joints. D. Sawcut Control Joints shall be cut a minimum of 1" deep within 29 hours of concrete placement and located per drawings. 3.09 CONCRETE FINISHING: A. After striking -off and consolidating concrete, smooth surface by spreading 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 Lo 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 edge - of slabs, bcxCk top edge of Curb, and formed joints with an edging tool, and round to 1/2" 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: E, Broom finish, by drawing a fine -hair broom across concrete surface,perpendicular to line of traffic. repeat operation if required to provide a fine lite texture acceptable to Architect. 02515-3 40 • F. Do not remove forms for 24 hours after concrete as been placed. After form removal, clean ends of joints and point -up any minor honeycombed areas. Remove and replace areas of sections with major defects, as " directed by Architect. , 3.05 CURING: A. Protect and cure finished concrete saving, complying with applicable requirements of Division 3 sections. Use moist --curing methods for initial curing whenever possible, 3.06 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 Portland 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 zs 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. ***PND OF SECTION*** 02515-4 • 11 DIVISION 3. CONCRETE SECTION O3010 - CONCRE E A. Materials: Concrete: Cement: Aggregates: Water: Reinforcing: Wire Mesh: Reinforcing Accessories B. Standards for Work: Transit Mix ASTM C -94-74a 3000 P.S.I. Portland ASTM C-150-76, Type I As,rm C -33-71a Potable Intermediate Grade Billet ASTM A 615072 and A 305-60 Deformation ASTM A 345 ASTM A 186-72 Not -Dipped Galvanized with ASTM D-544 A.C.I. 318-71 Building Code Requirements for Reinforced Concrete A.C.I. 315-°74 detailing Standards A.C.I. 301-72 Specifications for Structural Concrete for Bldgs. A.C.I. 347-68 Recommended Practice for Concrete Form Work C.R.S.I. 63 Recommended Practice for Placing Reinforcing Bars C. General Requirements: I. No concrete shall be placed/poured without prior notice to the 0% -.nor and the Architect. A11 concrete is to be poured in a continuous operation, 2. All form work shall conform to the shape and dimensions as shown on the drawings. The Contractor is to properly brace and tie water -tight the formwork so as to insure dimensional stability and safety. The Contractor shall wet down the forms or use an approved "release" material. Do not strip the forms until permitted to do .so by the Architect. Any defective concrete or concrete surfaces that are out of alignment, shall be removed and replaced.. All sueh rgnpir Work sha11 be accumpliished by approver! concrete repair methods. 3. All concrete shall be of a design-ioiix to achieve a com- prehensive strength of 3,000 P.S.I. at 28 days. No re - tempered or contaminated- concrete will be allowed. All concrete shall be placed within 90 minutes of di ,)atch time, 03010-1 40 a R 4. Reinforcement shall be cleaned of all scale and excessive rust. All reinforcement shall be set with the standard accessories per A.C.I. 315-74. Minimum concrete coverage of reinforcement steel shall be as follows; a. Footings - 3" min. b. Slabs - 3/4" min. C. Beams and Columns - 1-1/2" min. 5. The Contractor shall properly set all anchors and bolts required for blocking, equipment, etc.. 8. The Contractor shall utilize mechanical means for consol- idation of concrete as well as ensure no segregation of materials. 7. All concrete driveways shall be cured a minimum of seven (7) days at a minimum temperature of 50 degrees Fahren- heit before any vehicular traffic is allowed on drives. 8. Finishing tolerance for floor slabs shall be 1/8 inch in 10 feet. 9. The Contractor shall provide all expansion material, cold joints, control joints (mechanical or saw -cut) and expansion joints as indicated and specified on the drawings. 10. Concrete testing is to be by an independent testing lab and shall consist of, but is not limited to, the following: Slump Test: one test for each load of concrete at the point of discharge; slump not to exceed 5-1/2". Compressive Strength 'rest: 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 three (3) specimens tested at 28 days. All test results are to be reported, in writing, to the owner, the Architect, the Contractor and the Concrete Producer on the day tests are performed. 11. Concrete walkways are to have a light broom finish. The Contractor shall provide saw -cut control joints at 5'-0" o.c. or at walkway intersections and when abutting a building slab. The concrete shall be saw -cut within 24 hours of the pour. The walkway shall be sloped su as to insure no standing water. 12. All slabs on grade are to be Regular 3/4 rock concrete at 3000 psi ultimate strength at 28 days. NO PUMP MIX,(pea- rock), will be allowed for any slabs on prepared grade. This does not prohibit the pumping of the regular 3/4 rock mix. ***END OF SECTION*** 03010-2 +0 7 U_CT_IQN 03100 -- CONCRETE FORMWORK PART 1 - QENERAL 1.01 QUALITY ASSURANCE 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. 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--74 for softwood plywood. 4. American Concrete Institute Standard recommended practice for concrete formwork, ACi 347 -latest edition. EART 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 Speci- fications, All form lumber shall be one of the following, a combination thereof, or an equal approved in advance by the Engineer. a. ..Plyform", Class 1 5,16" PS 1-66, C -D exter- ior plywood, bearing the label of the Douglas. Fir Plywood Association. b. Douqlas F•ir-i.a.rrh, number twp r. -de seasoned, surraced four (4) sides. 2.02 OTHER MATERIALS 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: 03100-1 0 1. Prior to all work of this section, carefully in- spect 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. B. Discrepancies; 1. In the event of discrepancy, immediately notify the Engineer. 2. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 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 exces- sive deflection when filled with wet concrete. 8. 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: 1. 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 ample size and strength to safely carry, without excessive deflection, all dead and live loads to which they may be subjected. 3. Space the forma tha proper ui3tii. Y"Ir.:b it NEi Y'L and securely tie them together, using metal spreader ties that vie positive tieing and accurate spreading. 3.03 RE -USE OF FORMS A. General: 1. Re -use of forms shall be subject to advance written approval of the Engineer. B. Requirements: 1. Except as specifically approved in advance by the Engineer, re -use of forms shall in no way delay or change the schedule of placement of concrete from the schedule obtainable if all forms were new. U31U0-2 40 • 2.. Except as specifically approved in advance by the Engineer, re -use of forma shall in no way r impart less structural stability to the forms nor lass acceptable appoarance to finished exposed concrete. 3.04 REMOVAL _ OF CORMS A. General: 1. Minimum periods to form removal after concrete placement shall be a 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 Engineer. B. Removal: 1. Remove metal spreader ties on exposed concrete by removing or snapping off inside the ria 11 surface and point up and rubbing the resulting pockets to match the surrounding areas. 2. Flush all Boles resulting from the use of spreader rods and sleeve nuts, using water, and then solidly pack throughout the wall thickness with cement grout applied tinder pressure by means of a grouting gun; grout shall be one (1) part portland cement to two and one-half (2-1/2) parts sand; apply grout immediately after removing forms. PART 4 - ITEM OF PAYMENT: No separate Payment shall be made for work specified in this Section; Payment for work specified in this Section shall be included in Payment made for other Sections. ***ENO OF SECTION*** 07100-3 40 f r SECTION 03200 - CONCRETE REINFORCEMENT PART 1 - 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 portion 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 Building Code that has jurisdic- tion. 2. Where previsions 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 Con- tract, and before any concrete reinforcement materials are fabricated and/or delivered to the job site, submit Shop Drawings to the Architect. 2. Do not fabricate and/or deliver concrete rein- forcawitsnL to the job site until receipt of Shop Drawings approval from the Architect. 1.O4 PRODUCT HANDLING A. Protection 1. Use all means necessary to protect concrete re- inforcement before, during, and after installa- tion and to protect the installed work and materials of all other trades. 2. Store in a manner to prevent excessive rusting and f-"'lin9 ,+14f1 iili'L, geese, and other bond - breaking coatings. B. Placements 1. In the event of damage, immediately make all re- pairs and replacements -necessary to the approval of the Architect and at no additional cost to the Owner. 03200- 1 40 0 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 De- formed Billet -Steel Bars for concrete Reinforce- ment:, ASTM A-615, latest editions, Grade 60, except that bars No. 4 and smaller may be Grade 40, 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. 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. PART 3 - EXECUTION 3.01 SURFACE CONDITIONS A. !nspection 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. 2. Verify that concrete reinforcement may be in- stalled in strict accordance with all pertinent codes and regulations, the approved Shop Draw- ings, and the original design. B. Disrreoanr.ieR 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. - 03200-2 40 0 F 3.02 RENDING { A. General 1. Fabricate all reinforcement in strict accordance r 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. i 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. a. 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 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; nil paint, and all othor coatings which will destroy or reduce the bond between steel and concrete. PART 4 - ITEM OF PAYMENT No separate Payment shall be made for work specified in this Section; Payment for work specified in this Section shall be included in Payment made for other sections. ***END OF SECTION*** 03200-3 i 0 SECTION 03300 - CAST IN PLACE CONCRETE C PART 1 - GENERAL 1.01 RELATED WORK SPECIFIED ELSEWHERE Concrete formwork Section 03100 Concrete Reinforcement Section 03200 Unit Masonry Section 04200 Metal Bldg. Systems Section 13122 Plumbing Section 01500 Electrical Section 01600 1.02 QUALITY ASSURAJUCE A. ASTM Standards ( test Editions): 1. C-31 Standard Method of Making and Curing Concrete Test Specimens in the Field 2. C-33 Standard Spec, for Concrete Aggregates 3. 0-39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens 4. 0-42 Standard Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete 5. C-94 Standard Spec. for Ready Mixed Concrete 6. 0--143 Standard Test Method for Slump of Portland Coment Concrete 7. C-150 Standard Spec. for Portland Cement 8. C-172 Standard Method of Sampling Freshly Mixed Concrete B. ACI Standards (Latest Editions 1, ACI -318, Building Code Requirements for Structural Ccncrata 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 ret►uirements herein. 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, 03300-1 40 0 C. owner will pay for testing except 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 of concrete appears to vary, The maximum slump of concrete shall be 5 1/2" 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. one set of five cylinders shall be made for every 50 cubic yards of concrete or portion thereof placed per day. 2. Samples for test shall be taken at 1/4 and 3/4 points of the load in mixer. 3. Test one cylinder at 3 days, one at 7 days, and 2 cylinders at 28 days. Hold one cylinder for future use if test does not comply at 2B days. 4. If necessary, comply with Architect's request for additional cylinders, slump or load test. I7'lsyMA.C'��]!lll+. M 2.01 CONCIOTE A. Cemcnt 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 anarrvi n� —Ra.e_.—d by trades invol • ed, tis:d oho..n o.. plans. B. Vapor Barrier: .006 "Visqueen", Polyethylene Film. C. Chemical Curing Compound: Application of a curing compound shall be made to all slabs and such application shall conform to ASTM C-309. The compound shall be applied in accordance with the recommendations of the manufacturer immediately after any water sheen wh:'ch 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 provers that the curing compound will not prevent bond, or unless positive measures are taken to remove it completely from areas to received bonded applications. 03300-2 Acceptable materials shall be one of the following: 1. Burke Company: Aqua Resin Cure 2. Sika Corp.: Sikagard Cure/Hard 3. Sonneborn: Hydrocide D. 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. E. Pte -molded ,joint Filler: Bituminous Fiber Type, ASTM D- 1751-83 and D545--77 equal to °Celotex Flexcell° of thickness and thickness and width indicated or required. PART 3 - EXECUTION 3.01 PROPORTIONING AND MIXING A. Concrete Mix: All cast -in-place concrete shall be ready mixed and in accordance with ASTM Specs. C-94 (Latest edition). Minimum 5 bags cement per yard of concrete. B. Concrete Strength: Unless specifically noted otherwise, all concrete shall have a minimum compressive strength of f'c = 3000 psi. A design mix shall be prepared by a registered professional engineer employed by the concrete supplier. 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. Maximum Slump: unless specifically noted otherwise, all concrete shall be proportioned and produced to have a slump of 5 1/2" or less. D. Job Tempering: All Concrete shall be placed within 1-1/2 hours after introduction of water to the mix. under no condition may additional water be added. Submit time stamped batching tickets on delivery of concrete to job site. All concrete where water has been added will be removed and replaced with proper concrete at no cast to the owner. 3.02 PLACING OF CONCRETE A. Review:. No concrete shall be placed until all reinforc- ing steel, piper, sleeves, inserts, etc. have been set in place and reviewed by the Owner's representative. Contractor shall notify the Owner's representative of scheduled pours 24 hours prior to pouring. B. Placing: Concrete shall be placed in properly cleaned and prepared forms in accordance with the requirements of ACI -301. 03300-3 E." s 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 AC{ -301 shall be followed. D. Gcaositing. 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. 3.03 JOINTS A. Construction Joints 1. Locate as shown or near points of minimum shear and as approved by Architect/Engineer for beam or slabs. 2. Locate joints in vertical members, walls at underside of floors or beams, and at tops of footings. 3. Floor slabs key.d joints maximums spacing 20' plus or minus each direction unless otherwise noted. B. Expansion Joints 1. Locate as shown on drawings. 2. Joints in walkways maximum at 20' o.c. score and tool between expansion joints in equal bays at not over 5` O.C. - t?int4 shall he straight and smooth The nL.a" lhav hardened before fresh concrete is deposited against them. 4. One half inch joint at all masonry walls unless otherwise detailed. - 3.04 CURING A. Begin curing of concrete as soon as practicable after placing, but ot more than 3 hours thereafter. B. Curing of structural members shall begin immediately after removal of forms. 03300--4 C] G. Apply curing compounds as specified above, clear for exposed slabs. Compound used on floors that are to receive tile 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. Dough Form Finish: Reasonable true to line and Place. Tie holes and defects shall be patched and fins exceeding 1/4" in height shall be chipped off or rubbed off. Otherwise, surfaces may be left with the texture imparted by the Farms. b. Smooth Form Finish: The form facing material shall produce a smooth, hard, uniform texture on Hie 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 be supported by studs or other backing capable of preventing excel live, deflection. Material 4th 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 surf --:e 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 nct exposed tc ,public view, including concrete to receive stucco. b. Smooth 'Form Finish: For all concrete surfaces exposed to view. 03300-5 0 f C. Smooth Rubbed Finish: Concrete shall have a f Smooth Rubbed Finish applied to produce an Architectural Effect. 3. 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 pa-vch- ing shall follow procedures and conform to ACI 301. a. Major defective areas, as judged by the Owner's representative including those resulting from leakages of forms, excessive honeycomb, large bulges and large offsets at form joints, shall be 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 four jo,n is shall be finished as specified herein below. 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 Avt Rrinr wn 1It-- Rway frrpm the building a 714 per foot. Uncovered walks slope at 1/4" per foot or crown. Cover 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 C tolerances, surface shall be roughened with stiff brush, rakes or metal lath roller, before final set.. 03300-6 40 S 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, bill 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.. 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. e. Non -Slip Finish: Surface shall be given a "dry shake" application, as specified in ACI 301, of crushed ceramically bonded aluminum oxide abrasive particles. The rate of application of such material shall be not less than 25 lb. per 100 sq. ft. 3. 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, etc. Refer to drawings for locations of tile areas. b. Troweled Finish: For surfaces intended as smooth walking surfaces or for receipt of floor covarinan C. Broom Finish: For exterior walks, loggias, curbs and where indicated on drawings. d. Son -Slip Finish:- Exterior platforms, steps, stairways, landings, and ramps. 5. S ecific Finish Locations a. Slab Areas within a minimum of 2 feet each side of accvrdian doors shall be "dead level". b. All other slab areas - Class B. 6. Tale ancs for finishes as specified shall be as follows: 03300-7 O A a. Class A - True planes within 1/8" in 10 ft. b. Class B True planes within 1/4" in 10 ft. C. Tolerances shall be measured by placing a 10 ft. straightedge anywhere in any direction. ***END OF SECTION*** 03300- 8 f a ,DIVISION 4, MASONRY SECT;ON 04200 - UNIT MASONRY r PART I - GENERAL RELATED DOCUMENTS : Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specification sections, apply to work of this section. DESCRIPTION OF WORK: Extent of each type of masonry work is indicated on drawings and schedule. QUALITY ASSURANCE: Construction Tolerances: Variation frnm Pj.UMj2:_ For vertical lines and surfaces of columna, do not exceed 1/411. Variation in Cross -Sectional Dimensions: For columns and thickness of walls, from dimensions shown, do not exceed minus 1/4" nor plus 1/211.. 