R25-120 1 RESOLUTION NO. R25-120
2
3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON
4 BEACH, FLORIDA, AWARDING INVITATION TO BID NO. PWE25-022B
5 FOR THE BOYNTON BEACH FIRE STATION #5 EOC RE-ROOFING,
6 WATERPROOFING & PAINTING PROJECT TO BEST ROOFING
7 SERVICES, LLC, AND APPROVING THE AGREEMENT WITH BEST
8 ROOFING SERVICES, LLC IN AN AMOUNT OF $408,451.58, PLUS A 10%
9 CONTINGENCY OF $40,845.15 FOR A TOTAL NOT TO EXCEED
10 $449,296.58; AND FOR ALL OTHER PURPOSES.
II
12 WHEREAS, the City issued Invitation to Bid ("ITB") PWE25-022B for the Boynton Beach Fire
13 Station #5 EOC Re-Roofing, Waterproofing & Painting Project; and
14 WHEREAS, the Procurement Division determined that Best Roofing Services, LLC was the
15 lowest responsive and responsible bidder; and
16 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the
17 best interests of the City's citizens and residents to award ITB No. PWE25-022B for the Boynton
18 Beach Fire Station #5 EOC Re-Roofing, Waterproofing & Painting Project to Best Roofing Services,
19 LLC, and approve the Agreement with Best Roofing Services, LLC in an amount of $408,451.58,
20 plus a 10% contingency of $40,845.15 for a total not to exceed $449,296.58.
21
22 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON
23 BEACH, FLORIDA, THAT:
24 SECTION t The foregoing "Whereas" clauses are hereby ratified and confirmed as
25 being true and correct and are hereby made a specific part of this Resolution upon adoption.
26 SECTION 2. The City Commission of the City of Boynton Beach, Florida, hereby awards
27 ITB No. PWE25-022B for the Boynton Beach Fire Station #5 EOC Re-Roofing, Waterproofing &
28 Painting Project to Best Roofing Services, LLC.
29 SECTION 3. The City Commission of the City of Boynton Beach, Florida, does hereby
30 approve an Agreement between Best Roofing Services, LLC, and the City for ITB No. PWE25-022B
31 for the Boynton Beach Fire Station #5 EOC Re-Roofing, Waterproofing & Painting Project in an
32 amount of $408,451.58, plus a 10% contingency of $40,845.15 for a total not to exceed
33 $449,296.58 (the "Agreement"), in form and substance similar to that attached as Exhibit A.
34 SECTION 4. The City Commission of the City of Boynton Beach, Florida, hereby
35 authorizes the Mayor to execute the Agreement. The Mayor is further authorized to execute any
36 ancillary documents required under the Agreement or necessary to accomplish the purposes of
37 the Agreement, including any term extensions as provided in the Agreement, provided such
38 documents do not modify the financial terms or material terms.
39 SECTION 5. This Resolution shall take effect in accordance with the law.
40
41
42
43
44
45 [SIGNATURES ON THE FOLLOWING PAGE]
46
47 PASSED AND ADOPTED this 1 th day of Mcti 2025.
48 CITY OF BOYNTON BEACH, FLORIDA
49 YES NO
50 Mayor- Rebecca Shelton
51
52 Vice Mayor-Woodrow L. Hay
53
54 Commissioner-Angela Cruz
55
56 Commissioner-Thomas Turkin -IIP_ •.11-
57
58 Commissioner-Aimee KelleyI .
59
60 VOTE ivi-'1)
61 ATT ST
62 ��
63 I .1ifiL► A /_
64 Mayle• D Jesus, MP MC Re:ecca Shelton
65 City C e/ Mayor
66 �.�..
67 :.,OF.BOyNTp`�� APPROVED AS TO FORM:
68 (Corporate Seal) ;v3l VT" °'�,�%19
69 i : L Z i
70 �NtORpo r i f 1/?G
,..7;d4,11h
4 9 CD:
71 +, •. Shawna G. Lamb
I
72 tt .i,'••.....•• 1
`.,ORIDA =- City Attorney
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH
AND
BEST ROOFING SERVICES, LLC.
BOYNTON BEACH FIRE STATION #5 EOC RE-ROOFING, WATERPROOFING &
PAINTING PROJECT
THIS AGREEMENT is entered into by and between the CITY OF BOYNTON
BEACH, a municipal corporation organized and existing under the laws of Florida, with
a business address of 100 East Ocean Ave., Boynton Beach, FL 33435, hereinafter
referred to as-"CITY", and BEST ROOFING, LLC., a Florida Corporation, with a
business address of 1600 NE 12th Terrace, Fort Lauderdale, Florida 33305, hereinafter
referred to as the "CONTRACTOR," each a "Party" and collectively the "Parties."
WHEREAS, the City of Boynton Beach's Public Works Engineering Department
identified significant maintenance and repairs were necessary for the roof of the
Boynton Beach Fire Station # 5 Emergency Operations Center to prevent waterproof
failure; and,
WHEREAS, the City's Public Works Department developed specifications to
seek a qualified contractor to perform the necessary roof repairs, maintenance and
waterproof system replacement; and,
WHEREAS, on February 13, 2025, the Purchasing Division issued Invitation to
Bid (ITB) No. PWE 25-022B for the Boynton Beach Fire Station #5 EOC Re-Roofing,
Waterproofing and Painting; and
WHEREAS, a pre-bid meeting was held on February 25, 2025, accompanied
by a site visit, which was attended by several interested bidders; and
WHEREAS, the ITB closed on March 24, 2025, with 3 bid submissions; and
WHEREAS, after reviewing the submissions, the Purchasing Division
determined that Best Roofing Services, LLC., was the lowest responsive and
responsible bidder; and
WHEREAS, the CITY has selected the CONTRACTOR to perform construction
services related to the Boynton Beach Fire Station #5 EOC Re-Roofing, Waterproofing
and Painting Project; and
WHEREAS, at its meeting of 'Mai (o) .2oQ5- , by Resolution No.
`?N.ZS- 12D, the CITY Commission approved this award to CONTRACTOR and
authorized the proper CITY officials to execute this Agreement hereinafter referred to
as Contract No.: and used interchangeably with "contract".
NOW, THEREFORE, CITY and CONTRACTOR, in consideration of the
mutual covenants hereinafter set forth, agree as follows:
PWE25-022B Boynton Beach Fire Station[00 a 5 Re-Roofing,Waterproofing and
Painting Project
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
Article 1. SCOPE OF WORK AND CONTRACTOR.
CONTRACTOR shall furnish all labor, materials, equipment, services, and incidents necessary to
perform all "WORK" described in the Contract Documents (as defined in Article 7 below) and
related thereto for the Project. The terms and conditions of Bid No. PWE 25-022B and
CONTRACTOR's bid are expressly incorporated into this Agreement by reference. Any conflict
or discrepancy between the terms of this Agreement, Bid No. PWE 25-022B, and
CONTRACTOR's bid, shall be resolved pursuant to the following order of precedence (1) this
Agreement, (2) Bid No. PWE 25-022B; and 3. CONTRACTOR's bid.
Article 2. CONSULTANT.
Shall mean the City of Boynton Beach, which has designed the Project and will assume all duties
and responsibilities and will have the rights and authority assigned to CONSULTANT in
connection with the completion of the WORK in accordance with the Contract Documents.
Article 3. CONTRACT TIME; TERMINATION; LIQUIDATED DAMAGES.
3.1 Contract Time. The WORK will be substantially completed within Ninety (90) calendar
days from the City's Notice to Proceed, when the Contract Time commences to run as
provided in paragraph 2.3 of the General Conditions and completed and ready for final
inspection and payment in accordance with paragraph 14.9 of the General Conditions
within Thirty (30) calendar days from the date of Substantial Completion.
3.2 Termination for Convenience. This Agreement may be terminated by CITY for
convenience, upon providing fourteen (14) business days of written notice to
CONTRACTOR for such termination. In the event of termination, CONTRACTOR shall be
paid its compensation for services performed until the termination date, including services
reasonably related to termination. In the event that CONTRACTOR abandons this
Agreement or causes it to be terminated, CONTRACTOR shall indemnify CITY against
loss pertaining to this termination.
3.3 Termination for Cause. In addition to all other remedies available to CITY, this
Agreement shall be subject to cancellation by CITY for cause. should CONTRACTOR
neglect or fail to perform or observe any of the terms, provisions, conditions, or
requirements herein contained, if such neglect or failure shall continue for a period of thirty
(30) days after receipt by CONTRACTOR of written notice of such neglect or failure.
3.4 Liquidated Damages. The CITY and CONTRACTOR recognize and acknowledge that
time is of the essence of this Contract and that the CITY will suffer financial loss if the
WORK is not completed within the times specified in paragraph 3.1 above, plus any
extensions thereof allowed in accordance with Article 12 of the General Conditions. Each
of the parties acknowledges that it has attempted to quantify the damage which would be
suffered by the CITY in the event of the failure of CONTRACTOR to perform in a timely
manner, but neither one has been capable of ascertaining such damages with certainty.
CITY and CONTRACTOR also recognize and acknowledge the delays, expense, and
difficulties involved in proving in a legal preceding the actual loss suffered by the CITY if
the WORK is not completed on time. Accordingly, instead of requiring any such proof, the
CITY and CONTRACTOR agree that as liquidated damages for delay (but not as a
penalty) CONTRACTOR shall pay the CITY Five Hundred Dollars ($500.00) for each
day that expires after the time specified in paragraphs 3.1 for substantial completion until
the WORK is substantially complete. After Substantial Completion, if CONTRACTOR shall
neglect, refuse or fail to complete the remaining WORK within the Contract Time or any
PWE25-022B Boynton Beach Fire Station EOC M 5 Re-Roofing.Waterproofing and
Painting Project
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
proper extension thereof granted by the CITY, CONTRACTOR shall pay CITY Two
Hundred Fifty ($250.00) for each day that expires after the time specified in paragraph
3.1 for completion and readiness for final payment.
Article 4. CONTRACT PRICE.
CITY shall pay CONTRACTOR, for the faithful performance of the Contract, in lawful money
of the United States of America, and subject to the additions and deductions as provided
in the Contract Documents. a total sum as follows:
Based on the Contract prices shown in the Bid Form submitted to the CITY as
subsequently revised and as stated herein, a copy of such Bid Form being a part of the
Contract Documents, the aggregate amount of this Contract(obtained from either the lump
sum price, the application of unit prices to the quantities shown in the Bid Form or the
combination of both) not to exceed: Four Hundred Eight Thousand, Four Hundred
Fifty One Dollars and Fifty Eight Cents ($408,451.58).
Contingency Funds - ALL CONTINGENCY SUMS ARE CITY'S CONTINGENCY AND
REMAIN THE CITY'S PROPERTY UNTIL EXPENSE IS APPROVED. The contract price
shall not include any contingency amounts. If the Contract or schedule of bid prices
includes an agreed sum as a contingency, such amount is identified solely for budget
purposes and remains the city's funds. The city may approve the use of contingency funds
only for the purpose of defraying the expenses due to unforeseen conditions, extra work,
and circumstances relating to construction unless otherwise agreed. Such contingency
funds are not for use by the Contractor to cover shortfalls in the Contractor's bid amount
and not for use by the City to increase the scope of work.
Contractor shall obtain prior written approval from City prior to the expenditure of
contingency funds, and Contractor will be required to furnish documentation evidencing
expenditures charged to contingency and/or allowances prior to the release of such funds
by City. All uncommitted contingency funds remain the funds of City.
Contingency. City and Contractor agree the Project budget shall include City's
contingency. which shall be utilized as outlined above. The Contingency shall be 10%
percent or $ 40,845.15 to account for any unforeseen conditions only approved by
the City Manager.
Article 5. PAYMENT PROCEDURES.
5.1 Progress Payments. CONTRACT may submit an Application for Payment as
recommended by CONSULTANT, for WORK completed during the Project at intervals
of not more than once a month. All progress payments will be on the basis of the
progress of WORK measured by the schedule of values established in Paragraph 2.9.1
of the General Conditions and in the case of Unit Price Work based on the number of
units completed or, in the event there is no schedule of values. as provided in the
General Requirements.
5.2 Prior to Substantial Completion progress payments will be made in an amount equal
to 90% of WORK completed, but, in each case, less than the aggregate of payments
previously made and less such amounts as CONSULTANT shall determine, or CITY
may withhold. in accordance with paragraph 14.5 of the General Conditions.
5.3 CONTRACTOR shall submit with each Application for Payment, an updated progress
PWE25.0228 Boynton Beach Fre Station EOC a 5 Re-Roofing.Waterproofing and
Painbng Prgect
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
schedule acceptable to the CITY and a Warranty of Title/Release of Liens relative to
the Work that is the subject of the Application. Each Application for Payment shall be
submitted to the CITY for approval.The CITY shall make payment to the CONTRACTOR
within thirty (30) calendar days after approval by the CITY of CONTRACTOR'S
Application for Payment and submission of an acceptable updated progress schedule.
5.4 Five percent (5) of all monies earned by the CONTRACTOR shall be retained by
the CITY until Final Completion of the construction services purchased (defined
as that point at which one hundred (100) percent of the construction of the work
as defined in the Contract Schedule of Values has been performed under the
contract by the CONTRACTOR) has been reached and accepted by CITY.
5.5 The CITY may withhold,in whole or in part.payment to such extent as may be necessary to protect itself from loss on
account of:
a. Defective Work not remedied.
b. Claims filed or reasonable evidence indicating probable filing of claims by other
parties against CONTRACTOR.
c. Failure of CONTRACTOR to make payments properly to
SUBCONTRACTORS or for material or labor.
d. Damage to another CONTRACTOR not remedied.
e. Liquidated damages and costs incurred by the CITY for extended
construction administration.
f. Failure of CONTRACTOR to provide any document(s) required by the
Contract Documents.
5.6 When the above grounds are removed or resolved, or CONTRACTOR provides a
surety bond or consent of Surety, satisfactory to the CITY, which will protect the CITY
in the amount withheld, payment may be made in whole or in part.
5.7 Final Payment. Upon final completion and acceptance of the WORK in accordance with
paragraph 14.10 of the General Conditions, CITY shall pay the remainder of the
Contract Price as recommended by CONSULTANT as provided in paragraph 14.10.
CONTRACTOR acknowledges that if final payment shall not be made until consent of
surety is received by CITY.
5.8 All payments shall be governed by the Local Government Prompt Payment Act, as set
forth in Part VII, Chapter 218, Florida Statutes.
Article 6.RETAINAGE,
Within 30 calendar days after reaching the earlier of substantial completion or beneficial
occupancy, the City/Owner and the CONTRACTOR will inspect the work and develop a
punch list covering those items required to render complete, satisfactory, and acceptable
construction services purchased by the City/Owner. The punch list will include a schedule
of values that provides the estimated cost to complete each item on the punch list. If the
City/Owner and CONTRACTOR are unable to agree on an item or value, the City/Owner
has final discretion on whether to include an item and the amount for valuation of the cost
to complete each item on the punch list.
Within 20 business days after the creation of the punch list, the remaining contract
balance, including retainage, will be paid to the CONTRACTOR in less than 150percent
of the cost to complete the items on the punch list. Upon reaching final acceptance for an
item or all items, the 15C percent withheld for each item will be released with final
payment. For projects valued at $10 million or more. the 30-calendar day period may be
extended to 45 calendar days.
PWE25-0228 Boynton Beach Fire Station EOC e 5 Re-Roofing.Waterproofing and
Painting Project 4
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
Article 7. CONTRACTOR GUARANTEE.
CONTRACTOR warrants all work, materials, and equipment shall be free from damages
and/or defects owing to faulty materials or workmanship for a period of one (1) year after
completion of the WORK covered by this Contract. The CONTRACTOR, free of all costs to
the CITY.shall replace any part of the equipment, materials, or work included in this Contract,
which proves to be defective by reason of faulty materials, damages, and/or workmanship
within twelve (12) month period.
Article 8. CONTRACT DOCUMENTS.
The Documents hereinafter listed shall form the Contract. and they are as fully a part of the
Contract as if attached hereto:
8.1 Request for Bid
8.2 Instructions to Proposers / Bidders
8.3 Proposal Forms (including the Proposal, Schedule(s), Submission Requirements of
Proposer/ Bidder, and all required certificates, affidavits, and other documentation)
8.4 Contract
8.5 CONTRACTOR's Bid Bond, Performance, and Payment Bond
8.6 General Conditions for Construction
8.7 Special Terms and Conditions
8.8 City Construction Standards and Details (available online at: https://www.boynton-
beach.orq/engineerinq/new-construction-department- public-works-engineering-
division )
8.9 Attachment "A" — Project Manual — Special Conditions
8.10 Attachment "B" —Technical Specifications
Article 9. NOTICE.
All notices required in this Contract shall be sent by certified mail, return receipt requested, and
if sent to CITY shall be mailed to:
Daniel Dugger, City Manager
City of Boynton Beach
100 East Ocean Ave
Boynton Beach, FL 33435
Telephone No. (561) 742-6000
Copy: Shawna G. Lamb, City Attorney
City of Boynton Beach
P.O. Box 310
Boynton Beach, Florida 33425
Telephone: (561) 742-6010/ Facsimile: (561) 742-6090
And if sent to the CONTRACTOR shall be mailed to:
Anthony DaFonseca Vice President
1600 NE 12t Terrace
Fort Lauderdale, Florida 33305
954-941-9111
Article 10. JNDEMNITY.
10.1 The CONTRACTOR shall indemnify and hold harmless the CITY and its officers,
employees, agents, instrumentalities, and the State of Florida from liability, losses or
PWE25-022B Boynton Beach Fire Station EOC N 5 Re-Roofing.Waterproofing and
Painting Project
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
damages, including attorneys' fees and costs of defense through the conclusion of any
appeals, which the CITY or its officers, employees, agents or instrumentalities may
incur as a result of claims, demands, suits, causes of actions or proceedings of any
kind or nature to the extent such actions arising out of or resulting from the negligence,
recklessness, or intentional wrongful misconduct of CONTRACTOR, its employees, agents,
partners, principals or subcontractors during the term of this Agreement or resulting
thereafter. The CONTRACTOR shall pay all claims and losses in connection therewith
and shall investigate and defend all claims, suits or actions of any kind or nature in the name
of the CITY, where applicable, including appellate proceedings, and shall pay all costs,
judgments, and attorneys' fees which may issue thereon. The CONTRACTOR
expressly understands and agrees that any insurance protection required by this
Agreement or otherwise provided by the CONTRACTOR shall in no way limit the
responsibility to indemnify, keep, and save harmless and defend the CITY or its officers,
employees, agents, and instrumentalities as herein provided.
10.2 CONTRACTOR's aggregate liability pursuant to this indemnification provision shall not
exceed one and one-half (1 1/2) times the contract price or One Million Dollars
($1,000,000) per occurrence, whichever is greater.
10.3 Upon completion of all services, obligations, and duties provided for in this Agreement,
or in the event of termination of this Agreement for any reason, the terms and conditions
of this Article shall survive indefinitely.
10.4CITY reserves the right to select its own legal counsel to conduct any defense in any
such proceeding and all costs and fees associated therewith shall be the responsibility
of CONTRACTOR.
10.5 Nothing contained herein is intended nor shall be construed as a contractual waiver of
the CITY's rights, limits, and immunities under the common law or Section 768.28,
Florida Statutes, as may be amended from time to time, nor a waiver of any defense
the CITY may have and shall not be construed as consent to be sued by third parties
based on any claims arising under this Contract. CONTRACTOR and CITY agree that
any liability of the CITY under this Contract shall be limited to the amounts set forth in
Sec. 728.68, Florida Statutes.
Article 11. REIMBURSEMENT OF CONSULTANT EXPENSES.
Absent excusable delays( force majeure, acts of God. or delays caused by others)Should the completion of
this Contract be delayed beyond the specified or adjusted time limit, CONTRACTOR shall reimburse the
CITY for all expenses of consulting and inspection incurred by the CITY during the period between said
specified or adjusted time and the actual date of final completion. All such expenses for consulting and
inspection incurred by the CITY will be charged to the CONTRACTOR and be deducted from
payments due CONTRACTOR as provided by this Contract. Said expenses shall be further defined as
CONSULTANT charges associated with the construction contract administration, including
resident project representative costs.
Article 12. FLORIDA'S PUBLIC RECORDS LAW.
The CITY is a public agency subject to Chapter 119, Florida Statutes. The CONTRACTOR
shall comply with Florida's Public Records Law. Specifically, the CONTRACTOR shall:
12.1 Keep and maintain public records required by the CITY to perform the service;
12.2 Upon request from the CITY's custodian of public records, provide the CITY with
a copy of the requested records or allow the records to be inspected or copied
within a reasonable time at a cost that does not exceed the cost provided in
Chapter 119, Florida Statue or as otherwise provided by law;
12.3 Ensure that public records that are exempt or that are confidential and exempt
from public record disclosure requirements are not disclosed except as
PWE25-0228 Boynton Beach Fire Station EOC#5 Re-Roofing,Waterproofing and
Painting Project 6
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
authorized by law for the duration of the contract term and, following completion
of the contract, CONTRACTOR shall destroy all copies of such confidential and
exempt records remaining in its possession once the CONTRACTOR transfers
the records in its possession to the CITY; and,
12.4 Upon completion of the contract, CONTRACTOR shall transfer to the CITY, at
no cost to the CITY, all public records in CONTRACTOR's possession. All
records stored electronically by CONTRACTOR must be provided to the CITY,
upon request from the CITY's custodian of public records, in a format that is
compatible with the information technology systems of the CITY.
12.5 IF THE CONTRACTOR HAS QUESTIONS
REGARDING THE APPLICATION OF CHAPTER 119,
FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY
TO PROVIDE PUBLIC RECORDS RELATING TO THIS
CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS:
CITY CLERK'S OFFICE
100 E. OCEAN AVENUE
BOYNTON BEACH, FLORIDA 33435
561-742-606
CityClerk(a�bbfl.US
Article 13. F-VERIFY.
13.1 CONTRACTOR certifies that it is aware of and complies with the requirements of
Section 448.095, Florida Statutes, as may be amended from time to time and briefly
described herein below.
13.1.1 Definitions for this Section:
A. "Contractor"means a person or entity that has entered or is attempting
to enter into a contract with a public employer to provide labor,
supplies, or services to such employer in exchange for a salary,
wages, or other remuneration. "Contractor" includes, but is not limited
to, a vendor or consultant.
B. "Subcontractor" means a person or entity that provides labor,
supplies, or services to or for a contractor or another subcontractor in
exchange for a salary, wages, or other remuneration.
C. "E-Verify system" means an Internet-based system operated by the
United States Department of Homeland Security that allows
participating employers to electronically verify the employment
eligibility of newly hired employees.
13.1.2 Registration Requirement; Termination: Pursuant to Section
448.095. Florida Statutes, effective January 1, 2021, Contractors,
shall register with and use the E-Verify system in order to verify the
work authorization status of all newly hired employees. Contractor
shall register for and utilize the U.S. Department of Homeland
Security's E- Verify System to verify the employment eligibility of:
A. All persons employed by a Contractor to perform employment duties
PWE25-022B Boynton Beach fire Station EOC M 5 Re-Roofing Waterproofing and
Painting Project
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
within Florida during the term of the contract; and
B. All persons (including sub-vendors/sub-consultants/sub-contractors)
assigned by Contractor to perform work pursuant to the contract with
the City of Boynton Beach. The Contractor acknowledges and agrees
that registration and use of the U.S. Department of Homeland
Security's E-Verify System during the term of the contract is a
condition of the contract with the City of Boynton Beach; and
C. The Contractor shall comply with the provisions of Section 448.095.
Fla. Stat., "Employment Eligibility," as amended from time to time.
This includes but is not limited to registration and utilization of the E-
Verify System to verify the work authorization status of all newly hired
employees. Contractor shall also require all subcontractors to provide
an affidavit attesting that the subcontractor does not employ, contract
with, or subcontract with, an unauthorized alien. The Contractor shall
maintain a copy of such affidavit for the duration of the contract.
Failure to comply will lead to termination of this Contract, or if a
subcontractor knowingly violates the statute, the subcontract must be
terminated immediately. Any challenge to termination under this
provision must be filed in the Circuit Court no later than twenty (20)
calendar days after the date of termination. Termination of this
Contract under this Section is not a breach of contract and may not
be considered as such. If this contract is terminated for a violation of
the statute by the Contractor, the Contractor may not be awarded a
public contract for a period of one (1) year after the date of
termination.
Article 14. PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL OR
IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING -- F.S. 287.05701.
CONTRACTOR is hereby notified of the provisions of section 287.05701, Florida Statutes,
as amended, that the CITY will not request documentation of or consider CONTRACTOR's
social. political, or ideological interests when determining if the CONTRACTOR is a
responsible CONTRACTOR. CONTRACTOR is further notified that the CITY's governing
body may not give preference to a CONTRACTOR based on the CONTRACTOR's social,
political, or ideological interests.
Article 15. SCRUTINIZED COMPANIES,
By execution of this Agreement, CONTRACTOR certifies that CONTRACTOR is not
participating in a boycott of Israel. CONTRACTOR further certifies that CONTRACTOR is
not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized
Companies with Activities in Sudan List, and not on the Scrutinized Companies with
Activities in the Iran Petroleum Energy Sector List, or has CONTRACTOR been engaged
in business operations in Syria. Subject to limited exceptions provided in state law, the
CITY will not contract for the provision of goods or services with any scrutinized company
referred to above. Submitting a false certification shall be deemed a material breach of
contract. The CITY shall provide notice, in writing, to the CONTRACTOR of the CITY's
determination concerning the false certification.CONTRACTOR shall have five(5)calendar
days from receipt of notice to refute the false certification allegation. If such false
certification is discovered during the active contract term, the CONTRACTOR shall have
ninety (90) calendar days following receipt of the notice to respond in writing and
demonstrate that the determination of false certification was made in error. If the
PWE25-022B Boynton Beach Fire Station EOC N 5 Re-Roofing Waterproofing and
Painting Project �'
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
CONTRACTOR does not demonstrate that the CITY's determination of false certification
was made in error then the CITY shall have the right to terminate the contract and seek
civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to
time.
Article 16. COVENANT AGAINST CONTINGENT FEES.
The CONTRACTOR warrants that it has not employed or retained any company or person,
other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure
this Agreement, and that CONTRACTOR has not paid or agreed to pay any company or
person, other than a bona fide employee working solely for the CONTRACTOR any fee,
commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this Agreement. For breach or violation of this
warranty, the CITY shall have the right to annul this Agreement without liability or, in its
discretion to deduct from the contract price or consideration, or otherwise recover, the full
amount of such fee, commission. percentage, brokerage fee, gift, or contingent fee.
Article 17. MISCELLANEOUS.
17.1 Any and all legal action necessary to enforce the terms of this Agreement shall be
governed by the laws of the State of Florida. Any legal action arising from the terms
of this Agreement shall be submitted to a court of competent jurisdiction located
exclusively in Palm Beach County.
17.2 No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the
party sought to be bound; and specifically but without limitation, moneys that may
become due and moneys that are due may not be assigned without such consent
(except to the extent that the effect of this restriction may be limited by law), and
unless specifically stated to the contrary in any written consent to an assignment
no assignment will release or discharge the assignor from any duty or responsibility
under the Contract Documents.
17.3 City and CONTRACTOR each binds itself, their partners, successors, assigns and
legal representatives to the other party hereto, their partners, successors. assigns
and legal representatives in respect of all covenants, agreements and obligations
contained in the Contract Documents.
17.4 In the event that either party brings suit for enforcement of this Agreement, each
party shall bear its own attorney's fees and court costs. except as otherwise
provided under the indemnification provisions set forth herein above.
17.5 Prior to final payment of the amount due under the terms of this Agreement. to the
extent permitted by law, a final waiver of lien shall be required to be submitted by
the CONTRACTOR, as well as all suppliers and subcontractors whom worked on
the project that is the subject of this Agreement. Payment of the invoice and
acceptance of such payment by CONTRACTOR shall release City from all claims
of liability by CONTRACTOR in connection with this Agreement.
17.6 At all times during the performance of this Agreement, CONTRACTOR shall
protect CITY's property from all damage whatsoever on account of the work being
carried on under this Agreement.
17.7 It shall be the CONTRACTOR's responsibility to be aware of and comply with all
statutes, ordinances, rules, orders, regulations and requirements of all local, city,
state, and federal agencies as applicable.
17.8 This Agreement represents the entire and integrated agreement between City and
CONTRACTOR and supersedes all prior negotiations, representations or
agreements, either written or oral. This Agreement is intended by the parties hereto
to be final expression of this Agreement, and it constitutes the full and entire
PWE25-022B Boynton Beach Fire Station EOC K 5 Re-Roofing Waterproofing and
Painting Project
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
understanding between the parties with respect to the subject hereof.
notwithstanding any representations, statements, or agreements to the contrary
heretofore made. In the event of a conflict between this Agreement, the solicitation
and the CONTRACTOR's bid proposal, this Agreement shall govern then the
solicitation, and then the bid proposal.
17.9 This Agreement will take effect once signed by both parties. This Agreement may
be executed by hand or electronically in multiple originals or counterparts, each of
which shall be deemed to be an original and together shall constitute one and the
same agreement. Execution and delivery of this Agreement by the Parties shall
be legally binding, valid and effective upon delivery of the executed documents to
the other party through facsimile transmission, email, or other electronic delivery.
Article 18. DEFAULT OF CONTRACT & REMEDIES.
18.1 Correction of Work. If, in the judgment of CITY,work provided by CONTRACTOR
does not conform to the requirements of this Agreement, or if the work exhibits
poor workmanship, CITY reserves the right to require that CONTRACTOR correct
all deficiencies in the work to bring the work into conformance without additional
cost to CITY, and/or replace any personnel who fail to perform in accordance with
the requirements of this Agreement. CITY shall be the sole judge of non-
conformance and the quality of workmanship.
18.2 Default of Contract. The occurrence of any one or more of the following events
shall constitute a default and breach of this Agreement by CONTRACTOR:
18.2.1 The abandonment of the project by CONTRACTOR for a period of more
than seven (7) business days.
18.2.2 The abandonment, unnecessary delay, refusal of, or failure to comply with
any of the terms of this Agreement or neglect. or refusal to comply with the
instructions of the CITY's designee.
18.2.3 The failure by CONTRACTOR to observe or perform any of the terms,
covenants, or conditions of this Agreement to be observed or performed by
CONTRACTOR, where such failure shall continue for a period of seven (7)
calendar days after written notice thereof by CITY to CONTRACTOR;
provided, however, that if the nature of CONTRACTOR's default is such
that more than seven (7)calendar days are reasonably required for its cure,
then CONTRACTOR shall not be deemed to be in default if
CONTRACTOR commences such cure within said seven (7) calendar day
period and thereafter diligently prosecutes such cure to completion.
18.2.4 The assignment and/or transfer of this Agreement or execution or
attachment thereon by CONTRACTOR or any other party in a manner not
expressly permitted hereunder.
18.2.5 The making by CONTRACTOR of any general assignment or general
arrangement for the benefit of creditors, or the filing by or against
CONTRACTOR of a petition to have CONTRACTOR adjudged a
bankruptcy, or a petition for reorganization or arrangement under any law
relating to bankruptcy (unless, in the case of a petition filed against
CONTRACTOR, the same is dismissed within sixty (60) days); or the
appointment of a trustee or a receiver to take possession of substantially
all of CONTRACTOR's assets, or for CONTRACTOR's interest in this
Agreement, where possession is not restored to CONTRACTOR within
thirty (30) days: for attachment, execution or other judicial seizure of
substantially all of CONTRACTOR's assets, or for CONTRACTOR's
interest in this Agreement, where such seizure is not discharged within
thirty (30) days.
PNE25-022B Boynton Beath Fire Station EOC a 5 Re-Roofing Waterproofing and
Painting Project I0
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
18.3 Remedies in Default. In case of default by CONTRACTOR, CITY shall notify
CONTRACTOR, in writing, of such abandonment, delay, refusal,failure, neglect, or
default and direct CONTRACTOR to comply with all provisions of the Agreement.
A copy of such written notice shall be mailed to the Surety on the Performance
Bond. If the abandonment, delay, refusal, failure, neglect or default is not cured
within seven (7) days of when notice was sent by CITY, CITY may declare a default
of the Agreement and notify CONTRACTOR of such declaration of default and
terminate the Agreement. The Surety on the Performance Bond shall within ten
(10) days of such declaration of default, rectify or cause to be rectified any
mismanagement or breach of service in the Agreement and assume the work of
CONTRACTOR and proceed to perform services under the Agreement, at its own
cost and expense.
