Loading...
Agenda 10/22/2013 Item #16D 4 10/22/2013 16.D.4. EXECUTIVE SUMMARY Recommendation to approve an award for Invitation to Bid (ITB)#13-6169 "Fare Collection Room Construction" to Compass Construction, Inc. in the amount of $70,790 and authorize the Chairwoman to sign and execute the attached contract. OBJECTIVE: To construct a secure farebox collection room at the Collier Area Transit (CAT) facility located at 8300 Radio Road to enhance security and improve the efficiency of operations. CONSIDERATIONS: The American Recovery and Reinvestment Act (ARRA) provided funding to upgrade the existing manual fareboxes to electronic fareboxes. Construction improvements are necessary to accommodate a new vault that was purchased as part of those upgrades. The room will improve security of fare collections by moving it to the maintenance facility, away from public interaction. Collier County Board of County Commissioners approved an allocation of Fiscal Year (FY) 2009 FTA §5309 funding for construction of the room on June 8, 2010. Additional funding for the project was approved on September 11, 2012. The total funding available for this project is $70,790.00. The Purchasing Department advertised this bid on August 7, 2013; consistent with grant requirements for open competition staff removed the County's Local Vendor Preference Policy consideration from the solicitation document. Email notices of the Invitation to Bid (ITB)were sent to 1,429 firms and 42 firms downloaded the bid. Two bids were received by the due date of September 6, 2013 by the following firms: Compass Construction, Inc. and William J. Varian Construction. Compass Construction, Inc.,the low bidder, did not include all of the required FTA documents at the time of the bid. Staff requested, and Compass Construction has complied with the completion and return of the correct FTA forms. Consistent with Board Purchasing Policy on formal competition (VI E), staff requests the Board to waive this as a minor irregularity since the omission of the forms does not impact the price to complete the project. Costs are noted on the attached bid tabulation. Staff recommends award of the bid to Compass Construction, Inc. as the lowest, qualified and responsive firm at a cost of$70,790.00. FISCAL IMPACT: Funding is available in CAT Grants Fund 424, within Project Nos. 33153, 33229, and 33296. The source of funding is FTA Section 5309 FY 09, FTA Section 5307 FY 12, and FTA Section 5307 FY 13. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires a majority vote for Board approval. -ERP GROWTH MANAGEMENT IMPACT: Consistent with Objective 10 and 12 of the Transportation Element of the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners approve award of Bid#13-6169 to Compass Construction, Inc. for the construction of a secure farebox collection room at 8300 Radio Road in the amount of $70,790.00, and authorizes the Chairwoman to sign the attached contract after final review by the County Attorney. Prepared By: Brandy Otero, Associate Project Manager, Alternative Transportation Modes Department. Packet Page-779- 10/22/2013 16.D.4. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.D.16.D.4. Item Summary: Recommendation to approve an award for Invitation to Bid (ITB) #13- 6169 "Fare Collection Room Construction"to Compass Construction, Inc. in the amount of $70,790 and authorize the Chairwoman to sign and execute the attached contract. Meeting Date: 10/22/2013 Prepared By Name: OteroBrandy Title: Project Manager, Associate,Transportation Engineer 9/5/2013 9:58:56 AM Submitted by Title: Project Manager, Associate,Transportation Engineer Name: OteroBrandy 9/5/2013 9:58:57 AM Approved By Name: ScottTrinity Date: 10/7/2013 12:50:05 PM Name: SotoCaroline Title:Management/Budget Analyst,Transportati on Administr Date: 10/9/2013 1:54:52 PM Name: AlonsoHailey Title: Operations Analyst,Public Service Division Date: 10/9/2013 2:39:27 PM Name: ArnoldMichelle Title:Director-Alt Transportation Modes,Alternative Tr Date: 10/9/2013 3:47:17 PM Name: CummingsRhonda Packet Page-780- 10/22/2013 16.D.4. Title: Contracts Specialist,Purchasing&General Services Date: 10/9/2013 4:03:46 PM Name: MarkiewiczJoanne Title:Manager-Purchasing Acquisition,Purchasing&Gene Date: 10/9/2013 4:16:25 PM Name: WardKelsey Title:Manager-Contracts Administration,Purchasing&Ge Date: 10/10/2013 11:24:19 AM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 10/10/2013 1:28:31 PM Name: CarnellSteve Title: Purchasing/General Services Director Date: 10/10/2013 1:57:19 PM Name: OberrathKaren Title: Senior Accountant, Grants Date: 10/10/2013 2:38:45 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 10/10/2013 3:25:33 PM Name: IsacksonMark Title: Director-Corp Financial and Mgmt Svs,CMO Date: 10/10/2013 4:58:19 PM Name: KlatzkowJeff Title: County Attorney Date: 10/11/2013 10:1 6:46 AM Name: FinnEd Title: Senior Budget Analyst, OMB Date: 10/11/2013 12:44:42 PM Name: OchsLeo Title: County Manager Date: 10/14/2013 1:53:58 PM Packet Page -781- PM: Brandy Otero Bid Tabulation 10/22/2013 16.D.4. PS: Rhonda Cummings RADIO ROAD FARE BOX BUILDING IMPROVEMENTS Pkgs Downloaded.42 Bids Received:2 Compass William J.Varian Construction Construction Pay Item Description Unit Quantity Total Cost Total Cost DIVISION 01-GENERAL REQUIREMENTS 011100 SUMMARY OF WORK LS 1 included $ 910.00 013300 SUBMITAL PROCEDURES LS 1 $ 171.00 $ 877.50 017419 CONSTRUCTION WASTE MANAGEMENT LS 1 $ 779.00 $ 650.00 017700 CLOSEOUT PROCEDURES LS 1 $ 257.00 $ 780.00 DIVISION 02-EXISTING CONDITIONS 024119 SELECTIVE STRUCTURE DEMOLITION LS 1 $ 6,758.00 $ 4,225.00 DIVISION 03-CONCRETE - NONE LS - none none DIVISION 04-MASONRY - NONE LS - none none DIVISION 05-METALS 054000 COLD FORMED METAL FRAMING LS 1 included $ 2,600.00 055000 MISCELLANEOUS METALS LS 1 included $ 2,652.00 DIVISION 06-WOOD PLASTICES AND COMPOSITES 061053 MISCELLANOUS ROUGH CARPENTRY LS 1 $ 599.00 $ 520.00 DIVISION 07-THERMAL AND MOISTURE PROTECTION 072100 THERMAL INSULATION LS 1 $ 171.00 $ 2,730.00 074213 METAL WALL PANELS LS 1 $ 7,015.00 $ 11,570.00 076200 SHEET METAL FLASHING AND TRIM LS 1 $ 513.00 $ 1,170.00 079200 JOINT SEALANTS LS 1 included $ 780.00 DIVISION 08-OPENINGS 081113 HOLLOW METAL DOORS AND FRAMES LS 1 $ 13,182.00 $ 2,080.00 081416 FLUSH WOOD DOORS LS 1 none $ 1,599.00 087100 DOOR HARDWARE LS 1 included $ 2,067.00 DIVISION 09-FINISHES 092216 NON-STRUCTURAL METAL FRAMING LS 1 $ 8,213.00 $ 3,120.00 092900 GYPSUM BOARD LS 1 $ 8,880.00 $ 6,240.00 096519 RESILIENT TILE FLOORING LS 1 $ 1,121.00 $ 1,560.00 099123 PAINTS AND COATINGS LS 1 $ 2,382.00 $ 3,380.00 DIVISION 10-SPECIALITIES 101400 SIGNS LS 1 none DIVISION 11-EQUIPMENT - NONE LS - none DIVISION 23-HEATING VENILATING AND AIR CONDITIONING 233713 DIFFUSERS,REGISTERS,AND GRILLES LS 1 $ 4,243.00 $ 520.00 DIVISION 26-ELECTRICAL 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS LS 1 $ 16,506.00 $ 1,950.00 260544 SLEEVES AND SLEEVE SEALS FOR ELECTRICAL LS 1 $ 650.00 RACEWAYS AND CABLING included 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS LS 1 included $ 520.00 262726 WIRING DEVICES LS 1 included $ 18,200.00 262816 ENCLOSED SWITCHES AND CIRCUIT BREAKERS LS 1 included $ 1,950.00 GRAND TOTAL $ 70,790.00 $ 73,300.50 Material Manufacturer Y Y List of Subcontractors Y Y Statement of Experience of Bidder _ Y Y Trench Safety Act Y Y Immigration Law AffidaviUE-Verify Y Y W-9 Y Y Bid Bond Y Y Bidder's Checklist __ Y Y Addendums 1,2 and 3 Y Y Exhibit I N Y Opened By: Rhonda Cummings Witnessed By: Brenda Reaves Packet Page-782- Base Bid Form,Page 1 of 1 10/22/2013 16.D.4. 2&SCunt Admhistrative Services Division Purchasing Fare Collection Room Construction - FTA Grant Funded COLLIER COUNTY BID NO. 13-6169 COLLIER COUNTY, FLORIDA Rhonda Cummings, FCCN, CPPB, Procurement Strategist Email: RhondaCummings @colliergov.net Telephone: (239) 252 - 8941 FAX: (239) 252-6700 Design Professional: Atkins, Inc. Purtthasy 0itrnent•3327 Taman Trail East•Naples,F'txida 341124901•.WA rjst iergov.netipurt 8.sfrg 1 Construction Services Agreement for Grant Funded Projects:07012013 Packet Page-783- 10/22/2013 16.D.4. Email: RhondaCummlngs©colUergov.net Telephone:(239)252-8941 Ssr�rk:ea DMsion FAX:(239)252-6700 Pumhadng ADDENDUM#3 Memorandum Date: August 30,2013 From: Rhonda Cummings.FCCN, CPPB,Procurement Strategist To: Interested Bidders Subject ITB 13-6169-Addendum#3—Fare Box Collection Room Construction—FTA Grant Funded The following clarifications are issued as an addendum Identifying the following changes for the referenced solicitation: CHANGE: The due date for this bid has been extended until 2:30 pm on Augusi-30.September 6. 2013. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information- c: Brandy Otero,Associate Project Manager Received�by• (=pass Construction, Inc- ' Doug 0 iver 1 Packet Page -784- 10/22/2013 16.D.4. tl i�1' Co'Putty Email: RhondaCummings @colliergov.net kir/nisve Services Division Telephone: (239) 252-8941 Purchasing FAX: (239) 252-6700 ADDENDUM #2 Memorandum Date: August 27, 2013 From: Rhonda Cummings, FCCN,CPPB, Procurement Strategist To: interested Bidders Subject: ITB 13-6169 -Addendum #2— Fare Box Collection Room Construction— FTA Grant Funded The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this bid has been extended until 2:30 pm on August 30, 2013, QUESTION/ANSWER: Q: Please clarify the extent of painting in the Super Room--there is no finish schedule, Please clarify the extent of painting in Lobby(1 07) we are changing (2) doors and will need to touch up walls A: See attached plan showing extent of painting required at Super Office and Lobby. Refer to red lines. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Brandy Otero,Associate Project Manager Enc: 1 Received by: Compass Construction, Inc. Lawrence J. 'liver 1 Packet Page -785- 10/22/2013 16.D.4. Co EI erl''County Email: RhondaCummings@colliergov.net Adrriristrative Seniices Division Telephone: (239) 252-8941 Purchasing FAX: (239)252-6700 ADDENDUM #1 Memorandum Date: August 14, 2013 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist. To: Interested Bidders Subject: ITB 13-6169 -Addendum#1 —Fare Box Collection Room Construction—FTA Grant Funded The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CLARIFICATION: See attachments— 017419 Construction Waste Management and Farebox Sketch for Conduit and Conduit Run Walk through of area is scheduled for Thursday, August 15, 2013 at 11:30 a.m. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Brandy Otero,Associate Project Manager Enc: 2 Received by: Compass Construction, Inc. Lawrence J. Oliver 1 • Packet Page-786- 10/22/2013 16.D.4. TABLE OF CONTENTS PUBLIC NOTICE 3 PART B- INSTRUCTIONS TO BIDDERS 5 CONSTRUCTION BID 13 BID SCHEDULE 14 MATERIAL MANUFACTURERS 15 LIST OF MAJOR SUBCONTRACTORS 16 STATEMENT OF EXPERIENCE OF BIDDER 17 TRENCH SAFETY ACT 18 IMMIGRATION LAW AFFIDAVIT CERTIFICATION 19 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W—9 20 BID BOND 24 BIDDERS CHECK LIST 26 CONSTRUCTION AGREEMENT 27 EXHIBIT A 1: PUBLIC PAYMENT BOND 35 EXHIBIT A 2: PUBLIC PERFORMANCE BOND 38 EXHIBIT B: INSURANCE REQUIREMENTS 41 INSURANCE AND BONDING REQUIREMENTS 43 EXHIBIT C: RELEASE AND AFFIDAVIT FORM 45 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT 46 EXHIBIT E: CHANGE ORDER 49 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION 51 EXHIBIT G: FINAL PAYMENT CHECKLIST 53 EXHIBIT H: GENERAL TERMS AND CONDITIONS 55 EXHIBIT I: FTA GTANT TERMS AND CONDITIONS 88 EXHIBIT J:TECHNICAL SPECIFICATIONS 89 EXHIBIT K: PERMITS 90 EXHIBIT L:VERTICAL STANDARDS 91 EXHIBIT M: PLANS AND SPECIFICATIONS 92 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT 93 2 Construction Services Agreement for Grant Funded Projects:07012013 Packet Page-787- 10/22/2013 16.D.4. COQ County str Services- s Purchases PUBLIC NOTICE INVITATION TO BID Fare Collection Room Construction COUNTY BID NO. 13-6169 Separate sealed bids for the construction of a fare collection room construction, addressed to Ms. Joanne Markiewicz, Interim Purchasing Director, will be received at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, until 2:30 P.M. LOCAL TIME, on the 28th day of August, 2013, at which time all bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. A non-mandatory pre-bid conference shall be held at the Purchasing Department, Conference Room A, at 10:00 a.m. LOCAL TIME on the 15th day of August 2013, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. Sealed envelopes containing bids shall be marked or endorsed "Bid for Collier County Government, Collier County, Fare Collection Room Construction Bid No. 13-6169 and Bid Date of August 28, 2013". No bid shall be considered unless it is made on an unaltered Bid form which is included in the Bidding Documents. The Bid Schedule shall be removed from the Bidding Documents prior to submittal. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Purchasing Department website may not be accurate or current. Each bid shall be accompanied by a certified or cashiers check or a Bid Bond in an amount not less than five percent (5%) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the 3 Construction Services Agreement for Grant Funded Projects:07012013 Packet Page-788- 10/22/2013 16.D.4. State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys-in-fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within Ninety (90) calendar days from and after the Commencement Date specified in the Notice to Proceed. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. Dated this 7th day of August 2013. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Joanne Markiewicz Interim Purchasing and General Services Director 4 Construction Services Agreement for Grant Funded Projects: 07012013 Packet Page-789- 10/22/2013 16.D.4. PART B-INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and/or monitoring the construction of the project. At the Owner's discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner's discretion the Project Manager may formally assign any of his/her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner (pages 15 — 17 as bound in these Bidding Documents). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name and Bid opening Date and Time, and shall be addressed to the Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. If forwarded by mail, the sealed envelope containing the Bid must be 5 Construction Services Agreement for Grant Funded Projects:07012013 Packet Page -790- 10/22/2013 16.D.4. enclosed in another sealed envelope addressed as above. Bids received at the location specified herein after the time specified for bid opening will be returned to the bidder unopened and shall not be considered. Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashiers check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit"). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the 120 day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than 120 days from opening, unless otherwise agreed by the Purchasing Director and the Successful Bidder. 3.2 The Successful Bidder shall execute five (5) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Reject Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. 6 Construction Services Agreement for Grant Funded Projects:07012013 Packet Page-791- 10/22/2013 16.D.4. 4.2 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 4.3 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 4.4 If Bidder is an individual, his or her signature shall be inscribed. 4.5 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 4.6 All Bids shall have names typed or printed below all signatures. 4.7 All Bids shall state the Bidder's contractor license number. 4.8 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 5. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 6. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 7. Interpretation of Contract Documents 7.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Purchasing Department, to be given consideration. All such requests for interpretations or clarification must be received at least ten (10) calendar days prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued, shall be sent by mail or fax to all known Bidders at their respective addresses furnished for such purposes no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 7 Construction Services Agreement for Grant Funded Projects:07012013 Packet Page-792- 10/22/2013 16.D.4. 7.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid, it has received all addenda issued and it shall acknowledge same in its Bid. 7.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre-Bid Conference is non-mandatory. Section 8.- Examination of Site and Contract Documents 8.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; c. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 8.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 9. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non-responsive or irregular if such materials are not specifically named by Bidder. Section 10. Bid Quantities 10.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the 8 Construction Services Agreement for Grant Funded Projects:07012013 Packet Page -793- 10/22/2013 16.D.4. actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re-negotiate any unit price(s) where the actual quantity varies by more than 25% from the estimate at the time of bid. 10.2 Alternate Bid Pricing: In the event that alternate pricing is requested, it is an expressed requirement of the bid invitation to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non-responsive and will not be considered for award. Section 11. Award of Contract 11.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Purchasing Director prior to the time of the bid opening strictly in accordance with Owner's then current Purchasing Policy. 11.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and qualified Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. in determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a Purchasing Agent of the Owner's Purchasing Department or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 11.3 Award recommendations will be posted outside the offices of the Purchasing Department generally on Wednesdays or Thursdays prior to the presentation to the Board of County Commissioners. Award of Contract will be made by the Board of County Commissioners in public session. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner's then current Purchasing Policy. A copy of the Purchasing Policy is available at htto://www.colliergov.net/Index.aspx?paqe=762. 9 Construction Services Agreement for Grant Funded Projects:07012013 Packet Page-794- 10/22/2013 16.D.4. 11.4 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 11.4 Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. Section 12. Sales Tax 12.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 13. Exclusion of County Permits in Bid Prices 13.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act", Collier County will pay for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. 13.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 14. Use of Subcontractors 14.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be "qualified" as defined in Collier County Ordinance 87-25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith A Subcontractor's disqualification from bidding by the Owner, or other 10 Construction Services Agreement for Grant Funded Projects:07012013 Packet Page-795- 10/22/2013 16.D.4. public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." 14.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not "qualified" or who do not meet the legal requirements applicable to and necessitated by this Agreement. 14.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de-certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 14.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidders shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. Section 15. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part Ill, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. Section 16. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any other 11 Construction Services Agreement for Grant Funded Projects:07012013 Packet Page -796- 10/22/2013 16.D.4. employee of Collier County in reference to this solicitation, or the vendor's response, with the exception of the Purchasing Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. Section 17. Public Entity Crimes By its submitting a Bid, Bidder acknowledges and agrees to and represents it is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity': may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." 12 Construction Services Agreement for Grant Funded Projects:07012013 Packet Page-797- 10/22/2013 16.D.4. CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY,FLORIDA Fare Collection Room Construction. BID NO. 13-6169 Full Name of Bidder Compass Construction, Inc. Main Business Address 024 Lafayette Street, Cape Coral, Florida 33904 Place of Business same as above Telephone No. 239-542-7110 Fax No. 239-542-6648 State Contractor's License# CGC 025919 State of Florida Certificate of Authority Document Number H09755 Federal Tax Identification Number 59-2423658 DUNS# 12-223-2754 CCR# Cage Code To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested In this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person,firm or corporation;that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes,and agrees if this Bld Is accepted, Bidder will execute the Agreement Included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents In the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract,and to do all other thins required of the Contractor by the Contract Documents, and that It will take full payment the sums sat forth in the following Bid Schedule: Unit prices shall be provided In no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Purchasing staff. NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. 13 Consla clon Simian Agroarnant far Grant Fwidod PrsJ,Cs;07012013 Packet Page-798- 10/22/2013 16.D.4. 0 0 0 0 0 0 . o § a. k 0 0 . . - W BENa $ 0 0 G 0 e 0 0 f 3 A 8. ir P C n 10 2 o n ■ ■ o s K r 0-& 2 22 3 p E & 2 22i p 6a m _ ® m � @ ■ ■ -r -n o o 8 m o £ a2& oz a � z % ! /% is C a 2 h u) c ■ 2 UI ■ ■ m ©k� � \ i_ n m D> n E ® Q.§ M M m Z 0 Z a $ ■ ld.0 B ��� k 2' if k § - 2 ■ a o. m 1t ; 2 � 0 z -1 gg � 0co UI 2 0 c U � c �_ a la K z � %. F il . . m q � g < ■ fn © k G U) E u) co u) u) k . . z 2- E . . . . , . , . . § 2 § c .2 - - - . . - - - - - t \ § k ; i ; ' f f' % ; 0. gic 1 i AB. t la ■ ea 0. - V. V. g ] § ® o - - - \ / B B I - Packet Page-79- 10/22/2013 16.D.4. o °w 8 t °m o°o Co m A Pb.) NC 111. d a & ' A a' R 2 2 --p . .+ N oN N -h. d S �g y1 W 0 0 Co O Co W 8 8 W 8 P a-Fi z5 D rn v Z3 0 C Ogg z Cl) 1 m5 , t , M Nfi Co m C C z I 05 N r" M$ .$ z Z ! Z g * z �c b* p x R at at r W C o 70 n E S -i '° o. �a 0 A ci -1 o om 0 o m r r 0 . s E tti C lrtl p G 0 0Z co 5 P. Q O _ r °, I C N )3 m;N 70 0 Z N Z r a $ O I-I rd D D Z 3 3 '�° O to .n ZO 0 0 I . 1 1 s a yi A C 0 G) Co El in 0 ' 1g m c m x m Z 13 B 8 C v !n a 0 I CI:d g 2, 1 41 IZ g iE $ z � 3 3 < r r r r r r r r r r r r r Q rn co m co co co Cl) CI) (0 Cl) CO Cl) Cl) to k ' Z . m z Ida 0 Ey212 I i J J J mob — J 1 ■► .J J g O r 2 0 0 5 0 Q. d 1 i m m d m EL°. o �a n A d v, a 0 N w v v W •+ N Co - N V r WW LUN I. p p LU p V N A R G 1 V d a A N O_ W Packet Page -800- 10/22/2013 16.D.4. i N N N N N N rI :. a o 11 Nm_ V N . G0JI V_ 1. c ) �7 O a 25. cb a) W " W 41 g 'a' 3 r 0 :F •lu !I o c 1Ni1 0m 5 co {N 7 s a c a m D G D co t • T ' Sr IH1 it g 4 o z N .. a m ra i ° n F. y > 2w WD C g o a Z m G) �,4„ m a O r 27 o 0 Z_{ t/} m O 3. a o r $ yn '� r G) :a 3 S O c C f' Cj Z a c d• A el R 023 N m m a 2. m 8 s 0 > 0 � W �1 Si=c m N N 111 i Xi n i 2 xi CNC Z € G 9 Z 5.0 y T 1 a) S a Et a sag A a • 3 E w aC m 4 K C a m .. r m A 6. 2 r s ; y� . r I e W W .J ..► ...► i J1. - G 7 z 3 0, 44 'Q a e �. d 9 . a °a n 1°a C a 'a3. ir a nmm r C - ?� > O O a WW w 4 a O m N r A to Q T C 3 c A ro W 0 W Packet Page -801- 10/22/2013 16.D.4. MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON- RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications, including compliance with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A(Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company: Compas onstruct' , Inc. Signature: Date: 8/30/13 awrenc J. Oliver Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Please insert additional pages as necessary. Company: Signature: Date: 15 Construction Services Agreement ior Grant Funded Projects:0T012013 Packet Page-802- 10/22/2013 16.D.4. UST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are "qualified"(as defined in Ordinance 87-25 and Section 15 of instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors In its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non-compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Subcontractor and Address Work 1. Electrical ca Li rn Dr1i- E1 ft -r's_, Ci mprii,nu 2. Mechanical tV e,m H-4-) A/c 3. Plumbing tN/A 4. Site Work 1,1/A 5. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule Company: Comp - Cans:.:uct;,.on, Tnc. Signature: Dale: e—3.11 Law en7'J. Oliver 18 Construction Services Agreement for Grant Funded Projects:07012013 Packet Page -803- 10/22/2013 16.D.4. STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Project and Location Reference River Pharmacy 1. Cape Coral, Florida Osman Z. Osman 2. Osh Kash Store Relocation 0 Miromar Outlets, Estero, Florida Ray Haddad 3. Bowman's Beach Family Rest room Facility, Sanibel, Florida Scott Krawczuk 4. Wildcat Run Kitchen Renovation Estero, Florida Tom Noyes 5. Lollar Tree Store #4387 Build-out Cape Coral, Florida Michael McKenna 8. Gymboree Store 0 Miromar Outlets Estero, Florida Ray Haddad Company: Cs onstruct Inc. Signature: Date: 8/30/13 `Lawrenc J. Oliver 17 • Construction Services Agreement for Grant Fsrtded Projects:07012013 • Packet Page-804- 10/22/2013 16.D.4. TRENCH SAFETY ACT 3ldder acknowledges that Included in the various Items of the bid and in the Total Bid Price are :osts for complying with the Florida Trench Safety Act(90-96, Laws of Florida) effective October 1, 1990. The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Measure. Measure (Quantity) Cost Cost (Description) f LF,SY1 1. NOT APPLICABLE 2. 3. 4. S. TOTAL $ allure to complete the above may result in the Bid being declared non-responsive. Company: Compa oastructic , Inc. L�� Signature: , Date: 8/30/13 Lawrence c Olive: 18 Construction Services Agreement for Grant Funded Projects:07012013 Packet Page-805- 10/22/2013 16.D.4. a• Co ter County Administrative Services Division Purrh1Pu g immigration Law Affidavit Certification Solicitation:13.8169 This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid(ITB's)and Request for Proposals(RFP)submittals. Further,Vendors/Bidders are required to enroll in the E-Verify program,and provide acceptable evidence of their enrollment,at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to Include this Affidavit and acceptable evidence of enrollment In the Verify program, may deem the Vendor 1 Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained In 8 U.S.C. Section 1324 a(e)Section 274A(e) of the immigration and Nationality Act rtNA'). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e)of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws(specifically to the 1988 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment In The Employment Eligibility Verification System(E Verify),operated by the Department of Homeland Security In partnership with the Social Security Administration at the time of submission of the Vendor's!Bidder's proposal. Company Name compass Construction, Inc. Print Name Lauren- J. Oliver 110e President Dale August 30, 2013 Signature State of Florida County of Lee The foregoing instrument was signed and acknowledged before me this .30th day of August 20,i„�,by Lawrence J. Oliver who has produced Personally Known as Identification. (Print or Typee Name) (Type of Identification and Number) r!.-'\iLAS1c'. 1 C6 -- Notary Public Signaturr KAY DIE Laura Kay Dieter 1A °d''0, Uj RA lINi#k TER 0857 tinted Name of Notary Public � F1 Expires April 4,2015 Vp id b4,U 1Nu Trey Fiiirb+►xMa .7019 SEE 080887 / April 4, 2015 Votary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of his affidavit to interrogatories hereinafter made. 19 Canstiuctlon Services Agreement for Grant Funded Projects;07012013 Packet Page-806- 10/22/2013 16.D.4. E Verify, U'ffspp� Company ID Number:327092 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I n copy PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and Compass Construction, Inc. (Employer). regarding the Employer's participation in the Employment Eligibility Verification Program (E- Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E-Verity is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts. Authority for the E-Verify program is found in Title IV, Subtitle A, of the illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). Packet Page-807- 10/22/2013 16.D.4. Collier County AdnriOWyeSenfinesCmumi Fi,r vomeg COLLIER COUNTY SOLICITATIONS SUaS nTUTE W—9 Request for Taxpayer identification Number and Certification in accordance with the Internal Revenue Service regulations, Collier County Is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(Including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5)require that the county notify you In writing of the reason for collecting this information,which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information(provide aH Information) Taxpayer Name Compass Construction, Inc. . (as shown on income tax return) Business Name (if different from taxpayer name) Address 824 Lafayette Street City Cape Coral State Florida Zip 33904 • Telephone 239-54.2-7118 FAX 239-542-8c48 Email doliver2camnasscanstruction.com Order Information Remit f Payment information Address Address, Same as above City State Zip City Slate Zip FAX FAX Email Email. 2. Company Status(check only one) individual f Sole Proprietor l x Corporation `Partnership ____Tax Exempt(Federal Income tax-exempt entity .Limited Liatillty Company under Internal Revenue Service guidelines IRC 501 (c)3) c Enter the tax classification _ _ (0=Disregarded Entity,C a Corporation,P s Partnership) 3. Taxpayer Identification Number(tor fax reporting purposes only) Federal Tax identification Number(TIN), 59-242355s (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Data Form Certification:Under a a of pa carfity that the information shown on this Form is correct to my knowledge. Signature Date AuauSt 30, 2013 I,a.rence J!./Oliver Title President Phone Number 239-542-7118 20 Construction Services Agreement for Grant Funded Projects:07012013 Packet Page-808- 10/22/2013 16.D.4. Upon notification that its Bid has been awarded,the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten(10)calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents..The bid security attached is to become the property of the Owner in the event the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth,as liquidated damages, for the delay and additional expense to the Owner, It being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement, insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, insurance Certificates, and Bonds in a timely manner. Upon receipt of the Notice of Award, the undersigned proposes to commence work at the site within 5 calendar days from the commencement date stipulated In the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within Sixty (60) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within Thirty (30) consecutive calendar days after )Substantial Completion, computed by excluding commencement date and including the last day of such period. Resoec tfulty i : State of Florida County of Lee Lawrence S. Oliver , being first duly sworn on oath deposes and says that the Bidder on the above Bid is organized as Indicated and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. Lawrence J. Oliver , also deposes and says that it has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Spedfications and has checked the same In detail before submitting this Bid; that the statements contained herein are true and correct. 21 Construction 8eces Agreement Rafted 07012013 Packet Page-809- 10/22/2013 16.D.4. (a)Corporation The Bidder is a corporation organized and existing under the laws of the State of Florida which operates under the legal name of • Compass Construction, Inc. , and the full names of Its officers are as follows: President Lawrence J. Oliver SeCretail Peter S. Olsen Treasurer Peter S. Olsen Manager Doug Oliver T _ I= _ orized to - e con- - • bids nd co' tracts Atka corn. : y action of is : .and .f e. .,ct. : = a , ,• •. . of whic is hereto attac ed (stdk • this last to. .= if not = .77577). (b)Co-Partnership The Bidder fs a co-partnership consisting of individual partners whose full names are as follows: The co-partnership does business under the legal name of: • (c)Individual The Bidder is an individual whose full name is , and if operating under a trade name, said trade name is 22 Construction Services Agreement Revised 07012013 Packet Page-810- 10/22/2013 16.D.4. Complete for information contained in (a) Corporation, (b) Co-Partnership or (c) Individual from previous page. DATED August 30, 2013 Compass Construction, Inc. Legal entity MCA BY: Lawrence J. Oliver i#Hess � Nam f Bidde ed (____Typed) Witne s Signature President Title • STATE OF Florida COUNTY OF Lee The foregoing instrument was acknowledged before me this 30th day of August , 20 13 by Lawrence J. Oliver , as President of Compass Construction, Inc. a Ftrrida corporation, on behalf of the corporation. He/she is ersonally known to me or has produced as identification and did (did not)take an oath. ` ' My Commission Expires: April 4, 2015 1 LV• �� 1 ` ...� (Signature of Notary) NAME: Laura Kay Dieter (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Florida Commission No.: EE 080.857 ,&"'�' tt. LAURA KAY DIETER 4 yz �= Commission#EE 080257 +ter Expires April 4,2015 omderrsorcyhmkanrcceak.w. r.m 23 : Construction Services Agreement:Revised 07012013 Packet Page-811- 10/22/2013 16.D.4. BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Compass Construction, Inc. (herein after called the Principal)and FCCI Insurance Company (herein called the Surety), a corporation chartered and existing under the laws of the State of Florida with its principal offices in the city of Sarasota. FL and authorized to do business in the State of Florida are held and firmly bound unto the Collier County, Florida (hereinafter called the Owner), In the full and just sum of Five Percent of the Bid Amount- dollars ($ —5%of the bid— ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves,their heirs, and executors, administrators, and assigns,jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner. a Bid for furnishing an labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as Fare Collection Room Construction Bid No. 13-6168 NOW.THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter Into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100%the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, In the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $ –5% of bid— noted above as liquidated damages, and not as a penalty,as provided in the Bidding Documents,then this obligation shah be null and void, otherwise to remain In full force and effect. IN TESTIMONY Thereof,the Principal and Surety have caused these presents to be duly signed and sealed this 28th day of August ,20 13 24 Coon Serv[Cas Agreement Revised 0/072013 Packet Page-812- 10/22/2013 16.D.4. Compass Construction, Inc. Principal BY �� (Seal) FCCI Insurance Company Surety BY A, `-r it _ (Seal) --- . 'a'Oro • 'om:. Countersigned }..a 11i� ,�/_ e ' . ag an•, ori._ 'icens• • esi•ent gent Local Resident Producing Agent for FCCI 4.urance Company • 2s Construction Services Agreement Revised 07012013 Packet Page-813- u D.4. / R' - I 10/22/2013 1 -. . - ' •-Y-0747 10 i' l 1 - ; . , ... , . .. . ., . . .. ., .. --,.•;,••:*;':'• ' - -, .... ....,. -.-•;.:;:;',:- '...::::-..:•,-",:::::•,•;;:f. --•• . . . ...-.---:'-.-7.,,, :::: -- . -:. :. . .-. .•••'• -: . . . 1 _____ . . --,--7.i :--, , : :.:', -:.... :- :,:.:,....:...-;:-.;::::.:--,...:',..'s-,..,.',....i- :::::: ,....,.-....,:. - .. -•,.'.::.:,•;-... ..:: ::-L,.. :.::'; -. • - • : : : „:. .: 4., • ---:----7:7 y-;. ::-.,•'...'„'..:.: H•f•-:-...-.... '... :',.' r'...- , ::-.:,....::::::."':: :;:•;,;::::.,:-..-.: ..„•-.. :-• -:;-::::.‘•••-•;;.'•.•,-.:~7.-......:.::: - : ,--......• : -',..:......:: ... • •,',-; , -•-_. ; .;,..,:-,..:::'.--;.-,-,•:: ::- ;;;:.:-.---:.--: 'ANCE.."7-: ... :.:....-..........,.. . .arid existing: '. . . • - ...!. -:.. ' ....---: '•: - ,.. • ...',..1.,"!ir-f. -Gli-0°.. E0I'LB . E.. ik OF ATTORNEY: ,;.: ..:.,..- litidn,prF . ... • . ..... ..-,,,,,_.•...- -., ., ,•. -, :. '-':.' . . xlsitqtr...s'e..4.: ; ._-::::: :::::•1:-..,:..- '' ki ERA::.,.;,..,..,...,:;:iT..:::4;.i.,,,;:;%'.-:. de Cgri.IP d appoint••'''';' '`.''' ''''''.';: '''''' ...;.'`•• - ''' retY;!all ... •.'::!-.-:'1; c 1 I . • ' ' . iC:TING U.. .. '.':,,', . ' :...‘•:-. ... :•'''''..0,-7:- "•';:!.....!..!!''''''T•atiihserS9-- .'titute"Pr?• - ....-1•-•,.-'': art'''..:-:7:•''."1'...'!..'"'''''''' airile 4-1 'Uted. .Plir) .rhit ifief,9•••-.......-ake;....O99,.: :'....' idrai.B4!1iY....!... _.,1..Oci•Ite12'Sti- h)shiP S'''c,;.- ..- • -, •-•:-.! l•-••• .. . i'. :.••• . .' . .' ''.'..1';',.::.1-:::,:•:::',..•.'.'"••1.".•'T.... ''s.-arit$:•:: ::•:.!.. h1.40eere.,..:,..-:,!..--,:•:....:.......:.;,,..,.-Iand;'9!ii....,...,..,....,,: ,;,'-1.7::-for"---..'4 .,'6tof eur!! • 7...„-;;, ''..."..."..,• ,.-,. . . '-'; i• '.'.• ,-.,r., - - " ......-•!!1''.'-..":.: ...!..:-• the.SePrS - • boraici...,..--''''',"";'•;:. -•it A Feq_...;,.:•:1,-;;!..:1"'', d'de'iY' !.; Or'oent-r.r... ' :,"•-:::..;'.'.. :-'." -•-' That.." _ • •': l....-.: .-......'!:".:"::, •,. ..--......; ..-......"'"...'art by-;- --itha!cp! :-Ji..;Bra '..aeat,an. ---ifaking.77.."'"'-.0.60:00 ' •,-..„:: ... attirs,.. all men Florida.k.,-, Johnson:. -,....-,.---iocute.:.,.-.-. i:undertaking_-..;$51:10.0i -••,.,,-.-id.of.Dire -:`..". • '' • • • • •• I, ••' "....".".; .:',"'....."- of the State.:'"'.: .-'.'•"...-•-•, Joseph.::-::i:•;:•:•!!!;!!• •of to make,thet 1710'.0°.,-..•-.::.'•;,..:. -••...'...:.:::...........:;,:: ..• 6y.:Ihe.. -..•transaction. ..,:-',.••... .... : -. .::;..::, i ":.. laws 7'" .'....-: '.''' .'.: '' ..".,:•.,'-..-,..-i''''':':'''.....1n4FO. 1.provided r)000)-.. -"„:" •::;.:.-:.adopted :-.such tree . ...:....,...- •facsimile -.••,.,..- I ...".':'.. the- --'' '••;.'..`.;•-:• '.• .!':'-i;:,.,:!-'"...---,'F".,:c!-.••••••-.Attoirler-r, f'gS 15r° • • 6.Clori.. '.::;!!! '..',1'....-• tiOn a,...... ft-act:au..:...' ,;.• •',.•' oh::. .-• - • ::,-.,..-; •............:.......,:::.....,..,;:.;,-".-... ......,...,....-,..i.....,,:.:::."-,.lawfal...,, undertakings.9 ..,...,„,6ead . . ,..".,.:!.:.....,,.... .depou - .ivio.s.:,,.....,....., ..::...,., . any ay,.„.;•„,,,,to.any.,.,..,., ..,i.., 1 ' . '''';•-• ...''' 'r'. ;'...:.•:'-. ••••••--iitie•aPat,,h-di and..'„,,,`:-!,,o.,.'OttOPt to exceed authority `risibeces! '7•!"1: t.,,..e........'illile, P9. 7wIth.T439rR . ;...,:r,',. . . ..-• .--.1 t•. •...:....,, 1.,„,_•,:....-;..,:,::: Each, 11,_,,.,,,-•••hi,aft"-r-,......A:tb*.0,,v...-', „ied.by-,S7i ti.;6.corriPa7:::!!!...,i''''''...” a..b. , . ,he fotuT -:-.:*,-..;-:':,'...-....''' •.-- , - .....1 act and deuv.,;,.,,ail.exd77-'.,..:..,....:.!.••'!', r,d,•oxp,-...,., ificat .pr...!;.......;,- -. be„, ffl)(e _,..arid,in the.,......•.;,',.....'; :;''._.... .. .i.......d,..„:.,„:,, • .....,..,i as its ac,•..autboritY-.7,..":-....-..•".••,-,-:-''''.:ii.-ende •••••`by tne...c/-• !' .."''•:"'• libel'may :•.eii:'affi?(71.:::'` -.'': • . .-;:Y.1-;''''' 'duly'.. u0°";.'..w'-..j.'-' •-.; ' -1 lnIS '_-. f.AttorpOY further action Corporation 1064hap.•.,, .,- .,,,,::::::.,.......:.••,-; ..,••„, ..‘y its.. i... .- .:. ,..,.... under.,_...... .: ...nowerp...,-....any:ILI 1. of,th- ......,.. _roor7a!,..„..L.;', .tigne4....., ..,.:, 204 ....... This r authorized the.seal : •-it'the'i.-'9F' !..-.-;...!.„......!•:-„!. i. .:,...• ,, to ba....:. bar:".:-•••' J:. I■: '1-:'-‘ 7, '' ' •.'' - iso.au ..--.;:.:...,...: and • ,..••..-0.-upd' ',. ,•-'..f.!7.-!.:',...-,!,.,'"-...:•.• ' me •."-..-- am mw..!; ',..-1.-".. • - '. 1 ! - .,.....:...... : resolution a ;!...-;,..;;;!......below-:....--.6a.binding if isattached. ',..16ep,f1..,,P,,.,.:..!.. Se', ...............-...,,-,•,-..-....... .77-7.-.-;!.:,...- ...".•• sei, ,:',..... '• ' 1 caused he erg'. - "•-fe•seal"...-1. l./retYi.9.."...,........",-......."......!".:• - kki has,,,,,,eP;;.;-';''',......daY ';'... -...'..;-- •' _... • . Ge -...- ,Secretary ; •;;;'' .. 17 • facsimile..- ot.0•:e..:.:......!:.i::•:!;!!!.....!..!".......conva' -. ••-;:.:Lt- - '..,-:: ...'.."...':".--.r:•:":":-..:,. -•.:-.''- : •sVP•,' e -• -.•- -.•. •e ....:.:- -.=. '-'- -(3rr . • br-cuntrP.!:!'',!•.!: ''''';t Insurance'. . this ...:-..-•.!!'..•;,', '-';'.?..:.:`'.:.•'.''''!!''''''''.'":-'A ' -Koval Esq*',;a Coren_Fir!L...'!..:".'''''I!, ..,' •- .':".1 signatures undertaking ....e.11iai,FDc--.. ............to affixed, ,...:;„!,-;;;.+,".14..!.-....„.,c.oz,-,,-;...:..:,•,•:..;...'....•••••.::...Th' o ;'',nti.Affairs:a j;,cacci..r.-7'.'• '. . .. `...I'. ..,,; _.....".-bondi-.....,,,..-,--...•omkwhereul.‘....z.ifto:be,h#r... :,,:::•,...-.-- .• .,..... :.....;..,....:.',6civ•-„,..:. t..bt..1nsu1";•'"_•,, In.wia..7-.77,. rate.P.e......!;1........"",,.:•;..;..::::!..!..•.•:::,,:,:,..:.........!:....',... igi.74-kAL :";:''':. ' ... ,..!,,., '.',.-.:-.,' '...' and its corporate : -''..-:'," .. I : ! „ .. • - - . - ••. . ' • . — ” ; • officers ' '.':•. ' ,.....y...-'...,. '''''::: . ..,._ t.'.:",!".. .: - 1 ,e.- .Qt..'"'.•'7. : . .'' ,'...,'.... . '.; , .. - .:,' ': .-.',., , ., ,1 .,.;;.; ....::-'' ' -:"- a,.presmen, ,,.!.":..;.,:...","•.-..:... '''‘ ..*:!•...-.(...421,!-4......"',..,,,sr."..f.!....-.: ' '1. . .. -", : •• . ;'. .• . • •. _,' .''':'•.5 executed the -... "....'• 1, ;•.•,,.- ..,.•:,...,:,..':-....,....,...:„,-." •: •..„.crai , ne 6,3 tomeS71....,...''.:•-•!..,,,:f.: '..:._.'.•-.:::'-'",''..-.;',.'-'4-4'. '-..,..'..•", - . . ... . '' ,..' .'..,1 ,...;,•wh0 a)#F1..:-:-':".' .•'.' .:.' 1 1■..''' .,:.' Attest: . ' ■. 1. oci 1isO -...,..:......:,•-, '.-..........,...,:'-' .._. - : ..:-.i'-..'.:'-i.::.;---. ;;•::.. . ,. ........-...::•-•',...,.. .enif aP.r,..-...,'...-........--:...;:•'•.. .. . . -.-,.- i , . . . . . ..,. ..... .. • . . .. .. .. , . .... . .• ,, '.•-•;.-.;';'..'';•.•'''-':..'iidit•P9r,9-„•••,:::;...:-A..... . ... Cr..._ __ _.L.. . , . .. . .. .. 4 i: •'..,....:.:....., . . -' ; -. :.:• - :. .,:.., • . ,, .:,..-••••,,-.-:.:,...•-craig Johnson,:,...,,..:•;.:-,-,..•,...,,,..•......, • . : .. . •• , -. - .,, ,,ic.,.....,_ ...-,, ,.,. -. -••- , • ,,of Florida - •, .-, ,.... ..-.. .. •-appeared therein. ....!..,...::"..:-....... - .. •. ,... ,,,Otafyi-u,'"...:.-..,„ •.- . : . •!I i.. ..,.,... .., State gr.'f Sarasota personally 0131,7',.edtherelii . . ........_: ., . . . ... ..,...,-.....,.. .. .-,.. • County' •••••... this laYP ....oes expr!!7Intzttp CtJMAN eipkvidlo ',..'„, Before M' the purposes ',.n.-- pLtik,311"...c.25.,r-, ,. ...:.. ..:...--Belo -t for. ... ,. :::•:•;:-.,....:,.:.:...2..:.,.:. ...:...J..,..—,. .-• - '''- Oing il -- 5/2016:............'....,"..-...."....,'...:'''..7.-.-.! .•;';';'',... ".--'''.:.''. ;.''';- .''.';;; ;''';'-'••••••' ' ' • - ,' :.• '' '' ''to me- . expires: ...;';'-• '-.--."•:'-'•''' ' • '-'.' ..' ' '' ''..';'''''' ''..."'''' ';' ''' --":' :' '''''personally - ' •' ' . ' .- . comm'- -:. -, . :- :',- - - .. -,-- •-;.' ' who is Pe My ... . -' ' .. .:-."•-•, :,,........ . -.`., , .....:•,-,-,-.. ._ :.- es0„, W e,,,.21. .___. !:-. .; ..-:..,„.,....:•'. ,.. . . ;,4 Thomas,ekereie...,. • . Public ,.. of Florida : ta : : -„,,.... .......,.,••••:...,. ..,. •ppe,..srS,"..,....,x,i.ese?",....1'1 ..,;...„.:...:. .,, . . ,.. Notary f..i ,..:. _ . .... ....... ., 1 '.....,.....state. s:ii.ftarase personally ...-rposeS:e..,..t'..-:-.---: : -:•.-., - r ,:'.,. ■:.,...' County of ,this'day r ifor the Aatit4 gtROOkl. ''.- ' . - - ,. i _ '.. ,_ ' •' .'- '4.Me. ;'. cunle9:, plibic.3104,...4 25.,2C... . -.--.....,. ; f.the: Before foregoing :ilat10,.._____:Espina---,7...e.''..;,-, .0.01-' 1FY that 2011 •- 7. ^ i .. . 7•: 4.,..r4 the fOre9 .... :. ' 44 I.F.."‘tea.EE211Gea.--.:'.--:-.- • ' • . , . ;'HEREBY 64,zal....t• - ': 1. - -execui..s.,:..:-..7....., .... ..........,',... -',,,,,.„,,,512016 ..E9E,. . -- ,-___-..ary- ... .. - . TE:: n;::..r)°!1' title February '. .. •„'.......... : ..'... sion.exPire-rs-::', 4-.......'.-;:- ,..-EikT1F;9"..."..-,-.--:::..)..--,,i Corporation. bie that My commission. - . ,. , . • ' , :' !....:••••.-: ,.. :! ':-.•,": ""'",••."!: ;Florida.! hdrtsilherm • •• . ,:'• .,IL.- '." ,.:::.,;pl.-, . ,.-. •-!Company,a, . . - . - - • .. .. -_ Insurance not been . . „ay-isF11.:., .: --,........,...... :. /hi-, .. ..:._.—.:,.-_-,•;,-....,-:-..,:,..,_._,.-,.,-. . : . . .., ..r. -Fcct,.9- and has..., fAttore- ' ;.•:.• ciasrof-• . , - 1 .'.. .' .,....,'...,.„1' Secretary i,,full force. ,.,said Power...•.;;; . .,.,.,,, • -, „ . -• ; '.. 'undersigned ..-remains- '....!! :-. !,.•,........•-•; .'tad this . ........-- ....."...,j;:.,!! .!.';'''.. tiffi!filir,i7,.._:*.."•:i_.matIseli'.,.:',-7.,L,"..;;•"T.;,'„;,----..!.,;;;:"...-..',..".;', ,..."•- • . . - " - nde e re , .. .. ' Dated 1.. .... -:. I,the P ----t,Attorney Y. tors,referenced.::: .; :1•••,..•;-.:"...":::';". - '-.,::.,-;.....:1.'„-.••••••::•....--.:.. .::..•■••‘" :.-'.. ' •.-----•.p ..-'1,;,.' - : 1 ' . . '-Power a• . . nf'Direc .- -. ........... ' .. .. . - ';... ........ :-:..,..!... -..:::, ••••.,......... ...iiiiiii Esq..SVP, -....,.;..7-.7.77..!..-.„,,.•:.:.. . -_,!:•••,,,!;:l '•• " ' '' foregoing r`-°w1_.-•Board"''''-• • - - - --...."---- ''''1'••••''.•"••1•21.• - . ': • '. .• . Kovat...- .4 ii.coii- •;'"---:''..••••'-'7.77.,..!•*•."5"....',..:".!.!-''`'.•-:!•,.--"!:.'-:•'i.."'"•;-:!'" ifl- • •-foreg- 6h.of the ,,,,,,,4...._.Affairs ..;_:-....--.:!..-... ,.,-.-.,... .,:f.: i:::.s.!---k.-,,..:..-...-2.!..i.-,....a....,,t.N. ;•:k.....--!....!.1 • Resolution :,..•':.; .-',......::::::11:,' .: ....''''..._ :•-'-- ...-:.-.!':-•..