401-100 lYi Alpff 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. JOB CONDITIONS: Protection of Work: During erection, cover top of walls with heavy waterproof sheeting at end of each day's work. Cover partially completed structures when work is not in progress. ExtaTtd C:U 4i u fflillill Ltm of 24 incises down both sides and holii cover securely in place. Staining: Prevent grout or mortar from staininV the face of masonry to be left exposed or painted. Remove immediately grout or mortar in contact with such masonry. Protpr-t sill; ledges and projections from droppings of mortar. 04200-1 • i PART 2 r£�{lP DUCJS MASONRY UNITS, GENERAL: Manufacturer: Obtain masonry units from one manufacturer, of uniform texture and color for each kind required, for each continuous area and visually related areas. FACE BRICK: Provide clay brick shown on contract documents. Color, texture, finish and configuration per plans. 1. A.S.T.M. C-216 latest edition, Grade SW, Type FBX. 2. Dimensions: standard or jumbo. See plans. 3, Minimum compressive strength B4O00 pai. 4. Maximum saturation coefficient 0.78. 5. Minimum IRA 6 g/30 sq, in. 6. Maximum TRA 30 g/30 sq. in. Where IRA exceeds 30g/30 sq. in, pre -wetting brick is recommended. 7. Shapes; where special shapes are shown on architectural drawings, manufacturer shall provide shop drawings for architect's approval prior to manufacturing shapes. Mortar: Type S consisting by proportion- 1 part Portlandcement (A.S.T.M. 0150, Type1 or Type 11, Low Alkali), 1/2 part hydrated lime (A.S.T.M. 0207) and 4 1/2 parts sand (A.S.T.M. 0144). Bond: Running Bond unless otherwise shown on the plans. Jointing: Concave unless otherwise shown on the plans. Construction: Strictly adhere to Uniform Building Code see. 2104 or ACT 530.1.2.3. CONCRETE BLOCK: Provide units complying with characteristics indicated below for Grade, Type, face size, exposed face and, under each form of block included, for weight classification. Grade N. Grade N except Grade 5 may be used above grade in exterior walls with weather protective coatings and in walls not exposed to weather-. Size; _ Manufacturer's shandard units with nominal face dimensions of 16" long x 8" high (15-5/8" x 7-5/8" actual) x thicknesses indicated. Type I, moisture.controlled units. ollow Loadbearing Block: ASTM C 90 and as follows: Weight Classification: Normal weight. 04200-2 i MORTAL ANI] GROU MATERIALS: Portland C-ement: ASTM C 150, Type I, except Type III may be used for cold weather construction. Provide natural calor or white cement as required to produce required mortar color. Hydrated Lime: ASTM C 297, Type S. J pe ate for Mortar: ASTM C 144, except for joints less than use aggregate graded with loot passing the No. 16 sieve. Aggregate for Grout: ASTM C 404. Joint Reinforcement: Provide welded -wire units prefabricated with deformed continuous side rods and plain cross rods into straight lengths of not less than 101, with prefabricated corner and tee units, and complying with requirements indicated below: 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 1/2" elsewhere. Wire size for S_JL_d& Rods: 9 gage galvanized Wire Size for Cross Rods: 9 gage galvanized For single-wythe masonry provide type as follows with single pair of side rods: Truss design with perpendicular cross rods spaced not more than 161" o.c. MISCELLANEOU.9 178SONRY ACCESSORIES Reinforcing Bars: Deformed steel, ASTM A 615, Grade 60 for bars No. 3 to No. 18. Non -Metallic Expansion Joint _Strips: Material as indicated below, designed to fit standard sash block and to maintain lateral stability in masonry walla; size and configuration as �r�dicated. Styrene -butadiene rubber compound complying with ASTM D 2000, Designation 2AA-805, Bend Breaker Strips: Asphalt -saturated organic roofing felt complying with ASTM D 226, Type I (No. 15 asphalt felt). KQR ANDD (Z MIXES- General: IXES: 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. 04200-3 C-3 11 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. Mortar for Unit Masonry: Comply with ASTM C 780, Proportion Specification, for types of mortar required, unless otherwise indicated. Grout for Unit Masonrv: Comply with ASTM C 476 for grout for use in construction of reinforced and nonreinforced 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. Use fine grout in grout spaces less than 21" in horizontal direction, unless otherwise indicated. Use coarse grout_ in grout spaces 21" or more in least horizontal dimension, unless otherwise indicated. FART 3 - EXECUTION :INSTALLATION. GENERAL: Lo- not wet concrete masonry units. Cleaning Reinforcing: Before placing, remove loose rust, and other coatings from reinforcing. Thickness: Build wails to the actual thickness of the masonry units, using units of nominal thickness indicated. Build chases and recesses as shown on 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. Leave op_eninas for pguipment to be installed before completion of masonry work. After installation of equipment, complete masonry work to match work immediately adjacent to the opening. Cut masonry units using motor -driven saws to provide clean, sharp, unshipped edges. Cut units as required to provide continuous pattern and to fit adjoining work. Use full-size units without cutting where possible. Use dry cutting saws to cut concrete masonry units. �ONSTRUCT24N TOLERANCE, Variation from Plumb: For vertical lines and surfaces of columns, walls and arrises do not exceed 1/4" in 10', or 3/8" in a story height not to exceed 20', nor 1/2" in 40, or more. for external corners, expansion joints, control joints, and 04200-4 11 C] other conspicuous lines, do not exceed 1/41' in any story or 201 maximum, nor 1/2" in 40' or more. For vertical alignment of head joints do not exceed plus or minus 1/4" in 101, 1/2" maximum. Variation �LrgM Level: For bed joints and lines of exposed lintels, sills, parapets, horizontal grooves and other conspicuous lines, do not exceed 1/4" in any bay or 20' maximum, nor 1/2" in 40' or more. For top surface of bearing walls do not exceed 1/8" between adjacent floor elements in 10' or 1/16" within width of a single unit. Variation of Linear Building Line: For position shown in plan and related portion of columns, walls and partitions, do not exceed 1/2" in any bay or 201 maximum, nor 3/4" in 40' or more. Variation in Cross -Sectional Dimensions: For columns and thickness of walls, from dimensions shown, do not exceed minus 1/4" nor plus 1/211. 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 1/211. Do not exceed head joint thickness indicated by more than plus or minus 1/811. LAYING MASONRY WALLS: Layout walls in advance for accurate spacing of surface bond patterns 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. Lay-up walls to comply with specified construction tolerances, with courses accurately spaced and coordinated with other work. 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 of required) and remove loose masonry units and mortar prior to laying fresh masonry. Built-in Work: As the work progresses, build -in items spb^: fied :dc this and :ether sect ioA s of these specifications. Fill in solidly with masonry around built-in items. Fill space between hollow metal frames and masonry solidly 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. Fill cores in hollow concrete masonry units with grout 3 courses (24") under bearing plates, beams, lintels, posts and similar items, unless otherwise indicated. O4200-5 40 C] 4 MORTAR BEDDING AMD JOINTING: L,� 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 ppilasters, and where adjacent to cells or cavities to be reinforced or filled with concrete or grout. For startingg course on footings where cells are not grouted, spread out fu11 mortar bed including areas under cells. Maintain Joint- widths shown, except for minor variations required to maintain bond alignment. if not shown, lay walls with 3/811 joints. Cut joints flush for masonry walls which are to be concealed or to be covered by other materials, unless otherwise indicated. Tool exposed joints slightly concave using a jointer larger than joint thickness, unless otherwise indicated. Remove masonry units disturbed after laying;. clean and reset in fresh mortar. Do not pound corners or jambs to shift adjacent stretcher units which have been set in position. If adjustments are required, remove units, clean off mortar and reset in fresh mortar. Collar ,7 ints: After each course is laid, fill the vertical longitudinal joint between wythes solidly and with mortar for all exterior walls. Corners: Provide interlocking masonry unit bond in each course at corners, unless otherwise shown. For horizontally reinforced masonry, provide continuity at corners with prefabricated "L" units, in addition to masonry bonding. .=nterseatinqoor and Abutti_alls: If carried up separately, blck tootncr�y h vertical joint with 8" maximum offsets and provide rigid steel anchors spaced not more than 4'-011 o.c. vertically, or omit blocking and provide rigid steel anchors at not more than 2'-01' o.c. vertically. Form anchors of galvanized steel not less than 1-1/2" x 1/411 x 2'--01, long with ends turned up not less than 2" or with cross -pins. If used wl hh hnl l ow masonry jnits, embad ends iii ilm[urLar-filled cores. Non-bearinq Interior Partitions: Build full height of story to underside of solid floor or roof structure above, unless otherwise shown. 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. Bf]RSZ(}NTAL 70TNT RE SNjOR,�:FM-EIIT: General; Provide continuous horizontal joint reinforcement as indicated. Install longitudinal side rods in mortar for 09200-6 • a m their entire length with a minimum cover of 5/811 on exterior side of walls, 1/21, elsewhere. Lap reinforcing a minimum of €". Cut or interrupt joint reinforcement at control and expansion joints, unless otherwise indicated. r Reinforce walls with continuous horizontal joint reinforcing unless specifically noted to be omitted. Reinforce the following walls with continuous horizontal joint reinforcement: Hollow concrete masonry walls. Space continuous horizontal reinforcement as f011aws: pr single-wvthe walls,- space reinforcement at 161" o.c. vertically, unless otherwise indicated. For of space reinforcement at 81" o.c. vertically, unless otherwise indicated. Reinforce masonry openings greater than 11-0" wide, with horizontal joint reinforcement placed in 2 horizontal joints approximately 8"" apart, immediately above the lintel and immediately below the sill. Extent reinforcement a minimum of 2'-0" beyond jambs of the opening except at control joints. In addition to wall reinforcement, provide additional reinforcement at openings as required to comply with the above. LINTELS: Provide precast or formed -in-place masonry lintels. Cure precast lintels before handling and installation. Temporarily support formed -in-place lintels. For hollow concrete masonry unit walls, use specially farmed U-shaped lintels units with reinforcement bars placed as shown filled with coarse grout. Provide minimum bearing of 81" at each jamb, unless otherwise indicated. XNSTALLATION P -E REINFORCED UNIT MASONRY: Refer to Division -4 Sections "Reinforced Unit Masonry" for installation requirements applicable to reinforced unit masonry. FIELD QUALITY CONTROL Contractor shall employ, at his own expense, a testing laboratory experienced in performing types of masonry field 04200-7 40 0 quality control tests for masonry indicated. comply with requirements for ejualifi.cation and acceptance of testing laboratory specified in Part 1 for preconstruction testing f service. Unit Test Method: Mortar Tests: 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. Prism Test Method: Compression Test: If required by architect, test masonry prisms by methods of sampling and testing of ASTM E 9.47, Method B. Evaluation of duality 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. Protection: Provide final protection and maintain conditions in a manner acceptable to Installer, which ensures unit masonry work being without damage and deterioration at time of substantial completion. ***ENT] OF SECTION*** 04200-8 4D 0 SECTION 042310 - REINFORCED UNIT MASONRY A. Materials; Block: ASTM C-90-70, cured 28 days Mortar: Type °S"(ASTM C 270-71) Lime: ASTM C-207-76 Sand: Clean Masons Sand Mater: Potable B. funeral Requirements: 1. Set blocks with 3/9" full, flush joints in running bond. use a masonry interlock (50k masonry bond) at all intersecting walls where possible. A11 work not plumb, true and accurate shall be replaced. 2. Store all materials off the ground and protect from all dirt and foreign material. 3. Re -temper as required to maintain initial consistency. Do not allow the mortar to stand more than one (1) hour without retempering. Discard the mortar if it has be- gun to set. 4. Provide Dur -O -Wail ladder -type, horizontal reinforcing at every other block course. At door and window open- ings, provide continuous Dur -o -Wail horizontal rein- forcing at the first and second block courses above and below the opening or extend the reinforcing back a min- imum 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 611. 5. 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. 6. All lintels shall have a minimum of eight (8) inches of bearing length. 7. Marble window stools are to be 3/4" Standard Georgia White Marble (one piece). Provide a 1/2" overhang at tiiC ui ywctii . Expomed corners anedges are to be eased and polished. ***END OF SECTION*** 04230-1 do I DIVISION 6t, CARPENTRY SECTION 06100 - ROUGH CARPENTRY PART 1 - GENERAL 1.01 RELA'T'ED 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 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 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. D. Fire -retardant treatment: Include certification by treatment plant that treatment material complies with governing ordifances and that treatment will bleed through finished surfaces. 06100-1 4D • 1.04 PRODUCT HANDLING Deliver- 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 CQgDITIQNS Coordination: Fit carpentry work to other work; scribe and cope as required and accurate fit. Correlate location of furring, nailers, blacking, grounds and similar supports to allow proper attachment of other work. PART Z .: PRODUCTS 2.01. WOOD PRODUCT QUALITY STANDARDS A. Lumber standards:_ Comply with PS 20. B. Plywood Standards: comply with Ps i. 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. Provide actual sizes as required by PS 20, for moisture content specified for each use. Provide dressed lumber, SAS, unless otherwise indicated. Provide seasoned lumber with 10%- maximum moisture content at time of dressing. B. —Framing Lumber: (2" through i" 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: Moisture content: 19k maximum for lumber items not specified to receive wood preservative treatment. R. Grade: Construction Grade light framing size lumber of any species or board size lumber as required. provide construction grade boards (RTS or WCLB) or No. 2 boards (SPTB or WWPA). 06100-2 do • r, f F. Plywood: Where plywood will be exposed in finished work, provide the following: G. Where p.7LintLci C'_niisi is indicated, :;rovide 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. H. Concealed Plywood: where plywood will be concealed by other work, provide C -D Plugged/INT-APA. For harking panels equipment, provide with exterior glue. 2.03 MISCELLANEOUS MATERIALS for electrical or telephone fire -retardant treated plywood A. Fasteners 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 recommending nails. Where rough carpentry work is exposed to weather, in ground contact, or in area of high relative h•zmidity, provide stainless steal fasteners. Interior work shall utilize hot dipped galvanized. B. Building Pager: Asphalt saturated felt, non- perforated, ASTM D226. 2.04 WOOD TREATMENT A. Preservative Treatment: Where lumber of plywood is indicac:ed as `Trt-wd" or "Treated", or is spac.ir.:ec. herein to be treated, comply with applicable requirements of AWPA Standards C2 (Lumber) and C9 (Plywood) and of AWPB standards listed below. Mark each treated items with the AWPB Quality Mark Requirements. B. Pressure --treat above --around items with water -borne preservatives complying with AWPB LP -2. After treat- ment, kiln -dry to a maximum moisture content of 15. Treat indicated items and the following: Wood cants, nailers, curs, blocking, stripping, and similar members in connection with roofing, flash- ing, vapor barriers and waterproofing. Wood sills, sleepers, blocking, furring, stripping and similar concealed members in contact with masonry or concrete. C. Pire-Retardant_ Treatment: Where ""FR -S"" lumber or plywood is specified or otherwise indicated, provide materials which comply with AWPA ot.andards for 06100-3 i 0 r pressure impregnation 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 r significant progressive combustion upon continuation of test for additional 20 minutes. Kiln -dry treated items to maximum moisture content of 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. S. 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 substrata by anchoring and fastening as shown and as required by recognized standards. Countersink nail mead on exposed carpentry work and fill hales. D. Use ct,mmon 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; predrill as required. 3.02 WOOD GROUNDS, NAI LERS , BLOCKING,- MTD SLEEPERS A. Provide wherever shown and where required for 6Cr a 6diiiy ut aLt�iAQ atenu of ocher work. Form to shapes as shown and cut as required for true line and level of work to be attached. Coordinate location with other work involved. B. Attach to substrates as. required to support applied loading. Countersink bolts and nuts flush with surfaces, unless otherwise shown. Build into masonry during installation of masonry work. Where possible, anchor to formwork before concrete placement. C. Provide permanent grounds of dressed, preservative treated, key -beveled lumber not less than 1 1/2° wide and of thickness required to bring face of ground Lo exact thickness of finish material 861.00-4 do 11 r t, involved. Remove temporary grounds when no longer required. 3.03 WOOD FURRING (WD -FUR)_ { A. Install1p umb and level with closure strips at edges and openings. Shim with wood as required for tolerance of finished work. r B. Furring to Receive Plywood Paneling: Unless otherwise shown, provide 1'1x3" furring at 2'o.c., horizontally anm vertically 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 shown, comply with recommendations of "Manual for House Framing" of National Forest Products Association. Do not splice structural members between supports. B. Anchor and nail as shown, and to comply with "Recommended Nailing Schedule" of "Manual for Housing Framing" and other recommendations of the N.F.P.A. 3.05 INSTALLATION OF PLYWOOD (PWD) A. Comply with recommendations of the American Plywood Association (APA), for the installation of plywood. 3.06 GENERAI, 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 Curring shall be shimmed to a plumb, 4ru.3 surface. A.. All lumber in contact with masonry shall be #2 yellow pine, pressure treated. 5. Coordinate blocking and backing requirements of all trades and provide where indicated and required. 6. Provide solid blocking behind all shower valves. 