18.3.1 Upon such declaration of default, all payments remaining due
CONTRACTOR at the time of default, less all sums due CITY for damages
suffered. or expenses incurred by reason of default, shall be due and
payable to Surety. Thereafter the Surety shall receive monthly payments
equal to those that would have been paid by the CONTRACTOR had the
CONTRACTOR continued to perform the services under the Agreement.
18.3.2 CITY may complete the Agreement, or any part thereof. either by day labor,
use of a subcontractor, or by re-letting a contract for the same, and procure
the equipment and the facilities necessary for the completion of the
Agreement, and charge the cost of same to CONTRACTOR and/or the
Surety together with the costs incident thereto to such default.
18.3.3 In the event CITY completes the Agreement at a lesser cost than would have
been payable to CONTRACTOR under this Agreement, if the same had
been fulfilled by CONTRACTOR, CITY shall retain such differences.
Should such cost to CITY be greater, CONTRACTOR shall pay the amount
of such excess to the CITY.
18.3.4 Notwithstanding the other provisions in this Article, CITY reserves the right
to terminate the Agreement at any time, whenever the service provided by
CONTRACTOR fails to meet reasonable standards of the trade after CITY
gives written notice to the CONTRACTOR of the deficiencies as set forth
in the written notice within fourteen calendar (14) days of the receipt by
CONTRACTOR of such notice from CITY.
Article 19. SOVEREIGN IMMUNITY.
Nothing contained herein is intended to serve as a waiver of sovereign immunity by the
CITY or as a waiver of limits of liability or rights the CITY may have under the doctrine of
sovereign immunity or under Section 768.28. Florida Statutes.
Article 20. UNCONTROLLABLE FORCES.
Neither the CITY nor CONTRACTOR shall be considered to be in default of this Agreement
if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of
which, by the exercise of reasonable diligence, the non-performing party could not avoid.
The term "Uncontrollable Forces" shall mean any event which results in the prevention or
delay of performance by a party of its obligations under this Agreement and which is beyond
the reasonable control of the non-performing party. It includes, but is not limited to fire,
flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and
governmental actions.
PWE25.022B Boynton Beacn Fre Stat on EOC a 5 Re-Roofing Waterproofing and
Painting Project I I
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
Neither party shall, however, be excused from performance if non-performance is due to
forces which are preventable, removable, or remediable, and which the non-performing
party could have, with the exercise of reasonable diligence, prevented, removed, or
remedied with reasonable dispatch. The non-performing party shall, within a reasonable
time of being prevented or delayed from performance by an uncontrollable force, give
written notice to the other party describing the circumstances and uncontrollable forces
preventing continued performance of the obligations of this Agreement.
Article 21. NON-WAIVER.
Waiver by the CITY of any provision of this Agreement or any time limitation provided for
in this Agreement shall not constitute a waiver of any other provision.
Article 22. INDEPENDENT CONTRACTOR.
The CONTRACTOR and the CITY agree that the CONTRACTOR is an independent
contractor with respect to the Work provided pursuant to this Agreement. Nothing in this
Agreement shall be considered to create the relationship of employer and employee
between the parties hereto. Neither CONTRACTOR nor any employee of CONTRACTOR
shall be entitled to any benefits accorded CITY employees by virtue of the services
provided under this Agreement. The CITY shall not be responsible for withholding or
otherwise deducting federal income tax or Social Security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect
to CONTRACTOR, or any employee of CONTRACTOR.
Article 23. INSURANCE.
During the performance of the Work under this Agreement, CONTRACTOR shall maintain
the insurance policies required by the Insurance Advisory in the Contract Documents, and
provide originals or certified copies of all policies to CITY's Risk Management. All policies
shall be written by an insurance company authorized to do business in Florida.
CONTRACTOR shall be required to obtain all applicable insurance coverage prior to
commencing any Work pursuant to this Agreement.
Article 24. OWNERSHIP AND USE OF DOCUMENTS.
All documents, drawings, specifications and other materials produced by the
CONTRACTOR in connection with the services rendered under this Agreement shall be
the property of the CITY whether the project for which they are made is executed or not.
The CONTRACTOR shall be permitted to retain copies, including reproducible copies, of
drawings and specifications for information, reference and use in connection with
CONTRACTOR's endeavors.
Article 25. ATTORNEY'S FEES.
If either Party brings suit to enforce the Agreement, each Party shall bear its own attorney's
fees and court costs.
Article 26. COMPLIANCE WITH LAWS.
CONTRACTOR shall, in performing the Work contemplated by this Agreement, faithfully
observe and comply with all federal, State of Florida, and City of Boynton Beach ordinances
and regulations that are applicable to the Work rendered under this Agreement.
This Agreement will take effect once signed by both parties. This Agreement may be signed
by the parties in counterparts, whether signed physically or electronically, which together
PWE25-0228 Boynton Beach Fire Station EOC#5 Re-Roofing Waterproofing and
Painting Project i 2
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
shall constitute one and the same agreement among the parties. A facsimile signature shall
constitute an original signature for all purposes.
PWE25-022B Boynton Beach Fire Station EOC#5 Re-Roofing,Waterproofing and
Painting Project t
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the
day and year set forth below their respective signatures.
CITY • BOYNTON BEACH (CONTRACTOR)
I/ Q / 0J. 1.44. Fbtn,St.Ca
se . - elton, Mayor (Signature)
1rli O. (Q(Xx- Anthony w. da Fonseca
Date J Print Name of Authorized Official
General Counsel& SVP
Title-Vice President
Approved as to Form: 5/12/2025
W‘ Ct,17C Date
Office of the City Attorney
I
(Corporate Seal)
.• ORPO
'�.� 4;. ' Attest/Authenticated:
i SEA T� :�',,
• L •° ,
1 S lNCORp := i
, : ORATED: 0
'4, •.1920 ; /
1%� ..•....fl•• ;, Witness
'% ZCRIDA
Print Name
Attest-. ' thenticated:
0 t i
Maylee l -sus, City C -rk
nib4 (1 i 0/0 9c
Date J
PWE25-022B Boynton Beach Fire Station EOC#5 Re-Roofing.Waterproofing and
Painting Project 14
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
CORPORATE ACKNOWLEDGEMENT
STATE OF
COUNTY OF
The foregoing instrument was acknowledged before me by means of physical presence or online
notarization, this day of , 20_, by on behalf of
, a . He/she is personally known to me or
has produced as identification.
NOTARY PUBLIC
(Name of Notary Typed, Printed or Stamped)
Title or Rank
Serial number, if any
PkNE25-0228—Boynton Beach Fire Station p 5 Re-Roofing,Waterproofing
and Painting Project 15
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
EXHIBIT A
Project Manual
Boynton Beach F.S. #5/ EOC
Re-roofing, Ext. Waterproof & Painting
City of Boynton Beach, Florida
100% Construction
SPECIAL CONDITIONS - TABLE OF CONTENTS
PROJECT NAME: Boynton Beach F.S. #5/ EOC
Re-roofing, Ext. Waterproofing & Painting
City of Boynton Beach, Florida
LEGEND
FIRST COLUMN:SPECIFICATION SECTION NUMBER
SECOND COLUMN:SPECIFICATION SECTION TITLE
Issue& Revision History
2024-11-06 Bid Package
Section Description Firm
SC01000 General Requirements City
SC01010 Summary of Project City
SC01025 Measurement and Payment City
SC01027 Applications for Payments City
SC01041 Project Coordination City
SC01065 Permits and Fees City
SC01091 Reference Specifications City
SC01110 Environmental Protection Procedures City
SC01153 Change Order Procedures City
SC01200 Project Meetings City
SC01310 Progress Schedules City
SC01340 Shop Drawings, Work Drawings, and Samples City
SC01370 Schedule of Values City
SC01380 Construction Photographs City
SC01400 Quality Requirements City
SC01505 Mobilization City
SC01525 Construction Aids City
SC01530 Barriers City
SC01540 Security and Safety Procedures for Infrastructure Projects City
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01000 - GENERAL REQUIREMENTS
PART 1 -GENERAL
A. The Technical Specifications consist of
1.01 DESCRIPTION three (3) parts: General, Products and
Execution. The General part of a
A. Scope of Work: The work to be done Specification contains General
consists of the furnishing of all labor. Requirements which govern the work.
materials and equipment. and the Products and Execution Parts modify
performance of all work included in this and supplement the General
Contract. The summary of the Work is Requirements by detailed requirements
presented in Section SC01010: for the work and shall always govern
Summary of Project. whenever there appears to be a conflict.
B. Work Included: B. Intent:
1. The Contractor shall furnish all 1. Work not specified in the Specifications,
labor, superintendence. materials. but involved in carrying out their intent
• plant power, light, heat,fuel,water, or in the complete and proper execution
tools, appliances. equipment. of the work, is required and shall be
supplies. and means of performed by the Contractor as though it
construction necessary for proper were specifically delineated or
performance and completion of the described.
work. The Contractor shall perform
and complete the work in the 2. The silence of the Specifications as to
manner best calculated to promote any detail, or the omission from them of
rapid construction consistent with a detailed description concerning any
safety of life and property and to work to be done and materials to be
the satisfaction of the Consultant, furnished, shall be regarded as meaning
and in strict accordance with the that only the best general practice is to
Contract Documents. The prevail and that only material and
Contractor shall clean up the work workmanship of the best quality is to be
and maintain it during and after used, the interpretation of these
construction, until accepted, and Specifications shall be made upon that
shall do all work and pay all costs basis.
incidental thereto. The
CONTRACTOR shall repair or 1.03 MATERIALS AND EQUIPMENT
restore all structures and property
that may be damaged or disturbed A. Manufacturer:
during performance of the work.
1. All transactions with the manufacturers
2. The cost of incidental work or subcontractors shall be through the
described in these Contract Contractor.
Requirements, for which there are
no specific Contract Items, shall be 2. Any two (2) or more pieces of material
considered as part of the general or equipment of the same kind, type or
cost of doing the work and shall be classification, and being used for
included in the prices for the identical types of service,shall be made
various Contract Items. No by the same manufacturer.
additional payment will be made
aforementioned incidental work. B. Delivery:
3. The Contractor shall provide and 1. The Contractor shall deliver materials in
maintain such modern plant, tools, ample quantities to insure the most
and equipment as may be speedy and uninterrupted progress of
necessary, in the opinion of the the work so as to complete the work
Consultant, to perform in a within the allotted time.
satisfactory and acceptable
manner all the work required by 2. The Contractor shall also coordinate
this Contract. Only equipment of deliveries in order to avoid delay in, or
established reputation and proven impediment of.the progress of the work
efficiency shall be used. The of any related Contractor.
Contractor shall be solely
responsible for the adequacy of its 1.04 INSPECTION AND TESTING
workmanship, materials, and
equipment. A General:
1.02 CONTRACT DOCUMENTS 1. For tests specified to be made by
Boynton Beach Utilities
SC01000-1 GENERAL REQUIREMENTS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
the Contractor, the testing
personnel shall make the D. Start up Tests
necessary inspections and tests
and the reports thereof shall be in 1. As soon as conditions permit, the
such form as will facilitate checking Contractor shall furnish all labor,
to determine compliance with the materials, and instruments and shall
Contract Documents Five (5) make start-up tests of equipment.
copies of the reports shall be
submitted and authoritative 2. If the start-up tests disclose any
certification thereof must be equipment furnished under this Contract
furnished to the Consultant as a which does not comply with the
prerequisite for the acceptance of requirements of the Contract
any material or equipment. Documents.the Contractor shall,prior to
demonstration tests, make all changes,
2. If, in the making of any test of any adjustments and replacements required.
material or equipment. it is The furnishing Contractor shall assist in
ascertained by the Consultant that the start-up tests as applicable.
the material or equipment does not
comply with the Contract 1.05 CARE AND PROTECTION OF PROPERTY
Documents, the Contractor will be
notified thereof and he will be The Contractor shall be responsible for the
directed to refrain from delivering preservation of all public and private property,
said material or equipment, or to and shall use every precaution necessary to
remove it promptly from the site or prevent damage thereto. If any direct or
from the work and replace it with indirect damage is done to public or private
acceptable material,without cost to property by or on account of any act,
the CITY. omission, neglect. or misconduct in the
execution of the work on the part of the
3. Tests of electrical and mechanical Contractor, such property shall be restored
equipment and appliances shall be by the contractor, at his expense, to a
conducted in accordance with the condition similar or equal to that existing
recognized federal, state and local before the damage was done, or he shall
law test codes and manufacturer make good the damage in other manner
recommendation. acceptable to the Consultant.
B. Costs: 1.06 MEASUREMENT AND PAYMENT
1. All inspection and testing of materials Payments will be made on completion of
furnished under this Contract will be each phase of the Work and acceptance by
provided by the Contractor, unless the CITY shall be made pursuant to this
otherwise expressly specified. Contract.
2. Materials and equipment submitted by 1.07 WORKING HOURS:
the Contractor as the equivalent to
those specifically named in the Contract 1 Working on this Contract shall be
may be tested by the CITY for conducted during normal working hours
compliance. The Contractor shall (7:00 AM to 5:00 PM) on weekdays.
reimburse the CITY for the expenditures Unless otherwise authorized in writing
incurred in making such tests of by the Project Manager, no work shall
materials and equipment which are be performed on weekends. on City
rejected for non-compliance. observed holidays or between 5:00 PM
and 7:00 AM on weekdays.
C. Certificate of Manufacture:
2 Construction observation and/or
1. Contractor shall furnish Consultant inspection services needed beyond
authoritative evidence in the form of normal working hours as defined above.
Certificate of Manufacture that the shall be paid for by the Contractor at an
materials to be used in the work have hourly rate of$100.00 for each inspector
been manufactured and tested in providing such services.
conformity with the Contract Documents
upon Project completion.
2. These certificates shall be notarized and PART 2- PRODUCTS(NOT USED)
shall include copies of the results of
physical tests and chemical analyses. PART 3- EXECUTION(NOT USED)
where necessary. that have been made
directly on the product or on similar
products of the manufacturer. END OF SECTION
Boynton Beach Utilities
SC01000-2 GENERAL REQUIREMENTS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
Boynton Beach Utilities
SC01000-3 GENERAL REQUIREMENTS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01010 - SUMMARY OF PROJECT
PART 1 -GENERAL Controls:Section SC01500
1.01 WORK COVERED BY CONTRACT
DOCUMENTS/REQUIREMENTS INCLUDED 1.03 CONTRACTS
A. The work under this project consists of: The A. Construct the Work in accordance with
re-roofing (approximately 26.700 SF) Section SC01025: Measurement and
(installation of new fluid applied waterproof Payment Procedures.
roofing) over the existing fluid applied
waterproof roofing, the removal/replacement 1.04 CONTRACTOR'S USE OF SITE/PREMISES
(with new to match existing)wood trellis roof
on east side of building, the removal / A. Contractor shall limit their use of the
replacement of existing exterior joint sealants premises for Work and storage, to the areas
and the repainting of the existing building designated.
exterior in its entirety.. However, this work
includes but is not limited to: B. Coordinate use of premise under direction of
1 Cleaning and preparation of existing CITY and/or Consultant.
waterproof roofing to comply with new
waterproofing manufacturer's C. Assume full responsibility for the protection
requirements/written instructions. and safekeeping of Products under this
2. Removal/ replacement of existing roof Contract,stored on the site.
top equipment (solar panels, a/c
equipment. drains. piping, etc.) as D. Move any stored Products, under
necessary to accommodate new work. Contractor's control, which interfere with
3. Protection of all existing roofing operations of the CITY, other contractors or
components/ equipment that are to the general public.
remain.
4. Removal! replacement of existing wood 1.05 SAFETY AND OSHA COMPLIANCE
trellis roofing (east side of building)with
new wood members to match/similar to A. The Contractor shall comply in all respects
existing in material,sizes,species,etc.. with all Federal, State and Local safety and
5. Removal of all existing exterior vertical/ health regulations. Copies of the Federal
horizontal joint sealants between tilt wall regulations may be obtained from the U S.
panels, around window/ door openings, Department of Labor, Occupation Safety and
at pavement joints at buildings, at Health Administration (OSHA), Washington.
building entrance slabs to building, DC 20210 or their regional offices_
roofing. etc. In addition. the preparation
of joints to receive new sealants and the B. The Contractor shall comply in all respects
preparation of all exterior walls to with the applicable Workman's Compensation
receive new paint/coating. Laws.
B. Omission of a specific item or component of a PART 2—PRODUCTS
system obviously necessary for the proper
functioning of the equipment or system shall
not relieve the Contractor of the responsibility
of furnishing the item as part of the work at
2.2 SALVAGED MATERIALS
no additional expense to the Owner.
In the absence of special provisions to the
C. Except as specifically noted elsewhere.
Contractor(s) shall provide and pay for all Contract, salvaged materials, equipment or
labor. materials, equipment. tools supplies that occur are the property of the CITY
construction equipment and machinery, and shall be cleaned, stored and delivered to the
CITY as directed by the CITY's Project Manager.
transportation, water, heat, utilities, and
temporary facilities necessary for the proper 2.3 CERTIFIED CHEMICALS
execution and completion of work.
The Contractor shall use U.S. Department of
Agriculture certified chemicals only during
1.02 RELATED REQUIREMENTS performance of all work under this contract. All
chemicals used during project construction or
A. Section SC01025: Measurement and furnished for project whether herbicide. pesticide.
disinfectant, polymer, reactant or other
Payment classification,must show approval of either EPA or
B. Construction Facilities and Temporary USDA and be accompanied by an MSDS. Use of
Boynton Beach Utilities
SC01010-1 SUMMARY OF PROJECT
Docusign Envelope ID 3FA54B3F-CBA7-40D7-86F9-25F6504393A3
all such chemicals and disposal of residue shall be
in strict conformance with manufacturer's 3.2 GENERAL
instructions.
A. The Contractor shall, prior to entering any
PART 3—EXECUTION section, prepare Pre Construction video and
digital photographs, in accordance with
3.1 CONTRACTOR SUPERVISION Section 01390 VIDEO SITE SURVEY, of
each property and Right-of-Way (ROW)
A. As required by the Contract Documents, the areas to determine existing site conditions.
Contractor's Project Representative Together the video and photographs will
(Superintendent) shall be on site at all times provide the basis for the condition of
and actively engaged in controlling and restoration required.
coordinating all on site project activities
including direction and oversight of self-
performed and subcontractor work activities. 3
B The Superintendent/Contractor's Project
Representative shall have the full authority to
receive instructions to execute the orders or
directions of the CITY and Consultant. END OF SECTION
Boynton Beach Utilities
SC01010-2 SUMMARY OF PROJECT
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
411
SECTION 01025-MEASUREMENT AND PAYMENT PROCEDURES
PART 1 GENERAL
1.01 GENERAL
A The Contractor shall receive and accept the compensation provided in the Bid and the Contract as
full payment for furnishing all materials, labor, tools and equipment, for performing all operations
necessary to complete the work under the Contract,and also in full payment for all loss or damages
arising from the nature of the work, or from the action of the elements or from any unforeseen
difficulties which may be encountered during the prosecution of the work until the final acceptance by
the CITY.
B The prices stated in the Bid include all costs and expenses for taxes, labor,equipment, materials,
commissions, transportation charges and expenses, patent fees and royalties, labor for handling
materials during inspection,together with any and all other costs and expenses for performing and
completing the work as shown on the Drawings and specified herein.
C. The Contractor's attention is again called to the fact that the quotations for the various items of work
are intended to establish a total price for completing the work in its entirety. Should the Contractor
feel that the cost for any item of work has not been established by the Bid Form or Payment Items,
he shall include the cost for that work in some other applicable bid item,so that his proposal for the
project does reflect his total price for completing the work in its entirety.
1.02 MEASUREMENT
A The quantities for payment under this Contract shall be determined in accordance with the
applicable method of measurement therefore contained herein.
1 04 RELATED SECTIONS:
A. Applications for Payments.Section SC01027
B. Shop Drawings.Working Drawings.and Samples—Section SC01340
C. Schedule of Values:Section SC01370
D Change Order Procedures:Section SC01153
E Field Engineering Section SC01050
F. Quality Requirements:Section SC01400
G Record Drawing Requirements—Section SC01705
1.05 ALLOWANCES
A. Section includes administrative and procedural requirements governing allowances
B Section includes administrative and procedural requirements governing allowances
1 Certain items are specified in the Contract Documents by allowances. Allowances have
been established in lieu of additional requirements and to defer selection of actual materials
and equipment to a later date when direction will be provided to Contractor. If necessary,
additional requirements will be issued by Change Order.
C Types of allowances include the following.
Boynton Beach Utr[mes
SC01025-1 MEASUREMENT AND
PAYMENT PROCEDURES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
.e-
1
1 Lump-sum allowances
2. Contingency allowances
D. LUMP-SUM ALLOWANCES
1. Allowance shall include cost to Contractor of specific products and materials ordered by Owner
or selected by Architect under allowance and shall include taxes,freight and delivery to Project
site
2 Unless otherwise indicated,Contractor's costs for receiving and handling at Project site,labor,
installation,overhead and profit,and similar costs related to products and materials ordered by
Owner and selected by Architect under allowance shall be included as part of the Contract Sum
and not part of the allowance.
3. Unused Materials: Return unused materials purchased under an allowance to manufacturer or
supplier for credit to Owner,after installation has been completed and accepted.
- If requested by Architect,retain and prepare unused material for storage by Owner.Deliver
unused material to Owner's storage space as directed.
E CONTINGENCY ALLOWANCES
1 Use the contingency allowance only as directed by Architect for Owner's purposes and only by
Change Orders that indicate amounts to be charged to the allowance.
2 Contractor's overhead,profit,and related costs for products and equipment ordered by Owner
under the contingency allowance are included in the allowance and are not part of the Contract
Sum.These costs include delivery,installation,taxes,insurance,equipment rental,and similar
costs
•
3 Change Orders authorizing use of funds from the contingency allowance will include Contractor's
related costs and reasonable overhead and profit margins.
4 At Project closeout,credit unused amounts remaining in the contingency allowance to Owner by
Change Order.
F. ADJUSTMENT OF ALLOWANCES
1. Allowance Adjustment.To adjust allowance amounts,prepare a Change Order proposal based
on the difference between purchase amount and the allowance,multiplied by final measurement
of work-in-place where applicable If applicable, include reasonable allowances for cutting
losses,tolerances,mixing wastes,normal product imperfections,and similar margins.
- Include installation costs in purchase amount only where indicated as part of the allowance
- If requested,prepare explanation and documentation to substantiate distribution of overhead
costs and other margins claimed
- Submit substantiation of a change in scope of work,if any,claimed in Change Orders related
to unit-cost allowances
Boynton Beach Utilities
SC01025-2 MEASUREMENT AND
PAYMENT PROCEDURES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
- Owner reserves the right to establish the quantity of work-in-place by independent quantity
survey,measure,or count.
G. SCHEDULE OF ALLOWANCES
1 Allowance No.1: Lump Sum Allowance: Include a Lump-Sum Allowance of $20,000.00 for
permit fees reimbursement. Re-inspection or re-review fees are not covered under this
allowance Re-inspection/re-review fees shall be the responsibility of the contractor
1.07 SCHEDULE OF VALUES
A. Submit Schedule of Values at the Pre-Construction Meeting
B. The Schedule of Values shall be a computer generated original. When the Contractor's proposed
Schedule of Values is accepted by the CITY, it shall become the basis for the Application for
Payment.
C Contractor shall only revise the accepted Schedule of Values to identify, as separate line items
approved on a Field Order or Change Order The CITY may issue a Field Order substituting or
modifying Schedule of Value items.
1.08 APPLICATIONS FOR PAYMENT
A Refer to Section SC01027—APPLICATIONS FOR PAYMENT
B Submit one(1)original Application for Payment(AFP)for review,authorization and processing
H Content and Format:Utilize Schedule of Values for listing items in Application for Payment outlining
the following
1. Provide a column for each of the following
a. Item Number
b Item Description
c. Quantity
d. Unit of measurement
e Scheduled Value
f. Change Orders
g Work Completed
1. Previous Period(Quantity and Value)
2. This Period(Quantity and Value)
h. To Date(Quantity and Value)
Boynton Beach Utilities
SC01025-3 MEASUREMENT AND
PAYMENT PROCEDURES
Docusign Envelope ID:3FA54B3F-CBA7-4OD7-86F9-25F65O4393A3
i Percentage of Completion
j. Balance to Finish
k. Retainage
NOTE: There is no column for 'Materials Stored",the CITY does not pay for items ordered
and/or stored on site. As defined later in this Section,payment for pay items are paid for once
the item is installed,measured in place.completed and accepted.
I Include one (1) set of progress photographs with each Application for Payment. Refer to the
Contract Documents.specifically Section SC01380 CONSTRUCTION PHOTOGRAPHS for specific
details and requirements.
J Application for Final Payment must be marked FINAL. Contractor must include in the FINAL AFP
package,proof of payment and final settlement with the CITY with regards to any temporary and/or
construction water meters used during the course of the project.
1 09 MEASUREMENT OF AND PAYMENT FOR WORK
A. Monthly Payments to the Contractor.The Contractor shall plan its work for construction on the
basis of twelve(12)monthly pay periods per year.So long as the work is prosecuted in compliance
with the provisions of the Contract,the Contractor will,on or about the last day of the pay period,
make an approximate estimate,in writing on a form approved by the CITY of the proportionate value
of the work done,items,and locations of the work performed up to and including the last day of the
period then ending. The CONSULTANT will then review such estimate and make the necessary
recommendations to the Contractor for revision. The Contractor shall revise the Application for
Payment and resubmit to the CONSULTANT for review and Certification.Redlined Applications for
Payment will not be accepted by the CITY. tt the Contractor and the CONSULTANT do not agree
on the approximate estimate of the proportionate value of the work done for any pay period,the
determination of the CONSULTANT shall be binding.The amount of such estimate after deducting
ten percent (10%) and all previous payments, shall be due and payable to the Contractor in
accordance with the Florida Prompt Payment Act,§218.70 Florida Statutes, as may be amended
from time to time
B Substantiating Data:When the CONSULTANT requires substantiating information.Contractor shall
submit data justifying quantities and dollar amounts in question. Contractor shall provide three(3)
copies of data with cover letter for each copy of submittal showing application number and date,and
line item by number and description.
1.10 MEASUREMENT AND PAYMENT—LUMP SUM PRICES
A. Measurement methods delineated in individual specification sections complement criteria of this
section. In event of conflict,requirements of individual specification section govern.
Contractor will be responsible to determine and verify quantities.based on documents provided
D Payment Includes. Full compensation for required labor, products, tools, equipment. facilities,
transportation, services and incidentals;erection;application or installation of an item of the Work;
and overhead and profit.
1 11 Measurement of Quantities:(LUMP SUM)
E. Measurement by Volume Measured by cubic dimension using mean length.width and height or
thickness.
F. Measurement by Area Measured by square dimension using mean length and width or radius
Boynton Beach Utilities
SC01025-4 MEASUREMENT AND
PAYMENT PROCEDURES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
G Linear Measurement:Measured by linear dimension,at the item centerline Minor offsets(less than
a total of five(5)feet)will not be measured for payment. Measurement shall be along the horizontal
axis at finished grade.
I. Payment for Work does not indicate acceptance. Work items previously paid for may require
additional work effort to bring them into compliance with the requirements of the specific technical
specifications and/or project drawings
1.11 UNIT OF MEASURE-SCHEDULE OF BID PRICES
A. Payment for furnishing and installing those items cited in the Schedule of Bid Items and subsequent
Schedule of Values is noted herein. If'remove and replace"is indicated on the project construction
drawings(by either annotation or line weight),then the item descriptions below include the removal
and proper disposal of the existing items.
General
A. Bid Item No.01-General Conditions:Mobilization/Demobilization,Bonds&Insurance
1 Payment for the General Conditions shall be made on the basis of percentage of the Lump Sum
Price and shall be full compensation for preparatory work and operations in mobilizing and
demobilizing for the project including but not limited to, those operations necessary for the
movement of personnel, equipment, supplies and incidentals to and from the project site, for
establishment of temporary offices/field trailer, buildings, safety equipment, sanitary and other
facilities and compliance with permit conditions for permits secured by either the Owner or
Contractor. This pay item shall include all General Requirements not listed as separate items The
cost of bonds,required insurance,permits and any other pre-construction expense necessary for
the start of the work shall also be included in the General Conditions.
2. Indemnification-Consideration for Indemnification-Payment under this item is in accordance with
the Front-End Contract Documents
B Bid Item No.02 Selective Demolition
1. Removal of existing roof top equipment
2. Removal of existing joint sealants
3 Removal of existing wood trellis
C Bid Item No.06 Misc.Rough Carpentry
1. Wood Trellis installation.
D Bid Item No.07 Thermal and Moisture Protection
1. Roof preparation
2 New fluid applied waterproof roofing
3. Miscellaneous repairs
E. Bid Item No.09 Finishes
1. Surface preparation of existing(walls,doors/frames.etc)
2. Installation of new joint sealant
3. Re-painting of existing surfaces(walls,doors/frames,etc)
4. Miscellaneous repairs
PART 2 PRODUCTS(NOT USED)
PART 3 EXECUTION(NOT USED)
Boynton Beach Utilities
SC010255 MEASUREMENT AND
PAYMENT PROCEDURES
Docusign Envelope ID:3FA54B3F-CBA7-4OD7-86F9-25F65O4393A3
Commented[SA3):
END OF SECTION
Boynton Beath Utilities
SC01025-6 MEASUREMENT AND
PAYMENT PROCEDURES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
011
SECTION 01027 -APPLICATIONS FOR PAYMENTS
PART 1 -GENERAL signature of a responsible
officer of Contract firm.
1.01 DESCRIPTION
B. Continuation Sheets:
A. Scope of Work: Submit
Applications for Payment to the 1 Fill in total list of all scheduled
CONSULTANT in accordance with component items of work, with
schedule established by Conditions item number and scheduled
of the Contract and Agreement dollar value for each item.
between CITY and Contractor
2. Fill in dollar value in each
B. Related requirements described column for each scheduled line
elsewhere: item when work has been
performed. Round off values
1. Agreement: to nearest dollar, or as
specified for Schedule of
2. Application for Payment Form Values.
3. Progress Schedules: Section 3. List each Change Order
SC01310. executed prior to date of
submission, at the end of the
4. Schedule of Values: Section continuation sheets. List by
SC01370 Change Order Number, and
description, as for an original
5 Construction Photographs: component item of work.
Section SC01380.
4. As provided for in the
6. Contract Closeout: Section "Application for Payment" form,
SC01700. the Contractor shall certify, for
each current pay request, that
7. Project Record Documents: all previous progress payments
Section SC01720. received from the CITY, under
this Contract, have been
1.02 FORMAT REQUIRED applied by the Contractor to
discharge in full all obligations
A. Submit applications typed on form of the Contractor in connection
acceptable to CITY, Documents with Work covered by prior
(Application for Payment Form), Applications for Payment, and
with itemized data typed on 8-1/2 all materials and equipment
inch x 11 inch or 8-1/2 inch x 14- incorporated into the Work are
inch white paper continuation free and clear of all liens,
sheets. claims, security interest and
encumbrances. Contractor
1.03 PREPARATION OF APPLICATION shall attach to each Application
FOR EACH PROGRESS PAYMENT for Payment like affidavits by
all subcontractors.
A. Application Form:
1.04 SUBSTANTIATING DATA FOR
1. Fill in required information, PROGRESS PAYMENTS
including that for Change
Orders executed prior to date A Contractor shall submit suitable
of submittal of application. information, with a cover letter
identifying:
2. Fill in percent complete for
each activity and dollar value to 1. Project.
agree with respective percents. 2 Application number and date.