•,--•.''' .: ' •••"....... Thom' ,..el'Afra ......;.; :.; ,:-....„--'',..:. • .. ''.. , ' ... ,. ...",,- ••••' .:'...-...,......';',1,_;;;::::".:,' .- •'." ' . ..... • ;''...±.:::. 99 -• .:.; ...,... :::,-: •-...,4:--;.:•-;„„,, ;:t,,.:zt"..,::,:.;-,.;.--.,,--::::,..--- ,;.- „„4.-.:1..::::;;,;,:•:1 , ::::..:..,..... ....::„.:..,::„.......,-.:::::.::::;,.:.-,,i,....:::,-;,,,,,::-.-1.-..::::::;,..::-:i.., ,,,,:,:;:::::.;:::,,,::::„.:„.;,,,t7:-....:%.„ ,,,......:.;.:-t:'-';11.-1 ...'..:::...,..-t...),!..,:.:,, .-..,,,....:,..: :.......:: itgiilF.,c..',... „, .,,,27'1,7",,,, ..-,,-..-- ,, ..' ..l''-'....',....:.'.....::..:T.,,..:',...,:::.: :.•::..,'::.:,.;.,: . , .''..diittlinfi 31 2I- ' — ,...--:;"'".. -814-e kkar-Packet Pag ,...,.:„....„,. . .. „ ,. .. . .."-- -.• - filii.vii"- • Pa c 1::'...!.....,..,,,;.,..,..,,...., .„ ,...... _.,____._ •.. , -'. giaiim a_SeS11- :• -.• ..,I:,'......!::::.--,;-..;. ,;.;:".-,..----...- 0.0:Leraatri- . ...--_- ...........--- 10/22/2013 16.D.4. THIS DOCU!.MENT HAS A COLORE=D BACKGPOuSO•VI CrOP11!NTING•LINFN•.J K`"PATENTEE EIT AC#612 6 8 8 O STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION. INDUSTRY LICENSING BOARD SEA W.205140066 DATE BATCH NUMBER LICENSE NBR 05/14/2012 118184596. CGCO25919';:*. . �- The GENERAL CONTRACTOR Named below IS CERTIFIED �, r' y, `*A Under the provisions of Chapteir.,44S+" A, Expiration date: AUG 31, 2014 �` =; ' >. `e�� OLIVER, LAWRENCE JAMES ; r ?� 'S ;�w' ,� ,t • COMPASS CONSTRUCTION INC' " • +'r-.��+'' "• ,f. SVITR�BAYETTB STREET ' 'Y r,,��:::,,Y:�t?�.�,iU`', •,- CAPE CORAL FL 33904-9031-i3-- '" RICK SCOTT, KEN LAWSON GOVERNOR SECRETARY DISPLAY AS REQUIRED BY LAW LEE COUNTY LOCAL BUSINESS TAX RECEIPT - 2013 -2014 Tax Co 'z<. tor ACCOUNT NUMBER: 8402959 ACCOUNT EXPIRES SEPTEMBER 30, 2014 'Nay engage In the business of: Location CERTIFED GENERAL CONTRACTOR 824 LAFAYETTE ST CAPE CORAL FL 33904 THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY COMPASS CONSTRUCTION INC OUVER LAWRENCE J THIS IS NOT A BILL-DO NOT PAY 824 LAFAYETTE ST CAPE CORAL FL 33904 PAID 018912.28-1 08122201311:54 DP500 $50.00 • • Packet Page-815- 10/22/2013 16.D.4. THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST IMPORTANT: Please read carefully,sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Any required drawings, grant forms,descriptive literature,etc. have been included. 5. Any delivery information required is included. 6. Immigration Affidavit completed and the company's E-Verify profile page or memorandum of understanding 7. Certificate of Authority to Conduct Business in State of Florida 8. If required,the amount of Bid bond has been checked,and the Bid bond or cashier's check has been included. 9. Any addenda have been signed and included. 10.The mailing envelope has been addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiaml Trail E Naples FL 34112 11.The mailing envelope must be sealed and marked with: coBld Number: 13-6169 c*Project Name: Fare Collection Room Construction a Opening Date: August 28,2013 12.The Bid will be mailed or delivered in time to be received no later than the specified ooenino date and time,otherwise Bid cannot be considered. ALL COURIER-DELIVERED BIDS MUST HAVE THE BID NUMBER AND PROJECT NAME ON THE OUTSIDE OF THE COURIER PACKET Compass Construction, Inc. Bidder President nature Title Date: August 30, 2013 28 Construction Services Agreement Revised.07012013 Packet Page-816- 10/22/2013 16.D.4. CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Compass Construction, Inc. ("Contractor") of 824 Lafayette Street, Cape Coral, Florida 33904, a Corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Radio Road Fare Box Building Improvements, Bid No. 13-6169 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Adkins, Inc., the Engineer of Record ("Design Professional") and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. The scope of work and bid price includes hiring Johnson Controls to make final connections as shown in the plans and as agreed to at meeting with Owner and Contractor. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: Seventy Thousand Seven Hundred Ninety Dollars ($70,790.00). Section 4. Bonds (Not applicable to this project). A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, in the amount of 100% of the Contract Amount, the costs of 27 Construction Services Agreement:Revised 07012013 Packet Page-817- 10/22/2013 16.D.4. which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.fms.treas.qov/c570/c570.html#certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within Sixty (60) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within Thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, Eight Hundred Seventy Dollars ($870.00) for each calendar day thereafter until Substantial 26 Construction Services Agreement Revised 07012013 Packet Page -818- S 10/22/2013 16.D.4. Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and 29 Construction Services Agreement Revised 07012013 C,q Packet Page -819- — 10/22/2013 16.D.4. accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non-delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement. Exhibit A: Performance and Payment Bond Forms Exhibit B: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions Exhibit J: Technical Specifications Exhibit K: Permits Exhibit L: Standard Details (if applicable) Exhibit M: Plans and Specifications prepared by Atkins, Inc. and identified as follows: Fare Collection Plans and Specifications as shown on Plan Sheets 1 through 8 and Specifications pages 1 through 156. Exhibit N: Contractor's List of Key Personnel ITB 13-6169 Radio Road Fare Box Building Improvements Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: II 30 Construction Services Agreement:Revised 07012013 CA � Packet Page -820- . 10/22/2013 16.D.4. Collier County Government Alternative Transportation Modes Department 3299 Tamiami Trail East, Suite 103, Naples, FL 34112 Brandy Otero, Associate Project Manager (239) 252-5859 Telephone; (239) 252-6660 Fax Email: BrandyOtero @colliergov.net B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, E- mail or Facsimile, addressed to the following: Compass Construction, Inc. 824 Lafayette Street, Cape Coral, Florida 33904 (239) 542-7118 Telephone Doug Oliver, Vice President Email: doliverc compassconstruction.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida AINN Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. 31 Services Agreement Revised 07012013 Packet Page-821- Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by 10/22/2013 the 16.0.4. laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Section 15. Change Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's Purchasing Policy and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. . The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the 32 Construction Services Agreement Revised 07012013 Packet Page-822- i 10/22/2013 16.D.4. Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. I 33 Construction Services Agreement:Revised 07012013 0 Packet Page -823- 10/22/2013 16.D.4. IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: TWO WITNESSES: Compass Construction, Inc. By: FIRST WITNESS Print Name and Title Print Name SECOND WITNESS Print Name Date: OWNER: ATTEST: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA Dwight E. Brock, Clerk BY: BY: Georgia A. Hiller, ESQ. Chairwoman (.Approved as to Form and Le ality: Assistant County Attorney Print Name: • 34 Construction Services Agreement Revised 07012013 Packet Page -824- GP 10/22/2013 16.D.4. EXHIBIT A 1: PUBLIC PAYMENT BOND Fare Collection Room Construction Bond No. Contract No. 13-6169 KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and , as Surety, located at (Business Address) are held and firmly bound to as Obligee in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 20 , with Obligee for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this day of 20 , the name of each party being affixed and these presents duly signed by its under-signed representative, pursuant to authority of its governing body. 35 Construction Services Agreement:Revised 07012013 Packet Page-825- 10/22/2013 16.D.4. Signed, sealed and delivered in the presence of: PRINCIPAL BY: • Witnesses as to Principal NAME: ITS: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by , as of a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: ATTEST: SURETY: (Printed Name) (Business Address (Authorized Signature) Witnesses to Surety (Printed Name) 36 Construction Services Agreement:Revised 07012013 Packet Page-826- 10/22/2013 16.D.4. OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by as of Surety, on behalf of Surety. He/She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: 37 Construction Services Agreement:Revised 07012013 Packet Page-827- 10/22/2013 16.D.4. EXHIBIT A 2: PUBLIC PERFORMANCE BOND Fare Collection Room Construction Bond No. Contract No. 13-6169 KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and as Surety, located at (Business Address) are held and firmly bound to , as Obligee in the sum of ($ )for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns,jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of , 20 , with Obligee for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time,.alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. 38 Construction Services Agreement Revised 07012013 Packet Page-828- 10/22/2013 16.D.4. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL BY: Witnesses as to Principal NAME: ITS: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 20 , by as of , a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: 39 Construction Services Agreement:Revised 07012013 Packet Page-829- 10/22/2013 16.D.4. ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witnesses as to Surety (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by , as of a Surety, on behalf of Surety. HelShe is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: 40 Construction Services Agreement:Revised 07012013 Packet Page -830- 10/22/2013 16.D.4. EXHIBIT B: INSURANCE REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverages shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation., whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage.(al required herein; the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the Vendor for such coverage) purchased. If Vendor fails to reimburse the County for such costs within thirty 41 Construction Services Agreement:Revised 07012013 Packet Page-831- 10/22/2013 16.D.4. (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 42 Construction Services Agreement:Revised 07012013 Packet Page-832- 10/22/2013 16.D.4. Collier County Florida INSURANCE AND BONDING REQUIREMENTS Insurance!Bond Type! Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $500,000 single limit per occurrence 3. ® Commercial General $500,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability (Occurrence Form) Liability and Property Damage Liability. This shall include Premises and patterned after the current Operations; Independent Contractors; Products and Completed Operations ISO form and Contractual Liability. $ single limit per occurrence 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. " " 4. X Automobile Liability $500,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ❑ Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage(Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per Occurrence • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence 43 Construction Services Agreement:Revised 07012013 Packet Page-833- 10/22/2013 16.D.4. ❑Valuable Papers Insurance $ Per Occurrence 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County • Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100%of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner, provided, however, the surety shall be rated as"A-"or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders'surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty(30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number 44 Construction Services Agreement Revised 07012013 Packet Page-834- 10/22/2013 16.D.4. EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF COLLIER ) STATE OF FLORIDA ) Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ("Contractor") releases and waives for itself and it's subcontractors, material-men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner dated , 20 for the period from to , excluding all retainage withheld and any pending claims or disputes as expressly specified as follows: (2) Contractor certifies for itself and its subcontractors, material-men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid. (3) To the maximum extent permitted by law, Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. CONTRACTOR BY: ITS: President DATE: Witnesses STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 20 , by as of , a corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did (did not)take an oath. My Commission Expires: (Signature of Notary) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commissioner No.: 45 Construction Services Agreement:Revised 07012013 • Packet Page-835- 10/22/2013 16.D.4. EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) Bid No. (County Department) Project No. Collier County Board of County Commissioners(the OWNER) or Purchase Order No. Collier County Water-Sewer District(the OWNER) Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: (Project Name) Original Contract Time: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed Retainage @ 10% thru[insert date] $ and stored to Date $ Retainage @ _%after [insert date] $ = Less Retainage $ Total Earned Less Retainage $ Less previous payment(s) $ Percent Work completed to Date: % AMOUNT DUE THIS Percent Contract Time completed to Date % APPLICATION: $ Liquidated Damages to be Accrued $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. By CONTRACTOR: (Contractors Name) (Signature) DATE: (Type Name &Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional : (DP's Name) (Signature) DATE: (Type Name&Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager: (Signature) DATE: (Type Name and Title) 46 Construction Services Agreement:Revised 07012013 Packet Page -836- 10/22/2013 16.D.4. g o$ k —J < w iE G � ■ _ 18 _ & � ) N Ik { > ( k lii 'iillhl § 1111111§ k.- E c §1111111 § �\ - 11 11 m - § 1111111 �I�§\. Ill iiIIllhIIIIIlOIIIlIIII 1) k § \E 11 ]I2 U \a8 E o o] c 1 f g § g e I§ gi § I— a. o '� Ioa_ _ $ 2 I g a �«W§■ oo — d$ � \ £c a E \'\ ° § / . t-, ..._.. . k 1\ �. co Jft ; ) B a : 2 . . m,$ c. z '{ / § -%f [ \ 1 a jam£ iFs § « 02 S 210 ta c f $\� ^~ ' § a - $ E �§ ) i 22 co I � 2 I e 1!II1III a) Packet Page-837 10/22/2013 16.D.4. co M N_ t` ' O N O m I- y CI) CL W C C c R E � E CO • U.' Q II m '17. to ❑ ❑ 3 a cn H U cs 2 m� N Q a, d 5 U O eo -F- u_ a o > m In 'a) a o itt• E rav U) `) > > R Q c .3 0 m _ a o E > > c Z d Q g U) 0 o a c a) o 0 U_ a x W Cu O Packet Page-838- 10/22/2013 16.D.4. EXHIBIT E: CHANGE ORDER TO: FROM: Collier County Government Project Name: Construction Agreement Dated: Bid No. : Change Order No.: Date: Change Order Description Original Agreement Amount $ Sum of previous Change Orders Amount $ - This Change Order Amount $ Revised Agreement Amount $ Original Contract Time in calendar days Adjusted number of calendar days due to previous Change Orders This Change Order adjusted time is Revised Contract Time in calendar days Original Notice to Proceed Date Completion date based on original Contract Time Revised completion date Contractor's acceptance of this Change Order shall constitute a modification to the Agreement and will be performed subject to all the same terms and conditions as contained in the Agreement, as if the same were repeated in this acceptance. The adjustments, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of, or related to, the change set forth herein, including claims for impact and delay costs. Prepared by: Date: Project Manager Recommended by: Date: Design Professional Accepted by: Date: Contractor Approved by: Date: Department Director Approved by: Date: Division Administrator Approved by: Date: Purchasing Department Authorized by Date: 49 Construction Services Agreement:Revised 07012013 Packet Page -839- 10/22/2013 16.D.4. Director (For use by Owner: Fund Cost Center: Object Code: Project Number: 50 Construction Services Agreement:Revised 07012013 Packet Page-840- 10/22/2013 16.D.4. EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional's Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. 51 Construction Services Agreement:Revised 07012013 Packet Page-841- 10/22/2013 16.D.4. The responsibilities between OWNER and CONTRACTOR for security, operation,safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on , 20 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on , 20 OWNER By: Type Name and Title 52 Construction Services Agreement:Revised 07012013 Packet Page -842- 10/22/2013 16.D.4. EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Date: 20 Contractor: The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner(attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As-Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name &Title) 53 Construction Services Agreement:Revised 07012013 Packet Page-843- 10/22/2013 16.D.4. By Design Professional: (Firm Name) (Signature) (Typed Name &Title) By Owner: (Department Name) (Signature) (Name&Title) 54 Construction Services Agreement:Revised 07012013 Packet Page-844- 10/22/2013 16.D.4. EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; 55 Construction Services Agreement:Revised 07012013 Packet Page-845- 10/22/2013 16.D.4. availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work-site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub-Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 56 Construction Services Agreement:Revised 07012013 Packet Page-846- 10/22/2013 16.D.4. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be limited to the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 57 Construction Services Agreement:Revised 07012013 Packet Page -847- 10/22/2013 16.D.4. 4.3 Contractor shall submit all Applications for Payment to , Atkins, Inc. Nathan West, located at 1514 Broadway, Suite 203, Fort Myers, FL 33901. The telephone number is (239) 271-3408. 4.4 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.5 Contractor shall submit six (6) copies of its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department respectively. In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re-submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall retain ten percent (10%) of the gross amount of each monthly payment request or ten percent (10%) of the portion thereof approved by the Project Manager for payment, whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255.078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held through out the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to 58 Construction Services Agreement:Revised 07012013 Packet Page-848- 10/22/2013 16.D.4. fifty percent (50%) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's Purchasing Policy. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub-subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub-subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.12 The County may, at its discretion, use V1SA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. The County maynot accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. 5. PAYMENTS WITHHELD. 59 Construction Services Agreement:Revised 07012013 Packet Page -849- 10/22/2013 16.D.4. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non-compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) Defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided, however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non-liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise 60 Construction Services Agreement:Revised 07012013 Packet Page -850- 10/22/2013 16.D.4. relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 61 Construction Services Agreement:Revised 07012013 Packet Page-851- 10/22/2013 16.D.4. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub-Contractor's personnel; 8.1.4 The number of Contractor's and Sub-Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 62 Construction Services Agreement:Revised 07012013 Packet Page -852- 10/22/2013 16.D.4. 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As- Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As-Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, pursuant to F. S. 119.0701 (2(a) — (d) and (3), which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later. Owner, or any duly authorized agents or representatives of Owner, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the document retention period noted above; provided, however, such activity shall be conducted only during normal business hours. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material-men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, .. 63 Construction Services Agreement:Revised 07012013 Packet Page -853- 10/22/2013 16.D.4. sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 64 Construction Services Agreement:Revised 07012013 Packet Page-854- 10/22/2013 16.D.4. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub-subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub- subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub-Contractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor, • 10.7 Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 65 Construction Services Agreement:Revised 07012013 Packet Page-855- 10/22/2013 16.D.4. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty-eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 66 Construction Services Agreement:Revised 07012013 Packet Page -856- 10/22/2013 16.D.4. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 67 Construction Services Agreement:Revised 07012013 Packet Page -857- 10/22/2013 16.D.4. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Owner and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying 66 Construction Services Agreement Revised 07012013 Packet Page-858- 10/22/2013 16.D.4. with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's /vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: http://www.dhs.qov/E-Verifv. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this 4 69 Construction Services Agreement:Revised 07012013 Packet Page-859- 10/22/2013 16.D.4. affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAXES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 70 Construction Services Agreement:Revised 07012013 Packet Page-860- 10/22/2013 16.D.4. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 71 Construdion Services Agreement:Revised 07012013 Packet Page-861- 10/22/2013 16.D.4. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re-letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the 72 Construction Services Agreement:Revised 07012013 Packet Page-862- 10/22/2013 16.D.4. procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch-list of items to be completed or corrected by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch-list. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly approve a payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its 73 Construction Services Agreement Revised 07012013 Packet Page -863- 10/22/2013 16.D.4. recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, 74 Construction Services Agreement:Revised 07012013 Packet Page-864- 10/22/2013 16.D.4. tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re-inspection fees and costs; to the extent such re-inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non- defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, 75 Construction Services Agreement:Revised 07012013 Packet Page-865- 10/22/2013 16.D.4. exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and 76 Construction Services Agreement Revised 07012013 Packet Page -866- 10/22/2013 16.D.4. consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.B, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 25.2 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 77 Construction Services Agreement:Revised 07012013 Packet Page-867- 10/22/2013 16.D.4. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 78 Construction Services Agreement:Revised 07012013 Packet Page-868- 10/22/2013 16.D.4. 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 79 Construction Services Agreement:Revised 07012013 Packet Page-869- 10/22/2013 16.D.4. 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations • with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre-construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre-construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. BO Construction Services Agreement:Revised 07012013 Packet Page-870- 10/22/2013 16.D.4. 31. MAINTENANCE OF TRAFFIC POLICY For all projects that are conducted within a Collier County Right-of-Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportations Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Purchasing Departments, and is available on-line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary,. Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within 81 Construction Services Agreement:Revised 07012013 Packet Page-871- 10/22/2013 16.D.4. and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 87-25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self-performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such 82 Construction Services Agreement:Revised 07012013 Packet Page-872- 10/22/2013 16.D.4. work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub-subcontractor performing any portion of the Work, as well as maintain a log of all such licenses: All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third-party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub-subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on-site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 83 Construction Services Agreement:Revised 07012013 Packet Page-873- 10/22/2013 16.D.4. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10%for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub-subcontracts and purchase orders. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 34.1.3 Shop Drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost-Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As-Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 84 Construction Services Agreement:Revised 07012013 Packet Page-874- 10/22/2013 16.D.4. 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY If required, Vendor/Contractor/ Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 36. VENUE Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be 85 Construction Services Agreement:Revised 07012013 Packet Page-875- 10/22/2013 16.D.4. limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND/UNDERGROUND TANKS An underground 62-761, Florida Administrative Code (F.A.C.) or aboveground 62-762, F.A.C. regulated tank requires notification to the 'County prior to installation or closure of the tank. The Pollution Control Department (239-252-2502), via contract GC-690 with the Florida Department of Environmental Protection (FDEP), is the County (local program) for the purposes of these rules. Regulated tanks require notification to the 'county'local program thirty (30) days prior to installation and again forty-eight (48) hours prior to commencement of the installation. Closure activities require a ten (10) day notification and then a forty-eight (48) hour notification prior to commencement. The notification is to allow for scheduling of the inspections pertaining to the installation/closure activities. A series of inspections will be scheduled based upon system design after discussing the project with the contractor/project manager. Specifics on applicability, exemptions, and requirements for regulated pollutant storage tank systems can be found in 62-761, F.A.C. and 62-762, F.A.C. or you may contact the Pollution Control Department with your questions. Please note that equipment must be listed on the FDEP approved equipment list and will be verified at inspection along with installation and testing procedures. The approved equipment list is constantly updated and can be found at the FDEP Storage Tank Regulation website along with rules, forms and other applicable information. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator 86 Construction Services Agreement:Revised 07012013 Packet Page-876- 10/22/2013 16.D.4. certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 87 Construction Services Agreement:Revised 07012013 Packet Page-877- 10/22/2013 16.D.4. EXHIBIT I: FTA TERMS AND CONDITIONS See attached 88 Construction Services Agreement:Revised 07012013 Packet Page-878- 10/22/2013 16.D.4. Exhibit IA Federal Transit Administration Provisions CFDA 20.500 /20.507 The services performed by the awarded Contractor shall be in compliance with all applicable FTA regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. Box is Checked If Applicable ® 1.Fly America Requirements ❑ 2.Buy America Requirements-Sign Certification ❑ 3. Charter Bus and School Bus Requirements ® 4.Cargo Preference Requirements • 5. Seismic Safety Requirements ® 6.Energy Conservation Requirements ❑ 7.Clean Water Requirements ❑ 8.Bus Testing-Sign Certification ❑ 9.Pre-Award and Post Delivery Audit Requirements-Sign Certification ❑ 10. Lobbying-Sign Certification ® 11.Access to Records and Reports ® 12.Federal Changes ❑ 13.Bonding Requirements ® 14.Clean Air ® 15.Recycled Products ® 16.Davis-Bacon and Copeland Anti-Kickback Acts ❑ 17.Contract Work Hours and Safety Standards Act 18. [Reserved] ® 19.No Government Obligation to Third Parties ®20.Program Fraud and False or Fraudulent Statements and Related Acts ®21.Termination ®22.Government-wide Debarment and Suspension-Sign Exhibit Certification ®23.Privacy Act ®24.Civil Rights Requirements ®25.Breaches and Dispute Resolution ❑26.Patent and Rights in Data ❑27.Transit Employee Protective Agreements 28.Disadvantaged Business Enterprises(DBE) (❑ TWO FORMS) Anticipated DBE Form and Bidders List 29. [Reserved] ® 30. Incorporation of Federal Transit Administration(FTA)Terms ❑31.Drug and Alcohol Testing E132.ADA Access ® 33.ITS Standards ❑ 34.ARRA • Packet Page-879- 10/22/2013 16.D.4. General Decision Number: FL130012 09/06/2013 FL12 Superseded General Decision Number: FL20120012 State: Florida Construction Type: Building County: Collier County in Florida. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories) . Modification Number Publication Date 0 01/04/2013 1 03/29/2013 2 08/30/2013 3 09/06/2013 ELE00349-005 09/05/2011 Entire County except that portion due west of Broward County and east of the south southwest corner of Hendry County Rates Fringes ELECTRICIAN $ 25.55 7.71 * ELEC0728-005 09/01/2013 Remainder of County Rates Fringes ELECTRICIAN $ 27.96 10.56 ENGI0487-007 07/01/2013 Rates Fringes OPERATOR: Crane All Tower Cranes Mobile, Rail, Climbers, Static- Mount; All Cranes with Boom Length 150 Feet & Over (With or without jib) Friction, Hydro, Electric or Otherwise; Cranes 150 Tons & Over; Cranes with 3 Drums (When 3rd drum is rigged for work) ; Gantry & Overhead Cranes; Hydro Cranes Over 25 Tons but not more than 50 Tons (Without Oiler/Apprentice) ; Hydro/Friction Cranes without Oiler/Apprentices mhtml:file://G:\Current-All Solicitation unu Page gg Lerials\1 FY 2013\13-6169 Far... 9/27/2013 10/22/2013 16.D.4. when Approved by Union; & All Type of Flying Cranes; Boom Truck $ 29.05 8.80 Cranes with Boom Length Less than 150 Feet (With or without jib) ; Hydro Cranes 25 Tons & Under, & Over 50 Tons (With Oiler/Apprentice) ; Boom Truck $ 28.32 8.80 OPERATOR: Mechanic $ 28.32 8.80 OPERATOR: Oiler $ 22. 99 8.80 IRON0272-003 10/01/2011 Rates Fringes IRONWORKER, ORNAMENTAL, REINFORCING AND STRUCTURAL $ 23. 94 5. 93 PAIN0365-002 09/01/2011 Rates Fringes PAINTER: Spray $ 15. 75 7.03 PLUM0630-003 07/01/2013 Rates Fringes PIPEFITTER (HVAC Pipe Installation) $ 26.61 10.45 SHEE0032-003 08/12/2012 Rates Fringes SHEETMETAL WORKER (HVAC Duct Installation) $ 23.65 12.03 SUFL2009-008 05/22/2009 Rates Fringes BRICKLAYER $ 18.95 0.00 CARPENTER $ 16.23 3.70 CEMENT MASON/CONCRETE FINISHER $ 13.05 1.49 INSULATOR - PIPE & PIPEWBAPPER $ 13.13 3.03 LABORER: Asphalt Shoveler $ 7.88 0.00 LABORER: Common or General $ 11.79 2.03 LABORER: Concrete Saw (Hand Held/Walk Behind) $12. 63 0.00 LABORER: Mason Tender - Brick $ 13.00 0.00 Packet Pa a-81- mhtml:file://G:\Current- All Solicitation ,u,,.,���a.,, ,.�a�eriaJs11_FY 2013\13-6169 Far... 9/27/2013 10/22/2013 16.D.4. LABORER: Mason Tender - Cement/Concrete $ 12.83 1.90 LABORER: Pipelayer $ 12. 31 1.19 LABORER: Roof Tearoff $ 8. 44 0.00 LABORER: Landscape and Irrigation $ 12.00 0.00 OPERATOR: Asphalt Spreader $ 11.41 0.00 OPERATOR: Backhoe/Excavator $ 11.00 0. 00 OPERATOR: Bulldozer $ 15.01 0.00 OPERATOR: Distributor $ 12.37 0.00 OPERATOR: Forklift $ 14. 00 0.00 OPERATOR: Grader/Blade $ 13.73 0.00 OPERATOR: Loader $ 13.80 1.79 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) $ 11.69 0.00 OPERATOR: Pump $ 19.00 0.00 OPERATOR: Roller $ 10. 68 0.00 OPERATOR: Screed $ 11.34 0.00 OPERATOR: Tractor $ 9.91 0.00 OPERATOR: Trencher $ 11.75 0.00 PAINTER: Brush and Roller $ 13.46 0.00 PIPEFITTER, Excludes HVAC Pipe Installation $ 17.83 0.00 PLUMBER $ 13.58 0. 00 ROOFER (Installation of Metal Roofs Only) $ 14 .26 0.59 ROOFER, Includes Built Up, Hot Tar, Modified Bitumen, Shake & Shingle, Single Ply, Slate, & Tile Roofs (Excludes Installation of Metal Roofs) $ 13.92 0.52 SHEET METAL WORKER, Excludes HVAC Duct Installation $ 18.79 3.21 TILE SETTER $ 14.61 0.00 TRUCK DRIVER: Dump Truck $ 10.00 0.00 mhtml:file:/iG:\Current- All Solicitations Packet r naP`ae t 88auerials\1 FY 2013\13-6169 Far... 9/27/2013 • 10/22/2013 16.D.4. TRUCK DRIVER: Lowboy Truck $ 12.09 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order cf "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district coundil number where applicable , i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the Packet Page-883- mhtml:file://G:\Current- All Solicitations auk, uLux L LluaLerials\1_FY 2013\13-6169 Far... 9/27/2013 1 0/22/201 3 16.D.4. survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requester considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board Packet Page-884- mhtml:file://G:\Current-All Solicitations u l..ULLLLl&,, i...Lctowrials11_FY 2013\13-6169 Far... 9/27/2013 10/22/2013 16.D.4. U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION mhtml:file://G:\Current-All Solicitations Packet Page Page 4,885�rials\1 FY 2013\13-6169 Far... 9/27/2013 10/22/2013 16.D.4. Exhibit Ia_ Federal Transit Administration Provisions CFDA 20.500 /20.507/ 20.526 I. FLY AMERICA REQUIREMENTS the exceptions at 49 CFR 604.9. Any charter service (Applies to subcontracts) provided under one of the exceptions must be "incidental," i.e., it must not interfere with or detract from the provision The Contractor agrees to comply with 49 U.S.C.40118 (the of mass transportation. "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301- 3. SCHOOL BUS REQUIREMENTS 10, which provide that recipients and subrecipients of Pursuant to 69 U.S.C. 5323(f) and 49 CFR Part 605, Federal funds and their contractors are required to use U.S. recipients and subrecipients of FTA assistance may not Flag air carriers for U.S Government-financed international engage in school bus operations exclusively for the air travel and transportation of their personal effects or transportation of students and school personnel in property, to the extent such service is available, unless competition with private school bus operators unless travel by foreign air carrier is a matter of necessity, as qualified under specified exemptions. When operating defined by the Fly America Act. The Contractor shall exclusive school bus service under an allowable exemption, submit, if a foreign air carrier was used, an appropriate recipients and subrecipients may not use federally funded certification or memorandum adequately explaining why equipment,vehicles,or facilities. service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any 4. CARGO PREFERENCE REQUIREMENTS event, provide a certificate of compliance with the Fly (Applies to subcontracts) America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may Use of United States-Flag Vessels-The contractor agrees: involve international air transportation. a. to use privately owned United States-Flag commercial 2. BUY AMERICA REQUIREMENTS vessels to ship at least 50 percent of the gross tonnage (Applies to subcontracts) (computed separately for dry bulk carriers,dry cargo liners, and tankers) involved, whenever shipping any equipment, The contractor agrees to comply with 49 U.S.C.5323(j)and material, or commodities pursuant to the underlying 49 C.F.R. Part 661, which provide that Federal funds may contract to the extent such vessels are available at fair and not be obligated unless steel, iron, and manufactured reasonable rates for United States-Flag commercial vessels; products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or b. to furnish within 20 working days following the date of the product is subject to a general waiver. General waivers loading for shipments originating within the United States are listed in 49 C.F.R. 661.7, and include final assembly in or within 30 working days following the date of leading for the United States for 15 passenger vans and 15 passenger shipments originating outside the United States, a legible wagons produced by Chrysler Corporation, and copy of a rated, "on-board" commercial ocean bill-of - microcomputer equipment and software. Separate lading in English for each shipment of cargo described in requirements for rolling stock are set out at 49 U.S.C. the preceding paragraph to the Division of National Cargo, 5323(jX2)(C) and 49 C.F.R. 661.11. Rolling stock must be Office of Market Development, Maritime Administration, assembled in the United States and have a 60 percent Washington, DC 20590 and to the FTA recipient (through domestic content. the contractor in the case of a subcontractor's bill-of- lading.) A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification c. to include these requirements in all subcontracts issued (Attachments) with all bids or offers on FTA-funded pursuant to this contract when the subcontract may involve contracts, except those subject to a general waiver. Bids or the transport of equipment, material, or commodities by offers that are not accompanied by a completed Buy ocean vessel. America certification must be rejected as nonresponsive. This requirement does not apply to lower tier 5. SEISMIC SAFETY REQUIREMENTS subcontractors. The contractor agrees that any new building or addition to an existing building will be designed and constructed in 3. CHARTER BUS REQUIREMENTS accordance with the standards for Seismic Safety required The contractor agrees to comply with 49 U.S.C. 5323(d) in Department of Transportation Seismic Safety and 49 CFR Part 604, which provides that recipients and Regulations 49 CFR Part 41 and will certify to compliance subrecipients of FTA assistance are prohibited from to the extent required by the regulation. The contractor also providing charter service using federally funded equipment agrees to ensure that all work performed under this contract or facilities if there is at least one private charter operator including work performed by a subcontractor is in willing and able to provide the service, except under one of compliance with the standards required by the Seismic Packet Page-886- 10/22/2013 16.D.4. Exhibit Ia_ Federal Transit Administration Provisions CFDA 20.500 /20.507/20.526 Safety Regulations and the certification of compliance United States before October 1, 1988,and is currently being issued on the project. produced without a major change in configuration or components), the manufacturer shall provide the name and 6. ENERGY CONSERVATION REQUIREMENTS address of the recipient of such a vehicle and the details of (Applies to subcontracts) that vehicle's configuration and major components. The contractor agrees to comply with mandatory standards 9. PRE-AWARD AND POST DELIVERY AUDITS and policies relating to energy efficiency which are REOUIREMENTS contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Pre-Award and Post-Delivery Audit Requirements-The Contractor agrees to comply with 49 U.S.C. § 5323(1) and 7. CLEAN WATER REQUIREMENTS FTA's implementing regulation at 49 C.F.R. Part 663 and to (Applies to subcontracts OVER$10,000) submit the following certifications: (1) The Contractor agrees to comply with all applicable (I) "Buy America Requirements: The Contractor shall standards, orders or regulations issued pursuant to the complete and submit a declaration certifying either Federal Water Pollution Control Act, as amended, 33 compliance or noncompliance with Buy America. If the U.S.C. 1251 et seq. The Contractor agrees to report each Bidder/Offeror certifies compliance with Buy America, it violation to the Purchaser and understands and agrees that shall submit documentation which lists 1) component and the Purchaser will, in turn,report each violation as required subcomponent parts of the rolling stock to be purchased to assure notification to FTA and the appropriate EPA identified by manufacturer of the parts, their country of Regional Office. origin and costs; and 2) the location of the final assembly point for the rolling stock, including a description of the (2)The Contractor also agrees to include these requirements activities that will take place at the final assembly point and in each subcontract exceeding $100,000 financed in whole the cost of final assembly. or in part with Federal assistance provided by FTA. (2) Solicitation Specification Requirements: The Contractor 8. BUS TESTING shall submit evidence that it will be capable of meeting the Bus Testing - The Contractor [Manufacturer] agrees to bid specifications. comply with 49 U.S.C. A 5323(c) and FTA's implementing regulation at 49 CFR Part 665 and shall perform the (3)Federal Motor Vehicle Safety Standards(FMVSS): The following: Contractor shall submit 1) manufacturer's FMVSS self- certification sticker information that the vehicle complies 1) A manufacturer of a new bus model or a bus produced with relevant FMVSS or 2) manufacturer's certified with a major change in components or configuration shall statement that the contracted buses will not be subject to provide a copy of the final test report to the recipient at a FMVSS regulations. point in the procurement process specified by the recipient which will be prior to the recipient's final acceptance of the 10. LOBBYING first vehicle. Contractors who apply or bid for an award of$100,000 or 2) A manufacturer who releases a report under paragraph 1 more shall file the certification required by 49 CFR part 20, above shall provide notice to the operator of the testing "New Restrictions on Lobbying." Each tier certifies to the facility that the report is available to the public. tier above that it will not and has not used Federal appropriated funds to pay any person or organization for 3) If the manufacturer represents that the vehicle was influencing or attempting to influence an officer or previously tested, the vehicle being sold should have the employee of any agency, a member of Congress, officer or identical configuration and major components as the vehicle employee of Congress, or an employee of a member of in the test report, which must be provided to the recipient Congress in connection with obtaining any Federal contract, prior to recipient's final acceptance of the first vehicle. If grant or any other award covered by 31 U.S.C. 1352. Each the configuration or components are not identical, the tier shall also disclose the name of any registrant under the manufacturer shall provide a description of the change and Lobbying Disclosure Act of 1995 who has made lobbying the manufacturer's basis for concluding that it is not a major contacts on its behalf with non-Federal funds with respect to change requiring additional testing. that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to tee„ 4) If the manufacturer represents that the vehicle is the recipient. "grandfathered" (has been used in mass transit service in the Packet Page-887- 10/22/2013 16.D.4. Exhibit Ia_ Federal Transit Administration Provisions CFDA 20.500 /20.507/20.526 11. ACCESS TO RECORDS AND REPORTS The following access to records requirements apply to this 5. The Contractor agrees to permit any of the foregoing Contract: parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 1. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the 6. The Contractor agrees to maintain all books, records, FTA Recipient in accordance with 49 C.F.R. 18.36(i), the accounts and reports required under this contract for a Contractor agrees to provide the Purchaser, the FTA period of not less than three years after the date of Administrator, the Comptroller General of the United States termination or expiration of this contract, except in the or any of their authorized representatives access to any event of litigation or settlement of claims arising from the books, documents, papers and records of the Contractor performance of this contract, in which case Contractor which are directly pertinent to this contract for the purposes agrees to maintain same until the Purchaser, the FTA of making audits,examinations, excerpts and transcriptions. Administrator,the Comptroller General,or any of their duly Contractor also agrees, pursuant to 49 C.F.R. 633.17 to authorized representatives, have disposed of all such provide the FTA Administrator or his authorized litigation, appeals, claims or exceptions related thereto. representatives including any PMO Contractor access to Reference 49 CFR 18.39(i)(11). Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which 12. FEDERAL CHANGES is receiving federal financial assistance through the Contractor shall at all times comply with all applicable FTA programs described at 49 U.S.C. 5307,5309 or 5311. regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the 2. Where the Purchaser is a State and is the FTA Recipient Master Agreement between Purchaser and FTA, as they or a subgrantee of the FTA Recipient in accordance with 49 may be amended or promulgated from time to time during C.F.R. 633.17, Contractor agrees to provide the Purchaser, the term of this contract. Contractor's failure to so comply the FTA Administrator or his authorized representatives, shall constitute a material breach of this contract. including any PMO Contractor, access to the Contractor's records and construction sites pertaining to a major capital 13. BONDING REQUIREMENTS project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described Bid Security at 49 U.S.C. 5307, 5309 or 5311. By definition, a major A Bid Bond must be issued by a fully qualified surety capital project excludes contracts of less than the company acceptable to(Recipient) and listed as a company simplified acquisition threshold currently set at currently authorized under 31 CFR,Part 223 as possessing a $100,000. Certificate of Authority as described thereunder. 3. Where the Purchaser enters into a negotiated contract for Rights Reserved other than a small purchase or under the simplified In submitting this Bid,it is understood and agreed by bidder acquisition threshold and is an institution of higher that the right is reserved by(Recipient)to reject any and all education, a hospital or other non-profit organization and is bids,or part of any bid,and it is agreed that the Bid may not the FTA Recipient or a subgrantee of the FTA Recipient in be withdrawn for a period of[ninety (90)] days subsequent accordance with 49 C.F.R. 19.48, Contractor agrees to to the opening of bids, without the written consent of provide the Purchaser, FTA Administrator, the Comptroller (Recipient). General of the United States or any of their duly authorized representatives with access to any books,documents,papers It is also understood and agreed that if the undersigned and record of the Contractor which are directly pertinent to bidder should withdraw any part or all of his bid within this contract for the purposes of making audits, [ninety (90)] days after the bid opening without the written examinations,excerpts and transcriptions. consent of (Recipient), shall refuse or be unable to enter into this Contract,as provided above,or refuse or be unable 4. Where any Purchaser which is the FTA Recipient or a to furnish adequate and acceptable Performance Bonds and subgrantee of the FTA Recipient in accordance with 49 Labor and Material Payments Bonds,as provided above, or U.S.C. 5325(a)enters into a contract for a capital project or refuse or be unable to furnish adequate and acceptable improvement(defined at 49 U.S.C. 5302(a)1)through other insurance, as provided above, he shall forfeit his bid than competitive bidding, the Contractor shall make security to the extent of(Recipient's) damages occasioned available records related to the contract to the Purchaser,the by such withdrawal, or refusal, or inability to enter into an Secretary of Transportation and the Comptroller General or agreement,or provide adequate security therefore. any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. Packet Page-888- 10/22/2013 16.D.4. Exhibit Ia_ Federal Transit Administration Provisions CFDA 20.500 /20.507/ 20.526 It is further understood and agreed that to the extent the expense another bond and surety, both of which shall defaulting bidder's Bid Bond, Certified Check, Cashier's be subject to the Owner's approval. Check, Treasurer's Check, and/or Official Bank Check (excluding any income generated thereby which has been Advance Payment Bonding Requirements retained by (Recipient) as provided in [Item x "Bid The Contractor may be required to obtain an advance Security" of the Instructions to Bidders]) shall prove payment bond if the contract contains an advance payment inadequate to fully recompense(Recipient)for the damages provision and a performance bond is not furnished. The occasioned by default,then the undersigned bidder agrees to (recipient) shall determine the amount of the advance indemnify (Recipient) and pay over to (Recipient) the payment bond necessary to protect the(Recipient). difference between the bid security and (Recipient's) total damages,so as to make (Recipient)whole. Patent Infringement Bonding Requirements (Patent Indemnity) The undersigned understands that any material alteration of The Contractor may be required to obtain a patent any of the above or any of the material contained on this indemnity bond if a performance bond is not furnished and form, other than that requested, will render the bid the financial responsibility of the Contractor is unknown or unresponsive. doubtful. The (recipient) shall determine the amount of the patent indemnity to protect the(Recipient). Performance and Payment Bonding Requirements (Construction) Warranty of the Work and Maintenance Bonds A contractor or vendor shall provide a surety bond from a 1. The Contractor warrants to (Recipient), the Architect surety company to guarantee full and faithful performance and/or Engineer that all materials and equipment furnished of a contract obligation and the payment of Iabor and under this Contract will be of highest quality and new material expended pursuant to a contract whenever, and in unless otherwise specified by (Recipient), free from faults such amounts.as required by statute or otherwise as deemed and defects and in conformance with the Contract necessary by the Purchasing Director. An irrevocable letter Documents. All work not so conforming to these standards of credit from a financial institution operating within the shall be considered defective. If required by the [Project State of Florida (or other alternative forms of surety as Manager],the Contractor shall furnish satisfactory evidence permitted under Florida law) may be sufficient in place of as to the kind and quality of materials and equipment. the performance bond if so provided for in the bid and contract documents. All such bonds or letters of credit shall 2. The Work furnished must be of first quality and the be approved as to form by the County Attorney. worlananship must be the best obtainable in the various trades. The Work must be of safe, substantial and durable A. Contractor shall provide Performance and Payment construction in all respects. The Contractor hereby Bonds in the amount of 100% of the Contract Amount, guarantees the Work against defective materials or faulty the costs of which are to be paid by Contractor. The workmanship for a minimum period of one (1) year after Performance and Payment Bonds shall be underwritten Final Payment by(Recipient)and shall replace or repair any by a surety authorized to do business in the State of defective materials or equipment or faulty workmanship Florida and otherwise acceptable to Owner; provided, during the period of the guarantee at no cost to(Recipient). however,the surety shall meet the requirements of the As additional security for these guarantees, the Contractor Department of the Treasury Fiscal Service, shall, prior to the release of Final Payment [as provided in "Companies Holding Certificates of Authority as Item X below], furnish separate Maintenance (or Acceptable Sureties on Federal Bonds and as Guarantee) Bonds in form acceptable to (Recipient)written Acceptable Reinsurance Companies" circular. This by the same corporate surety that provides the Performance circular may be accessed via the web at Bond and Labor and Material Payment Bond for this www.fms.treas.gov.!c570!c570.html#certified. Should Contract. These bonds shall secure the Contractor's the Contract Amount be less than $500,000, the obligation to replace or repair defective materials and faulty requirements of Section 287.0935,F.S. shall govern the workmanship for a minimum period of one (1) year after rating and classification of the surety. Final Payment and shall be written in an amount equal to ONE HUNDRED PERCENT (100%) of the CONTRACT B. If the surety for any bond furnished by Contractor is SUM,as adjusted(if at all). declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it 14. CLEAN AIR ceases to meet the requirements imposed by the (Applies to subcontracts OVER$100,000) Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and (1) The Contractor agrees to comply with all applicable standards,orders or regulations issued pursuant to the Clean Packet Page-889- 10/22/2013 16.D.4. Exhibit Ia_ Federal Transit Administration Provisions CFDA 20.500 /20.507/20.526 Air Act, as amended, 42 U.S.C. §§ 7401 et se g. The fringe benefits on the wage determination for the Contractor agrees to report each violation to the Purchaser classification of work actually performed, without regard to and understands and agrees that the skill,except as provided in 29 CFR Part 5.5(aX4). Laborers Purchaser will, in turn, report each violation as required to or mechanics performing work in more than one assure notification to FTA and the appropriate EPA classification may be compensated at the rate specified for Regional Office. each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set (2)The Contractor also agrees to include these requirements forth the time spent in each classification in which work is in each subcontract exceeding $100,000 financed in whole performed. The wage determination (including any or in part with Federal assistance provided by FTA. additional classifications and wage rates conformed under paragraph(1)(ii)of this section)and the Davis-Bacon poster 15. RECYCLED PRODUCTS (WH-1321) shall be posted at all times by the contractor (Applies to subcontracts for purchases $10,000 or more and its subcontractors at the site of the work in a prominent of one of these items in a fiscal year, or when the cost of and accessible place where it can be easily seen by the such items purchased during the previous fiscal year workers. was 510,000.) (iiXA)The contracting officer shall require that any class of Recovered Materials - The contractor agrees to comply laborers or mechanics,including helpers,which is not listed with all the requirements of Section 6002 of the Resource in the wage determination and which is to be employed Conservation and Recovery Act (RCRA), as amended (42 under the contract shall be classified in conformance with U.S.C. 6962), including but not limited to the regulatory the wage determination. The contracting officer shall provisions of 40 CFR Part 247,and Executive Order 12873, approve an additional classification and wage rate and as they apply to the procurement of the items designated in fringe benefits therefore only when the following criteria Subpart B of 40 CFR Part 247. have been met: 16. DAVIS-BACON AND COPELAND ANTI- (1) Except with respect to helpers as defined as 29 CFR KICKBACK ACTS 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage (1)Minimum wages-(i)All laborers and mechanics determination; and employed or working upon the site of the work(or under the United States Housing Act of 1937 or under the (2) The classification is utilized in the area by the Housing Act of 1949 in the construction or development of construction industry;and the project),will be paid unconditionally and not less often than once a week,and without subsequent deduction or (3) The proposed wage rate, including any bona fide fringe rebate on any account(except such payroll deductions as benefits, bears a reasonable relationship to the wage rates are permitted by regulations issued by the Secretary of contained in the wage determination;and Labor under the Copeland Act(29 CFR part 3)),the full amount of wages and bona fide fringe benefits(or cash (4) With respect to helpers as defined in 29 CFR 5.2(n)(4), equivalents thereof)due at time of payment computed at such a classification prevails in the area in which the work rates not less than those contained in the wage is performed. determination of the Secretary of Labor which is attached hereto and made a part hereof,regardless of any contractual (B) If the contractor and the laborers and mechanics to be relationship which may be alleged to exist between the employed in the classification (if known), or their contractor and such laborers and mechanics. representatives, and the contracting officer agree on the classification and wage rate (including the amount Contributions made or costs reasonably anticipated for bona designated for fringe benefits where appropriate), a report fide fringe benefits under section 1(b)(2) of the Davis- of the action taken shall be sent by the contracting officer to Bacon Act on behalf of laborers or mechanics are the Administrator of the Wage and Hour Division, considered wages paid to such laborers or mechanics, Employment Standards Administration,U.S. Department of subject to the provisions of paragraph(1)(iv)of this section; Labor, Washington, DC 20210. The Administrator, or an also, regular contributions made or costs incurred for more authorized representative, will approve, modify, or than a weekly period (but not less often than quarterly) disapprove every additional classification action within 30 under plans, funds, or programs which cover the particular days of receipt and so advise the contracting officer or will weekly period, are deemed to be constructively made or notify the contracting officer within the 30-day period that incurred during such weekly period. Such laborers and additional time is necessary. mechanics shall be paid the appropriate wage rate and Packet Page-890- 10/22/2013 16.D.4. Exhibit Ia_ Federal Transit Administration Provisions CFDA 20.500/ 20.507/20.526 (3)The proposed wage rate, including any bona fide fringe (C)In the event the contractor, the laborers or mechanics to benefits, bears a reasonable relationship to the wage rates be employed in the classification or their representatives, contained in the wage determination. and the contracting officer do not agree on the proposed classification and wage rate (including the amount (B) If the contractor and the laborers and mechanics to be designated for fringe benefits, where appropriate), the employed in the classification (if known), or their contracting officer shall refer the questions, including the representatives, and the contracting officer agree on the views of all interested parties and the recommendation of classification and wage rate (including the amount the contracting officer, to the Administrator for designated for fringe benefits where appropriate), a report determination. The Administrator, or an authorized of the action taken shall be sent by the contracting officer to representative, will issue a determination within 30 days of the Administrator of the Wage and Hour Division, receipt and so advise the contracting officer or will notify Employment Standards Administration, Washington, DC the contracting officer within the 30-day period that 20210. The Administrator, or an authorized representative, additional time is necessary. will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise (D) The wage rate (including fringe benefits where the contracting officer or will notify the contracting officer appropriate) determined pursuant to paragraphs (a)(lxii) within the 30-day period that additional time is necessary. (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract (C)In the event the contractor,the laborers or mechanics to from the first day on which work is performed in the be employed in the classification or their representatives, classification. and the contracting officer do not agree on the proposed classification and wage rate (including the amount (iii) Whenever the minimum wage rate prescribed in the designated for fringe benefits, where appropriate), the contract for a class of laborers or mechanics includes a contracting officer shall refer the questions, including the fringe benefit which is not expressed as an hourly rate, the views of all interested parties and the recommendation of contractor shall either pay the benefit as stated in the wage the contracting officer, to the Administrator for determination or shall pay another bona fide fringe benefit determination. The Administrator, or an authorized or an hourly cash equivalent thereof. representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify (iv)If the contractor does not make payments to a trustee or the contracting officer within the 30-day period that other third person,the contractor may consider as part of the additional time is necessary. wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits (D) The wage rate (including fringe benefits where under a plan or program, Provided, That the Secretary of appropriate) determined pursuant to paragraphs (a)(I)(v) Labor has found, upon the written request of the contractor, (B) or (C) of this section, shall be paid to all workers that the applicable standards of the Davis-Bacon Act have performing work in the classification under this contract been met. The Secretary of Labor may require the from the first day on which work is performed in the contractor to set aside in a separate account assets for the classification. meeting of obligations under the plan or program. (2)Withholding—Collier County shall upon its own action (v)(A)The contracting officer shall require that any class of or upon written request of an authorized representative of laborers or mechanics which is not listed in the wage the Department of Labor withhold or cause to be withheld determination and which is to be employed under the from the contractor under this contract or any other Federal contract shall be classified in conformance with the wage contract with the same prime contractor, or any other determination. The contracting officer shall approve an federally-assisted contract subject to Davis-Bacon additional classification and wage rate and fringe benefits prevailing wage requirements, which is held by the same therefor only when the following criteria have been met: prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers- (1) The work to be performed by the classification and mechanics, including apprentices, trainees, and helpers, requested is not performed by a classification in the wage employed by the contractor or any subcontractor the full determination;and amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any (2) The classification is utilized in the area by the apprentice, trainee, or helper, employed or working on the construction industry;and site of the work(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages Packet Page-891- 10/22/2013 16.D.4. Exhibit Ia_ Federal Transit Administration Provisions CFDA 20.500 /20.507/ 20.526 required by the contract, the Collier County may, after payment of the persons employed under the contract and written notice to the contractor, sponsor, applicant, or shall certify the following: • owner, take such action as may be necessary to cause the suspension of any further payment,advance,or guarantee of (I) That the payroll for the payroll period contains the funds until such violations have ceased. information required to be maintained under section 5.5(aX3)(i) of Regulations, 29 CFR part 5 and that such (3) Payrolls and basic records - (i) Payrolls and basic information is correct and complete; records relating thereto shall be maintained by the contractor during the course of the work and preserved for a (2) That each laborer or mechanic (including each helper, period of three years thereafter for all laborers and apprentice,and trainee)employed on the contract during the mechanics working at the site of the work (or under the payroll period has been paid the full weekly wages earned, United States Housing Act of 1937, or under the Housing without rebate, either directly or indirectly, and that no Act of 1949, in the construction or development of the deductions have been made either directly or indirectly project). Such records shall contain the name,address, and from the full wages earned, other than permissible social security number of each such worker, his or her deductions as set forth in Regulations,29 CFR part 3; correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide (3) That each laborer or mechanic has been paid not less fringe benefits or cash equivalents thereof of the types than the applicable wage rates and fringe benefits or cash described in section 1(bx2)(B) of the Davis-Bacon Act), equivalents for the classification of work performed, as daily and weekly number of hours worked,deductions made specified in the applicable wage determination incorporated and actual wages paid. Whenever the Secretary of Labor into the contract. has found under 29 CFR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs (C) The weekly submission of a properly executed reasonably anticipated in providing benefits under a plan or certification set forth on the reverse side of Optional Form program described in section 1(bx2)(B)of the Davis-Bacon WI-I-347 shall satisfy the requirement for submission of the Act, the contractor shall maintain records which show that "Statement of Compliance" required by paragraph the commitment to provide such benefits is enforceable,that (a)(3)(ii)(B)of this section. the plan or program is financially responsible, and that the plan or program has been communicated in writing to the (D)The falsification of any of the above certifications may laborers or mechanics affected,and records which show the subject the contractor or subcontractor to civil or criminal costs anticipated or the actual cost incurred in providing prosecution under section 1001 of title 18 and section 231 such benefits. Contractors employing apprentices or of title 31 of the United States Code. trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and (iii) The contractor or subcontractor shall make the records certification of trainee programs, the registration of the required under paragraph (a)(3)(i) of this section available apprentices and trainees, and the ratios and wage rates for inspection, copying, or transcription by authorized prescribed in the applicable programs. representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives (iiXA) The contractor shall submit weekly for each week in to interview employees during working hours on the job. If which any contract work is performed a copy of all payrolls the contractor or subcontractor fails to submit the required to Collier County for transmission to the Federal Transit records or to make them available,the Federal agency may, Administration. The payrolls submitted shall set out after written notice to the contractor, sponsor, applicant, or accurately and completely all of the information required to owner, take such action as may be necessary to cause the be maintained under section 5.5(a)(3)(i) of Regulations, 29 suspension of any further payment,advance,or guarantee of CFR part 5.This information may be submitted in any form funds. Furthermore, failure to submit the required records desired. Optional Form WI-1-347 is available for this upon request or to make such records available may be purpose and may be purchased from the Superintendent of grounds for debarment action pursuant to 29 CFR 5.12. Documents(Federal Stock Number 029-005-00014-1),U.S. Government Printing Office, Washington, DC 20402. The (4) Apprentices and trainees - (i) Apprentices - prime contractor is responsible for the submission of copies Apprentices will be permitted to work at less than the of payrolls by all subcontractors. predetermined rate for the work they performed when they are employed pursuant to and individually registered in a (B) Each payroll submitted shall be accompanied by a bona fide apprenticeship program registered with the U.S. "Statement of Compliance," signed by the contractor or Department of Labor, Employment and Training subcontractor or his or her agent who pays or supervises the Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Packet Page -892- 10/22/2013 16.D.4. Exhibit Ia Federal Transit Administration Provisions CFDA 20.500 /20.507/20.526 Bureau, or if a person is employed in his or her first 90 days trainee's level of progress, expressed as a percentage of the of probationary employment as an apprentice in such an journeyman hourly rate specified in the applicable wage apprenticeship program, who is not individually registered determination. Trainees shall be paid fringe benefits in in the program, but who has been certified by the Bureau of accordance with the provisions of the trainee program. If Apprenticeship and Training or a State Apprenticeship the trainee program does not mention fringe benefits, Agency (where appropriate)to be eligible for probationary trainees shall be paid the full amount of fringe benefits employment as an apprentice. The allowable ratio of listed on the wage determination unless the Administrator apprentices to journeymen on the job site in any craft of the Wage and Hour Division determines that there is an classification shall not be greater than the ratio permitted to apprenticeship program associated with the corresponding the contractor. as to the entire work force under the journeyman wage rate on the wage determination which registered program. Any worker listed on a payroll at an provides for less than full fringe benefits for apprentices. apprentice wage rate, who is not registered or otherwise Any employee listed on the payroll at a trainee rate who is employed as stated above, shall be paid not less than the not registered and participating in a training plan approved applicable wage rate on the wage determination for the by the Employment and Training Administration shall be classification of work actually performed. In addition, any paid not less than the applicable wage rate on the wage apprentice performing work on the job site in excess of the determination for the classification of work actually ratio permitted under the registered program shall be paid performed. In addition,any trainee performing work on the not less than the applicable wage rate on the wage job site in excess of the ratio permitted under the registered determination for the work actually performed. Where a program shall be paid not less than the applicable wage rate contractor is performing construction on a project in a on the wage determination for the work actually performed. locality other than that in which its program is registered, In the event the Employment and Training Administration the ratios and wage rates (expressed in percentages of the withdraws approval of a training program, the contractor journeyman's hourly rate) specified in the contractor's or will no longer be permitted to utilize trainees at less than the subcontractor's registered program shall be observed. Every applicable predetermined rate for the work performed until apprentice must be paid at not less than the rate specified in an acceptable program is approved. the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate (iii) Equal employment opportunity - The utilization of specified in the applicable wage determination.Apprentices apprentices, trainees and journeymen under this part shall shall be paid fringe benefits in accordance with the be in conformity with the equal employment opportunity provisions of the apprenticeship program. If the requirements of Executive Order 11246, as amended, and apprenticeship program does not specify fringe benefits, 29 CFR part 30. apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable (5) Compliance with Copeland Act requirements - The classification. If the Administrator of the Wage and Hour contractor shall comply with the requirements of 29 CFR Division of the U.S. Department of Labor determines that a part 3, which are incorporated by reference in this contract. different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that (6) Subcontracts - The contractor or subcontractor shall determination. In the event the Bureau of Apprenticeship insert in any subcontracts the clauses contained in 29 CFR and Training, or a State Apprenticeship Agency recognized 5.5(a)(I) through(10) and such other clauses as the Federal by the Bureau, withdraws approval of an apprenticeship Transit Administration may by appropriate instructions program, the contractor will no longer be permitted to require, and also a clause requiring the subcontractors to utilize apprentices at less than the applicable predetermined include these clauses in any lower tier subcontracts. The rate for the work performed until an acceptable program is prime contractor shall be responsible for the compliance by approved. any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (ii) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined (7) Contract termination: debarment - A breach of the rate for the work performed unless they are employed contract clauses in 29 CFR 5.5 may be grounds for pursuant to and individually registered in a program which termination of the contract, and for debarment as a has received prior approval, evidenced by formal contractor and a subcontractor as provided in 29 CFR 5.12. certification by the U.S. Department of Labor,Employment and Training Administration. The ratio of trainees to (8) Compliance with Davis-Bacon and Related Act journeymen on the job site shall not be greater than requirements-All rulings and interpretations of the Davis- permitted under the plan approved by the Employment and Bacon and Related Acts contained in 29 CFR parts 1,3,and Training Administration. Every trainee must be paid at not 5 are herein incorporated by reference in this contract. less than the rate specified in the approved program for the Packet Page-893- 10/22/2013 16.D.4. Exhibit Ia_ Federal Transit Administration Provisions CFDA 20.500 /20.507/20326 17. CONTRACT WORK HOURS AND SAFETY (9) Disputes concerning labor standards - Disputes STANDARDS ACT arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this (1) Overtime requirements - No contractor or contract.Such disputes shall be resolved in accordance with subcontractor contracting for any part of the contract work the procedures of the Department of Labor set forth in 29 which may require or involve the employment of laborers or CFR parts 5, 6, and 7. Disputes within the meaning of this mechanics shall require or permit any such laborer or clause include disputes between the contractor(or any of its mechanic in any workweek in which he or she is employed subcontractors) and the contracting agency, the U.S. on such work to work in excess of forty hours.in such Department of Labor, or the employees or their workweek unless such laborer or mechanic receives representatives. . compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty (10) Certification of eligibility - (i) By entering into this hours in such workweek. contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the (2) Violation; liability for unpaid wages; liquidated contractor's firm is a person or fum ineligible to be awarded damages - In the event of any violation of the clause set Government contracts by virtue of section 3(a)of the Davis- forth in paragraph(1)of this section the contractor and any Bacon Act or 29 CFR 5.12(a)(1). subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and (ii) No part of this contract shall be subcontracted to any subcontractor shall be liable to the United States for person or firm ineligible for award of a Government liquidated damages. Such Iiquidated damages shall be contract by virtue of section 3(a)of the Davis-Bacon Act or computed with respect to each individual laborer or 29 CFR 5.12(a)(1). mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this (iii)The penalty for making false statements is prescribed in section, in the sum of$10 for each calendar day on which the U.S.Criminal Code, 18 U.S.C. 1001. such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph(1)of this section. (3) Withholding for unpaid wages and liquidated damages - XCollier County shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1)through(4)of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. 18. 1 RESERVED I Packet Page-894- 10/22/2013 16.D.4. Exhibit Ia_ Federal Transit Administration Provisions CFDA 20.500 /20.507/ 20.526 19. NO GOVERNMENT OBLIGATION TO THIRD (3) The Contractor agrees to include the above two clauses PARTIES in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed (1) The Purchaser and Contractor acknowledge and agree that the clauses shall not be modified,except to identify the that, notwithstanding any concurrence by the Federal subcontractor who will be subject to the provisions. Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not 21. TERMINATION a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser,Contractor,or any a. Termination for Convenience (General Provision) other party (whether or not a party to that contract) The (Recipient) may terminate this contract, in whole or in pertaining to any matter resulting from the underlying part, at any time by written notice to the Contractor when it contract. is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and (2) The Contractor agrees to include the above clause in profit on work performed up to the time of termination. each subcontract financed in whole or in part with Federal The Contractor shall promptly submit its termination claim assistance provided by FTA. It is further agreed that the to (Recipient) to be paid the Contractor. If the Contractor clause shall not be modified, except to identify the has any property in its possession belonging to the subcontractor who will be subject to its provisions. (Recipient), the Contractor will account for the same, and dispose of it in the manner the(Recipient)directs. 20. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS b. Termination for Default [Breach or Cause] (General AND RELATED ACTS Provision) If the Contractor does not deliver supplies in (Applies to subcontracts) accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in Program Fraud and False or Fraudulent Statements or the manner called for in the contract, or if the Contractor Related Acts. fails to comply with any other provisions of the contract,the (1)The Contractor acknowledges that the provisions of the (Recipient) may terminate this contract for default. Program Fraud Civil Remedies Act of 1986,as amended,31 Termination shall be effected by serving a notice of U.S.C. § 3801 et se g. and U.S. DOT regulations, "Program termination on the contractor setting forth the manner in Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its which the Contractor is in default. The contractor will only actions pertaining to this Project. Upon execution of the be paid the contract price for supplies delivered and underlying contact, the Contractor certifies or affirms the accepted, or services performed in accordance with the truthfulness and accuracy of any statement it has made, it manner of performance set forth in the contract. makes, it may make,or causes to be made,pertaining to the underlying contract or the FTA assisted project for which If it is later determined by the (Recipient) that the this contract work is being performed. In addition to other Contractor had an excusable reason for not performing, penalties that may be applicable, the Contractor further such as a strike,fire, or flood,events which are not the fault acknowledges that if it makes, or causes to be made,a false, of or are beyond the control of the Contractor, the fictitious, or fraudulent claim, statement, submission, or (Recipient), after setting up a new delivery of performance certification, the Federal Government reserves the right to schedule, may allow the Contractor to continue work, or impose the penalties of the Program Fraud Civil Remedies treat the termination as a termination for convenience. Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. c. Opportunity to Cure (General Provision) The (Recipient) in its sole discretion may, in the case of a (2) The Contractor also acknowledges that if it makes, or termination for breach or default, allow the Contractor [an causes to be made, a false, fictitious, or fraudulent claim, appropriately short period of time] in which to cure the statement, submission, or certification to the Federal defect. In such case,the notice of termination will state the Government under a contract connected with a project that time period in which cure is permitted and other appropriate is financed in whole or in part with Federal assistance conditions originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the If Contractor fails to remedy to(Recipient)'s satisfaction the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) breach or default of any of the terms, covenants, or on the Contractor, to the extent the Federal Government conditions of this Contract within [ten (10) days] after deems appropriate. receipt by Contractor of written notice from (Recipient) Packet Page-895- 10/22/2013 16.D.4. Exhibit Ia_ Federal Transit Administration Provisions CFDA 20.500/20.507/20.526 setting forth the nature of said breach or default,(Recipient) Contractor and (Recipient) shall agree on payment for the shall have the right to terminate the Contract without any preservation and protection of goods. Failure to agree on an further obligation to Contractor. Any such termination for amount will be resolved under the Dispute clause. default shall not in any way operate to preclude(Recipient) from also pursuing all available remedies against Contractor If,after termination for failure to fulfill contract obligations, and its sureties for said breach or default. it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if d. Waiver of Remedies for any Breach In the event that the termination had been issued for the convenience of the (Recipient) elects to waive its remedies for any breach by (Recipient). Contractor of any covenant, term or condition of this Contract, such waiver by (Recipient) shall not limit h. Termination for Default (Construction) If the (Recipient)'s remedies for any succeeding breach of that or Contractor refuses or fails to prosecute the work or any of any other term,covenant,or condition of this Contract. separable part, with the diligence that will insure its completion within the time specified in this contract or any e. Termination for Convenience (Professional or extension or fails to complete the work within this time, or Transit Service Contracts) The (Recipient), by written if the Contractor fails to comply with any other provisions notice, may terminate this contract, in whole or in part, of this contract, the (Recipient) may terminate this contract when it is in the Government's interest. If this contract is for default. The(Recipient)shall terminate by delivering to terminated, the Recipient shall be liable only for payment the Contractor a Notice of Termination specifying the under the payment provisions of this contract for services nature of the default. In this event,the Recipient may take rendered before the effective date of termination. over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, f. Termination for Default(Supplies and Service) If the and plant on the work site necessary for completing the Contractor fails to deliver supplies or to perform the work. The Contractor and its sureties shall be liable for any services within the time specified in this contract or any damage to the Recipient resulting from the Contractor's extension or if the Contractor fails to comply with any other refusal or failure to complete the work within specified provisions of this contract, the (Recipient) may terminate time, whether or not the Contractor's right to proceed with this contract for default. The(Recipient) shall terminate by the work is terminated. This liability includes any increased delivering to the Contractor a Notice of Termination costs incurred by the Recipient in completing the work. specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and The Contractor's right to proceed shall not be terminated accepted, or services performed in accordance with the nor the Contractor charged with damages under this clause manner or performance set forth in this contract. if.- If,after termination for failure to fulfill contract obligations, 1. The delay in completing the work arises from it is determined that the Contractor was not in default, the unforeseeable causes beyond the control and without the rights and obligations of the parties shall be the same as if fault or negligence of the Contractor. Examples of such the termination had been issued for the convenience of the causes include: acts of God, acts of the Recipient, acts of Recipient. another Contractor in the performance of a contract with the Recipient, epidemics,quarantine restrictions, strikes,freight g. Termination for Default (Transportation Services) If embargoes;and the Contractor fails to pick up the commodities or to perform the services,including delivery services,within the 2. The contractor, within [10] days from the beginning of time specified in this contract or any extension or if the any delay, notifies the (Recipient) in writing of the causes Contractor fails to comply with any other provisions of this of delay. If in the judgment of the(Recipient), the delay is contract, the (Recipient) may terminate this contract for excusable, the time for completing the work shall be default. The(Recipient)shall terminate by delivering to the extended. The judgment of the (Recipient) shall be fmal Contractor a Notice of Termination specifying the nature of and conclusive on the parties, but subject to appeal under default. The Contractor will only be paid the contract price the Disputes clauses. for services performed in accordance with the manner of performance set forth in this contract. If,after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default,or that the If this contract is terminated while the Contractor has delay was excusable, the rights and obligations of the possession of Recipient goods, the Contractor shall, upon parties will be the same as if the termination had been direction of the (Recipient), protect and preserve the goods issued for the convenience of the Recipient. until surrendered to the Recipient or its agent. The Packet Page -896- 10/22/2013 16.D.4. Exhibit la- Federal Transit Administration Provisions CFDA 20.500 /20.507/ 20.526 L Termination for Convenience or Default (Architect lf, after serving a notice of termination for default, the and Engineering) The (Recipient) may terminate this (Recipient) determines that the Contractor has an excusable contract in whole or in part, for the Recipient's convenience reason for not performing, such as strike, fire, flood, events or because of the failure of the Contractor to fulfill the which are not the fault of and are beyond the control of the contract obligations. The (Recipient) shall terminate by contractor, the (Recipient), after setting up a new work delivering to the Contractor a Notice of Termination schedule, may allow the Contractor to continue work, or specifying the nature, extent, and effective date of the treat the termination as a termination for convenience. termination. Upon receipt of the notice,the Contractor shall (1)immediately discontinue all services affected(unless the 22.GOVERNMENT-WIDE DEBARMENT AND notice directs otherwise), and (2) deliver to the Contracting SUSPENSION(NONPROCUREMENT) Officer all data, drawings, specifications,reports, estimates, (Applies to subcontracts) summaries, and other information and materials This contract is a covered transaction for purposes of accumulated in performing this contract,whether completed 49 CFR Part 29. As such, the contractor is required to or in process. verify that none of the contractor, its principals, as defined at 49 CFR 29.995,or affiliates, as defined at 49 If the termination is for the convenience of the Recipient, CFR 29.905, are excluded or disqualified as defined at the Contracting Officer shall make an equitable adjustment 49 CFR 29.940 and 29.945. in the contract price but shall allow no anticipated profit on unperformed services. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply If the termination is for failure of the Contractor to fulfill with 49 CFR 29, Subpart C in any lower tier covered the contract obligations, the Recipient may complete the transaction it enters into. work by contact or otherwise and the Contractor shall be liable for any additional cost incurred by the Recipient. 23. PRIVACY ACT 5 U.S.C.552 If,after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the Contracts Involving Federal Privacy Act Requirements- rights and obligations of the parties shall be the same as if The following requirements apply to the Contractor and its the termination had been issued for the convenience of the employees that administer any system of records on behalf Recipient. of the Federal Government under any contract: j. Termination for Convenience of Default (Cost-Type (I) The Contractor agrees to comply with, and assures the Contracts) The(Recipient) may terminate this contract, or compliance of its employees with, the information any portion of it, by serving a notice or termination on the restrictions and other applicable requirements of the Privacy Contractor. The notice shall state whether the termination is Act of 1974, for convenience of the (Recipient) or for the default of the Contractor. If the termination is for default,the notice shall 5 U.S.C. § 552a. Among other things, the Contractor state the manner in which the contractor has failed to agrees to obtain the express consent of the Federal perform the requirements of the contract. The Contractor Government before the Contractor or its employees operate shall account for any property in its possession paid for a system of records on behalf of the Federal Government. from funds received from the (Recipient), or property The Contractor understands that the requirements of the supplied to the Contractor by the (Recipient). If the Privacy Act, including the civil and criminal penalties for termination is for default,the(Recipient)may fix the fee, if violation of that Act, apply to those individuals involved, the contract provides for a fee,to be paid the contractor in and that failure to comply with the terms of the Privacy Act proportion to the value, if any, of work performed up to the may result in termination of the underlying contract. time of termination. The Contractor shall promptly submit its termination claim to the (Recipient)and the parties shall (2)The Contractor also agrees to include these requirements negotiate the termination settlement to be paid the in each subcontract to administer any system of records on Contractor. behalf of the Federal Government fmanced in whole or in part with Federal assistance provided by FTA. If the termination is for the convenience of the(Recipient), the Contractor shall be paid its contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to the time of 24. CIVIL RIGHTS REQUIREMENTS termination. (Applies to subcontracts) Packet Page-897- 10/22/2013 16.D.4. Exhibit Ia_ Federal Transit Administration Provisions CFDA 20.500 /20.507/ 20.526 Civil Rights - The following requirements apply to the (c) Disabilities - In accordance with section 102 of the underlying contract: Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the (1)Nondiscrimination - In accordance with Title VI of the requirements of U.S. Equal Employment Opportunity Civil Rights Act, as amended, 42 U.S.C. § 2000d, section Commission, "Regulations to Implement the Equal 303 of the Age Discrimination Act of 1975,as amended,42 Employment Provisions of the Americans with Disabilities U.S.C. § 6102, section 202 of the Americans with Act," 29 C.F.R. Part 1630, pertaining to employment of Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal persons with disabilities. In addition, the Contractor agrees transit law at 49 U.S.C. §5332,the Contractor agrees that it to comply with any implementing requirements FTA may will not discriminate against any employee or applicant for issue. employment because of race, color, creed, national origin, sex, age, or disability. In addition,the Contractor agrees to (3)The Contractor also agrees to include these requirements comply with applicable Federal implementing regulations in each subcontract financed in whole or in part with and other implementing requirements FTA may issue. Federal assistance provided by FTA, modified only if necessary to identify the affected parties. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: 25. BREACHES AND DISPUTE RESOLUTION (Applies to subcontracts) (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as Disputes - Disputes arising in the performance of this amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 Contract which are not resolved by agreement of the parties U.S.C. § 5332, the Contractor agrees to comply with all shall be decided in writing by the authorized representative applicable equal employment opportunity requirements of of(Recipient)'s [title of employee]. This decision shall be U.S. Department of Labor (U.S. DOL) regulations, "Office final and conclusive unless within [ten (10)] days from the of Federal Contract Compliance Programs, Equal date of receipt of its copy,the Contractor mails or otherwise Employment Opportunity, Department of Labor,"41 C.F.R. furnishes a written appeal to the [title of employee]. In Parts 60 et seq., (which implement Executive Order No. connection with any such appeal, the Contractor shall be 11246, "Equal Employment Opportunity," as amended by afforded an opportunity to be heard and to offer evidence in Executive Order No. 11375, "Amending Executive Order support of its position. The decision of the [title of 11246 Relating to Equal Employment Opportunity," 42 employee] shall be binding upon the Contractor and the U.S.C. § 2000e note), and with any applicable Federal Contractor shall abide be the decision. statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities Performance During Dispute - Unless otherwise directed undertaken in the course of the Project. The Contractor by(Recipient),Contractor shall continue performance under agrees to take affirmative action to ensure that applicants this Contract while matters in dispute are being resolved. are employed, and that employees are treated during employment, without regard to their race, color, creed, Claims for Damages - Should either party to the Contract national origin, sex, or age. Such action shall include, but suffer injury or damage to person or property because of not be limited to, the following: employment, upgrading, any act or omission of the party or of any of his employees, demotion or transfer,recruitment or recruitment advertising, agents or others for whose acts he is legally liable, a claim layoff or termination; rates of pay or other forms of for damages therefor shall be made in writing to such other compensation; and selection for training, including party within a reasonable time after the first observance of apprenticeship. In addition, the Contractor agrees to such injury of damage. comply with any implementing requirements FTA may issue. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in (b) Ane - In accordance with section 4 of the Age question between the(Recipient)and the Contractor arising Discrimination in Employment Act of 1967,as amended,29 out of or relating to this agreement or its breach will be U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, decided by arbitration if the parties mutually agree, or in a the Contractor agrees to refrain from discrimination against court of competent jurisdiction within the State in which the present and prospective employees for reason of age. in (Recipient)is located. addition, the Contractor agrees to comply with any implementing requirements FTA may issue. Rights and Remedies -The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a Packet Page -898- 10/22/2013 16.D.4. Exhibit la- Federal Transit Administration Provisions CFDA 20.500 /20.507/20.526 limitation of any duties, obligations, rights and remedies owner's consent, the Federal Government may not extend otherwise imposed or available by law. No action or failure its Federal license to any other party. to act by the (Recipient), (Architect) or Contractor shall constitute a waiver of any right or duty afforded any of 1. Any subject data developed under that contract, whether them under the Contract,nor shall any such action or failure or not a copyright has been obtained;and to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in 2. Any rights of copyright purchased by the Purchaser or writing. Contractor using Federal assistance in whole or in part provided by FTA. 26. PATENT AND RIGHTS IN DATA (c) When FTA awards Federal assistance for experimental, (Applies to subcontracts) developmental, or research work, it is FTA's general intention to increase transportation knowledge available to A. Rights in Data- This following requirement applies to the public, rather than to restrict the benefits resulting from each contract involving experimental, developmental or the work to participants in that work. Therefore, unless research work: FTA determines otherwise, the Purchaser and the Contractor performing experimental, developmental, or (1) The term "subject data" used in this clause means research work required by the underlying contract to which recorded information, whether or not copyrighted, that is this Attachment is added agrees to permit FTA to make delivered or specified to be delivered under the contract. available to the public,either FTA's license in the copyright The term includes graphic or pictorial delineation in media to any subject data developed in the course of that contract, such as drawings or photographs; text in specifications or or a copy of the subject data first produced under the related performance or design-type documents; machine contract for which a copyright has not been obtained. If the forms such as punched cards, magnetic tape, or computer experimental,developmental,or research work,which is the memory printouts; and information retained in computer subject of the underlying contract, is not completed for any memory.Examples include,but are not limited to: computer reason whatsoever, all data developed under that contract software, engineering drawings and associated lists, shall become subject data as defined in subsection (a) of specifications, standards,process sheets, manuals, technical this clause and shall be delivered as the Federal reports, catalog item identifications, and related Government may direct. This subsection (c) , however, information. The term "subject data" does not include does not apply to adaptations of automatic data processing financial reports, cost analyses, and similar information equipment or programs for the Purchaser or Contractor's use incidental to contract administration. whose costs are financed in whole or in part with Federal assistance provided by FTA for transportation capital (2) The following restrictions apply to all subject data first projects. produced in the performance of the contract to which this Attachment has been added: (d) Unless prohibited by state law, upon request by the. Federal Government, the Purchaser and the Contractor (a) Except for its own internal use, the Purchaser or agree to indemnify, save, and hold harmless the Federal Contractor may not publish or reproduce subject data in Government, its officers, agents, and employees acting whole or in part, or in any manner or form, nor may the within the scope of their official duties against any liability, Purchaser or Contractor authorize others to do so, without including costs and expenses, resulting from any willful or the written consent of the Federal Government, until such intentional violation by the Purchaser or Contractor of time as the Federal Government may have either released or proprietary rights, copyrights, or right of privacy, arising approved the release of such data to the public; this out of the publication, translation, reproduction, delivery, restriction on publication, however, does not apply to any use, or disposition of any data furnished under that contract. contract with an academic institution. Neither the Purchaser nor the Contractor shall be required to indemnify the Federal Government for any such liability (b) In accordance with 49 C.F.R. § 18.34 and 49 C.F.R. § arising out of the wrongful act of any employee,official, or 19.36,the Federal Government reserves a royalty-free,non- agents of the Federal Government. exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, for "Federal (e) Nothing contained in this clause on rights in data shall Government purposes," any subject data or copyright imply a license to the Federal Government under any patent described in subsections (2)(b)1 and (2)(b)2 of this clause or be construed as affecting the scope of any license or below. As used in the previous sentence, "for Federal other right otherwise granted to the Federal Government Government purposes," means use only for the direct under any patent. purposes of the Federal Government. Without the copyright Packet Page -899- 10/22/2013 16.D.4. Exhibit Ia_ Federal Transit Administration Provisions CFDA 20.500 /20.507/ 20.526 (f) Data developed by the Purchaser or Contractor and Department of Commerce regulations, "Rights to Inventions financed entirely without using Federal assistance provided Made by Nonprofit Organizations and Small Business by the Federal Government that has been incorporated into Firms Under Government Grants, Contracts and work required by the underlying contract to which this Cooperative Agreements,"37 C.F.R.Part 401. Attachment has been added is exempt from the requirements of subsections (b), (c), and (d) of this clause, (3) The Contractor also agrees to include the requirements provided that the Purchaser or Contractor identifies that of this clause in each subcontract for experimental, data in writing at the time of delivery of the contract work. developmental, or research work financed in whole or in part with Federal assistance provided by FTA. (g)Unless FTA determines otherwise,the Contractor agrees to include these requirements in each subcontract for TRANSIT EMPLOYEE PROTECTIVE experimental, developmental, or research work financed in AGREEMENTS whole or in part with Federal assistance provided by FTA. (Applies to subcontracts) (3) Unless the Federal Government later makes a contrary Transit Employee Protective Provisions. (1) The determination in writing, irrespective of the Contractor's Contractor agrees to the comply with applicable transit status i.e.; a large business, small business, state employee protective requirements as follows: government or state instrumentality, local government, nonprofit organization, institution of higher education, (a) General Transit Employee Protective Requirements-To individual, etc.), the Purchaser and the Contractor agree to the extent that FTA determines that transit operations are take the necessary actions to provide, through FTA, those involved, the Contractor agrees to carry out the transit rights in that invention due the Federal Government as operations work on the underlying contract in compliance described in with terms and conditions determined by the U.S. Secretary of Labor to be fair and equitable to protect the interests of U.S. Department of Commerce regulations, "Rights to employees employed under this contract and to meet the Inventions Made by Nonprofit Organizations and Small employee protective requirements of 49 U.S.C. A 5333(b), Business Firms Under Government Grants, Contracts and and U.S. DOL guidelines at 29 C.F.R. Part 215, and any Cooperative Agreements,"37 C.F.R.Part 401. amendments thereto. These terms and conditions are identified in the letter of certification from the U.S.DOL to (4)The Contractor also agrees to include these requirements FTA applicable to the FTA Recipient's project from which in each subcontract for experimental, developmental, or Federal assistance is provided to support work on the research work financed in whole or in part with Federal underlying contract. The Contractor agrees to carry out that assistance provided by FTA. work in compliance with the conditions stated in that U.S. DOL letter. The requirements of this subsection (1), B. Patent Rights - The following requirements apply to however,do not apply to any contract financed with Federal each contract involving experimental, developmental, or assistance provided by FTA either for projects for elderly research work: individuals and individuals with disabilities authorized by 49 U.S.C. § 5310(aX2), or for projects for nonurbanized (1)General-If any invention, improvement,or discovery is areas authorized by 49 U.S.C. § 5311. Alternate provisions conceived or first actually reduced to practice in the course for those projects are set forth in subsections (b)and(c) of of or under the contract to which this Attachment has been this clause. added, and that invention, improvement, or discovery is patentable under the laws of the United States of America (b) Transit Employee Protective Requirements for Projects or any foreign country, the Purchaser and Contractor agree Authorized by 49 U.S.C. 5 5310(a)(2) for Elderly to take actions necessary to provide immediate notice and a Individuals and Individuals with Disabilities - If the detailed report to the party at a higher tier until FTA is contract involves transit operations financed in whole or in ultimately notified. part with Federal assistance authorized by 49 U.S.C. § 5310(a)(2), and if the U.S. Secretary of Transportation has (2) Unless the Federal Government later makes a contrary determined or determines in the future that the employee determination in writing, irrespective of the Contractor's protective requirements of 49 U.S.C. § 5333(b) are status(a large business, small business, state government or necessary or appropriate for the state and the public body state instrumentality, local government, nonprofit subrecipient for which work is performed on the underlying organization,institution of higher education, individual),the contract, the Contractor agrees to carry out the Project in Purchaser and the Contractor agree to take the necessary compliance with the terms and conditions determined by the actions to provide, through FTA, those rights in that U.S. Secretary of Labor to meet the requirements of 49 invention due the Federal Government as described in U.S. U.S.C. § 5333(b), U.S. DOL guidelines at 29 C.F.R. Part Packet Page-900- 10/22/2013 16.D.4. Exhibit Ia_ Federal Transit Administration Provisions CFDA 20.500 /20.507/ 20.526 215, and any amendments thereto. These terms and Programs. Collier Area Transit's goal for DBE .......... conditions are identified in the U.S. DOL's letter of participation is 5.67%. certification to FTA, the date of which is set forth Grant b. A separate contract goal has not been established Agreement or Cooperative Agreement with the state. The for this procurement. Contractor agrees to perform transit operations in c. The contractor shall not discriminate on the basis connection with the underlying contract in compliance with of race, color, national origin, or sex in the the conditions stated in that U.S.DOL letter. performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part (c) Transit Employee Protective Requirements for Proiects 26 in the award and administration of this DOT- Authorized by 49 U.S.C. § 5311 in Nonurbanized Areas-If assisted contract. Failure by the contractor to carry the contract involves transit operations financed in whole or out these requirements is a material breach of this in part with Federal assistance authorized by 49 U.S.C. § contract, which may result in the termination of 5311, the Contractor agrees to comply with the terms and this contract or such other remedy as Collier conditions of the Special Warranty for the Nonurbanized County deems appropriate. Each subcontract the Area Program agreed to by the U.S. Secretaries of contractor signs with a subcontractor must include Transportation and Labor, dated May 31, 1979, and the the assurance in this paragraph (see 49 CFR procedures implemented by U.S. DOL or any revision 26.13(b)). thereto. d. The successful bidder/offeror will be required to report its DBE participation obtained through race- (2)The Contractor also agrees to include the any applicable neutral means throughout the period of requirements in each subcontract involving transit performance. In order to comply with the operations financed in whole or in part with Federal provisions of 49 CFR 26, the bidder/offeror agrees assistance provided by FTA. to the following: 28. DISADVANTAGED BUSINESS ENTERPRISE • Bid Opportunity List - shall submit with all Requests for Proposals and Invitations For Background and Applicability Bid. The newest version on the Department of Transportation's • Anticipated DBE Participation Statement— Disadvantaged Business Enterprise (DBE)program became shall submit with all Requests for Proposals effective July 16, 2003. The rule provides guidance to and Invitations For Bid. grantees on the use of overall and contract goals, • DBE Directory—the bidder/offeror may use requirement to include DBE provisions in subcontracts, the online DBE directory, BizNet, evaluating DBE participation where specific contract goals www.binincwebapps.com/biznetflorida/ to have been set, reporting requirements, and replacement of locate ready, willing, and able DBE's to DBE subcontractors. Additionally, the DBE program perform sub-contractor work or sub-consultant dictates payment terms and conditions (including work on USDOT assisted contracts. limitations on retainage) applicable to all subcontractors • Subcontractor Payment Report — shall regardless of whether they are DBE firms or not. submit monthly to comply with monitoring requirements of 49 CFR 26. The DBE program applies to all DOT-assisted contracting activities. A formal clause such as that below e. The contractor is required to pay its subcontractors must be included in all contracts above the micro-purchase performing work related to this contract for level. The requirements of clause subsection b flow down satisfactory performance of that work no later than to subcontracts. 30 days after the contractor's receipt of payment for that work from Collier County. hi addition,the A substantial change to the payment provisions in this contractor is required to return any retainage newest version of Part 26 concerns retainage (see section payments to those subcontractors within thirty(30) 26.29). Grantee choices concerning retainage should be days after the subcontractor's work related to this reflected in the language choices in clause subsection d. contract is satisfactorily completed. f. The contractor must promptly notify Collier Disadvantaged Business Enterprises County, whenever a DBE subcontractor performing work related to this contract is a. This contract is subject to the requirements of Title terminated or fails to complete its work, and must 49, 49 Code of Federal Regulations, Part 26, make good faith efforts to engage another DBE Participation by Disadvantaged Enterprises in subcontractor to perform at least the same amount Department of Transportation Financial Assistance of work. The contractor may not terminate any Packet Page-901- 10/22/2013 16.D.4. Exhibit Ia_ Federal Transit Administration Provisions CFDA 20.500 /20.507/20.526 DBE subcontractor and perform that work through its own forces or those of an affiliate without prior Drug and Alcohol Testing written consent of Collier County. The contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 CFR Part 29. [RESERVED 1 655, produce any documentation necessary to establish its compliance with Part 655, and permit any authorized 30. INCORPORATION OF FEDERAL TRANSIT representative of the United States Department of ADMINISTRATION(FTA)TERMS Transportation or its operating administrations, the State (Applies to subcontracts) Oversight Agency of(name of State), or the(insert name of grantee),to inspect the facilities and records associated with Incorporation of Federal Transit Administration (FTA) the implementation of the drug and alcohol testing program Terms - The preceding provisions include, in part, certain as required under 49 CFR Parts 655 and review the testing Standard Terms and Conditions required by DOT, whether process. The contractor agrees further to certify annually its or not expressly set forth in the preceding contract compliance with Part 655 before(insert date) and to submit provisions. All contractual provisions required by DOT, as the Management Information System (MIS) reports before set forth in FTA Circular 4220.1F, are hereby incorporated (insert date before March 15) to (insert title and address of by reference. Anything to the contrary herein person responsible for receiving information). To certify notwithstanding, all FTA mandated terms shall be deemed compliance the contractor shall use the "Substance Abuse to control in the event of a conflict with other provisions Certifications" in the "Annual List of Certifications and contained in this Agreement. The Contractor shall not Assurances for Federal Transit Administration Grants and perform any act,fail to perform any act,or refuse to comply Cooperative Agreements," which is published annually in with any (name of grantee) requests which would cause the Federal Register. (name of grantee) to be in violation of the FTA terms and conditions. 32. ADA Access Access for Individuals with Disabilities. The Recipient 31. DRUG AND ALCOHOL TESTING agrees to comply with 49 U.S.C. § 5301(d),which states the Federal policy that elderly individuals and individuals with Introduction disabilities have the same right as other individuals to use FTA's drug and alcohol rules,49 CFR 655,respectively,are public transportation services and facilities, and that special unique among the regulations issued by FTA. First, they efforts shall be made in planning and designing those require recipients to ensure that any entity performing a services and facilities to implement transportation safety-sensitive function on the recipient's behalf(usually accessibility rights for elderly individuals and individuals subrecipients and/or contractors)implement a complex drug with disabilities. The Recipient also agrees to comply with and alcohol testing program that complies with Part 655. all applicable provisions of section 504 of the Rehabilitation Second, the rules condition the receipt of certain kinds of Act of 1973, as amended, with 29 U.S.C. § 794, which FTA funding on the recipient's compliance with the rules; prohibits discrimination on the basis of disability; with the thus,the recipient is not in compliance with the rules unless Americans with Disabilities Act of 1990 (ADA), as every entity that performs a safety-sensitive function on the amended, 42 U.S.C. §§ 12101 et seq., which requires that recipient's behalf is in compliance with the rules. Third,the accessible facilities and services be made available to rules do not specify how a recipient ensures that its individuals with disabilities; and with the Architectural subrecipients and/or contractors comply with them. Barriers Act of 1968, as amended, 42 U.S.C. §§ 4151 et seq., which requires that buildings and public Explanation of Model Contract Clauses: accommodations be accessible to individuals with Collier County relies on the contractor to implement a drug disabilities, and any subsequent amendments to these laws and alcohol testing program that complies with 49 CFR or other laws pertaining to access for individuals with 655,but retains the ability to monitor the contractor's testing disabilities to the extent applicable. program; thus, the recipient has less control over its compliance with the drug and alcohol testing rules than it 33. ITS Standards does under option 1. The advantage of this approach is that Section 5206(e) of the Transportation Equity Act for the it places the responsibility for complying with the rules on 21st Century,Public Law 105-178, 112 Stat. 547,pertaining the entity that is actually performing the safety-sensitive to conformance with the National Intelligent Transportation function. Moreover,it reserves to the recipient the power to Systems Architecture and Standards. ensure that the contractor complies with the program. The All ITS projects funded with Mass Transit Funds from the disadvantage of. Option 2 is that without adequate Highway Trust Funds shall use applicable ITS standards monitoring of the contractor's program, the recipient may and interoperability tests that have been officially adopted find itself out of compliance with the rules. Packet Page -902- 10/22/2013 16.D.4. Exhibit Ia_ Federal Transit Administration Provisions CFDA 20.500 /20.507/ 20.526 through rulemaking by the United States Department of government agency administering the Contract, regarding Transportation(US DOT). such transactions. Accordingly, the Comptroller General and his 34. ARRA SPECIAL TERMS AND CONDITIONS representatives shall have the authority and rights as The American Recovery and Reinvestment Act of 2009, provided under Section 902 of the ARRA with respect to Pub. L. 111-5, (Recovery Act)was enacted to preserve and this Contract, which is funded with funds made available create jobs and promote economic recovery, assist those under the ARRA. Section 902 further states that nothing in most impacted by the recession, provide investments this Section shall be interpreted to limit or restrict in any needed to increase economic efficiency by spurring way any existing authority of the Comptroller General. technological advances in science and health, invest in transportation, environmental protection, and other infrastructure that will provide long-term economic benefits, stabilize State and local government budgets, in order to minimize and avoid reductions in essential services and counterproductive State and local tax increases. The Contractor shall comply with all terms and conditions in the Recovery Act relating generally to governance, accountability, transparency, data collection and resources as specified in Act itself and as discussed below. Registration Section 1512 provides that first tier Contractors of ARRA funds must register with Central Contractor Registration database (CCR). CCR registration can be completed at http://www.ccr.gov. CCR registration must be completed before the first quarterly Section 1512 report is due. Federal reporting on projects funded by the Recovery Act, will require contractors to report their DUNS number. The DUNS number is issued by Dun and Bradstreet. If you do not know your DUNS number, visit www.dnb.com and click on"D&B D-U-N-S Number"to obtain a number. Compliance with American Recovery and Reinvestment Act of 2009: This project is subject to the criteria and conditions of the Recovery Act of 2009 and shall satisfy the federal reporting requirements for the project(s),through monthly reports, for both the contractor and subcontractors. The Contractor shall provide the required information on form(s) provided by the County in the timeframe indicated in the instructions and shall further include these reporting requirements in all subcontracts. Authority of the Comptroller General: Section 902 of the ARRA of 2009 provides the U.S. Comptroller General and his representatives the authority: (1) to examine any records of the Contractor or any of its subcontractors, or any State or Local agency administering such contract, that directly pertain to, and involve transactions relating to,the contract or subcontract;and (2) to interview any officer or employee of the Contractor or any of its subcontractors, or of any State or Local Packet Page-903- 10/22/2013 16.D.4. EXHIBIT I: B PRIME Forms Due with Bid Package • Acknowledgement of Terms, Conditions, and Grant Clauses • Certification Regarding Debarment, Suspension, and Other Responsibility Matters • Collier DBE/MBE Participation Statement • Collier Bid Opportunity List • Collier Sublet List Additional Documents and Forms for Construction Projects Prior to issuing a "Notice to Proceed"to construction, additional submittals are required from the Prime and Subcontractors. • Collier DBE/MBE Participation Statement (updated) • Collier Sublet List (updated) • Statement of Pay Record During construction, additional submittals are required from the Prime and Subcontractors. • Subcontractor Payment Report • Wage and Hour Record During construction, the following form will be completed by the County Project Manager on a monthly basis: • Labor Standards Interview Packet Page-904- Sep. 27. 2013 4: 11PM h0 10/22/2013 16.D.4. Collier County Acknowledgement of Terms, Conditions, and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be forwarded to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (Ii) the subcontractor is bound by all applicable state and federal laws and regulations,and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor Is a minority vendor as defined in Section 288.703, Fla. Stat. • Grant Clauses On behalf of my fim,, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Cho nn e■ 5 n UCl-kal C- Date 1 D 11 1 3 Authorized Signature /. Address a y La , .. , e - e Ca+e Co(-a ` FL 33 ' oy Solicitation ) 3 ^ I log Contract# • 10/1/2012 Revision 2 1 Packet Page -905- 10/22/2013 16.D.4. Exhibit I B Federal Transit Administration Provisions CFDA 20.500/20.507 Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions For Quotes or Bids Greater Than $25,000 (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (I)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. �� aLtrt3L rA Q tL eel t N o°'r1 ( IS1Lvcr4/ N e Project Name tcs �01+1sb el /3 —6/67 Title Project Solicitation Number coNPIOS-0r47arcTio1TI Ile. S `I2K2.3658 Firm Tax ID Number 8211 L flYG S1 /2--223 — 2758 Street Address Duns Number 04P0-64.1L 1 fL 339y City, State Zip CCR Number Packet Page-906- 10/22/2013 16.D.4. ANTICIPATED DBE OR MBE PARTICIPATION STATEMENT Cr 10i Iar44 �.., laU .Sti ° i 9N. Sin 3 �d { DEPARTMENT NAME COLLIER CONTRACT#(IFB/RFP/PO) FUNDING SOURCE t. 1 �r Gl r y r & v ., pj-.:.- ' 'I I �F.21:i• u u, PRIME NAME PRIME FEID NUMBER CONTRACT DOLLAR AMOUNT Gonpn s� TIt..0 r, , c. IS THE PRIME A FLORIDA-CERTIFIED IS THE ACTIVITY OF THIS CONTRACT_. DISADVANTAGED OR MINORITY DBE? Y 60 CONSTRUCTION? BUSINESS ENTERPRISE MBE? Y CONSULTATION? Y (DBE/MBE)? OTHER? Y IS THIS SUBMISSION A REVISION? Y N IF YES,REVISION NUMBER ill ,l I�it a - I f1 rl _ � f Mar: .��y•j #1014 d 1 €� Te a 17�C py{'yl t 9 r : i X15, •,( " flGpyW�'e '6 C 4 F �N1Y M-de�� l jl 11 f I u• I .:� I G .x-s1f3 9L�C17 1 ( �u' It: �s i re�, �� �`� til - r DBE MBE I SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT • NAME SPECIALTY (See Below) DOLLAR AMOUNT DOLLARS DBE MBE DBE MBE DBE MBE I I I DBE MBE DBE MBE DBE MBE I TOTALS: lip h- �I�F'b�i. „„qq� _ _� �I�7 -'� � `Ri JI�� iJ•`T .,.z._I1:t•` ��':;•>� I ��.�-'a l��) .,. re h4 _ =`"F".•- i.::SIX,�, .° �I(�I,.r l.. - 'I Y.,-. � MII. . -1 F h 0 f � ..ss�+.•a.,—�».a!'.� t j NAME OF SUBMIITER DA // TITLE OF SUBMI/TTER D9v D�,V6� S/ 3 Vic PA-6Sl/�lill► _ EMAIL ADDRESS OF PRIME(SUBMITTER) TELEPHONE NUMBER FAX NUMBER LL 231-Sy2-7/1$ 23q VOn.I v62 t Cvn XPk� •l lytivcT,.t(.p NOTE: This information is used to track and report anticipated DBE or MBE participation in federally-funded contracts. The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract,the prime will be asked to update the information for the grant compliance files. Bladt Amertcart BA Hispanic American HA Native American?:' NA Subcont.Asian American SAA Asian-PacifacAmerican'.;. = APA Non-Minority Women NMW 'Other:not:Of any other grpup-Ilsted.L: li Packet Page-907- 10/22/2013 16.D.4. STATE.OF FLORIDA DEPARTMENT OF TRANSPORTATION 27S-030.10 CONSTRUCTION CONTRACTORS EQUAL OPPORTUNITY oc BID OPPORTUNITY LIST • Please complete and mail or fax to: Equal Opportunity Office 605 Suwannee St., MS 65 Tallahassee, FL 32399-0450 TELEPHONE: (850)414-4747 FAX: (850)414-4879 This information may also be included in your bid or proposal package. Prime Contractor/Consultant L.c;mil 3 a5S 1 1c t��1 4 ti i c.4 .or,, T c Address/Telephone Number: 90N `•Q rau, tit' } CO.() ( rf . F a3 q)5- -1\\ Bid/Proposal Number: 1 3 - (e( l.oq Quote Submitted MM/YR: Ol ! D 1 3 49 CFR Part 26.11 requires the Florida Department of Transportation to develop and maintain a"bid opportunity list."The list is intended to be a listing of all firms that are participating,or attempting to participate,on DOT-assisted contracts.The list must include all firms that bid on prime contracts,or bid or quote subcontracts and materials supplies on DOT-assisted projects, including both DBEs and non-DBEs.For consulting companies this list must include all subconsultants contacting you and expressing an interest in teaming with you on a specific DOT assisted project. Prime contractors and consultants must provide information for Nos.1,2,3 and 4 and should provide any information they have available on Numbers 5, 6,7,and 8 for themselves, and their subcontractors and subconsultants. 1. Federal Tax ID Number: 'I IO-t 5.11(z 00 6. ❑ BE 8. Annual.Gross Receipts 2. Firm Name:LJ 1 I cICcx-4- j i ci i tt tt-4-t 0 r) LI,L. Non-DBE ❑ Less than Si million 3. Phone: X39-(9a tr; - i Li to I ` ❑ Between$1 -$5 million 4. Address: 311 D la na O ❑ Between$5-$10 million t�1k_\e PL. I t t n 7. Subcontractor ❑ Between$10-$15 million Subconsultant ❑ More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number.'v - O 11-1q 3 6. ❑ DBE 8, Annual Gross Receipts 2. Firm Name: J-Aki Sf re( Crectir r\ Ing Non-DBE ❑ Less than$1 million 3. Phone: . 3 - 3-11• ci 33 0 Between$1 -$5 million 4. Address: tc cfinl 5 t('i-i-t'r i C t S C +v( ❑ Between$5-$10 million Nn {V-, F r , tt1\. CS FL 7. ,E Subcontractor ❑ Between$10-$15 million 9 1,9 II ❑ Subconsultant 0 More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number:.59- i N k-51 3 6. 31 DBE 8. Annual Gross Receipts 2. Firm Name: 14i,n ('ktn.}i"iing Co ri�w'nfrL�„In Non-DBE ❑ Less than$1 million 3. Phone: 4 3q - : Z IL4 41 ❑ Between$1 -$5 million 4. Address: II tc- I C t•ro i't4t4a9 ❑ Between 55-$10 million . N t rrs r L -33`f t e t 7. , Subcontractor [3 Between$10-$15 million ❑. Subconsultant ❑ More than$15 million 5. Year Firm Established: Packet Page -908- 10/22/2013 16.D.4. STATE OFFLORiCACEPARIME to-OFTRANSPORTAI7+J 77:410110 CONSTRUCTION CONTRACTORS EQUAL O PORTUNf TOFFFIICCEE BID OPPORTUNITY LIST 1. Federal Tax ID Number: (1-310415\4 5. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: R t 0 Corsi i-vir"rian off-t-iuy4aQ Non-DBE ❑ Less than$1 million 3. Phone: ;;3q-31'- -1 et L. ❑ Between$1 -$5 million 4. Address: I cc/0 6.C i t-'J e\CL r,8 ) J Q. ❑ Between$5-$10 million c-Or t- )--1/4v c S -L. V-49 n1 7. 31 Subcontractor ❑ Between$10-$15 million ❑ Subconsultant ❑ More than$15 million 5. Year Firm Established: 1. Federal Tax ID Numbfr:45-Or1 t �S'V 2- 6. 2 DBE B. Annual Gross Receipts 2. Firm Name: lU. MC nieI rocsA r'U c.f-rce, 3 Non-DBE ❑ Lessthan$1 million 3. Phone: )39 - 1433 - 3 n-1 a ❑ Between$1 -$5 million 4. Address: ''n 1l7 Su pp 14 sari v r.. ❑ Between$5-$10 million ►- F • N`k t'N r F l 3 1 I A, 7. _ Subcontractor ❑ Between$10-$15 million ❑ Subconsultant ❑ More than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: .�?tr -31 gtD1'Oq 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name:t,+ et4 r ' I;.LY,1e5 'r'1cnr Coveri:ti5 Non-DBE 0 Less than$1 million 3. Phone: 3Ei - ,V. Lei --1 ■nr'rti ❑ Between$1 -$5 million 4. 6ddress: 1'?q I Sttpi,It, 1 r',.j4' ❑ Between$5-$10 million I' • NA ti t'r<, CL A:`i I f,. 7. 8 Subcontractor ❑ Between$10-$15 million Subconsultant ❑ More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: -O3O('OOO 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name:3Q MSS - F'ct tnt-snrt r D ci;;..,,E,1 Non-DBE ❑ Less than$1 million 3. Phone: .. .361-y'4 a - t n- -1 ❑ Between$1 -$5 million 4. Address: _ IC,p lr,r, i)nvctrIt:L. :clr1Ct, ❑ Between$5-$10 million t>n,1,- , Pi('t'' M Li es-5, EL 7. ❑ Subcontractor ❑ Between$10-$15 million 33 cl t ', D Subconsultant ❑ More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: -. L Oct ii'c9t. 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: N P�Oft-, i r ('n hC4i , El Non-DBE ❑ Less than$1 million 3. Phone: ,,3`T-Z t, 1 - 5(r to n "r.n� ❑ Between$1 -$5 million 4. Address: 1 731, A 1+r c (U)A-c c- ❑ Between$5-$10 million pci' '+ . t-i i er---; c t. 7. ,Fl Subcontractor ❑ Between$10-$15 million 'i L-i ❑ Subconsultant ❑ More than$15 million 5. Year Firm Established: Packet Page-909- 10/22/2013 16.D.4. STATE OF FLORIDA CEPARTMIEt}T CF TRANSPORTATION 775-630 40 CONSTRUCTION CONTRACTORS EQUAL cPPOr%TLItSTY OFFICE: twoe BID OPPORTUNITY LIST 1. Federal Tax ID Number.5I- 1cc1 D1r7to 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: RPr� ti M t�n-F LI�( tC CO.,-=nc0 Non-DBE ❑ Less than $1 million 3. Phone: .7 q.( 4 2 -1-41 ., ❑ Between 51 -55 million 4. Address: zl�"i1i 1-1t real l 1-,lc.,ANA' , ❑ Between 55-510 million “ +r e , t-+(p i?4 F L 7. .1 Subcontractor ❑ Between 510-$15 million 44 1 ru-i ❑ Subconsultant ❑ More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: Sic- 03=96 t'-(9 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name:( ti if (005 ire- 5!cu:ct3t,A g Non-DBE ❑ Less than$1 million 3. Phone: - 03,1 5 714-1 q 4) ❑ Between$1 -$5 million 4. Address: 1'7 Se . i St- S i r t•r''1' ❑ Between$5-$10 million rope (0fn.\ f1 .2 c'rrwl 7. 0 Subcontractor ❑ Between$10-$15 million ❑ Subconsultant ❑ More than 515 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE 0 Less than$1 million 3. Phone: ❑ Between$1 -55 million 4. Address: ❑ Between$5-510 million 7. ❑ Subcontractor ❑ Between$10-515 million ❑ Subconsultant ❑ More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE ❑ Less than$1 million 3. Phone: ❑ Between$1 -$5 million 4. Address: ❑ Between$5-$10 million 7. ❑ Subcontractor ❑ Between$10-$15 million ❑ Subconsultant ❑ More than 515 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Nan-DBE ❑ Less than$1 million 3. Phone: ❑ Between$1 -$5 million 4. Address: 0 Between$5-$10 million 7. ❑ Subcontractor ❑ Between$10-$15 million ❑ Subconsultant ❑ More than$15 million 5. Year Firm Established: Packet Page-910- 10/22/2013 16 D 4 z § z 0 ! ! Si( § � � } 7f� § 8a : g # � 2 "5 ! = a ! R§ | 77 ■ _ § ; « , !■ | ; , ! kk � ! §It ; z k _ [f !k % !§ ! = 7 o ( }}� \ 7 k ; ! r. ! ! . \ \ \ l ! % CO .. :1— ! , \V) a2 §.1 § ƒO E. r-, r-. e ! ,7 § § ( f! \\ «\ «|V J }{ U. § E !! § : �a; co E � 2 V ) � \ - ` z k k21 § $ § ƒ !k % ! t k }k \\ \ 2 2tE ; ; ! $ k 1111 a - e5 ; )• ! \ / / - - }l \ \ 2 a § 3 q_o a � , a Packet Page-911- 10/22/2013 16.D.4. STATEMENT OF PAY RECORD (To be obtained prior to the first day workers are present on the project for any new Contractors/Subcontractors) CONTRACTOR/SUBCONTRACTOR NAME: Financial Project Number Project Name Anticipated First Day of Project Activity: Pay List Example Dates of Period/ Most Recent Pay Period Pay Date Circle A Day Of The Week: and Pay Date Example Pay Period Begin: BEGINS Sunday Monday Tuesday Wednesday Thursday Friday Saturday Example Pay Period End: ENDS Sunday Monday Tuesday Wednesday Thursday Friday Saturday Example Pay Date: PAY DATE Sunday Monday Tuesday Wednesday Thursday Friday Saturday All laborers employed or working upon the site of work of this Federal-Aid project will be PAID not less often than once per week. The Prime Contractor shall furnish their payrolls and the payrolls of all subcontractor(s) on a weekly basis. Payrolls are due within 7 days after the pay date for that contractor/subcontractor. Each payroll shall include: 1. Statement of Compliance 2. Payroll Record 3. Detail of all wage deductions by type and dollar amount FDOT Form No.700-010-60 may be used to submit Certified Weekly Payrolls. While this specific form is not required,ALL of the information requested on this form is required to be submitted. Timely submissions will be monitored based on the information provided. Provided by: Print Name Title Date • Packet Page-912- 10/22/2013 16.D.4. vt a ,? "0 o y O aJ •L a $ = u a v a a a Q c A 5 Y — IA lil. VI m m Y Y i C as Q N N W u N 3 a R G 7 .E O c c ba m h o Z Om 5 O E 7 ar u I' 2 a Z5 • m CI ....c .1". E « « O O O_ V C C C co O ` a 01 a C 0 a 'u C 0 ra �, a Ili E vii > ,n 0 ro N C O c O z f0 ?, 7 y ..-+ ❑ O.U w a`+ ca U O d v.) C 73 o F■• L U 4.C' 0 Z a. `^ u `- " ' d W a ❑ B E v o co 0 Ce 34 l9 h- .. N Y c C F- Q ° in o 'U $ ° o z a O m z 2 3L ci 10 0.3 0 0.3 w O U L til fill a. � ,p v CL• IlS b —m Ly W a. U 0 O m C a N 4- O C u ❑ E Y m F- a W L a o C .0 ^ a Z q 0 : C C r4 3 d ,1 o W 0 !W- h cc fl E o °• °.c —m a cc )y 0 d ❑ v) d c a v �° E LU v) J ❑ C m s E c "' c L m V u Z 'a 't a i a C . v O ›` c z• ¢ A c >r Q Ti O. a1 a , al c u1 Z C cag Tv E E E in a w T a O a ` I— w al• L Z L u Q a7 M aJ Q O 4 C C C O C L Y Y .D T M c al Q .0 E m - u ' n O O O a., al Ti T O �, ci C n IV v d E o c o m - 0 O 11 rte-+ ' E Q E o e`a 4.- - c L y n d Q w v a d 3 O O 0 C > o c 5. of OO c c c < E « z = > L o4 3 Q CC w E E E . t O m Q Q Q o ° u c o L ❑ IL aJ . (a aJ 4u m Z as (0 00 f0 O c U VI 0 0 O O O 0 0 3 o Ou Z ❑ ❑ ❑ H a+ ro yG ui Ci"5 W '2 d0 0 cci t > C a m « O c E o .0 N a 0 i a a) c « a > U m Q Q QJJ LO .1. e-1 N - L O L > O " « CO E TA c c 6. E u-, O u 1 I— O «+ 'p m 00 C z ❑ on O E « N O co i O U 0 m a) +O+ > « c O 'O aJ a) •5 E a �0 U m O 0. d O E m co +a E E > cC > D_ CO ... Z cn (0 c Z v m E Packet Page-913- 10/22/2013 16.D.4. W WIC 0p o `" W o >z pp2H z � � No a W = d M w = I1_ ct J¢ Z OZZO 0 QOUXW N WO O - 0Z O CD W O 0 —1 40 W iz 5 r O Ce U o � 0 � 0 u. H J Q OOLL LL2 I— JN ° o W Z O a I= = Q ° UJ fM U C liZQZF-W w Z 12ZpMM W W z o cc U) = N _U . z W H W = O l = CI i 13c Z 0 � J � �_ y� �` > C U 9 M O O L.1 m C < E �i W °m m ErC o 21 ° m c a cry c 0 n {' W o m _ 3 T a a $ m m 3 m d m m m m a E E a -a a E ; '-'1: �C 3 a 1 -c. m m .� y m i0 0 ° a v S Q� 'p m .o 43 p Z e 8 m o 'S v Q ~ ` d C �` QC1 L" C C m N m m L m m a O $° E �i pp4 m QUL LL L�' m m a C ((y� m m y 5 W m Dy W L m W -d Z U a u ,4 O C L -° 1 m .0 U T C t .� a 01 m 'n ju G .p 0 o m `m 5. Q a ° m` c E 0 -12 :g' 2 '?' T o ' I' o w a m 0 E ° y v c v t 28 _„1 >, Z §` m` ° > a c $ c m m d m ry 6 m O y m 0 0 O "3 a v C .g O a K «°t O N = m co c % c 0 c' S E g n of a 2 E o N Q m m m s m t '173 Y t U 1 v u m n a c < a n v a o c a axi U ..c C m O v $ m n m m o t O E O 2. C 0 a ° v m o L a --+ a Q c § 3 to m 8� 2 ` 8 a v a c c c z ° '' o S = _ E m E 2 `'' m m Q ¢ Lc =m ° a O A C ` N nN C m ° L C m O 8 O w a 9 d n a zv � m "3 m m am � W o O E c ° v° c - n € 3 . E w c y ' a w 0 o m ° o r E C m v t o m o m 2 — 9 y g c" m 5 m 9, § -° m W ? m E w m H "` =U $ C E A 0 m m c c6 ,g f m (9 a d t 2 'c ° c es m E m 9 o 5 vi T -t a v g m t 0 m L W _ a s 3 8 a c m N m m m d y CL C g L . a 0 ? o cA a C 0 c m N a d W 0 co CO w w r o C ° 20. 7, 06- E3 m w a m m O � C N 2 m U m m m E m m W W o a a ›. MI m .1 m . h io m it y m = _ 5 ' m a 4 Ca H m 5 o .g o c m F pp m m CJ N m u y e a ,0 N' d m m V a $ 4 - m_ �- m w _ m £ m o ,� tc .c ET m E W $ m d m -1 C t W z U m a).0 b T ' m m C G CU s m j C •O B � t. r 112 m co m ; v cn N E a _ ' $ 0 co $ L c 0 .o 3 w v Q Packet Page-914- 10/22/2013 16.D.4. E m P d o m o g — — a r v a A`Y Z w w w w w w w wl w on w m o o a o O 0 o S e o O c o e o 0 0 o c c o 0 0 _ O w N w w « w w w w w w a, c o g r 9 O EN 3 O ". ..t f m m t u 8 s'p y g s 0 m U 3 3 m ■ 0 $ ° x 0 U U LL I ,_�' a�'° o' oI 0 0� 1 of 01 o; e1 0( 00 C^o "a m g °1 °.1 °•I °•1 °•7 c1 e� of c1 0. ._ • o OI OI di O: dl OI co. O! O: O C '74+ O O O - S O S O O O O O 9 G x w O o O O O O o co o O O Cl LL 4 . L O O O O O O O O O O O O O O O O O O O O CO e o 3 0 0 0 0 0 R. o e e o 0 0 0 0 0 0 0 0 0 0 0 0 " 1-1 O o 0 0 0 0 o G o O o 0 o e O O O O o o 00 w R 0 . 13 c l0 A f6 a v o m 01 m O w O m o on 0 on O` m 0 m 0 m 0 a 0 on E Itw e c _m e ,.-,-vA `o x u LL o d i 1 I j I 1 1 I I I I I I I Q S S I ( I j j I 1 -a f j c W C ( ! i ( 1 1 ! 1 i L M 2, - el o �Ca I =' ' . :_5e- . a - »E = S. s E CD u _ Y omS- M a a g4- a Packet Page -915- 10/22/2013 16.D.4. O c p q pO O O O O O O O O O O O O O o o O d O o 0 m e !- _ 0 . . . .. . . . . . . . . . . . . . . . . . . . . 27, 3 O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 d U a 1-o Q w N .ii art . . . . . w V/ a 401 Y/ w en .n mi. Ui w r1 w am O O O N o 0 - • . U 5 _. I C m Z m m G5 m o s n E m . o 'Cu d c ° m o U N V , 2 d a o m r 0 0 E m m y P. I ° r.422 e m c ' 6 c m x o .c . .00 m m c E Q . °1* u 2 I LU LL 'D x 1 ` m � m 3 a `o a m m n A H L I 0 CD 43 N C, 0 t a Z nm au 5 a 0 u w , , Packet Page-916- 10/22/2013 16.D.4. m e i 1 m w = . . . . 0 . 00000 . 00 . 0 . 0 . 0 . 0 (0 0..