7. Provide rough openings for all manufactured items such as medicine cabinets, fire extinguisher cabinets, etc. 8. Provide fire cats in all interior and exterior frame walls where vertical cavity exceeds 8 feet. 9. Construct 3/4 inch BC plywood plenum bases, includinS vertical sides, for all Closet Mounted Air -Handling units. *** END SOF SECTION *** 06100-5 40 a r� { SECTION 06200 W FINIS Yi CARPENTRY PART 1 - GENERAL f 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Rough Carpentry Section 06100 B. Woad Doors Section 08200 C. Finish Hardware Section 08700 D. Chalkboards, Tackboards & Pegboards Section 10100 E. Plastic Laminated Toilet Partitions Section 10160 1.02 QUALITYSS�i URANCE - STANDARDS A. The "Quality Standards" of the Architectural Wood- work Institute shall appply and by reference are hereby made a part. of tris Specification. Any reference to Premium, Custom or Economy shall be as defined in the latest edition of the AWI Standards. 11 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 1�N� STORAGE A. Deliver manufactured material in original packages. B. Store all finish material in n 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. PART 2 - PRODUCTS 2.01 INTERIOR WOODWORK FOR PAINT FINISH A. Qual iter Grade: Economy grade requirements of AWI Quality Standards. B. Wood,5:pqcies: B and better V.G. Fir, Birch, or where indicated on Drawings - B and better Oak. C. Plywood: All plywood shall be exterior grade, Group 1, A, B, veneer grades. This shall include plywood shelving indicated, on the casework drawings. 06200-1 40 • PART 3 = ExEcr�, N 3.01 INSTAI LUION QF WOODWORK r A. Only experienced finish carpenters are to work on exposed woodwork. B. Erect all work plum, level and true to the lane and detail— C. Joints_: 1, Members to be as long as practicable. 2. Do not butt joint running trim. Miter all corners. D. Nailing: Use .finish nails and counter sink. Fill boles 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 by skilled and experienced mechanics in a neat and workmanlike manner. Where required, the hardware shall be removed for application of finishes and fully protected until final installation. B. Carefully tam 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. Leavg. all work in neat and finished condition. R. Remove all debris as result of work under this Section of these Specifications. 4 . IITf-TIIIIWI 40 11 f )]NISI❑N 7, THERMAL & MOISTURE PRQU9TICfI� SECTION 07190 - VAPOR BARRIER F PART 1 - GENERAL RELATED WORK EOUNI] IN OTHER SECTIONS Soil conditions under vapor barrier - Section 02200 Concrete - Section 03010 PART 2 PRODUCTS Varpor Barrier. 6 Mil Po''-thylene film. Tape: As recommended by manufacturer of vapor barrier. PART 3 :- EXECUTION 1-N3TALLATION, Apply vapor barrier over entire area to receive slab; lap edges 12 inches and seal with tape. Turn edges up to top of slab or down to bottom of footings. Where expansion joints are indicated at adjacent vertical surfaces, extend vapor barrier beyond expansion joint filler and turn up to top of slab. Where expansion joints are indicated within the slab, lay vapor barrier continuous under expansion joint filler. PROT7;CTIQN; Protect vapor barrier from damage. Repair punctures and tears using patches of the material which overlaps a minimum of 12 inches. Seal with tape. **FEND OF SECTION*** 07190-1 40 3 SECTION 07200 - INSULATION Ceilings; When Wood Trusses: Provide (R-19) Batt insulation - installed r between the bottom chords of the pre --engineered roof trusses. Install in all ceiling spaces and where shown on the drawings. When Steel Joists: Provide (R-19) Batt insulation - layed on top " of the suspended acoustical panels. When Concrete Joists and neck: Provide roof top insulation board per plans for uppermost floor. No ceiling insulation for all lower flooryceiling assemblies. When Ceiling Assembly is used as a return air plenum: Provide no insulation within the plenum space. Exterior Wails: When Concrete Block Walls: if furring space is 3/4," use (R-5.4) 3/41" foil -faced rigid insulation on walls full height to bottom chord of roof trusses/joists as shown on the drawings. If furring space is 1 1/2,1" use same product and 3/41' air space for a total (R-8.2). When Wood Frame or Steel Assembly Walls: R-11 in 3 1/21' walls, and R-19 in 5 1/2" walls. Utilize foil faced or waxed Kraft paper faced fiberglass batt insulation. Interior Walls: Framed walls, Woad or Metal Stud: 3-1/2" Sound Batt insulation where shown on the plans. Staples or Adhesive: As recommended by the insulation manufacturer. Attic Barriers: Provide a foil drape between the floor roof trusses prior to installing the plywood decking. R-10 Min. Staples: As recommended by the insulation manufacturer. Installation: a. Allow proper air space for thermal insulation, using flanges provided, in accordance with manufacturer's printed instructions. u. YiVYl[.1C a "nii�iuiuui vi a 2" ai.e space di.. 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. ***IND OF SECTION*** 07200-1 40 SECTION 07514 - METAL ROCIFINC� Part I GENEi2AI, 1.01 The roof panels, flashings, and all accessories shall be manufactured by Southeastern Metals Manufacturing Company, Inc. 1.02 Storage and handling: Store panels and materials properly and adequately to protect from damna and entrapped water. 1.03 Warranty: Submit a written three (3j year warranty from installer and manufacturer against leaks, defective workmanship and materials. submit manufacturer's written finish warranty that applies. 1.04 References: S.M.A.C.N.A. (Sheet Metal and Air Conditioning Contractor's National Association). PART II PRODUCTS 2.01 Metal Roofing: as manufactured by Southeastern Metals Manufacturing Corp. Inc. 2.02 Panels: Panel configuration to be 5-V Crimp, Single Lengths, 26 Gauge, 24" wide, Color: Forrest Green with 20 Year SEMCOAT paint system. Install panels over 'TAMKO Nail -Fast KRATON SBS -Modified Bitumen utility sheet, 80 mils thick, roll weight 86lbs., roll dimension 72' x 3611, square feet per roll 216, installed per manufacturers specifications. 2.03 Exposed fastening. are to be ff9 x 1 1/2" stainless steel woodfast hexhead screws with bonded neoprene washers. Install at spacings per manufacturer's specifications at perimeters and field. 2.04 Flashings: are to be of the same gauge, material and finish. 2.05 Accessories: All accessories must be of compatable materials to the metal panels. PART III INSTALLATION 3.01 Install roofing systems per the manufacturer's specifica- tions. 3.02 Installers shall be a certified installers, certified by the manufacturer of the respective roofing systems. Written proof of certification shall be provided to the Architect prior to installation. 3.03 rrpon completion of the roofing symLem instailarion, an inspection will be made by a roofing system representative. Corrections to the installation of the roofing system, as deemed necessary by the roofing system representative, will be made at no additional cast to the Owner in order that the Warranty may be issued. _ ***ENA OF SECTION*** 07510-1 11 I SECTION 07600 - FLASHING & SHEET METAL Fabricated Sheet Metal A. Generals 1. Conform to profiles and sizes shown, and comply with "Architectural Sheet Metal Manual" by SMACNA, for each general category of work required. 2. Drip Edge -- bunt to the configuration and dimensions shown on the drawings. Finish as defined on the wall. section. 3. Seal all seams with epoxy, metal seam cement and, where required for strength, rivet seams and joints. 4. Coat backside of flashing with. 15 -mil sulfur -free bitumin- ous coating, F'S TT -C 494, where required to separate metals from corrosive substrates including cementitious materials, wood or othev absorbent materials; or provide other perma- nent separation. 5. Provide for thermal expansion of running metal work, by overlaps or expansion joints in fabricated work. Where re- quired for watertight construction, provide hooked flanges filled with polyisobutylene mastic for 1" embedment of flanges. Space joints at intervals of not more than 301 for aluminum. conceal expansion provisions where possible. B. Installation Requirements: 1. Anchor Work in place with noncorrosive fasteners, adhe- sives, setting compounds, tapes and other materials and devices ds recommended by manufacturer of each material or system. Provide for thermal expansion and building move- ments. Comply with recommendations of "Architectural Sheet Metal Manual{ by SMACNA. 2. Seal moving joints in metal work with elastomeric sealants, complying with F'S SS -T-00227 - 00230, or 001543. 3. Clean metal surfaces of soldering flux and other substances which could cause corrosion. 4. Performance: Water-tight/weatherproofing performance of flashing is raquiled. ***END OF SECTION*** 07600-1 4M 0 V1 a SECTION 07715 --DRIP FLASHINGS A. General The roof edge, for the roofing material depicted on the drawings, shall be a snap -lock system as manufactured by one of the following companies: 1. W.P. Hickman Company. 2. Architectural Products Company. 3. Metal -Era Roof Edge Systems. 4. MM Systems Corporation. 5. Southern Aluminum Finishing Company. Provide a Manufacturers fifteen -year warranty. The roof edge system shall carry a Factory Mutual I-90 approval. B. Material: The fascia shall be a minimum of .063 aluminum. The finish shall be clear anodized. concealed splice plates shall match the color and finish. Provide galvanized spring clips. Provide fascia and clips in 10 ft. lengths. Miter- ed corners shall be factory fabricated with welded joints. Coordinate with the Manufacturers installation instructions before starting installation. C. Execution: Installation shall conform to manufacturers written in- structions. The continuous spring clip shall be installed and fastened on the face at 12 inches on center with mini- mum 1--1/4 in. galvanized steel roofing nails. when utilizing a t single -ply membrane system, the roofing membrane shall extend loosely over the spring clip and down the face and secured as required by membrane manufacturer. The fascia, with concealed joint cover, shall be installed on the membrane with a downward snapping action. Installing contractor shall carefully cut and fit smaller intermediate sections of fascia to fit the building dimensions. ***END Ur SECTION*** 07715-1 Andersew" ROOF WINDOWS >J - iaiy.�r� Section 07812 PART1 GENERAL 1.01 SECTION INCLUDES A. Roof windows. B. Glazing. C. Accessories. 1.02 RELATED SECTIONS A. Section 06100 - Rough Carpentry: Framed openings, B. Section 08200 - Finish Carpentry: Inlorior wood irim, C. Section 07300 - Shingles and Roofing Tiles. D. Section 07610 - Sheet Metal Roofing. E. Section 07620 - Street Metal Flashing and Trim. F. Section 079DD - Joint Sealers: Pedmalor )olnl sealant and tracker rod. G. Section 09900 - Painting: 'Finishing interior wood, 1.03 REFERENCES A. American National Standards Institute (ANSI): 1. ANSI 2$7.1 - Safety Performance Specifications and Methods at Test for Safety Glazing Material Used to Buildings. B. American Society for Testing and Materials (ASTM): t. ASTM C 864.90, Dense Elaslorneric Compression Seal Gaskets, Setting Blocks and Spacers. 2. AS -1 M C 1048.90, Specification for Heal Treated Flat Glass - Kind HS, Kind FT Coated and Uncoated Glass. 3, ASTM E 283-64, Test Method for Rale of Air Leakage Through Exterior Windows, Curtain Walls, and Doors. 4. ASTM E 330.90, Test Method for Structural Performance of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference. 5. ASTM E 547-86, Test Method for Water Penetration of Exterior Windows, Curtain Walls, and Doors by Cyclic Static Air Pressure Differential. C. ASTM E- 773.88, Test Method for Seal Durabilily of Sealed Insulating Glass Units. 7. ASTM E 774.88, Specification Icr Seal Durability of Sealed Insulating Glass Units. 8. ASTM F 50.6.65, Test Malhods dor Reslslance of Window Assemblies to Forced Entry Excluding -Glazing. C. Consumer Product Safety Commission (CPSC); 1. CPSC 16CF11.1201 -Safely Standard for Architecture[ Glazing Materials. D. Lawrence Berkeley Laboratory (LBL), Windows and Daytighting Group, Applied Science Division, Lawrence Berkeley Laboratory, Barkefay, California: 1, WINDOW 3.1, A PC Program for Analyzinp Window Thermal Perlormance. 07812-1 i I dense R ROOF WINDOWS ll *ection 07812 I I E. National Wood Window & Door Association (NWWDA): 1. NWWDA Industry Standard I.S. 4 -Bl, Industry Standard for Water -Repellent Preservative Treatment for Millwork. I 2. NWWDA Industry Standard 1.5.7-67, Industry Standard for Wood Skylight F Roof Window Units. 1.04 PERFORMANCE REQUIREMENTS A. Roof windows to comply with the minimum performance requirements specified in NWWDA industry Standard I.S. 7, except where more stringent requirements are specified. 1. Slationaryhoof Windows: Grade 60. 2. Ventilating Roof Windows: Grade 40. THE AIR INFILTRATION VALUES SPECIFIED BELOW ARE FOR ANDERSEN ROOF WINDOWS, THE VALUES LISTED ARE MORE STRINGENT THAN THE MAXIMUM AIR INFILTRATION ALLOWABLE FOR NWWDA GRADE 60 WINDOWS (STATIONARY ROOF- WINDOW) AND NWWDA GRADE 40 WINDOWS (VENTILATING ROOF WINDOW), NWWDA GRADE 60 WINDOWS ALLOW A MAXIMUM AIR INFILTRATION OF 0.10 CFM(LF OF PERIMETER CRACK AND NWWDA GRADE 40 WINDOWS ALLOW A MAXIMUM AIR INFILTRATION OF 0.25 CFM/LF OF PERIMETER CRACK B. Air Infiltration; Average total air infiltration per linear foot of perimeter crack at a static pressure of 157 psi when tested in accordance with ASTM E 243 shall be as follows: 1. Stationary and Venting Roof Windows: 0.03 CFWLF. C. Water Penetration: No water penetration beyond the Interior lace of window unit when tested in accordance with ASTM E 547 at the following slatic pressures:. 1. Stationary Roof Windows: 6,24 psf. 2. Ventilating Roof Windows: 4.43 psi. D. Structural Performance: No glass breakage, damage to hardware, or permanent deformallon (set) which would cause any malfunction or Impair the operation of the unit, or residual deflection greater than 0.4% of span when tested in accordance Will ASTM E 330 a1 a lost pressure of 60 psi for stationary roof windows and 40 psi for ventilating fool windows. NOTE: CONTACT ANDERSEN DISTRIBUTOR WHERE= DESIGN LOAD EXCEEDS 40 PSF FOR STATIONARY ROOF WINDOWS OR 26.6 PSF FOR VENTILATING ROOF WINDOWS. E. Design Criteria: Design and size window components to withstand loads Imposed by wind to a pressure o1 ] j lbs/sq it when measured in accordance with ASTM E 330. Limit deflection to 0175. F. Thermal Performance: Window units shall demonstrate maximum U -values when calculated using LBL WINDOW 3.1 as follows: 1. Stationary Roof Windows: t a. ]Standard Residential Unit (3' x 4'): 4.42.] b. (Standard Commercial Unit (4'x 6'): 0.39.) t_ 1. Ventilating Hoof Windows: a, (Standard Residential Unit (3'x 4'): 0.47.1 r y b. (Standard Commercial Unit (4'x 6'): 0.43.1 07912-2 40 4 1 G. Forced Entry Resistance: Window units to comply with the following requirements for forced entry resistance when tested In accordance c rich ASTM F 588: 1. Stationary Roof Windows: Performance Level d0. 2. Vis nlilating Hoof Windows: Performance Level 10. 1.05 SUBMITTALS A. Product Data, Instaltalion Instructions, Shop Drawings and Samples: Submit Ilio following under provisions of Section 01300 - SubritlalS: 1. Product Data: Submit manufacturer's product literature for all products and 8COUSSOde8 famished. 2. Installation InstrucAcns: Submit manufacturer's Installation Instruction sheers for all products and accessories furnished. 3. Detail Drawings: Submit delaii drawings indicating Iocaticrr and type of glazing material and typical flashing. B. Quality Control Submillafs: Submit the following under provisions of Section 01 400 -Quality Control: 1. Reference List: Submil reference lists as specified under Quality Assurance article. C. Contract Closeout Submiltals: Submit the following under provisions of Section 01700 -Contract Closeoul: i. Owner's Manual: Submit bound manual clearly Identified with project name, location and completion dale. Identify type and size of roof window unlis installed. Provide recommendations for periodic Inspections, care and maintenance. Identify common causes of damage with Instructions for temporary patching until permanent repair can be made. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company having at least 7 years experience In Ilia manufaclure of roof window products. Provide a reference list of at (east 3 arolecls of similar scala Rnri rnmplexily successfu!P ccnmpie!ed d::ri^ .hc pa:g !,hmo yaam Provide projecl names, locatlons, completion dates, names and telephone numbers of General ConrraCtOeS and Owner's contact person. B. Inslatler Quafilrcalions: Company experienced in the installation of roof window products. Installer to provide a reference list of at Icast 3 projects of similar scale and complexity successfully completed during Ilia past three years. Provide project names, locations, completion dates, names and telephone numbers of General Contractor's end Owner's contact person. C. Safety Glazing: Comply with safety glazing requirements of ANSI 297.1 and CPSC t6CFR 1201. D. Insulating Glass Units: Provide Insulating glass units permanenlly marked with conilicalion label of Insulating Glass Carlilicalion Council ((GCC) indicating compliance with Class CBA. 1.07 DELIVERY, STORAGE AND HANDLING A. In addition to general delivery, storage and handling requirements specified in Ssciion 01600, comply with Ilia following; 1. Deliver materials to job site In sealed, unopened cartons. 2. Idenlify each carlon with material name, date of manufacture and mol number. 3. Store roof windows and accessories of( ground, undercover, protected from weather and construclion aclivllies. 1.08 PROJECT CONDITIONS A. install roof windows in strict accordance will) safety and weather conditions required by manufaclurer's product literature. 07817-3 40 C7 rMdetsen" ROOF WINDOWS Y F Section 07812 a + PART 2 PRODUCTS 2.01 MANUFACTURERS I A. Andersen Raaf Windows as manufactured by Andersen Corporation, Baypl)Ft, Minnescla, 2.02 MATERIALS A. Roof Window Frame Members: Fabricated from a wood species approved in NWWDA Industry Standard I.S. 7. 8. Roof Windove Sash; Fai from a wood species approved in NWWOA Industry Standard I.S. 7. 1. Hoof Window Aluminum Sash Cover: Coil coaled 6061-T6 aluminum with polyurelhane topcoat over polyurethane primer with gray polyurethane wash coat on back. 2. Color: Terralone. C. Wealhersiripping: Continuous, flexible EPDM rubber gasket conforming to ASTM C B64 applied to entire perimeter of roof window frame. 1.03 GLAZING A. General: Clear insulating glass units cerlilied through the Insulating Glass Certification Council as conforming to the requirements of IGCC Class CBA or bailer, when tested In accordance with ASTM E 773 and E 774. Provide dual sealed unite consisting of polylsobutylene parnery, seal and silicone secondary aaal. Metal spacers to have bent or soldered comers. SELECT BETWEEN THE FOLLOWING STANDARD GLAZING OPTIONS. CONSULT ANDERSEN CORPORATION REPRESENTATIVE FOR ADDITIONAL GLAZING OPTIONS. A, High Performance Lot, Emissivity (HP), Inert Gas filled Insulating Glass Uoiis: 1. Glass: a. Temperedrrempered: fnsufattng glass units to consist of Inboaid and outboard liras of clear tempered glass conforming to ASTM C 1048, Type 1, Class 1, q3, Kind FT. b. Tempered/Laminated: Insulating glass units to consist of an inboard life of two layers of clear, annealed glass conforming to ASTM C 1048; Type 1, Class 1, q3 quality, Kind HS laminaled with 0.030" clear polyvinyl buryral Interlayer and an outboard lite of clear tempered glass conforming to ASTM C 1048, Type 1, Class 1, q3, Kind FT. 2. High Performance LoE Coaling (HP): MSVD (magnotron sputtering vapor deposition) LoE coating applied to the No. 2 surface. 