3. Detailed list of enclosures
3. Execute certification with
Boynton Beach Utilities
SC01027-1 APPLICATIONS FOR PAYMENTS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
B. Submit one (1) copy of data and to the CITY or CONSULTANT an
cover letter for each copy of invoice in accordance with the
application. estimate as approved. CITY will
pay Contractor, in accordance with
C. The Contractor is to maintain an Florida Prompt Payment Act,
updated set of drawings to be used §218.70, Florida Statutes, as may
as record drawings in accordance be amended from time to time.
with Section SC01720: Project
Record Documents. As a C. Each Application For Payment shall
prerequisite for monthly progress be accompanied by an updated
payments, the Contractor is to project schedule (three-week ahead
submit the updated record drawings schedule) along with the
for review by the CITY and the Construction/Progress photographs
CONSULTANT and Project Record Drawings in
accordance with Section SC01720:
D. Each monthly application for PROJECT RECORD
payment shall incorporate the DOCUMENTS and SC01380:
corresponding "monthly progress CONSTRUCTION
status report" prepared per the PHOTOGRAPHS or as directed by
requirements of Section SC01310: the CITY. Any Application For
Progress Schedules. Payment that is received without
these items will be returned to the
E. Contractor shall submit a duly Contractor without review.
executed letter from surety
consenting to payment due and D. The Contractor shall prepare a
progress to date. schedule of values by phases of
work to show a breakdown of the
F. Provide construction photographs in Contract Sum corresponding to the
accordance with Section SC01380 payment request breakdown and
Construction Photographs. progress schedule line items. The
schedule of values must also show
1.05 PROGRESS PAYMENT dollar value for each unit of work
PROCEDURES scheduled. Approved Change
Order items shall be added as
A. The Contractor will prepare and separate line items.
submit one (1) original monthly
invoice for work completed during E. Prior to initial payment request, the
the one-month period. Application Contractor shall submit the
for Payment shall be submitted in following documents to the CITY
the format of the sample form and Consultant for their review and
provided by the CITY. All approval.
information must be completed for
the pay application to be accepted. 1. List of principle subcontractors
CITY's purchase order number for and suppliers.
the project must be placed on each
application. The Application for 2. Schedule of values.
Payment must be submitted at least
three (3) days in advance in an 3. Shop drawing log.
electronic format for review by the
CITY and CONSULTANT for 4. Project schedule.
approval. Redlined Applications
for Payment will not be accepted 1.06 PREPARATION OF APPLICATION
by the CITY. FOR FINAL PAYMENT
B If the Application for Payment and A Fill in Application form as specified
support data are not approved, the for progress payments. Provide
Contractor is required to submit information as required by the
new, revised or missing information General Conditions and Section
according to the CONSULTANT's SC01700: Contract Closeout.
instructions. Otherwise, the
Contractor shall prepare and submit B Furnish evidence of completed
Boynton Beach Utilities
SC01027-2 APPLICATIONS FOR PAYMENTS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
operations insurance in accordance END OF SECTION
with the General Conditions.
C. Provide Final Release of Lien and
other closeout submittals as
required by the General Conditions.
1.07 SUBMITTAL PROCEDURES
A. Submit Applications for Payment to
the CITY at the time stipulated in
the Agreement. Review the
percents complete with the
CONSULTANT and resolve any
conflicts or discrepancies.
B. Number of copies for each Final
Application for Payment:
1. CITY: One(1)copy.
2. CONSULTANT: One(1)copy
C. When the CONSULTANT finds
Application properly completed and
correct, it will transmit the certificate
for payment to the CITY, with copy
for the Contractor.
PART 2-PRODUCTS(NOT USED)
PART 3-EXECUTION
3.01 Upon receipt by CONSULTANT and
CITY of Contractor's written Notice of
Final Completion of its work under this
Contract, CONSULTANT and CITY shall
verify all work has been completed on
the project. When all work has been
verified as complete, and the Contractor
submits the items listed below, the
Contractor may submit a final
Application for Payment:
A. Complete work listed as incomplete
at the time of Substantial
Completion and obtain
CONSULTANT certification of
completed Work.
B. Provide copy of records indicating
notification to all subcontractors and
material suppliers of Contractor's
Performance and Payment Bonds.
C. Transfer operational, access,
security and similar provisions to
CITY; remove temporary facilities,
tools and similar items.
Boynton Beach Utilities
SC01027-3 APPLICATIONS FOR PAYMENTS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01041 - PROJECT COORDINATION
PART I—GENERAL
d. Coordination of drawings
1.01 REQUIREMENTS INCLUDED
e. Schedules
A The Contractor shall:
f. Resolution of conflicts
1. Coordinate work of its
employees and subcontractors. 3. Interpret Contract Documents:
2. Expedite its work to assure a. Transmit written
compliance with schedules interpretations to
Contractor, and to other
3. Coordinate its work with that of concerned parties.
work by CITY.
4. Assist in Obtaining permits and
4. Comply with orders and approvals:
instructions of CONSULTANT.
a. Verify that Contractor and
1.02 RELATED REQUIREMENTS subcontractors have
obtained inspections for
A. Section SC01010: Summary of Work and for temporary
Project. facilities.
B. Section SC01027: Applications for 5 Control the use of Site:
Payment.
a. Allocate space for
C. Section SC01200 Project Contractor's use for field
Meetings. offices, sheds, and work
and storage areas as
D. Section SC01310. Progress applicable.
Schedules.
6. Inspection and Testing:
E. Section SC01340. Shop Drawings,
Work Drawings and Samples. a. Inspect work to assure
performance in accord
G Section SC01700: Contract with requirements of
Closeout. Contract Documents.
1.03 CONSTRUCTION ORGANIZATION & b. Administer special testing
START-UP and inspections of suspect
Work.
A. CONSULTANT shall establish on-
site lines of authority and c. Reject Work, which does
communications not comply with
requirements of Contract
1. Schedule and conduct pre- Documents.
construction meeting and
progress meetings as specified d. Coordinate Testing
in Section SC01200: Laboratory Services:
PROJECT MEETINGS
1. Verify that required
2. Establish procedure for: laboratory personnel
are present.
a Submittals
2. Verify that tests are
b. Reports and records made in accordance
with specified
c. Recommendations standards.
Boynton Beach Utilities
SC01041-1 PROJECT COORDINATION
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
compliance with Contract
3. Review test reports Documents:
for compliance with
specified criteria. a. Field dimensions and
clearance dimensions
4. Recommend and
administer any b. Relation to available
required re-testing. space.
1.04 CONTRACTOR'S DUTIES c. Effect of any changes on
the work of any
A. Construction Schedules: subcontractor.
1. Prepare a detailed schedule of
basic operations. A. Maintain reports and records at job
site, available to CONSULTANT
2. Monitor schedules as work and CITY.
progresses
1. Daily log of progress of work.
a. Identify potential variances
between scheduled and 2 Records.
probable completion dates
for each phase. a. Contracts.
b. Recommend to CITY b. Purchase orders.
adjustments in schedule to
meet required completion c. Materials and equipment
dates records.
c Document changes in d. Applicable handbooks,
schedule; submit to CITY, codes and standards.
CONSULTANT and to
involved subcontractors. 3. Maintain file of record
documents.
3. Observe work of each
subcontractor to monitor 1.05 CONTRACTOR'S CLOSE-OUT
compliance with schedule. DUTIES
a. Verify that labor and
equipment are adequate A. At completion of Work, conduct an
for the work and the inspection to assure that:
schedule.
1. Specified cleaning has been
b Verify that product accomplished.
procurement schedules
are adequate. 2 Temporary facilities have been
removed from site.
c. Verify that product
deliveries are adequate to B. Substantial Completion:
maintain schedule.
1 Conduct an inspection to
d Report noncompliance to develop a list of Work to be
CONSULTANT, with completed or corrected.
recommendation for
changes. 2. Assist CONSULTANT in
inspection.
B. Process Shop Drawings, Product
Data and Samples: 3. Supervise correction and
completion of work of
1. Prior to submittal to subcontractors_
CONSULTANT, review for
Boynton Beach Utilities
SC01041-2 PROJECT COORDINATION
Docusign Envelope ID.3FA54B3F-CBA7-40D7-86F9-25F6504393A3
‘01
1 06 CONSULTANT'S CLOSE-OUT DUTIES 1. Receive and review
Contractor's final submittals
A. Final Completion:
2. Transmit to CITY with
1 When Contractor determines recommendations for action.
that work is finally complete,
conduct an inspection to verify PART 2—PRODUCTS(NOT USED)
completion of Work.
PART 3—EXECUTION (NOT USED)
B. Administration of Contract closeout:
END OF SECTION
Boynton Beach Utilities
SC01041-3 PROJECT COORDINATION
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01065 - PERMITS AND FEES
PART 1 —GENERAL
A. The Contractor shall obtain
all permits and licenses
related to its work, including
but not limited to, the
necessary construction
permits. Cost of permit fees
shall be paid by Contractor.
CITY to be invoiced at
actual cost without markup.
PART 2—PRODUCTS (NOT USED)
PART 3—EXECUTION
END OF SECTION
Boynton Beach Utilities
SC01065-1 PERMITS AND FEES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
4#11
SECTION 01091 - REFERENCE SPECIFICATIONS
PART 1 -GENERAL
A. Without limiting the generality of
1.01 GENERAL other requirements of the
Specifications, all Work specified
A. Applicable Publications. Whenever in herein shall conform to, or exceed,
these Specifications references are the requirements of such
made to published specifications, codes, documents and are not in conflict
standards. or other requirements, it shall with the requirements of these
be understood that wherever no date is Specifications or applicable codes.
specified, only the latest specifications,
i standards, or requirements of the B. References herein to "Building
respective issuing agencies which have Code" shall mean the Florida
been published as of the date that the Building Code, or the approved
Work is advertised for bids, shall apply; building code which replaces it.
except to the extent that such standards The latest edition of the code as
or requirements may be in conflict with adopted by the CITY as of the date
applicable federal, state and local laws, of award as adopted by the Local
ordinances, or governing codes. No Public Agency having jurisdiction
requirements set forth herein or shown shall apply to the Work herein,
on the Drawings shall be waived including all addenda,
because of any provision of or omission modifications, amendments, or
from such standards or requirements. other lawful changes thereto.
B. Assignment of Specialists. In certain C. In case of conflict between codes,
instances, the Specifications require (or reference standards, drawings, and
imply) that specific Work is to be the other Contract Documents, the
assigned to specialist or expert entities most stringent requirements shall
who must be engaged for the govern. All conflicts shall be
performance of the Work. Such brought to the attention of the
assignments shall be recognized as CONSULTANT for clarification and
special requirements over which the directions prior to ordering or
Contractor has no choice or option. providing any materials or labor.
These requirements shall not be The Contractor shall bid the most
interpreted so as to conflict with the stringent requirements.
enforcement of building codes and
similar regulations governing the Work. D. Applicable Standard Specifications.
These requirements are not intended to The Contractor shall construct the
interfere with local union jurisdiction Work specified herein in
settlements and similar conventions. accordance with the requirements
Such assignments are intended to of the Contract Documents and the
establish which party or entity involved referenced portions of those
in a specific unit of Work is recognized referenced codes, standards. and
as"expert"for the indicated construction Specifications listed.
processes or operations. Nevertheless,
the final responsibility for fulfillment of PART 2- PRODUCTS(NOT USED)
the entire set of contract requirements
remains with the Contractor. PART 3- EXECUTION (NOT USED)
1.02 REFERENCE SPECIFICATIONS, END OF SECTION
CODES AND STANDARDS
Boynton Beach Utilities
SC01091-1 REFERENCE SPECIFICATIONS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
�.
SECTION 01110 - ENVIRONMENTAL PROTECTION PROCEDURES
PART 1 GENERAL
D. All specific conditions attached to
1.1 SCOPE OF WORK existing permits for this site shall
be included in the sedimentation
A. The work covered by this Section and erosion control measures.
consists of furnishing all labor,
materials and equipment and 1.2 APPLICABLE REGULATIONS
performing all work required for
the prevention of environmental A. The Contractor shall comply with
pollution in conformance with all applicable Federal, State and
applicable federal, state and local local laws and regulations and
laws and regulations, during and applicable permits and their
1 as the result of construction specific conditions concerning
operations under this Contract. environmental pollution control
For the purpose of this and abatement.
Specification, environmental
pollution is defined as the 1.3 NOTIFICATIONS
presence of chemical, physical, or
biological elements or agents A. The CITY and/or CONSULTANT
which adversely affect human will notify the Contractor in writing
health or welfare; unfavorably of any non-compliance with the
alter ecological balances; foregoing provisions or of any
adversely affect plants or animals; environmentally objectionable
or degrade the utility of the acts and corrective action to be
environment for aesthetic and/or taken. State or local agencies
recreational purposes. responsible for verification of
certain aspects of the
B. The control of environmental environmental protection
pollution requires consideration of requirements shall notify the
air, water and land, and involves Contractor in writing, through the
management of noise and solid CITY or CONSULTANT, of any
waste, as well as other pollutants. non-compliance with State or
local requirements. The
C. The Contractor shall schedule Contractor shall, after receipt of
and conduct all work in a manner such notice from the CITY or
that will minimize the erosion of Consultant or from the regulatory
soils in the area of the work. agency through the CITY and/or
Provide erosion control measures CONSULTANT, immediately take
required to prevent silting, corrective action. Such notice,
muddying, or pollution of when delivered to the Contractor
wetlands, streams, rivers, or their authorized representative
impoundments, lakes, stormwater at the site of the work, shall be
ponds, etc. All erosion control deemed sufficient for the purpose.
measures shall be in place in an If the Contractor fails or refuses to
area prior to any construction comply promptly, the CITY may
activity in that area and shall be issue an order stopping all or part
maintained throughout of the work until satisfactory
construction. Specific corrective action has been taken.
requirements for erosion and No part of the time lost due to any
sedimentation controls are such stop orders shall be made
specified in Section 02270. The the subject of a claim for
Contractor will be required to extension of time or for excess
meet all the conditions specified costs or damages by the
in the permits and in the Contractor unless it is later
Specifications.
Boynton Beach Utilities
SC01110-1 ENVIRONMENTAL
PROTECTION PROCEDURES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
.ci
determined that the Contractor special emergency use is
was in compliance. permitted, first wrap the trunk with
a sufficient thickness of burlap or
1.04 IMPLEMENTATION rags over which softwood cleats
shall be tied before any rope,
A. Prior to commencement of the cable, or wire is placed. The
Work, the CONTRACTOR shall Contractor shall in any event be
meet with the CITY and responsible for any damage
CONSULTANT to develop mutual resulting from such use.
understandings relative to
compliance with this provision C. Where trees may possibly be
and administration of the defaced, bruised, injured, or
environmental pollution control otherwise damaged by the
program. Contractor's equipment, dumping
or other operations, protect such
B. The Contractor shall remove trees by placing barricades
temporary environmental control around them. Monuments and
features, when approved by the markers shall be protected
CITY or CONSULTANT, and similarly before beginning
incorporate permanent control operations near them.
features into the project at the
earliest practicable time. D. Any trees or other landscape
feature scarred or damaged by
PART 2- PRODUCTS (NOT USED) the Contractor's equipment or
operations shall be restored as
PART 3- EXECUTION nearly as possible to its original
condition.
3.1 EROSION CONTROL
All trimming or pruning shall be
performed in an approved manner
by experienced workmen with
3.3 PROTECTION OF LAND saws or pruning shears. Tree
RESOURCES trimming with axes will not be
permitted.
A. Land resources within the project
boundaries and outside the limits Climbing ropes shall be used
of permanent work shall be where necessary for safety. Trees
restored to a condition, after that are to remain, either within or
completion of construction that outside established clearing
will appear to be natural and not limits, that are subsequently
detract from the appearance of damaged by the Contractor and
the project. Contractor shall are beyond saving as determined
confine all construction activities by the CITY and/or
to areas shown on the Drawings. CONSULTANT shall be
immediately removed and
B. Outside of areas requiring replaced.
earthwork for the construction of
the new facilities, the Contractor E. The locations of the Contractor's
shall not deface, injure, or destroy storage, and other construction
trees or shrubs, nor remove or cut structures required temporarily in
them without prior approval from the performance of the Work,
the CITY and CONSULTANT. No shall be cleared as shown on the
ropes, cables, or guys shall be Drawings. Drawings showing
fastened to or attached to any storage facilities shall be
existing nearby trees for submitted for approval of the
anchorage unless specifically CITY and CONSULTANT.
authorized by the CITY and
CONSULTANT. Where such
Boynton Beach Utilities
SC01110-2 ENVIRONMENTAL
PROTECTION PROCEDURES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
T1
F. If the Contractor proposes to
construct temporary roads or B. Dust Control. The Contractor will
embankments and excavations be required to maintain all
for work areas, it shall submit the excavations, embankment,
following for approval at least stockpiles, access roads, waste
thirty (30) days prior to scheduled areas, borrow areas, and all other
start of such temporary work. work areas within or without the
project boundaries free from dust
1. A layout of all temporary which could cause the standards
roads, excavations and for air pollution to be exceeded,
embankments to be and which would cause a hazard
constructed within the work or nuisance to others.
area.
C. An approved method of
2. Details of temporary road stabilization consisting of
construction. sprinkling or other similar
methods will be required to
3. Drawings and cross sections control dust. The use of
of proposed embankments petroleum products is prohibited.
and their foundations,
including a description of D. Sprinkling, to be approved, must
proposed materials. be repeated at such intervals as
to keep all parts of the disturbed
G. The Contractor shall remove all area at least damp at all times,
signs of temporary construction and the Contractor must have
facilities such as haul roads, work sufficient competent equipment
areas, structures, foundations of on the job to accomplish this if
temporary structures, stockpiles sprinkling is used. Dust control
of excess of waste materials, or shall be performed as the work
any other vestiges of construction proceeds and whenever a dust
as directed by the CITY and nuisance or hazard occurs, as
CONSULTANT. The disturbed determined by the CITY and/or
areas shall be prepared and CONSULTANT.
seeded as described in Section
02924 SEED, MULCH and 3.5 MAINTENANCE OF POLLUTION
FERTILIZER, or as approved by CONTROL FACILITIES DURING
the CONSULTANT. CONSTRUCTION
H. All debris and excess material will A. During the life of this Contract, the
be disposed of in approved areas Contractor shall maintain all
as noted on the Drawings. facilities constructed for pollution
control as long as the operations
3.4 PROTECTION OF AIR QUALITY creating the particular pollutant
are being carried out or until the
A. Burning. No open fires or burning material concerned has become
will be permitted. If need dictates stabilized to the extent that
burning of any kind, Contractor pollution is no longer being
must obtain prior approval of created.
CITY and obtain appropriate
permits from the state and local END OF SECTION
government agencies.
Boynton Beach Utilities
SC01110-3 ENVIRONMENTAL
PROTECTION PROCEDURES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01153 - CHANGE ORDER PROCEDURES
PART 1 —GENERAL E. Section SC01027: Applications for
Payments.
1.01 SCOPE:
F. Section SC01310: Progress
A. The CITY, without invalidating the Schedules.
Contract, may make adjustments to
bid item quantities by adding to or G. Section SC01370 Schedule of
deducting from the quantities on the Values.
Schedule of Bid Items, as the Work
progresses. These adjustments H. Section SC01630: Substitutions
shall be in accordance with the unit and Product Options.
or line item price set forth on the
Schedule of Bid Items and are I. Section SC01700: Contract
tracked as Work progresses. and Closeout.
approved on the monthly
Application for Payment form. 1.04 DEFINITIONS
1.02 REQUIREMENTS INCLUDED A. Change Order: See General
Conditions.
A. Promptly implement Change Order
procedures. B. Construction Change Authorization:
A written order to the Contractor,
1. Provide full written data signed by CITY and
required to evaluate change. CONSULTANT, which amends the
Contract Documents as described,
2. Maintain detailed records of and authorizes Contractor to
work done on a time and proceed with a change that affects
material/force account basis. the Contract Sum or the Contract
Time, for inclusion in a subsequent
3 Provide full documentation to Change Order.
CONSULTANT on request
C. Field Order: A written order,
B. Designate in writing the member of instructions, or interpretations.
Contractor's organization. signed by CONSULTANT making
minor changes in the Work not
1. Who is authorized to accept involving a change in Contract Sum
changes in the Work. or Contract Time.
2. Who is responsible for 1.05 PRELIMINARY PROCEDURES
informing others in the
Contractor's employ the A. CONSULTANT may initiate
authorization of changes in the changes by submitting a Proposal
Work. Request to Contractor. Request
will include:
C. CITY will designate in writing the
person who is authorized to 1. Detailed description of the
execute Change Orders. change, products. and location
of the change in the Project.
1.03 RELATED REQUIREMENTS
2. Supplementary or revised
A. Bid Form. Drawings and Specifications.
B. Agreement. 3 The projected time span for
making the change, and a
C. General Conditions. specific statement as to
whether overtime work is, or is
D Supplementary Conditions. not, authorized.
Boynton Beach Utilities
SC01153-1 CHANGE ORDER PROCEDURES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
„
4. A specific period of time during 1_07 DOCUMENTATION OF PROPOSALS
which the requested price will AND CLAIMS
be considered valid.
A. Support each quotation for a lump-
5. Such request is for information sum proposal, and for each unit
only, and is not an instruction price which has not previously been
to execute the changes, nor to established, with sufficient
stop work in progress. substantiating data to allow
CONSULTANT to evaluate the
B. Contractor may initiate changes by quotation.
submitting a written notice to
Consultant containing: B. On request provide additional data
to support time and cost
1 Description of the proposed computations:
changes.
1. Labor required.
2 Statement of the reason for
making the changes. 2. Equipment required.
3. Statement of the effect on the 3. Products required.
Contract Sum and the Contract
Time. a. Recommended sources of
purchase and unit cost.
4. Statement of the effect on the
Work of separate contractors. b. Quantities required.
5. Documentation supporting any 4. Taxes. insurance, and bonds.
change in Contract Sum or
Contract Time, as appropriate. 5. Credit for work deleted from
Contract, similarly
1.06 CONSTRUCTION-CHANGE documented.
AUTHORIZATION
6. Overhead and profit.
A. In lieu of Proposal Request,
CONSULTANT may issue a 7. Justification for any change in
construction change authorization Contract Time.
for Contractor to proceed with a
change for subsequent inclusion in C. Support each claim for additional
a Change Order. costs, and for work done on a time-
and-material/force account basis,
B. Authorization will describe changes with documentation as required for
in the Work. both additions and a lump-sum proposal, plus
deletions, with attachments of additional information:
revised Contract Documents to
define details of the change, and 1_ Name of CITY's authorized
will designate the method of agent who ordered the work,
determining any change in the and the date of the order.
Contract Sum and any change in
Contract Time. 2 Dates and times work was
performed, and by whom.
C. CITY and CONSULTANT will sign
and date the Construction Change 3 Time record, summary of hours
Authorization as authorization for worked, and hourly rates paid.
the Contractor to proceed with the
changes. 4. Receipts and invoices for:
D. Contractor shall sign and date the a. Equipment used, listing
Construction Change Authorization dates and times of use.
to indicate agreement with the
terms therein. b. Products used, listing of
quantities.
Boynton Beach Utilities
SC01153-2 CHANGE ORDER PROCEDURES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
and date the Change Order as
c. Subcontractors authorization for the Contractor to
proceed with the changes.
D. Document requests for substitutions
for products as specified in Section C. Contractor shall sign and date the
SC01630. Change Order to indicate
agreement with the terms therein.
1 08 PREPARATION OF CHANGE ORDERS
A. CONSULTANT will initiate each
Change Order. 1.12 CORRELATION WITH
CONTRACTOR'S SUBMITTALS
B Change Order will describe
changes in the Work, both additions A. Contractor shall periodically revise
and deletions, with attachments of Schedule of Values and Request
revised Contract Documents to for Payment forms to record each
define details of the change change as a separate item of work,
and to record the adjusted Contract
C. Change Order will provide an Sum.
accounting of the adjustment in the
Contract Sum and in the Contract B. Contractor shall periodically revise
Time. the Construction Schedule to reflect
each change in Contract Time.
1.09 LUMP-SUM/FIXED PRICE CHANGE
ORDER 1. Contractor shall revise sub-
schedules to show changes for
A. Content of Change Orders will be other items of work affected by
based on, either: the changes.
1. CONSULTANT's Proposal C. Upon completion of work under a
Request and Contractor's Change Order, Contractor shall
Responsive Proposal as enter pertinent changes in Record
mutually agreed between CITY Documents.
and Contractor: or
PART 2—PRODUCTS (NOT USED)
2. Contractor's Proposal for a
change, as recommended by PART 3—EXECUTION (NOT USED)
the CONSULTANT.
END OF SECTION
B CITY and CONSULTANT will sign
Boynton Beach Utilities
SC01153-3 CHANGE ORDER PROCEDURES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01200 - PROJECT MEETINGS
PART 1 -GENERAL B. Related Requirements
Described Elsewhere:
1.01 DESCRIPTION
1. Progress Schedules:
A. Scope of Work: Section SC01310.
2. Shop Drawings, Working
1. The Contractor shall Drawings, and Samples:
schedule and administer Section SC01340.
pre-construction meeting, 3. Security and Safety
monthly progress meetings, Procedures for
and specifically called Infrastructure Projects:
meetings throughout the Section SC01540
progress of the Work. The 4. Project Record Documents:
Consultant shall: Section SC01720.
a. Prepare agenda for 1.02 PRE-CONSTRUCTION MEETING
meetings.
A. The Consultant shall schedule a
b. Make physical preconstruction meeting within
arrangements for ten (10) days after the effective
meetings. date of the contract.
c. Preside at meetings. B. Location: A local site,
convenient for all parties,
2. Representatives of designated by the Consultant.
Contractor, subcontractors
and suppliers attending C. Attendance:
meetings shall be qualified
and authorized to act on 1. CITY's representative.
behalf of the entity each
represents. 2. Consultant and Consultant's
professional consultants.
3. The Contractor shall attend
meetings to ascertain that 3. Resident project
work is expedited consistent representative.
with Contract Documents
and construction schedules. 4. Contractor and its
The Consultant shall record superintendent.
the pre-construction
meeting and each progress 5. Major subcontractors.
meeting in its entirety, and
shall provide the Consultant 6. Representatives of major
with a voice recording, suppliers and
having good quality and manufacturers as
clarity, and a typed appropriate.
transcript of the minutes of
each meeting. A copy of 7. Governmental and Utilities
the minutes of each representatives as
progress meeting shall be appropriate.
available five (5) business
days after the meeting. 8. Others as requested by the
Contractor, CITY and
Boynton Beach Utilities
SC01200-1 PROJECT MEETINGS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
Consultant. Drawings, project data and
samples.
D. The purpose of the pre-
construction meeting is to 7. Adequacy of distribution of
designate responsible personnel Contract Documents.
and establish a working
relationship. Matters requiring 8. Procedures for maintaining
coordination will be discussed Record Documents.
and procedures for handling
such matters established. The 9. Use of premises:
suggested agenda should
include: a. Office, work and
storage areas.
1. Distribution and discussion
of: b. CITY's requirements.
a. List of major c. Access and traffic
subcontractors and control.
suppliers.
10. Construction facilities,
b. Projected schedules. controls and construction
aids.
c. Schedule of Values
11. Temporary utilities.
d. NPDES plan
12. Safety and first aid
2. Critical work sequencing: procedures.
Relationships and
coordination with other 13. Check of required Bond and
contracts and/or work. Insurance certifications.
3. Major equipment deliveries 14. Completion time for
and priorities. Contract and liquidated
damages.
4. Project coordination:
Designation and 15. Request for extension of
responsible personnel. Contract Time.
5. Procedures and processing 16. Weekly job meeting for all
of: involved.
a. Field decisions. 17. Security procedures.
b. Proposal requests 18. Procedures for making
partial payments.
c. Request for Information.
19. Guarantees on completed
d. Submittals. work.
e. Change Orders. 20. Equipment to be used.
f. Applications for 21. Staking of work.
Payment.
22. Project inspection.
6. Submittal of Shop
Boynton Beach Utilities
SC01200-2 PROJECT MEETINGS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
23. Labor requirements. 3. CITY's representatives.
24. Laboratory testing of 4. Subcontractors (active on
material requirements. the site).
25. Provisions for material 5. Others as appropriate to the
stored on site. agenda (suppliers,
manufacturers, other
26. Requirements of other subcontractors, etc.).
organizations.
E. The Consultant shall preside at
27. Rights-of-way and the meetings and provide for
easements. keeping minutes and distribution
of the minutes to the CITY,
28. Housekeeping procedures. Consultant and others. The
purpose of the meetings will be
29. Liquidated damages. to review the progress of the
Work. The agenda will include
30. Posting of signs. but not be limited to the
following:
31. Pay request submittal
dates. 1. Review approval of minutes
of previous meeting.
32. Equal opportunity
requirements. 2. Review of work progress
since previous meeting and
1.03 PROGRESS MEETINGS work scheduled (3-week
look ahead schedule).
A. The Contractor shall schedule
and conduct regular bi-weekly 3. Field observations,
meetings. The progress problems, and conflicts.
meetings will be held every
thirty (30) days and at other 4. Problems which impede
times as required by the construction Schedule.
progress of the Work. The first
meeting shall be held within 5. Review of off-site
thirty (30) days after the fabrication, delivery
preconstruction meeting or thirty schedules.
(30) days or less after the date
of Notice to Proceed. 6. Corrective measures and
procedures to regain
B. Hold called meetings as projected schedule.
required by progress of the
Work. 7. Status of approved
construction schedule.
C. Location of the meetings: Site
selected by Consultant. 8. Progress schedule during
succeeding work period.
D. Attendance:
9. Coordination of schedules.
1. Consultant and its
representatives as needed. 10. Review status of submittals,
expedite as required.
2. Contractor.
11. Maintenance of quality
Boynton Beach Utilities
SC01200-3 PROJECT MEETINGS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
standards. what specifically is being
done to expedite them.
12. Pending changes and
substitutions. 2. Status of all activities
behind schedule and what
13. Shop Drawing problems. specifically will be done to
regain the schedule.
14. Review proposed changes
for: 3. Status of all material
deliveries, latest contact
a. Effect on construction with equipment
schedule and on manufacturer and specific
completion date. actions taken to expedite
materials.
b. Effect on other
contracts of the Project. 4. Status of open deficiencies
and what is being done to
15. Construction schedule. correct the same.
16. Critical/long lead items. G. The Contractor is to provide a
current submittal log at each
17. Other business. progress meeting in accordance
with Section SC01340: Shop
F. The Contractor is to attend Drawings, Working Drawings
monthly progress meetings and and Samples.
is to study previous meeting
minutes and current agenda
items, and be prepared to PART 2- PRODUCTS (NOT USED)
discuss pertinent topics and
provide specific information PART 3 - EXECUTION (NOT USED)
including but not limited to:
END OF SECTION
1. Status of all submittals and
Boynton Beach Utilities
SC01200-4 PROJECT MEETINGS
Docusign Envelope ID:3FA54B3F-CBA7-4007-86F9-25F6504393A3
SECTION 01310 - PROGRESS SCHEDULES
PART 1 -GENERAL 3. Change Order Procedures:
Section SC01153
1.01 DESCRIPTION
4. Project Meetings: Section
A. Scope of Work: SC01200
1. Prior to Pre-Construction 5. Shop Drawings, Working
Meeting. Contractor shall Drawings, and Samples.
prepare and submit to the Section SC01340
CONSULTANT initial
construction schedule(s) 6. Schedule of Values: Section
demonstrating complete SC01370
fulfillment of all Contract
requirements utilizing a Critical 1.02 QUALIFICATIONS
Path Method (hereinafter
referred to as CPM) in A. A statement of computerized CPM
planning. coordinating and capability shall be submitted by
performing the Work under this Contractor in writing prior to the
Contract (including all activities award of the Contract and shall
of subcontractors, equipment verify that either Contractor's
vendors and suppliers). The organization has in-house capability
principles and definition CPM to use the CPM technique or that
terms used herein shall be as Contractor will employ a CPM
set forth in the Associated consultant who is so qualified.
General Contractors of
America (AGC) publication, B. In-house capability shall be verified
The Use of CPM in by description of construction
Construction, A Manual for projects to which Contractor or
General Contractors and the Contractor's consultant has
Construction Industry. latest successfully applied computerized
edition. but the provisions of CPM and shall include at least two
this Specification shall govern (2) projects valued at least half the
the planning, coordinating and expected value of this Project
performance of the Work.
Assumed notice to proceed 1.03 FORM OF SCHEDULES
date for this schedule shall be
ninety (90) days from bid A. Maximum Sheet Size: 24 inches by
opening date. 36 inches.
2. After issuance of Notice To 1.04 CONTENT OF SCHEDULES
Proceed. Contractor shall
submit revised progress A. Construction Progress Schedule:
schedules on a bi-weekly
basis. No partial payments 1. Show the complete sequence
shall be approved until there is of construction by activity.
an approved construction
progress schedule on hand. 2. Show the dates for the
beginning of, and completion
B. Related Requirements Described of, each major element of
Elsewhere construction in no more than a
two (2) week increment scale.