— ! I , w 0 0 0 0 0 0 0 0 0 0 0 o o G o 0 0 0 0 0 0 0 61 o c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 2° m Q . . . . . . . . M M M► Y! N M w fA a 4fi N w r► LL 0 N 0 CO V — 0 DI 23 al N ).. Z �, O U 0 ao 0 o 0. Lb C 0 ID a7 ` a) m a c 1i os e 0 e 0 0 E m o N e a ■a i Et m e a 0 0 c it b z -- L. ii 0 4 q ) u LL cm b w m 0 m 0] d m C ti fa o 0. I L E Z to E a a m o W Packet Page-917- 10/22/2013 16.D.4. LABOR STANDARDS INTERVIEW CONTRACT NUMBER EMPLOYEE INFORMATION LAST NAME FIRST NAME MI NAME OF PRIME CONTRACTOR STREET ADDRESS NAME OF EMPLOYER CITY STATE ZIP CODE SUPERVISOR'S NAME LAST NAME FIRST NAME MI WORK CLASSIFICATION WAGE RATE CHECK BELOW ACTION YES NO Do you work over 8 hours per day? Do you work over 40 hours per week? Are you paid at least time and a half for overtime hours? Are you receiving any cash payments for fringe benefits required by the posted wage determination decision? WHAT DEDUCTIONS OTHER THAN TAXES AND SOCIAL SECURITY ARE MADE FROM YOUR PAY7 HOW MANY HOURS DID YOU WORK ON YOUR LAST WORK DAY BEFORE TOOLS YOU USE THIS INTERVIEW? DATE OF LAST WORK DAY BEFORE INTERVIEW(YYMMDD) DATE YOU BEGAN WORK ON THIS PROJECT (YYMMDD) THE ABOVE IS CORRECT TO THE BEST OF MY KNOWLEDGE EMPLOYEES SIGNATURE DATE (YYMMDO) SIGNATURE TYPED OR PRINTED NAME DATE (YYMMDD) INTERVIEWER INTERVIEWER'S COMMENTS WORK EMPLOYEE WAS DOING WHEN INTERVIEWED ACTION (If explanation is needed,use comments section) YES NO IS EMPLOYEE PROPERLY CLASSIFIED AND PAID? ARE WAGE RATES AND POSTERS DISPLAYED? FOR USE BY PAYROLL CHECKER IS ABOVE INFORMATION IN AGREEMENT WITH PAYROLL DATA? YES El NO COMMENTS CHECKER LAST NAME FIRST NAME MI JOB TITLE SIGNATURE DATE (YYMMDD) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1445 (REV.12-96) Previous edition not usable Prescribed by GSA-FAR(48 CFR)53.222(g) Packet Page-918- 10/22/2013 16.D.4. EXHIBIT J: TECHNICAL SPECIFICATIONS Refer to information posted at: http://bid.colliergov.net/bid/ and titled: Not applicable to this project 89 Construction Services Agreement:Revised 07012013 Packet Page-919- 10/22/2013 16.D.4. EXHIBIT K: PERMITS Refer to information posted at: http://bid.colliergov.net/bid/ and titled: Not applicable 90 Construction Services Agreement:Revised 07012013 Packet Page-920- 10/22/2013 16.D.4. EXHIBIT L: VERTICAL STANDARDS See Exhibit L attached 91 Construction Services Agreement:Revised 07012013 Packet Page-921- 10/22/2013 16.D.4. COLLIER COUNTY DEPARTMENT OF FACILITIES MANAGEMENT VERTICAL STANDARDS FOR COLLIER COUNTY GOVERNMENT BUILDINGS June 1,2013 July 25,2012 November 30,2011 June 24,2011 Revised 2/10/2011 Revised 01/31/2011 Revised 11/2/2010 Revised 3/1/10 Revised 11/13/07 Revised 9/28/06 Table of Contents DIVISION 1 —GENERAL REQUIREMENTS 4 010000—GENERAL PROVISIONS 4 010020—SPECIAL DESIGN REQUIREMENTS 5 014200—REFERENCED CODES AND STANDARDS 8 017700—CLOSEOUT DOCUMENTS 8 017839—PROJECT RECORD DOCUMENTS 9 017823 —OPERATION AND MAINTENANCE DATA 9 DIVISION 2 —EXISTING CONDITIONS 10 022600—HAZARDOUS MATERIAL ASSESSMENT 10 023200- GEOTECHNICAL REPORTS 10 024200—SALVAGE 10 DIVISION 3 —CONCRETE 10 030000—GENERAL 10 030010—DESIGN REQUIREMENTS 10 033000—CAST-IN-PLACE CONCRETE 11 033010—CONCRETE WALKWAYS 11 DIVISION 4—MASONRY 12 040000—GENERAL 12 042000—UNIT MASONRY 12 DIVISION 5—METALS 12 050000—GENERAL 12 DIVISION 6—WOOD AND PLASTICS 13 061000—ROUGH CARPENTRY 13 062023—FINISH CARPENTRY 14 064023 —CASEWORK 14 DIVISION 7—THERMAL AND MOISTURE PROTECTION 15 070000—GENERAL 15 COLLIER COUNTY VERTICAL STANDARDS PAGE 1 NOVEMBER 30, 2011 Packet Page-922- 10/22/2013 16.D.4. 072100—INSULATION 16 072419—EXTERIOR INSULATION FINISH SYSTEMS EIFS 16 075100—BUILT UP ROOFING 16 075216—SBS MODIFIED BITUMEN ROOFING 16 075323—EPDM ROOFING 17 076100—METAL ROOFING 17 076200—METAL FLASHING AND ACCESSORIES 18 077200—ROOF ACCESSORIES 18 079200—JOINT SEALANTS 19 DIVISION 8—DOORS AND WINDOWS 19 080000—GENERAL 19 081113—STEEL DOORS AND FRAMES 19 081416—PLASTIC LAMINATED FLUSH WOOD DOORS 20 083113 —ACCESS DOORS 20 081116—ALUMINUM DOORS AND FRAMES 21 083323 —OVERHEAD COILING DOORS 21 085113 —ALUMINUM WINDOWS 21 086200—ROOF SKYLIGHTS 22 087100—DOOR HARDWARE 22 088000—GLAZING 23 089000-LOUVERS AND VENTS 23 DIVISION 9—FINISHES 24 090000—GENERAL 24 092400—PORTLAND CEMENT PLASTER 24 092900—GYPSUM BOARD ASSEMBLIES 25 093013—CERAMIC TILING 25 095123—ACOUSTICAL TILE CEILINGS 26 096500—RESILIENT TILE FLOORING 27 096513 —RESILIENT WALL BASE AND ACCESSORIES 27 096812—TILE CARPETING 27 096816—SHEET CARPET 27 097200—WALL COVERINGS 29 099100—PAINTING 29 DIVISION 10—SPECIALTIES 30 100000—GENERAL 30 101400—SIGNS 30 102113 —TOILET COMPARTMENTS 31 102800—TOILET ACCESSORIES 31 102810—MIRRORS 32 104300—EMERGENCY AID SPECIALTIES 32 104400—FIRE EXTINGUISHERS AND CABINETS 33 107100—STORM PANELS 34 DIVISION 11 —EQUIPMENT 34 110000—GENERAL 34 112423—WINDOW WASHING EQUIPMENT 34 DIVISION 12—FURNISHINGS 34 COLLIER COUNTY VERTICAL STANDARDS PAGE 2 NOVEMBER 30, 2011 Packet Page-923- 10/22/2013 16.D.4. 120000—GENERAL 34 120010—OFFICE FURNITURE 35 124800—RECESSED FOOT GRILLES 35 DIVISION 13 —SPECIAL CONSTRUCTION 36 130000—GENERAL 36 133419—METAL BUILDING SYSTEMS 36 DIVISION 14—CONVEYING SYSTEMS 36 140000—GENERAL 36 142000—ELEVATORS 36 144000—WHEELCHAIR LIFTS 38 DIVISION 21 —FIRE SUPPRESSION 38 211100—FIRE SUPPRESSION SPRINKLER SYSTEM 38 DIVISION 22—PLUMBING 38 220000—GENERAL DESIGN REQUIREMENTS 38 221000—WATER DISTRIBUTION PIPING 40 224000—PLUMBING FIXTURES 40 224010-WATER HEATERS 41 DIVISION 23 —HVAC 42 230000—GENERAL 42 230010—MECHANICAL SYSTEM DESIGN REQUIREMENTS 42 230020—AS-BUILT DRAWINGS 43 230021 —FINAL CLEANING AND ACCEPTANCE 43 230548—VIBRATION AND NOISE CONTROL 44 230553 —MECHANICAL IDENTIFICATION 44 230563—ANTI-MICROBIAL TREATMENT 44 230593—TESTING, ADJUSTING,AND BALANCING 45 230713—DUCT INSTALLATION 45 232300—REFRIGERANT PIPING 45 233113—METAL DUCTWORK 45 233116—FIBROUS-GLASS DUCTWORK 46 233233—PLENUM RETURN SYSTEMS 46 233346—FLEXIBLE DUCTS 46 234000—AIR FILTERS 46 236400—CHILLER EQUIPMENT AND PIPING 46 236500—COOLING TOWERS 48 237300—SPLIT— SYSTEM HVAC UNITS 49 237400—ROOFTOP UNITS 49 238400—DEHUMIDIFICATION EQUIPMENT 50 DIVISION 25 —INTEGRATED AUTOMATION 50 255000—HVAC CONTROLS 50 DIVISION 26—ELECTRICAL 51 260000—GENERAL 51 260010—AS-BUILT DRAWINGS 52 260020—RENOVATION AND RETROFIT WORK 52 260030—SPECIAL EQUIPMENT ROOM REQUIREMENTS 52 260040—IDENTIFICATION 53 COLLIER COUNTY VERTICAL STANDARDS PAGE 3 NOVEMBER 30, 2011 Packet Page-924- 10/22/2013 16.D.4. 260500—CONDUCTORS AND CABLES 53 260526—GROUNDING 54 260536—CABLE TRAYS 54 260620.16—DISCONNECT SWITCHES AND CIRCUIT BREAKERS 54 260620.26—DEVICES 54 262200—TRANSFORMERS 56 264100—LIGHTNING PROTECTION 56 264300—TRANSIENT VOLTAGE SUPPRESSION 56 265100—INTERIOR LIGHTING 56 265200—EMERGENCY LIGHTING 56 265300—EXIT SIGNS 57 265600—EXTERIOR LIGHTING 57 DIVISION 27—COMMUNICATIONS 57 272000—INFORMATION TECHNOLOGY (IT) 57 272010—FIBER OPTIC LINES 58 273000—TELEPHONE SYSTEMS 58 274000—CABLE TV SYSTEMS 58 DIVISION 28—ELECTRONIC SAFETY AND SECURITY 58 281000— SECURITY ALARM 58 282300—CCTV VIDEO SURVEILLANCE 59 283100—FIRE ALARM 59 DIVISION 31 —EARTHWORK 60 310000—GENERAL 60 312000—GRADING 61 DIVISION 32—EXTERIOR IMPROVEMENTS 61 329300—LANDSCAPING 61 PROJECT CHECKLIST 62 PROJECT DATA FORM 63 1998 SPACE ALLOCATION AND UTILIZATION PLAN 65 DIVISION 1 —GENERAL REQUIREMENTS 010000—GENERAL PROVISIONS A. The Department of Facilities Management is assigned the responsibility of publishing building standards that are to be followed by all Departments and design teams. Any exceptions to these standards must be approved in writing by the Facilities Management Department.All construction design drawings are to be approved by the Facilities Management Department prior to commencement of the project. The Department responsible for the construction of the project will invite the Facilities Management Department to visit the site during the construction phase to insure that the County Standards are being followed. B. These guidelines shall be considered minimum standards which do not relieve the Design Professional or Contractor from mandatory code compliance or coordination with specific project requirements. These standards may be used COLLIER COUNTY VERTICAL STANDARDS PAGE 4 NOVEMBER 30, 2011 Packet Page -925- 10/22/2013 16.D.4. only as the basis for specifications written for specific County projects. No portion of this document may be copied and used as the sole specification for any project. C. Green Design: The Design Professional shall incorporate sustainable design features into all new projects and major renovations. These design features must include:Bicycle racks,bus shelters when appropriate,operable windows when appropriate, energy efficient appliances and equipment,placement of trees to reduce solar heat gain, orientation of structures to reduce solar heat gain, structural shading whenever practical, and other similar energy saving features. D. Design Professional will design to a"Green Standard", minimally to a"certified green" level. Design Professional shall deliver contract documents including design and specifications for LEED certified projects(s)when required by the RFQ,preliminary design program, or contracts. LEED target level (gold, platinum, etc)and specific recommended LEED points shall be reviewed with and approved by Facilities prior to completion of required written design program. 010020—SPECIAL DESIGN REQUIREMENTS A. The Design Professional shall complete a Project Data Form for each project. The Project Data Form shall include the following information: 1. Name of Project 2. Address or Location of Project 3. Enclosed S.F.Area Tabulation listing all floors and total 4. Project Budget 5. Summary of Program Requirements 6. Project Checklist The Project Checklist must be reviewed with the Facilities Management Project Manager. A copy of a sample Project Data Form and Checklist is attached to the end of the Vertical Standards Document,and may be expanded as needed to suit the project. The Project Data Form must be submitted to the Facilities Management Department with a written Program for each project. The form shall be updated at the completion of Schematic Plans, Design Development Plans, Construction Documents, and Closeout Documents. B. All new public safety facilities(EMS,Fire, Sheriff, Designated Shelters, Public Utilities, Emergency Management,etc.) shall be designed to meet the following minimum standards: 1. All public safety building structures shall be designed to withstand wind pressures resulting from not less than 140 mph winds(fastest mile), or 160 mph 3-second gust. COLLIER COUNTY VERTICAL STANDARDS PAGE 5 NOVEMBER 30, 2011 Packet Page-926- 10/22/2013 16.D.4. 2. Components,cladding, doors,windows, and opening protection coverings used at new public safety buildings shall be designed to withstand wind pressures resulting from not less than 140 mph winds(fastest mile). All openings shall be protected to withstand impacts from wind-borne debris in accordance with FBC section 1606.1.4 except test or design velocities shall be increased 25%. 3. The finish floor elevation of all public service buildings, including vehicle bay areas, shall be not less than 12" above the base flood elevation established by FEMA unless specifically approved otherwise by Facilities. 4. The first floor elevation of all enclosed portions of public service buildings used for offices, habitable areas,or essential equipment and maintenance areas shall be raised or flood-proofed to a height not less than 36" above the base flood elevation established by FEMA. 5. The Contractor shall furnish the County a signed and sealed Flood Elevation Certificate certifying the finished floor elevations for all new construction and leased property. C. Johnson Controls is the County approved sole source provider for security and building automation control systems. D. Building Automation Metasys System 1. Johnson Controls Metasys shall be provided in all new buildings, subject to a case by case review considering building size and location 2. It is the responsibility of the controls contractor to install and set the alarm set Points under the direction of Facilities Management. 3. At projects with lift station(s), emergency generators, computer room A/C and large UPS systems are installed and where a building automation system is provided,the critical alarms for each piece of equipment shall be monitored remotely. E. Card Access 1. Card access shall be installed on new buildings constructed as directed by FM staff. All components of the system shall be backed up with a "building" UPS if available or, if not, a single UPS dedicated to the security and BAS systems, and by the generator if a generator is available. Provide proximal readers with keypads if required. Contractor is responsible for programming back to the operations center. Contractor shall provide at least 2 HID cards for person in the projected staffing of the building. COLLIER COUNTY VERTICAL STANDARDS PAGE 6 NOVEMBER 30, 2011 Packet Page-927- 10/22/2013 16.D.4. 2. Doors controlled by card access will use County approved subscription service Cylinders supplying two (2)keys per door. 3. Any door controlled by card access during a construction or remodel project shall have a subscription key on the lock according to the CC Standard Key System, with a copy inventoried electronically at the operations center. 4. Card readers shall generally be HID ProxPro 5355. Specialty readers of biometric units may be required on some facilities. Installation shall be compatible with and integrated into the existing JCI Pegasys system at Collier County Building W. F. FD Lock Box 1. A Fire Dept. approved lock box shall be installed in close proximity to the front door. G. Emergency Call Boxes 1. Provide"Code Blue"assistance box where designated by FM Security Staff. The assistance box SHALL be furnished with a standard blue exterior for easy, visual identification. H. CCTV 1. Each building will have appropriate CCTV coverage as directed by Facilities Management. Uninterrupted Power Supply (UPS) systems,when required on a project, shall be monitored with existing software in the Facilities Management Operations Center in Building W. Monitoring shall be compatible with the Eaton Cellwatch System. J. Commercial recycling is mandatory in Collier County. To that end, any area that would generate recyclable materials should have sufficient space to place a suitable container to handle the type and quantity of waste generated. Typical examples would be large trashcan near copiers and a metal/glass/paper separator in break or lunch rooms, etc. Design Professional shall consider locations of trash receptacles,recycle bins, and dumpsters to facilitate ease of use. K. Design Group shall provide a color rendering for building projects of$1,000,000 or larger, unless directed otherwise by FM staff. Rendering shall be matted and framed to match existing projects. 1. Frame size: 24"x 36" COLLIER COUNTY VERTICAL STANDARDS PAGE 7 NOVEMBER 30,2011 Packet Page-928- 10/22/2013 16.D.4. 2. Frame finish: Chrome,polished face,brushed sides 3. Matt color: Match existing, unless directed otherwise by FM staff 4. Provide digital copy of rendering, 600 dpi, in TIF,BIM,and CAD format. 5. Deliver rendering and digital copy to Facilities Management prior to completion of Construction drawings. 014200—REFERENCED CODES AND STANDARDS A. All buildings must be designed to meet all ADA standards as they apply to government buildings. 1. FM policy encourages user-friendly design with accessibility features above the minimum level of standards established by the ADA. a. Provide automatic door openers at main entrances of new and renovated public buildings, ie. Tax Collector, Elections,etc. b. Provide areas of refuge at each stairs. B. All work installed is to comply with the latest Florida Building Code and all Federal, State, and Collier County Ordinances and Codes legally adopted by the authorities having jurisdiction, including applicable appendices and editions. In case of differences between these Codes,the most stringent shall govern. C. All work shall comply with applicable portions of the Referenced Standards listed in the FBC including but not limited to AAMA,ACI, AISC, ANSI, ASCE, ASHRAE, ASTM, FM, GA, OSHA, SJI, LEED, USGBC,ADA,IES, and UL standards. D. All work shall comply with the latest edition of all adopted Collier County Ordinances and Land Development Codes. E. It is the responsibility of the Design Professional to contact the appropriate Authority having Jurisdiction (AHJ)to confirm adopted rules, codes, editions, and subsequent amendments, revisions and/or additional codes and ordinances. F. Provide all documents required for permit applications including but not limited to: 1. Fire Protection Plan Submittal, required by Collier County Fire Official. 2. Building permit application checklist. 017700—CLOSEOUT DOCUMENTS COLLIER COUNTY VERTICAL STANDARDS PAGE 8 NOVEMBER 30,2011 Packet Page-929- 10/22/2013 16.D.4. A. Contractor shall provide 2 copies of Closeout Documents at the time of final completion for review at least five (5) days prior to application for final payment. Closeout Documents include all warranties,users manual,written maintenance instructions for all materials and equipment,and Record Documents. All materials except as-built plans shall be organized by specification section number and bound in 3-ring binders and electronic format as specified in Sections 017839 and 017823. 017839—PROJECT RECORD DOCUMENTS A. Record Documents include as-built plans, supplemental drawings and diagrams, as-built specifications,approved submittals, and records of all changes, including but not limited to Addenda and Change Orders. B. Upon submittal for permitting, Design Professional shall provide (1) CD-Format Disk containing Floor Plan drawing(s) in AutoCAD format(DWG Files)to Facilities Management. C. The Contractor shall maintain and regularly update'as-built' drawings and shop drawing/submittal file indicating exact locations,material,equipment, etc., as installed. Include locations of buried sleeves,hidden piping and conduits, sizes, etc.not specifically shown on the Drawings. D. Keep one set of record documents at the site for the duration of construction. Do not use record documents for daily construction use. Clearly identify, date, and initial all changes with a red pencil on the plans, specifications,and submittals. Transfer all changes to the final as-built documents at the completion of construction. E. Contractor shall provide two (2)sets of final as-built drawings and two(2) CD- Format Disks containing a set of final as-built drawings in PDF format upon completion of work. Deliver as-built drafting and CD disks to FMS Design Professional prior to application for final Payment. F. Upon approval of Record Documents received from Contractor, the Design Professional shall update the Floor Plan(s) to include as-built information. Provide one (1)CD with AutoCAD file of revised Floor Plan(s)to FM prior to close-out of contract. • 017823—OPERATION AND MAINTENANCE DATA A. Prior to Contractors application for final payment, Contractor shall provide manufacturers operation and maintenance manuals for all equipment,fixtures,and all materials requiring maintenance as part of the Closeout Documents. Provide one (1) set in 3-ring binder(s) and two (2)CD copies in PDF format. Each section COLLIER COUNTY VERTICAL STANDARDS PAGE 9 NOVEMBER 30,2011 Packet Page-930- 10/22/2013 16.D.4. should include a table of contents/index that lists documents, systems, equipment spare parts, product data(model and serial numbers, styles, sizes, etc...). DIVISION 2 —EXISTING CONDITIONS 022600—HAZARDOUS MATERIAL ASSESSMENT A. Unless indicated otherwise for renovation projects, a hazardous material report may be provided by an independent firm currently under a continuing services contract with the County. 023200 - GEOTECHNICAL REPORTS A. Geotechnical report may be provided for the Contractors use, but is not a guarantee or warranty of subsurface conditions. 024200—SALVAGE A. Unless indicated otherwise as salvage material, items indicated or scheduled for demolition shall become property of the Contractor and shall be removed from the jobsite. DIVISION 3 —CONCRETE 030000—GENERAL A. ACI,CRS1, WRI, FBC and Division 1 requirements apply to all concrete work. B. Testing: Unless specifically indicated otherwise in the contract documents, the Contractor shall provide an adequate allowance for the services of a licensed materials testing laboratory to measure slump and test compressive strength of concrete used in footings, slabs,and beams. Provide tests daily for each batch mix and as required by Code, Building Official, and Contract Documents. Concrete not meeting specified strength requirements shall be removed and replaced. 030010—DESIGN REQUIREMENTS A. Floor slabs shall be designed not less than 8"above finish grade. 1. All floor slabs shall be designed for not less than 125 psf live load. 2. IT room floors shall be designed for not less than 200 psf live load. COLLIER COUNTY VERTICAL STANDARDS PAGE 10 NOVEMBER 30, 2011 Packet Page-931- 10/22/2013 16.D.4. B. Delegated Engineering; Structural components such as precast panels shall be designed and sealed by a Structural Engineer licensed in the State of Florida. All shop drawings shall be reviewed and approved by the Design Professional of Record prior to fabrication. 033000—CAST-IN-PLACE CONCRETE A. Comply with.ACI 318 standards. Ready-mix concrete is to comply with ASTM C94. 1. Do not place concrete more than 90 minutes after batch mix at the plant, and do not place concrete more than 60 minutes after batch mix when the temperature exceeds 90d F. 2. Do not use concrete mix containing fly-ash in floor slabs or walkways. 3. Do not add water to concrete on-site. Field modifications to concrete mix are not allowed. Concrete watered-down on-site shall be removed. B. All slabs shall be finished to a tolerance of not over 1/4" depressions in 10'-0" in any direction when checked with a 10' straightedge. Interior slab control joints may be sawcut or tooled. C. Provide diagonal reinforcing in floor slabs at all reentrant corners. Cure all poured concrete to minimize cracking. 033010—EXTERIOR CONCRETE SLABS AND WALKWAYS A. All exterior concrete slabs and walkways shall receive a heavy broom finish texture to provide a slip resistant surface. Broom texture shall be perpendicular to the direction of travel. There shall be no steps in the accessible route from accessible parking stalls to the main building entrance. B. Reinforce slabs and walkways with 6x6 WWF. C. Provide expansion joints at not more than 20'-0" o.c., at each change of direction, and between exterior slabs and adjacent walls. Provide control joints at not more than 6'-0" o.c. Exterior slab edges,expansion joints,and control joints shall be neatly tooled. D. Exterior walkways shall not be painted. E. Provide concrete stoop at each exterior door. F. No steps are allowed at doors. COLLIER COUNTY VERTICAL STANDARDS PAGE 11 NOVEMBER 30, 2011 Packet Page-932- 10/22/2013 16.D.4. G. Provide the tactile warning surfaces at all pedestrian sidewalk crossings per ADA requirements. DIVISION 4 — MASONRY 040000—GENERAL A. FBC, NCMA,ACI,and Division 1 requirements apply to work of this section. 042000—UNIT MASONRY A. Where CMU construction is used,provide standard weight, ASTM C90, Grade N- 1 units. CMU exterior load bearing walls are to be reinforced vertically and horizontally. All reinforced cells shall be grouted solid full-height. Provide inspection holes at bottom of all vertically reinforced block cells. Provide mortar and grout installed in strict compliance with provisions of the codes. Bottom course shall be laid in a full bed of mortar. Lay up walls plumb and true and with courses level, accurately spaced and coordinated with other work. Do not use chipped or broken units. Do not wet units or lay block in the rain. Properly dispose of excess mortar and materials off-site; do not bury materials on-site. Remove all loose mortar and repoint as needed prior to application of finishes. Masonry walls shall be straight,true, and plumb to within 1/4" in 8'-0"when checked with a straightedge in any direction. B. Brick veneer or decorative masonry may be used with appropriate waterproofing materials, subject to compliance with Collier County Ordinances and FMS approval. DIVISION 5—METALS 050000—GENERAL A. FBC, AISC,AWS, and Division 1 requirements apply to work of this section. 1. All exposed metal components shall be stainless steel,galvalume, hot- dipped galvanized steel,copper, zinc,bronze, anodized aluminum, painted aluminum, or similar non-corroding metal. 2. Plain or painted steel shall not be used in exterior locations. B. All steel construction shall comply with AISC Specifications for Structural Steel Buildings and Code of Standard Practice. Steel plates to comply with ASTM COLLIER COUNTY VERTICAL STANDARDS PAGE 12 NOVEMBER 30, 2011 Packet Page-933- 10/22/2013 16.D.4. A36,anchor bolts to comply with ASTM A307, all fasteners to be s.s. or galvanized. Shop and touch-up primer to be "10-99 Tnemec Primer"or Rustoleum 5769 or equal. C. Structural steel construction shall be designed by a Structural Engineer licensed in the State of Florida. Delegated Engineering for structural components shall be the responsibility of the manufacturers Structural Engineer licensed in the State of Florida. All shop drawings shall be reviewed and approved by the Design Professional of Record prior to fabrication. D. Aluminum construction shall comply with the Aluminum Association Specifications for Aluminum Structures,Aluminum Design Manual,Part 1 and the FBC. DIVISION 6—WOOD AND PLASTICS 060000—GENERAL A. FBC,AITC,APA,AWI,AF&PA,NDS, TPI,NFOPA,and Division 1 requirements apply to work of this section. B. Delegated Engineering; Prefabricated structural components shall be designed and sealed by the manufacturers Structural Engineer licensed in the State of Florida. All shop drawings shall be reviewed and approved by the Design Professional of Record prior to fabrication. C. When pre-engineered wood trusses are used,the Contractor shall provide truss shop drawings and sealed truss engineering within 14 days of notice to proceed. Failure to do so will not be accepted as a reason for an extension of the contract time. 061000—ROUGH CARPENTRY A. Provide pressure treated wood where sills, nailers, and/or furring are in contact with concrete or masonry. Produce joints that are tight,true, well nailed,with members assembled and fastened in accordance with the drawings and with pertinent codes and regulations. Provide solid wood blocking and/or shims for finish materials as required to maintain a tolerance of max. 1/4"deviation in 10'- 0" when measured with a 10'-0" straightedge,plumb and true,for all substrate framing where finish materials will be exposed to view. Do not use warped members. B. Stud framing and furring shall be not more than 16" o.c. COLLIER COUNTY VERTICAL STANDARDS PAGE 13 NOVEMBER 30, 2011 Packet Page-934- 10/22/2013 16.D.4. C. Provide blocking for all accessories,grab bars,wall mounted door stops,etc. Provide all necessary hardware such as nails,bolts,anchors,ties, etc.,required for a complete and proper installation. Bolts, washers, nuts, etc., shall be noncorrosive material. Isolate dissimilar metals. D. Interior Door Frame Blocking: 1. Metal Stud Partitions: Provide cont. 2 x 4 blocking fastened to 20gauge stud at the jambs of all interior door frames.Blocking shall be fire-treated where required by Code. 2. Wood Stud Partitions: Provide double 2 x 4 studs at the jambs of all interior door frames. 3. Vertical blocking at door jambs shall be full-height of partition, securely braced to the structure above. 4. Provide horizontal 2 x 4 cont. blocking at the head of all door frames 5. Increase size of blocking to 2 x 6 or larger as required to match size of partition studs. 062023—FINISH CARPENTRY A. WWPA recommendations apply. Select material for straightness and do not use warped members. Finished woodwork is to be properly framed, closely fitted, and accurately set to the required lines and levels and rigidly secured in place. Miters or other fitted joints shall be planed or sanded .Use only hot-dipped galvanized or s.s. fasteners .Countersink all finish nail fasteners. Staple fasteners will not be accepted.Provide solid wood blocking and/or shims for finish materials as required to maintain a straightness tolerance of max. 1/4" deviation in 10'-0"when measured with a 10'-0" straightedge. 064023—CASEWORK A. Comply with AWI standards for custom work. 1. Cabinet material: not less than 5/8"plywood. 2. Cabinet base: Preservative-treated (PT)wood. 3. Countertop material: 3/4"plywood. 4. Plastic laminate all exposed casework surfaces. COLLIER COUNTY VERTICAL STANDARDS PAGE 14 NOVEMBER 30, 2011 Packet Page-935- 10/22/2013 16.D.4. 5. Solid surface or solid plastic countertops shall be used in high abuse areas. 6. Cabinets are to be true European-style full-overlay construction,with 1/8" joint between doors/drawers,without vertical styles between paired doors. Use concealed heavy duty 170-degree hinges,with white melamine liner inside cabinets and drawers. Use heavy duty drawer guides,and provide pull at each door/drawer. 7. Securely fasten all casework to blocking or solid substrates. Adjust and clean all casework prior to acceptance. DIVISION 7—THERMAL AND MOISTURE PROTECTION 070000—GENERAL A. NRCA Roofing and Waterproofing Manual, SMACNA Architectural Sheet Metal Manual. and Division 1 requirements apply to work of this section. B. Roof design shall comply with referenced standards and Documents shall include all details required for a complete,proper, and watertight roof assembly. 1. All new roof surfaces shall be sloped at not less than 1/4" per ft. to insure proper drainage. 2. Roof designs shall not rely primarily on internal roof drains for drainage unless approved by Facilities Management. 3. Penetrations through roof surfaces shall be minimized wherever possible, ie. collect plumbing vent lines in attic to minimize vents through roof, use soffits vents or wall louvers under overhangs where possible, and use curbed penetration details for multiple conduits and pipes wherever practical. Do not use pitch pans except where approved by FMS. Use NRCA and SMACNA details with curbs and hoods to protect roof penetrations from leaks. 4. Roof drains, scuppers,gutters,and downspouts shall be oversized. Provide piped underground collection system tied into the site storm water management system. 5. Reroofing of dead-flat roof structures shall include installation of IIIappropriate tapered rigid insulation or sloped light-weight concrete fill, ie. COLLIER COUNTY VERTICAL STANDARDS PAGE 15 NOVEMBER 30, 2011 Packet Page-936- 10/22/2013 16.D.4. Zonolite or equal, sloped at not less than 1/4"per ft.to insure proper drainage. 072100—INSULATION A. Comply with Florida Energy Code requirements. Provide required insulation at the building envelope of all conditioned areas. 1. Provide insulation at roof deck over all conditioned areas. Insulation at the ceiling or bottom of framing is not allowed. 072419—EXTERIOR INSULATION FINISH SYSTEMS—EIFS A. EIFS shall not be used as the primary exterior wall finish or as trim material. 075100--BUILT UP ROOFING A. Where applicable low-slope roofs are approved for use by facilities,provide premium 20-year 4-ply built-up roofing with premium APP or SBS modified bitumen granular,highly reflective cap sheet. Comply with NRCA and SMACNA standards to insure a complete and proper roofing system. 1. Roofing system shall be designed to withstand wind pressures indicated in the FBC for each specific building, location, and substrate. Provide manufacturers certificate and engineering data indicating that system is designed to meet all applicable code requirements. B. Warranty shall be 20-yr.NDL. Provide copies of roofing system specifications and manufacturer's warranty to FMS for review prior to issuing bid documents. 075216—SBS MODIFIED BITUMEN ROOFING A. Premium 20-year APP or SBS single-ply roof materials may be used for repairs and/or new buildings with limited flat roof areas when approved in advance by FMS. 1. Roofing system shall be designed to withstand wind pressures indicated in the FBC for each specific building, location, and substrate. Provide manufacturers certificate and engineering data indicating that system is designed to meet all applicable code requirements. COLLIER COUNTY VERTICAL STANDARDS PAGE 16 NOVEMBER 30, 2011 Packet Page -937- 10/22/2013 16.D.4. B. Provide copies of roofing system specifications and manufacturers warranty to FMS for review prior to issuing bid documents. 075323—EPDM ROOFING A. EPDM,PVC,rubber roof systems,ballasted systems, and similar single-ply roof systems shall not be used. 076100—METAL ROOFING A. Standards: All work shall comply with SMACNA and NRCA recommendations. 1. Metal roofing shall not be used with less than 1/12 slope. 2. V-crimp metal roofing shall not be used except to patch or repair small sections of existing v-crimp roofing. Metal re-roofing materials must be installed as a standing-seam system specified below. B. Where metal roofs are used, provide standing seam metal roof with ridge trim, edge flashing,wall flashing, counter-flashing,fasteners,clips, and all related components required for a complete and watertight assembly. 1. Roofing system shall be designed to withstand wind pressures indicated in the FBC for each specific building, location, and substrate. Provide manufacturers certificate and engineering data indicating that system is designed to meet all applicable code requirements. 2. Metal roofing material shall be not thinner than 24 gauge Galvalume. Panels shall be not more than 16"wide unless approved otherwise by FM staff.Panels shall be either 12" or 16"wide. Standing seam shall be not less than 1" high. Standing seam may be 180d folded seam,or covered with continuous clip. Fastener clips shall be completely concealed, spaced at not more than 12" oc. Provide not less than 3 concealed fasteners through metal roofing at top end of panels,fastening panels to solid blocking. Cover seams at top end with ridge cap flashing or wall flashing. All metal roofing is to be smooth and straight without bends or kinks, properly flashed and counter-flashed with compatible materials. 3. Approved manufacturers include but are not limited to Englert and Berridge. 4. Installation is to be neat and straight; level and true to required lines. Hem all exposed flashing edges and use concealed fasteners wherever possible. COLLIER COUNTY VERTICAL STANDARDS PAGE 17 NOVEMBER 30,2011 Packet Page-938- 10/22/2013 16.D.4. 5. Use premolded rubber-boot flashing at vent stacks. Cover top of vent stack with insect screen, neatly fastened to stack with a galvanized metal draw band. Where flashing occurs at roof-to-wall locations,provide counter flashing that will allow replacement of either the roofing or wall finish without the damage or removal of the other material. Flashing is to be set in sealant. 076200—METAL FLASHING AND ACCESSORIES A. Comply with SMACNA and NRCA standards. Provide all details required to illustrate industry-standard assemblies suitable for intended use and capable of providing a complete, proper, durable weather proof,and water proof installation. 1. Use stainless steel, hot-dipped galvanized metal, galvalume, or suitably protected aluminum materials. Do not use plain or painted steel or mill finish aluminum. 2. Do not use details that rely solely on sealant or paint to prevent the intrusion of water into the building. 3. Provide sill flashing and a full bed of sealant at all window sills. 4. Isolate dissimilar metals to prevent galvanic deterioration of materials. All materials shall be non-corrosive. 5. Roof expansion joints shall be constructed with metal fabricated in accordance with referenced standards. Avoid prefabricated Expando-Flash details. 6. Provide details of terminations and corners of parapets,expansion joints, compression bars,and similar non-typical conditions. B. Flashing assemblies shall be counterflashed and constructed in a manner which will allow re-roofing without damage to adjacent finishes. C. Quality Assurance: the Contractor shall provide a five (5)year warranty for all flashing work including all materials and costs required to correct defective flashing work. 077200—ROOF ACCESSORIES A. Provide anchor points and safety tie-off hardware for ladders at each side of building,and not more than 50' o.c. B. Provide guardrails at roof hatches. COLLIER COUNTY VERTICAL STANDARDS PAGE 18 NOVEMBER 30,2011 Packet Page-939- 10/22/2013 16.D.4. C. Provide fixed ladders for access to upper roof areas; ie elevator penthouse roof, stair roof, etc. Fixed ladders shall be constructed from non-corroding materials, ie. G-90 galvanized steel. 079200—JOINT SEALANTS A. Provide and install one or two-part exterior polyurethane elastomeric sealant at all window and door jambs, sills, heads, surface joints,flashing edges, and wherever else required to provide a weather-tight building envelope and a neat and trim installation. All sealants shall be paintable premium grade 15 20-year or better products manufactured by Dow, GE,Tremco,Vulkem,or equal. Manufactures Sealant primer shall be applied to all joints before sealant is applied. 1. Provide all infiltration seals as required by the FBC and as stated in Energy Calculations. B. Provide non-yellowing premium polyurethane grade caulking at all countertop and cabinet edges,trim edges, and at other interior conditions where required to provide a neat and trim installation. C. Provide tested penetration system sealants and materials at all pipes, conduits, and misc.penetrations through rated walls and ceilings. DIVISION 8—DOORS AND WINDOWS 080000—GENERAL A. FBC, SDI, and requirements of Division 1 apply to work of this section. B. Exterior Doors shall be impact rated in accordance with FBC Ch. 16. C. The Facilities Management Department may require higher design standards for wind loads and storm protection than that required by the FBC Section 1626. As part of the design process,Facilities Management must be consulted to establish the design criteria. 081113—STEEL DOORS AND FRAMES A. Comply with SDI standards. Use of steel doors and frames are limited to fire- rated applications and service areas only. 1. Provide corrosion resistant coatings: COLLIER COUNTY VERTICAL STANDARDS PAGE 19 NOVEMBER 30, 2011 Packet Page-940- 10/22/2013 16.D.4. a. Steel doors and frames shall be G60 galvanized or A60 galvaneal material and factory primed. b. Wipe coat and WCGS products may not be used. 2. Doors and frames shall be not less than 16 gauge thick. 3. Frames in masonry construction shall be fully grouted. Provide not less than 3 anchors at each jamb. 4. Frames in stud construction shall be spot grouted at each anchor, min 3 per jamb. 5. All steel frames are to be fully welded for new construction. KD frames may be used only for retrofit installations. 6. Provide fire rated units where required to maintain integrity of rated assemblies. 7. All metal door frames shall have holes and accessible wire ways to permit electrification of hinges and door or frame mounted hardware. 081416—PLASTIC LAMINATED FLUSH WOOD DOORS A. Typical interior doors for Offices,Restrooms, Meeting Rooms, etc., shall be hinged, flush,solid core units with plastic laminate faces and edges. 1. Doors shall not be less than 36" wide. 2. Frame material shall be fully welded galv. steel or aluminum. B. Wood veneer doors may be used only where approved by FM staff. 083113—ACCESS DOORS A. Provide access panels in floors,walls,ceilings, and/or soffits where required for maintenance access to all concealed valves, fixtures, and equipment. 1. All panels components and fasteners shall be constructed of non-corroding material limited to stainless steel,painted or anodized aluminum, or factory primed galvanized steel. 2. Unless required otherwise by program, all access panels shall be commercial grade units with a full length hinge,operable with standard tools and/or equipped with lockable,flush mounted latch. COLLIER COUNTY VERTICAL STANDARDS PAGE 20 NOVEMBER 30, 2011 Packet Page-941- 10/22/2013 16.D.4. 3. Roof access hatches and doors shall be lockable from the inside and equipped with card access locking mechanisms and position switches connected to Operations Center whenever feasible. 081116—ALUMINUM DOORS AND FRAMES A. Exterior doors and frames shall be Aluminum except as noted below. 1. A60 or G60 galv. steel doors may be used where fire rating is required. 2. FRP doors may be used as exterior doors in utility and high-abuse areas. B. Approved Manufacturers include but are not limited to Kawneer and Cline. 083323—OVERHEAD COILING DOORS A. Provide overhead coiling doors where required by program. 1. Lock mechanism shall be accessible from the exterior side. 2. All door components including fasteners, slats,guides,and housing shall be constructed of non-corroding material limited to stainless steel,painted or anodized aluminum, or factory primed galvanized steel. B. Provide submittal indicating the units and attachment fasteners meet or exceed current FBC requirements. 085113—ALUMINUM WINDOWS A. All windows shall be fixed storefront,curtain wall,or commercial grade operable units. 1. All exterior components shall be extruded aluminum. 2. Finish shall be anodized or factory applied finish such as Kynar 500. Mill finish aluminum,residential units, or units with wood components exposed to the exterior may not be used. 3. To maintain proper indoor air quality,windows shall be fixed unless operable units are required otherwise by Code or design program approved by Facilities Management. B. Provide submittal indicating the units,glazing, and attachment fasteners meet or exceed FBC requirements. COLLIER COUNTY VERTICAL STANDARDS PAGE 21 NOVEMBER 30, 2011 Packet Page-942- 10/22/2013 16.D.4. 1. All openings shall be protected to withstand impacts from wind-borne debris in accordance with FBC sections 1606.1.4 and 1626. 2. Special requirements apply to public safety buildings. Opening protection in accordance with FBC section 1606.1.4 test or design velocities shall be increased 25% in all public safety facilities. 086200—ROOF SKYLIGHTS A. Roof skylights are not allowed. 087100—DOOR HARDWARE A. Provide all hardware needed for a complete and proper installation including but not limited to locks, levers,pulls,exit devices, closers, butts, weatherstripping, astragals, coordinators,door holders,kick plates, push plates, and silencers. 1. Minimum hardware standards: a. Provide Grade 1 hardware b. Materials: All door hardware shall be non-ferrous;plain or painted steel hardware may not be used. c. All hardware shall be ADA compliant. 2. Approved manufacturers are Schlage, LCN, Von Duprin,Desco,Hager, Ives, Rockwood, and Pemko. a. Locks shall be Schlage interchangeable core cylinders, #20-740 "Primus"High-Security Cores,no substitutions B-Series 6-pin cylinder with E-keyway only. Keyed to match County keying system. C-keyway may not be used. Standard keyway shall be "6- pin Everest" C145 for new master key systems and C123 for stock keys. b. Standard locksets and lever-sets shall be Schlage D-series. Use L- Series where required for security or other program requirements. c. Standard pulls shall be Rockwood Barrier-Free series or County- approved equal. c. Standard closers shall be LCN model 4041 Super Smoothie series, no substitutions. Adjust to meet ADA and FAC requirements. COLLIER COUNTY VERTICAL STANDARDS PAGE 22 NOVEMBER 30,2011 Packet Page-943- 10/22/2013 16.D.4. d. Exit Devices shall be Von Duprin,model 99 unless approved otherwise by FM staff. e. Exterior threshold shall be Pemko 2005 with raised vinyl seal, or exact equal.Do not use flush or saddle-type threshold at exterior locations. 3. All keys shall be brass. Stamp keys"DO NOT DUPLICATE". Discard construction keys and re-key entrance lock after final acceptance. 4. Provide grand-master,master, entrance, and office keys as directed by FM staff. 5. Adjust hardware for proper operation, including adjustment of levers and closers to comply with ADA and Florida Accessibility Code requirements. 6. Check adjustments after 90 days use and readjust as needed. 088000—GLAZING A. Glazing shall comply with referenced codes including FBC requirements for hazardous locations. B. Exterior glazing shall be either tinted or reflective. C. Exterior glazing shall be impact resistant laminated glass complying with FBC Ch. 16. 1. Shuttered applications may be used only with prior approval by County. D. Small windows and narrow windows shall be avoided except where required by the building users design program. In general,windows shall be curtain wall or storefront glazing, generously sized in all offices, lobbies, work areas, etc. Windows shall be architecturally proportioned in a manner that is appropriate to the building design without the use of small or narrow windows. One example of an acceptable ribbon-window arrangement is the Development Services Center on Horseshoe Drive. E. Provide energy efficient glazing features in widow design, ie low-e glazing. 089000—LOUVERS AND VENTS A. All louvers shall be storm resistant extruded aluminum with anodized or appropriate protective coating.Mill finish units or stamped metal louvers are not allowed. Acceptable products include but are not limited to the following: COLLIER COUNTY VERTICAL STANDARDS PAGE 23 NOVEMBER 30,2011 Packet Page -944- 10/22/2013 16.D.4. 1. Ruskin"Extruded Wind Driven Rain Resistant Louvers" 2. Ruskin "Hurricane Louvers" B. Locate louvers to minimize water intrusion. Provide sill flashing, gutters, and curbs as needed to prevent rain water damage. DIVISION 9—FINISHES 090000—GENERAL A. Comply with codes and referenced standards listed in Division 1. including but not limited to FBC requirements. 1. Workmanship shall be proper and neat in appearance conforming to nationally recognized standards and specified tolerances. 2. Work that is not in compliance with referenced codes and standards shall be removed and replaced at no extra cost to the County. 092400—PORTLAND CEMENT PLASTER A. Standards: Comply with PCA'Portland Cement Plaster Manual'and applicable ASTMIUSG requirements and recommendations. B. Use PVC accessories throughout, including corner beads, casing beads, expansion joints,and perforated vent strips. Metal trim shall not be used. 1. Provide bonding agent at concrete substrates. 2. Use galv. self-furring lath with 15# felt underlayment where over a framed substrate. 