3. Inert Gas Filling: Fill space between glass lues with Inert gas (argon) to reduce heat loss. Provfde a minimum 97 percent Initial till level. 4. Performance Characteristics: a. Center of Glass U -value: 0.32 maximum. - b. Visible Light Transmission: 71 % mtntmttm. C, Ultra -violet Transmisslon: 180% maximum. d. Shading Coeflicient: 0.54. e. Total Solar Transmission: 41%, 1. Design Windloa& 40 psf. 07812-4 17> 0 r ,r l�+rrlc"ryere r C. High Performance Sun Low Emissivity (HPSun), Inert Gas Filled tnsuialing Glass Units: 1. Giass: r a. Tempored/Tempered: Insulating glass untts to consist of inboard and outboard tiles of clear tempered glass conforming to ASTM C 1048, Type 1, Class 1, q3, Kind FT. b. Tempered/Laminaied: Insulating glass units to consist of an inboard life of two layers of clear, annealed Blass conforming to ASTM G 1048, Type 1, Class 1, q3 quality, Kind HIS laminated wlih 0.030' clear polyvinyl bulyral Interlayer and an outboard lite of clear tempered glass conforming to ASTM C 1048, Type 1. Class 1, q3, Kind Fl. 2. High Performance Sun LoE Coating (HPSun): Second generation MSVD (magnetron sputtering vapor deposition) LoE coaling applied 10 the No, 2 surface. 3. Inert Gas Filling: Fill space between glass files with inert gas (argon) to reduce heat loss. Provide a minimum 97 percent initial fill level. 4. Performance Characteristics: a. Center of Glass U -value: 0.32 maximum. b. Visible Light Transmission. 38% minimum. C. Ullra=violet Transmission: 16% maximum, d. Shading Coefficient: 0.36. e. Total Solar Transmission: 26%. t Design Windload: 40 psi. 2.04 HARDWARE A. Ventilating Unit Operator: Concealed rotary type operator with adjustable spring counter balancing mechanism. Maximum 13 revolutions to full open position. B. Ventilating Unit Hinges: Glees with zinc dichromate coaling. Provide quick retaace mnehanism for easy sash removal. C. Frame Mounting Brackets: 118" x 1-318' strip steel formed Into 3-114' x 3.114' angle brackets with golden dichromate finish. 2.05 FLASHING A. Flashing: Aluminum flashings with high temperature baked on acrylic finish. Color: Terratone. , 1. Shingle -Type Flashing: Use shingle type flashing on roof slopes from 4112 to 613112. Auxiliary water deflector is also required on slopes above 20112. a. Top and B illom; Pro -formed aluminum (.024 inch) flashing pieces. b. Side Flashing: Aluminum (024 Inch) slop flashing. Install individual pieces at each shingle course.. 2. Tile Flashing: Use the type flashing on roof slopes from 4112 to 88112. a. Top: Pro -formed aluminum (.024 inch) flashing piece. h. Bottom: Pro -formed aluminum (.024 Inch) flashing piece with attached 2 pound lead apron that can be formed to the life roof configuration. c. Side Flashing: Continuous pre -formed aluminum (.024 inch) flashing. 3. Incline Curb Ffashing; Use Inclined curb flashing on roof slopes of 2112 to 4112, a. Tap and Bottom: Pro•formad aluminum (.024 inch) flashing pieces. b. Side Flashing: Continuous pre -formed aluminum (.024 Inch). 4. Mullion Flashing: Place mullion flashing between adjacent roof window units. Install Inuillon flashing under frame gasi,ot at roof window frame member. Mullion flashing shalt become an integral part of the flashing system. a. Pro -formers aluminum (.019 inch). 07612-f3 11 Andersen- 8001' WINDOWS r lection 07812 f ^ 5. Transom Flashing: Place flashing between adjacent roof window units. Install transom flashing under frame gasket at roof window frame member. Transom flashing shall become an integral part of the flashing system, e a. Pre -farmed and welded aluminum (.031 inch). 6. Auxiliary Water Deflector: iUse auxiliary water deflector where roof pitch Is 20112 to 68/12. a. Pre-formod aluminum (0.024 inctn). 06 ACCESSORIES A. Insect Screens: Provide venting roof windows with an insect screen, including attachment hardware.. 1. Frames: 0.024` rolled aluminum frame with chromate conversion coaling and color thermoset finish. Color-. Terralone. 2, Insect Screen Cloth: 18 x 16 aluminum mesh, gun metal finish. B. Interior Pleated Shades: Fit roof window openings wilh pleated shades where indicated on Drawings. Provide shades capable of being drawn up out of viewing area by using the standard handle or opilanal extension pole. 1. Color: Antique While, [Translucent] 10paque) fabric. C. Remote Roof Window Opener: Provide electric roof window opener for remote operation of venting unit where indicated on Drawings, Electric opener system to consist o1 a 16-voll power operator, power supply (converiing 120 -volt AC to 16 -volt DC), push bullon command center, rain sensor, which will algnal the power operator to close the unit, and all necessary mounting hardware. Provide safely connector which will not permit operation of the electric roof window opener unless Insect screen Is in place. D. Extension Pales: Provide one (1) telescoping W to 10' corrosion resistant, extension pole with vinyl coated handle for operaling vent Operator and pleated shades. Where extension pole use is required, replace operator handle with hex socket adapter, and replace shade handle with pole adapter, ? 07 FABRICATION A. Preservative Treatment: Treat wood sash and frame members alter machining with a water repellent preservative In accordance with NWWDA I.S. 4. B. 'Sash Members: Cover exterior surfaces of sash with aluminum structural sash cover. C. Glazing: Factory glaze using elaslorneric gaskets and a full bad of high performance silicone glazing sealant at the perimeter. D. Factory apply weatherstripping. PART 3 EXECUTION 11 INSPECTION A. Inspect opening before installation is commenced. i. Verify rough opening is square and dimensions are correct - 2. Verify wood framinq is dry, clean, sound rind well nailed, and/or glued. free of vnirrs and wAhmit nnRRIn nt ini-4- Ensure Ilial nail heads are driven flush will) all surfaces In opening arid within 3" of rough opening. 3.112 PREPA'RATiON A. Open carton and remove roof window and all Paris. Inspect roof window, Verify Thai roof window Is not damaged and a,t parts are included before disposing of carton. M Leave handle on operating sash in closet/ position. 07512-0 0 0 .�imfcr�� ! 3.03 INSTALLATION A. Install roof window units. hardware, operators. accessories and other roof window components according to roof window manufacturer's installation instruction sheets. r B Attach mounting brackets and center roof window In opening. Set units plumb, level true to line. wilhout warp or rack in homes or sash. C. Check sash operation in all modes. O. Install flashings in accordance with roof window manufacturer's instructions. E. Apply sealant between frame and rough opening. F. Extend vapor barrier to Interior face of roof window frame and attach. 3.04 INTERIOR FINISHING A. Finish interior woodroof window components according to roof window manufacturer's instructions. 3.45 ACCESSORIES A- Pleated Shades: Install pleated shades as recommandad by roof wlndow manufacturer. B. Remote Roof Window Operator: Install remote roof window operator on venting unlis where indicated on Drawings according to roof window manufacturer's instructions. 3.06 CLEANING A. Clean surfaces to remove dirt. Use cteanfng materials specifically recommended by roof window manulaciurer. B. Remove debris from work slle. C. Leave ventilating roof window units in closed position. D, Protect interior and exterior of roof window units until structure is sealed from the weather. 07812-7 ENO OF SECTION CI SECTION_ 079.00 - JOINT SEALERS A. Materials, Generals I. Colors: Manufacturer's standard best -performance color; except "black" where exposed to view, unless another color is indicated or selected by Architect. 2. Compatibility, Provide materials carefully selected for compatibility with each other and with substrates in each joins: system; confirm with manufacturer.. 3. General Chara�cteristi,cs• Provide type, grade, class, hard- ness and similar characteristics of material as indicated or, where not indicated, to comply with manufacturer's recommenda- tions relative to exposures, traffic, weather conditions and other factors of the joint system for the best possible over- all performance. Provide foam backing rod, size and location as per Construction Details. 4. Exterior Sealant: a. W. R. Grace & Co. - "Hornflex Two -Component", b. Products Research & Chemical - "Rubber Caulk 250 Sealant". C. Tremco Manufacturing - "Lasto Meric". S. Interi r Sealants a. W. R. Grace & Co. - "Hornflex One -Component". b. Tremco Manufacturing - "Mono". C. Products Research & Chemical - "RC Rubber Caulk 70001". 5. Colors: To match adjacent surface coleus. B. Installations 1. Clean joint surfaces and prime or seal as recommended by sealant manufacturer. 2. Support sealant from back with construction as shown, or with joint filler. 3. Tnetall 2eaianto t" V oi.;Ge and kiilape mown or, it not shown, with slightly concave surface as follows. 4. Bond or "weld" ends of gasket members to form a continuous, uninterrupted seal;. miter corners or use molded corner units. ***END OF SECTION*** 07900-1. D i DIVISI+U DOORS TUNDOWS ANn aLAs $ECTiON 08100 HOLLOW METAL DOOR AND FRAMES PART 1 - GES RUL 1.01 RELA'T'ED WORK SPECIFIED ELSEWHERE A. Wood Doors Section 08200 B. Finish Hardware Section 08700 C. Glass and Glazing Section 08800 D. Grouting or Back -Plastering of Frames Section 09100 E. Painting Section 09900 1.02 OUAi,ITY CRITERIA Hollow Metal Work shall be manufactured by one of the following: A. Allied Steel Products, Inc. B. Ceco Corporation C. Steelcraft D. Firedoor Corporation of Florida E. Fenestra Corporation F. Quality Engineered Products Co., Inc, Tampa FL 1.03 SUBMITTALS: PROP DRAWINGS A. Submit shpp drawings in accordance with Contract Conditions, covering each type of door and frame, frame conditions, and complete anchorage details, supplemented by suitable schedules covering doors and frames. B. Shaw _q;AELg and louver opening sizes and locations in doors. 1.04 DELIVEF.Y,- STORAGE AND HANDLING A. DELIVERY: Deliver products to the job site in their original unopened containers or wrappings clearly labeled with the manufacturer's name and brand designation, door schedule number, referenced specification number, type, class and rating as applicable. B. STORAGE:_ Store products in an approved dry area; protect from contact with soil and from exposure to the elements. Keep products dry at all times. C. HANDLING: Handle products -in a manner that will prevent breakage of containers and damage to products. PART 2 - PRODUCTS 2.01 MATERIALS A. FRAMES DOOR T. -Exterior: 14 gauge electro zinc coated, bonderized sheet steel... 08100-1 Exterior: 12 gauge electro zinc coated bonderized sheet steel., over 61-011 in width. 2. Interior: 16 gauge electro zinc coated, bonderized sheet steel. Interior over 41-011 in width: 14 gauge. B. HARDWARE REINFORCEMENT (FRAMES) - STEEL 1. Hinges. 7 gauge by 1 1/211 x 1011 2. Closers andholders: 12 gauge by 1611 3. Strikeg-L 12 gauge by 1 1/411 x 311, or 14 gauge drawn box. C. FRAMES (WINDOW} 1. Exterior: 1.4 gauge electro zinc coated, bonderized sheet steel. 2. Interior; 16 gauge electro zinc coated, bonderized sheet steel. D. DOORS 1. Exterior: Face sheet 16 gauge electro zinc coated bonderized sheet steel. SDI 100, Grade III Model 2, full flush, hollow metal, seamless construction. Closed top & bottom edges flush with face sheets -Extra heavy duty. 2. Interior: Face sheets 16 gauge electro zinc coated bonderized sheet ateel. Sill 100 Grade III, Model 3,full flush, hollow metal, seamless construction. Closed top & bottom edged flush with face sheets. 3. Internal Stiffeners: 20 gauge cold rolled steel. 4. Sound deadenino:Tyyppe standard with the manufact- urer. Minimum 4 lb:a. density. 5. kiardware Reinforcement - Steel A. Hinges 7 ga. x 1 1/21" x 10t1 S. Ci=cro " and molders: 12 9a. x 5 x 12:. C. Locks:7ga. x 1 1/411 x 3"1 D. Push/pull plates: 16 ga. x 1411 x 1411 E. Panic bars: 311 x 811 and 411 x 2411 (24 ga.). F. Glazing and louver beads: 18 ga. 6. Clips, Anchors, Bolts, Screws and Rivets: Steel, types standard with the manufacturer. 7. Metallic fillers FS TT -F-322. 8. Shu» i er: Baked -on, rust -inhibitive. ASTM -B117 Federal Specification TT -P-636. 9. Field Painting: See Section 09900 08180-2 Q P 2.02 FABRIC_ATIQN A. FRAMES C 1. or to profile as shown on drawings, constructed with square corners, and free of defects, warps, or buckle. 2. Welded --type or concrete, masonry construction and metal stud construction. 3. Corners and connections welded with exposed welds ground flush and smooth. 4. Reinforcement: A. Hinges: 7 ga. x .1 1/21" x lo0l B. Closers and holders: 12 ga. x 1611 C. Strike: 12 ga. x 1 1/4" x 311; or 14 ga. drawn box S. Frames punched to receive rubber silencers, three each door on lock side and two at head of double doors. 6. Provide removable spreaders attached to bottom of door frames, to insure correct alignment during shipping and installation. 7. At angle e thresholds, notch frames and extend exterior portion down to lower floor level. 8. Provide sheet metal grout guards in frames at all lock bolts and tapped hardware locations. 9. All frames shall be fully mortar filled. lo. All mullions, including removable mullions, shall kie mortar filled with two 3/81" diameter steel rebars full length, embedded inside. 11. Silencers shall be installed in frames prior to grouting. B. ANCHORS 1. Provide 16 Qaucae angle shaned fluor si ip,; -,ablded to jambs and punched for two 3/81' diameter bolts each. 2. Provide adjustable length clip angles as required. 3. Jamb Anchors a. Frames net in masonry: For doors not more than 7 ft. high, provide not less than three lo" long adjustable 14 gauge corrugated galvanized masonry anchors for each jamb over 7 feet, not less than 4 for each jamb. b. FraMQs set against previously placed masonry or 08100-3 40 concrete: For doors not more than 7 feet high, by approval of Owner's representative only punch each frame jamb and dimple countersink for not less than three 3/8" diameter flat head screws. For doors over 7 feet high, punch less than four 3/81' diameter flat head screws. Provide pipe sleeves with spacers welded into each jamb at each fastening location. Provide 3/8" diameter galvanized steel flat head screws with approved expansion anchors or toggles as required. After installing flat head screws fill head of countersink screw with body filler then sand flush with frame. c. Frames set in metal stud partitions: Provide 16 gauge metal jamb anchor clips welded in each jamb at following locations: One at top, one 12" down from top and 241" o.c. for remainder of ,jamb frames. C. DOORS 1. 1. Internal stiffeners spaced at not over 6" o.c. 2. Face sheets spot welded to internal stiffeners at not over 5 apart and in a manner that will prevent the welds from showing on the exposed side of face sheets. 3. Hardware reinforcement welded in place asrequired for hardware application. (See Section 2, 02) 4. Sound deadeniikg: Interior surfaces treated with a sound deadening material to eliminate metallic ring. 5. Provide 16 gauge pre-bonderized zinc coated steel perimeter channels. Bevel stile edges 1/8" in 211. 6. Spot-weld channels to face sheets 3" o.c. 7. Close tops of all exterior outswingincg doors flush with steel channels. Close flush and seal watertight. 8. Grind welds off smooth and flush. 9. Fold edge construction not acceptable. 14. At angles* type thresholds, extend height of door by one inch over height indicated in Door schedule. D. DOORS WITH GLASS PANELS 1. Openings formed so that no bead is required on out face of doors. 081DO -4 • r r- 2. Bead Provided on side face of doors and secured with oval head countersink screws. E. DOORS WI'T'H LOWERS 1. Exterior: Provide 16 gauge electro zinc coated bonderized sheet steel louver frames and weatherproof "Z" type louvers full thickness of door welded into doors. 2. Interior: Provide 18 gauge electro zinc coated bonderized sheet steel louver frames and inverted "Y" type louvers full thickness of door, welded into doors. 3. Provide special size and shape louvers as shown. 4. Louver Door Security,Panels: Woven wire mesh. Furnishanand install on all exterior metal louver doors. F. SCREENS Where louvers are indicated on exterior doors provide 18 x 14.0111' alloy number 302,1304 stainless steel wire cloth secured in removable ,015 inch stainless steel alloy number 302/304 roll -formed frames. Mount screens on interior of doors with stainless steel screws. G. FIRE DOOR ASSEMBLIES 1. Fire door assemblies. including frames & hardware, shall meet tire test and rating requirements in accordance with the procedure of Underwriters Laboratories or Factory Mutual Laboratries. Provide appropriate labels on doors and frame. 2. Fabrication and assembly requirements necessary to obtain labels will take precedence over requirements shown or specified, except where requirements shown or specified exceed the sizes or gauges required for labeling. 3. Required ratings are as shown on drawings. H. FINISH HARDWARE COORDINATION Metal doors and frames shall be prepared at the factory for application of finish hardware at the job site. Templates are to be supplied by the finish hardware manufacturer to assure accurate preparation of doors & frames in accordance with the Hardware Schedule. I. SHOP PAINTING 1, imperfections spot glazed with metallic filler and sand smooth. 0$100-5 EI 11 tl 2. Doors and ames to be cleaned thoroughly in preparation to receive shop painting. 3. After cleaning and treating, apply a coat of specified baked -on -rust -inhibitive primer. PART 3 EXECUTION 3.01 INSTALLA'T'ION A. GENERAL 1. Install new doors and frames in locations shown on drawins. Thoroughly clean and prime prior to instalyation, 2. Install knew window frames in locations shown on drawings. Thoroughly clean and prime prior to installation. 3. Prior to app zinc finish paintareas where prime coat has been damaged shall have any rust removed, sanded smooth and touched up with same primer as applied at shop. 4. Field -paint doors and frames as indicated in Section 09900 PAINTING. B. Deliver the work, ready to set up and erect in place as rapidly as the general construction work permits. Set work in place in accordance with approved setting drawings, in plumb and level positions, strongly secured against displacement and with built-in anchors. In masonry construction, set frnmes in advance of masonry work. C. Fastening: Secure each frame floor clip to concrete floor with two 3/81, diameter cadmium plated bolts set in drilled tamp -ins or self--drillinV concrete anchors Install jamb anchors as called for in 2.02, B.3. Masonry Contractor to mud in frame and anchor solid with mortar with block walls. D. Bracing: Brace frame jambs and heads receiving poured concrete adequately to resist deflection; brace frames in masonry walls & partitions adequately so the walla and parLicions may be erected against same. E. Install doors after masonry work and plastering have been completed and accurately fit and adjust doors to work properly, Application finish hardware & door installation is specified -in Division 6. 