1. Summary of Project. Section Specifically list, but not limit to:
SC01010
a. Obtaining all
2 Applications for Payment: permits/construction
Section SC01027 easements(if needed)
b. Shop Drawing
submitted/review time
Boynton Beach Utilities
SC01310-1 PROGRESS SCHEDULES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
Tj.
g. Subcontractor work B. Show changes occurring since
h. Equipment installations previous submission of schedule:
i. Finishings
j. Instrumentation
k. Painting
1. Major changes in scope.
2. Activities modified since
I. Operator training previous submission.
m. Testing
3. Revised projections of
3. Show projected percentage of progress and completion.
completion for each item, as of
the first day of each month. 4. Other identifiable changes.
4. Show projected dollar cash C. Provide a narrative report as
flow requirements for each needed to define:
month of construction and for
each activity as indicated by 1. Problem areas, anticipated
the approved Schedule of delays, and the impact on the
Values schedule.
B. Submittals schedule for Shop 2. Corrective action
Drawings and Samples shall be in recommended, and its effect.
accordance with Section SC01340:
Shop Drawings, Product Data and 3. The effect of changes on
Samples. Indicate on the Schedule schedules of other prime
the following: contractors.
1. The dates for Contractor's D If the Work falls behind the critical
submittals. path schedule by two (2) weeks or
more, the Contractor must prepare
2. The dates submittals will be a recovery schedule.
required for CITY-furnished
products, if applicable 1.06 SUBMISSIONS
3. The dates approved submittals A. Submittal Requirements
will be required from the
CONSULTANT. 1. Logic network and/or time
phased bar chart, computer
C. A typewritten list of all long lead generated.
items(equipment. materials, etc.).
2. Computerized network
D. To the extent that the progress analysis:
schedule or any revised progress
schedule shows anything not jointly a. Sort by early start
agreed upon or fails to show
anything jointly agree upon, it shall b Sort by float
not be deemed to have been
approved by the CONSULTANT. c. Sort by
Failure to include any element of predecessor/successor
work required for the performance
of this Contract shall not excuse the 3. Narrative description of the
Contractor from completing all work logic and reasoning of the
required within any applicable schedule.
Completion Date, notwithstanding
the CONSULTANT's approval of B. Within ten (10) working days after
the progress schedule. the conclusion of the
CONSULTANT's review of initial
1.05 PROGRESS REVISIONS schedule, Contractor shall revise
the network diagram as required
A. Indicate progress of each activity to and resubmit the network diagram
date of submission. and a tabulated schedule produced
therefrom. The revised network
Boynton Beach Utilities
SC01310-2 PROGRESS SCHEDULES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
diagram and tabulated schedule predecessor/successor.
shall be reviewed and accepted or
rejected by the CONSULTANT D. Revised Work Schedules.
within fifteen (15) working days Contractor, if requested by the
after receipt. The network diagram CONSULTANT, shall provide a
and tabulated schedule when revised work schedule if, at any
accepted by the CONSULTANT time, the CONSULTANT considers
shall constitute the Project work the completion Date to be in
schedule unless a revised schedule jeopardy because of "activities
is required due to substantial behind schedule." The revised
changes in the work scope. a work schedule shall include a new
change in Contract Time or a diagram and tabulated schedule
recovery schedule is required and conforming to the requirements of
requested. Paragraph 1.09, herein, designed to
show how Contractor intends to
C Acceptance. The finalized accomplish the work to meet the
schedule will be acceptable to the completion date. The form and
CONSULTANT,when in the opinion method employed by Contractor
of the CONSULTANT; it shall be the same as for the original
demonstrates an orderly work schedule. No payment will be
progression of the Work to made if activities fall more than two
completion in accordance with the (2) weeks behind schedule and a
Contract requirements. Such revised work schedule is not
acceptance will neither impose on furnished.
the CONSULTANT responsibility for
the progress or scheduling of the E. Schedule Revisions. The
Work nor relieve Contractor from CONSULTANT may require
full responsibility therefore_ The Contractor to modify any portions of
finalized schedule of Shop Drawing the work schedule that become
submittals will be acceptable to the infeasible because of "activities
CONSULTANT,when in the opinion behind schedule" or for any other
of the CONSULTANT, it valid reason. An activity that
demonstrates a workable cannot be completed by its original
arrangement for processing the latest completion date shall be
submittals in accordance with the deemed to be behind schedule No
requirements. The finalized change may be made to the
Schedule of Values (lump sum sequence, duration or relationships
price breakdown), as applicable, of any activity without approval of
will be acceptable to the the CONSULTANT.
CONSULTANT as to form and
content, when in the opinion of the 1.07 DISTRIBUTION
CONSULTANT, it demonstrates a
substantial basis for equitably A. Contractor shall distribute copies of
distributing the Contract Sum. the reviewed schedules to:
When the network diagram and
tabulated schedule have been 1. CONSULTANT
accepted, The Contractor shall
submit to the CONSULTANT five 2. Jobsite file
(5) copies of the time-scaled
network diagram, five (5) copies of 3. Subcontractors
a computerized tabulated schedule
in which the activities have been 4. Other concerned parties
sequenced by numbers, five (5)
copies of a computerized tabulated 5. CITY(two copies)
schedule in which the activities
have been sequenced by early B. Instruct recipients to report promptly
starting date, and five (5) copies of to the Contractor, in writing, any
a computerized, tabulated schedule problems anticipated by the
in which activities have been projections shown in the schedules.
sequenced by total float, and five
(5) copies sorted by 1 08 CHANGE ORDERS
Boynton Beach Utilities
SC01310-3 PROGRESS SCHEDULES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
in a time-scaled format, and a
A. Upon approval of a Change Order, calendar shall be shown on all
the approved changes shall be sheets along the entire sheet
reflected in the next scheduled length Each activity arrow
revision or update submittal by shall be plotted so the
Contractor. beginning and completion
dates of such activity can be
1.09 CPM STANDARDS determined graphically by
comparison with the calendar
A. CPM, as required by this Section, scale. All activities shall be
shall be interpreted to be generally shown using the symbols that
as outlined in the Associated clearly distinguish between
General Contractor's (AGC) critical path activities, non-
publication, The Use of CPM in critical path activities and float
Construction. A Manual for General for each non-critical activity.
Contractors and the Construction All non-critical path activities
Industry, Copyright 1976. shall show estimated
performances time and float
B. Work schedules shall include a time in scaled form.
graphic network and computerized,
tabulated schedules as described D. The duration indicated for each
below. To be acceptable the activity shall be in calendar days
schedule must demonstrate the and shall represent the single best
following: time considering the scope of the
Work and resources planned for the
1. A logical succession of work activity including time for inclement
from start to finish. weather. Except for certain non-
labor activities, such as curing
2. Definition of each activity. concrete or delivering materials,
activity durations shall not exceed
3. A logical flow of work fourteen (14) days nor be less than
crews/equipment (crews are to one (1) day unless otherwise
be defined by manpower accepted by the CONSULTANT.
category and man-hours;
equipment by type and hours). E. Tabulated Schedules. The initial
schedule shall include the following
4. Show all work activities and minimum data for each activity.
interfaces including submittals
as well as major material and 1. Activity Beginning and Ending
equipment deliveries. Numbers, single activity
numbers may be used.
C. Networks.
2. Duration.
1 The CPM network, or diagram,
shall be in the form of a time- 3. Activity Description.
scaled diagram of the
customary activity-on-type and 4. Early Start Date (Calendar
may be divided in to a number Dated).
of separate pages with suitable
notation relating the interface 5. Early Finish Date (Calendar
points among the pages Dated).
Individual pages shall not
exceed 36 inches by 60 inches. 6. Identified Critical Path.
Notation on each activity line
shall include a brief work 7. Total Float (Note: No activity
description and a duration, as may show more than 20 days
described in Paragraph 1.09D , float).
herein
8. Cost of Activity.
2. All construction activities and
procurement shall be indicted 9. Equipment Hours by type, man
Boynton Beach Utilities
SC01310-4 PROGRESS SCHEDULES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
power/hours by crew or trade. CONSULTANT, Contractor shall
submit to the CONSULTANT a
F. Project Information. Each computer printout of an updated
tabulation shall be prefaced with the schedule for those activities that
following summary data. remain to be completed
1. Project Name. B. The updated schedule shall be
submitted in the form, sequence,
2. Contractor. and number of copies requested for
the initial schedule.
3. Type of Tabulation (Initial or
Updated). 1.11 PROGRESS MEETINGS
4 Project Duration. For the monthly progress meeting,
Contractor shall submit a revised CPM
5. Project Scheduled Completion schedule and a 3-week look-ahead
Date. schedule, showing all activities in
progress, uncompleted or scheduled to
6. Effective or Starting Date of the be worked during the weeks. The 3
Schedule. weeks include the current week plus the
next 2 weeks. All activities shall be from
7. New Projects Completion Date the approved CPM and must be as
and Project Status, if an shown on the CPM unless behind or
updated or revised schedule. ahead of schedule.
8. Actual Start Date and Finish
Date for all update schedules. PART 2—PRODUCTS (NOT USED)
1.10 SCHEDULE MONITORING
PART 3—EXECUTION (NOT USED)
A. At not less than monthly intervals or
when specifically requested by END OF SECTION
Boynton Beach Utilities
SC01310-5 PROGRESS SCHEDULES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01340 - SHOP DRAWINGS, WORKING DRAWINGS, AND
SAMPLES
PART 1 -GENERAL items:
1.01 DESCRIPTION a. Submittal-Description and
Number assigned
A. Scope of Work:
b. Date to CONSULTANT.
1. The Contractor shall submit to
the CONSULTANT for review c. Date returned to
and approval, such Shop Contractor.
Drawings, Test Reports and
Product Data on materials and d. Status of Submittal
equipment (hereinafter in this (Approved as Noted,
Section called Data), and Rejected/Re-submit).
material samples (hereinafter
in this Section called Samples) e. Date of Resubmittal and
as are required for the proper Return (as applicable).
control of work, including but
not limited to those Shop f. Date material release for
Drawings, Data and Samples fabrication
for materials and equipment
specified elsewhere in the g. Projected date of
Specifications and in the fabrication.
Contract Drawings
h. Projected date of delivery
2. With the Contractor's executed to site.
agreement and Bond
Submittal, the Contractor shall i. Status of O&M manuals
submit to the CONSULTANT a submittal
complete list of preliminary
Data on items for which Shop j. Specification Section.
Drawings are to be submitted.
Included in this list shall be the k. Drawings Sheet Number.
names of all proposed
manufacturers furnishing B Related Requirements Described
specified items. Review of this Elsewhere:
list by the CONSULTANT shall
in no way expressed or implied 1. General Conditions:
relieve the Contractor from
submitting complete Shop 2. Progress Schedules Section
Drawings and providing SC01310.
materials, equipment, etc., fully
in accordance with the 3. Material and Equipment
Specifications. This procedure Section SC01600.
is required in order to expedite
final review of Shop Drawings. 4. Project Record Documents:
The Contractor shall include Section SC01720
Shop Drawing review time on
the Project schedule (see 5. Operating and Maintenance
section SC01310). Data: Section SC01730.
3. The Contractor is to maintain 1.02 CONTRACTOR'S RESPONSIBILITY
an accurate updated submittal
log and will bring this log to A The Contractor shall furnish the
each scheduled progress CONSULTANT a schedule of Shop
meeting with the City and the Drawings submittals fixing the
CONSULTANT. This log respective dates for the submission
should include the following of Shop Drawings, the beginning of
Boynton Beach Utilities
SC01340-1 SHOP DRAWINGS,
WORK DRAWINGS AND SAMPLES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
manufacture, testing and the drawings.
installation of materials, supplies
and equipment. This schedule shall 6. Submittal Log Number
indicate those that are critical to the conforming to Specification Log
progress schedule. Number.
B. The Contractor shall not begin any E. The Contractor shall submit SHOP
of the work covered by a Shop DRAWINGS electronically to the
Drawing, Data, or a Sample CONSULTANT through eBuilder.
returned for correction until a The CONSULTANT will review the
revision or correction thereof has submittal and return to the
been reviewed and returned to him, Contractor with appropriate review
by the CONSULTANT, with comments.
approval.
F. The Contractor shall be responsible
C. The Contractor shall submit to the for and bear all costs of damages
CONSULTANT all drawings and which may result from the ordering
schedules sufficiently in advance of of any material or from proceeding
construction requirements to with any part of work prior to the
provide no less than twenty-one completion of the review by the
(21)calendar days for checking and CONSULTANT of the necessary
appropriate action from the time the Shop Drawings.
Consultant receives them
G. The Contractor shall not use Shop
D. All submittals shall be accompanied Drawings as means of proposing
with a transmittal letter prepared in alternate items to demonstrate
duplicate containing the following compliance to Contract
information: requirements.
1. Date. H. Each submittal will bear a stamp
indicating that Contractor has
2. Project Title and Number. satisfied Contractor's obligations
under the Contract Documents with
3. Contractor's name and respect to Contractors review and
address. approval of that submittal.
4. The number of each Shop I. Drawings and schedules shall be
Drawings. Project Data, and checked and coordinated with the
Sample submitted. work of all trades and sub-
contractors involved, before they
5. Notification of Deviations from are submitted for review by the
Contract Documents. CONSULTANT and shall bear the
Contractor's stamp of approval as
a. The Contractor shall evidence of such checking and
indicate in bold type at coordination. Drawings or
the top of the cover sheet schedules submitted without this
of submittal of Shop stamp of approval shall be returned
Drawing if there is a to the Contractor for resubmission.
deviation from Contract
Drawings, Project 103 CONSULTANT'S REVIEW OF SHOP
Specifications and DRAWINGS
referenced specifications
or codes. A. The CONSULTANTs review of
Shop Drawings, Data and Samples
b. The Contractor shall also as submitted by the Contractor, will
list any deviations from be to determine if the items(s)
Contract Drawings, Project conform to the information in the
Specifications and Contract Documents and are
referenced specifications compatible with the design concept.
or codes and identify in The CONSULTANT's review and
"green" ink prominently on exceptions, if any, will not constitute
Boynton Beach Utilities
SC01340-2 SHOP DRAWINGS,
WORK DRAWINGS AND SAMPLES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
an approval of dimensions, requested by the CONSULTANT on
connections, quantities, and details previous submissions. The
of the material, equipment, device. Contractor shall make any
or item shown. corrections required by the
CONSULTANT.
B. The review of drawings and
schedules will be general, and shall H. If the Contractor considers any
not be construed: correction indicated on the
drawings to constitute a change to
1. As permitting any departure the Contract Drawings or
from the Contract Specifications. the Contractor shall
requirements. give written notice thereof to the
CONSULTANT.
2. As relieving the Contractor of
responsibility for any errors, I. When the Shop Drawings have
including details, dimensions, been completed to the satisfaction
and materials. of the CONSULTANT, the
Contractor shall carry out the
3. As approving departures from construction in accordance
details furnished by the therewith and shall make no further
Consultant, except as changes therein except upon
otherwise provided herein written instructions from the
CONSULTANT.
C. If the drawings or schedules as
submitted describe variations and J. No partial submittals will be
show a departure from the Contract reviewed. Submittals not deemed
requirements which the complete will be stamped
CONSULTANT finds to be in the "Rejected" and returned to the
interest of the City and to be so Contractor for resubmittal. Unless
minor as not to involve a change in otherwise specifically permitted by
Contract Price or time for the CONSULTANT, make all
performance, the CONSULTANT submittals in groups containing all
may return the reviewed drawings associated items for:
without noting an exception.
1. Systems.
D. "Approved As Noted" - Contractor
shall incorporate CONSULTANT's 2. Processes.
comments into the submittal before
release to manufacturer. The 3. As indicated in specific
Contractor shall send a letter to the Specifications Sections.
CONSULTANT acknowledging the
comments and their incorporation K. All drawings, schematics,
into the Shop Drawing. manufacturer's product Data,
certifications and other Shop
E. "Amend And Resubmit"-Contractor Drawing submittals required by a
shall resubmit the Shop Drawing to system specification shall be
the CONSULTANT. The submitted at one time as a package
resubmittal shall incorporate the to facilitate interface checking.
CONSULTANT's comments
highlighted on the Shop Drawing L. Only the CONSULTANT shall utilize
the color "red" in marking Shop
F "Rejected" - Contractor shall Drawing submittals.
resubmit Shop Drawing for review
by Consultant. M. For any submittal returned to the
Contractor marked "Amend and
G. Resubmittals will be handled in the Submit" or "Rejected." Contractor
same manner as first submittals shall pay CITY a resubmittal fee of
On resubmittals the Contractor shall $250.00. Monies shall be deducted
direct specific attention, in writing or from monies owed Contractor by
on resubmitted Shop Drawings, to CITY monthly and incorporated into
revisions other than the corrections
Boynton Beach Utilities
SC01340-3 SHOP DRAWINGS,
WORK DRAWINGS AND SAMPLES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
a Change Order at completion of
the contract. 10 Application Contract Drawing
Number.
1.04 SHOP DRAWINGS
D. Data on materials and equipment
A. Shop Drawings shall be complete include, without limitation, materials
and detailed and shall consist of and equipment lists, catalog data
fabrication. erection and setting sheets. cuts. performance curves.
drawings and schedule drawings, diagrams, materials of construction
manufacturer's scale drawings, and and similar descriptive material.
wiring and control diagrams. Cuts, Materials and equipment lists shall
catalogs, pamphlets, descriptive give, for each item thereon, the
literature, and performance and test name and location of the supplier or
data, shall be considered only as manufacturer. trade name, catalog
supportive information. As used reference, size, finish and all other
herein, the term "manufactured" pertinent Data.
applies to standard units usually
mass-produced; and "fabricated" 1.05 WORKING DRAWINGS
means items specifically assembled
or made out of selected materials to A. When used in the Contract
meet individual design Documents, the term 'Working
requirements. Drawings" shall be considered to
mean the Contractor's plan for
B. Manufacturer's catalog sheets, temporary structures such as
brochures, diagrams, illustrations temporary bulkheads. support of
and other standard descriptive data open cut excavation, support of
shall be clearly marked to identify utilities, ground water control
pertinent materials, product or systems, forming and false work;
models. Delete information which for underpinning; and for such other
is not applicable to the Work by work as may be required for
striking or cross-hatching. construction but does not become
an integral part of the Project.
C. Each Shop Drawing shall have a
blank area 3-1/2 inches by 3-1/2 B. Working Drawings shall be signed
inches, located adjacent to the title by a registered Professional
block. The title block shall display Consultant. currently licensed to
the following: practice in the State of Florida.
1. Project Title and Number. 1 06 SAMPLES
2. Name of Project building or A The Contractor shall furnish. for the
structure. approval of the Consultant, samples
required by the Contract
3. Number and title of the Shop Documents or requested by the
Drawing. CONSULTANT. Samples shall be
delivered to the CONSULTANT as
4 Date of Shop Drawing or specified or directed. The
revision Contractor shall prepay all shipping
charges on samples. Materials or
5 Name of Contractor and equipment for which samples are
subcontractor submitting required shall not be used in work
drawing. until approved by the
CONSULTANT.
6. Supplier/manufacturer.
B. Samples shall be of sufficient size
7. Separate detailer when and quantity to clearly illustrate:
pertinent.
1. Functional characteristics of
8. Specification title and number. the product, with integrally
related parts and attachment
9 Specification section. devices.
Boynton Beach Utilities
SC01340-4 SHOP DRAWINGS,
WORK DRAWINGS AND SAMPLES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
transmittal letter in triplicate for
2. Full range of color, texture and each shipment of samples
pattern. containing the information required
in Paragraph 1.06B above. It shall
3. A minimum of two(2)samples enclose a copy of this letter with the
of each item shall be shipment and send a copy of this
submitted. letter to the CONSULTANT.
Approval of a sample shall be only
for the characteristics or use named
D Each sample shall have a label in such approval and shall not be
indicating: construed to change or modify any
Contract requirements.
1. Name of Project.
F. Approved samples not destroyed in
2. Name of Contractor and testing shall be sent to the
Subcontractor. CONSULTANT or stored at the site
of the Work. Approved Samples of
3. Material or Equipment the hardware in good condition will
Represented. be marked for identification and
may be used in the work. Materials
4. Place of Origin. and equipment incorporated in work
shall match the approved Samples
5. Name of Producer and Brand Samples which failed testing or
(if any). were not approved will be returned
to the Contractor at its expense, if
6. Location in Project so requested at time of submission.
Samples of finished materials shall
have additional marking that will PART 2- PRODUCTS(NOT USED)
identify them under the finished
schedules. PART 3- EXECUTION (NOT USED)
E. The Contractor shall prepare a END OF SECTION
Boynton Beach Utilities
SC01340-5 SHOP DRAWINGS,
WORK DRAWINGS AND SAMPLES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01370 - SCHEDULE OF VALUES
PART 1 - GENERAL
2. Consultant and Project
1.01 DESCRIPTION number.
A. Scope of Work: 3. Name and address of
Contractor.
1. Contractor shall submit to
the Consultant a Schedule 4. Contract designation.
of Values allocated to the
various lump sum portions 5. Date of submission.
of the Work, within fifteen
(15) days of the Notice to B. Schedule shall list the installed
Proceed date. value of the component parts of
the Work in sufficient detail to
2. Upon request of the serve as a basis for computing
Consultant, Contractor shall item prices for progress
support the values with data payments during construction.
which will substantiate their
correctness. The data shall C. Identify each line item with the
include, but not be limited to number and the title of the
quantity of materials, all respective section of the
sub-elements of the activity Specifications.
and their units of measure.
D. For each line item, list sub-
3 Schedule of Values shall values of major products or
establish the actual value operations under the item.
for each activity of the Work
to be completed taken from E. For the various portions of the
the approved Critical Path Work:
Method (CPM), and shall be
used as the basis for the 1. Each item shall include a
Contractor's Applications for directly proportional amount
Payment. of the Contractor's overhead
and profit.
B. Related Requirements
Described Elsewhere: 2. For items on which progress
payments will be requested
1. Conditions of the for stored materials, break
Construction Contract. down the value into:
1.02 FORM AND CONTENT OF a. The cost of the
SCHEDULE OF VALUES materials, delivered
unloaded, with taxes
A. Type schedule on an 8-1/2 inch paid. Paid invoices
by 11 inch or 8-1/2 inch by 14 required for materials.
inch white paper. Contractor's Payment for materials
standard forms and computer shall be limited to the
printout will be considered for invoiced amount only.
approval by the Consultant upon
Contractor's request. Identify b. The total installed value.
schedule with:
F. The sum of all lump sum values
1. Title of Project and location. listed in the schedule shall equal
Boynton Beach Utilities
SC01370-1 SCHEDULE OF VALUES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
the total Contract Sum.
1.03 UNIT QUANTITIES:
A. Quantities indicated in the
Schedule of Bid Items are for
bidding and contract purposes
only. Contractor shall verify
quantities noted in schedule or
drawings. Quantities and
measurements supplied or
placed in the Work and verified
by the Consultant and CITY
determines payment.
B. If the actual Work requires more
or fewer quantities than those
quantities indicated in the bid
items, Contractor shall provide
the required quantities at the
unit sum/prices contracted.
1.04 REVIEW AND RESUBMITTAL
A. After review by Consultant,
Contractor shall revise and
resubmit Schedule of Values
and Schedule of Unit Material
values pursuant to this Section.
B. Contractor shall resubmit revised
Schedules in same manner
pursuant to this Section.
PART 2 - PRODUCTS (NOT USED)
PART 3- EXECUTION (NOT USED)
END OF SECTION
Boynton Beach Utilities
SC01370-2 SCHEDULE OF VALUES
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
On
SECTION 01380 - CONSTRUCTION PHOTOGRAPHS
PART 1 -GENERAL (views) of progress work
I with each Application for
1.01 DESCRIPTION Payment.
A. Scope of Work: The Contractor 4. Additional aerial
shall employ a competent photographs may be used
professional photographer to upon prior approval by the
take construction record CITY.
photographs periodically during
the course of the Work using a C. In addition to the general
digital camera and a progress photographs required,
preconstruction video photographs of each tie-in point
inspection. shall be taken prior to backfill
and turned in with the monthly
B. Related Requirements Application for Payment.
Described Elsewhere:
1.03 COSTS OF PHOTOGRAPHY
1. General Requirements:
Section SC01000. A. The Contractor shall pay costs
for specified photography and
2. Summary of Project: prints. Parties requiring
Section SC01010. additional photography or prints
shall pay the photographer
3. Video and Photographic directly.
Site Survey: Section 01390
PART 2 - PRODUCTS
4. Project Record Documents:
Section SC01720.
2.01 NEGATIVES/DIGITAL FILES
1.02 PHOTOGRAPHY REQUIRED
A. The negatives/digital files are to
A. Photographs taken in be categorized by month taken
conformance with this Section and must correspond to the
shall be furnished to the progress photographs that
Consultant with each accompany each. At project
Application for Payment. closeout, the negatives/digital
files are to be submitted to the
B. Views and Quantities Required: CITY. If the Contractor uses
digital photography, then the
1. Five (5) views of overall images shall be provided on
Project site monthly, or as CD.
directed by the Consultant
(for facilities projects only). PART 3- EXECUTION
2. Two (2) aerial views of 3.01 TECHNIQUE
overall Project site after
completion of site A. Factual Presentation.
restoration and landscaping
(for facilities projects only). B. Correct exposure and focus.
3. Provide electronically at 1. High resolution and
least five (5) photographs sharpness.
Boynton Beach Utilities
SC01380-1 CONSTRUCTION PHOTOGRAPHS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
2. Maximum depth-of-field.
3. Minimum distortion.
3.02 VIEWS REQUIRED
A. Photograph from locations to
adequately illustrate condition of
construction and state of
progress.
1. At successive periods of
photography, take at least
one (1) photograph from the
same overall view as
previously.
2. Consult with the Consultant
at each period of
photography for instructions
concerning views required.
3. All views to contain a
relative dimension reference
that is easily recognizable
by the average person. In
views where dimensions are
critical, use of recognizable
measuring devices such as
a folding ruler, measuring
tape in a manner the
makings are clear and
sharp in the photograph and
the device located in close
relationship with subject of
photograph.
3.03 DELIVERY OF PHOTOGRAPHS
A. Deliver electronic files to the
CONSULTANT to accompany
each Application for Payment.
END OF SECTION
Boynton Beach Utilities
SC01380-2 CONSTRUCTION PHOTOGRAPHS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01400 - QUALITY REQUIREMENTS
PART 1 GENERAL G. Secure products in place with
positive anchorage devices
1.01 GENERAL designed and sized to withstand
stresses, vibration, physical
A. Contractor is required to follow all distortion, or disfigurement.
technical specification requirements
with regards to material quality, 1.04 TOLERANCES
certification, placement and
installation. If the Contractor has A. Installed tolerances:
questions concerning these items, it
is required to generate and issue a 1. Plus/minus 0.20 foot radius of
Request For Information to the plan center
CITY and Consultant for resolution
and or guidance. 2. Plus/minus 0.05 foot vertical
3. Plus/minus 10%of specified
1.02 RELATED SECTIONS vertical slope
A. Section SC01025 — Measurement 4. Plus / minus 5% uniformity of
and Payment Procedures specified vertical slope
measured between any two
points of a single run of pipe.
C. Section SC01340—Shop Drawings,
Work Drawings and Samples B. Monitor fabrication and installation
tolerance control of products to
1.03 Field QA/QC produce acceptable Work. Do not
permit tolerances to accumulate.
A. The Contractor shall monitor quality
control over suppliers, C. Comply with manufacturers'
subcontractors, products and tolerances. Should manufacturers'
workmanship. to produce work of tolerances conflict with Contract
specified quality. Documents, request clarification
from Consultant before proceeding.
B. Comply with manufacturers'
instructions, including each step in D. Adjust products to appropriate
sequence. dimensions, position before
securing products in place.
C. Should manufacturers' instructions
conflict with Contract Documents, 1.05 TESTING SERVICES
issue Request For Information to
the Consultant before proceeding. A. Contractor required to hire a
professional, licensed independent
D. Comply with specified standards as firm to perform tests and other
minimum quality for the work except services specified.
where more stringent tolerances,
codes, or specified requirements B. Field copies of on site density
indicate higher standards or more testing are to be left on site at the
precise workmanship. completion of each day's testing.
The independent firm is required to
E. Perform work by persons qualified "map" the results of each day's
to produce required and specified testing results on the Contractor's.
quality.
F. Verify that field measurements are C. Certified, signed and sealed test
as indicated on shop drawings / reports will be submitted by the
catalog cut sheets or as instructed independent firm to the Consultant.
by the manufacturer. CITY and Contractor, indicating
observations and results of tests
and indicating compliance or non-
Boynton Beach Utilities
SC01400-1 QUALITY REQUIREMENTS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
fi
compliance with Contract and balance of equipment as
Documents. applicable, and to initiate
instructions when necessary.
D. Cooperate with independent firm;
furnish samples of materials, design B. Report observations and site
mix. equipment. tools, storage, safe decisions or instructions given to
access, and assistance by applicators or installers that are
incidental labor as requested. supplemental or contrary to
manufacturers'written instructions.
E. Testing does not relieve Contractor
to perform work to Contract PART 2 PRODUCTS(Not Used)
requirements.
PART 3 EXECUTION
F. Re-testing required because of non-
conformance to specified 3.01 EXAMINATION
requirements shall be performed by
the same independent firm on A. The Contractor shall verify that
instructions by the CITY or existing site conditions and
Consultant. substrate surfaces are acceptable
for subsequent Work. Beginning
1.06 INSPECTION SERVICES new Work means acceptance of
existing conditions.
A. The CITY shall appoint. employ,
and pay inspector for specified B. Verify that existing substrate is
services for inspection. These capable of structural support or
services may be from the attachment of new Work being
Consultant, or from the CITY or any applied or attached.
combination of the above.
C Perform "receiving" inspection of
B. The Inspector shall perform materials, structures and
construction observation, equipment.
inspections and other services
specified in individual specification D. Perform "in-process" inspection as
sections and as required by the the Work progresses.
CITY and/or Consultant.
E. Monitor and inspect the work
C. The Contractor shall cooperate with performed by subcontractors as the
Inspector; furnish safe access and Work progresses.
assistance by incidental labor as
requested. Additionally, the F. Examine and verify specific
Contractor shall keep the inspection conditions described in individual
personnel fully informed of the technical specification sections.
needs, scheduling and progress of
the project. G. Notify the CITY and Consultant.
forty-eight (48) hours prior to the
D. This inspection does NOT relieve expected time for inspection
the Contractor from performing their purposes and/or the witnessing of
own QA/QC on the Work as pressure testing. All pressure
required in this and other technical testing shall be witnessed by the
specification sections. CITY and/or Consultant
1.07 MANUFACTURERS' FIELD SERVICES
END OF SECTION
A. When specified in the Contract
documents, requiring material or
product suppliers or manufacturers
to provide qualified staff personnel
to observe site conditions.
conditions of surfaces and
installation, quality of workmanship,
start-up of equipment_ test, adjust
Boynton Beach Utilities
SC01400-2 QUALITY REQUIREMENTS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01505 - MOBILIZATION
PART I - GENERAL 10. Have Contractor's
superintendent at the job
1.01 DEFINITION AND SCOPE site full time.
A. Mobilization shall include the 11. Submit a detailed
Contractor obtaining of all construction CPM schedule
permits, insurance, and bonds; acceptable to the
moving onto the site of all plant Consultant as specified.
and equipment, temporary
buildings and other construction 12. Submit a Schedule of
facilities; all as required for the Values of the Work.
proper performance and
completion of the Work. 13. Submit a schedule of
Mobilization shall include, but submittals.
not be limited to, the following
principal items: 1.02 DEMOBILIZATION
1. Move onto the site all A. Demobilization is the timely and
Contractor's plan and proper removal of all contractor-
equipment required for first owned material, equipment or
month operations. plant, from the job site and the
proper restoration or completion
2. Install temporary of work necessary to bring the
construction power, wiring, site into full compliance with the
and lighting facilities. Contract Documents.
3. Establish fire protection plan 1.03 PAYMENT FOR
and safety program. MOBILIZATION/DEMOBILIZATION
4. Secure construction water A. Contractor shall be limited to a
supply. maximum of 3.0 percent of the
total price bid for mobilization.
5. Provide on-site sanitary The cost of
facilities and potable water mobilization/demobilization shall
facilities as specified. be shown in the Schedule of
Values.
6. Arrange for and erect
Contractor's work and B. Demobilization shall be shown
storage yard and in the schedule of values as a
employees' parking minimum 25 percent of the
facilities. value for mobilization.