3. Fasteners shall be stainless steel. 4. Provide expansion joints as recommended in referenced standards, where abutting dissimilar materials, and as needed to prevent cracking. Lath shall be discontinuous at expansion joints and control joints. C. Install all trim straight,plumb, and level. Install stucco finishes with a tolerance not to exceed 1/4" in 10'-0" or l/8" in 4'-0" in any direction when measured with a 10'-0" straightedge. 1. Panels with visible rough textures or scaffold lines will not be accepted. COLLIER COUNTY VERTICAL STANDARDS PAGE 24 NOVEMBER 30, 2011 Packet Page -945- 10/22/2013 16.D.4. D. Thickness shall be not less than 5/8"thick(2-coat) on cmu and concrete,and not less than 7/8"thick(3-coat)on galv. metal lath E. Styrofoam and/or EIFS trim may not be used on County buildings. 1. Exterior decorative moldings, if any, shall be cast stone or cement plaster. 092900—GYPSUM BOARD ASSEMBLIES A. Comply with FBC, Gypsum Association, USG, and UL requirements and recommendations,the requirements of Division 1, and manufacturers specific instructions. B. Materials: 1. Provide 5/8"type-X gypsum board at fire rated locations 2. Provide 5/8"or 1/2" gypsum board at typical interior locations. 3. Provide 1/2"cement board at all ceramic tile and wet locations. 4. Do not use green board. 5. Do not use gypsum board products at exterior locations. 6. All gypsum board materials shall be domestically produced. C. Provide a smooth finish suitable for painting on all exposed surfaces. Visible tape or sanding marks in work will not be accepted. Contractor may provide smooth hardcoat in lieu of smooth drywall finish. 1. Use screw fasteners throughout. 2. Trim drywall at external corners with plastic corner beads. 093013—CERAMIC TILING A. Comply with Tile Council of America(TCA) standards and details. 1. Tile joints are to be aligned and straight,plumb, level,and true,with equally spaced cut units at ends. 2. Provide tile movement joints at the following locations: a. Perimeter of each room COLLIER COUNTY VERTICAL STANDARDS PAGE 25 NOVEMBER 30,2011 Packet Page-946- b. Risers,ramps,changes of and planes 10/22/2013 16.D.4. c. Corridor corners and intersections d. Spacing as determined by Design Professional B. Provide tile finishes at the following locations: 1. Tile floors are required in all Restrooms and Janitors Closets. 2. Provide tile wainscot not less than 60" high in Restrooms, at mop sinks, and at drinking fountains. 3. Extend wainscot not less than 18" to each side of mop sinks and drinking fountains. C. Floor tile shall be porcelain ceramic tile. All grout shall be sealed. D. Provide product certificate indicating the coefficient of friction complies with ADA requirements for both wet and dry conditions. E. Tile base and all corners shall be sanitary cove style. F. Floors must slope towards drains. G. Wall tile substrate shall be CMU,concrete, or cement board. 1. Do not use gypsum board as tile substrate. H. Use aluminum or bronze edge strips where abutting carpet floor finishes. 095123—ACOUSTICAL TILE CEILINGS A. Standard acoustical tile shall be Armstrong World Industries#770 (flat tile) or #704A (reveal edge),white color, size 24" x 24". B. Suspended grid shall be white color,Armstrong World Industries manufacturer system same as acoustic tile. 1. Installation shall comply with ASTM C635 and C636. C. Alternate acoustical tile manufacturers and styles may be considered for special rooms with limited areas such as a Lobby, subject to FM approval and 15%extra stock tile material supplied to the FM in unopened boxes at the completion of construction. COLLIER COUNTY VERTICAL STANDARDS PAGE 26 NOVEMBER 30, 2011 Packet Page -947- 10/22/2013 16.D.4. 096500—RESILIENT TILE FLOORING A. Standard 12" x 12" x 1/8" Vinyl Composition Tile shall be used in service areas. 1. Tile material and adhesives shall not contain asbestos materials of any kind. B. Clean, wax, and polish tiles prior to final acceptance. Provide 5%extra stock material. 096513—RESILIENT WALL BASE AND ACCESSORIES A. Provide 4" vinyl base where scheduled. Use premolded corner pieces at all outside corners. Provide 5% extra stock material. B. Provide matching transition strips where VCT floors abut tile or carpet floors. C. Outside corners in all corridors and public spaces shall be fitted with paintable, vinyl or aluminum corner protectors from the top of the cove base extending to a height of 42". 096812—TILE CARPETING A. Provide Carpet Tile unless directed otherwise by FM staff: 1. Product: Mohawk Stati- Tuft III Modular 2. Construction:Tufted/Ultra Performance System 3. Fiber: 100%Dupont Antron Legacy with Static Control and soil resistant 4. Yarn Weight: 28.3 oz./sq.yd. 5. Gauge: 1/8 6. Size: 17 5/8 x 17 5/8 7. Density: 7,898 8. Weight Density: 223,504 9. Stitches per inch: 8.4 10. Pile Thickness: 0.129" 11. Warranties:Mohawk Modular 20 yr warranty 20 yr. wear,20 yr. no edge ravel,20 yr.no delamination, Cushion Resiliency 20 yr., and Lifetime static. 096816—SHEET CARPET COLLIER COUNTY VERTICAL STANDARDS PAGE 27 NOVEMBER 30, 2011 Packet Page-948- 10/22/2013 16.D.4. A. Where approved by FM Staff, provide one of the following broadloom carpet products: 1. Mohawk Commercial Carpet"Stati-Tuft" UPS 16706 a. Construction: Tufted Loop Pile b. Gauge:1/8 c. Fiber: 100%Dupont Antron Legacy B.C.F. and soil resistant d. Flammability: Class 1-Exceeds .45 watts per square CM e. Total thickness: .234 in. • f. Yarn Weight: 28.30 oz. square yard g. Backing Materials: Warp, stuffer, filling all synthetic h. Total Weight: 61.8 oz. square yard i. Density: 7,898 j. Weight Density: 223,504 k. Pitch: 216 1. Stitches Per Inch: 8.4 m. Pile Thickness: 0.129" n. Stock width: 12" o. Smoke density:NBS Smoke Density Chamber(NFPA-258): Less than 450 p. Static propensity: 70/20 AATCC- 134: Under 3.5 KV q. Warranties: UPS Warranty Guaranteed 20 lb. tuft binds,Moisture resistant, Dimensionally stable, Guaranteed for 20 yrs., no delamination for 20 yrs.,and Lifetime static 2. Mohawk Commercial Carpet"Regents Row"- 30663 a. Construction: Woven Cut and Loop b. Pitch: 216 Equivalent c. Pile Thickness: .192" d. Rows per inch: 8.0 e. Fiber: 100%Dupont Antron Legacy BCF Nylon with Static control and soil resistant f. Yarn Weight: 34.5 oz/ sq. yd. g. Total Weight: 68.16 oz/sq. yd. h Total Thickness: .312 in. i. Backing Materials: Synthetic j. Density: 6,468 k. Weight Density: 223,146 1. Stock Width: 12' m. Flammability:Class 1-Exceeds .45 watts per sq. CM n. Smoke Density:NBS Smoke Density Chamber(NFPA-258)Less than 450 o. Static propensity: 70/20 AATCC-134: Under 3.5 KV p. Warranties:Lifetime Limited Woven Wear, and Lifetime Static COLLIER COUNTY VERTICAL STANDARDS PAGE 28 NOVEMBER 30, 2011 Packet Page-949- 10/22/2013 16.D.4. 097200—WALL COVERINGS A. Wall coverings are not allowed in County buildings. 099100—PAINTING A. Provide Sherwin-Williams"Superpaint", S-W Industrial Enamel,and related premium S-W products throughout. 1. All color selections shall be standard SW colors. 2. Provide a typed Paint and Color schedule for each building. This record shall include the job name,job location, date contractors name,the material manufacturer's name,product name, color name and number, and color formula.A copy of this record shall be delivered to the Facilities Management Contract Manager at the end of the work. A duplicate copy shall be bound into the Closeout Documents. B. Backprime all exposed wood materials scheduled for paint finish prior to installation. C. Provide primer plus two finish coats on all wood, gypsum board, concrete and stucco finishes. D. Provide two coats of rust inhibitive primer on all surfaces of metal doors and frames and prior to installation,then 2 finish coats of S-W industrial enamel on exposed metal surfaces. E. Topcoat shall be either S-W eggshell, semi-gloss, or full-gloss.Restroom walls shall be either semi-gloss or full-gloss. Do not use flat paint as top coat at any wall location. Ceilings and soffits may have flat paint. F. Deliver materials to site in unopened containers with manufacturers labels. Protect adjacent finishes and materials,prepare surfaces,and apply materials in strict accordance with manufacturers recommendations and instructions. Verify material compatibility with substrates. Do not apply paint to wet or damp materials. Do not paint exterior surfaces in the rain.All coats shall be thoroughly dry before applying succeeding coats. 1. Provide temporary barricades, 'WET PAINT'signs, and protect all work until dry. Remove masking when finished. Carefully remove paint from materials not intended for paint finish. Clean and touch-up as required. COLLIER COUNTY VERTICAL STANDARDS PAGE 29 NOVEMBER 30,2011 Packet Page-950- 10/22/2013 16.D.4. 2. All paint finishes must be evenly spread, free of runs, sags,or other defects. G. Provide and install medium grey penetrating concrete sealer/stain on all Mechanical and Electrical Equipment Room floors. DIVISION 10— SPECIALTIES 100000—GENERAL A. FBC,ADA, and requirements of Division 1 apply to work of this section. 101400—SIGNS A. Interior Signs 1. Graphics Manufacturer shall be Images Graphics Specialties, Fort Myers, 1- 800-321-3718, or 239-561-6406 ext.103, approved equal mfr. complying with Collier County signage standards. 2. Frames shall be extruded aluminum "Portrait Series, VLetter" frames, with clear anodized finish, size 8.5" x 8.5", by "Vista Systems", Sarasota, 1-800- 468-4782, or approved equal mfr. complying with Collier County signage standards. 3. Typical Interior Sign Schedule: Room Vista Systems Font/Size Mounting Copy/Remarks Office Doors WFP22U Helvetica/.625 Door Room Name/Black Face inch White Letters Service WFP22U Helvetica/.625 Door Room Name/Black Face Rooms inch White Letters Rest Rooms WFP25U Helvetica/.625 Door 3 inch Graphic/Men,Woman inch Black Face White Letters B. Required signage at Parking Garage Decks. 1. Directional signage required pointing to the locations of all Assistance "Blue" Boxes. 2. "Notice"posted that the parking deck is under Closed Circuit Television surveillance. 3. Low clearance warning signs utilizing tubular plastic materials,not metal. COLLIER COUNTY VERTICAL STANDARDS PAGE 30 NOVEMBER 30, 2011 Packet Page-951- 10/22/2013 16.D.4. 4. Speed limit signs at each entrance and each deck; "5 MPH" and/or"Slow" C. Bronze Plaques. 1. All new buildings shall have a bronze plaque installed showing the dedication of the building.Typical content will show the year opened, contractors firm name,architects firm name, Commissioners at time of conception/approval(alphabetical), County Manager,etc. May include Constitutional Officer if they are the prime occupant. See Facilities Management for plaque layout and content during the initial building design process. See end of standards for sample. 2. Locate dedication plaques in Lobby or secure area whenever possible. 3. Where exterior dedication plaques are used, locate plaques in area supervised by CCTV camera, i.e. near main entrance, or monitor plaque with security system contact switch. 102113—TOILET COMPARTMENTS A. Provide solid plastic 1"thick toilet compartments manufactured by Santana, Capitol Partitions, or approved equal. 1. Unless approved otherwise by FM staff,restroom stall partitions shall be ceiling and wall hung toilet partitions, not floor mounted systems. 2. All fasteners and hardware shall be stainless steel, aluminum,or chrome plated brass. Plastic accessories,hinges, latches, or similar components are not acceptable. 3. Provide latch, hinges, door stop, and coat hook for each door. Coat hook shall not project more than 2"from face of door. 4. In-swing doors shall remain slightly open when not latched. Accessible stall doors shall be self-closing. 5. Brace all compartments at the face of partitions and doors. Size bracing components as needed to avoid perpendicular braces. 102800—TOILET ACCESSORIES A. Comply with ADA requirements and minimum County standards established herein. COLLIER COUNTY VERTICAL STANDARDS PAGE 31 NOVEMBER 30,2011 Packet Page-952- 10/22/2013 16.D.4. B. All accessories shall be commercial grade,brushed stainless steel,formed and welded with all exposed edges hemmed and ground smooth,with no sharp edges and no sharp corners. C. Provide all accessories needed for a complete and proper installation including but not limited to grab bars,hand-dryers toilet paper holders, sanitary napkin receptacles,wall mounted soap dispensers, and coat hooks. 1. Hand Dryers shall be Excel Dryer,Inc. Model XL-W(automatic,white, 110/120V)with ADA compliant S.S.recess kit.Unit may protrude not more than 4" from face of wall. Separate 20A circuit required for each unit. 2. Unless approved otherwise by FM staff,paper towel dispensers shall not be used in restrooms. 3. Coat hooks shall be low-profile,projecting not more than 2"from face of wall or door, and located to prevent"reach-over"theft. 4. Approved manufacturers are Bobrick,Bradley,and Excel Dryer,Inc. D. Coordinate with the work of other trades. Securely install accessories plumb and square,fastening units to solid wood blocking, studs,compartment partitions, or cmu walls. Do not use toggle bolts or expansion shields. 1. All accessories and grab bars shall safely support 250 lbs. L.L 2. All accessories shall be located and mounted to comply with ADA clearances. 102810—MIRRORS A. Comply with ADA requirements and minimum County standards established herein. B. Standard mirrors shall be tempered glass with stainless steel frames. Provide tilted mirror at accessible stalls only. Use only stainless steel vandal resistant hardware and fasteners, concealed wherever possible. Provide polished stainless steel or unbreakable units where required by program and at all unsupervised public facilities. 104300—EMERGENCY AID SPECIALTIES A. All new construction and major remodeling projects shall have Automated External Defibrillator(AED) equipment and cabinets installed. Sole source is Medtronic Physio-Control Corp. Cardiac Science . See Collier County Facilities COLLIER COUNTY VERTICAL STANDARDS PAGE 32 NOVEMBER 30, 2011 Packet Page-953- 10/22/2013 16.D.4. Management Department for location and quantity type of cabinets. Generally, the"Guidelines for Public Access Defibrillation Programs in Federal Facilities" will be followed. 1. Provide Power Heart Model AED G3 with AED cabinet from Cardiac Science with built-in alarm,wall mounted model CB-2EAED. Units shall be located adjacent to the fire extinguisher cabinets. 2. Provide oxygen cabinet and first aid station at each AED location in a single cabinet. 3. Fire extinguisher, AED,and First Aid cabinets shall be grouped together at one convenient safety station. a. Provide alarm system contacts to indicate when any of three cabinets are opened, monitored in the Facilities Management control room located in Building W using the Pegasys alarm system. Local alarms should also be included. b. Digital closed circuit television camera is required to monitor the 4 cabinet safety station,monitored at Facilities Management. c. All equipment,wiring, controls,etc. shall be compatible with the existing Johnson Controls system. 4. Emergency evacuation devices—"Stryker Chairs"shall be provided at every other stair landing in buildings having more than two stories. 104400—FIRE EXTINGUISHERS AND CABINETS A. Comply with ADA requirements. Provide extinguishers of the types and sizes where required by NFPA 10 and local AHJ,but not less than one 2A:20B:C unit near each required egress door. 1. Use either semi-recessed or fully-recessed cabinets for all units located in occupied interior rooms. Interior cabinets shall have unlocked hinged door with tempered glass view panel. 2. Provide standard bracket-mounted extinguishers without cabinet at enclosed unoccupied utility rooms, mechanical rooms, storage rooms, and similar service areas. 3. Where required at exterior locations,use aluminum or heavy-duty all- plastic cabinets with clear safety-type break-plastic fronts. Steel cabinets shall not be used at exterior locations. COLLIER COUNTY VERTICAL STANDARDS PAGE 33 NOVEMBER 30, 2011 Packet Page-954- 10/22/2013 16.D.4. 107100—STORM PANELS A. New Construction and Additions:Provide impact rated doors and windows,not shutters. B. Renovations and Alterations: Provide impact rated doors and windows, or, provide low-maintenance, user-friendly impact rated shutters as follows: 1. Coiling overhead shutter 2. Accordian-style shutter 3. Fixed or hinged impact rated s.s. screens C. Removable hurricane panels or fabric screens are not allowed. D. Hurricane shutters, tracks, accessories, and fasteners shall be fabricated from corrosive resistant materials, rated to withstand pressures developed by140 mph wind speeds. DIVISION 11 — EQUIPMENT 110000—GENERAL A. Comply with the requirements of Division 1. B. All equipment shall be commercial grade. 112423 —WINDOW WASHING EQUIPMENT A. All buildings over three stories in height shall have hangers anchored on the roof structure to facilitate exterior window washing equipment. DIVISION 12 - FURNISHINGS 120000—GENERAL A. ADA,NFPA, OSHA,and the requirements of Division 1 apply to work of this section. COLLIER COUNTY VERTICAL STANDARDS PAGE 34 NOVEMBER 30,2011 Packet Page -955- 10/22/2013 16.D.4. 120010—OFFICE FURNITURE A. Contact FMS for current furnishing contract requirements. 124800—RECESSED FOOT GRILLES A. Provide recessed foot grilles at all interior building entrances.Provide"Pedigrid" entrance mats by Construction Specialties, Inc.;Muncy,PA or equivalent products by one of the following approved equal manufacturers: 1. Balco, Inc.; Wichita,KS 2. Reese Enterprises, Inc.;Rosemont,MN 3. Arden Architectural Specialties, Inc. 4. Kadee Industries,Inc.;Bedford, OH. 5. Pawling Architectural Products, Inc. B. Provide one single unitized mat in each recessed frame,with heavy-duty carpet strips, Class A or B fire rating, color to be selected by the design team. C. Entrance Mat Frames:Provide manufacturer's standard design,of size and style to mate with insert type and adjacent finish floor or wall construction, for permanent recessed installation in sub-floor; complete with corner pins or reinforcing, and installation anchorages. 1. Provide frames of extruded 6063-T5 alloy aluminum. Coat surface of frame which will contact cementitious material with zinc chromate paint or manufacturer's standard protective coating. 2. Provide frame members in single lengths or,where frame dimensions exceed available lengths,provide minimum number of pieces possible, with hairline joints equally spaced, and with pieces spliced together by means of straight connecting pins. D. Rigid-Type Foot Grilles:Provide manufacturer's standard extruded aluminum floor grid of top surfaced tread rails and spacer cross bars, 6063-T5 or 6061-T6 alloy and mill finish, 1-5/16"wide continuous treads spaced 1-1/2" o.c. (3/16" openings),top surfaces as indicated with heavy-duty carpet strips. 1-5/8" maximum overall thickness of grid system. 1. Top Surface: Fusion-bonded level-cut-pile nylon carpet insert; DuPont "Anton III" filament, 1/4"high,28 oz.per sq.yd. E. Level Bed Applications: Provide manufacturer's standard vinyl cushion support system. F. "Pedimat"or similar loose-lay mans in recessed frames shall not be considered COLLIER COUNTY VERTICAL STANDARDS PAGE 35 NOVEMBER 30, 2011 Packet Page-956- 10/22/2013 16.D.4. equal to approved"Pedigrid" recessed foot grilles G. Matts and frames shall utilize rigid connections to prevent movement or noises generated by foot grilles during use. DIVISION 13 — SPECIAL CONSTRUCTION 130000—GENERAL A. FBC, MBMA, and the requirements of Division 1 apply to work of this section. 133419—METAL BUILDING SYSTEMS A. Pre-engineered metal buildings may be used for storage and maintenance buildings, and where approved by FM staff. B. Delegated Engineering; Prefabricated structures shall be designed and sealed by the manufacturers Structural Engineer licensed in the State of Florida. All shop drawings shall be reviewed and approved by the Design Professional of Record prior to fabrication. C. Contractor shall coordinate the design and installation of anchor bolts. D. Provide rigid steel channel or framing at each door and window opening.Do not use door frame to support wall girt framing. E. Provide concrete curb and flashing at bottom of metal siding,raised not less than 8"above Concrete floor slab. DIVISION 14 — CONVEYING SYSTEMS 140000—GENERAL A. FBC,NFPA. OSHA, and the requirements of Division 1 apply to work of this section. 142000—ELEVATORS A. Comply with ANSI/ASME A17.1 and Addenda, CABO/ANSI A117.1, and all State of Florida codes and regulations for Elevators. B. All elevators specified shall be of generic manufacture with no proprietary items COLLIER COUNTY VERTICAL STANDARDS PAGE 36 NOVEMBER 30, 2011 Packet Page-957- 10/22/2013 16.D.4. included within the installation.The elevator shall have the capabilities of being served by any elevator manufacture or without the assistance of any manufacturers diagnostic tools. C. Elevator Emergency Telephones shall be Code Blue Corporation's model# CB 3100 FPI standard speakerphone with single red "Push for Help"button and flush mounted. 1. All emergency elevator telephones, whether new or replacement, will be programmed to dial extension 7721 (Facilities Management Building Operations Center)automatically upon lifting of receiver. 2. All emergency elevator telephone replacements or installations will be coordinated with the Building Automation Coordinator of the Facilities Management Department(239-252-8380) as well as the Telecommunications Manager of the Information Technology Department (239-252-8888). 3. All emergency elevator telephones will be programmed via the Telecommunications Manager of the Information Technology Department to include the following caller ID information: 3.1. Identifying Building Letter/Name 3.2. Identifying Elevator Number 3.3. Identifying Phone Extension/Number(for phone in elevator) Example: Bldg F,Elevator 1,7548 4. All emergency telephones will be tested and information correctly verified before contractor leaves worksite. 5. Contractor to provide written documentation to the Facilities Management Building Automation Coordinator that the above steps were followed and verified. 6. Code Blue speaker phone must be programmed to the Code Blue test computer in the Building "W" operations center. D. Card Readers 1. Exterior Elevators: Provide card reader at each elevators door location at each floor. 2. Interior Elevators: Provide card reader in each elevator cab unless directed otherwise. E. Provide CCTV camera with a fish-eye lens in each elevator cab. COLLIER COUNTY VERTICAL STANDARDS PAGE 37 NOVEMBER 30, 2011 Packet Page-958- 10/22/2013 16.D.4. F. All 3-phase equipment shall have phase-loss protection. 144000—WHEELCHAIR LIFTS A. Wheel Chair Lift may not be used except with prior written approval from FMS and the Building Official. DIVISION 21 —FIRE SUPPRESSION 211100—FIRE SUPPRESSION SPRINKLER SYSTEM A. Provide a complete automatic fire sprinkler system where required by Code or Ordinance. Refer to Division 1 for General Requirements, Codes, and Standards. B. Comply with NFPA 13 and Collier County Ordinance 98-74 Fire Prevention and Protection Code for the design and installation of all Fire Suppression System work. The system shall be designed by a Professional Engineer licensed in the State of Florida. When the Contractors PE is responsible for the system design, the Engineer of Record for the building shall review and approve the installers shop drawings prior to permit application. C. Sprinkler heads shall be recessed or semi-recessed in all occupied rooms, centered in acoustic ceiling tiles. 1. Maintain centerline alignment with adjacent fixtures in a neat, orderly, and workmanlike appearance. D. Maintain accurate as-built plans of the work. E. All computer rooms,hub rooms, and electrical rooms shall be protected by a gas fire suppression system,no wet sprinklers are allowed in these areas. F. Pumps: 3-phase equipment, if any,shall have phase-loss protection. DIVISION 22 —PLUMBING 220000—GENERAL DESIGN REQUIREMENTS A. Provide plumbing fixtures and restroom facilities as required by the Code,plus additional requirements as follows: COLLIER COUNTY VERTICAL STANDARDS PAGE 38 NOVEMBER 30,2011 Packet Page-959- 10/22/2013 16.D.4. 1. Exterior Requirements; Each building will have at least one (1)hose bib per exterior wall, spaced at not more than 100'-0" o.c. Hose bibs shall have removable metal T-handles,not plastic handles. All hose bibs shall have a vacuum breaker and shall be firmly secured to the building.Provide recessed unit where installed in exterior walls directly abutting exterior walkways. Isolate copper materials from cementitious materials to prevent deterioration. 2. HVAC Equipment Rooms;Provide at least one (1)hose bib and one (1) floor drain in each HVAC Equipment Room. Provide trap primer at FD unless FD is used as condensate drain. 3. All Mechanical Rooms shall be fitted with sufficient floor drains to allow for drainage of any leaks, condensation, or spillage. 4. Janitorial Closets;Each floor of each building shall have one (1)janitorial closet for every 10,000 sq. ft. and located at each set of restrooms.The Janitors Closet will contain a water heater, floor mop sink, shelves,floor drain,a hose bib, at least one (1)electrical outlet,and sufficient lighting to illuminate room. 5. Restroom Floor Drains;All restrooms,public and private, are to be fitted with floor drains,number and location of which will be determined by size and layout of restroom. Floor drains may be omitted in private restrooms only when located at the first floor. 6. Restroom lavatories and sinks in public areas shall be supplied with cold- water only. 7. Provide flush valve fixtures where adequate water pressure is available. Provide pressure-assist tank type water closets where low water pressure occurs. 8. Provide at least one (1)hose bib at each deck level in parking garages, not more than 100'-0"oc. 9. Lavatory faucets in restrooms shall be hands-free automatic faucets. 10. Flush valves shall be hands-free automatic units. 11. Unless approved otherwise by FM staff,automatic faucets and automatic flush valves shall be hard wired,not battery operated units. Conceal all wiring inside walls or removable covers. Provide access panel for all units located inside walls. COLLIER COUNTY VERTICAL STANDARDS PAGE 39 NOVEMBER 30, 2011 Packet Page -960- 10/22/2013 16.D.4. 12. Provide waterless urinals where directed by FM staff.Where waterless urinals are installed, provide water line inside wall for future connection to flush valve. 13. Pumps: All 3-phase equipment shall have phase-loss protection. 14. Water closets with a max of 1.6 gallons/flush, shower heads—2.5 gpm, and faucets with a 0.5 gpm. 15. Wherever temperature mixing valves are required, they shall be Symmons valves ONLY. 221000—WATER DISTRIBUTION PIPING A. All pipes shall have appropriate shutoff valves located near fixtures to allow for shutoff without shutting down entire systems. Locate valve at fixture, at access panel, or above readily accessible ceiling tile. B. All pipes and fixtures shall have immediate and sufficient access through walls and obstructions to facilitate maintenance and repair. C. All pipes shall have sufficient cleanouts installed to expedite maintenance. Back to back cross-tee assemblies shall have cleanouts above or below cross-tee. D. Insulate all hot water lines. Exposed insulation shall be white color; concealed insulation shall be black or white color. E. Exposed pipes and valves in public restrooms shall be chrome plated. Insulate all exposed pipes and fittings, etc. under lavatories and sinks . F. Wrap and protect all buried lines to inhibit corrosion where in contact with concrete. G. All main valves shall be brass full-ported ball valves. H. All valves shall be numbered and tagged. Provide typewritten chart indicating each valve number and location, laminated in clear plastic cover and posted in Equipment Room. L Provide re-circulating pump and return lines for hot water lines over 75' developed length. 224000—PLUMBING FIXTURES A. Acceptable Product Manufacturers: 1. Lavatories, Service Sinks, Water Closets,Urinals,Bath Tubs: COLLIER COUNTY VERTICAL STANDARDS PAGE 40 NOVEMBER 30,2011 Packet Page-961- 10/22/2013 16.D.4. a. American Standard. b. Crane Co. c. Eljer Plumbingware Div. d. Kohler Co. 2. Stainless Steel Sinks: a. American Standard. b. Elkay Mfg. Co. c. Dayton. 3. Faucets: a. Chicago Faucet Co. b. Kohler Co. c. Sloan. d. T& S Brass 4. Flush Valves: a. Sloan Valve Co. (Royal, no substitutions) 5. Water Closet Seats: open front; a. Bemis Mfg. Co. b. Beneke Corp. c. Forbes-Wright Industries, Inc.; Church Products. d. Olsonite Corp.; Olsonite Seats. 6. Urinals: a. Kohler Waterless Urinals Only-NO SUBSTITUTIONS. 7. Fixture Supports: a. Josam Mfg. Co. b. Kohler Co. c. Tyler Pipe. d. Zum Industries, Inc.; Hydomechanics Div. B. All plumbing fixtures shall be white color. C. Faucets and trim shall be chrome-plated brass 224010—WATER HEATERS COLLIER COUNTY VERTICAL STANDARDS PAGE 41 NOVEMBER 30, 2011 Packet Page -962- 10/22/2013 16.D.4. A. Provide commercial grade water heaters using only industry standard components and sizes, limited to 110, 208,and 240-volt units manufactured by State or Lochinvar ONLY. Units requiring 480-volt service or special heating elements may not be used without prior written approval by FMS. Temperatures are to be pre-set to 120°F. DIVISION 23 —HVAC 230000—GENERAL A. Requirements of Division 1, Standard Plumbing and Mechanical Codes,NEC, NFPA, AMSE, State Board of Health Sanitary Code, OSHA,ASHRAE,AMCA, SMACNA, UL,Florida Energy Code, and Collier County Government Vertical Construction Standards apply to work of this section. B. All materials and equipment provided shall be assembled,erected, and installed in such a manner as to insure proper operation of the system of which they are a part, including air-handlers, direct-expansion units,temperature controls, chillers, cooling towers,condenser pumps, brine pumps,the chilled water primary and secondary pumping systems,the EMS control system, and the electrical services. Equipment, devices,and accessories, not covered by Codes and/or Standards governing their installation shall be installed in strict accordance with the manufacturers'printed instructions. C. All design concepts and drawings, shop drawings submittals,equipment listings, etc. will be reviewed by Facility Management for their approval. D. After the installation is complete, Facilities Management shall review the contractor's commissioning plan and testing and balancing results. After tests and commissioning work is approved the equipment shall be officially accepted by Collier County,warranty and guarantee periods shall begin, and the equipment shall be turned over to Collier County in operating condition. 230010—MECHANICAL SYSTEM DESIGN REQUIREMENTS A. The HVAC system shall be designed in accordance with the above referenced codes and standards and the requirements and specifications of the building. B. The system shall be designed to operate at and maintain interior humidity levels at 45%to 50%relative humidity. C. The system shall be designed to provide hearing sufficient to maintain room/space temperatures of 72°F when the outside air temperature is 35°F. COLLIER COUNTY VERTICAL STANDARDS PAGE 42 NOVEMBER 30, 2011 Packet Page-963- 10/22/2013 16.D.4. D. Indoor Air Quality;All buildings shall be designed in accordance with the latest issue of ASHRAE Standard 62,Ventilation for Acceptable Air Quality for building outdoor air. Where the requirements of the Vertical Standards are more stringent than the referenced ASHRAE standards,the Vertical Standards shall be used. E. The system shall be capable of scaling back CFM and outside air when maximum quantities are not required for maintaining acceptable Indoor Air Quality Standards. F. Air conditioning system must provide a positive pressure throughout the building. G. Coordinate with the work of other trades to insure access panels are provided at all required locations and that the access panels are unobstructed by other equipment. H. All mechanical rooms are to be air-conditioned. I. All outside air intakes shall have Hurricane Wind/Water shedding louvers installed on the exterior and have duct drains installed immediately on the interior adjacent to the louvers with duct work designed to direct any water entering thru the louvers to the drains. The drains shall be piped directly to floor drains. J. Electrical equipment rooms shall be air conditioned to maintain 70d F,with not less than 125%excess capacity to cool equipment. K. Exhaust fans in vehicle areas shall be controlled with manual switch and CO detector. a. CO detector overrides manual switch. L. All 3-phase equipment shall have phase-loss protection. M. The overall system shall be designed to operate at maximum electrical energy efficiency while maintaining Indoor Air Quality Standards and Collier County Air Quality Standards under all load conditions. N. ALL HVAC air handlers, exhaust fans, supply fans,and cooling equipment shall be equipped with magnetic starters or VFDs to enable connection and control by the JCI Building Automation System(Metasys). 230020—AS-BUILT DRAWINGS A. Contractor must provide accurate and updated as-built drawings detailing all mechanical installations accurately as they are installed. 230021 —FINAL CLEANING AND ACCEPTANCE A. Special care should be taken during construction as to not let any foreign particles into the occupied area air stream. COLLIER COUNTY VERTICAL STANDARDS PAGE 43 NOVEMBER 30, 2011 Packet Page-964- 10/22/2013 16.D.4. 1. The Contractor shall clean all AHU coils and replace all filters prior to final acceptance. 2. The Contractor shall maintain filter media on all open ducts during the entire construction period until the system is in normal operation. B. The Owner, Engineer, and Contractor shall meet on-site and review the As-built Plans, Test and Balance Report,the Manufacturers Operation manuals,and the Maintenance manuals and instructions prior to acceptance. 230548—VIBRATION AND NOISE CONTROL A. All units shall be equipped with proper vibration control springs and/or pads specified by manufacturer to minimize vibration and noise. B. Mechanical rooms adjacent to offices must be quiet operating and sound levels shall be abated and subdued with insulation and silencers so that the pressure levels within three feet from any surface on the chiller and within the mechanical room do not exceed 90DB. C. Coordinate with the work of other trades as required to insure adequate sound attenuation of all equipment. Provide full height partitions and sound batt insulation at all mechanical room walls. Seal all wall penetrations, and provide continuous seal at top, bottom, ends and all edges of mechanical room walls. 230553—MECHANICAL IDENTIFICATION A. All supply and return grilles shall be marked with vinyl letters to identify the grille and corresponding air handling units and as directed by Facilities Management Staff. All grilles will be assigned a number by the Senior HVAC technician and included on the master ventilation plan. These numbers will coincide with METASYS identification numbers for ease of identification for remote use. B. All condensers, air handler units, fans, and other major components of the mechanical system shall be identified with the same designation used on the drawings and supplemental numbers as designated by FMS. Use either neatly stenciled signs painted directly on equipment, or plastic signs with 1" high engraved letters permanently fastened to the units. 230563—ANTI-MICROBIAL TREATMENT A. Not Required. COLLIER COUNTY VERTICAL STANDARDS PAGE 44 NOVEMBER 30, 2011 Packet Page-965- 10/22/2013 16.D.4. 230593—TESTING,ADJUSTING,AND BALANCING A. All air handlers shall be properly balanced at designed static pressure of the unit manufacturer prior to occupancy. Each air handler shall be balanced at: 1 Maximum Cooling Conditions, 2 Minimum Cooling (satisfied) Conditions, and 3 Maximum Heating Conditions. Each zone should be properly balanced,each diffuser should have proper amount of CFM making up the total for each individual VAV box. The total CFM of all VAV boxes should equal the CFM output of their air handler to be properly balanced. This must be achieved for acceptance of the air testing and balancing report. 1. Provide written qualifications of all personnel used to perform any testing, adjusting,or balancing on site.Provide written certification to the County that work was done on site. 2. Install clean filters at AHU and at all RIA grilles prior to testing and balancing. 3. All ceilings shall be installed and all doors and windows shall be closed during test and balance work. B. Test and balance services shall be included in the contract for construction except for building projects exceeding$200,000.00 in construction cost or mechanical equipment contracts exceeding $25,000.00,where the client will provide the services of an independent, certified test and balance firm. 230713—DUCT INSTALLATION A. All ducts shall be externally insulated. There shall be no fiberglass material in the air stream. 232300—REFRIGERANT PIPING A. All piping shall be type "K" or type"L"copper piping.All elbow piping shall be of long radius to increase flow and prevent restrictions. Provide 45d elbows in lieu of 90d elbows wherever possible.All taps,tees,joints, oil-traps,and other connections shall be made only with appropriate fittings designed and selected for the use of the piping system. All connections shall have brazed joints. 233113—METAL DUCTWORK A. All supply and return ductwork shall be externally insulated galvanized sheet metal with no fiberglass insulation in the air-stream. All exhaust fan ducts and outdoor air ducts shall be aluminum with external insulation. COLLIER COUNTY VERTICAL STANDARDS PAGE 45 NOVEMBER 30.2011 Packet Page-966- 10/22/2013 16.D.4. B. Ductwork Accessories; All materials needed such as anchors,hangers, screws, canvas connectors, "S" and"Drive" cleats,duct sealant shall be properly installed as to insure proper safe operation of system. 233116—FIBROUS-GLASS DUCTWORK A. Fiberglass duct systems are not allowed in new building or renovations. 233233—PLENUM RETURN SYSTEMS A. Plenum return systems are not allowed in new buildings. 233346—FLEXIBLE DUCTS A. Maximum length 6'-0". 234000—AIR FILTERS A. All air handling units should have clean pleated filters,min 2"thick,40%MERV 8 efficient per ASHRAE 52. B. Install filter grilles at all returns serving occupied spaces. 236400—CHILLER EQUIPMENT AND PIPING A. Chiller shall be an electric motor driven centrifugal or rotary screw liquid type, equipped with flooded evaporator,water cooled condenser, oil supply system for both lubrication and hydraulic capacity control,electrical disconnect, motor starter, and microcomputer control panel,and all related inter-connecting piping and electrical connections. Chiller shall be a factory assembled and packaged unit complete with full operating charge of oil and refrigerant. Refrigerant shall be R22, HCFC 123, or HFC 134A. 1. Chiller shall be manufactured by the Trane Company unless approved otherwise by FM Director. B. Variable Frequency Drives for pumps and fans shall be manufactured by ABB. No substitutions C. Chiller Room Safety Equipment; The contractors'chiller manufacturer shall furnish all necessary safety equipment as required to bring the existing or new chiller mechanical room up to the current ANSI/ASHRAE Standard No. 15-1992 COLLIER COUNTY VERTICAL STANDARDS PAGE 46 NOVEMBER 30, 2011 Packet Page-967- 10/22/2013 16.D.4. requirements and in accordance with the furnished per Standard No. 32-1994. The requirement includes signage identifying the type, quantity,pressure,and installer of the refrigerant, oxygen deprivation and refrigerant sensors, monitoring panels, occupancy sensors for automatic activation of the ventilation systems,plus one normal use and one backup use approved self contained breathing apparatuses with storage cabinets. Proper mechanical room ventilation should be sized for heat dissipation. D. Alarms;All chiller rooms shall be equipped with a carbon monoxide sensor and alarm. E. Pipes and Pipe-Fittings for Chilled Water Systems;Pipe shall be Schedule 40 black carbon steel type BCS-150 meeting requirements of ASTM A120 and A53 for chilled water, cooling tower water,brine water,and vent system usages. All piping shall utilize screw fittings for sizes 2" and smaller and butt welded joints and flange fittings for sizes 2 1/2" and larger as required to join associated valves and equipment flanges. 1. No PVC piping on any chilled water,cooling tower water, brine water and vent system usages. F. Valves for Chilled Water Systems; Valves for isolation and shut-off services shall be gate type with dual supported rising stems for 125PSI working pressure service with bronze valve bodies and screw fittings for pipe sizes up to and thru 2-inches and with iron bodies and either flange or grooved fittings for all larger pipe sizes. 1. Balancing valves for fixing water flow rates shall be ball and/or globe type with calibrated orifices, indicating operating handles and flow rate gauge fittings as required for setting flow rates. 2. Variable water flow system control valves shall be globe and/or butterfly single- and two-way types with manual and motorized operators as required to operate within the BAS system. All valves shall be capable of providing smooth proportioning flow control. Spring returns shall be provided on all two positions and/or reversible modulating valves where required for fail-safe operation. G. Piping Specialties for Chilled Water Systems; All required piping accessories shall be provided and shall include, but not be limited to, air vents,pressure relief valves, dielectric connectors,gauge piping, strainers, flexible connectors, temperature sensors and wells,pressure gauges and ports, gaskets,and wall and floor sleeves, expansion joints,pipe supports, and anchors and all other devices necessary for a complete and operable installation. COLLIER COUNTY VERTICAL STANDARDS PAGE 47 NOVEMBER 30, 2011 Packet Page -968- 10/22/2013 16.D.4. H. Thermal Pipe Insulation for use indoors on all chilled water piping and surfaces shall be minimum 1 1/2-inch thick fibrous glass insulation with vapor barrier. Use 2" foam glass insulation between chiller and ice tanks. I. All chilled water piping shall be color coded with label and arrows identifying direction and contents of flow. Provide aluminum jacket over all insulated piping where exposed to view and/or exterior to building above grade. J. Each building shall have both supply and return chilled water line shutoffs at the entrance to the building and at each floor of the building. 236500—COOLING TOWERS A. Cooling tower shall be an induced draft, cross flow, factory assembled. It shall consist of heavy gauge steel frame work cells housing bottom cold water basins, central water spillways, and top hot water basins, fans and speed reducing decks, fan cylinders,electric drive motors, etc. The tower shall include all accessories as required for safe and reliable operation. Structural framing, casing covers, basin, sump, and all fasteners shall be stainless steel. 1. Cooling Tower shall be manufactured by the Marley Company,Baltimore Aircoil,or a County approved equal. 2. Cooling Tower shall be CTI certified. B. Pumps shall be centrifugal types of two mounting arrangements, in-line pipe mounted for secondary chilled water loop pumps and base mounted for all other applications. 1. Pumps shall be manufactured by Bell & Gossett,Armstrong,Aurora, EVAPCO, Peerless, or an approved equal. 2. Limit pump motors to nominal 1 800 RPM wherever possible 3. All pumps shall be Horizontal models unless specifically approved by Facilities Management. C. The base mounted pumps shall be installed on housekeeping pads which are installed in such a manner to insure accessibility to remove pump motors. The pumps should be located near accessible doors allowing a portable hoist into and accessing the pumps without any obstructions. 1. Locate motor out of airstream. COLLIER COUNTY VERTICAL STANDARDS PAGE 48 NOVEMBER 30, 2011 Packet Page-969- 10/22/2013 16.D.4. 237300—SPLIT—SYSTEM HVAC UNITS A. Split-system HVAC units shall be matched units provided by the same manufacturer. Approved manufacturers are Carrier,Trane,and York. B. Air Cooled Condensers 1. All air cooled condensers shall be concealed from view from the front or sides of the building. Condensers shall be located in a dry, dust-free environment separated from landscaping and maintained lawns and not confined in an enclosed area.Provide "Bronzeglow"factory applied protective finish(or approved equal)where units are located within one mile of the coast. Do not locate exterior units directly under the edge of a roof overhang or roof valley. 2. Provide sufficient clear area around the unit to for maintenance and free air circulation without recirculation. Confirm the manufacturer's minimum recommended clearances between units and walls prior to design. In no cases shall units be placed closer than two (2) feet from an adjacent wall nor closer than three (3)feet between units. Provide additional clear areas for servicing as recommended by the manufacturer, but not less than (5) feet on service side,plus a minimum five (5) foot by five(5) foot clear work area. The work area must be a hard surface such as on a concrete pad or pavement. Coil grill guards shall be installed on all air cooled condensing units 5 ton and larger. C. Air Handling Units 1. All air handling units shall have not less than two (2) feet of clearance around the entire unit,plus not less than five (5) feet clear on the service side(s)of the equipment. Provide at least one five (5) foot by five (5)foot clear floor area in the equipment room for servicing and maintenance of the equipment. The clearances specified herein are minimum sizes and may need to be increased as necessary to accommodate the equipment used. The size and maintenance requirements of the unit shall be used to determine the required room size. 2. Air handlers shall not be located in attic space, but in mechanical rooms with duct leading into the ceiling.(Exception only if an existing system is installed in an attic space. 