3.02 CLEAN-UP A. Upon gDmgly tion of installation, clean surfaces of doors & frames by the procedure recommended by the Door Manufacturer, B. Clean up all rubbish & debris caused by this work & remove from the site. Leave areas surrounding openings in a broom -clean condition. ***END OF 7SEC'TION*** 08100-6 40 s SECTION 08330 - OVERHEAD COILING DOORS PART I GENERAL 1.01_ _RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division -1 Specification sections, addenda apply to work of this section. 1,02 DESCRIPTION OF VTORR: LOCATION, STORAGE BLDG. PHASE S A. Extent of overhead coiling doors is shown on drawings. Provide complete operating door assemblies including door curtains, guides, counterbalance mechanism, hardware, operators, and installation accessories, B. Field naintin is specified in Divisiorr-9. 1.03 QUALITY J,SSUEANCE A. Furnish each overhead coiling door as a complete unit produced by one manufacturer, including hardware, accessories, mounting and installation components. B. Unless otherwise acceptable to Architect, furnish overhead coiling door units by one manufacturer for entire project. C. Insert and Anchorages: Furnish inserts and anchoringdevices which must be set in concrete or built into masonry for installation of units. Provide setting drawings, templates, instructions and directions for installation of anchorage devices. Coordinate delivery with other work to avoid delay. D. See concrete and masonry sections of these specifications for installation of inserts and anchorage devices. E. Fire Door Assemblies: Furnish fire door assemblies which comply with NFPA No. 80 and have been fire te6Leu, rated and labeled in accordance with ASTM E 152. Furnish each door with a metal UL label as evidence of rating, with label indicating rating in hours of duration of exposure to fire and letter designation of location for which assembly is designed. Rating: "B" label ( 1 1/2 hours) Operation: Shall be chain hoist. 1.04 SUBMITTALS A. PrQduct Data: Submit manufacturer's product data, roughing -in diagrams, and installation instructions 08330-1 40 M for each type and size of overhead rolling door, Provide operating instructions and maintenance information. r B. Shop Drawings: Submit drawings. PART � - PRODUCTS ` 2.01 ACCEPTABIE MANUFACTURERS Manufacturer: Subject to compliance with requirements, provide products of one of the following;. The Cookson Co. Cornell Iron Works, Inc. Overhead Door Corp. 2.02 DOOR CURTAIN MATERIALS AND A. Voor Curtain. Fabricate overhead coiling door curtain of interlocking slats of continuous lenVth for width of door without splices. Unless otherwise indicated, provide slats of material gage recommended by door manufacturer for size and type of door required. B. Curtain Jamb Guides: Fabricate curtain jamb guides of steel angles, or channels and angles with sufficient depth and strength to retain curtain loading. Build- up units with minimum 3/151" thick steel sections, galvanized after fabrication.. Slat bolt holes for track adjustment. C. Secure continuous wall angle to wall framing by 3/8" minimum bolts at not more than 301" o.c., unlass closer spacing recommended by door manufacturer. Extend wall angles above door opening head to support coil brackets, unless otherwise indicated. Place anchor bolts on exterior wall guides so they are concealed when door is in closed position. provide removable stops on guides to prevent over -travel of curtain, and continuous bar for holding windlocks. 2.03 COUNTERBALANCING MECHANISM A. Counterbalance doors by means of adjustable steel helical Lursioii L;Plitrg, mounted around a steel shalt and mounted in a spring barrel and connected to door curtain with required barrel rings. Use grease - sealed bearings or self-lubricating graphite bearings for rotating members. B. Counterbalance Barrel! Fabricate spring barrel of hot -formed structural quality carbon steel, welded or seamless pipe, of sufficient diameter and wall thickness to support roll -up of curtain without distortion of slats and limit barrel deflection to not more than 0.03" per ft. of span under full load. C. Provide spring balance of one or more oil -tempered, heat-treated st=el helical torsion springs. size 08330-2 CA 0 ,. springs to counterbalance weight of curtain, with uniform adjustment accessible from outside barrel. Provide oast steel barrel plugs to secure ends of springs to barrel and shaft. D. Fabricate torsion rod for counterbalance shaft of case-hardened steel, of required size to hold fixed spring ends and carry torsional load. E. Brackets; Provide mounting brackets of manufacturer's standard design either cast iron or cold -roller steel plate with carry torsional load. F.Hood: Form to entirely enclose coiled curtain and operating mechanism at opening head, and act as weather seal. Contour to suit end brackets to which hood is attached. Roll and reinforce top and bottom edges for stiffness. Provide closed ends for surface -mounted hoods, and any portion of between - jamb mounting projecting beyond wall face. Provide intermediate support brackets as required to prevent sag. 1. Fabricate steel hoods for doors of not less than 24 gage hot -dip galvanized steel sheet with G 90 zinc coating, complying with ASTM A 525. Phosphate treat before fabrication. 2. On fire rated door furnish automatic drop baffle to guard against passage of smoke or flame. 2.04 PAINTING sShoR clean and prime ferrous metal and galvanized surfaces, exposed and unexposed, except Paying and lubricated surfaces, with door manufacturer's standard rust inhibitive primer. 2.05 MANUAL DOOR OPERATORS A. Provide manual operators. B. Manual Push -U Operation: Design counterbalance mechanism so that required lift or pull for door operation does not exceed 25 lbs. .Adjust operating iue�iiataiboil so that curtain can be easily stopped at any point in its travel and to remain in position until movement is reactivated. PART 3 - EXECUTION INSTALLATION A. Install door and operating equipment complete with necessary hardware, jamb and head mold strips, anchors, inserts, hangers and equipment supports in accordance with final shop drawings, manufacturer's instructions, and as specified herein. Install fire-;-ated door to comply with NEPA 80. 08334-3 CD 0 B. IITpon completion of installation including work by other trades, lubricate, test and adjust doors to operate easily, free from warp, twist of distortion and fitting weathertight for entire perimeter. r ***END OF SECTION*** 08330-4 4D SECTION 08700 - FINISH HARDWARE PART I 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. Conies 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 "Certi- ficate of Acceptance". 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 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, opera- tion and finish only. 1.05 DELIVERY A. Each item of hardware shall be delivered to job site, pack- aged 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 sched- ule, identifying contents and defining location. 08700-1 PART II PRODUCTS 2, 01 HINGES f A. All Hinges shall be STANLEY, HAGER, MCKINNEY. B. Use three hinges per door leaf on all doors up to a door height of 7'-6" and an extra hinge for each additional thirty (30) inches of door height as noted. C. Provide the following size and type hinges unless otherwise noted in the hardware groups. Provide non -removable pins for exterior doors. 1. Exterior Doors 4-1/2" x 4-1/2", Stainless Steel. 2. Interior Doors with Closers: 4-1/2" X 4-1/211, US26D finish 3. interior Doors without Closers: 4-1/2" x 4--1/211, US26D finish D. Finish 1. Exterior Door: Stainless steel 2. Interior Doors: Satin Chromium Plated Finish 2.02 LOCKS & EXIT DEVICES A. All locksets shall be SCHLAGE, ADAMS RITE, SIMPLEX and BEST. All doors designated with Schlage to have D Series Locks as designated in the hardware groups. All locks shall have a minimum throw of 1/211. Finish to be 626(US26D) Satin Chromium Plated Finish. Functioning of the locks shall be as designated in the hardware groups. 2.03 CLOSING DEVICES A. All hydraulic door closers shall be provided by one manu- facturer and guaranteed for five (5) years. B. Door Closers shall be LCN at all decors per schedule, fully hydraulic, full rack and pinion action. Closers shall have a separate adjustments for latch speed, general speed and back check. All closers and accessories, except special- purpose types whether applied to hingeside. stop farms o%rer duuz yr 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. 2.04 STOPS A. Wall Stops shall be GLYNN- JOHNSON, Model WB11 or 50C/60C as required by the wall conditions. Wall stops to be util- ized on interior/exterior frame walls to have solid wood backing. Wall stops WBll should be mounted to the wopd Base. Areas with Vinyl or Ceramic Tile Base should utilize the wall stops 50C/60C. 06'700-2 • r 2.05 THRESHOLD, WEATHERSTRIP A. Thresholds _And Weatherstripri.ng shall be PEMKO, to match the types and sizes indicated on the Hardware Schedule or de- tailed 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 S. Cylindrical. Lockset........ 3811 C. Closer per manufacturer template to give maximum degree of opening. All closers to be mounted on room side of door. D. Stops 1. Wali: on wail where knob or pull hits. 2. Floor: as per standard practice. 3. Chain Door: as per standard pracL'ice. 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 IIT EXECUTION 3.01 KEYING A. All locks shall be construction -master keyed, grandmaster keyed, and master keyed at the factory. B. Submit keying schedule, based on the instructions and prior approval of the Owner's representative, for final approval before ordering locks. C. Delivery I. All locks are to be delivered to the job site with -out the permanent key. All locks are to be keyed to the .=:iirat iilc� Owixec' a master key, if required. 2. A representative of the Hardware Supplier, upon the completion of the project, shall check all locks for proper location, operation and keying as well as deacti- vate the construction -key operation and transfer all locks to a permanent key operation. 3. All permanent keys shall be properly identified and tag- ged with a code number and location and shall be turned over directly to the Owner's representative. i 08700-3 4W 11 4. Furnish three (3) construction -master keys to the Con- tractor. Furnish six (5} master keys of each set to the Owner. r 3.02 DESCRIPTION OF IiARDWARE 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 jab conditions, and it shall be the hardware consul- tant's responsibility to insure that all hardware is supplied to meet job requirements and produce a complete job. GENERAL NOTES: 1. Hardware listed taken from the fallowing catalogs. HAGER Butts SCHLAGE, BEST, SIMPLEX., & ADAMS RITE Locks LCN Closers GLYNN JOHNSON Stops PEMKO 'Thresholds & Weatherstripping ***ENI? OF SECTION*** 08700-4 v SECTION 08710 -_pOOR FINISH HARDWARE SPECIFICATION SCHEDULE DONALD MCDONALD PARR IMPROVEMENTS 08710-1 ITEM #1 Single -Door 1 & 3 at Bathroom Entry Each Door to receive: 1-1/2 Pair Butts 4--1/2 X 4-1/2 Stainless 1 Lock Schlage, B862P, Grade 1, ANSI E215, IJS26D Double Cylinder Deadbolt Lock. Deadbolt. thrown or retracted by key from either side. Bolt automatically deadlocks when fully thrown. 1 PEMCO Threshold 2005CP AL 1 Door Pull, Hager Cast #8N 1 Door Pull Plate, Hager #35N Metal 1 Door Push Plate, Hager #30S Beveled Metal 1 Wall Bumper, Glynn -Johnson Model WB33 Cast mounted onto face of masonry wall. 1 Closer, LCN4041DEL, Hinge Face (Pull Side) mounting ountiiaSJ- 3 3 Door Silencers, Glynn -Johnson, #64 for metal frame doors. ITEM #2 Single Door 2 at Mechanical Room Single Door 1 at Maintenance Building Each door to receive: 1-1/2 Ca i t Rutt s 1-11-) y r 9 In 3taxiilc8e3 1 Lock Schlage, B862P, Grade 1, ANSI E215, US26D Double Cylinder Deadbolt Lock. Deadbolt thrown or retracted by key from either side. Bolt automatically deadlocks when fully thrown. 1 PEMCO Threshold 2005CP Ali 1 Door Pull, Hager Cast #8N 1 Door Pull Plate, Hager #35N Metal 08710-1 Go 0 r 1 boor Push Plate, Hager A30S Beveled Metal 3 Doer Silencers, Glynn --Johnson, 464 for metal frame doors. *** END OF SECTION *** 08710-2 r5' nrvrsrON 9, FINrsxEs sECTzorr oaxoo - LAT91NG AtU P STUCCO A. General; 1. All applicable provisions of the General Conditions are a part of this section. 2. Furnish all labor, materials, tools, equipment, etc., and services necessary and incidental to the complete fabrica- tion, furnishing and erection of this section as shown, noted, detailed and reasonably implied on the drawings and in the specifications. 3. 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. B. Ha4teri,ala Stucco 1. Color as selected. by Owner and Architect. 2. Portland Cement shall conform to ASTM C•-150 Gray. 3. sand shall be clean, sharp, fine, sand conforming to ASTM C-144, 4. Lime used for Portland Cement shall conform to ASPM C-206. 5. Water shall be clean, fresh, notable and free from mineral organic substances that would -affect the set of stucco. Metal Lath 1. Self -furring metal lath shall be expanded metal lath with staggered indentations spaced 3-1/2" apart horizontally and 2" apart vertically with indentations of de th to hold lath a minimum of 1/4° away from back-up materia . Lath shall be asphalt painted for interior use and galvanized for ex- terior use and shall weigh 3.4 pounds per square yard. 2. Metal lath to be used where supports are spaced nvor i.91l on centers shall be copper alloy, expanded metal galvanized, lath stiffened with 3/8" ribs spaced 4" on center, weighing 3.4 pounds per square yard and asphalt painted. 3. Sheets secured to supports at intervals not exceeding six inches {611}. place ties -where sides of sheets .lap at sup- ports, and at side laps or sheets between supports. Tie wire to be not less than 18 ga. galvanized wire. 4. Diamond -mesh lath lapped at sides not less than 1/2" and at ends not less than 1'l. End laps of sheets should generally occur only over supports; if between, ends of sheets to be laced or adequately tied with #lB ga., galvanized, annealed wire. 09X00-1 40 f C. Mixing and Application: 1, 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 in- sure proper bond. Dampen masonry surfaces with a fog spray immediately prior to application so as to prevent excessive withdrawal of moisture from the stucco. 2. Stucco shall be applied in three (3) coats to a total thickness of 7/81' over metal lath and in two (2) coats to a total thickness of 5/811 on concrete or masonry. Finish coat to be installed as per manufacturer's recommendations of approximately 1/4° thickness with a smooth finish. 3. Cross rake: all scratch coats in order to form a mechanical bond with brown coats. Lightly cross -scratch all brown coats ofplaster in order to form a mechanical bond with the finish coat. 4. 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 at no addi- tional cost to the Owner. Allow base coat to cure for a minimum of seven (7) days before applying finish coat. S. FINISH COAT shall be free from waves, dents, trowel marks, and shall be a SPRAY -APPLIED medium to coarse finish. 6. Plaster and stucco used for patching and replacing existing work shall be missed, applied and finished to match adjacent surfaces. D. Cleanings 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 shall be removed from glass, trim, and other finishes. All cement plaster rubbish shall be removed and the building left broom clean. E. Metal. Accessories: 1. Casino beads shall be formed of as tea_ gal-n-nizea steel for interior use and 24 ga solid zinc for exterior use, type #66 as manufactured by U.S. Gypsum Co., or ##66 as manufactured by Inland Steel Company, or an approved comparable product. 2. interior corner beads shall be fabricated of 26 ga. galvanized, type 1, 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 ;tpproved comparable product. 09100-2 • Cl 3. Control Joints and Expansion Joints on flat vertical and horizontal surfaces for exterior applications shall be "solid zinc only" as shown on building elevations and details, for all stucco systems. Manufactured by "Keene" or an approved, comparable product. 4. Inside -Corner Expansion Joints for interior or exterior applications shall be vinyl (Model CXJ-75 or CXJ-79 as shown on details) as manufactured by Vinyl Corp. or an. approved, comparable product. F. Execution: 1. [duality - Follow recommendations and specifications for strict installation. Allow adequate time for each of three (3) coats to dry before going on with next coat. 2. Metal Accessories; a. 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. b. Casing beads shall be applied where stucco stops and other material begins, or where stucco abutts metal door frames, exposed concrete block walls, or where indicated. C. where plaster and stucco abutts metal door jambs or similar items and a casing bead cannot be used, the stucco shall be tooled in order that the eventual. Crack will follow the tooled joint. 3. Metal Lath shall be applied with long dimension of sheet across supports. 4. Control Joints and Expansion Joints shall be installed in exact locations shown, or as to check shrinkage and expansion cracks. S. Inside -Corner Expansion Joints shall be installed in exact locations shown on details. OF SECTIONwWw 09100-3 0 rM SEC'T'ION 09234 --CEMENT BACKING BOARD GENERAL 1.01 RELATED DOCUMENTS: T}awinqs and general provisions of Contract, including general and supplementary conditions and Division -1 Specification sections, addenda apply to work of this section. 1.02 RELATED WORK OF OTHER SECTIONS Gypsum Wallboard Section 09250 Ceramic Tile Section 09300 1.03 DESCRIPTION Extent of cement board system work is shown on Drawings and includes subscripts at shower and dressing cubicles receiving ceramic tile. 1.04 QUALITY ASSURANCE A. Obtain cement board from a single manufacturer. B. Single -Installer Responsibility: A single installer shall perform the work of this section; and shall be a firm specializing in this work for at least 3 years, capable of showing successful installations -4mil� ork required for project, usiny recommendedattachmentscrews and spacing of screws. 1.05 SUBMITTALS Submit manufacturer's product data, specifications; and installation instructions for the cement board system. 1.06 DELIVERY, STORAGE AND HANDLING A. el, atcri�ls to the '- D..'�.�:"ter Job site ii7 ti -LE +�.rl .i. �y nidi packages, containers, or bundles bearing the brand name and manufacturer's identification. B. Store materials in dry locations with adequate ventilation, free from water and in such a manner to permit easy access for inspection and handling. Stack cement boards flat to avoid sagging or damage to edges, or surfaces. Protect basecoat and exterior finish from freezing. C. Handle cement boards to prevent damage. Protect metal framing members from being bent or damaged. Protect gypsum panels in same manner as cement boards. 09230-1 40 • F PART 2 . _ PRODUCTS 2.01 MANUFACTURER A. Subject to compliance with requirements, provide DUROCK Cement Board System as manufactured by the united States Gypsum Company, unless otherwise a indicated. B. Equivalent systems of other manufacturers may be proposed under conditions as set forth in the contract conditions. C. Materials 1. Glass Mesh Mortar. Unit Cement Boarder USG DUROCK Exterior Cement board 1/2" x 4' x 81. 