7. Submit all required PART 2 - PRODUCTS (NOT USED)
insurance certificates and
bonds. PART 3 - EXECUTION (NOT USED)
8. Obtain all required permits.
END OF SECTION
9. Post all OSHA, EPA,
Department of Labor, and
all other required notices.
Boynton Beach Utilities
SC01505-1 MOBILIZATION
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01525 - CONSTRUCTION AIDS
PART 1 - GENERAL and railings, for use by
construction personnel.
1.01 DESCRIPTION
C. Maintain facilities and
A. Scope of Work: The Contractor equipment in first-class
shall furnish, install and condition.
maintain required construction
aids and remove on completion PART 3 - EXECUTION
of work.
3.01 PREPARATION
B. Related Requirements
Described Elsewhere: A. Contractor shall consult with the
CONSULTANT. review site
1. Summary of Work: Section conditions and factors which
SC01010 affect construction procedures
and construction aids, which
C. Contractor must comply with may be affected by execution of
applicable requirements of the the Work.
specified in Sections of
Divisions 2 through 16 - 3.02 GENERAL
Technical Specifications
A. Comply with applicable
PART 2 - PRODUCTS requirements specified in
sections of Divisions 2 through
2.01 MATERIALS 16.
A. Materials may be new or used, B. Relocate construction aids as
suitable for the intended required by progress of con-
purpose, but must not violate struction, by storage of work
requirements of applicable requirements and to accommo-
codes and standards. date legitimate requirements of
CITY and other contractors
2.02 CONSTRUCTION AIDS employed at the site.
A. Contractor shall provide 3.03 REMOVAL
construction aids and equipment
required by personnel and to A. Completely remove temporary
facilitate execution of the Work: materials, equipment and ser-
scaffolds, staging, ladders, vices:
stairs, ramps. runways,
platforms, railings, hoists, 1. When construction needs
cranes, chutes and other such can be met by use of
facilities and equipment such as permanent construction.
temporary valves and fittings.
Refer to respective Technical 2. At completion of work.
Specifications Sections for
particular requirements for each B. Clean and restore areas
trade. damaged by installation by use
of temporary facilities.
B. When permanent stair
framing is in place, provide 1. Remove foundations and
temporary treads, platforms underground installations
Boynton Beach Utilities
SC01525-1 CONSTRUCTION AIDS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
r
for construction aids. C. Restore permanent facilities
used for temporary purposes to
2. Restore area of site affected specified condition or in kind if
by temporary installations to not specified.
required elevations, slopes,
ground cover and clean the
area. END OF SECTION
Boynton Beach Utilities
SC01525-2 CONSTRUCTION AIDS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01530 - BARRIERS
PART 1 -GENERAL option, as appropriate to serve
required purpose.
1.01 REQUIREMENTS INCLUDED
PART 3- EXECUTION
A. Contractor shall furnish, install
and maintain suitable barriers 3.01 GENERAL
as required to prevent public
entry, and to protect the Work, A. Install facilities of a neat and
existing facilities, trees and reasonably uniform appearance,
plants from construction structurally adequate for the
operations; remove when no required purpose.
longer needed, or at completion
of work. B. Maintain barriers during entire
construction period.
1.02 RELATED REQUIREMENTS
C. Relocate barriers as required by
A. Section SC01010: Summary of the progress of construction.
Work.
3.02 FENCES
B. Section SC01500: Temporary
Facilities. A. Provide and maintain fences
necessary to assure security of
PART 2 - PRODUCTS the site during construction to
keep unauthorized people and
2.01 MATERIALS, GENERAL animals from the site when
construction is not in progress.
A. Materials may be new or used,
suitable for the intended B. Gates shall have locks; and
purpose, but must not violate keys shall be furnished to the
requirements of applicable CITY.
codes and standards.
C. Provide additional security
2.02 FENCING measures as deemed
necessary and approved by the
A. Minimum fence height 6 feet. CONSULTANT.
B. Open-Mesh Fence: 3.03 TREE AND PLANT PROTECTION
1. No. 11 gauge, 2-inch mesh, A. Preserve and protect existing
72 inches high-galvanized trees and plants at site that are
chain link fabric, with designated to remain, and those
extension arms and 3 adjacent to site.
strands of galvanized
barbed wire. B. Consult with the
CONSULTANT, and remove
2. Galvanized steel posts; 1- agreed-on roots and branches
1/2 inch line posts and 2- that interfere with construction.
inch corner posts.
1. Employ qualified tree
2.03 BARRIERS surgeon to remove
branches and tree cuts
A. Materials are Contractor's
Boynton Beach Utilities
SC01530-1 BARRIERS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
r„
C. Provide temporary barriers to a
height of 6 feet, around each, or
around each group, of trees and
plants.
D. Protect root zones of trees and
plants:
1. Do not allow vehicular traffic
or parking.
2. Do not store materials or
products.
3. Prevent dumping of refuse
or chemically injurious
materials or liquids.
4. Prevent puddling or
continuous running water.
E. Carefully supervise excavating,
grading and filling, and other
construction operations to
prevent damage.
F. Replace, or suitably repair, trees
and plants designated to remain
which are damaged or
destroyed due to construction
operations.
3.04 REMOVAL
A. Completely remove barricades,
including foundations, when
construction has progressed to
the point that they are no longer
needed and when approved by
CONSULTANT.
B. Repair damage caused by
construction. and clean up the
area.
END OF SECTION
Boynton Beach Utilities
SC01530-2 BARRIERS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
411
SECTION 01540 -SECURITY AND SAFETY PROCEDURES FOR
INFRASTRUCTURE PROJECTS
PART 1 GENERAL equipment and facilities to discover
and determine any such conditions
1 01 As a minimum, the Contractor shall and shall be solely responsible for
provide and assure that all of its discovery, determination and
personnel have and wear common correction of any such condition
colored Company shirts, safety vests,
hard hats and substantial leather work C. Contractor shall prepare and
shoes / boots. Other Personal maintain accurate reports of
Protective Equipment (PPE) as required incidents of loss, theft or vandalism
by governing local, state and Federal and shall furnish these reports to
laws and regulations. CITY within three (3) days of each
incident.
1.02 SECTION INCLUDES
1.05 PROTECTION OF WORK IN
A. Responsibility for Work Security PROGRESS, MATERIALS AND
EQUIPMENT
B. Protection of Work in Progress,
Materials and Equipment A. Contractor shall be responsible for
and shall bear any and all risk of
C. Protection of Existing Property loss or damage to work in progress,
all materials delivered to the site,
D. Security Program and all materials and equipment
involved in the Work until
E. Entry Control completion and final acceptance of
Work under this Contract. Excluded
F. Personnel Identification from Contractor's responsibility is
any loss or damage that results
G. Security Service from the sole active negligence of
the CITY or its representatives.
H. Miscellaneous Restrictions
1.06 PROTECTION OF EXISTING
1.03 RELATED SECTIONS PROPERTY
A. Section 01010 — Summary of A. Contractor shall so conduct its
Project operations as not to damage, close,
or obstruct any utility installation,
B Section 01500 - Temporary highway, road or other property
Facilities and Controls until permits therefore have been
obtained. If facilities are closed,
1.04 RESPONSIBILITY OF WORK obstructed, damaged or rendered
SECURITY unsafe by Contractor's operations,
Contractor shall, at its expense,
A. Contractor shall, at its expense, at make such repairs and provide
all times conduct all operations temporary guards, lights and other
under the Contract in a manner to signals as necessary or required for
avoid the risk of loss, theft or safety and as will be acceptable to
damage by vandalism, sabotage or the CITY.
other means to any property.
Contractor shall promptly take all B. Contractor shall conduct its
reasonable precautions that are operation so as not to damage any
necessary and adequate against existing buildings or structures. The
any conditions that involve a risk of Contractor shall verify that means
loss, theft or damage to its property, and methods of construction used
at a minimum. inside, adjacent to, under or over
existing buildings will not cause
B. Contractor shall continuously damage The Contractor shall
inspect all its work, materials, provide protection methods that are
Boynton Beach Utilities
SC01540-1 SECURITY/SAFETY PROCEDURES FOR
INFRASTRUCTURE PROJECTS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
1
acceptable to the CITY. connection with any repairs or
restoration necessary or required
C. Unless otherwise specifically by reason of any such damage or
provided in the Contract, Contractor unauthorized cutting shall be borne
shall not do any work that would by Contractor.
disrupt or otherwise interfere with
the operation of any pipeline, 1.07 SECURITY PROGRAM
telephone, electric. radio, gas,
transmission line, ditch or other A. At the Pre-Construction Meeting,
structure, nor enter upon lands in the CITY will make a final
their natural state until approved by determination on which. if any, of
the CITY. the following requirements are to be
implemented.
D. Thereafter. and before it begins
such work, Contractor shall give 1. Protect Work existing premises
due notice to CITY of its intention to and CITY's operations from
start such work. Contractor shall theft, vandalism, and
not be entitled to any extension of unauthorized entry.
time or any extra compensation on
account of any postponement. 2. Initiate program at project
interference or delay caused by any mobilization.
such line, ditch or structure on or
adjacent to the site of work. 3 Maintain program throughout
construction period until CITY
E. Contractor shall preserve and acceptance precludes the need
protect all cultivated and planted for Contractor security.
areas and vegetation such as trees,
plants, shrubs and grass on or 1.08 RESTRICTIONS
adjacent to the premises, which, as
determined by CITY, do not A. Do not allow cameras on site or
reasonably interfere with the photographs taken except by
performance of this Contract. written approval of the CITY.
F. Contractor shall be responsible for PART 2 PRODUCTS
damage to any such areas and
vegetation and for unauthorized Not Used.
cutting of trees and vegetation,
including, without limitation. PART 3 EXECUTION
damage arising from the
performance of its work through Not Used.
operation of equipment or
stockpiling of materials. All cost in END OF SECTION
Boynton Beach Utilities
SC01540-2 SECURITY/SAFETY PROCEDURES FOR
INFRASTRUCTURE PROJECTS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01600 - MATERIAL AND EQUIPMENT
PART 1 -GENERAL instructions. Contractor shall
obtain and distribute copies of
1.01 DESCRIPTION such instructions to parties
involved in the installation,
A. Scope of Work: Material and including five (5) copies to the
equipment incorporated into the Consultant.
Work:
1. Maintain one (1) set of
1. Manufactured and complete instructions at the
fabricated products: job site during installation
and until completion.
a. Design, fabricate and
assemble in accord with B. Contractor shall handle, install,
the best engineering connect, clean, condition and
and shop practices. adjust products in strict accord
with such instructions and in
b. Manufacture like parts conformity with specified
of duplicate units to requirements.
standard sizes and
gauges, to be 1. Should job conditions or
interchangeable. specified requirements
conflict with manufacturer's
c. Two (2) or more items instructions, consult with
of the same kind shall Consultant for further
be identical, by the instructions.
same manufacturer.
2. Do not proceed with Work
d. Products shall be without clear instructions.
suitable for service
conditions. C. Contractor shall perform work in
accordance with manufacturer's
e. Equipment capacities, instructions. Do not omit any
sizes and dimensions preparatory step or installation
shown or specified shall procedure unless specifically
be adhered to unless modified or exempted by
variations are Contract Documents.
specifically approved in
writing. 1.03 TRANSPORTATION AND
HANDLING
2. Do not use material or
equipment for any purpose A. Contractor shall arrange
other than that for which it is deliveries of products in
designed or specified. accordance with progress
schedules, coordinate to avoid
1.02 MANUFACTURER'S conflict with work and conditions
INSTRUCTIONS FOR at the site.
INSTALLATION
1. Deliver products in
A. When Contract Documents undamaged condition, in
require that installation of Work manufacturer's original
shall comply with containers or packaging,
manufacturer's printed with identifying labels intact
Boynton Beach Utilities—
SC01600-1 MATERIAL AND EQUIPMENT
Docusign Envelope ID.3FA54B3F-CBA7-40D7-86F9-25F6504393A3
Tr')
I and legible. required by manufacturer's
instructions.
2. Immediately on delivery,
inspect shipments to assure 3. Store fabricated products
compliance with above the ground, on
requirements of Contract blocking or skids, prevent
Documents and approved soiling or staining. Cover
submittals, and that products which are subject
products are properly to deterioration with
protected and undamaged. impervious sheet coverings,
provide adequate ventilation
B. Contractor shall provide to avoid condensation.
equipment and personnel to
handle products by methods to 4. Store loose granular
prevent soiling or damage to materials in a well-drained
products or packaging. area on solid surfaces to
prevent mixing with foreign
1.04 STORAGE AND PROTECTION matter.
A. The Contractor shall furnish a C. All materials and equipment to
covered, weather-protected be incorporated in the Work
storage structure providing a shall be handled and stored by
clean, dry, non-corrosive the Contractor before, during
environment for all mechanical and after shipment in a manner
equipment. valves, architectural to prevent warping, twisting,
items, electrical and bending. breaking, chipping,
instrumentation equipment, and rusting, and any injury, theft or
special equipment to be damage of any kind whatsoever
incorporated into this Project. to the material or equipment.
Storage or equipment shall be in
strict accordance with the D. Contractor shall store under a
"instructions for storage"of each roof or off the ground cement,
equipment supplier and sand and lime, and shall be kept
manufacturer including completely dry at all times. All
connection of heaters, placing of structural and miscellaneous
storage lubricants in equipment, steel, and reinforcing steel shall
etc. Corroded, damaged or be stored off the ground or
deteriorated equipment and otherwise to prevent
parts shall be replaced before accumulations of dirt or grease,
acceptance of the Project. and in a position to prevent
Equipment and materials not accumulations of standing water
properly stored will not be and to minimize rusting. Beams
included in a payment estimate. shall be stored with the webs
vertical. Precast concrete
B. Contractor shall store products beams shall be handled and
in accord with manufacturer's stored in a manner to prevent
instructions, with seals and accumulations of dirt, standing
labels intact and legible. water, staining, chipping or
cracking. Brick, block and
1. Store products subject to similar masonry products shall
damage by the elements in be handled and stored in a
weather-tight enclosures manner to reduce breakage,
chipping, cracking and spalling
2. Maintain temperature and to a minimum.
humidity within the ranges
Boynton Beach Utilities—
SC01600-2 MATERIAL AND EQUIPMENT
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
4
E. All materials, which, in the corrections from the
opinion of the Consultant, have Contractor's Contract. These
become so damaged as to be costs may be comprised of
unfit for the use intended or expenditures for labor,
specified, shall be promptly equipment usage.
removed by the Contractor from administrative, clerical,
the site of the Work, and the engineering and any other costs
Contractor shall receive no associated with making the
compensation for the damaged necessary corrections.
material or its removal.
1.05 STORAGE AND HANDLING OF
F. Contractor shall arrange storage EQUIPMENT ON SITE
in a manner to provide easy
access for inspection. Make A. Because of the long period
periodic inspections of stored allowed for construction, special
products to assure that products attention shall be given to the
are maintained under specified storage and handling of
conditions, and free from equipment on site. As a
damage or deterioration. minimum, the procedure
outlined below shall be followed
G. Protection After Installation: by Contractor:
Contractor shall provide
substantial coverings as 1. All equipment having
necessary to protect installed moving parts such as gears,
products from damage from electric motors, etc. and/or
traffic and subsequent instruments shall be stored
construction operations. in a temperature and
Remove covering when no humidity controlled building
longer needed. approved by the Consultant,
H. The Contractor shall be until such time as the
responsible for all material, equipment is to be installed.
equipment and supplies sold
and delivered to the CITY under 2. All equipment shall be
this Contract until final stored fully lubricated with
inspection of the Work and oil, grease. etc. unless
acceptance thereof by the CITY. otherwise instructed by the
In the event any such material, manufacturer.
equipment and supplies are lost, 3. Manufacturer's storage
stolen, damaged or destroyed instructions shall be
prior to final inspection and carefully studied by the
acceptance, the Contractor shall Contractor and reviewed
replace same without additional with the Consultant by him.
cost to the CITY. These instructions shall be
carefully followed and a
I. Should the Contractor fail to written record of this kept by
take proper action on storage the Contractor.
and handling of equipment
supplied under this Contract 4. Moving parts shall be
within seven (7) days after rotated a minimum of once
written notice to do so has been weekly to insure proper
given, the CITY retains the right lubrication and to avoid
to correct all deficiencies noted metal-to-metal "welding".
in previously transmitted written Upon installation of the
notice and deduct the cost equipment, the Contractor
associated with these shall start the equipment. at
Boynton Beach Utilities-
SC01600-3 MATERIAL AND EQUIPMENT
Docusign Envelope ID 3FA54B3F-CBA7-40D7-86F9-25F6504393A3
least half the load, once equipment provided under
weekly for an adequate Divisions 11: Equipment; 13:
period of time to insure that Special Construction; 15:
the equipment does not Mechanical; and 16: Electrical
deteriorate from lack of use. have been specified in the
pertinent sections of the
5. Lubricants shall be changed Technical Specifications. The
upon completion of Contractor shall collect and
installation and as store all spare parts so required
frequently as required in an area to be designated by
thereafter during the period the Consultant. In addition, the
between installation and Contractor shall furnish to the
acceptance. Mechanical Consultant an inventory listing
equipment to be used in the all spare parts, the equipment
Work, if stored for longer they are associated with, the
than ninety (90) days, shall name and address of the
have the bearings cleaned, supplier, and the delivered cost
flushed and lubricated prior of each item. Copies of actual
to testing and startup, at no invoices for each item shall be
extra cost to the CITY. furnished with the inventory to
substantiate the delivered cost.
6. Prior to acceptance of the
equipment, the Contractor 1.07 GREASE, OIL AND FUEL
shall have the manufacturer
inspect the equipment and A. All grease, oil and fuel required
certify that its condition has for testing of equipment shall be
not been detrimentally furnished with the respective
affected by the long storage equipment. The CITY shall be
period. Such certifications furnished with a year's supply of
by the manufacturer shall required lubricants including
be deemed to mean that the grease and oil of the type
equipment is judged by the recommended by the
manufacturer to be in a manufacturer with each item of
condition equal to that of equipment supplied.
equipment that has been
shipped, installed, tested B. The Contractor shall be
and accepted in a minimum responsible for changing the oil
time period. As such, the in all drives and intermediate
manufacturer will guarantee drives of each mechanical
the equipment equally in equipment after initial break-in
both instances. If such a of the equipment, which in no
certification is not given, the event shall be any longer than
equipment shall be judged three (3) weeks of operation.
to be defective. It shall be
removed and replaced at PART 2 - PRODUCTS (NOT USED)
the Contractor's expense.
PART 3- EXECUTION (NOT USED)
1.06 SPARE PARTS
END OF SECTION
A. Spare parts for certain
Boynton Beach Utilities—
SC01600-4 MATERIAL AND EQUIPMENT
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01630 - SUBSTITUTIONS AND PRODUCT OPTIONS
PART 1 —GENERAL 1.04 CONTRACTOR'S OPTIONS
1.01 REQUIREMENTS INCLUDED A. For products specified only by
reference standard, select
A. Contractor shall furnish and product meeting that standard.
install products specified under by any manufacturer.
options and conditions for
substitutions stated in this B. For products specified by
Section. naming several products or
manufacturers, select any one
1.02 RELATED REQUIREMENTS of those products and
manufacturers named which
A. Information for Bidders and complies with Specifications.
General Conditions.
C. For products specified by
B. Section SC01410: Testing naming only one or more
Laboratory Services. products or manufacturers and
stating "or equal", select one of
C. Section SC01650: Start-up. those named products or
manufacturers. After award of
D. Section SC01700: Contract Contract, submit a request as
Closeout. for substitutions, for any product
or manufacturer which is not
1.03 PRODUCTS LISTED specifically named.
A. Within thirty (30) days after D. For products specified by
award of Contract. submit to naming only one product and
Consultant six (6) copies of manufacturer, there is no option
complete list of major products and no substitution will be
which are proposed for allowed.
installation.
1.05 SUBSTITUTIONS
B. Tabulate products by
specification section number A. Within a period of thirty (30)
and title days after award of Contract.
Consultant will consider formal
C. For products specified only by requests from the Contractor for
reference standards, list for substitution of products in place
each such product: of those specified:
1. Name and address of 1. After the end of that period,
manufacturer. the request will be
considered only in case of
2. Trade name. product unavailability or
other conditions beyond the
3. Model or catalogue control of the Contract
designation. Documents:
4. Manufacturer's data: B. Submit a separate request for
a. Reference standards. each substitution. Support each
b. Performance test data. request with:
Boynton Beach Utilities—
SC01630-1 SUBSTITUTIONS AND PRODUCT OPTIONS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
1. Complete data
substantiating compliance C. Substitutions will not be
of the proposed substitution. considered for acceptance
Support each request with: when:
a. Product identification, 1. They are indicated or
including implied on Shop Drawings
manufacturer's name or product data submittals
and address. without a formal request
from Contractor.
b. Manufacturer's
literature; identify: 2. They are requested by
anyone other than
1) Product description. Contractor.
2) Reference 3. Submitted without data
standards. relating to changes in
construction schedule.
3) Performance and 4. Any effect of substitution on
test data. separate contracts is not
included.
c. Samples, as applicable.
5. A list of changes required in
d. Name and address of other work or products is
similar projects on not included.
which product has been
used, and the date of 6. Accurate cost data
each installation. comparing proposed
substitution with product
2. Itemized comparison of the specified is not included.
proposed substitution with
product specified; list 7. Designation of required
significant variations. license fees or royalties is
not included.
3. Data relating to changes in
the construction schedule. 8. Designation of availability of
maintenance services,
4. Any effect of the substitution sources of replacement
on separate contracts. materials is not included.
5. List of changes required in 9. Acceptance will require
other work or products. substantial revision of
Contract Documents.
6. Accurate cost data
comparing proposed D. Substitute products shall not be
substitution with product ordered or installed without
specified. written acceptance of
Consultant.
7. Designation of required
license fees or royalties. E. Consultant will determine the
acceptability of proposed
8. Designation of availability of substitutions. Contractor shall
maintenance services and pay all costs associated with
sources of replacement Consultant's review.
materials.
Boynton Beach Utilities—
SC01630-2 SUBSTITUTIONS AND PRODUCT OPTIONS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
4.
1.06 CONTRACTOR'S 6. It will pay all engineering
REPRESENTATION costs for redesign or
revision of the Contract
A. In making formal request for Documents.
substitution Contractor
represents that: 7. Cost data is complete and
includes related costs under
1. It has investigated the this Contract, but not:
proposed product and has
determined that it is equal to a. Costs under separate
or superior in all respects to contracts.
that specified.
b. Consultant's costs of
2. It will provide same redesign or revision of
warranties or bonds for Contract Documents.
substitution as for product
specified. 1.07 CONSULTANT DUTIES
3. It will coordinate installation A. Review Contractor's requests
of accepted changes as for substitutions with reasonable
may be required for the promptness.
Work to be complete in all
respects. B. Notify Contractor in writing of
decision to accept or reject
4. It waive claims for additional requested substitution.
costs caused by substitution
which may subsequently
become apparent. PART 2— PRODUCTS (NOT USED)
5. It will pay all costs, resulting PART 3—EXECUTION (NOT USED)
under separate contracts,
which result from the
substitution. END OF SECTION
Boynton Beach Utilities—
SC01630-3 SUBSTITUTIONS AND PRODUCT OPTIONS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
<r)
SECTION 01700 - CONTRACT CLOSEOUT
PART 1 -GENERAL evidence of compliance with
the requirements of
1.01 DESCRIPTION governing authorities.
A. Scope of Work: Contractor shall B. When the conditions of
comply with requirement stated paragraph 1.02 A. are met the
in Conditions of the Contract Contractor shall submit to the
and in specifications for Consultant:
administrative procedures in
closing out the Work. 1. A written notice that it
considers the Work, or
B. Related Requirements portion thereof, is
Described Elsewhere: substantially complete, and
request an inspection.
1. Cleaning: Section SC01710
C. Within a reasonable time after
2. Project Record Documents: receipt of such notice, the
Section SC01720 Consultant will make an
inspection to determine the
3. Operating and Maintenance status of completion.
Data: Section SC01730
D. When the Consultant finds that
4. Warranties and Bonds: the Work is substantially
Section SC01740. complete, Consultant will:
1.02 SUBSTANTIAL COMPLETION 1. Attend a Substantial
Completion walk-through of
A. The Work will not be the facility to include the
substantially complete, and CITY. Contractor and
Contractor may not request Consultant and/or Engineer
substantial completion of Record to determine the
inspection unless the following completeness of the Project
submittals and work is and readiness of the facility
completed: for occupancy.
1. All work specified herein 2. Prepare and deliver to CITY
and shown on the drawing a Certificate of Substantial
is complete. Completion with the
punchlist of items to be
2 Project Record Documents completed or corrected
have been submitted and before final inspection.
reviewed to the
requirements of Section 1.03 FINAL INSPECTION
SC01720.
A. Prior to Contractors request for
3. All deficiencies noted on a final inspection the following
inspection reports or non- submittals and Work must be
conformances are corrected complete:
or the correction plan
approved 1. Project Record Documents
must be approved.
4. Contractor to submit
Boynton Beach Utilities-
SC01700-1 CONTRACT CLOSE-OUT
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
2. Equipment and systems made by the Contractor:
have been tested in the
presence of the CITY's 1. Contractor will compensate
representative and are the CITY for such additional
operational and training, services.
when applicable.
2. CITY will deduct the amount
3. All punchlist items have of such compensation from
been corrected. the final payment to the
Contractor.
B. The Consultant will, within
reasonable time, make an 1.05 CONTRACTOR'S CLOSEOUT
inspection to verify the status of SUBMITTALS
completion with reasonable
promptness after receipt of A. Warranties and Bonds: To
Contractor's request. requirements of Section
SC01740.
C. Should the Consultant consider
that the Work is incomplete or B. Evidence of Payment and
defective: Release of Liens: To
requirements of General and
1. The Consultant will promptly Supplementary Conditions.
notify the Contractor in
writing, listing the C. Certificate of Insurance for
incomplete or defective Products and Completed
work. Operations.
2. Contractor shall take D. Final Application for Payment
immediate steps to remedy
the stated deficiencies, and E. Certificate of Substantial
send another written Completion.
certification to the
Consultant that the Work is F. Certificate of Final Inspection,
complete. Testing, and Acceptance
3. The Consultant will within a G. Closeout of all applicable
reasonable amount of time, permits:
reinspect the Work and the 1. State or other jurisdictional
Contractor shall be liable for permits (as applicable):
reinspection fees as a. FDOT
described in paragraph b. LWDD
1.04. c. SFWMD
d. USACE
D. When the Consultant finds that e. FEC
the Work is acceptable under f. CSX
the Contract Documents, the 2. PBC ROW/MOT
Contractor may make closeout 3. PBC Health Department
submittals. 4. PBC Building Department
5. City of Boynton Beach —
1.04 REINSPECTION FEES Right-of-Way(ROW)
6. City of Boynton Beach
A. Should the Consultant perform Building Department
reinspections due to failure of
the Work to comply with the 1.06 FINAL ADJUSTMENT OF
claims of status of completion ACCOUNTS
Boynton Beach Utilities—
SC01700-2 CONTRACT CLOSE-OUT
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
•
SUBMITTAL REQUIREMENTS
A. Submit a final statement of
accounting to the Consultant. A. Submit data on 8 1/2 x 11 inch
pages in three-ring binders with
B. Statement shall reflect all durable covers.
adjustments to the Contract
Sum: B. Prepare binder cover and binder
spine with printed title
1. The original Contract Sum. "RECORD DOCUMENT
MANUAL', title of project, and
2. Additions and deductions subject matter of binder when
resulting from: multiple binders are required.
a. Previous change orders C. Internally subdivide the binder
or written amendment. contents with permanent page
dividers and tabs.
b. Allowances.
D. Contents: Prepare a Table of
c. Unit prices. Contents as follows:
d. Deductions for 1. Part 1: Directory, listing
uncorrected work. names, addresses, and
telephone numbers of
e. Deductions for Engineer, Contractor,
liquidated damages. Subcontractors and major
equipment suppliers.
f. Deductions for 2. Part 2: Project documents
reinspection payments. and certificates, including
the following:
g. Other adjustments. a. Certificate of
Substantial Completion
3. Total Contract Sum, as with signed-off
adjusted. Substantial Completion
punchlist.
4. Previous payments. b. Certificate of Final
Acceptance.
5. Sum remaining due. c. Warranty of Title, form
WT-1
C. Consultant will prepare a final d. Final Release of Lien
Change Order, reflecting e. Pre- and Post-
approved adjustments to the construction videos and
Contract Sum which were not photographs on DVD or
previously made by Change CD.
Orders. f. Certifications of
closeout of all
1.07 FINAL APPLICATION FOR applicable permits
PAYMENT (NPDES. PBC Health
Department, SFWMD,
A. Contractor shall submit the final LWDD, PBC or CBB
Application for Payment in Building Permits, etc.)
accordance with procedures
and requirements stated in the E. Submit Operation and
Conditions of the Contract. Maintenance (0 & M) Manuals
for all equipment. The O&M
1.08 RECORD DOCUMENT Manuals shall include the
Boynton Beach Utilities-
SC01700-3 CONTRACT CLOSE-OUT
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
. Y e
following information:
a. Manufacturer's name, A. Submit written certification that
address, and telephone the Work has been completed in
number. accordance with Contract
b. List of equipment Documents and is ready for the
c. Parts list for each Substantial Completion and/or
component Final Completion walk-throughs.
d. Operating instructions
e. Maintenance instructions for B. Provide submittals to the
equipment and systems. Consultant and the CITY that
are required by governing or
F. Submit to the CITY, one (1) permitting authorities such as
draft copy of the RECORD Palm Beach County Health
DOCUMENT MANUAL fifteen Department, Palm Beach
(15) days prior to the request for County Traffic/Land
Final Inspection, Testing and Development, FDOT, etc. in
Acceptance. This copy will be order to closeout the project.
reviewed and returned prior to
Final Inspection, Testing and C. Submit final Application for
Acceptance, with the CITY's Payment identifying total
comments. Revise content of adjusted Contract Sum,
all document sets as required. previous payments, and full
release of retainage.
G. Submit one (1) revised FINAL
RECORD DOCUMENT D. Final payment and release of
MANUAL and six (6) sets for all retention with NOT be made
Operation and Maintenance until the RECORD DOCUMENT
Manuals, within ten (10) days MANUALS, Operation and
after Final Inspection, Testing Maintenance Manuals, and the
and Acceptance. . "AFTER" photographic survey,
video, and photographs on
PART 2 - PRODUCTS (NOT USED) DVD/CD have been received
and accepted by the CITY.
PART 3- EXECUTION
END OF SECTION
3.1 CLOSEOUT PROCEDURES
Boynton Beach Utilities—
SC01700-4 CONTRACT CLOSE-OUT
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01710 - CLEANING
PART 1 - GENERAL needed and dispose of at legal
disposal areas away from the
1.01 DESCRIPTION site.
A. Scope of Work: Contractor shall C. Contractor shall coordinate and
execute cleaning, during cooperate with the CITY for the
progress of the Work and at routine collection of garbage,
completion of the Work. debris and recycle materials by
assuring access to oversized
1.02 DISPOSAL REQUIREMENTS vehicles. If access to the
property owner pick-up points,
A. Contractor shall conduct Contractor shall gather the
cleaning and disposal collection bins, stage them in a
operations to comply with pick-up area and then return to
codes, ordinances, regulations, the individual property owners
and anti-pollution laws. after the garbage and/or recycle
has been picked-up.
PART 2- PRODUCTS
3.02 DUST CONTROL
2.01 MATERIALS
A. Clean interior spaces prior to
A. Use only those cleaning the start of finish painting and
materials which will not create continue cleaning on an as-
hazards to health or property needed basis until paint is
and which will not damage finished.
surfaces.
B. Schedule operations so that
B. Use only those cleaning dust and other contaminants re-
materials and methods suiting from cleaning process
recommended by manufacturer will not fall on wet or newly-
of the surface material to be coated surfaces.
cleaned.
3.03 FINAL CLEANING
C. Use cleaning materials only on
surfaces recommended by A. Employ skilled workmen for final
cleaning material manufacturer. cleaning.
