Loading...
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