2. Cement Board Fasteners: 1 1/411, DUROCK Screws: wafer heaj with corrosive coating. Beads recessed or counter sunk. D. Joint Reinforcement: DUROCK Tape (211 wide). E. Metal Framincz: Comply with ASTM 0645: Manufactured by The United States Gypsum Company Min. 22 ga. must meet ASTM A446, A525, A568, A463. PART 3 - EXECUTION 3.01 INSTALLATION A. Install metal framing in accordance with manufacturers instructions, Stud spacing not to exceed 16 in. o.c. Provide double studs at ends of each board. B. Install cement board with rough side facing out and vertical edges over double supports. Stagger joints in successive courses. install adjacent board closely but not forced. C. Fasten boards to framing with DUROCK screws. Space fasteners o" at Wal15. LViaLU PU-EilllUter fasteners at least 3/8" from edges. Counter sink. screw heads slightly beneath the board surface,. Provide firm board contact with framing. Pre drill edge screw locations to prevent breaking at edges. D, Joint_ Reinforcement: Apply over board joints and corners. Do not overlap. E Tile: Comply with application requirements of TT—vision-4 Section "Unit Masonry" Apply 1/81" minimum thick skim coat of mortar over cement board. Surface shall be smooth and flat. Allow to set 24 hours prior to next step. Use a 3/8" notched trowel 092302 4P C] r and apply a uniform setting bed over skim coat. Back butter tale and apply the to fresh mortar. Obtain complete mortar contact by twisting and sliding motion to set tile. Allow mortar to set for 24 hours prior to application of grout. For grout application comply with ANSI A108.10. Force maximum amount of grout into joints and tool material to provide a r neat, uniform appearance. Clean grout from finish surfaces, and allow to cure as required.. Verify all grout colors prior to installation. ***END OF SECTION*** 09230-3 40 • SECTION 09730 SEAMLESS EPDXY COATING PART I GENERAL 1.01 SCOPE A. Provide all labor and nnmterials for a seamless, decorative, epoxy flooring material, including all surface preparation, printers, and finish coats. B. Related work specified elsewhere: 1. Concrete - Division 3 2. Thermal & Moisture Protection - Division 7 1.02 ACCEPTABLE MANUFACTURER AND INSTALLER A. DUR-A-FLEX, Inc. CRAWFORD LAB FLO-ROCKS CROSSFIELD PROD. CORP. DEX-O-TEX SELB Y SELBACLAD STONEHARD, Inc. STONESHIELD FIRI VALSPAR Corp: QUARTSITE B. Manufacturer approved Installer, who has technical qualifications, currently certified in writing, and facilities to install specified systems. 1.03 DELIVERY AND STORAGE A. Material shall be delivered to job -site in clean, clearly labeled containers and inspected by installer prior to start of job. B. Material shall be stored in a dry, enclosed area protected from the elements. Temperature of storage area shall be kept between 601 __a 9071 — �.Yr'ia CI1lU V 1'. 1.04 ENVIRONMENTAL REQUIREMENTS A. New concrete still be cured no less than 28 days under good conditions. Concrete subfloors on or below grade shall be properly equipped with vapor barriers and perimeter drains. B. Adequate utilities, including electric, water, heat {between 60° and 90°F} and lighting of no less than 80 ft. candles measured at floor surface to be supplied by Owner/General Contractor. SPECIFIER NOTE: Heat and light are extremely important parts of the installation. Usually these utilities are functioning before epoxy finishes are scheduled for installation, however in some cases the epoxy coating shall be installed prior to eaninment fix ores .and even ;, ri� , somnc caf:cs. Lack of these necessities can and will spoil a good installation. Without Beat the curing process can be extended or even stopped. Without adequate light even the best mechanic cannot provide a quality finish. C. Work area shall be free ofother trades during, and for a period of 24 hours, after floor installation. D. Protection of finished floor mom damage by subsequent trades is the responsibility of General Contractor. 1.05 WARRANTY A. Contractor to submit a [one] year warranty against defects in inatel'ial and workmanship upon completion of installation. 0&730-1 PART 2 PRODUCTS { 2.01 PRODUCT DESCRIPTION [118"] [3116"] DUR-A-QUARTZ multiple -component, decorative, institutional flooring system, by DUR-A-FLEX, Inc., OR APPROVED EQT JAL in standard non-skid surface texture. f 2.02 PHYSICAL PROPERTIES PHYSICAL PROPERTIES - (DUR-A-QUARTZ "BM" EPDXY FLOORING) Mix Ratio (Dur -A -Glaze #4)... 1 part Hardener, 2 parts Resin Pot Life... Approximately 22 minutes at 7011'* Hardness, Shore D... ASTM D-2240... 75-80 Compressive Strength... ASTM D-695... 17,500 psi Tensile Strength... ASTM F-638,.. 4,000 psi Tensile Elongation... ASTM D-638... 7.5% Flexural Strength... ASTM D-71 90 ... 6,250 psi Linear Shrinkage... ASTM D-2566.,. 0.02% Coefficient of Linear Expansion... 12°F to 140117... in./in./degrees F.,. ASTM D-696... 20 x 10 -6 Bond Strength to Concrete... ACI -403... 335 psi, concrete fails Shear from Steel Plate... MIL D-3134... 1,050 psi Indentation... MIL, D-3134... 025 Impact Resistance..,. MIL D-3134,., no cracking or delantination Elevated Temperature... MIL D-3134.., no slip or flow Water Absorption,.. ASTM D-570... 0.04% Elecinrcwl Conductivity... iloii-Goi-jultic-Live Flammability.., ASTM D-635... self -extinguishing Abrasion Resistance Taber Abrader... CS -17 wheels, 2000 gm. Load, 1000 cycles... avg. 24.0 mg, loss Toxicity... non-toxic, USDA approved *Pot Life is shorter at higher temperatures. Do not use below 50°F or above 95°F. Note: Chemical & stain resistance can be improved by using Poly -Thane #2 as a topcoat(s). Scratch resistance can be improved by using Dur -A -Thane or Dur -A -Glaze 42 as a topcoat(s). 2.2 PRODUCT PACKAGING A. All materials used shall be precision mixed on site with manufacturer supplied mix and measure apparatus to ensure a timely, accurate mix ratio and minimize waste. PART 3 EXECUTION 3,01 PREPARATION A. Concrete preparation to include use of [a steel shotblast machine] [a solution of muriatic acid] to create a profiled substrate, combined with "dust -free" diamond grinding for all edges and ureas where shotblast machine is unable to reach. SPECIFIER NOTE: For maximum Wnd strength, steel shotblasting is always recommended. See "Preparation/Application Details" Showcase for details on specific substrates. 09730-2 0 a 3.02 PRODUCT INSTALLATION COLORS Q28 COLORED QUARTZ AGGREGATE is available in 21 standard colors: Brown, Beige, Khaki, Buff, Tan, Red, Coral, Fink, Cranberry, Green, Emerald, Jade, Teal. Blue, Aqua, Navy, Black, White, Thunder Gray, Gray and Light Gray. Other colors can be supplied on special order. Highly decorative patterns are created by combining 2, 3 or more colors. Dur -A -Flex, Inc. will pre -mix any combination of these colors or standard combinations as illustrated on the Dur -A -Quartz Color Selector Chart on this screen. A ... Q28- l B ... Q28-22 C ... Q28-28 D ... Q28-11 E ... Q28-23 F ... Q28-29 G ... Q28-13 H ... Q28-24 I ...Q28-30 J .... Q28-15 K.,.Q28-25 L ... Q28-3 l M ... Q28-1 b N ... Q28 -2G O ... Q28-32 P ...Q2R.12 1 Q ... Q28-27 R ... Q28-33 THICKNESS 118" for moderate traffic, 3/15" thick for heavy traffic or to till and level eroded concrete. LIMITATIONS Substrate and ambient temperature must be higher than 50°F during the installation and curing period. Eroded or spalled areas must be "filled and leveled" with An ., Dur -A -Glaze #4 and aggregate. SURFACE PREPARATION - Surface must be dry and perfectly clean, free of all oil, grease, detergent film, sealers and/or curing compounds in accordance with Dur -A -Flex, Inc., document titled "Preparation Guidelines" in "Preparation/Application Details" Showcase. APPLICATION PROCEDURE and SPREAD RATES A Double Broadcast application should yield a uniform appearance and an approximate 1/81" thickness. Procedure is as follows: 09730-3 C] I' L Prepare the surface as recommended, 2. Apply Dur -A -Glaze #4 at approximately 100 sq. ft. per gallon. 3. Broadcast Q28 Colored Quartz at approximatcly 112 ib. per sq. ft. 4. Let cure. (Cure tunes vary depending on hardener selection, from 2 to 10 hours.) 5. Sweep up excess sand. " 6, Apply Dur -A -Glaze #4 at approximately 100 sq. ft. per gallon. This application serves as a base coat for a second broadcast. 7. Broadcast Q28 Colored Quartz at approximately 1/2 lb. per sq, ft, 8. Repeat steps 4 & 5. 9. Apply fust top coat of Dur -A -Glaze #4 at 140-125 sq. ft. per gallon, 10. Let cure. 11. Apply second topcoat of Dar -A -Glaze #4 at 200-250 sq. ft. per gallon, or any Dur -A -Flex high performance topcoat such as Poly -Thane 42, Dur -A -Thane or Dur -A -Glaze #2 at 200-300 sq. ft. per gallon. NOTE. One top coat is generally sufficient where a high degree of non-skid is required (Standard). Example: shower rooms, meat cutting rooms, oily plant floors, etc. An additional top coat is often required for areas such as locker rooms, classrooms, showrooms, laboratories, etc. (©range feel). An additional topcoat is often eased to yield a higher degree of sheen and cleanability (Smooth). 3.03 DETAILS A. Moving cracks and joints shall be thoroughly routed and vacuumed clean, then filled with DUR-A-FILLER #2. B3 Slarface deviatinnW to !-- pre.'paatChcd with patchhag compound uoutprised of DUR-A-GLAZE #4 and Ido -Sag #2 or Q28 Quartz. C. A 4" or 6" integral cove base to be installed at perimeter walls. D. Prime surface wish Elast-O-Coat membrane as per manufacturer's recommendation. 0970-4 40 0 SECTION 09900 - PAINTING A. General: 1. Submittals: a. In addition to manufacturer's data, application in- structions, and label analysis for each coating ma- terial, submit samples for Architect's review of color and texture only. Resubmit samples if requested until required sheen, color and texture is achieved. b. On .1211 K 1211_hardboard_. provide two (2) samples of each calor and material., with texture to simulate finish conditions. C. QU _wood surfacesE3 _ provide two [2) fl"" x "' samples for natural and stained wood finish. d. On actual wall surfaces and other building components, duplicate painted finishes of acceptable samples, as directed by Architect. B. 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 ar not colors are designated. If not designated, coleys will be selected by Architect from standard calors available for the coatings required. 3. 'Work Not Included: Unless otherwise indicated, shop prim- ing 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, stain- less :steel, bronze, and similar metals will not be painted. Do not Vaint any moving parts of operating units, or over any equipment identification, performance rating, name or nomenclature plates or code -required labels. C. Delivery and Storage: 1. Deliver materials to job site in new, Original, and unopen- ed containers bearing manufacturer's name, trade name, and label analysis. Store where indicated in accordance with manufacturer's instructions. D. Protections 1. Protect work of other trades. Correct any painting related damage, by cleaning, repairing or replacing, and refinish- ing, as directed by Architect. 09900-1 CJ F. Coordination: 1. Provide finish coats which are compatible with prime paints used. Provide barrier coats over incompatible primers w:iere required. Notify Architect in writing of anticipated problems using specified coatings with substrates primed by others. F. 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 and not to be finish -painted or provide surface -applied protection. Re- install removed items and remove protective coverings at completion of work. 3. Seal wood required to be job -painted. Prime edges, ends, face, undersides and backsides of counters, cases, cabi- nets, counters, etc. Use varnish for back -priming where transparent finish is required. 4. Backprime interior paneling only where masonry, plaster, or other wet wall construction occurs on backside. 5. Seal tops, bottoms, and cut-outs of wood doors with heavy coat of varnish or similar sealer immediately upon delivery to job. G. Material Preparation: I. Mix, prepare, and store painting and finishing materials in accordance with manufacturer's directions. H. 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. 7 Anpltr arlr�i;t; a1 coato •hon ;dcr s, tain&, 04 QLher cond1 ig!n show through final paint coat, until paint film is of uniform finish, color and appearance. 3. Paint _surfaces behind movable eauinment same as similar ex- posed surfaces. Paint surfaces behind permanently fixed equipment with prime coat only before equipment is in- stalled. 4. Finish xte 'or doors on topes, bottoms and edges same as exterior faces, unless otherwise indicated. 49900-2 r • 5. Sand lightly between succeeding enamel, urethane or varnish coats. 6. omit__first coat {primer) on metal surfaces which have been ' shop -primed and touch-up painted, unless otherwise speci- fied. r 7. Api2ly rime coat to material which is required to be painted finished, and which has not been prime coated by others. S. AD01V 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 a three (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. J. Completed Work: 1. Match s3pproved samples for color, texture and coverage. Remove, refinish or repaint work not in compliance with specified requirements. TOUCHING UP AND CLEANING Upon completion, all touching up as required shall be done and paint removed from all surfaces which are not specified to receive paint. PAINTING SCHE ULE The following paints specified shall be manufactured by Benjamin Moore or Sherwin Williams as an approved, comparable product. Color selection to be by the Owner, the Architect, or the Interior Designer. See Finishes Schedule on the Plans. A. Exterior Wood Frim, Wood Siding, Fascias, Soffits, Etc B. Interior Drywall: C. Galvanized Metal: One (l) coat sealer primer on all faces and edges. Two (2) coats Benjamin Moore Fxtprior Acrylic Latex paint on exposed surfaces. Two (2) coats Benjamin Moore Regal Wall Satin over base sealer coat. Specialty Finishes may apply also. One (l) coat Benjamin Moore Galvan- ized Iron Primer. Two (2) costs Benjamin Moore Meta -lactic Paint,. D. Structural Steele One coat red oxide primer over shop primer. Two coats over all field welds. NOTE: All galvanized metal to be washed with mineral spirits to remove any oil. 09900-3 • C] E. Exterior Stucco and Cementicious Wall Panels: One (1) coat Benjamin Moore Masonry sealer. Two (2) coats Benjamin Moore latex paint. F. Steel Doors & Frames: Spot prime -with Benjamin Moore Iron Clad Rust Inhibited Red Oxide. Two (2) coats Benjamin Moore Iron Clad Rust Inhibited (semi -gloss) . G. Wood Doors (Painted): One (1) coat sealer primer. Two (2) coats Benjamin Moore enamel.. H. Wood Doors (Sealed): Three coats of Satin Finish clear urethane , lightly sanded between coats. J. Metal Handrails: One coat metal primer and two coats shop applied industrial enamel. K. Exposed Finish Grade one coat filler and sealer primer. Concrete Block: Specialty Paint over primer in accordance with the Manufacturers 'specifications. ***END DB SECTION*** 09900-4 4W 11 r SECTION 09986 - SANITARY WALL & CEXLINa PANELS PART 1 - GENERAL r, 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and. Division -I Specification sections, addenda apply to work of this section. 1.02 DESCRIPTION OF WORK Extent of sanitary wall panels is shown on drawings. 1.p3 RELATED WORK OF OTHER SECTIONS Lightgauge Metal Framing Section 05400 Gypsum Wallboard Section 09250 1.04 QUALITY ASSURANCE A. Furnish sanitary wall panels produced by one manufacturer including hardware, accessories, mounting, and installation components. B. Acceptable Manufacturers - Select products of one of the following manufacturers; "Ornyte" Fiberglass Panels; Xerxes Corporation "Structoglas" Fiberglass Panels; Sequentia Corp. ^Kemiite" b'iberglass Panels; Sequentia Corp. - "Lascoboard"; Lasco Panel Products C. Equivalent products of other manufacturers may be proposed under conditions as set forth in Contract Conditions. D. AADnlicatorQualifications: Two years experience installing sanitary wall panels. 1.05 SUBMITTALS A. Submit _samples of sanitary wall panels and matching accessories. B. Manufacturers Date: Submit copies of manufacturers specifications, recommendations, installation, and maintenance instructions. C. certification: Manufacturers certification that products comply with specified requirements. D. war_rantya Manufacturers :specific product warranty. 09986-1 40 11 PART 2 - PRODUCTS 2.01 MATERIALS 1 A. Colors & Patterns: As selected by owner from Manufacturers standard products. B. Fiberglass Wall Panel.: 1. Size: 4' x 10' 2. weight: 7 lb. per sq.ft. 3. Thickness: .09 in. 4. Flame Spread: Class C (III) 5. Smoke Developed: Under 450 6. Mater Absorption: .169c C. Accessories; I. Molding/Trim: Color matched, non -staining vinyl 2. Caulk and Adhesives_: Construction grade adhesives and clear silicone sealant per manufacturers recommendations. 3. Fasteners: Non -corroding mechanical fasteners per manufacturers recommendations. PART 3 - EXECUTION 3. 01 INSPECT ION Installer must examine areas and conditions under which fiberglass panels and accessories are to be installed and must notify Contractor in writing of conditions detrimental to proper and timely completion of work. iso not proceed with work until unsatisfactory conditions have been corrected in manner acceptable to Installer. 3.02 PREPARATION Subwalls must be flat, clean, dry, and free of all dirt, dust or grease. start of paneling installation indicates acceptance of subwall conditions and full responsibility for completed work. 3.03 EXECUTION A. Fol ow manufActurers recommendations for installation, attachment, caulking and trim applications. Caulk all -pipes and other wall, penetrations. B. Install all panels in a true and even plane. 3.04 CLEANINGA1JQ REPLACEMENT k031gvri29 i.rastallat_ on_ clean soiled or discolored surfaces of units. Remove and replace units which are damaged or improperly installed. 89986-2 Ab ra 3.05 CLEANING A. At corm—Djetion., remove all excess materials and all debris resultant from operations of work of this r Section. Leave entire work in neat, clean condition satisfactory for receipt of other related items of work which are to be installed as part of work of { other Sections of these Specifications. ***END OF SECTION*** 09986-3 DIVISIO 10SPECIALTIES "CTI 4N 1Q155 Z- SOLA} PLASTIC TOILET PARTITIONS PART 1 - GENERAL 1.01 RFLhTED DOCUMENTS r ' Drawinas and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specification sections, apply to work of this section. 1.02 SUMMARY xtent of toilet partitions as indicated on drawings. Typfts of toilet compartments include: Solid plastic homogenous color. Styles of toilet compartments include; Floor --anchored, overhead braced. Styles of screens include: Floor -anchored. Toilet accessories, such as toilet paper holders, grab bars, are specified elsewhere in Division 10. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's detailed technical data for materials, fabrication, and installation, including catalog cuts of anchors, hardware, fastenings, and accessories. B. Shop Drawings: Submit shop drawings for fabrication and erection of toilet partition assemblies not fully described by product drawings, templates, and instructions for installation of anchorage devices built into other work. C. Samples: Submit full range of color samples for each type of unit required. Submit 6" square samples of each color and finish on same substrate to be used in work, for color verification after selections have heel! mcLd(-. 