B. Remove grease, mastic,
PART 3- EXECUTION adhesives, dust, dirt, stains, fin-
gerprints, labels, and other
3.01 DURING CONSTRUCTION foreign materials from sight-
exposed interior and exterior
A. Execute daily cleaning to keep surfaces.
the Work, the site and adjacent
properties free from C. Prior to final completion, or
accumulations of waste Owner occupancy, Contractor
materials, rubbish and shall conduct an inspection of
windblown debris, resulting from sight-exposed interior and
construction operations or exterior surfaces and all work
personal activities. areas, to verify that the entire
Work is clean
B. Remove waste materials, debris
and rubbish from the site as END OF SECTION
Boynton Beach Utilities—
SC01710-1 CLEANING
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01720 - PROJECT RECORD DOCUMENTS
PART 1 -GENERAL large printed letters.
1.01 IN-PROGRESS PROJECT B. Record information concurrently
RECORD DOCUMENTS with construction progress.
A. All dimensions and annotations 1. Do not conceal any work
that are noted below shall be until required information is
included on the progress and recorded.
final Record Drawings.
Contractor shall maintain on site C. Drawings: Legibly mark to
one (1) record copy for the record actual construction:
Consultant of the following as it
progresses: 1. Depths of various elements
of foundation in relation to
1 Drawings: finish first floor datum.
2. Specifications 2. Location of existing internal
utilities and appurtenances
3. Addenda. concealed in the
construction. referenced to
4. Change Orders and other visible and accessible
modifications of the features of the structure.
Contract.
3. Field changes of dimension
5. Consultant's Field Orders or and detail.
written instructions.
4. Changes made by Field
6. Approved Shop Drawings, Order or by Change Order.
Working Drawings and
Samples. 4. Details not on original
Contract Drawings.
7. Field Test records.
6. Equipment and piping
relocations.
9. Construction photographs.
D. Specifications and Addenda:
B. Related Requirements Legibly mark each section to
Described Elsewhere: record:
1. Manufacturer, trade name.
2. Shop Drawings, Working catalog number of Supplier
Drawings and Samples: of each product and item of
Section SC01340. equipment actually installed.
3. Construction Photographs: 2 Product substitutions and
Section SC01380. alternates utilized.
3. Changes made by Field
1.02 RECORDING Order or by Change Order.
A. Label each document 1.02 SUBMITTAL
"PROJECT RECORD" in neat
Boynton Beach Utilities-
SC01720-1 PROJECT RECORD DOCUMENTS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
1
A. At Contract closeout, deliver 4. Title and number of each
Record Documents to the Record Document.
Consultant for the CITY.
5. Signature of Contractor or
B. Accompany submittal with his authorized
transmittal letter in duplicate, representative.
containing:
PART 2 - PRODUCTS (NOT USED)
1. Date.
PART 3— EXECUTION (NOT USED)
2. Project title and number.
3. Contractor's name and END OF SECTION
address.
Boynton Beach Utilities—
SC01720-2 PROJECT RECORD DOCUMENTS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01730 - OPERATING AND MAINTENANCE DATA
PART 1 -GENERAL B. Format
101 DESCRIPTION 1 Size: 8-1/2 inches x 11
inches.
A. Scope of Work:
2 Paper. 20 pound
1. Contractor shall compile minimum, white, for typed
product data and related pages.
information appropriate for
CITY's maintenance and 3. Text: Manufacturer's
operation of products furnished printed data, or neatly
under Contract. typewritten.
a. Prepare operating and 4. Drawings:
maintenance data as
specified in this Section a. Provide reinforced
and as referenced in other punched binder tab,
pertinent sections of bind in with text.
Specifications.
b. Reduce larger
2. Contractor shall instruct CITY's drawings and fold to
personnel in maintenance of size of text pages but
products and in operation of not larger than 14
equipment and systems. inches x 17 inches.
B. Related Requirements Described 5. Provide fly-leaf for each
Elsewhere: separate product, or each
piece of operating equipment.
1. Contract Closeout: Section
SC01700 a. Provide typed description
of projects and major
2. Project Record Documents: component parts of
Section SC01720 equipment.
1.02 QUALITY ASSURANCE b. Provide identified tabs.
A. Preparation of data shall be done 6. Cover: Identify each volume
by personnel: with typed or printed title
"OPERATING AND
1. Trained and experienced in MAINTENANCE
maintenance and operation of INSTRUCTIONS". List:
described products.
a. Title of Project.
2 Familiar with requirements of
the Section. b. Identity of separate
structure as applicable.
3 Skilled as technical writer to
the extent required to c. Identity of general subject
communicate essential data. matter covered in the
manual.
4. Skilled as draftsman competent
to prepare required drawings. C. Binders:
1.03 FORM OF SUBMITTALS 1. Commercial quality three-post
binders with durable and
A. Prepare data in form of an cleanable plastic covers.
instructional manual for use by
CITY's personnel 2 Maximum post width: 2 inches.
Boynton Beach Utilities-
SC01730-1 OPERATING AND MAINTENANCE DATA
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
rr
71
drawings as necessary to
3. When multiple binders are clearly illustrate:
used, correlate the data into
related consistent groups. a. Relations of component
parts of equipment and
1.04 CONTENT OF MANUAL systems.
A. Neatly typewritten table of contents b. Control and flow diagrams.
for each volume, arranged in
systematic order. 2. Coordinate drawings with
information in Project Record
1. Contractor, name of Documents to assure correct
responsible principal, address illustration of completed
and telephone number. installation.
2. A list of each project required 3. Do not use Project Record
to be included, indexed to Documents as maintenance
content of the volume. drawings.
3. List, with each project, name, D Written test, as required to
address and telephone number supplement product data for the
of: particular installation:
a. Subcontractor or installer. 1 Organize in consistent format
under separate headings for
b A list of each product different procedures.
required to be included,
indexed to content of the 2. Provide logical sequence of
volume instruction of each procedure.
c. Identify area of E. Copy of each warranty, bond and
responsibility of each. service contract issued.
d. Local source of supply for 1. Provide information sheet for
parts and replacement. CITY's personnel, give:
4 Identify each product by a Proper procedures in
product name and other event of failure.
identifying symbols as set forth
in Contract Documents. b. Instances which might
affect validity of warranties
B Product Data: or bonds.
1. Include only those sheets 1.05 MANUAL FOR MATERIALS AND
which are pertinent to the FINISHES
specific product.
A. Submit six (6) copies of complete
2. Annotate each sheet to manual in final form to the CITY
through the CONSULTANT
a Clearly identify specific
product or part installed. B. Content. for architectural products,
applied materials and finishes:
b Clearly identify data
applicable to installation. 1. Manufacturer's data, giving full
information on products.
c. Delete references to
inapplicable information. a. Catalog number, size,
composition
C. Drawings:
b Color and texture
1. Supplement product data with designations.
Boynton Beach Utilities—
SC01730-2 OPERATING AND MAINTENANCE DATA
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
and commercial number of
c Information required for replaceable parts.
reordering special
manufacturing products. 2. Operating procedures:
2 Instructions for care and a. Start-up, break-in, routine
maintenance. and normal operating
instructions.
a. Manufacturer's
recommendation for types b. Regulation, control,
of cleaning agents and stopping, shut-down and
methods. emergency instructions.
b. Cautions against cleaning c. Summer and winter
agents and methods which operating instructions.
are detrimental to product.
d. Special operating
c. Recommend schedule for instructions.
cleaning and maintenance.
3. Maintenance procedures.
C. Content, for moisture protection and
weather-exposed products: a. Routine operations.
1. Manufacturer's data, giving full b. Guide to "trouble-
information on products. shooting".
a. Applicable standards. c. Disassembly, repair and
reassembly.
b. Chemical composition.
d. Alignment, adjusting and
c. Details of installation. checking.
2 Instructions for inspection. 4 Servicing and lubrication
maintenance and repair. required.
D. Additional requirements for 5. Manufacturer's printed
maintenance data: Respective operating and maintenance
sections of Specifications instructions.
1.06 MANUAL FOR EQUIPMENT AND 6. Description of sequence of
SYSTEMS operation by control
manufacturer.
A. Submit five (5) copies of complete
manual in final form to the CITY 7. Original manufacturer's parts
through the CONSULTANT. list, illustrations, assembly
drawings and diagrams
B. Content. for each unit of equipment required for maintenance_
and system, as appropriate:
a. Predicted life of parts
1. Description of unit and subject to wear.
component parts.
b. Items recommended to be
a. Function, normal operating stocked as spare parts,
characteristics, and
limiting conditions. 8. As-installed control diagrams
by controls manufacturer.
b. Performance curves,
engineering data and 9. Each contractor's coordination
tests. drawings.
c. Complete nomenclature a. As-installed color coded
Boynton Beach Utilities-
SC01730-3 OPERATING AND MAINTENANCE DATA
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
piping diagrams. shooting".
10. Charts of valve tag numbers, c. Disassembly, repair and
with location and function of reassembly
each valve.
6. Manufacturer's printed
11. List of original manufacturer's operating and maintenance
spare parts, manufacturer's instructions.
current prices and
recommended quantities to be 7 List of original manufacturer's
maintained in storage. spare parts, manufacturer's
current prices, and
12. Other data as required under recommended quantities to be
pertinent sections of maintained in storage
specifications.
8. Other data as required under
C Content, for each electric and pertinent sections of
electronic systems,as appropriate: specifications.
1 Description of system and D Prepare and include additional data
component parts. when the need for such data
becomes apparent during
a. Function, normal operating instruction of CITY's personnel.
characteristics, and
limiting conditions. E. Additional requirements for
operating and maintenance data:
b. Performance curves, Respective sections of
engineering data and Specifications.
tests
1.07 SUBMITTAL SCHEDULE
c. Complete nomenclature
and commercial number of A. Submit two (2) copies of completed
replaceable parts. data in final form to the CITY
through the CONSULTANT no later
2. Circuit directories and than thirty (30) days following the
panelboards. Consultant's review of the last shop
drawing and/or other submittal
a. Electrical service specified under Section SC01340.
b Controls 1. One copy will be returned with
comments to be incorporated
c. Communications into final copies.
3. As installed color coded wiring B. Submit two (2) hard copies and one
diagrams. (1) electronic file of approved
manual in final form directly to the
4 Operating procedures: offices of the Consultant, within
thirty (30) calendar days of product
a. Routine and normal shipment to the project site and
operating instructions. preferably within 30 days after the
reviewed copy is received
b. Sequences required.
C. Append six (6) copies and one (1)
c. Special operating electronic file of addendum to the
instructions. operation and maintenance
manuals as applicable and
5. Maintenance procedures: certificates as specified within thirty
(30) days after final inspection and
a. Routine operations. plant start-up test.
b. Guide to "trouble- 1.08 INSTRUCTION OF CITY'S
Boynton Beach Utilities-
SC01730-4 OPERATING AND MAINTENANCE DATA
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
PERSONNEL
A Fully instruct CITY's designated
operating and maintenance
personnel in operation, adjustment
and maintenance of products,
equipment and systems
B. Review operating and maintenance
manual with CITY's operating and
maintenance personnel in full detail
to explain all aspects of operations
and maintenance.
C. A list shall be provided to the CITY
detailing the date, time and
attendees of all training sessions.
PART 2-PRODUCTS(NOT USED)
PART 3-EXECUTION (NOT USED)
END OF SECTION
Boynton Beach Utilities-
SC01730-5 OPERATING AND MAINTENANCE DATA
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01740 - WARRANTIES AND BONDS
PART 1 - GENERAL contract.
1.01 DESCRIPTION 6. Provide information for
CITY's personnel:
A. Scope of Work:
a. Proper procedure in
1. Contractor shall compile case of failure.
specified warranties and
bonds, as in Article 5 and b. Instances which might
13 of the General affect the validity of
Conditions and as specified warranty or bond.
in these Specifications.
7. Contractor, name of
B. Related Work Described responsible principal,
Elsewhere: address and telephone
number.
1. General Conditions:
Articles 5 and 13 1.03 FORM OF SUBMITTALS
2. Contract Closeout: Section A. Prepare in duplicate packets.
SC01700.
B. Format:
1.02 SUBMITTAL REQUIREMENTS
1. Size 8-1/2 inches by 11
A. Assemble warranties, bonds inches, punch sheets for
and service and maintenance standard three (3) post
contracts, executed by each of binder.
the respective manufacturers,
suppliers, and subcontractors. a. Fold larger sheets to fit
into binders.
B. Number of original signed
copies required: Two(2) each. 2. Cover: Identify each packet
with typed or printed title
C. Table of Contents: Neatly 'WARRANTIES AND
typed, in orderly sequence. BONDS". List:
Provide complete information for
each item. a. Title of Project.
1. Product of work item. b. Name of Contractor.
2. Firm, with name of principal, C. Binders: Commercial quality,
address and telephone three (3) post binder, with
number. durable and cleanable plastic
covers and maximum post width
3 Scope. of two (2) inches.
4. Date of beginning of 104 WARRANTY SUBMITTALS
warranty, bond or service REQUIREMENTS
and maintenance contract.
A. For all major pieces of
5. Duration of warranty, bond equipment, submit a warranty
or service maintenance from the equipment
Boynton Beach Utilities—
SC01740-1 WARRANTIES AND BONDS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
manufacturer. The the start of the Correction
manufacturer's warranty period Period, the Contractor shall
shall be concurrent with the obtain from the manufacturer a
Contractor's for one (1) year, two (2) year warranty
unless otherwise specified, commencing at the time of
commencing at the time of final equipment delivery to the job
acceptance by the CITY. site. This two (2) year warranty
from the manufacturer shall not
B. The Contractor shall be relieve the Contractor of the one
responsible for obtaining (1) year warranty.
certificates for equipment
warranty for all major equipment D. The CITY shall incur no labor or
specified under technical equipment cost during the
specifications for Divisions 11: guarantee period.
Equipment; 13: Special
Construction; 15: Mechanical; E. Guarantee shall cover all
and 16: Electrical and which necessary labor, equipment and
has at least a 1 hp motor or replacement parts resulting from
which lists for more than $1,000. faulty or inadequate equipment
The Consultant reserves the design, improper assembly or
right to request warranties for erection, defective workmanship
equipment not classified as and materials, leakage,
major. The Contractor shall still breakage or other failure of all
warrant equipment not equipment and components
considered to be "major" in the furnished by the manufacturer.
Contractor's one-year warranty
period even though certificates PART 2 - PRODUCTS (NOT USED)
of warranty may not be required.
PART 3 - EXECUTION (NOT USED)
C. In the event that the equipment
manufacturer or supplier is
unwilling to provide a one (1) END OF SECTION
year warranty commencing at
Boynton Beach Utilities—
SC01740-2 WARRANTIES AND BONDS
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SECTION 01800 - MISCELLANEOUS WORK AND CLEANUP
1 PART 1 - GENERAL Gravel drives shall be replaced
and regraded.
1.01 DESCRIPTION
B. The Contractor shall remove,
A. Scope of Work: store and replace existing
fences during construction.
1. This Section includes Only the sections directed by
operations which cannot be the Consultant shall be
specified in detail as removed. If any section of
separate items but can be fence is damaged due to the
sufficiently described as to Contractor's negligence, it shall
the kind and extent to work be replaced with fencing equal
involved. The Contractor to or better than that damaged,
shall furnish all labor, and the work shall be
materials, equipment and satisfactory to the Consultant.
incidentals to complete the
work under this Section. 3.02 CLEAN UP
2. The work of this Section A. The Contractor shall remove all
includes, but is not limited construction material, buildings,
to, the following: equipment and other debris
remaining on the job as the
a. Restoring of driveways result of construction operations
and fences. and shall render the site of the
work in a neat and orderly
b. Cleaning up. condition.
c. Incidental work. 3.03 INCIDENTAL WORK
2 PART 2 - PRODUCTS A. Do all incidental work not
otherwise specified, but
2.01 MATERIALS obviously necessary for the
proper completion of the
A. Materials required for this contract as specified and as
Section shall be of the same shown on the Drawings.
quality as materials that are to
be restored. Where possible, END OF SECTION
the Contractor shall reuse
existing materials that are
removed and then replaced.
3 PART 3- EXECUTION
3.01 RESTORING OF DRIVEWAYS
AND FENCES
A. Existing public and private
driveways disturbed by the
Contractor shall be replaced.
Paved drives shall be repaved
to the limits and thickness
existing prior to construction
Boynton Beach Utilities—
SC01800-1 MISCELLANEOUS WORK AND CLEAN-UP
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
SC01600 Material and Equipment City
SC01630 Substitutions and Product Options City
SC01700 Contract Closeout City
SC01710 Cleaning City
SC01720 Project Record Documents City
SC01730 Operating and Maintenance Data City
SC01740 Warranties and Bonds City
SC01800 Miscellaneous Work and Clean up City
NOTE:
All crossed-out sections and text are not applicable for this project.
END OF SECTION
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
EXHIBIT B
PROJECT MANUAL
FOR
FIRE RESCUE STATION NO. 5 AND EOC
FOR
CITY OF BOYNTON BEACH
RFQ #
RE-ROOFING, REMOVAL/ REPLACEMENT OF JOINT SEALANTS &
EXTERIOR PAINTING
2080 HIGH RIDGE ROAD
SOUTHEAST CORNER OF GATEWAY BLVD. AND HIGH RIDGE ROAD
BOYNTON BEACH, FLORIDA
VOLUME 1
BID SET
NOVEMBER,2024
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
343993 FIRE RESCUE STATION NO. 5 AND EOC 10/15/24
BOYNTON BEACH, FLORIDA
TECHNICAL SPECIFICATIONS
DIVISION 2 - SITE CONSTRUCTION (NOT USED)
DIVISION 3 —CONCRETE (NOT USED)
DIVISION 4—MASONRY (NOT USED)
DIVISION 5 —METALS (NOT USED)
DIVISION 6- WOOD AND PLASTICS (NOT USED)
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
07015.19—Preparation for Re-roofing
07561 —Fluid Applied Waterproof Roofing
07920—Joint Sealants
DIVISION 8 - DOORS AND WINDOWS (NOT USED)
DIVISION 9—FINISHES
09900—Painting
DIVISION 10—SPECIALTIES (NOT USED)
DIVISION 11 —EQUIPMENT (NOT USED)
DIVISION 12—FURNISHINGS (NOT USED)
DIVISION 13 - SPECIAL CONSTRUCTION (NOT USED)
DIVISION 14 - CONVEYING SYSTEMS (NOT USED)
DIVISION 15 —MECHANICAL (NOT USED)
DIVISION 16—ELECTRICAL(NOT USED)
TABLE OF CONTENTS i TOC
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 &EOC
BOYNTON BEACH, FLORIDA 11/06/24
SECTION 070150.19-PREPARATION FOR REROOFING
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Re-cover preparation of entire roof.
1.3 DEFINITIONS
A. Roofing Terminology: Definitions in ASTM D 1079 and glossary of NRCA's "The NRCA
Roofing and Waterproofing Manual" apply to work of this Section.
B. Roof Re-Cover Preparation: Existing roofing system is to remain and be prepared for new roof
installed over it.
1.4 ACTION SUBMITTALS
A. Product Data:For each type of product.
1.5 INFORMATIONAL SUBMITTALS
A. Qualification Data:For Installer.
1. Include certificate that Installer is approved by warrantor of new roofing system.
B. Photographs or Videotape: Show existing conditions of adjoining construction and site
improvements, including exterior and interior finish surfaces,that might be misconstrued as
having been damaged by reroofing operations. Submit before Work begins.
1.6 QUALITY ASSURANCE
A. Installer Qualifications: Approved by warrantor of roofing system to work on existing
roofing.
PREPARATION FOR REROOFING 070150.19- 1
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 &EOC
BOYNTON BEACH, FLORIDA 11/06/24
B. Regulatory Requirements: Comply with governing EPA notification regulations before
beginning roofing removal. Comply with hauling and disposal regulations of authorities having
jurisdiction.
C. Reroofing Conference: Conduct conference at Project site.
1. Meet with Owner; Architect; Owner's insurer if applicable; testing and inspecting agency
representative; roofing system manufacturer's representative; roofing Installer, including
project manager, superintendent, and foreman; and installers whose work interfaces with
or affects reroofing, including installers of roof deck, roof accessories, and roof-mounted
equipment.
2. Review methods and procedures related to roofing system preparation and re-covering,
including,but not limited to,the following:
a. Reroofing preparation, including roofing system manufacturer's written
instructions.
b. Temporary protection requirements for existing roofing system components that
are to remain.
c. Existing roof drains and roof drainage during each stage of reroofing, and roof-
drain plugging and plug removal.
d. Construction schedule and availability of materials, Installer's personnel,
equipment, and facilities needed to avoid delays.
e. Condition and acceptance of existing roofing substrate for reuse.
f. Base flashings, special roofing details, drainage, penetrations, equipment curbs,
and condition of other construction that affect reroofing.
g. Governing regulations and requirements for insurance and certificates if
applicable.
h. Existing conditions that may require notification of Owner/ Architect before
proceeding.
1.7 FIELD CONDITIONS
A. Existing Roofing System: Fluid applied waterproof roofing.
B. Owner will occupy portions of building immediately below reroofing area. Conduct reroofing
so Owner's operations are not disrupted. Provide Owner with not less than 72 hours' notice of
activities that may affect Owner's operations.
1. Coordinate work activities daily with Owner.
C. Protect building to be reroofed, adjacent buildings, walkways, site improvements, exterior
plantings, and landscaping from damage or soiling from reroofing operations.
D. Maintain access to existing walkways,corridors,and other adjacent occupied or used facilities.
E. Conditions existing at time of inspection for bidding are maintained by Owner as far as
practical.
1. Construction Drawings and Project specifications for existing roofing system are
provided for Contractor's convenience/reference and information, but are not a warranty
of existing conditions. They are intended to supplement rather than serve in lieu of
PREPARATION FOR REROOFING 070150.19- 2
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 &EOC
BOYNTON BEACH, FLORIDA 11/06/24
Contractor's own investigations. Contractor is responsible for conclusions derived from
existing documents.
F. Weather Limitations: Proceed with reroofing preparation only when existing and forecasted
weather conditions permit Work to proceed without water entering existing roofing system or
building.
G. Hazardous Materials: It is not expected that hazardous materials, such as asbestos-containing
materials, will be encountered in the Work.
1. If materials suspected of containing hazardous materials are encountered, do not disturb;
immediately notify Architect and Owner. Hazardous materials will be removed by Owner
under a separate contract.
1.8 WARRANTY
A. Existing Warranties: Existing warranty has expired.
PART 2-PRODUCTS
2.1 TEMPORARY PROTECTION MATERIALS
A. Expanded Polystyrene(EPS)Insulation: ASTM C 578.
2.2 TEMPORARY ROOFING MATERIALS
A. Design and selection of materials for temporary roofing are Contractor's responsibilities.
2.3 INFILL AND REPLACEMENT MATERIALS
A. Use infill materials matching or compatible to existing roofing system materials unless
otherwise indicated.
1. Infill materials are specified in Section 075613 "Fluid —Applied Waterproof Roofing"
unless otherwise indicated.
2.4 AUXILIARY REROOFING MATERIALS
A. General: Use auxiliary reroofing preparation materials recommended by roofing system
manufacturer for intended use and compatible with components of existing and new roofing
system.
PREPARATION FOR REROOFING 070150.19-3
DocusIgn Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 &EOC
BOYNTON BEACH,FLORIDA 11/06/24
PART 3 -EXECUTION
3.1 PREPARATION
A. Shut off rooftop utilities and service piping before beginning the Work.
B. Test existing roof drains to verify that they are not blocked or restricted. Immediately notify
Architect of any blockages or restrictions.
C. Maintain roof drains in functioning condition to ensure roof drainage at end of each workday.
Prevent debris from entering or blocking roof drains and conductors. Use roof-drain plugs
specifically designed for this purpose. Remove roof-drain plugs at end of each workday, when
no work is taking place, or when rain is forecast.
1. If roof drains are temporarily blocked or unserviceable due to roofing system removal or
partial installation of new roofing system, provide alternative drainage method to remove
water and eliminate ponding. Do not permit water to enter into or under existing roofing
system components that are to remain.
3.2 ROOF RE-COVER PREPARATION
A. Remove blisters and areas of roofing not fully adhered.
B. Remove substrate irregularities that inhibit new re-cover roofing material from adhering/
bonding and conforming to substrate.
1. Clean substrate of contaminants, such as dirt, debris, oil, and grease, that can affect
adhesion of fluid-applied waterproof roofing.
2. Power vacuum the existing roof surface. If recommended by roofing material
manufacturer, prime dried surface at recommended rate with recommended primer (if
applicable).
3. Scarify surface of fluid applied waterproof roofing as necessary/ recommended by
roofing manufacturer to achieve a suitable substrate for new roofing.
3.3 DISPOSAL
A. Collect demolished materials and place in containers. Promptly dispose of demolished
materials. Do not allow demolished materials to accumulate on-site.
1. Storage or sale of demolished items or materials on-site is not permitted.
B. Transport and legally dispose of demolished materials off Owner's property.
END OF SECTION 070150.19
PREPARATION FOR REROOFING 070150.19-4
Docusign Envelope ID 3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
SECTION 07561 - FLUID-APPLIED WATERPROOF ROOFING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes Flexible, fiber reinforced waterproofed over-coating, over
existing fluid-applied, flexible acrylic waterproofing system roofing over concrete
substrate.
1.3 PERFORMANCE REQUIREMENTS
A. Install fluid-applied flexible fiber reinforced over-coating waterproofing and flashing
system with compatible components that will not permit passage of liquid and will
withstand wind loads, flotation loads, thermally induced movement, and exposure to
weather without failure.
1.4 SUBMITTALS
A. Product Data: For each type of roofing (waterproofing) material indicated. Provides
data for material description, physical properties, recommended storage conditions,
shelf life, precautions, flexible flashings,joint cover sheet, and joint crack application of
waterproofing membrane.
B. Shop Drawings: Show locations and extent of roofing. Include plans, sections, details,
and attachments to other Work, for substrate joints and cracks, flashing sheets, roof
penetrations, vertical intersections, roof slope, expansion joints, and membrane termina-
tions.
C. Installer Certificates: Signed by manufacturers certifying that installers comply with
requirements.
D. Test Data: Provide documentation supporting test.
E. Manufacturer's Installation Instructions: Indicate special procedures and perimeter
conditions requiring special attention.
FLUID-APPLIED OVER-COATING WATERPROOF ROOFING 07561 - 1
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
F. Maintenance Data: For roofing (waterproofing) system to include in maintenance
manuals.
G. Warranties: Draft of special warranty specified in this Section.
H. Inspection Report for Information: Copy of roofing (waterproofing) system
manufacturer's inspection report of completed roofing waterproofing system.
1.5 QUALITY ASSURANCE
A. Installer Qualifications: An employer of workers trained and approved by manufac-
turer.
B. Source Limitations: Obtain roofing membrane materials through one source from a
single manufacturer.
C. Manufacturers shall have been in business and shall have had experience in
manufacturing these products for a minimum of 15 years.
D. Roofing System: Must meet 8109 psf uplift adhesion resistance as per ASTM E74,
Grade B, on concrete.
E. Preinstallation Conference: Conduct conference at Project site to comply with
requirements in Division 1 Section "Project Management and Coordination." Review
methods and procedures related to roofing (waterproofing) system including, but not
limited to, the following:
1. Review flashing, special roofing details, roof drainage, roof penetrations, and
condition of other construction that will affect roofing.
2. Review regulations and requirements of authorities having jurisdiction for
insurance, certifications, and inspection and testing, if applicable.
3. Review temporary protection requirements for roofing system during and after
installation.
4. Review roof observation and repair procedures after roofing installation.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials to Project site in original containers with seals unbroken, labeled with
manufacturer's name, product brand name and type, date of manufacture, and directions
for storing and mixing with other components. Handle and store roofing (waterproof-
ing) materials and place equipment in a manner to protect materials from damage and
weather, in accordance with manufacturer's instructions.
FLUID-APPLIED OVER-COATING WATERPROOF ROOFING 07561 - 2
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
1.7 PROJECT CONDITIONS
A. Environmental Limitations: Apply roofing waterproofing system within the range of
ambient and substrate temperatures recommended by roofing waterproofing system
manufacturer.
B. Products: VOC requirements shall be less than 90 grams/liter.
1.8 WARRANTY
A. Special Roofing Waterproofing System Manufacturer's Warranty: Manufacturer's
standard form in which manufacturer agrees to repair or replace roofing that does not
remain watertight and flashing that does not remain watertight or that splits, tears,or
separates at seams or from substrate within specified warranty period.
1. Warranty does not include failure of roofing waterproofing system due to
formation of new joints and cracks in roof deck in excess of 1/8 inch wide.
2. Warranty Period: 15 years from date of Substantial Completion.
B. Special Roofing Installer's Project Warranty: Submit roofing Installer's warranty, on
warranty form at end of this Section, signed by Installer, covering Work of this Section,
including roofing waterproofing system, and flashing for the following warranty period:
1. Warranty Period: Two years from date of Substantial Completion.
PART 2 -PRODUCTS
2.1 MANUFACTURERS
A. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include SikaSeaMleTx- ofessional—Fluid applied
flexible, fiber reinforced waterproofed coating over existing fluid-applied, flexible
acrylic waterproofing system roofing over concrete substrate(normal weight concrete
substrate).
2.2 ROOFING MEMBRANE COMPOUND MATERIAL
A. Waterproofing Coating Material: Sikes— x GAF II)drostop Acolk Professional, flexible fiber
reinfoc w ing; liquid applied in successive stages to form one continuous, seamless watertight
membrane. Two coats of 2 mm thick waterproofing re-coating system thickness;
comprised of the following:
FLUID-APPLIED OVER-COATING WATERPROOF ROOFING 07561 - 3
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
1. Finish Coats: GAF Hydrostop Acrylic Professional two- coat
(ultradiglttresistant blend of highly flexible water based acrylic co-polymer resin
coating). Color shall be white.
2.3 AUXILIARY MATERIALS
A. General: Furnish auxiliary materials recommended by roofing system manufacturer for
intended use and compatible with roofing.
B. Reinforcing Fabric: Manufacturer's recommended spun-bonded polyester fabric.
C. Accessories: Manufacturer's recommended protection course, backer rods, sealants and
other accessories.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions under which roofing will be applied, with
Installer present, for compliance with requirements and other conditions affecting
performance.
1. Proceed with re-coating installation only after preparation requirements
recommended by roofing system manufacturer has passed.
2. Verify that substrate is visibly dry and free of moisture. Test for capillary
moisture by plastic sheet method according to ASTM D4263.
3. Verify that substrate surfaces are smooth and not detrimental to full contact bond
of waterproofing re-coating material.
4. Verify that roof surface has positive drainage of at least 0-25 in./sq.ft.
5. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Clean and prepare substrate according to manufacturer's written recommendations.
Provide clean, dust-free, and dry substrate for roofing application.
B. Mask off adjoining surfaces not receiving roofing to prevent spillage from affecting
other construction.
C. Protect roof drains and other deck penetrations to prevent spillage and migration of
roofing fluids.
FLUID-APPLIED OVER-COATING WATERPROOF ROOFING 07561 -4
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
D. Remove grease, oil, form-release agents, paints, curing compounds, and other
penetrating contaminants or film-forming coatings from concrete.
E. Remove fins, ridges, and other projections and fill honeycomb, aggregate pockets, and
other voids.
F. Seal cracks with sealant materials using depth to width ratio as recommended by sealant
manufacturer.
3.3 JOINTS, CRACKS, AND TERMINATIONS
A. Prepare and treat substrates to receive roofing waterproofing system, including joints
and cracks, roof drains, and penetrations, according to roofing/waterproofing manufac-
turer's written instructions.
3.4 FLASHING INSTALLATION
A. Install flashing at terminations of roofing waterproofing membrane according to
Roofing and Waterproofing," system manufacturer's written instructions.
B. Terminate and fasten to top of flashing at terminations and perimeter of roofing, per
manufacturer's recommendations.
3.5 ROOFING MEMBRANE APPLICATION
A. Apply Over-coating waterproofing system per manufacturer's requirements
B. Apply 6 inch wide strip of fabric and saturation coat over cracks and non-working
joints. Allow to dry.
C. Continue waterproofing material up vertical surfaces minimum of 3 inches.
D. Apply finish Over-coating over waterproofing material at a coverage rate of 70
sq.ft./gal. over entire roof being treated. Allow to dry completely.
E. Apply waterproofing system to a minimum 40 mil total cured thickness.
3.6 FIELD QUALITY CONTROL
A. Engage a qualified testing agency to observe flood tests and to determine and report
leaks.
B. Flood Testing: Flood test each roof deck area for leaks, according to recommendations
in ASTM D5957, after completing roofing and flashing, but before overlying
FLUID-APPLIED OVER-COATING WATERPROOF ROOFING 07561 - 5
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
construction is placed. Install temporary containment assemblies, plug or dam drains,
and flood with potable water.
1. Flood to an average depth of 2-1/2 inches with a minimum depth of 1 inch and not
exceeding a depth of 4 inches. Maintain 2 inches of clearance from top of base
flashing.
2. Flood each area for 24 hours.
3. After flood testing, repair leaks, repeat flood tests, and make further repairs until
roofing and flashing installation is watertight.
C. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel
to inspect roofing installation on completion of roofing membrane and flashing.
1. Notify Owner 48 hours in advance of date and time of inspection.
D. Correct deficiencies in or remove roofing that does not comply with requirements,
repair substrates,reapply roofing, and repair flashing.
1. After flood tests, repair leaks and make further repairs until roofing installation is
watertight.
E. Additional testing, at Contractor's expense, will be performed to determine compliance
of corrected Work with requirements.
3.7 PROTECTING AND CLEANING
A. Protect roofing according to manufacturer's written recommendations to prevent
damage and wear during application and remainder of construction period.
B. Protect installed insulation from damage due to UV-light exposure, physical abuse, and
other causes. Provide temporary coverings where insulation will be subject to abuse
and cannot be concealed and protected by permanent construction immediately after
installation.
C. Clean spillage and soiling from adjacent construction using cleaning agents and
procedures recommended by manufacturer of affected construction.
D. Protect finished waterproofing from inclement weather until cured.
3.8 ROOFING INSTALLER'S WARRANTY
A. WHEREAS <Insert name> of<Insert address>, herein called the "Roofing Installer,"
has performed roofing and associated work ("work") on the following project:
1. Owner: <Insert name of Owner.>
FLUID-APPLIED OVER-COATING WATERPROOF ROOFING 07561 - 6
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
2. Address: <Insert address.>
3. Building Name/Type: <Insert information.>
4. Address: <Insert address.>
5. Area of Work: <Insert information.>
6. Acceptance Date: <Insert date.>
7. Warranty Period: <Insert time.>
8. Expiration Date: <Insert date.>
B. AND WHEREAS Roofing Installer has contracted(either directly with Owner or
indirectly as a subcontractor)to warrant said work against leaks and faulty or defective
materials and workmanship for designated Warranty Period,
C. NOW THEREFORE Roofing Installer hereby warrants, subject to terms and conditions
herein set forth, that during Warranty Period he will, at his own cost and expense, make
or cause to be made such repairs to or replacements of said work as are necessary to
correct faulty and defective work and as are necessary to maintain said work in a
watertight condition.
D. This Warranty is made subject to the following terms and conditions:
1. Specifically excluded from this Warranty are damages to work and other parts of
the building, and to building contents, caused by:
a. lightning;
b. peak gust wind speed exceeding <Insert wind speed> mph;
c. fire;
d. failure of roofing system substrate, including settlement, excessive
deflection, deterioration, decomposition, and cracking wider than 1/8 inch;
e. faulty construction of parapet walls, copings, chimneys, skylights, vents,
equipment supports,and other edge conditions and penetrations of the
work;
f. vapor condensation on bottom of roofing;and
g. activity on roofing by others, including construction contractors,
maintenance personnel, other persons, and animals, whether authorized or
unauthorized by Owner.
2. When work has been damaged by any of foregoing causes,Warranty shall be null
and void until such damage has been repaired by Roofing Installer and until cost
and expense thereof have been paid by Owner or by another responsible party so
designated.
3. Roofing Installer is responsible for damage to work covered by this Warranty but
is not liable for consequential damages to building or building contents resulting
from leaks or faults or defects of work.
4. During Warranty Period, if Owner allows alteration of work by anyone other than
Roofing Installer, including cutting,patching, and maintenance in connection with
penetrations, attachment of other work, and positioning of anything on roof, this
Warranty shall become null and void on date of said alterations, but only to the
extent said alterations affect work covered by this Warranty. If Owner engages
FLUID-APPLIED OVER-COATING WATERPROOF ROOFING 07561 - 7
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH,FLORIDA
Roofing Installer to perform said alterations, Warranty shall not become null and
void, unless Roofing Installer, before starting said work, shall have notified
Owner in writing, showing reasonable cause for claim, that said alterations would
likely damage or deteriorate work,thereby reasonably justifying a limitation or
termination of this Warranty.
5. During Warranty Period, if original use of roof is changed and it becomes used
for, but was not originally specified for,a promenade, work deck, spray-cooled
surface, flooded basin, or other use or service more severe than originally
specified, this Warranty shall become null and void on date of said change, but
only to the extent said change affects work covered by this Warranty.
6. Owner shall promptly notify Roofing Installer of observed, known, or suspected
leaks, defects,or deterioration and shall afford reasonable opportunity for Roofing
Installer to inspect work and to examine evidence of such leaks, defects, or
deterioration.
7. This Warranty is recognized to be the only warranty of Roofing Installer on said
work and shall not operate to restrict or cut off Owner from other remedies and
resources lawfully available to Owner in cases of roofing failure. Specifically,
this Warranty shall not operate to relieve Roofing Installer of responsibility for
performance of original work according to requirements of the Contract
Documents,regardless of whether Contract was a contract directly with Owner or
a subcontract with Owner's General Contractor.
E. IN WITNESS THEREOF,this instrument has been duly executed this <Insert day>
day of<Insert month>, <Insert year>.
1. Authorized Signature: <Insert signature.>
2. Name: <Insert name.>
3. Title: <Insert title.>
END OF SECTION
FLUID-APPLIED OVER-COATING WATERPROOF ROOFING 07561 - 8
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
Page Intentionally Left Blank
FLUID-APPLIED OVER-COATING WATERPROOF ROOFING 07561 - 9
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
SECTION 07920 -JOINT SEALANTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes joint sealants for the following applications:
1. Exterior joints in the following vertical surfaces and horizontal nontraffic
surfaces:
a. Construction joints in cast-in-place concrete.
b. Joints between plant-precast architectural concrete units.
c. Joints between different materials listed above.
d. Perimeter joints between materials listed above and frames of doors,
windows and louvers.
e. Other joints as indicated/noted. i.e. Joints between walls and slabs,joints
between slabs and slabs, etc.
1.3 PERFORMANCE REQUIREMENTS
A. Provide elastomeric joint sealants that establish and maintain watertight and airtight
continuous joint seals without staining or deteriorating joint substrates.
1.4 SUBMITTALS
A. Product Data: For each joint-sealant product indicated.
B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured
sealants showing the full range of colors available for each product exposed to view.
C. Samples for Verification: For each type and color of joint sealant required, provide
Samples with joint sealants in 1/2-inch-wide joints formed between two 6-inch-long
strips of material matching the appearance of exposed surfaces adjacent to joint
sealants.
JOINT SEALANTS 07920 - 1
DocusIgn Envelope ID:3FA54B3F-CBA7-4OD7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
D. Product Certificates: For each type of joint sealant and accessory, signed by product
manufacturer.
E. SWRI Validation Certificate: For each elastomeric sealant specified to be validated by
SWRI's Sealant Validation Program.
F. Qualification Data: For Installer and testing agency.
G. Preconstruction Field Test Reports: Indicate which sealants and joint preparation
methods resulted in optimum adhesion to joint substrates based on preconstruction
testing specified in "Quality Assurance" Article.
H. Compatibility and Adhesion Test Reports: From sealant manufacturer, indicating the
following:
1. Materials forming joint substrates and joint-sealant backings have been tested for
compatibility and adhesion with joint sealants.
2. Interpretation of test results and written recommendations for primers and
substrate preparation needed for adhesion.
I. Field Test Report Log: For each elastomeric sealant application.
J. Product Test Reports: Based on comprehensive testing of product formulations
performed by a qualified testing agency, indicating that sealants comply with
requirements.
1.5 QUALITY ASSURANCE
A. Installer Qualifications: Manufacturer's authorized Installer who is approved or
licensed for installation of elastomeric sealants required for this Project.
B. Source Limitations: Obtain each type of joint sealant through one source from a single
manufacturer.
1.6 PROJECT CONDITIONS
A. Do not proceed with installation of joint sealants under the following conditions:
1. When ambient and substrate temperature conditions are outside limits permitted
by joint-sealant manufacturer.
2. When joint substrates are wet.
3. Where joint widths are less than those allowed by joint-sealant manufacturer for
applications indicated.
4. Contaminants capable of interfering with adhesion have not yet been removed
from joint substrates.
JOINT SEALANTS 07920-2
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
1.7 WARRANTY
B. Special Sealant Waterproofing System Manufacturer's Warranty: Manufacturer's
standard form in which manufacturer agrees to furnish joint sealants to repair or replace
those joint sealants that do not comply with performance and other requirements
specified in this section within specified warranty period:
C.
1. Warranty Period: Five years from date of Substantial Completion.
D. Special Sealant Installer's Project Warranty: Installer agrees to repair or replace joint
sealants that do not comply with performance and other requirements specified in this
section within specified warranty period:
1. Warranty Period: Two years from date of Substantial Completion.
PART 2 -PRODUCTS
2.1 MANUFACTURERS
A. Products: Subject to compliance with requirements, provide one of the products listed
in other Part 2 articles is listed as the basis of design.
2.2 MATERIALS, GENERAL
A. Compatibility: Provide joint sealants, backings, and other related materials that are
compatible with one another and with joint substrates under conditions of service and
application, as demonstrated by sealant manufacturer, based on testing and field
experience.
B. Colors of Exposed Joint Sealants: As selected by Owner/Architect from manufacturer's
full range.
2.3 ELASTOMERIC JOINT SEALANTS
A. Elastomeric Sealants: Comply with ASTM C920 and other requirements indicated for
each liquid-applied chemically curing sealant specified, including those referencing
ASTM C920 classifications for type, grade, class, and uses related to exposure and joint
substrates.
B. Stain-Test-Response Characteristics: Where elastomeric sealants are specified to be
nonstaining to porous substrates, provide products that have undergone testing
JOINT SEALANTS 07920 - 3
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
according to ASTM C1248 and have not stained porous joint substrates indicated for
Project.
C. Suitability for Contact with Food: Where elastomeric sealants are indicated for joints
that will come in repeated contact with food, provide products that comply with
21 CFR 177.2600.
D. Multicomponent Nonsag Polysulfide Sealant:
1. Products:
a. Pacific Polymers, Inc.; Elasto-thane 200 (Gun Grade).
b. Pecora Corporation; Synthacalk GC-2+.
c. Polymeric Systems Inc.; PSI-350.
2. Type and Grade: M (multicomponent) and NS (nonsag).
3. Class: 25.
4. Uses Related to Exposure: T(traffic) and NT (nontraffic).
E. Single-Component Nonsag Polysulfide Sealant:
1. Products:
a. Pacific Polymers, Inc.; Permatane SM7120 PU (Gun Grade).
b. Polymeric Systems Inc.; PSI-7000.
2. Type and Grade: S (single component) and NS (nonsag).
3. Class: 25.
4. Use Related to Exposure: NT(nontraffic).
F. Multicomponent Nonsag Neutral-Curing Silicone Sealant:
1. Products: Dow Corning Corporation; 756 H.P.
2. Type and Grade: M (multicomponent) and P (pourable).
3. Class: 50.
4. Use Related to Exposure: NT(nontraffic).
G. Single-Component Neutral Curing Silicone Sealant:
1. Products:
a. Dow Corning Corporation; 790.
b. Pecora Corporation; 864.
c. Pecora Corporation; 890.
d. Tremco; Spectrem 3.
e. Dow Corning Corporation; 791.
f. Dow Corning Corporation; 795
g. GE Silicones; SilPruf NB SCS9000.
h. GE Silicones; UltraPruf II SCS2900.
i. Pecora Corporation; 865.
j. Pecora Corporation; 895.
k. Pecora Corporation; 898.
JOINT SEALANTS 07920 -4
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
2. Type and Grade: S (single component) and NS (nonsag).
3. Class: 100/50.
4. Stain-Test-Response Characteristics: Nonstaining to porous substrates per
ASTM C 1248.
2.4 SOLVENT-RELEASE JOINT SEALANTS
A. Acrylic-Based Solvent-Release Joint Sealant: Comply with ASTM C1311 or FS TT-S-
00230.
1. Manufacturers/Products:
a. Schnee-Moorehead, Inc.; Acryl-R Acrylic Sealant.
b. Tremco; Mono 555.
2.5 PREFORMED JOINT SEALANTS
A. Preformed Silicone-Sealant System: Manufacturer's standard system consisting of
precured low-modulus silicone extrusion, in sizes to fit joint widths indicated, combined
with a neutral-curing silicone sealant for bonding extrusions to substrates.
1. Manufacturers/Products:
a. Dow Corning Corporation; 123 Silicone Seal.
b. GE Silicones; UltraSpan US 1100.
c. Pecora Corporation; Sil-Span.
d. Tremco; Spectrem Ez Seal.
2.6 PREFORMED TAPE SEALANTS
A. Back-Bedding Mastic Tape Sealant: Preformed, butyl-based elastomeric tape sealant
with a solids content of 100 percent; nonstaining and nonmigrating in contact with
nonporous surfaces; with or without spacer rod as recommended in writing by tape
manufacturers for application indicated; packaged on rolls with a release paper backing;
and complying with ASTM C1281 and AAMA 800 for products indicated below:
1. AAMA 804.3 tape, where indicated.
2. AAMA 806.3 tape, for applications in which tape is subject to continuous
pressure.
3. AAMA 807.3 tape, for applications in which tape is not subject to continuous
pressure.
JOINT SEALANTS 07920-5
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
2.7 JOINT-SEALANT BACKING
A. General: Provide sealant backings of material and type that are nonstaining;are
compatible with joint substrates, sealants, primers, and other joint fillers; and are
approved for applications indicated by sealant manufacturer based on field experience
and laboratory testing.
B. Elastomeric Tubing Sealant Backings: Neoprene, butyl, EPDM, or silicone tubing
complying with ASTM D1056, nonabsorbent to water and gas, and capable of
remaining resilient at temperatures down to minus 26 degF. Provide products with low
compression set and of size and shape to provide a secondary seal, to control sealant
depth, and to otherwise contribute to optimum sealant performance.
2.8 MISCELLANEOUS MATERIALS
A. Primer: Material recommended by joint-sealant manufacturer where required for
adhesion of sealant to joint substrates indicated, as determined from preconstruction
joint-sealant-substrate tests and field tests.
B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of
sealants and sealant backing materials, free of oily residues or other substances capable
of staining or harming joint substrates and adjacent nonporous surfaces in any way, and
formulated to promote optimum adhesion of sealants to joint substrates.
C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and
surfaces adjacent to joints.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine joints indicated to receive joint sealants, with Installer present, for compliance
with requirements for joint configuration, installation tolerances, and other conditions
affecting joint-sealant performance.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
JOINT SEALANTS 07920- 6
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants
to comply with joint-sealant manufacturer's written instructions and the following
requirements:
1. Remove all foreign material from joint substrates that could interfere with
adhesion of joint sealant, including dust,paints (except for permanent,protective
coatings tested and approved for sealant adhesion and compatibility by sealant
manufacturer),old joint sealants,oil, grease, waterproofing, water repellents,
water,and surface dirt.
2. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning,
mechanical abrading,or a combination of these methods to produce a clean,
sound substrate capable of developing optimum bond with joint sealants. Remove
loose particles remaining after cleaning operations above by vacuuming or
blowing out joints with oil-free compressed air. Porous joint substrates include
the following:
a. Concrete.
b. Masonry.
c. Unglazed surfaces of ceramic tile.
3. Remove laitance and form-release agents from concrete.
4. Clean nonporous surfaces with chemical cleaners or other means that do not stain,
harm substrates,or leave residues capable of interfering with adhesion of joint
sealants. Nonporous joint substrates include the following:
a. Metal.
b. Glass.
c. Porcelain enamel.
d. Glazed surfaces of ceramic tile.
B. Joint Priming: Prime joint substrates, where recommended in writing by joint-sealant
manufacturer,based on preconstruction joint-sealant-substrate tests or prior experience.
Apply primer to comply with joint-sealant manufacturer's written instructions. Confine
primers to areas of joint-sealant bond;do not allow spillage or migration onto adjoining
surfaces.
C. Masking Tape: Use masking tape where required to prevent contact of sealant with
adjoining surfaces that otherwise would be permanently stained or damaged by such
contact or by cleaning methods required to remove sealant smears. Remove tape
immediately after tooling without disturbing joint seal.
3.3 INSTALLATION OF JOINT SEALANTS
A. General: Comply with joint-sealant manufacturer's written installation instructions for
products and applications indicated, unless more stringent requirements apply.
B. Sealant Installation Standard: Comply with recommendations in ASTM C1193 for use
of joint sealants as applicable to materials, applications, and conditions indicated.
JOINT SEALANTS 07920-7
Docusign Envelope ID 3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
C. Acoustical Sealant Application Standard: Comply with recommendations in ASTM
C919 for use of joint sealants in acoustical applications as applicable to materials,
applications, and conditions indicated.
D. Install sealant backings of type indicated to support sealants during application and at
position required to produce cross-sectional shapes and depths of installed sealants
relative to joint widths that allow optimum sealant movement capability.
1. Do not leave gaps between ends of sealant backings.
2. Do not stretch, twist,puncture,or tear sealant backings.
3. Remove absorbent sealant backings that have become wet before sealant
application and replace them with dry materials.
E. Install sealants using proven techniques that comply with the following and at the same
time backings are installed:
1. Place sealants so they directly contact and fully wet joint substrates.
2. Completely fill recesses in each joint configuration.
3. Produce uniform, cross-sectional shapes and depths relative to joint widths that
allow optimum sealant movement capability.
F. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning
or curing begins, tool sealants according to requirements specified below to form
smooth, uniform beads of configuration indicated; to eliminate air pockets;and to
ensure contact and adhesion of sealant with sides of joint.
1. Remove excess sealant from surfaces adjacent to joints.
2. Use tooling agents that are approved in writing by sealant manufacturer and that
do not discolor sealants or adjacent surfaces.
3. Provide concave joint configuration per Figure 5A in ASTM C1193, unless
otherwise indicated.
4. Provide flush joint configuration where indicated per Figure 5B in ASTM Cl 193.
5. Provide recessed joint configuration of recess depth and at locations indicated per
Figure 5C in ASTM C1193.
a. Use masking tape to protect surfaces adjacent to recessed tooled joints.
G. Installation of Preformed Tapes: Install according to manufacturer's written
instructions.
H. Installation of Preformed Silicone-Sealant System: Comply with the following
requirements:
1. Apply masking tape to each side of joint, outside of area to be covered by sealant
system.
2. Apply silicone sealant to each side of joint to produce a bead of size complying
with preformed silicone-sealant system manufacturer's written instructions and
JOINT SEALANTS 07920 - 8
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
covering a bonding area of not less than 3/8 inch. Hold edge of sealant bead 1/4
inch inside masking tape.
3. Within 10 minutes of sealant application, press silicone extrusion into sealant to
wet extrusion and substrate. Use a roller to apply consistent pressure and ensure
uniform contact between sealant and both extrusion and substrate.
4. Complete installation of sealant system in horizontal joints before installing in
vertical joints. Lap vertical joints over horizontal joints. At ends of joints, cut
silicone extrusion with a razor knife.
3.4 CLEANING
A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by
methods and with cleaning materials approved in writing by manufacturers of joint
sealants and of products in which joints occur.
3.5 PROTECTION
A. Protect joint sealants during and after curing period from contact with contaminating
substances and from damage resulting from construction operations or other causes so
sealants are without deterioration or damage at time of Substantial Completion. If,
despite such protection, damage or deterioration occurs, cut out and remove damaged or
deteriorated joint sealants immediately so installations with repaired areas are
indistinguishable from original work.
END OF SECTION
JOINT SEALANTS 07920 - 9
Docusign Envelope ID 3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
Page Intentionally Left Blank
JOINT SEALANTS 07920 - 10
I
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
SECTION 09900 - PAINTING
PART 1 -GENERAL
1.1 SECTION INCLUDES
A. Surface preparation and field painting of the following:
1. Exposed exterior items and surfaces.
3. Surface preparation, priming, and finish coats as recommended/required by the
painting manufacturer for the re-painting of the facility.
B. Paint exposed surfaces, except where the paint schedules indicate that a surface or
material is not to be painted or is to remain natural. If the paint schedules do not
specifically mention an item or a surface, paint the item or surface the same as similar
adjacent materials or surfaces whether or not schedules indicate colors. If the schedules
do not indicate color or finish, the Owner/Architect will select from standard colors and
finishes available.
C. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating
parts, and labels.
1. Prefinished items include the following factory-finished components:
a. Architectural woodwork and casework.
b. Metal lockers.
c. Unit kitchens.
d. Finished mechanical and electrical equipment.
e. Light fixtures.
f. Distribution cabinets.
2. Concealed surfaces include walls or ceilings in the following generally inaccessible
spaces:
a. Furred areas.
b. Ceiling plenums.
c. Pipe spaces.
d. Duct shafts.
3. Finished metal surfaces include the following:
a. Anodized aluminum.
b. Stainless steel.
c. Chromium plate.
d. Copper.
e. Bronze and brass.
4. Operating parts include moving parts of operating equipment and the following:
PAINTING 09900-1
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
a. Valve and damper operators.
b. Linkages.
c. Sensing devices.
d. Motor and fan shafts.
5. Labels: Do not paint over Underwriters Laboratories (UL), Factory Mutual (FM),
or other code-required labels or equipment name, identification, performance
rating, or nomenclature plates.
1.2 DEFINITIONS
A. Standard coating terms defined in ASTM D16 apply to this Section.
1. Flat refers to a lusterless or matte finish with a gloss range below 15 when
measured at an 85-degree meter.
2. Eggshell refers to low-sheen finish with a gloss range between 5 and 20 when
measured at a 60-degree meter.
3. Satin refers to low-sheen finish with a gloss range between 15 and 35 when
measured at a 60-degree meter.
4. Semigloss refers to medium-sheen finish with a gloss range between 30 and 65
when measured at a 60-degree meter.
5. Full gloss refers to high-sheen finish with a gloss range more than 65 when
measured at a 60-degree meter.
1.3 SUBMITTALS
A. Product Data: For each paint system specified. Include block fillers and primers.
1. Material List: Provide an inclusive list of required coating materials. Indicate each
material and cross-reference specific coating, finish system, and application.
Identify each material by manufacturer's catalog number and general classification.
2. Manufacturer's Information: Provide manufacturer's technical information,
including label analysis and instructions for handling, storing, and applying each
coating material proposed for use.
3. Certification by the manufacturer that products supplied comply with local
regulations controlling use of volatile organic compounds(VOCs).
B. Samples for Initial Selection: Manufacturer's color charts showing the full range of
colors available for each type of finish-coat material indicated. After color selection, the
Owner/Architect will furnish color chips for surfaces to be coated.
C. Samples for Verification: Of each color and material to be applied, with texture to
simulate actual conditions, on representative Samples of the actual substrate.
PAINTING 09900-2
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
1. Provide stepped Samples, defining each separate coat, including block fillers and
primers. Use representative colors when preparing Samples for review. Resubmit
until required sheen, color, and texture are achieved.
2. Provide a list of materials and applications for each coat of each sample. Label
each sample for location and application.
3. Submit Samples on the following substrates for the Architect's review of color and
texture only:
a. Concrete: Provide two 4-inch-square samples for each color and finish.
b. Concrete Masonry: Provide two 4-by-8-inch samples of masonry, with
mortar joint in the center, for each finish and color.
c. Painted Wood: Provide two 12-inch-square samples of each color and
material on hardboard.
d. Stained or Natural Wood: Provide two 4-by-8-inch samples of natural- or
stained-wood finish on actual wood surfaces.
e. Ferrous Metal: Provide two 4-inch-square samples of flat metal and two 8-
inch-long samples of solid metal for each color and finish.
D. Paint Schedule: Submit a final paint schedule in manner indicated below. Include special
concrete floor coating, concrete hardener, and high performance coatings:
1. Elevation (N/E/
2. Wall/Field color Finish:
3. Accent color/Finish:
4. Trim color/Finish:
E. Qualification Data: For firms and persons specified in the "Quality Assurance" Article to
demonstrate their capabilities and experience. Include lists of completed projects with
project names and addresses, names and addresses of architects and owners, and other
information specified.
1.4 QUALITY ASSURANCE
A. Applicator Qualifications: Engage an experienced applicator who has completed
painting system applications similar in material and extent to that indicated for this
Project with a record of successful in-service performance.
B. Source Limitations: Obtain block fillers, primers, and undercoat materials for each
coating system from the same manufacturer as the finish coats.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials to the Project Site in manufacturer's original, unopened packages and
containers bearing manufacturer's name and label, and the following information:
PAINTING 09900-3
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
1. Product name or title of material.
2. Product description (generic classification or binder type).
3. Manufacturer's stock number and date of manufacture.
4. Contents by volume, for pigment and vehicle constituents.
5. Thinning instructions.
6. Application instructions.
7. Color name and number.
8. VOC content.
B. Store materials not in use in tightly covered containers in a well-ventilated area at a
minimum ambient temperature of 45 degF. Maintain containers used in storage in a
clean condition, free of foreign materials and residue. Keep storage area neat and
orderly. Remove oily rags and waste daily. Take necessary measures to ensure that
workers and work areas are protected from fire and health hazards resulting from
handling, mixing, and application.
1.6 PROJECT CONDITIONS
A. Apply water-based paints only when the temperature of surfaces to be painted and
surrounding air temperatures are between 50 and 90 degF.
B. Apply solvent-thinned paints only when the temperature of surfaces to be painted and
surrounding air temperatures are between 45 and 95 degF.
C. Do not apply paint in snow, rain, fog, or mist; or when the relative humidity exceeds 85
percent; or at temperatures less than 5 degF above the dew point; or to damp or wet
surfaces. Painting may continue during inclement weather if surfaces and areas to be
painted are enclosed and heated within temperature limits specified by manufacturer
during application and drying periods.
1.7 EXTRA MATERIALS
A. Furnish extra paint materials from the same production run as the materials applied.
Package paint materials in unopened, factory-sealed containers for storage and identify
with labels describing contents. Deliver extra materials to the Owner. Quantity: Furnish
the Owner with an additional 5 percent, but not less than 1 gal. or I case, as appropriate,
of each material and color applied.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
PAINTING 09900-4
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
A. Acceptable Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, products listed in the paint
schedules.
B. Manufacturers Names: The following manufacturers are referred to in the paint
schedules by use of shortened versions of their names, which are shown in parentheses:
1. Sherwin-Williams Co. (S-W).
2.2 PAINT MATERIALS,GENERAL
A. Material Compatibility: Provide block fillers, primers, undercoats, and finish-coat
materials that are compatible with one another and the substrates indicated under
conditions of service and application, as demonstrated by manufacturer based on testing
and field experience.
B. Material Quality: Provide manufacturer's best-quality paint material of the various
coating types specified. Paint-material containers not displaying manufacturer's product
identification will not be acceptable. Proprietary Names: Use of manufacturer's
proprietary product names to designate colors or materials is not intended to imply that
products named are required to be used to the exclusion of equivalent products of other
manufacturers. Furnish manufacturer's material data and certificates of performance for
proposed substitutions.
C. Colors: Match colors indicated by reference to manufacturer's color designations.
D. Colors: Provide color selections made by the Architect.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions, with the Applicator present, under which
painting will be performed for compliance with paint application requirements.
1. Do not begin to apply paint until unsatisfactory conditions have been corrected and
surfaces receiving paint are thoroughly dry.
2. Start of painting will be construed as the Applicator's acceptance of surfaces and
conditions within a particular area.
B. Coordination of Work: Review other Sections in which primers are provided to ensure
compatibility of the total system for various substrates. On request, furnish information
on characteristics of finish materials to ensure use of compatible primers. Notify the
PAINTING 09900-5
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
Architect about anticipated problems using the materials specified over substrates primed
by others.
3.2 PREPARATION
A. Remove hardware and hardware accessories,plates,machined surfaces, lighting fixtures,
and similar items already installed that are not to be painted. If removal is impractical or
impossible because of the size or weight of the item,provide surface-applied protection
before surface preparation and painting. After completing painting operations in each
space or area, reinstall items removed using workers skilled in the trades involved.
B. Cleaning: Before applying paint or other surface treatments, clean the substrates of
substances that could impair the bond of the various coatings. Remove oil and grease
before cleaning. Schedule cleaning and painting so dust and other contaminants from the
cleaning process will not fall on wet, newly painted surfaces.
C. Surface Preparation: Clean and prepare surfaces to be painted according to
manufacturer's written instructions for each particular substrate condition and as
specified.
1. Provide barrier coats over incompatible primers or remove and reprime.
2. Cementitious Materials: Prepare concrete, concrete masonry block, cement
plaster, and mineral-fiber-reinforced cement panel surfaces to be painted. Remove
efflorescence, chalk, dust, dirt, grease, oils, and release agents. Roughen as •
required to remove glaze. If hardeners or sealers have been used to improve
curing, use mechanical methods of surface preparation.
a. Use abrasive blast-cleaning methods if recommended by paint manufacturer.
b. Determine alkalinity and moisture content of surfaces by performing
appropriate tests. If surfaces are sufficiently alkaline to cause the finish paint
to blister and burn, correct this condition before application. Do not paint
surfaces where moisture content exceeds that permitted in manufacturer's
written instructions.
c. Clean concrete floors to be painted with a 5 percent solution of muriatic acid
or other etching cleaner. Flush the floor with clean water to remove acid,
neutralize with ammonia,rinse, allow to dry, and vacuum before painting.
3. Wood: Clean surfaces of dirt, oil, and other foreign substances with scrapers,
mineral spirits, and sandpaper, as required. Sand surfaces exposed to view smooth
and dust off.
a. Scrape and clean small, dry, seasoned knots, and apply a thin coat of white
shellac or other recommended knot sealer before applying primer. After
priming, fill holes and imperfections in finish surfaces with putty or plastic
wood filler. Sand smooth when dried.
PAINTING 09900-6
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
b. Prime, stain, or seal wood to be painted immediately on delivery. Prime
edges,ends, faces, undersides, and backsides of wood, including cabinets,
counters, cases, and paneling.
c. When transparent finish is required, backprime with spar varnish.
d. Backprime paneling on interior partitions where masonry,plaster, or other
wet wall construction occurs on backside.
e. Seal tops, bottoms, and cutouts of unprimed wood doors with a heavy coat
of varnish or sealer immediately on delivery.
4. Ferrous Metals: Clean ungalvanized ferrous-metal surfaces that have not been
shop coated;remove oil, grease, dirt,loose mill scale, and other foreign
substances. Use solvent or mechanical cleaning methods that comply with the
Steel Structures Painting Council's (SSPC)recommendations.
a. Blast steel surfaces clean as recommended by paint system manufacturer and
according to requirements of SSPC-SP 3.
b. Treat bare and sandblasted or pickled clean metal with a metal treatment
wash coat before priming.
c. Touch up bare areas and shop-applied prime coats that have been damaged.
Wire-brush, clean with solvents recommended by paint manufacturer, and
touch up with the same primer as the shop coat.
5. Galvanized Surfaces: Clean galvanized surfaces with nonpetroleum-based solvents
so surface is free of oil and surface contaminants. Remove pretreatment from
galvanized sheet metal fabricated from coil stock by mechanical methods.
D. Materials Preparation: Mix and prepare paint materials according to manufacturer's
written instructions.
1. Maintain containers used in mixing and applying paint in a clean condition, free of
foreign materials and residue.
2. Stir material before application to produce a mixture of uniform density. Stir as
required during application. Do not stir surface film into material. If necessary,
remove surface film and strain material before using.
3. Use only thinners approved by paint manufacturer and only within recommended
limits.
E. Tinting: Tint each undercoat a lighter shade to simplify identification of each coat when
multiple coats of the same material are applied. Tint undercoats to match the color of
the finish coat, but provide sufficient differences in shade of undercoats to distinguish
each separate coat.
3.3 APPLICATION
A. Apply paint according to manufacturer's written instructions. Use applicators and
techniques best suited for substrate and type of material being applied.
PAINTING 09900-7
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
1. Paint colors, surface treatments, and finishes are indicated in the schedules.
2. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions
detrimental to formation of a durable paint film.
3. Provide finish coats that are compatible with primers used.
4. The term "exposed surfaces" includes areas visible when permanent or built-in
fixtures, convector covers, covers for finned-tube radiation, grilles, and similar
components are in place. Extend coatings in these areas, as required, to maintain
the system integrity and provide desired protection.