1.44 4UALIT ASSURANCE A. Field Measurements: Take field measurements prior to preparation of shop drawings and fabrication where possible, to ensure proper fillings of work. However, allow for adjustments within specified tolerances where ever taking of field measurements before fabrication might delay work. B. Coordination: Furnish inserts and anchorages which must be build into other work for installation of toilet partitions and related work; coordinate delivery with other work to avoid delay. 10155-1 C> PART2 - PRODUCTS 2.01 MANUFACTURER Manufacturer: Subject to compliance with requirements, provide products of one of the following: Accurate Partitions Div., U.S. Gypsum Co. Bobrick washroom Equipment, Inc. Santana Products Company 2.02 MATERIALS A. General: Provide materials which have been selected for surface flatness and smoothness. Exposed surfaces which exhibit pitting, seams marks, roller marks, stain, discolorations, telegraphing of core material, or other imperfections on finished units are not acceptable. B. Solid Plastic: High density, solid polymer resin with homogenous color throughout. Provide material not less than 1" thick, seamless construction with edges eased to a radius of .250". C. Pilaster Shoes: ASTM A 167, 'Type 302/304 stainless steel, not less than 3'" high, 20 gage, finished to match hardware, with theft proof stainless steels hex bolts. D. Stirrup Brackets: Manufacturer's standard design for attaching panels to walls and ,pilaster, either chroma_num-plated non-ferrous cast alloy (""'amac"") or anodized aluminum. Continuous stirrups required. E. Edczing Strips,, Annodized aluminum. F. Hardware and Accessories: Manufacturer's standard design, heavy-duty operating hardware and accessories of chromium -plated non-ferrous cast alloy ("Zamac"). G. wall Brackets: Full length, continuous, (6063-T Alloy) with mill finish weighing not less than 1635 lbs. per linear foot similar or equal to Santana Products. Co., Inc. Section #5$992 shall be used for 114;}Gla` tv f,yid�Le�, pilaster to wall and panel to wall connections. wall brackets shall be pre -drilled by manufacturer with holes spaced every 61' along full length of brackets. wall brackets shall be thru- bolted to panels and pilaster with one-way hex bolts. Attachment of brackets to adjacent wall construction shall be accomplished by (1) theft proof Zamac mushroom nail in head anchor directly behind the vertical edge of panels and pilasters at every 121' along the full length of bracket and (2) No.5 pla-Q+-ic anchors and No.14 x 1 1/41" stainless steel phillips head screws at each 121" interval alternately spaced between anchor connections. 10x55-2 4W [] I' H. Headrail shall be heavy aluminum extrusion (6063-T6 Alloy) with mill finish in anti -grip configuration weighing not less than 1.199 lbs, per linear forst similar and equal to Santana Products Co., Inc. Section #48993. Headrail shall be fastened to tops of pilasters and headrail brackets by thru-bolting with one-way hex bolts. r 1. Headrail brackets shall be of 16 gage stainless steel. J. Anchorages and Fasteners: Unless otherwise indicated, use manufacturer's standard exposed fasteners of stainless steel, with theft -resistant type heads and nuts. For concealed anchors, use hot -dip galvanized, chrominum-plated or other rust -resistant protective - coated steel. 2.03 FABRICATION A. General: Furnish standard doors, panels, screens, and pilasters fabricated for partition system, unless otherwise indicated. Furnish units with cutouts, drilled holes, and internal reinforcement to receive partition -mounted hardware, accessories, and grab bars, as indicated.. B. Door Dimensions: Unless otherwise indicated, furnish 2411 wide inswinging doors for ordinary toilet stalls and 321' wide (clear opening) outswinging doors at stalls equipped for use by handicapped. Doors: rabr caLe 551� high to (be mounted 14" A.F.F. with edging strip fastened to full bottom edge. C. Pilasters: 821" high and fastened to floor and to wall brackets with pilasters shoes. D. Overhead -Braced Partitions: Furnish galvanized steel supports and leveling bolts at pilasters, as recommended by manufacturer to suit floor conditions. Make provisions for setting and securing continuous extruded aluminum anti -grip overhead -bracing at top for each pilaster. Furnish shoe at each pilaster to c o ncoal supports and !C%I q AAA itttt harlivm. E. Floor -Supported. Screens: Furnish pilasters not less than 1r' in thickness, panels and pilasters of same construction and finish as toilet partitions. Furnish galvanized steel -anchorage devices, complete with threaded rads, lock washers, and leveling adjusting nuts at pilasters, to permit structural connection to floor. Furnish shoe at pilaster to conceal anchorage. F. Hardware: Furnish hardware for each compartment in partition system, as follows: 10155-3 C� C] f' 1. Hiingeq.; Heavy aluminum extrusion (5063-T6 Alloy) with bright dip anodized finish with wrap around flanges, and thru-bolted to doors and pilasters with one-way hex bolts. Hinges will be factory set to a full close position unless otherwise noted. (Recessed flush mounted or surface mounted , hinges not acceptable.) 2. Door Pull: Heavy chrome plated Zamac. Include wall stop in handicapped stall. 3. Coat HooklBumner: Heavy chrome plated Zamac with rubber bumper. 4. Door Strike and Keeper: Heavy aluminum extrusion (6053-T6 Alloy) with bright dip anodized finish with wrap-around flange surface, mounted, and thru bolted to pilaster with one-way hex bolts. 5. Door Latch Housing: Heavy aluminum extrusion {6063 -T6 -Alloy) with bright dip anodized finish surface mounted and thru-bolted to door with one- way hex bolts. Slade bolt and bottom hall be heavy aluminum with "Tough -Coat Black" finish. 2.04 FINISHES A. Surface: Of all Polymer Resin components to be similar and equal to "Plasti-Glaze 28011 by Santana products Co. Colors are to be selected from Santana's Premier Delux Color 1000 Series. Maximum two colors. B. Colors: One of manufacturer's standard colors in each room as indicated or, if not indicated, as selected by Architect. PART 3 EXECUTION 3.01 INSTALLATION A. General: Comply with manufacturer's recommended procedures and installation sequence. Install partitions rigid, straight, plumb, andlevel. P -cu itie uitta4ances of noc more than 1/.211 between pilasters and panels, and not more than 111 between panels and walls. Secure panels to walls with not less than two stirrup brackets attached near top and bottom of panel. Locate wall brackets so that holes for wall anchorages occur in masonry or the joints Secure panels to pilasters with not less than two stirrup brackets located to align with stirrup brackets at wall. Secure panels in position with manufacturer's recommended anchoring devices. D. Overhead -Braced Partitions: Secure pilasters to floor and level, plumb, and tighten installation with devices furnished. Secure overhead -brace to each 10155-4 40 • pilaster with not less than two fasteners. Hang doors and adjust so that tops of doors are parallel with overhead -Brace when doors are in closed f position. C. Screens: Attach with concealed anchoring devices, as recommended by manufacturer to suit supporting structure. Set units to provide support and to resist lateral impact. 3.02 AD7UST AND CLEAN A. Hardware Adjustment, Adjust and lubricate hardware for proper operation. set hinges on inswinging doors to hold open approximately 30 degrees from closed position when unlatched. set hinges on outswinging doors (and entrance swing doors) to return to fully closed position. S. Clean exposed surfaces of partition system using materials and methods recommended by manufacturer, and provide protection as necessary to prevent damage during remainder of construction period. **END OF SECTION*** 1.0155-5 40 • SECTION 10200 - LOUVERS AND VENTS PARI 1 - GENERAL RELATED DOCUMENTS: Drawings and general provisions of Contract, including general and Supplementary Conditions and Division -1 Specification sections, apply to work of this section. DESCRIPTION OF WORK: xtent of louvers and vents is indicated on drawings, including indications of sizes and locations. 'T'ypes of louvers and vents include the following: Extruded aluminum louvers Sealants including installation are specified in Division 7. Air handling louvers connected to ductwork are specified in Division 15. Louvers in hollow metal doors and frames are specified in Division 8. QUALITY ASSURANCE: Performance Requirements: Provide louvers with AMCA Certified Ratings Seal evidencing that product complies with AMCA Standard 500. Comoly with S1ACNA "Architectural Sheet Metal Manual" recommendations for fabrication, construction details and installation procedures, except as otherwise indicated. Field Measurements: Verify size, location and placement of louver units prior to fabrication, wherever possible. Shop Assembly: Coordinate field measurements and shop drawings with fabrication and shop assembly to minimize field adjustment, splicing, mechanical joints and field assembly of units. Preassemble units in shop to greatest extent possible and disasse«wle as tiec:essary for shipping and handling limitations. SUBMITTALS: Product Data: Submit manufacturer's specifications; certified test data, where applicable; and installation instructions for required products, including finishes. Shop DraK1Lag: Submit shop drawings for fabrication and erection of louver units and accessories. Include plans, elevations and details of sections and connections to adjoining work. Indicate materials, finishes, fasteners, joinery and other information to determine compliance with specified requirements. 10200-1 i Samples: Submit 611 square samples of each required finish. Prepare samples on metal of same gage and alloy to be used in work. where normal color and texture variations are to be expected, include 2 or more units in each sample showing limits of such variations. PART 2 - PRODUCTS ACCEPTABLE MANUFACTURERS: Manufacturer: Subject to compliance with requirements, provide products of one of the following:: Airline Products Co. The Airolite Co. American Warming & Ventilating Co. Construction Specialties, Inc. Industrial Louvers, Inc. Ruskin Mfg. Co. MATERIALS: ,?aluminum Sheet: ASTM B 209, Alloy 3603 or 5005 with temper as required for forming, or as otherwise recommended by metal producer to provide required finish. Aluminum Extrusions: ASTM B 221, Alloy 6053-T52. Fastenings-- Use 3/81, diameter stainless steel machine screws. Provide, gages and lengths to suit unit installation conditions. Use Phillips flat -head machine screws for exposed fasteners. Anchors and Inserts: Cadmium plated steel, self drilling type. Bituminous Paint: SSPC-Paint 12 (cold -applied asphalt mastic). FABRICATION. GENERAL: Provide louvers and accessories of design, materials, sizes, depth, arrangement, and metal thicknesses indicted. Fabs _ atcf' rTrCa including-Lntegral sills Lu suit adjacent constructionµ with tolerances for installation, including application of sealants in joints between louvers and adjoining work. Include supports, anchorages, and accessories required for complete assembly. Provide vertical miAllions of type and at spacings indicated, but not further apart than recommended by manufacturer or 721" o.c., provide horizontal mullions except where continuous vertical assemblies are indicated. Provide sill extensions and loose sills made of same material as louvers, where required for drainage to exterior and to prevent water penetrating to interior. 10200-2 L7 0 r Join frame members to one another and to stationary louver blades by welding, except where indicated otherwise or where field bolted connections between frame members are made necessary by size of louvers. Maintain equal blade spacing, r including separation between blades and frames at head and sill, to produce uniform appearance. STATIONARY EXTRUDEDALUMI WALL LQWERS : Horizontal Drainable Blade Lovers; Dual drain recessed mullion type. Units designed to collect and drain water to exterior at sill by means of gutters in front edges of blades, and channels in jambs and mullions. Furnish units with extrusions not less than 0.08111 thick, of depth, and sizes indicated, equal to AIROLITE Models K611 and T608. Free Area: Not less than 50% for a 4811 x 4811 size. Static Pressure Loss: Not more than 0.1511 of water gage at an airflow of 1050 fpm free area velocity in intake direction. Water Penetration: Not more than 0.05 oz. per sq. ft. of free area at an airflow of 1000 fpm free area velocity. AMCA Certification: Furnish units bearing AMCA Certified Ratings Seal. continuous Horizontal Blades: Conceal supporting framework from vision on outside face of louver by placing braces, mullions and brackets on inside face; with close fitting, field -made splice joints in blades sdesigoed to permit expansion and contraction without deforming blades or framework. LOUVER SCREENS Provide removable bird and insect screens for exterior louvers. Fabricate extruded aluminum screen frames of same finish as louver units to which secured. Use bird screens made of 1/211 sq. mesh, 0.06311 aluminum wire, and insect -screens Of yxey fAsJ-_.E las€i screening in an aluminum frame. Locate screens can inside face of louvers. Secure screens to louver frames with machine screws, spaced at each corner and at 1211 o.c. between. - METAL FINISHES: General; Comply with NAAMM "Metal Finishes Manual" for finish designations and application recommendations, except as otherwise indicated. Apply finishes in factory after products are assembled. Protect finishes on exposed surfaces with protective covering, prior to shipment. Remove scratches and blemishes from exposed surfaces which will be visible after completing finishing process. 10200-3 40 f' �. Provide colors or color matches as selected by Architect.. Aluminum Finhess Baked Enamel Finish: ABA-C12C42R1x (cleaned with inhibited chemicals, conversion coated with an acid - chromate -fluoride -phosphate treatment, and painted with organic coating specified below). Apply where factory painted finish is indicated, in strict compliance with paint manufacturer's specifications. Organic Coating. Manufacturer's standard thermosetting acrylic enamel, 0.8 mil minimum dry film thickness. PART 3 - EXECUTION PREPARATION: Coordinate setting drawings, diagrams, templates, instructions and directions for installation of anchorages which are to be embedded in concrete or masonry construction. Coordinate delivery of such items to project site. INSTALLATION; Locate and place louver units plumb, level and in proper alignment with adjacent work. Use concealed anchorages wherever possible. Provide brass or lead washers fitted to screws where required to protect metal surfaces and to make a weathertight connection. Form tight ioints with exposed connections accurately fitted Tog—ether. Provide reveals and openings for sealants and joint fillers, as indicated. Repair finishes damaged by cutting, welding, soldering and grinding operations require for fitting and jointing. Restore finishes so there is no evidence of corrective work. Return items which cannot be refinished in field to shop, ."i.ake requited alL4"4"aLiuit s, and refinish entire unit, or provide new units, at Contractor's option. Provide congealed gaskets, flashings, joint fillers, and insulations, and install as work progresses to make installations weathertight. Refer to Vivision-7 sections for sealants in conneuLion with installations of louvers. ***END of SECTION"t** 1€}200-4 4W C7 M SECTION 10440 - SPECIALTY SIGNS 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 of this section. 1.02 DESCRIPTION OF WORK Areas of specialty signage may include: 1. Construction Signs 2. Exterior Handicapped Signs at Parking Areas 3. Toilet Room Handicapped Signs 4. Interior Room Number and Name Signs 5. Occupancy Capacity Signs 1.03 QUALITY ASSURANCE Uniformity of Manufacturer: For each sign form and graphic image process indicated furnish products of a single manufacturer. Americans With Disabilities Act: All signage shall meet the requirements of the A.D.A. including grade 2 braille raised lettering, etc., As manufactured by one of the following approved companies: AST Sign Systeme, Tampa, F7. (813) 620-4360 Attn: Ilene Advance Corporation, Braille -Tac 1-800--825-0150 The Southwell Corp. San Antonio, TX (210)-223-1831 Beat Manuf. Sign Systems 1-800-235-2378 Bunting Graphics Inc, 1-800-735-0445 FRS Industries 1-800-747-4795 HART Arch. Signage, Chesapeake, VA (804)-420-1665 Mohawk Sign Systems Schenectady, NY (518)-370-3433 1.04 SUBMITTALS Drawirqs; ai.ibmtti: 611Vp urawinys for all items in this Section including all accessories. B. Submit samples of all interior signage and graphics. PART II - PRODUCTS 2.01 CONSTRTICT7ON S7CN A. Furnish and install 8'-01' long x 4'-0° high construction sign, on 3/4 plywood. R. Locate on site in compliance with Local Permitting Agency requirements and as directed by Owner. C. Sian shall have two coats of exterior oil base paint. D. All work shall be preformed by an experienced sign painter. r E. Furnish and install supporting structure. F. i nshall indicate:_ Name of Project, Name of Owner, { Name of Contractor, Name of Architect, Name of Structural Engineer, Name of. Mech/Elec. Engineer and Dame of Civil Engineer. 2.02 EXTERIOR HANDICAPPED SIGNS AT PARKING AREAS A. Provide one (1) sign for each handicapped parking space. B. Sign shall comply with the "Accessibility Codes and Standards" latest edition, State of Florida, for the physically handicapped, and F.T.O. 25 or 26. C. Sian shall read: "Parking for Wheelchair Drivers only" depicting National Handicapped Symbol (wheelchair) as detailed. D. Size shall be 1' q"" wide x 161' high, aluminum. F. Provide standard aluminum post (white) set in 6" diameter concrete foundation. Post and concrete foundation shall be by the Contractor. G. Height to bottom of sign shall be 7' - 011. H. Lettering style shall be Helvetica medium. 2.03 INTERIOR TOILET ROOM SIGNS AND EXTERIOR ENTRY DOORS HANDICAPPED SIGNS A. Provide one (1) sign depicting National Handicapped Symbol (wheelchair) at each toilet room and stall equipped with facilities for the handicapped. Size shall be 61' x 6" with 3/8" radius corners. B. Color shall be White on a Blue Background. C. Matcrial shall beF� � u tni G',C, p1lastiL 1Af14iZ tell Se.C7 symbol for identification by blind. D. MountiRS shall be with non -removable head stainless steel screws at locations detailed in Architectural Signage. 2.04 EXTERIOR BUILDING SIGNAGE A. Provide MEN and WOMEN wall signs as shown on the building elevations, with 5 inch high letters, radiused ends and proportional lengths. B. Color shall be medium green with white routed letters. x.0440-2 e i fi. C. Material shall be 1/2" thick plastic with routed letters. D. Provide door signs MEN, WOMEN, and MECHANICAL with 211 + high letters, routed plastic, color medium green with white routed letters. R. Secure all signs with stainless steel tamper proof screws. 