5. Paint surfaces behind movable equipment and furniture the same as similar exposed
surfaces. Before the final installation of equipment, paint surfaces behind
permanently fixed equipment or furniture with prime coat only.
6. Paint back sides of access panels and removable or hinged covers to match
exposed surfaces.
7. Finish exterior doors on tops, bottoms, and side edges the same as exterior faces.
8. Sand lightly between each succeeding enamel or varnish coat.
B. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or
otherwise prepared for painting as soon as practicable after preparation and before
subsequent surface deterioration.
1. The number of coats and the film thickness required are the same regardless of
application method. Do not apply succeeding coats until the previous coat has
cured as recommended by the manufacturer. If sanding is required to produce a
smooth, even surface according to manufacturer's written instructions, sand
between applications.
2. Omit primer on metal surfaces that have been shop primed and touchup painted.
3. If undercoats, stains, or other conditions show through final coat of paint, apply
additional coats until paint film is of uniform finish, color, and appearance. Give
special attention to ensure edges, corners, crevices, welds, and exposed fasteners
receive a dry film thickness equivalent to that of flat surfaces.
4. Allow sufficient time between successive coats to permit proper drying. Do not
recoat surfaces until paint has dried to where it feels firm, does not deform or feel
sticky under moderate thumb pressure, and where application of another coat of
paint does not cause the undercoat to lift or lose adhesion.
C. Application Procedures: Apply paints and coatings by brush, roller, spray, or other
applicators according to manufacturer's written instructions.
1. Brushes: Use brushes best suited for the type of material applied. Use brush of
appropriate size for the surface or item being painted.
2. Rollers: Use rollers of carpet, velvet back, or high-pile sheep's wool as
recommended by the manufacturer for the material and texture required.
3. Spray Equipment: Use airless spray equipment with orifice size as recommended
by the manufacturer for the material and texture required.
PAINTING 09900-8
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
D. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer's
recommended spreading rate. Provide the total dry film thickness of the entire system as
recommended by the manufacturer.
E. Block Fillers: Apply block fillers to concrete masonry block at a rate to ensure complete
coverage with pores filled.
F. Prime Coats: Before applying finish coats, apply a prime coat of material, as recom-
mended by the manufacturer, to material that is required to be painted or finished and
that has not been prime coated by others. Recoat primed and sealed surfaces where
evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat
with no burn through or other defects due to insufficient sealing.
G. Pigmented (Opaque) Finishes: Completely cover surfaces as necessary to provide a
smooth, opaque surface of uniform finish, color, appearance, and coverage. Cloudiness,
spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections
will not be acceptable.
H. Transparent (Clear) Finishes: Use multiple coats to produce a glass-smooth surface film
of even luster. Provide a finish free of laps, runs, cloudiness, color irregularity, brush
marks, orange peel, nail holes, or other surface imperfections. Provide satin finish for
final coats.
I. Stipple Enamel Finish: Roll and redistribute paint to an even and fine texture. Leave no
evidence of rolling, such as laps, irregularity in texture, skid marks, or other surface
imperfections.
J. Completed Work: Match approved samples for color, texture, and coverage. Remove,
refinish, or repaint work not complying with requirements.
3.4 FIELD QUALITY CONTROL
A. The Owner reserves the right to invoke the following test procedure at any time and as
often as the Owner deems necessary during the period when paint is being applied:
1. The Owner will engage the services of an independent testing agency to sample the
paint material being used. Samples of material delivered to the Project will be
taken, identified, sealed, and certified in the presence of the Contractor.
2. The testing agency will perform appropriate tests for the following characteristics
as required by the Owner:
a. Quantitative material analysis.
b. Abrasion resistance.
c. Apparent reflectivity.
PAINTING 09900-9
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
d. Flexibility.
e. Washability.
f. Absorption.
g. Accelerated weathering.
h. Dry opacity.
i. Accelerated yellowness.
j. Recoating.
k. Skinning.
1. Color retention.
m. Alkali and mildew resistance.
3. The Owner may direct the Contractor to stop painting if test results show material
being used does not comply with specified requirements. The Contractor shall
remove noncomplying paint from the site,pay for testing, and repaint surfaces
previously coated with the rejected paint. If necessary, the Contractor may be
required to remove rejected paint from previously painted surfaces if, on repainting
with specified paint, the 2 coatings are incompatible.
3.5 CLEANING
A. Cleanup: At the end of each workday,remove empty cans, rags, rubbish, and other
discarded paint materials from the site. After completing painting, clean glass and paint-
spattered surfaces. Remove spattered paint by washing and scraping. Be careful not to
scratch or damage adjacent finished surfaces.
3.6 PROTECTION
A. Protect work of other trades, whether being painted or not, against damage by painting.
Correct damage by cleaning,repairing or replacing, and repainting, as approved by
Architect.
B. Provide "Wet Paint" signs to protect newly painted finishes. Remove temporary
protective wrappings provided by others to protect their work after completing painting
operations. At completion of construction activities of other trades, touch up and
restore damaged or defaced painted surfaces. Comply with procedures specified in
PDCA P 1.
3.7 EXTERIOR PAINT SCHEDULE
A. Concrete, Stucco, and Masonry(Other than Concrete Masonry Units): Provide the
following finish systems over exterior concrete, stucco, and brick masonry surfaces, as
indicated on the Finishes Plan:
1. Low-Luster Acrylic Finish: 2 finish coats over a primer.
PAINTING 09900-10
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
a. Primer: Alkali-resistant, exterior, acrylic-latex primer applied at spreading
rate recommended by the manufacturer to achieve a total dry film thickness
of not less than 1.3 mils.
1) ICI: 2000-Dulux Professional Exterior Acrylic
Primecoat.
2) Duron: Bond-N-Seal Exterior Acrylic House Paint
Primer, 08-124.
3) Moore: Moore's Latex Exterior Primer#102.
4) PP: 515-Acrylic Bonding Primer
5) S-W: Loxon Exterior Masonry Acrylic Primer
(A24W300).
b. First and Second Coats: Low-luster(eggshell or satin), exterior, acrylic-
latex paint applied at spreading rate recommended by the manufacturer to
achieve a total dry film thickness of not less than 2.3 mils.
1) ICI: 2402-XXXX Dulux Professional Exterior
Acrylic Semi-Gloss Finish.
2) Duron: Weathershield Exterior Acrylic Latex Satin,
11-Series.
3) Moore: MoorGard Latex House Paint#103.
4) PP: 735-AcriShield Acrylic Satin.
5) S-W: A100 Exterior Latex Satin (A82 Series).
B. Concrete Masonry Units: Provide the following finish systems over exterior concrete
masonry units:
1. Semigloss, Acrylic-Enamel Finish: 2 finish coats over a block filler and a primer.
a. Block Filler: High-performance, latex block filler applied at spreading rate
recommended by the manufacturer to achieve a total dry mill thickness of
not less than 4.0 mils.
1) ICI: 3010 Ultra-Hide Acrylic Block Filler.
2) Duron: Block Kote Latex Block Filer, 08-126.
3) Moore: Moorcraft Interior&Exterior Block Filler
#173.
4) PP: 9203-Quik Fil Block Filler.
5) S-W: Prep-Rite Block Filler Interior/Exterior
(B25W25).
b. First and Second Coats: Semigloss, exterior, acrylic-latex enamel applied at
spreading rate recommended by the manufacturer to achieve a total dry film
thickness of not less than 2.4 mils.
1) ICI: 2406-XXXX Dulux Professional Exterior
Acrylic Semi-Gloss Finish.
2) Duron: Weathershield Exterior Acrylic Semi Gloss
House Paint, 03-Series.
3) Moore: MoorGlo Latex House &Trim Paint#096.
PAINTING 09900-11
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
4) PP: 6030-AcriShield S.G. House Paint.
5) S-W: A100 Exterior Latex Gloss Latex (B8 Series).
C. Wood Trim: Provide the following finish systems over exterior wood trim:
1. Medium-Shade, Semigloss, Acrylic-Enamel Finish: 2 finish coats over a primer.
a. Primer: Exterior, acrylic-latex primer applied at spreading rate
recommended by the manufacturer to achieve a total dry film thickness of
not less than 1.4 mils.
1) ICI: 2000 Dulux Professional Exterior Acrylic
Primer.
2) Duron: Bond-N-Seal Exterior Acrylic House Paint
Primer, 08-124.
3) Moore: Moorwhite Primer#100.
4) PP: 74130-Speedy Prime.
5) S-W: A100 Exterior Latex Wood Primer
(B42W41).
b. First and Second Coats: Semigloss, waterborne, exterior, acrylic-latex
enamel applied at spreading rate recommended by the manufacturer to
achieve a total dry film thickness of not less than 2.4 mils.
1) ICI: 2406-XXXX Dulux Professional Exterior
Acrylic Semi-Gloss Finish..
2) Duron: Weathershield Exterior Acrylic Semi Gloss
House Paint, 03-Series.
3) Moore: MoorGlo Latex House&Trim Paint#096.
4) PP: 6030-AcriShield S.G. Acrylic Paint.
5) S-W: DTM Acrylic Coating (B66-200 Series).
D Stained Wood: Provide the following stain finish systems over exterior wood:
1. Flat Acrylic Finish: One-coat, waterborne, semitransparent, penetrating wood
stain.
a. First Coat: Semitransparent, exterior, acrylic-latex, wood stain applied at
spreading rate recommended by the manufacturer.
1) ICI: 2610-XXXX Woodpride Exterior Waterborne
Semi-Transparent.
2) Duron: Olympic Premium Semi-Transparent Latex
Stain (Duron special order item).
3) Moore: Moorwood Acrylic Semi-Transparent Stain
#93.
4) PP: 734-AcriShield Acrylic Satin Stain.
5) S-W: Woodscapes House Stain (A15 T5).
PAINTING 09900-12
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
E. Ferrous Metal: Provide the following finish systems over exterior ferrous metal. Primer
is not required on shop-primed items.
1. Full-Gloss, Acrylic-Enamel Finish: 2 finish coats over a rust-inhibitive primer.
a. Primer: Rust-inhibitive metal primer applied at spreading rate recommended
by the manufacturer to achieve a total dry film thickness of not less than 1.3
mils.
1) ICI: Devguard T&S Primer 4160.
2) Duron: Dura Clad Alkyd Metal Primer, White 33-010,
or Red Oxide 33-015.
3) Moore: Retard-X Rust-Inhibitive Latex Primer#162.
4) PP: 296-Glyptex Rust Inhibitive Primer.
5) S-W: Kern Kromik Metal Primer B50N2/B50W 1.
b. First and Second Coats: Full-gloss, waterborne, acrylic enamel applied at
spreading rate recommended by the manufacturer to achieve a total dry film
thickness of not less than 2.4 mils.
1) ICI: 4208-XXXX Devflex Int./Ext. Waterborne
Acrylic Gloss Finish.
2) Duron: Dura Clad DTM Acrylic Coating Gloss, 95-
05X.
3) Moore: Impervex Enamel#309.
4) PP: 631-AcriShield Gloss Acrylic.
5) S-W: DTM Acrylic Coating Gloss (Waterborne)
B66W 100 Series.
F. Zinc-Coated Metal: Provide the following finish systems over exterior zinc-coated
(galvanized) metal surfaces:
1. Semigloss, Acrylic-Enamel Finish: 2 finish coats over a galvanized metal primer.
a. Primer: Galvanized metal primer applied at spreading rate recommended by
the manufacturer to achieve a total dry film thickness of not less than 1.2
mils.
1) ICI: Devguard Galvanized Primer 4120.
2) Duron: Dura Clad Acrylic Galvanized Meal Primer,
33-100.
3) Moore: IronClad Galvanized Metal Latex Primer
#155.
4) PP: 290-Galvanized Metal Primer.
5) S-W: Galvite HS (B50W230).
b. First and Second Coats: Semigloss, exterior, acrylic-latex enamel applied at
spreading rate recommended by the manufacturer to achieve a total dry film
thickness of not less than 2.6 mils.
1) ICI: 2406-XXXX Dulux Professional Exterior
Acrylic Semi-Gloss Finish..
PAINTING 09900-13
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
2) Duron: Weathershield Exterior Acrylic Semi Gloss
House Paint, 03-Series.
3) Moore: MoorGlo Latex House&Trim Paint#096.
4) PP: 6030-AcriShield S.G. House Paint.
5) S-W: A100 Exterior Gloss Latex (A8 Series).
G. Aluminum: Provide the following finish systems over exterior aluminum surfaces:
1. Semigloss, Acrylic-Enamel Finish: 2 finish coats over a primer.
a. Primer: Rust-inhibitive, acrylic- or alkyd-based, metal primer, as
recommended by the manufacturer for use over aluminum, applied at
spreading rate recommended by the manufacturer to achieve a total dry film
thickness of not less than 1.5 mils.
1) ICI: 4020-XXXX Devflex DTM Int./Ext.
Waterborne Primer.
2) Duron: Dura Clad Acrylic Galvanized Metal Primer,
33-100.
3) Moore: Primer not required.
4) PP: 286-U-Prime.
5) S-W: DTM Acrylic Primer/Finish (B66W1).
b. First and Second Coats: Semigloss, exterior, acrylic-latex enamel applied at
spreading rate recommended by the manufacturer to achieve a total dry film
thickness of not less than 2.6 mils.
1) ICI: 2406-XXXX Dulux Professional Exterior
Acrylic Semi-Gloss Finish.
2) Duron: Weathershield Exterior Acrylic Semi Gloss
House Paint, 03-Series.
3) Moore: MoorGlo Latex House &Trim Paint#096.
4) PP: 6030-AcriShield S.G. House Paint.
5) S-W: DTM Acrylic Coating (B66-200).
3.08 INTERIOR PAINT SCHEDULE
A. Concrete and Masonry(Other than Concrete Masonry Units): Provide the following
paint systems over interior concrete and brick masonry surfaces:
1. Low-Luster, Acrylic Finish: 2 finish coats over a primer.
a. Primer: Alkali-resistant, acrylic-latex, interior primer applied at spreading
rate recommended by the manufacturer to achieve a total dry film thickness
of not less than 1.0 mil.
1) ICI: 1030-1200 Ultra-Hide Interior Primer.
2) Duron: Acrylic Enamel Undercoater, 04-123.
PAINTING 09900-14
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
3) Moore: Regal First Coat Interior Latex Primer&
Underbody#216.
4) PP: None required.
5) S-W: Prep-Rite Masonry Primer(B28W300).
b. First and Second Coats: Low-luster(eggshell or satin), acrylic-latex, interior
enamel applied at spreading rate recommended by the manufacturer to
achieve a total dry film thickness of not less than 2.8 mils.
1) ICI: 1402 Dulux Professional Acrylic Eggshell
Finish.
2) Duron: Ultra Deluxe Interior Acrylic Low Sheen
Enamel, 36-Series.
3) Moore: Moore's Regal AquaVelvet#319.
4) PP: 6079-Painters Friend Eggshell.
5) S-W: ProMar 200 Interior Latex Eg-Shel
(B20W200).
B. Concrete Masonry Units: Provide the following finish systems over interior concrete
masonry block units:
1. Low-Luster, Acrylic-Enamel Finish: 2 finish coats over a block filler.
a. Block Filler: High-performance, latex-based, block filler applied at
spreading rate recommended by the manufacturer to achieve a total dry film
thickness of not less than 5.0 mils.
1) ICI: 3010-1200 Ultra-Hide Vinyl Acrylic Block
Filler.
2) Duron: Block Kote Latex Block Filler, 08-126.
3) Moore: Moorcraft Interior& Exterior Block Filler
#173.
4) PP: 9203-Quik Fil Block Filler.
5) S-W: Prep-Rite Block Filler(B25W25).
b. First and Second Coats: Low-luster (eggshell or satin), acrylic-latex, interior
enamel applied at spreading rate recommended by the manufacturer to
achieve a total dry film thickness of not less than 2.8 mils.
1) ICI: 1402 Dulux Professional Acrylic Eggshell
Finish.
2) Duron: Ultra Deluxe Interior Acrylic Low Sheen
Enamel, 36-Series
3) Moore: Moore's Regal AquaVelvet#319.
4) PP 6079-Painters Friend Eggshell
5) S-W: ProMar Interior Latex Eg-Shel (B20W200
Series).
C. Gypsum Board: Provide the following finish systems over interior gypsum board
surfaces:
PAINTING 09900-15
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
1. Flat Acrylic Finish (Ceilings): 2 finish coats over a primer.
a. Primer: Latex-based, interior primer applied at spreading rate recommended
by the manufacturer to achieve a total dry film thickness of not less than 1.2
mils.
1) ICI: 1030-1200 Ultra-Hide Interior Primer-Sealer.
2) Duron: Interior Acrylic Dry Wall Primer Sealer, 04-
126.
3) Moore: Regal First Coat Interior Latex Primer&
Underbody#216.
4) PP: 767-Painters Friend Sealer.
5) S-W: Prep-Rite High Build Primer(B28W601).
b. First and Second Coats: Flat, acrylic-latex-based, interior paint applied at
spreading rate recommended by the manufacturer to achieve a total dry film
thickness of not less than 2.5 mils.
1) ICI: 1200 Dulux Professional Interior Acrylic Flat.
2) Duron: Ultra Deluxe Interior Acrylic Latex Flat
#44 Series.
3) Moore: Regal Wall Satin#215.
4) PP: 685-HiHide Int. Flat Latex.
5) S-W: ProMar Interior Latex Flat (B30W200 Series).
2. Low-Luster, Acrylic-Enamel Finish (Walls): 2 finish coats over a primer.
a. Primer: Latex-based, interior primer applied at spreading rate recommended
by the manufacturer to achieve a total dry film thickness of not less than 1.2
mils.
1) ICI: 1030-1200 Ultra-Hide Interior Primer-Sealer.
2) Duron: Interior Acrylic Dry Wall Primer Sealer, 04-
126.
3) Moore: Regal First Coat Interior Latex Primer&
Underbody#216.
4) PP: 767-Painters Friend Sealer.
5) S-W: Prep-Rite High-Build Primer (B28W601).
b. First and Second Coats: Low-luster (eggshell or satin), acrylic-latex, interior
enamel applied at spreading rate recommended by the manufacturer to
achieve a total dry film thickness of not less than 2.8 mils.
1) ICI: 1402 Dulux Professional Acrylic Eggshell
Finish.
2) Duron: Ultra Deluxe Interior Acrylic Low Sheen
Enamel, 36-Series.
3) Moore: Moore's Regal AquaVelvet#319.
4) PP: 6079-Painters Friend Eggshell.
5) S-W: ProMar Interior Latex Eg-Shel (B20W200
Series).
PAINTING 09900-16
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
D. Plaster: Provide the following finish systems over new, interior plaster surfaces:
1. Flat Acrylic Finish: 2 finish coats over a primer.
a. Primer: Alkali-resistant, acrylic-latex, interior primer applied at spreading
rate recommended by the manufacturer to achieve a total dry film thickness
of not less than 1.4 mils.
1) ICI: 3210 Ultra-Hide Gripper.
2) Duron: Acrylic Enamel Undercoater, 04-123.
3) Moore: Regal First Coat Interior Latex Primer&
Underbody#216.
4) PP: 767-Painters Friend Sealer.
5) S-W: Prep-Rite High Build Primer (B28W601).
b. First and Second Coats: Flat, acrylic-latex, interior paint applied at
spreading rate recommended by the manufacturer to achieve a total dry film
thickness of not less than 2.5 mils.
1) ICI: 1200 Dulux Professional Interior Acrylic Flat
Finish.
2) Duron: Ultra Deluxe Interior Flat Wall Paint, 44
Series.
3) Moore: Regal Wall Satin#215.
4) PP: 685-HiHide Interior Flat Latex.
5) S-W: ProMar 200 Interior Latex Flat (B30W200
Series).
E. Woodwork and Hardboard: Provide the following paint finish systems over new,
interior wood surfaces:
1. Semigloss, Acrylic-Enamel Finish: 2 finish coats over a wood undercoater.
a. Undercoat: Alkyd- or acrylic-latex-based, interior wood undercoater, as
recommended by the manufacturer for this substrate, applied at spreading
rate recommended by the manufacturer to achieve a total dry film thickness
of not less than 1.2 mils.
1) ICI: 1120 Ultra-Hide-Interior Alkyd Undercoat.
2) Duron: Alkyd Enamel Undercoater, 04-024.
3) Moore: Moore's Alkyd Enamel Underbody#217.
4) PP: 767-Painters Friend Sealer.
5) S-W: Prep-Rite Wall and Wood Primer (B49W2).
b. First and Second Coats: Semigloss, acrylic-latex, interior enamel applied at
spreading rate recommended by the manufacturer to achieve a total dry film
thickness of not less than 2.6 mils.
1) ICI: 1406 Dulux Professional Acrylic Semi-Gloss
Finish.
2) Duron: Ultra Deluxe Interior Acrylic Semi-Gloss
Enamel, 35-Series.
PAINTING 09900-17
Docusign Envelope ID 3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
3) Moore: Moore's Regal AquaGlo Vinyl-Acrylic Latex
Enamel#333.
4) PP: 105-HiHide S.G. Latex Enamel.
5) S-W: ProMar 200 Latex Interior Semi-Gloss
(B31 W200 Series).
F. Stained Woodwork: Provide the following stained finishes over new, interior
woodwork:
1. Waterborne, Satin-Varnish Finish: 2 finish coats of a waterborne, clear-satin
varnish over a sealer coat and a waterborne, interior wood stain. Wipe wood filler
before applying stain.
a. Filler Coat: Paste-wood filler applied at spreading rate recommended by the
manufacturer.
1) ICI: None required.
2) Duron: None required.
3) Moore: Benwood Paste Wood Filler#238.
4) PP: None required.
5) S-W: Sher-Wood Fast-Dry Filler.
b. Stain Coat: Waterborne, interior wood stain applied at spreading rate
recommended by the manufacturer.
1) ICI: 1700-XXXX Woodpride Interior Oil Stain.
2) Duron: McClosky Heirloom Water-Based Stain,
98-022 (Duron special order item).
3) Moore: Benwood Penetrating Stain#234.
4) PP: 842-Wood Guardian Water Base Stain.
5) S-W: Sher-Wood Water Reducible Wiping Stains.
c. Sealer Coat: Clear sanding sealer applied at spreading rate recommended by
the manufacturer.
1) ICI: None recommended.
2) Duron: McClosky Heirloom Sanding Sealer, 80-062.
3) Moore: None recommended.
4) PP: 871-Wood Guardian W.B. Sanding Sealer.
5) S-W: Sher-Wood Water Reducible Hi-Bild Lacquer
Sealer (T60F520).
d. First and Second Finish Coats: Waterborne, varnish finish applied at
spreading rate recommended by the manufacturer.
1) ICI: 1802 Woodpride Aquacrylic Satin Varnish.
2) Duron: McCloskey Heirloom Crystal Clear Satin,
80-061.
3) Moore: Stays Clear Acrylic Polyurethane#423, Satin.
4) PP: 847-Wood Guardian W.B. Satin Varnish.
5) S-W: Sher-Wood KemVar "W" Water Reducible
Conversion Varnish Medium.
PAINTING 09900-18
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
G. Natural-Finish Woodwork: Provide the following natural finishes over new, interior
woodwork:
1. Waterborne, Satin-Varnish Finish: 2 finish coats of a waterborne, clear-satin
varnish over a sanding sealer. Wipe wood filler before applying stain.
a. Filler Coat: Paste-wood filler applied at spreading rate recommended by the
manufacturer.
1) ICI: None required.
2) Duron: None required.
3) Moore: Benwood Paste Wood Filler#238.
4) PP: None required.
5) S-W: Sher-Wood Fast-Dry Filler.
b. Sealer Coat: Clear sanding sealer applied at spreading rate recommended by
the manufacturer.
1) ICI: None recommended.
2) Duron: McCloskey Heirloom Sanding Sealer, 80-062
3) Moore: None recommended.
4) PP: 871-Wood Guardian W.B. Sanding Sealer.
5) S-W: --
c. First and Second Finish Coats: Waterborne, varnish finish applied at
spreading rate recommended by the manufacturer.
1) ICI: 1802 Woodpride Interior Aquacrylic Satin
Varnish.
2) Duron: McCloskey Heirloom Crystal Clear Satin, 80-
061.
3) Moore: Stays Clear Acrylic Polyurethane#423, Satin.
4) PP: 848-Wood Guardian W.B. Gloss Varnish.
5) S-W: Sher-Wood KemVar "W" Water Reducible
Conversion Varnish Medium.
H. Ferrous Metal: Provide the following finish systems over ferrous metal:
1. Full-Gloss, Acrylic-Enamel Finish: 2 finish coats over a primer.
a. Primer: Quick-drying, rust-inhibitive, alkyd-based or epoxy-metal primer, as
recommended by the manufacturer for this substrate, applied at spreading
rate recommended by the manufacturer to achieve a total dry film thickness
of not less than 1.5 mils.
1) ICI: 4160 Devguard T&S Primer.
2) Duron: Dura Clad Universal Phenolic Alkyd Metal
Primer, 33-042.
3) Moore: IronClad Retardo Rust-Inhibitive Paint #163.
4) PP: 286-U-Prime.
5) S-W: Kem Kromik Metal Primer B50N2B50W1.
PAINTING 09900-19
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
b. First and Second Coats: Full-gloss, acrylic-latex, interior enamel applied at
spreading rate recommended by the manufacturer to achieve a total dry film
thickness of not less than 2.5 mils.
1) ICI: 3038-XXXX Ultra-Hide Durus Int./Ext.
Acrylic Gloss Finish.
2) Duron: Ultra Deluxe Interior Acrylic Gloss Enamel,
25-Series.
3) Moore: Impervex Enamel#309.
4) PP: 42455-Interior Gloss Latex Enamel.
5) S-W: ProMar 200 Interior Latex Gloss Enamel
B21 W201.
I. Zinc-Coated Metal: Provide the following finish systems over zinc-coated metal:
1. Semigloss, Acrylic-Enamel Finish: 2 finish coats over a primer.
a. Primer: Galvanized metal primer applied at spreading rate recommended by
the manufacturer to achieve a total dry film thickness of not less than 1.2
mils.
1) ICI: 4120 Devguard Galvanized Primer.
2) Duron: Dura Clad Acrylic Galvanized Metal Primer,
33-100.
3) Moore: IronClad Galvanized Metal Latex Primer
#155.
4) PP: 290-Galvanized Metal Primer.
5) S-W: DTM Acrylic Primer/Finish (B66W 1).
b. First and Second Coats: Semigloss, acrylic-latex, interior enamel applied at
spreading rate recommended by the manufacturer to achieve a total dry film
thickness of not less than 2.6 mils.
1) ICI: 1406 Dulux Professional Acrylic Semi-Gloss
Finish.
2) Duron: Ultra Deluxe Interior Acrylic Semi-Gloss
Enamel, 35-Series.
3) Moore: Moore's Regal AquaGlo Vinyl-Acrylic Latex
Enamel#333.
4) PP: 105-HiHide S.G. Latex Enamel.
5) S-W: ProMar 200 Latex Semi-Gloss (B31 W200
Series).
END OF SECTION
PAINTING 09900-20
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
FIRE RESCUE STATION NO. 5 AND EOC 11/06/24
BOYNTON BEACH, FLORIDA
Page Intentionally Left Blank
PAINTING 09900-21
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
cmHoitA
- ika
BUILDING TRUST
PRODUCT DATA SHEET
Sealoflex Professional
Flexible, fibre reinforced waterproofer
DESCRIPTION
Sealoflex Professional is a single component,acrylic
based,flexible waterproofing compound containing
special fibre reinforcement.
USES
• Flat roofs
• Tiled roofs
• Parapet walls
• Flashing(with G1 membrane reinforcement)
• Overcoating existing roof waterproofing system
CHARACTERISTICS/ADVANTAGES
• Single component—ready to use
• Fibre reinforced—eliminates(in most cases)applica-
tion of separate reinforcing membrane layer
• Flexible and durable
• Good adhesion to most common,sound,roofing
substrates
• Can be overcoated with good quality acrylic paint
• No special cleaners required
PRODUCT INFORMATION
Packaging 5 ltr and 2014 Containers
Shelf Life 12 months in original,unopened container.
Storage Conditions Store in properly closed,sealed and undamaged packaging in dry condi-
tions at temperatures between+5°C and 309C.Protect from direct sun-
light.
Colour Grey,Terracotta,Charcoal,White and Green
Density —1,2kg/litre.
Tensile Strength 4.1N/mm2 (ASTM D638)
Elongation at Break 40% (ASTM D638)
Product Data Sheet
Sealoflex Professional
November 2023,Version 02.01
020706010010000053
1/3
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
Tear Strength 16.9 N/mm2 (ASTM D1004)
Permeability to Water Vapour 17g/m2/day (ASTM E96)
Consumption —1.0 litre per m2 per coat.Two coats recommended
Layer Thickness 1-2mm thick
Ambient Air Temperature Min.5°C—Max.35°C.
Relative Air Humidity <80%
Dew Point Substrate temperature,must always be at least 3°C above the measured
dew point.
Substrate Temperature Min.5°C—Max.30°C.
Substrate Moisture Content <10%
Waiting Time/Overcoating Temperature Time
102C 8 hours
202C 4 hours
302C 3 hours
Touch Dry:2-3 hours depending upon ambient conditions
BASIS OF PRODUCT DATA MIXING
All technical data stated in this Product Data Sheet are Mix contents thoroughly prior to application
based on laboratory tests.Actual measured data may CLEANING OF TOOLS
vary due to circumstances beyond our control.
Remove uncured Sealoflex Professional with water.Cured
LIMITATIONS material can only be removed mechanically.
Concrete should be a minimum of 28 days old and the
moisture content less than 10%before application.
Protect from rain until dry.
DO NOT ATTEMPT APPLICATION IF RAIN IS IMMINENT.
ECOLOGY HEALTH AND SAFETY
APPLICATION INSTRUCTIONS
SUBSTRATE QUALITY
The surface,must be dry and free of all contaminants,
such as oils,grease,coatings and surface treatments
etc.
Weak concrete should be removed and surface de-
fects such as honeycombed areas,blowholes and
voids must be fully exposed.
Repairs to substrate,filling of blowholes/voids and
surface levelling,should be carried out using the ap-
propriate product from the Sika'MonoTop°,Sikadur'
range of materials.
SUBSTRATE PREPARATION
All surfaces must be clean,sound,dry and properly
cured.Remove all loose materials mechanically,with a
wire brush,or by water or sand blasting. Metal sur-
faces should be free of rust.
For wooden roofs and,in particular T&G boarded
roofs,the entire area to be waterproofed,should be
covered with 2-ply roofing felt,kept in position by gal-
vanised clout nails and/or a suitable adhesive.
Product Data sheet
Sealoflex Professional
November 2023,Version 02 01
020706010010000053
fit
BUILDING TRUST
2/3
Docusign Envelope ID:3FA54B3F-CBA7-40D7-86F9-25F6504393A3
LOCAL RESTRICTIONS
Please note that as a result of specific local regulations
the performance of this product may vary from coun-
try to country.Please consult the local Product Data
Sheet for the exact description of the application
fields.
LEGAL NOTES
The information,and,in particular,the recommenda-
tions relating to the application and end-use of Sika
products,are given in good faith based on Sika's cur-
rent knowledge and experience of the products when
properly stored,handled and applied under normal
conditions in accordance with Sika's recommenda-
tions.In practice,the differences in materials,sub-
strates and actual site conditions are such that no war-
ranty in respect of merchantability or of fitness for a
particular purpose,nor any liability arising out of any
legal relationship whatsoever,can be inferred either
from this information,or from any written recom-
mendations,or from any other advice offered.The
user of the product must test the product's suitability
for the intended application and purpose.Sika re-
serves the right to change the properties of its
products.The proprietary rights of third parties must
be observed.All orders are accepted subject to our
current terms of sale and delivery.Users must always
refer to the most recent issue of the local Product
Data Sheet for the product concerned,copies of which
will be supplied on request.
Sika South Africa(Pty)Ltd
9 Hocking Place,
Westmead,3608
South Africa
Phone+27 31792 6500
www.sika.co.za
(16111) fro
SGS 4tbf _SGS % SGSI SG, SealoflexProfessional-en-ZA-(11-2023)-2.1 pdf
Product Data Sheet
Sealofiex Professional
November 2023,Version 02.01
020706010010000053
3/3 BUILDING TRUST
I