2.05 PARK MONUMENT SIGNAGE A. Provide individually mounted letters per the details on the plans. Letters as manufactured by the Southwell Company. Letters to be 5" high in Garamond H444 style in bronze Duranodi.c Aluminum. Flush mounted letters. PART 3 - EXECUTION 3.01 CLEANING AND PROTECTION A. At completion of the installation, clean soiled sign surfaces in accordance with the manufacturer's instructions. Protect units from damage until acceptance by the Owner. B. Mount Standard Signs on middle of doors at 48" above the finish floor. C. Mount A.D.A. Compliant Signs adjacent of door openings, at the latch side, with the center of the sign at 50" above the finish floor. Where there is no wail space to the iatch side of the door, signs shall be placed on the nearest adjacent wall. *** END OF SECTION *** 10440-3 40 u SECTION 10800 --TOILET ACCESSORIES 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 of this Section. 1.02 DESCRIPTI0N OF WORK A. Extent and location of each types of toilet accessory is shown on drawings. B. Tyres of toilet accessories required include the following: Paper towel dispensers and waste receptacles. Toilet tissue dispensers Grab bars Soap dispensers Mirrors C. Some type of toilet accessories are included as part of toilet partitions elsewhere in Division 10. 1.03 QUALITY ASSURANCE A. Inserts and Pinchorages: Furnish inserts and anchoring devices which must be set in concrete or built into masonry; coordinate delivery with other work to avoid delay. n, Ac<:essory Locations: 400rdinate accessory locations with other work to avoid interference and to assure_ proper operation and servicing of accessory units. C. Manufacturer: Provide each type of toilet accessory required as manufactured by one of the following: American Specialties Inc. Bradley corporation Hallmark - Nutone Parker Scovill Watrous, Inc. Bobrick Washroom Equipment, Inc. Franklin Brass 1.04 SUBMITTALS A. Product Data. Submit manufacturer's technical data and installation instructions for each toilet accessory. B. Setting Pjawinus: Provide setting drawings, templates, instructions, and directions for installation of anchorage devices and cut out requirements in other work. 10800-1 s C] a PART 2 - PRODUCTS 2 O1 MATERIALS f A. Stainless Steel: AISI Type 302/344, with satin No. 4 finish, 22 gage minimum, unless otherwise indicated. i B. Galvanized Steel Mounting Devices: ,ASTM A 153, hot- dip galvanized after fabrication. C. Fasteners: Screws, bolts, and other devices of same material as accessary unit or of galvanized steel where concealed. 2.02 FABRICATION A. General: Stamped names or labels on exposed faces of toilet accessory units are not permitted, except where otherwise indicated. Wherever locks are required for a particular type of toilet accessory, provide same keying throughout project. Furnish two keys for each lock. B. Surface -Mounted Toilet Accessories General: Except where otherwise indicated, fabricate units with tight seams and joints, exposed edges rolled. Hang doors or access panels with continuous piano hinge or minimum of two 1 1/21" pin hinges of same metal as unit cabinet. Provide concealed anchorage wherever possible. C. Toilet Accessories, General: Except where otherwise UEdicated, fabricate units of all welded construction, without mitered corners. Hang doors or access panels with full-length stainless steel piano hinge. Provide anchorage which is fully concealed when unit is closed. 2.03 TOILET TISSUE DISPENSERS: Toilet Tissue Dispenser: BOBRICK B-2740 2.04 TOWEL DISPENSER: Surface mounted per towel dispenser: Not being used. Project is utilizing electric hand dryers per plan. 2.05 GRAB BARS _(GR BR)-. Stainless Steel T)e: Equal to Bobrick B-6806 x 36 and B-6806 x 42, satin finish. Provide Concealed Anchors for masonry Walls: Series 2573 at each wall attachment. 2.06 SOAP DISPENSERS: Aabrick B-2111 Surface Mounted. 2.07 MIRRORS: Bobrick P-293-6, tilt mirror, polished stainless steel face, ##1630 16"wide X 301' high. Satin finish stainless steel frame. 10840-2 Y I 2.08 STAINLESS STEEL SHELF: Bobrick #B-296, 241' long, 6" deep. 2.09 INSTALLATION Install toilet accessory units in accordance with manufacturers' instructions, using fasteners which are appropriate to substrate and recommended by manufacturer of unit. Install units plumb and level, firmly anchored in locations indicated. 2.10 ADJUST AND CLEAN A. Adiust toilet accessories for proper operation and verify that mechanisms function smoothly. B. Replace damaged or defective units. C. Clean and polish all exposed surfaces after removing protective coatings. ***END OF SECTION*** 10600-3 • rl 9 blVISIgN 15_,—MECH N1CAL 40 A. General: Except as otherwise indicated, provide panelboards, enclosures and ancillary components, of types, sizes, and ratings indicated, which comply with manufacturer's standard materials; with the design and construction in accordance with published product information; equip with proper number of unit panelboard devices as required for complete installation. panelboards shall have an UL integrated equipment rating equal to or greater than minimum shown on drawings. This rating shall be obtainable through the use of UL listed series ratings. B. Power Distribution Panelboards: Provide dead -front safety type power distribution panelboards as indicated, with panelboard switching and protective devices in quantities, ratings, types, and with arrangement shown; with anti -turn solderless pressure type main lug connectors approved for use with copper conductors. Equip with copper bus bars with not less than 98 -percent conductivity, and with full-sized neutral bus, provide suitable lugs on neutral bus for outgoing feeders requiring neutral connections. Provide molded -case main and branch circuit -breaker types for each circuit, with toggle handles that indicate when tripped. Where multiple -pole breakers are indicated, provide with common trip so overload on one pole will trip all pales simultaneously. Provide panelboards with bare uninsulated grounding bars suitable for bolting to enclosures. C. Lighting and Appliance Panelboards: Provide dead -front safety type lighting and appliance panelboards as indicated, with switching and protective devices in quantities, ratings, types and arrangements shown; with solderless pressure type lug connectors approved for use with copper conductors; equip with copper bus bars, full-sized neutral bar, with bolt -in type heavy-duty, quick -make, quick -break circuit -breakers, with toggle handles that indicate when tripped. Provide suitable lugs on neutral pus for each outgoing circuit: and provide bare uninsulated grounding bars suitable for .bolting to enclosures. Select enclosures fabricated by same manufacturer as panelboards, which mate and match properly with panelboards._ D. Panelboard Enclosures: Provide galvanized sheet steel cabinet type enclosures, in sizes and HEMA types as indicated, code --gage, minimum 16 -gauge thickness. Construct with multiple knockouts and wiring gutters.. Provide fronts with adjustable trim clamps, and doors with flush locks and keys, all panelboard enclosures 1.6470-2 keyed alike, with concealed piano door hinges. Equip with interior circuit -directory frame, and card with clear plastic covering. Provide baked gray enamel finish over a rust inhibitor coating. Design enclosures for recessed or surface mounting as indicated. Provide enclosures which are fabricated by same manufacturer as panelboards,. which mate and match properly with panelboards to be enclosed. E. Molded -Case Circuit Breakers: Provide factory -assembled, molded -rase circuit breakers of frame sizes, characteristics, and ratings including RMS symmetrical interrupting ratings indicated. Select breakers with permanent thermal and instantaneous magnetic trip of ampere ratings as indicated. Construct with overcenter, trip -free, toggle -type operating mechanisms with quick --make, quick -break action and positive handle trip indication. Construct breakers for mounting and operating in any physical position, and operating in an ambient temperature of 40 degree C. Provide breakers with mechanical screw type removable connector lugs, AL,/Cu rated. 3.01 EXAMINATTON A. The interrupting rating of all circuit breakers installed panels shall equal or exceed the largest circuit breaker interrupting rating in the panel. A. install panelboards and enclosures as indicated, in, accord- ance with manufacturer's written instructions, applicable requirements of NEC standards and NECA's „Standards of installation", and in compliance with recognized industry practices to ensure that products fulfill requirements. B. Tighten connectors and terminals, including screws and bolts, in accordance with equipment manufacturer's published torque tightening values for equipment connectors. Where manufacturer's torquing requirements are not indicated, tighten connectors and terminals to comply with tightening torques specified in UL Stds 486A and B. c. Fasten enclosures firmly to walls and structural surfaces, 1&470-3 C> C] ensuring that they are permanently and mechanically anchored. D. Fill out panelboard's circuit directory card upon completion of installation work. Gard must be typewritten. WILMOU61IR01114WE A. Provide aqui.pment grounding connections for panelboard enclooures as indicated. Tighten connections to comply with tightening torques specified in UT, 486A to assure permanent and effective grounds. END ❑F SECTION 16470 16470-4 40 1.01 RELATED - DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division -1 Specification sections, apply to work of this section. 1.02 WORK -INCLUDE : A. Location and details of interior lighting fixture work are indicated on drawings and in schedules. 1.03 aU2Hj'I'TALS: A. Product data: Submit manufacturer's product data and installation instra.icticns on each type interior building lighting fixture and component. B. Shop Drawings: submit fixture shop drawings in booklet form with separate sheet for each fixture, assembled in "luminaire type" alphabetical or numerical order, with proposed fixture and accessories clearly indicated on each sheet. Submit details indicating compatibility with ceiling grid system. 1.04 CODES ANIl aTANDARM A. Electrical Code Compliance: Comply with applicable local code requirements of the authority having jurisdiction and NEC Articles 220, 410, and 510 as applicable to installation and construction of interior building lighting fixtures. B. NEMA Compliance: Comply with applicable requirements of NEMA Stds Rub/No."s LE 1 and LE 2 pertaining to lighting equipment. C. UL Compliance: Comply with III, standards, including UL 486A and U, pertaining to interior lighting fixtures. Provide {ntwrinr 7 i-hhi fiat urcn d + ....�...,...':� .. i..a ..-... u,a ..., n�ri+.ainii+tom vri+ilia si 1E Fs 1J.4"'11S31: B[3 and labeled. D. C13M Labels: Provide fluorescent lamp ballasts which comply with Certified Ballast Manufacturers Association standards and carry the CD label. 16515-1 2.0 . A. General: Provide lighting fixtures, of sizes, types and ratings indicated; complete with, but not limited to, housings, lamps, lamp holders, reflectors, energy efficient ballasts, starters and wiring. Ship fixtures factory - assembled, with those components required for a complete installation. Design fixtures with concealed hinges and catches, with metal parts grounded as common unit, and so constructed as to dampen ballast generated noise. S. Fixture manufacturers shall be as listed on the drawings. C. Wiring: Provide electrical wiring within fixture suitable for connecting to branch circuit wiring as follows: 1. NEC Type AF for 120 volt, minimum No. 18 AWG. 2. NEC Type SF --2 for 277 volt, minimum No. 18 AWG. D. Fluorescent Lamp Ballasts: Provide energy efficient fluorescent lamp ballasts capable of operating lamp types indicated; with high power factor, rapid -start, and low -noise features; Type 1; Class Pp sound -rated A. E. Lamps: Provide lamps of types as indicated. PAR' 3 - EYMUTION 3.01 INSTALLATION OF INTERIOR LIGHTI zEI}2TUREs: A. Install interior lighting fixtures at locations and heights as indicated, in accordance with fixture manufacturer's written instructions, applicable requirements of NEC,..NECA's "Standard of installation", NEMA standards, and with recognized industry practices to ensure that lighting fixtures fulfill requirewe t6. B. Provide fixtures and/or fixture outlet boxes with hangers to properly support fixture weight. submit design of hangers, method of fastening, other than indicated or specified herein, for review by Architect. - C. Install flush mounted fixtures properly to eliminate light leakage between fixture frame and finished surface. 16515-2 U. Provide plaster frames for recessed fixtures installed in other than suspended grid type acoustical ceiling systems. Brace frames temporarily to prevent distortion during handling. Refer to architectural reflected ceiling plan for ceiling types.. E. Fasten :fixtures securely to indicated structural supports; and ensure that pendant fixtures are plumb and level. Provide stem hanger with ball aligners and provisions for minimum one inch vertical adjustment. F. 'Tighten connectors and terminals, including screws and bolts, in accordance with equipment manufacturer's published torque tightening values for equipment connectors. Where manufac- turer's torquing requirements are not indicated, tighten connectors and terminals to comply with tightenii:g torques specified in UL Stds 486A and B, and the National Electrical Code. G. Support surface mounted fixtures greater than 2 fest in length at a paint in addition to the outlet box fixture stud. H. Coordinate exact fixture locations with architectural reflected ceiling plan. 1. Recessed fixtures in removable ceilings shall be connected to the branch circuit wire from an accessible junction box. Where fluorescent fixture housings are connected, together. usR 50 degrees c: wire for branch circuit Peed through fixture channels. 3.02 FIELL?12DALTTy COffTBQL: A. At Date of Substantial Completion, replace lamps in interior lighting fixtures which are observed to be noticeably dimmed after Contractor's use and testing, as judged by Architect. D. Furnish stock or replacement lamps amounting to 15%, but not less than 4 lamps in each case, of each type and size lamp u^cd i:, ea._.,. typo fixture. ve.Liver replacement stock as directed to owner's storage space. 3.03 ALU_US'_MQ AND QLEANJur,: A. Clean interior lighting fixtures of dirt and construction debris upon completion of installation. Clean fingerprints and smudges from lenses. B. Protect installed fixtures from damage during remainder of construction period. 16515-3 3.04 GROUMUNG . A. Provide equipment grounding connections for interior lighting fixtures. END OF SECTION 16515--4 Project Generated Income Agreement Between Department of Community Affairs and Indian River Board of County Commissioners By signature of the authorized contract (subgrantee) official below, the subgrantee agrees to the following terms: 1. All PGI expenditures must be for the 21 program purposes outlined in the Controlled Substances Act (21 U.S.C. 801 ct seq.). 2. All PGI will be expended according to the PGI Quarterly Report attached, pursuant to all of the provisions contained in Section H of 5ubgrant _ 98 -CJ -6J-1040-01-1.03 _._.�..��. 3. Any additional PGI carred during the subgrant period from Subgrant 98 -C7 -6J -10-4Q-01-103 which is not included in the attached PGI Quarterly Report shall also be expended in accordance with this Agreement. However, said additional PGI may be separately allocated to the various budget categories by submission and approval of the PGI Quarterly Report reflecting said additional PGI. 4. Any deviation in expenditures from the PGI Quarterly Report attached, or as amended, must be approved in writing by the Department of Community Affairs (DCA) prior to expenditures of funds. 5. Upon approval by DCA to expend PGI, the subgrantee assures DCA that every effort will be made to expend PGT funds in a reasonable period of time, but in any event, within two years of the last addition of PGI under this Agreement, unless otherwise approved in writing by DCA. 6. This Agreement will automatically terminate upon approval by DCA of all PGI expenditures resulting from assets, seizures, and forfeitures during the subgrant period, Department of Community Affairs: BY: Name/Title Date Subgrante BY: G t Kenneth R. Macht, Chairman Name/Title Approved by the BCC juiy 6, 1999 Date 59-60000674 Subgrantee FEID # CA b � n 03 y tR a .7r � d m v m $ W n N E CJ T�5 V A 1 rm fq � ¢ .1 o !-4 c3 ti &b co � �, ,c ', 94. �tr a m 40 11 Drug Cogny and S atear Improvement Prn'ec1 Pro'eet Ceneraler! Income Report 1. The Project Generated Income (PGI) Reporting Form is designed to report income and interest earned as a result of project activities and to request expenditures of same. 2. t=ill in the required information in the blank spaces at the top of the form (county, subgrantee, project number, report period, the appropriate reporting period by quarter, pruject title, and proposed method of expenditure). 3. Column 1: Total Assets and Seizures Forfeited and Cather Income Generated as a Result Of Grant Activities this Quarter--'fltis column must reflect the total amount of cash received as a result of sales of seized property and cash seized during this quarter. 4. Column 2: Total Amount of PGI Earned this Quarter -- "Clue Forfeitures column must reflect 75 percent or the percentage of federal funding of the amount reflected in the Assets and Seizures Forfeited column. (Example:. if grant is split 50150, oniy 50 percent of Total Forfeitures should be reflected.] The Interest column must reflect interest earned on forfeitures. 5. Column 3: Total Amount of PGI Famed to Date -- This column should reflect a cumulative total of PGI (Forfeitures and Interest) earned to date. 6. Column 4: Total Amount of PGl Unbudgeted -- This column should reflect the amount of PGI not budgeted in Column 5. 7, Column 5: Requesting Budget Approval to Expend PGI by Budget Category -- This column thnuld reflect s cur uilativc breakdown by budget category of praiposea aatd ahuisdy approved expenditures. The letter of submission requesting; approvat to expend PGI must indicate the amount, method of expenditure (Addition or Match) and the purpose for which it will be expended and must be submitted along with the Budget Narrative and Project Gencrated Income Agreement (copy of blank Budget Narrative and Agreement attached). 8. Column 6. PGI Expenditures by Budget Category to Date --'Chis column should reflect a continuous update of P(A expenditures. The dollar amounts reflected in each budget category should be cumulative for all previous quarters of'grant operation. 9. Column 7: Remaining PGI to be Expended by Budget Category -- This column should reflect PGI funds that have been approved for expenditure but have not been expended. The remaining funds should be reflected by budget category and should be cumulative. 10, When requesting authorization to expend, submit two (2) Full copies of the PGI Report (including the Budget Narrative page) and two (2) copies of clic agreement with Qriginal signatures. NOTE: PGI reports must be submitted quarterly, even after the project ends, unfit nll PCI earned is expeuded. Revised 09/26/95 Ifrstruclior+s for C7nrrpleltrrp PGI Report For►rt's