3. Provide double-wall Air Handler Units with sloped drain pans. 237400—ROOFTOP UNITS COLLIER COUNTY VERTICAL STANDARDS PAGE 49 NOVEMBER 30,2011 Packet Page-970- 10/22/2013 16.D.4. A. Avoid rooftop units whenever possible. When located on roof,units shall not be visible from the ground. Approved manufacturers are Carrier, Trane, York,and Weatherking. Provide"Bronzeglow"or equivalent, factory applied protective finish where units are located within one mile of the coast. B. Comply with SMACNA and NRCA standards for flashing at all roof penetrations. Coordinate work with other trades. Provide prefabricated roof curbs under all roof mounted equipment. Pitch pans are not allowed. Provide walk boards at rooftop locations. 238400--DEHUMIDIFICATION EQUIPMENT A. Dehumidification equipment must be correctly sized to maintain 50%(or lower) relative humidity level. Manufacturer shall be Scorpion or DFM approved equal. B. Coordinate design requirements with other trades as required to meet this specification. Vestibules are recommended at all high-traffic entrances to the building. DIVISION 25—INTEGRATED AUTOMATION 255000—HVAC CONTROLS A. "BAS" Control systems I. All buildings will be evaluated for application of Building Automation Systems, but in general, all buildings over 4,000 square feet will include a Building Automation System. The system will be Johnson Control's Metasys System. Included within the package will be all items currently being utilized by the Facilities Management Department including but not limited to remote monitoring at the main office. 2. Temperature sensors and controls to be located in each private office, zone and/or open area as specified by engineer. 3. Zone and room temperatures to be controlled only by Facility Management Department BAS, not by room occupant. NON-adjustable sensors are to be used in all areas except when specifically exempted in writing by Facilities Management staff. 4. Temperature,CO2 and humidity sensors shall be located in space which is being controlled. The sensors shall be mounted on a wall 5 feet above the floor. An additional humidity sensor shall be located in the R/A ducts,and all RH sensors shall be connected to the BAS system.All humidity COLLIER COUNTY VERTICAL STANDARDS PAGE 50 NOVEMBER 30,2011 Packet Page-971- 10/22/2013 16.D.4. sensors installed in County facilities need to be installed in the space that it is monitoring(not in duct). The sensor needs to be installed per manufacturer's requirements. This is usually at the 4-1/2 to 5 foot level. It must be clear of all furniture and other obstructions so as to properly read the space RH%. The sensor must be installed on an inside wall of the space being monitored to avoid adverse readings from possible outside wall drafts. Sensors installed in return ducts can be easily forgotten about and be difficult to repair. Again,you may not get accurate readings from return air locations due to dust collecting as an insulator and location of the return near an outside doorway. Any deviation from the standard of room sensors needs to be explained and approved by the Director of Facilities Management. 5 Individual DDC controller for each major piece of mechanical equipment to insure operation in case of failure to our"BAS" system. 6. As part of the project,the system shall communicate(through the server located on the 5th floor of Building F)with the work station in the Operations Center at the Facilities Management Headquarters. All equipment will be included in the project. 7. All computer and electrical rooms will have temperature sensors with alarmed ranges monitored and page able. B. "BAS"Network Design 1. System shall he designed to a fault tolerant distributed system with intelligence at each major piece of mechanical equipment. 2. Communication to all DDC controllers shall be by Network Automated Engine; (NAE) in the building. 3. Communication from NAE/NIE (Network Integrate Engine)to Operator Workstation in Building W via Fiber optic Cabling, if building is on campus, or via modem if building is off campus. System shall allow automatic beeper notification of critical alarms as defined by FM department prior to software generation by utilizing the existing automatic dialer if the building is on campus or a new automatic dialer if building is off campus. DIVISION 26 —ELECTRICAL 260000—GENERAL COLLIER COUNTY VERTICAL STANDARDS PAGE 51 NOVEMBER 30,2011 Packet Page-972- 10/22/2013 16.D.4. A. Standards; Requirements of Division 1,the National Electric Code,NFPA, NEMA, and UL apply to work of this section. B. All automated lighting control systems shall be monitored and controlled through Metasys, unless otherwise approved by the Department of Facilities Management. C. All 3-phase equipment shall have phase-loss protection. D. All light fixtures must accept G.E. replacement lamps. E. Lighting should be designed to recommend candle power readings of Illumination Engineering Society. F. Wherever practical,high efficiency, LED lamps or Energy Star rated products should be used. G. All private offices,bathrooms, break rooms, and other areas with intermittent occupancy during the normal work day, shall be equipped with occupancy/motion sensor light switches. H. ALL HVAC air handlers, exhaust fans, supply fans, and cooling equipment shall be equipped with magnetic starters or VFDs to enable connection and control by the JCI Building Automation System (Metasys). 260010—AS-BUILT DRAWINGS A. The Contractor shall provide accurate and updated as-built drawings detailing all electrical installations, to include outlets, shown as they are actually installed. 260020—RENOVATION AND RETROFIT WORK A. For all renovation,retrofit, and building additions projects,the Design Professional and/or Contractor must consult with County maintenance personnel for tie-in to existing equipment. 260030—SPECIAL EQUIPMENT ROOM REQUIREMENTS A. All mechanical rooms and exterior equipment areas shall be fitted with at least two(2)one (1) 20 amp duplex electrical outlets, 115 volt single phase. B. All mechanical rooms shall be fitted with sufficient lighting to properly illuminate all areas of the room taking into account light obstruction due to equipment,provide approximately 100 Foot Candles of illumination. COLLIER COUNTY VERTICAL STANDARDS PAGE 52 NOVEMBER 30, 2011 Packet Page-973- 10/22/2013 16.D.4. C. Provide 2 separate electrical rooms; one for building power and one for low voltage applications such as computer networks,phone etc. The intent is to physically separate functions while maintaining close proximity to each other. D. If building is equipped with card access hardware, provide card reader at each equipment room. 260040—IDENTIFICATION A. Provide neatly typed panel schedules identifying all circuits in all new and renovated work. B. All panels and switchgear shall be identified with engraved plastic signs indicating same designation shown on the as-built plans. 260500—CONDUCTORS AND CABLES A. Only T.H.H.N. or equivalent, insulated copper wire shall be used in all electrical wiring B. Engineer shall design wiring with respect to the harmonic loads of the building. C. Neutrals shall be installed using one of two approved methods: 1. Install separate neutrals with circuits. 2. Install oversized neutrals. D. Raceways and Raceway Fittings shall be thin wall EMT type steel conduits for indoor use,and PVC for exposed outdoor use. All raceways shall be complete with fittings specifically designed for use with the associated raceways.Flexible metallic and PVC are acceptable. E. Junction, Outlet,and Pull Boxes Shall be constructed of code gauge sheet steel, galvanized or sheradized or otherwise rust proofed, and sized in accordance with the NEC per number of devices and wires within the boxes or the number and sizes of conduits entering the boxes. Outlet boxes shall have suitable cover plates or devices mounting plates as required for its associated device and/or accessory. Junction and pull boxes shall have blank steel covers bolted to the boxes. F. Sleeves for pipe and conduit penetrations through concrete or masonry walls shall be minimum No. 22 gauge sheet steel. G. Underground wiring, low and high voltage, for card access,camera, and code blue phones. All wiring underground shall be rated for wet locations,regardless of whether they are in conduit, or they are direct burial. They shall have surge COLLIER COUNTY VERTICAL STANDARDS PAGE 53 NOVEMBER 30,2011 Packet Page-974- 10/22/2013 16.D.4. protection at both ends. When leaving and, or, entering a building;when terminating at any device installed outside; including: cabinets, camera poles, code blue poles, cameras,readers, card access units, gate controllers, etc. 260526—GROUNDING A. Pull ground wire with all circuits. B. Grounds shall be cad welded to steel frame structures. C. Ground rods shall be a minimum of twenty(20)feet long D. Step down transformers for lighting and receptacle loads shall have grounded electrodes to each transformer. 260536—CABLE TRAYS A. Provide cable trays or hooks above corridor ceilings where required by Owners building design program. C. Communication Cabling: . The insulation or outer jacket of all wiring shall be color coded by function according to the National Electric Code Standard. CAT-6 Patch Cords Connection Type Color Ethernet Yellow Critical Care Red Cross-Over White UPS Green Server Blue Department Owned Hardware Black PoE Connections(Wireless) Orange Voice Connectivity Gray Fiber Patch Cords Connection Type Color MM Fiber(62.5 micron) Orange MM Fiber(62.5 micron) White MM Fiber(50 micron) Aqua SM Fiber Yellow 260620.16—DISCONNECT SWITCHES AND CIRCUIT BREAKERS A. All circuit breakers shall be either Square D or ITE type breakers. B. Wafer style breakers shall not be used in new construction. 260620.26—DEVICES COLLIER COUNTY VERTICAL STANDARDS PAGE 54 NOVEMBER 30, 2011 Packet Page-975- 10/22/2013 16.D.4. A. All receptacles shall be twenty (20)amp combination devices. B. Except as noted below,the color of all switches, cover plates, fixtures,devices, exit lights,emergency lights, etc. shall be either White or as scheduled by Design Professional. Trim shall be white color, aluminum, brushed aluminum, or chrome. 1. Computer/UPS outlets shall be orange color. 2. Emergency generator outlets shall be red color,unless entire facility is powered by emergency generator. C. Firestop Wiring Devices: Furnish and install fire rated wiring devices in fire rated wall(s)/floor(s) for designed and future pathways. 1. Cables passing through fire-rated floors or walls shall pass through fire-rated wiring devices which contain an intumescent insert material that adjusts automatically to cable additions or subtractions. Preferred type is UL System CAJ323 1,Easy-Path, by Specified Technologies,Inc. 2. The device (per code requirements)shall include both internal and external firestopping. 3. Cables penetrating through fire-rated floors or walls shall utilize fire-rated pathway devices capable of providing an F rating equal to the rating of the barrier in which the device is installed. 4. The device shall be tested for smoke leakage (L rating)and shall not require the use of any optional sealing materials to achieve the published rating. 5. The device shall utilize a fire and smoke sealing system that automatically adjusts to the addition or removal of cables. 6. Wiring devices shall be capable of allowing a 0 to 100-percent visual fill of cables. 7. Wire devices shall be of a sufficient size to accommodate the quantity and size of electrical wires and data cables required and shall be suitable for use with new or existing cable installations. 8. The installed device(in normal use)shall require no maintenance and shall accommodate future cable changes without mechanical adjustment and/or removal or replacement of protective materials. 9. Wire devices to be provided with steel wall plates allowing for single or multiple devices to be ganged together. 10. The device shall be modular and shall provide mechanical installation options for common wall and floor constructions as well as common construction conditions including over-sized or damaged openings or existing sleeves. COLLIER COUNTY VERTICAL STANDARDS PAGE 55 NOVEMBER 30,2011 Packet Page-976- 10/22/2013 16.D.4. 262200—TRANSFORMERS A. Provide non-linear load transformers where required. 264100—LIGHTNING PROTECTION A. Where required by building design program,provide a complete UL listed lightning protection system. Shop drawings shall be reviewed and approved by the Design Professional prior to installation. Minimize roof penetrations and coordinate the work with other trades as needed for a complete and proper leak- proof installation. Exposed pitch pans are not allowed. 264300—TRANSIENT VOLTAGE SUPPRESSION A. Provide appropriate surge suppression device for all buildings. 265100—INTERIOR LIGHTING A. Fixtures types shall be limited to listed standard fixtures to facilitate maintenance. 1. Basic interior lighting fixtures shall be 2'x 4'fluorescent lighting fixtures. 2. All lighting fixtures shall have electronic ballasts with T-5 fluorescent lamps with safety fuse, or LED equivalents 3. Recessed lamps shall use only standard PL 5, 7, 9,or 13 lamps.Do not use quad or non-standard lamps. 4. Special fixtures must be approved by the County prior to completion of design. 5. Tandem ballasts are not allowed. 6. Provide at least one non-switched fluorescent night light in Foyer, Lobby, Corridors, and large Open Office areas 7. Lighting must be energy efficient and designed to the recommended candle power readings of the Illumination Engineering Society. 265200—EMERGENCY LIGHTING A. Emergency lights shall be low-profile surface mounted dual head units,white color. COLLIER COUNTY VERTICAL STANDARDS PAGE 56 NOVEMBER 30, 2011 Packet Page-977- 10/22/2013 16.D.4. 1. Provide Chloride Fusion 2, Surelight CU-1, Beghelli Deco 6,or approved equal. 2. Do not use EM backup units for recessed fixtures. 265300—EXIT SIGNS A. Provide LED exit signs with battery back-up for emergency egress requirements. B. Exit signs shall not use fluorescent lamps and nor any radioactive materials. C. Exit signs shall have brushed aluminum faces. Stencils shall be green. 265600—EXTERIOR LIGHTING A. Exterior fixtures shall utilize metal halide lamps with standard mogul bases. Acceptable sizes are limited to 150,250, and 400 watt lamps. B. Light poles shall be individually fused and numbered sequentially in order to confirm exact pole location for bulb maintenance. Call Facilities Management prior to installing numbers for approved number material, colors, and location on pole. C. Exterior fixtures shall be all aluminum or heavy duty vandal resistant plastic construction with vandal resistant glass lenses. D. Well or buried fixtures are not allowed E. Flag pole lights: 100W MH. F. Sign lights: LED equivalent to 70W MH unless approved otherwise. G. Exterior wraparound fixtures: not allowed(use vapor proof fixtures in exterior environments). DIVISION 27 — COMMUNICATIONS All communication wiring and cabling shall be run in wire ways,troughs, or other approved supporting means according to NEC 70E.Fire wiring devices shall be used in all fire rated wall(s)/floors(s), refer to Section 26026.26 for requirements. 272000—INFORMATION TECHNOLOGY (IT) COLLIER COUNTY VERTICAL STANDARDS PAGE 57 NOVEMBER 30, 2011 Packet Page-978- 10/22/2013 16.D.4. A. Use Category 6 wire for all data lines in new construction and renovations. B. All offices and conference rooms shall have two IT Duplex Boxes on opposite walls. Each box to have two Cat 6 Lines,terminated and certified. Open space areas to have two Cat 6 lines for each cubicle shown on the systems furniture layout 272010—FIBER OPTIC LINES A. All fiber optic lines must be traceable. Acceptable tracing techniques are as follows: 1. Install pull wires with each line. 2. Encase under ground lines in a steel jacket conduit with Metro Tracer Ribbon for underground locator service compatibility. 273000—TELEPHONE SYSTEMS A. Refer to the Collier County Government Information Technology (IT) Standards Manual. B. Conceal all cables in walls,partitions,and ceiling spaces wherever possible. Run lines in conduit from telephone board to telephone company connection. Do not install unprotected lines or equipment on exterior walls of the building. 274000—CABLE TV SYSTEMS A. Pre-wire for standard cable TV service to all Conference Rooms, Training Rooms,Meeting Rooms, Lobbies,Executive Offices and where identified in the Owners building design program. Refer to the Collier County Government IT Standards Manual. DIVISION 28 — ELECTRONIC SAFETY AND SECURITY 281000—SECURITY AND INTRUSION ALARMS A. For new buildings or renovations where the security system is being removed, a new integrated system shall be installed. In existing buildings where the security system is not being replaced,the Facility Management System shall monitor the security system as noted below. 281001 -ACCESS CONTROL SYSTEMS (CARD ACCESS) COLLIER COUNTY VERTICAL STANDARDS PAGE 58 NOVEMBER 30,2011 Packet Page-979- 10/22/2013 16.D.4. A. System shall perform as a stand-alone security system including all required control sequences per occupant's requirements including necessary keypads, card readers,motion detectors, door contacts,etc. B. Security system shall communicate to the central station on contract(FMS)to indicate at a minimum, zone by zone status. 3. FMS shall act as a secondary reporting station and shall not be the primary reporting station. C. All external hardware shall have tamper proof screws. D. All roof hatches shall be monitored by the security system. 282300 —CCTV VIDEO SURVEILLANCE A. Quantity and locations shall be specified at job design meeting by Building Automation Supervisor. B. Fixed Cameras shall be Pelco, Digital Color Cameras. C. Pan/Tilt/Zoom Cameras shall be Pelco Dome Systems. D. CCTV DVR's recording devices shall be Dedicated Micros 1.2 Terabyte. E. CCTV images shall be transmitted to FM Operations Center via multimode, fiber optics on campus F. Two (2)WP electrical outlets shall be installed in locked panel on poles used for CCTV panel. I. DVR's off site need to be in lockable secure cabinet in an air-conditioned secure (preferably card-accessed) area. 283100—FIRE ALARM A. Provide a complete Fire Alarm system where required by Code or Ordinance. Refer to Division One for General Requirements, Codes,and Standards, including FBC and NFPA codes. 1. Fire Alarm systems shall be provided by Johnson Controls, GE-AST-III, Firelite,or approved equal as directed by FM staff. 2. Fire Alarm software shall be compatible with existing I.F.I software utilized at the Facilities Management operations center. COLLIER COUNTY VERTICAL STANDARDS PAGE 59 NOVEMBER 30, 2011 Packet Page-980- 10/22/2013 16.D.4. B. Comply with the requirements of NFPA 72, National Fire Alarm Code for all work related to the design and installation of the system. The Engineer of Record shall review and approve the installers shop drawings prior to permit application. C. The fire control panel shall be an addressable fire panel that is ULFM listed. A dual dialer with 2 phone lines coming from the fire panel is required;two(2) lines per fire code to the primary monitoring company,and a third MC card& ethernet connection back to the Building "W"Operations Center for ancillary monitoring. For new buildings or renovations where the existing fire alarm system is being removed, a new integrated system shall be installed. In existing buildings where the fire alarm system is not being replaced,the Facility Management System shall monitor the fire alarm system as noted below. 1. System shall perform as a stand-alone fire alarm system including all required control sequences including Fire Department notification. 2. Fire Alarm system shall communicate to(FMS)to indicate at a minimum, zone by zone status. 3. FMS shall act as an ancillary secondary reporting station and shall not be the primary reporting station. D. Maintain accurate as-built plans of all work. 1. Provide neatly typed zone schedule at the fire alarm panel. 2. Provide CAD discs of any new or revised alarm system. E. Provide a lockable exterior"fire fighter key box" located near the main entry of each new building and containing the building's master key or card access card for use during fire emergencies.Approval of the box type and final location shall be determined solely by the Fire Department and/or Fire Marshall for each fire district. F. Provide a"Stopper II w/Horn Casing" (model # STI-1130 or equivalent)for all Lobby and Entrance area Fire Pull Stations. G. All warning devices(Horn/Strobes etc.) shall be ceiling mounted and not located on the wall unless required by code. Center the device within individual ceiling tiles when possible. All warning devices shall be equipped with internal battery Back-up DIVISION 31 —EARTHWORK 310000—GENERAL COLLIER COUNTY VERTICAL STANDARDS PAGE 60 NOVEMBER 30, 2011 Packet Page-981- 10/22/2013 16.D.4. A. Comply with the Collier County Land Development Code, FBC, and requirements of Division I. 312000—GRADING A. Enclosed building floor slabs shall be at least 8" above exterior finish grade. Do not slope grades towards buildings. Final grading around the building is to be sloped evenly away from structures and slabs to insure positive drainage. DIVISION 32 —EXTERIOR IMPROVEMENTS 329300—LANDSCAPING A. Except for grass, all landscaping must be at least three(3) feet away from any exterior wall. Plants and other foliage must have a three (3)foot clearance between outer limbs and each wall. B. Trees are to be planted at least Fifteen(15) feet from any exterior wall.No Trees to be planted in pavers C. Landscaping may not be planted within Four(4)feet of HVAC units,fire protection assemblies,mechanical or electrical equipment. Increase distance as needed to provide required clearance for anticipated full-grown size of landscaping. D. Install not less than 10" wide border of gravel at the perimeter of exterior walls around each building. Gravel shall be not less than 4"thick, installed over weed block fabric, with a suitable continuous edge trim. Top of gravel shall be at least 8" below the finish floor slab. J. Completely remove all compacted base and sub base material from all areas intended for landscaping and trees. Add top soil to all areas prior to installation of plant material. K. Facility Manager to approve all plant material prior to installation. L. Irrigation syetem shall tie into existing system or follow standards.Provide connection to reclaimed water system if possible. M. Grading and landscaping shall be sloped away from building,walkways, pavement, equipment, etc, and water runoff shall drain into site drainage system without standing water. COLLIER COUNTY VERTICAL STANDARDS PAGE 61 NOVEMBER 30, 2011 Packet Page-982- 10/22/2013 16.D.4. END OF VERTICAL STANDARDS DOCUMENT PROJECT CHECKLIST In addition to the items identified in the program for the project,the following specific items shall reviewed by the Design Professional and discussed with Facilities Management staff: 1. Design Criteria-Wind Speed 2. Floor Elevation 3. Flood-Proofing Method, if required 4. Local Architectural Standards, if applicable 5. Roof-type and color 6. Insulation-code -vs- increased R values 7. Exterior Doors-corrosion resistance 8. Window Glazing- laminated,tinted, etc. 9. Window Protection- shutters, if any 10. Hardware- card key access -vs-keys 11. Hardware-key schedule 12. Color Selections 13. Carpet Type- glue-down-vs-carpet tile 14. Carpet Specifications 15. Security System, if required 16. Security Cameras, if required 17. Card Access 18. Dehumidification Equipment COLLIER COUNTY VERTICAL STANDARDS PAGE 62 NOVEMBER 30, 2011 Packet Page-983- 10/22/2013 16.D.4. 19. HVAC Units; evaluate SEER 12.0 or higher 20. Energy Management Control System 21. Telephone and Data Wiring 22. UPS and/or Emergency Generator 23. Lightning Protection 24. Fire Alarm System-review with local AHJ PROJECT DATA FORM Information listed on this form is to be submitted to the Collier County Facilities Management Department by the Design Professional for each project. Changes, if any, should be reviewed with the County Project Manager during Schematic Design, Design Development, Construction Documents, and at the completion of Construction Administration Services. 1. Project Name 2. Project Address 3. Building Area 4. Project Budget 5. Design Schedule 6. Scope of Services 7. Scope of Project COLLIER COUNTY VERTICAL STANDARDS PAGE 63 NOVEMBER 30,2011 Packet Page -984- 10/22/2013 16.D.4. 8. Project Checklist The attached checklist shall be completed and delivered to the Facilities Management Department during Schematic Design. COLLIER COUNTY VERTICAL STANDARDS PAGE 64 NOVEMBER 30, 2011 Packet Page-985- 10/22/2013 16.D.4. COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS DEPARTMENT OF FACILITIES MANAGEMENT 1998 SPACE ALLOCATION AND UTILIZATION PLAN OCCUPANT TYPE SQUARE FEET Standard Circumstances Chief Administrative Judge Closed 350 400 Constitutional Officer Closed 350 400 County Administrator Closed 350 400 County Attorney Closed 250 300 Assistant County Administrator Closed 250 300 Circuit Judge Closed 250 300 County Judge Closed 250 300 Under Sheriff Closed 250 300 Health Department Director Closed 168 200 Division Administrators Closed 168 200 Assistant County Attorney Closed 168 200 Court Administrator Closed 168 175 Department Directors Closed 144 175 Attorneys Closed 120 144 Manager Level Closed 120 120 Professional Level Closed 120 120 Superintendent Level Closed 120 120 Administrative Assistant Open / 120 120 Closed Supervisors Open / 100 100 Closed Technical Positions Open / 100 100 Closed Analysts Open 100 100 Probation Officers Closed 120 Secretary Open 80 100 Clerks Open 80 100 Conference Rooms Seats 8-10 Closed 150 150 Conference Rooms w/ Library Closed 200 200 Large Courtroom (Jury Trial , Closed 2000 2000 COLLIER COUNTY VERTICAL STANDARDS PAGE 65 NOVEMBER 30, 2011 Packet Page-986- 10/22/2013 16.D.4. Arraignment) Standard Courtroom Closed 1800 1800 Small Courtroom Closed 1400 1400 Hearing Rooms Closed 870 870 Jury Deliberation Sets w toilets Closed 300 300 Attorney Client Conference Closed 120 120 Victim Witness Waiting Closed 120 120 Courtroom Holding Closed 120 120 Judicial Assistant Open 100 100 Judicial Assistant waiting area Open 60 60 Judges Area Support Open 60 60 Judicial Library Closed 500 500 Visiting Judge chambers w toilet Closed 200 200 COLLIER COUNTY VERTICAL STANDARDS PAGE 66 NOVEMBER 30, 2011 Packet Page-987- 10/22/2013 16.D.4. EXHIBIT M: PLANS AND SPECIFICATIONS See Exhibit M Plans and Exhibit M Specifications attached 92 Construction Services Agreement:Revised 07012013 Packet Page-988- 10/22/2013 16.D.4. COLLIER AREA TRANSIT PASSENGER TRANFER FACILITY IMPROVEMENTS COLLIER COUNTY, FLORIDA FARE COLLECTION ROOM TECHNICAL SPECIFICATIONS Issued for Bidding March 31, 2013 PREPARED BY: ATKINS Packet Page-989- ' 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PROJECT TABLE OF CONTENTS TECHNICAL SPECIFICATIONS DIVISION 01—GENERAL REQUIREMENTS 011100 SUMMARY OF WORK 013300 SUBMITTAL PROCEDURES 017419 CONSTRUCTION WASTE MANAGEMENT 017700 CLOSEOUT PROCEDURES DIVISION 02—EXISTING CONDITIONS 024119 SELECTIVE STRUCTURE DEMOLITION DIVISION 03—CONCRETE NOT USED DIVISION 04—MASONRY NOT USED DIVISION 05-METALS 054000 COLD FORMED METAL FRAMING 055000 MISCELLANEOUS METALS DIVISION 06—WOOD,PLASTICS,AND COMPOSITES 061053 MISCELLANEOUS ROUGH CARPENTRY DIVISION 07—THERMAL AND MOISTURE PROTECTION 072100 THERMAL INSULATION 074213 METAL WALL PANELS 076200 SHEET METAL FLASHING AND TRIM 079200 JOINT SEALANTS DIVISION 08—OPENINGS 081113 HOLLOW METAL DOORS AND FRAMES 081416 FLUSH WOOD DOORS 087100 DOOR HARDWARE DIVISION 09—FINISHES 092216 NON-STRUCTURAL METAL FRAMING 092900 GYPSUM BOARD 096519 RESILIENT TILE FLOORING 099123 PAINTS AND COATINGS TABLE OF CONTENTS 000001 - 1 Packet Page -990- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM DIVISION 10—SPECIALTIES 101400 SIGNS DIVISION 11—EQUIPMENT NOT USED DIVISION 23-HEATING VENTILATING AND AIR CONDITIONING 233713 DIFFUSERS,REGISTERS,AND GRILLES DIVISION 26—ELECTRICAL 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260544 SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS 262726 WIRING DEVICES 262816 ENCLOSED SWITCHES AND CIRCUIT BREAKERS DIVISION 28-ELECTRONIC SAFETY AND SECURITY through 33—UTILITIES NOT USED --End of Project Table of Contents TABLE OF CONTENTS 000001 - 1 Packet Page-991- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 011000—SUMMARY OF WORK PART 1 -GENERAL 1.1 SUMMARY A. Section includes: 1. Project information. 2. Work covered by Contract Documents. 3. Access to site. 4. Coordination with occupants. 5. Work restrictions. 6. Specification and drawing conventions. B. Related Section: 1. Division 01 Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.2 PROJECT INFORMATION A. Project Identification: FARE COLLECTION ROOM 1. Project Location: 8300 Radio Road,Naples,Florida 34104 B. Owner: Collier Area Transit 1. Owner's Representative: Contractor shall coordinate with Owner for Representative contact information C. Architect: Atkins North America 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of the Project is defined by the Contract Documents and consists of the following: 1. Collier Area Transit, Passenger Transfer Facility, improvements to the Fare Collection Room B. Type of Contract. 1. Project will be constructed under a single prime contract. SUMMARY 011000- 1 Packet Page-992- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1.4 ACCESS TO SITE A. General: Contractor shall have full use of Project site for construction operations during construction period. Contractor's use of Project site is limited only by Owner's right to perform work or to retain other contractors on portions of Project. B. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. C. Use of Site: Limit use of Project site to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to areas within the Contract limits. 2. Driveways, Walkways and Entrances: Keep driveways parking garage, loading areas, and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances by construction operations. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. D. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weather-tight condition throughout construction period. Repair damage caused by construction operations. 1.5 COORDINATION WITH OCCUPANTS A. Full Owner Occupancy: Owner will occupy site and existing adjacent building(s) during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day- to-day operations. Maintain existing exits unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and approval of authorities having jurisdiction. 2. Notify the Owner not less than 72hours in advance of activities that will affect Owner's operations. B. Partial Owner Occupancy: Owner will occupy the premises during entire construction period, with the exception of areas under construction. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's operations. Maintain existing exits unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and authorities having jurisdiction. SUMMARY 011000-2 Packet Page-993- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Provide not less than 72hours' notice to Owner of activities that will affect Owner's operations. C. Owner Limited Occupancy of Completed Areas of Construction: Owner reserves the right to occupy and to place and install equipment in completed portions of the Work, prior to Substantial Completion of the Work, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and limited occupancy shall not constitute acceptance of the total Work. 1. Architect will prepare a Certificate of Substantial Completion for each specific portion of the Work to be occupied prior to Owner acceptance of the completed Work. 2. Obtain a Certificate of Occupancy from authorities having jurisdiction before limited Owner occupancy. 3. Before limited Owner occupancy, mechanical and electrical systems shall be fully operational, and required tests and inspections shall be successfully completed. On occupancy, Owner will operate and maintain mechanical and electrical systems serving occupied portions of Work. 4. On occupancy, Owner will assume responsibility for maintenance and custodial service for occupied portions of Work. 1.6 WORK RESTRICTIONS A. Work Restrictions,General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and other requirements of authorities having jurisdiction. B. On-Site Work Hours: Limit work in the existing building to normal business working hours of 7 a.m.to 3 p.m.,Monday through Friday,except as otherwise indicated by the Owner. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Owner not less than twodays in advance of proposed utility interruptions. 2. Obtain Owner's written permission before proceeding with utility interruptions. D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration,odors,or other disruption to Owner occupancy with Owner. 1. Notify Owner not less than two days in advance of proposed disruptive operations. 2. Obtain Owner's written permission before proceeding with disruptive operations. E. Nonsmoking Building: Smoking is not permitted within the building or within 25 feet (8 m) of entrances,operable windows, or outdoor air intakes. F. Controlled Substances: Use of tobacco products and other controlled substances is not permitted. SUMMARY 011000-3 Packet Page-994- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1.7 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon(:)is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. C. Drawing Coordination: Requirements for materials and products identified on the Drawings are described in detail in the Specifications. One or more of the following are used on the Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products are identified by abbreviations scheduled on Drawings. 3. Keynoting: Materials and products are identified by reference keynotes referencing Specification Section numbers found in this Project Manual. gym... 1.8 OWNER'S REQUIREMENT A. Contractor shall coordinate temporary facilities and controls with owner's representative. B. Contractor shall provide construction progress documentation; including photographs, schedules and reports. C. All Contract Drawings, Notes and Specifications are complimentary. One does not supersede the other. If a discrepancy is found by the Bidder/Contractor including but not limited to standards of workmanship, qualities of materials,products, components, quantities, or systems, the Bidder/Contractor shall bid the greater cost of the systems/solution. The bid shall be complete and assumes all responsibility for testing(testing agency selected by Owner), permits, insurance, bonds, general requirements, means, methods, techniques, sequences, procedures, materials, products, components, systems, equipment and accessories required to complete all construction that may or may not directly be indicated in the contract drawings and documents. For example,if the drawings show a door, it is the Bidder's/Contractor's responsibility to bid all fasteners and accessories to complete the installation of the doors. Therefore, the Contract Drawings and Documents shall be taken as the whole set of requirements to construct an Owner-occupied facility that is fully functioning as intended, including all working, operational and environmental systems. The completed Work shall be fully compliant or exceed all current governing codes and ordinances, recognized industry standards pertinent to the Work, and manufacturers' written instructions and current recommendations. The bid shall meet or exceed the requirements stated herein. SUMMARY 011000-4 Packet Page-995- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PART 2-PRODUCTS (Not Used) PART 3 -EXECUTION(Not Used) END OF SECTION 011000 SUMMARY 011000-5 Packet Page-996- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 013300- SUBMITTAL PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings,Product Data,Samples,and other submittals. B. Related Sections: 1. Division 01 Section "Construction Progress Documentation" for submitting schedules and reports, including Contractor's construction schedule. 2. Division 01 Section "Operation and Maintenance Data" for submitting operation and maintenance manuals. 3. Division 01 Section"Project Record Documents" for submitting record Drawings, record Specifications,and record Product Data. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Owner's Representative responsive action. B. Informational Submittals: Written and graphic information and physical samples that do not require Owner's Representative responsive action. Submittals may be rejected for not complying with requirements. 1.3 ACTION SUBMITTALS A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or modifications to submittals noted by the Owner's Representative and additional time for handling and reviewing submittals required by those corrections. 1.4 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. All submittals shall be electronic PDF unless stated otherwise. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals,and related activities that require sequential activity. SUBMITTAL PROCEDURES 013300- 1 Packet Page-997- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Owner's Representative reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing,including resubmittals. 1. Initial Review: Allow 10 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Owner's Representative's will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 5 days for review of each resubmittal. D. Identification and Information: Place a permanent label or title block on each paper copy submittal item for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 6 by 8 inches (150 by 200 mm) on label or beside title block to record Contractor's review and approval markings and action taken by Owner's Representative. 3. Include the following information for processing and recording action taken: a. Project name. b. Date. c. Name of Architect. d. Name of Owner's Representative's e. Name of Contractor. f. Name of subcontractor. g. Name of supplier. h. Name of manufacturer. i. Submittal number or other unique identifier,including revision identifier. 1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number(e.g.,061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 061000.01.A). j. Number and title of appropriate Specification Section. k. Drawing number and detail references,as appropriate.. 1. Location(s)where product is to be installed,as appropriate. m. Other necessary identification. E. Identification and Information: Identify and incorporate information in each electronic submittal file as follows: SUBMITTAL PROCEDURES 013300-2 Packet Page-998- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Assemble complete submittal package into a single indexed file with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier, including revision identifier. a. File name shall use project identifier and Specification Section number followed by a decimal point and then a sequential number (e.g., LNHS-061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., LNHS-061000.01.A). 3. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Owner's Representative. 4. Include the following information on an inserted cover sheet: a. Project name. b. Date. c. Name and address of Architect. d. Name of Owner's Representative's e. Name of Contractor. f. Name of firm or entity that prepared submittal. g. Name of subcontractor. h. Name of supplier. i. Name of manufacturer. j. Number and title of appropriate Specification Section. k. Drawing number and detail references, as appropriate. i. Location(s)where product is to be installed,as appropriate. m. Related physical samples submitted directly. n. Other necessary identification. F. Options: Identify options requiring selection by the Architect. G. Deviations: Identify deviations from the Contract Documents on submittals. H. Additional Paper Copies: Unless additional copies are required for final submittal, and unless Owner's Representative observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. 1. Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Owner's Representative. Transmittal: Assemble each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Owner's Representative will discard submittals received from sources other than Contractor. 1. Transmittal Form: Use CSI Form 12.1A. 2. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner's Representative on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same identification information as related submittal. J. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. SUBMITTAL PROCEDURES 013300-3 Packet Page-999- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked with approval notation from Owner's Representative action stamp. K. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. L. Use for Construction: Use only final submittals that are marked with approval notation from Owner's Representative action stamp. PART 2-PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: 1. Submit electronic submittals via email as PDF electronic files. a. Owner's Representative will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. 2. Action Submittals: Submit electronic submittals via email as PDF of each submittal, unless otherwise indicated. Owner's Representative will return via email. 3. Informational Submittals: Submit electronic submittals via email as PDF electronic files of each submittal, unless otherwise indicated. Owner's Representative will return via email. 4. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Division 01 Section"Closeout Procedures." 5. Certificates and Certifications Submittals: Provide a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. a. Provide a digital signature with digital certificate on electronically-submitted certificates and certifications where indicated. b. Provide a notarized statement on original paper copy certificates and certifications where indicated. 6. Test and Inspection Reports Submittals: Comply with requirements specified in Division 01 Section "Quality Requirements." B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are not suitable for use, submit as Shop Drawings,not as Product Data. SUBMITTAL PROCEDURES 013300-4 Packet Page-1000- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information,as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. c. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. For equipment, include the following in addition to the above,as applicable: a. Wiring diagrams showing factory-installed wiring. b. Printed performance curves. c. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. 5. Submit Product Data before or concurrent with Samples. 6. Submit Product Data in the following format: a. PDF electronic file. b. Owner's Representative will return via email.. C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information,as applicable: a. Identification of products. b. Schedules. c. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 11 x 17 inches. 3. Submit Shop Drawings in the following format: a. PDF electronic file. b. Owner's Representative will return via email. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. SUBMITTAL PROCEDURES 013300-5 Packet Page-1001- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. - c. Sample source. d. Number and title of applicable Specification Section. 3. Disposition: Maintain sets of approved Samples at Project site, available for quality- control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. 4. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors,textures,and patterns available. a. Number of Samples: Submit one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Owner's Representative will return submittal with options selected. 5. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use,and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color,texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Owner's Representative will retain two Sample sets;remainder will be returned. 1) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least three sets of paired units that show approximate limits of variations. E. Product Schedule: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Submit product schedule in the following format: a. PDF electronic file. b. Owner's Representative will return via email. SUBMITTAL PROCEDURES 013300-6 Packet Page-1002- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM F. Contractor's Construction Schedule: Comply with requirements specified in Division 01 Section "Construction Progress Documentation." G. Application for Payment: Comply with requirements specified in Division 01 Section "Payment Procedures." H. Schedule of Values: Comply with requirements specified in Division 01 Section "Payment Procedures." I. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion.of the Work, including those who are to furnish products or equipment fabricated to a special design.Use CSI Form 1.5A. 1. Submit subcontract list in the following format: a. PDF electronic file. b. Owner's Representative will return via email. 3. Coordination Drawings: Comply with requirements specified in Division 01 Section "Project Management and Coordination." K. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses,contact information of architects and owners,and other information specified. L. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on American Welding Society(AWS) forms. Include names of firms and personnel certified. M. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. N. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. O. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. P. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. Q. Material Test Reports: Submit reports written by a qualified testing agency,on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. R. Product Test Reports: Submit written reports indicating current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on SUBMITTAL PROCEDURES 013300-7 Packet Page-1003- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. S. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction,that product complies with building code in effect for Project. T. Schedule of Tests and Inspections: Comply with requirements specified in Division 01 Section "Quality Requirements." U. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product,for compliance with performance requirements in the Contract Documents. V. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. include written recommendations for primers and substrate preparation needed for adhesion. W. Field Test Reports: Submit reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. X. Maintenance Data: Comply with requirements specified in Division 01 Section"Operation and Maintenance Data." Y. Design Data: Prepare and submit written and graphic information, including,but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. 2.2 DELEGATED-DESIGN SERVICES A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Architect. B. Delegated-Design Services Certification: In addition to Shop Drawings, Product Data, and other required submittals, submit digitally-signed PDF electronic file and one paper copy of certificate, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. 1. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. SUBMITTAL PROCEDURES 013300- 8 Packet Page-1004- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PART 3 -EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Owner's Representative. B. Project Closeout and Maintenance/Material Submittals: Refer to requirements in Division 01 Section"Closeout Procedures." C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ARCHITECTS AND OWNER'S REPRESENTATIVE ACTION A. General: Owner's Representative will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Owner's Representative will review each submittal,make marks to indicate corrections or modifications required, and return it. Architect and Owner's Representative will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action. C. Informational Submittals: Owner's Representative will review each submittal and will not return it, or will return it if it does not comply with requirements. Owner's Representative will forward each submittal to appropriate party. D. Incomplete submittals are not acceptable, will be considered nonresponsive, and will be returned without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 013300 SUBMITTAL PROCEDURES 013300-9 Packet Page -1005- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 017419-CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for the following: 1. Salvaging nonhazardous demolition and construction waste. 2. Recycling nonhazardous demolition and construction waste. 3. Disposing of nonhazardous demolition and construction waste. B. Related Requirements: 1. Section 024119 "Selective Structure Demolition" for disposition of waste resulting from partial demolition of buildings, structures, and site improvements,and for disposition of hazardous waste. 1.2 DEFINITIONS A. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. B. Demolition Waste: Building and site improvement materials resulting from demolition or selective demolition operations. C. Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation for reuse. _ E. Salvage: Recovery of demolition or construction waste and subsequent sale or reuse in another facility. F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent incorporation into the Work. 1.3 PERFORMANCE REQUIREMENTS A. General: Achieve end-of-Project rates for salvage/recycling of 75 percent by weight of total non-hazardous solid waste generated by the Work. Facilitate recycling and salvage of materials. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419- I Packet Page -1006- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1.4 SUBMITTALS A. Waste Management Plan: Submit plan within 30 days of date established for commencement of the Work. B. Waste Reduction Progress Reports: Concurrent with each Application for Payment, submit report. Include the following information: 1. Material category. 2. Generation point of waste. 3. Total quantity of waste in tons. 4. Quantity of waste salvaged,both estimated and actual in tons. 5. Quantity of waste recycled,both estimated and actual in tons. 6. Total quantity of waste recovered(salvaged plus recycled)in tons. 7. Total quantity of waste recovered(salvaged plus recycled)as a percentage of total waste. C. Waste Reduction Calculations: Before request for Substantial Completion, submit calculated end-of-Project rates for salvage, recycling,and disposal as a percentage of total waste generated by the Work. D. Records of Donations: Indicate receipt and acceptance of salvageable waste donated to individuals and organizations. Indicate whether organization is tax exempt. E. Records of Sales: Indicate receipt and acceptance of salvageable waste sold to individuals and organizations. Indicate whether organization is tax exempt. F. Recycling and Processing Facility Records: Indicate receipt and acceptance of recyclable waste by recycling and processing facilities licensed to accept them. Include manifests, weight tickets,receipts, and invoices. G. Landfill and Incinerator Disposal Records: Indicate receipt and acceptance of waste by landfills and incinerator facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices. 1.5 QUALITY ASSURANCE A. Waste Management Conference: Conduct conference at Project site to comply with requirements in Section 013100"Project Management and Coordination." 1.6 WASTE MANAGEMENT PLAN A. General: Develop a waste management plan according to ASTM E 1609 and requirements in this Section. Plan shall consist of waste identification, waste reduction work plan, and cost/revenue analysis. Distinguish between demolition and construction waste. Indicate quantities by weight or volume, but use same units of measure throughout waste management plan. B. Waste Identification: Indicate anticipated types and quantities of demolition and construction waste generated by the Work. Include estimated quantities and assumptions for estimates. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-2 Packet Page-1007- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM C. Waste Reduction Work Plan: List each type of waste and whether it will be salvaged,recycled, or disposed of in landfill or incinerator. Include points of waste generation, total quantity of each type of waste, quantity for each means of recovery, and handling and transportation procedures. 1. Salvaged Materials for Reuse: For materials that will be salvaged and reused in this Project, describe methods for preparing salvaged materials before incorporation into the Work. 2. Salvaged Materials for Sale: For materials that will be sold to individuals and organizations,include list of their names,addresses,and telephone numbers. 3. Salvaged Materials for Donation: For materials that will be donated to individuals and organizations, include list of their names,addresses,and telephone numbers. 4. Recycled Materials: Include list of local receivers and processors and type of recycled materials each will accept. Include names,addresses, and telephone numbers. 5. Disposed Materials: Indicate how and where materials will be disposed of. Include name, address,and telephone number of each landfill and incinerator facility. 6. Handling and Transportation Procedures: Include method that will be used for separating recyclable waste including sizes of containers,container labeling,and designated location where materials separation will be performed. PART 2-PRODUCTS(Not Used) PART 3 -EXECUTION 3.1 PLAN IMPLEMENTATION A. General: Implement approved waste management plan. Provide handling, containers, storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. B. Waste Management Coordinator: Engage a waste management coordinator to be responsible for implementing,monitoring, and reporting status of waste management work plan. C. Training: Train workers, subcontractors, and suppliers on proper waste management procedures, as appropriate for the Work occurring at Project site. I. Distribute waste management plan to everyone concerned within three days of submittal return. 2. Distribute waste management plan to entities when they first begin work on-site. Review plan procedures and locations established for salvage,recycling,and disposal. D. Site Access and Temporary Controls: Conduct waste management operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-3 Packet Page -1008- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Designate and label specific areas on Project site necessary for separating materials that are to be salvaged,recycled,reused,donated, and sold. 2. Comply with Section 015000 "Temporary Facilities and Controls" for controlling dust and dirt, environmental protection, and noise control. 3.2 SALVAGING DEMOLITION WASTE A. Salvaged Items for Reuse in the Work: 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until installation. 4. Protect items from damage during transport and storage. 5. Install salvaged items to comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make items functional for use indicated. B. Salvaged Items for Sale and Donation: Permitted on Project site. C. Salvaged Items for Owner's Use: 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until delivery to Owner. 4. Transport items to Owner's storage area designated by Owner. 5. Protect items from damage during transport and storage. 3.3 RECYCLING DEMOLITION AND CONSTRUCTION WASTE, GENERAL A. General: Recycle paper and beverage containers used by on-site workers. B. Recycling Incentives: Revenues, savings,rebates,tax credits,and other incentives received for recycling waste materials shall accrue to Contractor. C. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable waste by type at Project site to the maximum extent practical according to approved construction waste management plan. 1. Provide appropriately marked containers or bins for controlling recyclable waste until they are removed from Project site. Include list of acceptable and unacceptable materials at each container and bin. a. Inspect containers and bins for contamination and remove contaminated materials if found. 2. Stockpile processed materials on-site without intermixing with other materials. Place, grade,and shape stockpiles to drain surface water. Cover to prevent windblown dust. 3. Stockpile materials away from construction area. Do not store within drip line of remaining trees. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-4 Packet Page -1009- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 4. Store components off the ground and protect from the weather. 5. Remove recyclable waste from Owner's property and transport to recycling receiver or processor. 3.4 RECYCLING DEMOLITION WASTE A. Asphalt Paving: Break up and transport paving to asphalt-recycling facility. B. Concrete: Remove reinforcement and other metals from concrete and sort with other metals. C. Masonry: Remove metal reinforcement, anchors, and ties from masonry and sort with other metals. 1. Clean and stack undamaged,whole masonry units on wood pallets. D. Wood Materials: Sort and stack members according to size,type,and length. Separate lumber, engineered wood products,panel products,and treated wood materials. E. Metals: Separate metals by type. 1. Structural Steel: Stack members according to size,type of member,and length. 2. Remove and dispose of boats, nuts,washers,and other rough hardware. F. Piping: Reduce piping to straight lengths and store by type and size. Separate supports, hangers,valves,sprinklers,and other components by type and size. G. Conduit: Reduce conduit to straight lengths and store by type and size. 3.5 RECYCLING CONSTRUCTION WASTE A. Packaging: 1. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location. 2. Polystyrene Packaging: Separate and bag materials. 3. Pallets: As much as possible, require deliveries using pallets to remove pallets from Project site. For pallets that remain on-site, break down pallets into component wood pieces and comply with requirements for recycling wood. 4. Crates: Break down crates into component wood pieces and comply with requirements for recycling wood. B. Wood Materials: I. Clean Cut-Offs of Lumber: Grind or chip into small pieces. 2. Clean Sawdust: Bag sawdust that does not contain painted or treated wood. C. Gypsum Board: Stack large clean pieces on wood pallets or in container and store in a dry location. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-5 Packet Page-1010- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 3.6 DISPOSAL OF WASTE A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not burn waste materials. C. Disposal: Remove waste materials from Owner's property and legally dispose of them. END OF SECTION 017419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-6 Packet Page -1011- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 017700-CLOSEOUT PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to,the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. B. Related Sections: 1. Division 01 Sections 2. Divisions 02 through 49 Sections for specific closeout and special cleaning requirements for the Work in those Sections. L2 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion,complete the following. List items below that are incomplete with request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list,and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications,and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Prepare and submit Project Record Documents,operation and maintenance manuals,final completion construction photographic documentation, damage or settlement surveys, property surveys,and similar final record information. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 7. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems. 9. Submit test/adjust/balance records. 10. Terminate and remove temporary facilities from Project site, along with mockups, construction tools,and similar elements. 11. Advise Owner of changeover in heat and other utilities. CLOSEOUT PROCEDURES 017700- 1 Packet Page -1012- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 12. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 13. Complete final cleaning requirements,including touchup painting. 14. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. 15. Contractor to submit"Project Record Drawings and Specifications". B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Owner's Representative will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect,that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for final completion. 1.3 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining final completion, complete the following: 1. Submit a final Application for Payment according to Division 01 Section "Payment Procedures." 2. Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected(punch list),endorsed and dated by Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest-control final inspection report and warranty. 5. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment,and systems. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Owner's Representative will either proceed with inspection or notify Contractor of unfulfilled requirements. Owner's Representative will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.4 LIST OF INCOMPLETE ITEMS(PUNCH LIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use CSI Form 14.1A. CLOSEOUT PROCEDURES 017700-2 Packet Page -1013- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Organize list of spaces in sequential order, starting with exterior areas first and proceeding to interior spaces. 2. Organize items applying to each space by major element,including categories for ceiling, individual walls,floors,equipment,and building systems. 3. Submit list of incomplete items in the following format: a. PDF electronic file. b. Owner's Representative will return via email. 1.5 WARRANTIES A. Submittal Time: Submit written warranties on request of Owner's Representative for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-1l-inch (215-by-280-mm) paper. 2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES,"Project name,and name of Contractor. 4. Scan warranties and bonds and assemble complete warranty and bond submittal package into a single indexed electronic PDF file with links enabling navigation to each item. Provide table of contents at beginning of document. C. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2-PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. 1. Use cleaning products that meet Green Seal GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. CLOSEOUT PROCEDURES 017700-3 Packet Page-1014- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PART 3 -EXECUTION 3.1 FINAL CLEANING A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas,of rubbish,waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. c. Rake grounds that are neither planted nor paved to a smooth, even-textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. g. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches,equipment vaults,manholes,attics,and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. i. Vacuum carpet and similar soft surfaces, removing debris and excess nap; shampoo if visible soil or stains remain. j. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision-obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass,taking care not to scratch surfaces. k. Remove labels that are not permanent. 1. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do not paint over "UL" and other required labels and identification, including mechanical and electrical nameplates. m. Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. CLOSEOUT PROCEDURES 017700-4 Packet Page-1015- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM n. Replace parts subject to operating conditions during construction that may impede operation or reduce longevity. o. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. p. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers,registers,and grills. q. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned-out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. r. Leave Project clean and ready for occupancy. C. Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid Project of rodents,insects,and other pests. Prepare a report. END OF SECTION 017700 CLOSEOUT PROCEDURES 017700-5 Packet Page-1016- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 024119-SELECTIVE STRUCTURE DEMOLITION PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Demolition and removal of selected portions of building or structure. 2. Demolition and removal of selected site elements. 3. Salvage of existing items to be reused or recycled. B. See Division 01 Section "Construction Waste Management and Disposal" for disposal of demolished materials. 1.2 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site, unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Detach items from existing construction and deliver them to Owner. C. Remove and Reinstall: Detach items from existing construction, prepare them for reuse, and reinstall them where indicated. D. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed,removed and salvaged,or removed and reinstalled. 1.3 SUBMITTALS A. Schedule of Selective Demolition Activities: Indicate detailed sequence of selective demolition and removal work, with starting and ending dates for each activity, interruption of utility services, use of elevator and stairs, and locations of temporary partitions and means of egress. B. Pre-demolition Photographs: Show existing conditions of adjoining construction and site improvements, including finish surfaces, that might be misconstrued as damage caused by selective demolition operations. Comply with Division 01 Section "Photographic Documentation." Submit before Work begins. C. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1. Comply with submittal requirements in Division 01 Section "Construction Waste Management and Disposal." SELECTIVE STRUCTURE DEMOLITION 024119- l Packet Page-1017- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1.4 QUALITY ASSURANCE A. Demolition Firm Qualifications: An experienced firm that has specialized in demolition work similar in material and extent to that indicated for this Project. B. Refrigerant Recovery Technician Qualifications: Certified by an EPA-approved certification program. C. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. D. Standards: Comply with ANSI A 10.6 and NFPA 241. E. Pre-demolition Conference: Conduct conference at Project site. 1.5 PROJECT CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. 1. Before selective demolition, Owner will remove the following items: a. Contractor shall coordinate with Owner. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: It is not expected that hazardous 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. Owner will remove hazardous materials under a separate contract. E. Hazardous Materials: It is unknown whether hazardous 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. Owner will remove hazardous materials under a separate contract. F. Hazardous Materials: Hazardous materials are present in construction to be selectively demolished. A report on the presence of hazardous materials is on file for review and use. Examine report to become aware of locations where hazardous materials are present. 1. Hazardous material remediation is specified elsewhere in the Contract Documents. SELECTIVE STRUCTURE DEMOLITION 024119-2 Packet Page-1018- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Do not disturb hazardous materials or items suspected of containing hazardous materials except under procedures specified elsewhere in the Contract Documents. G. Storage or sale of removed items or materials on-site is not permitted. H. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire-protection facilities in service during selective demolition operations. 1.6 WARRANTY A. Existing Warranties: Remove,replace, patch, and repair materials and surfaces cut or damaged during selective demolition,by methods and with materials so as not to void existing warranties. PART 2-PRODUCTS(Not Used) PART 3-EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. E. Engage a professional engineer to survey condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective demolition operations. F. Survey of Existing Conditions: Record existing conditions by use of measured drawings and preconstruction photographs. 1. Comply with requirements specified in Division 01 Section "Photographic Documentation." G. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. SELECTIVE STRUCTURE DEMOLITION 024119-3 Packet Page -1019- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems: Maintain services/systems indicated to remain and protect them against damage during selective demolition operations. B. Service/System Requirements: Locate,identify,disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. If services/systems are required to be removed, relocated, or abandoned, before proceeding with selective demolition provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 3. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit after bypassing. 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Comply with requirements for access and protection specified in Division 01 Section "Temporary Facilities and Controls." B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 3.4 SELECTIVE DEMOLITION A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power toots designed for sawing or grinding, not hammering and chopping,to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces,such as duct and pipe interiors,verify condition and contents of hidden SELECTIVE STRUCTURE DEMOLITION 024119-4 Packet Page-1020- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM space before starting flame-cutting operations. Maintain fire watch and portable fire- suppression devices during flame-cutting operations. 4. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls,floors,or framing. 5. Dispose of demolished items and materials promptly. Comply with requirements in Division 01 Section "Construction Waste Management and Disposal." B. Removed and Salvaged Items:Contractor shall coordinate with the Owner. 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until delivery to Owner. 4. Transport items to Owner's storage area designated by Owner. 5. Protect items from damage during transport and storage. C. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. Paint equipment to match new equipment. 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4, Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. D. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be recycled,reused, salvaged,reinstalled,or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA-approved landfill. 1. Comply with requirements specified in Division 01 Section "Construction Waste Management and Disposal." B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.6 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. SELECTIVE STRUCTURE DEMOLITION 024119-5 Packet Page-1021- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM END OF SECTION 024119 SELECTIVE STRUCTURE DEMOLITION 024119-6 Packet Page-1022- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 054000-COLD-FORMED METAL FRAMING PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Infill panels B. Related Requirements: 1. Section 092216 "Non-Structural Metal Framing" for interior non-load-bearing, metal- stud framing and ceiling-suspension assemblies. 1.2 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide cold-formed metal framing capable of withstanding design loads. Cold-formed metal framing Design Loads shall be designed by a Structural Engineer licensed in the State of Florida. 1.3 SUBMITTALS A. Product Data: For each type of product and accessory indicated. B. Welding certificates. C. Qualification data. D. Product test reports. E. Research/evaluation reports. F. Shop Drawings: 1. Include layout, spacings, sizes, thicknesses, and types of cold-formed steel framing; fabrication;and fastening and anchorage details,including mechanical fasteners. 2. Indicate reinforcing channels, opening framing, supplemental framing, strapping, bracing, bridging, splices, accessories, connection details, and attachment to adjoining work. 3. Include structural analysis and data calculations signed and sealed by the qualified and Florida licensed professional engineer responsible for their preparation. Include engineering calculations and data verifying each framing assembly's ability to meet or exceed design requirements as stated herein and required by the Florida Building Code and local codes. COLD-FORMED METAL FRAMING 054000- 1 Packet Page-1023- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1.4 QUALITY ASSURANCE A. Product Tests: Mill certificates or data from a qualified independent testing agency indicating steel sheet complies with requirements. B. Welding: Qualify procedures and personnel according to AWS D1.3, "Structural Welding Code--Sheet Steel." C. Fire-Test-Response Characteristics: Where indicated, provide cold-formed metal framing identical to that of assemblies tested for fire resistance per ASTM E 119 by a testing and inspecting agency acceptable to authorities having jurisdiction. D. AISI Specifications and Standards: Comply with AISI's "North American Specification for the Design of Cold-Formed Steel Structural Members" and its "Standard for Cold-Formed Steel Framing-General Provisions." 1. Comply with AISI's "Standard for Cold-Formed Steel Framing-Truss Design." 2. Comply with AISI's "Standard for Cold-Formed Steel Framing-Header Design." E. Comply with AISI's "Standard for Cold-Formed Steel Framing - Prescriptive Method for One and Two Family Dwellings." F. Protect cold-formed steel framing from corrosion, moisture staining, deformation, and other damage during delivery,storage,and handling. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by the following. 1. Clark Western Building Systems,Inc. 2. Dietrich Metal Framing;a Worthington Industries Company. 3. Marino/WARE. B. Steel Sheet: ASTM A 1003/A 1003M, Structural Grade, Type H, metallic coated, of grade and coating weight as follows: 1. Grade: ST33H. 2. Coating: G90. 2.2 EXTERIOR NON-LOAD-BEARING WALL FRAMING A. Steel Studs: Manufacturer's standard C-shaped steel studs, of web depths indicated, punched, with stiffened flanges, and as follows: 1. Minimum Base-Metal Thickness: As required to meet design load criteria. 2. Flange Width: As required by drawings and to meet design load criteria.. 3. Section Properties: As required to meet design load criteria. COLD-FORMED METAL FRAMING 054000-2 Packet Page-1024- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM B. Steel Track: Manufacturer's standard U-shaped steel track,of web depths indicated,unpunched, with unstiffened flanges,and same minimum base-metal thickness as steel studs. C. Vertical Deflection Clips: Manufacturer's standard [bypass] [head] clips, capable of accommodating upward and downward vertical displacement of primary structure through positive mechanical attachment to stud web. D. Single Deflection Track: Manufacturer's single, deep-leg, U-shaped steel track; unpunched, with unstiffened flanges, of web depth to contain studs while allowing free vertical movement, with flanges designed to support horizontal and lateral loads. E. Double Deflection Tracks: Manufacturer's double, deep-leg, U-shaped steel tracks, consisting of nested inner and outer tracks;unpunched,with unstiffened flanges. 2.3 FRAMING ACCESSORIES A. Fabricate steel-framing accessories from steel sheet, ASTM A 1003/A 1003M, Structural Grade, Type H, metallic coated, of same grade and coating weight used for framing members, unless otherwise indicated. B. Steel Shapes and Clips: ASTM A 36/A 36M, zinc coated by hot-dip process according to ASTM A 123/A 123M. C. Anchor Bolts: ASTM F 1554, Grade 36 threaded carbon-steel and carbon-steel nuts; and flat, hardened-steel washers; zinc coated by hot-dip process according to ASTM A 153/A 153M, Class C. D. Expansion Anchors: Fabricated from corrosion-resistant materials, with capability to sustain, without failure, a load equal to S times design load, as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. E. Power-Actuated Anchors: Fastener system of type suitable for application indicated,fabricated from corrosion-resistant materials, with capability to sustain,without failure, a load equal to 10 times design load, as determined by testing per ASTM E 1190 conducted by a qualified independent testing agency. F. Mechanical Fasteners: ASTM C 1513, corrosion-resistant-coated, self-drilling, self-tapping steel drill screws. 1. Head Type: Low-profile head beneath sheathing, manufacturer's standard elsewhere. 2.4 MISCELLANEOUS MATERIALS A. Galvanizing Repair Paint: ASTM A 780. B. Shims: Load bearing,high-density multimonomer plastic,nonleaching. C. Sealer Gaskets: Closed-cell neoprene foam, 1/4 inch (6.4 mm) thick, selected from manufacturer's standard widths to match width of bottom track or rim track members. COLD-FORMED METAL FRAMING 054000-3 Packet Page-1025- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PART 3 -EXECUTION 3.1 PREPARATION A. Examine supporting substrates and abutting structural framing for compliance with requirements for installation tolerances and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION,GENERAL A. Install cold-formed metal framing according to AISI's "Standard for Cold-Formed Steel Framing -General Provisions" and to manufacturer's written instructions unless more stringent requirements are indicated. B. Install cold-formed metal framing and accessories plumb, square, and true to line, and with connections securely fastened. C. Install framing members in one-piece lengths. D. Install temporary bracing and supports to secure framing and support loads comparable in intensity to those for which structure was designed. Maintain braces and supports in place, undisturbed, until entire integrated supporting structure has been completed and permanent connections to framing are secured. E. Do not bridge building expansion and control joints with cold-formed metal framing. Independently frame both sides of joints. F. Install insulation, specified in Division 07 Section "Thermal Insulation," in built-up exterior framing members, such as headers, sills, boxed joists, and multiple studs at openings, that are inaccessible on completion of framing work. G. Fasten hole reinforcing plate over web penetrations that exceed size of manufacturer's standard punched openings. H. Erection Tolerances: Install cold-formed metal framing level, plumb, and true to line to a maximum allowable tolerance variation of 1/8 inch in 10 feet(1:960)and as follows: 1. Space individual framing members no more than plus or minus 1/8 inch (3 mm) from plan location. Cumulative error shall not exceed minimum fastening requirements of sheathing or other finishing materials. 3.3 EXTERIOR NON-LOAD-BEARING WALL INSTALLATION A. Install continuous tracks sized to match studs. Align tracks accurately and securely anchor to supporting structure as indicated. B. Fasten both flanges of studs to top and bottom track, unless otherwise indicated. Space studs as follows: COLD-FORMED METAL FRAMING 054000-4 Packet Page-1026- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Stud Spacing: As indicated in shop drawings. C. Set studs plumb, except as needed for diagonal bracing or required for nonplumb walls or warped surfaces and similar requirements. D. Isolate non-load-bearing steel framing from building structure to prevent transfer of vertical loads while providing lateral support. 1. Install single deflection tracks and anchor to building structure. 2. Install double deflection tracks and anchor outer track to building structure. 3. Connect vertical deflection clips to infill studs and anchor to primary building structure. E. Install horizontal bridging in wall studs, spaced in rows indicated on Shop Drawings but not more than 48 inches(1220 mm)apart. Fasten at each stud intersection. 1. Top Bridging for Single Deflection Track: Install row of horizontal bridging within [12 inches(305 mm)] [18 inches (450 mm)] of single deflection track. Install a combination of flat,taut,steel sheet straps of width and thickness indicated and stud or stud-track solid blocking of width and thickness matching studs. Fasten flat straps to stud flanges and secure solid blocking to stud webs or flanges. a. Install solid blocking at centers indicated on Shop Drawings. 2. Bridging: Cold-rolled steel channel, welded or mechanically fastened to webs of punched studs. 3. Bridging: Combination of flat, taut, steel sheet straps of width and thickness indicated and stud-track solid blocking of width and thickness to match studs. Fasten flat straps to stud flanges and secure solid blocking to stud webs or flanges. 4. Bridging: Proprietary bridging bars installed according to manufacturer's written instructions. F. Install miscellaneous framing and connections, including stud kickers, web stiffeners, clip angles, continuous angles, anchors, fasteners, and stud girts, to provide a complete and stable curtain-wall-framing system. 3.4 FIELD QUALITY CONTROL A. Testing: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Field and shop welds will be subject to testing and inspecting. C. Testing agency will report test results promptly and in writing to Contractor and Architect. D. Remove and replace work where test results indicate that it does not comply with specified requirements. E. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. COLD-FORMED METAL FRAMING 054000-5 Packet Page-1027- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 3.5 REPAIRS AND PROTECTION A. Galvanizing Repairs: Prepare and repair damaged galvanized coatings on fabricated and installed cold-formed metal framing with galvanized repair paint according to ASTM A 780 and manufacturer's written instructions. B. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, that ensure that cold-formed metal framing is without damage or deterioration at time. of Substantial Completion. END OF SECTION 054000 • COLD-FORMED METAL FRAMING 054000-6 Packet Page -1028- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 055000-METAL FABRICATIONS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Miscellaneous steel framing for Fare Collection vault 2. Expansion bolts 1.2 PERFORMANCE REQUIREMENTS A. Connections: Provide details of connections required by the Contract Documents to be selected or completed by structural-steel fabricator to withstand loads indicated and comply with other information and restrictions indicated. 1. Select and complete connections using schematic details indicated and AISC 360 otyw 1.3 SUBMITTALS A. Product Data: For each type of product indicated. 1. Expansion anchors B. Shop Drawings: Show fabrication and installation details for steel fabrications. 1. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. C. Delegated-Design Submittal: For installed products indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. D. Qualification Data: For qualified [Installer] [fabricator] [testing agency]. E. Welding certificates. 1.4 QUALITY ASSURANCE A. Fabricator Qualifications: A qualified fabricator that participates in the AISC Quality Certification Program and is designated an AISC-Certified Plant,Category STD. if METAL FABRICATIONS 055000- 1 Packet Page-1029- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM B. Installer Qualifications: A qualified installer who participates in the AISC Quality Certification Program and is designated an AISC-Certified Erector,Category CSE. C. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code- Steel." D. Comply with applicable provisions of the following specifications and documents: 1. AISC 303. 2. AISC 360. 3. RCSC's"Specification for Structural Joints Using ASTM A 325 or A 490 Bolts." PART 2-PRODUCTS 2.1 METALS,GENERAL A. Metal Surfaces,General: Provide materials with smooth,flat surfaces without blemishes. 2.2 FERROUS METALS A. Steel Tubing: ASTM A 500,cold-formed steel tubing. B. Steel Plates, Angles: ASTM A 36/A 36M. C. Welding Electrodes: Comply with AWS requirements. 2.3 FASTENERS A. Cast-in-Place Anchors in Concrete: Either threaded type or wedge type unless otherwise indicated; galvanized ferrous castings, either ASTM A 47/A 47M malleable iron or ASTM A 27/A 27M cast steel. Provide bolts, washers, and shims as needed, all hot-dip galvanized per ASTM F 2329. B. Post-Installed Anchors: Torque-controlled expansion anchors or chemical.anchors. 1. Material for Exterior Locations and Where Stainless Steel is Indicated: Alloy Group 1 (Al) stainless-steel bolts, ASTM F 593 (ASTM F 73SM), and nuts, ASTM F 594 (ASTM F 836M). 2.4 MISCELLANEOUS MATERIALS A. Shop Primers: Provide primers that comply with Division 09 painting Sections. B. Universal Shop Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd primer complying with MPI#79 and compatible with topcoat. METAL FABRICATIONS 055000-2 Packet Page-1030- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM C. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it. D. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187. E. Nonshrink,Nonmetallic Grout: Factory-packaged,nonstaining, noncorrosive,nongaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior applications. 2.5 FABRICATION,GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Use connections that maintain structural value of j oined pieces. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges. Remove sharp or rough areas on exposed surfaces. C. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended. D. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Locate joints where least conspicuous. E. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. 2.6 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. B. Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise indicated. Fabricate to sizes, shapes,and profiles indicated and as necessary to receive adjacent construction. 2.7 LOOSE BEARING AND LEVELING PLATES A. Provide loose bearing and leveling plates for steel items bearing on masonry or concrete construction. Drill plates to receive anchor bolts and for grouting. METAL FABRICATIONS 055000-3 Packet Page-1031- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2.8 STEEL WELD PLATES AND ANGLES A. Provide steel weld plates and angles not specified in other Sections, for items supported from concrete construction as needed to complete the Work. Provide each unit with no fewer than two integrally welded steel strap anchors for embedding in concrete. 2.9 FINISHES,GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal fabrications after assembly. 2.10 STEEL AND IRON FINISHES A. Galvanizing: Hot-dip galvanize items as indicated to comply with ASTM A 153/A 153M for steel and iron hardware and with ASTM A 123/A 123M for other steel and iron products. B. Shop prime iron and steel items not indicated to be galvanized unless they are to be embedded in concrete, sprayed-on fireproofing,or masonry, or unless otherwise indicated. 1. Shop prime with universal shop primer or primers specified in Division 09 painting Sections indicated. C. Preparation for Shop Priming: Prepare surfaces to comply with SSPC-SP 6/NACE No.3, "Commercial Blast Cleaning." Or SSPC-SP 3, "Power Tool Cleaning." Or requirements indicated below: 1. Exterior Items: SSPC-SP 6/NACE No.3, "Commercial Blast Cleaning." 2. Items Indicated to Receive Zinc-Rich Primer: SSPC-SP 6/NACE No.3, "Commercial Blast Cleaning." 3. Items Indicated to Receive Primers Specified in Division 09 Section "High-Performance Coatings": SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 4. Other Items: SSPC-SP 3, "Power Tool Cleaning." D. Shop Priming: Apply shop primer to comply with SSPC-PA 1, "Paint Application Specification No. 1: Shop,Field,and Maintenance Painting of Steel,"for shop painting. PART 3-EXECUTION 3.1 INSTALLATION,GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb,true,and free of rack; and measured from established lines and levels. METAL FABRICATIONS 055000-4 Packet Page -1032- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM B. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. C. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections,finish exposed welds and surfaces smooth and blended. D. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. E. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry,or similar construction. 3.2 INSTALLING BEARING AND LEVELING PLATES A. Clean concrete and masonry bearing surfaces of bond-reducing materials, and roughen to improve bond to surfaces. Clean bottom surface of plates. B. Set bearing and leveling plates on wedges, shims, or leveling nuts. After bearing members have been positioned and plumbed, tighten anchor bolts. Do not remove wedges or shims but, if protruding, cut off flush with edge of bearing plate before packing with grout. C. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. 3.3 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop-painted surfaces. B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION 055000 METAL FABRICATIONS 055000-5 Packet Page-1033- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARES COLLECTION ROOM SECTION 061053 -MISCELLANEOUS ROUGH CARPENTRY PART I -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Wood nailers and blocking. 2. Wood blocking,cants,and nailers. 3. Plywood backing panels. 1.2 SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used, net amount of preservative retained, and chemical treatment manufacturer's written instructions for handling, storing, installing, and finishing treated material. 2. Include data for fire-retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of treated materials, both before and after exposure to elevated temperatures when tested according to ASTM D 5516 and ASTM D 5664. 3. For products receiving a waterborne treatment,include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 4. Include copies of warranties from chemical treatment manufacturers for each type of treatment. B. Research/Evaluation Reports: For the following, showing compliance with building code in effect for Project: 1. Preservative-treated wood. 2. Fire-retardant-treated wood. 1.3 QUALITY ASSURANCE A. Source Limitations for Fire-Retardant-Treated Wood: Obtain each type of fire-retardant-treated wood product through one source from a single producer. MISCELLANEOUS ROUGH CARPENTRY 061053 - 1 Packet Page-1034- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARES COLLECTION ROOM 1.4 1.5 DELIVERY,STORAGE,AND HANDLING A. Keep materials under cover and dry. Protect from weather and contact with damp or wet surfaces. Stack lumber, plywood, and other panels. Provide for air circulation within and around stacks and under temporary coverings. I. Store lumber off the ground and under cover,vent to prevent condensation PART 2-PRODUCTS 2.1 LUMBER, GENERAL A. Provide pressure treated wood where sills,nailers,and/or furring are in contact with concrete or masonry. Produce joints that are tight,true,well nailed,with members assembled and fastened in accordance with the drawings and with pertinent codes and regulations. Provide solid wood blocking and/or shims for finish materials as required to maintain a tolerance of max. 1/4" deviation in 10'-0"when measured with a 10'-0"straightedge, plumb and true, for all substrate framing where finish materials will be exposed to view. Do not use warped members. B. Stud framing and furring shall be not more than 16"o.c. C. Provide blocking for all accessories, grab bars, wall mounted door stops, etc. Provide all necessary hardware such as nails, bolts, anchors, ties, etc., required for a complete and proper installation. Bolts,washers,nuts, etc., shall be noncorrosive material. Isolate dissimilar metals. D. Interior Door Frame Blocking: 1. Metal Stud Partitions: Provide cont. 2 x 4 blocking fastened to 20 gauge stud at the jambs of all interior door frames. Blocking shall be fire-treated where required by Code. 2. Wood Stud Partitions: Provide double 2 x 4 studs at the jambs of all interior door frames. 3. Vertical blocking at door jambs shall be full-height of partition, securely braced to the structure above. 4. Provide horizontal 2 x 4 cont.blocking at the head of all door frames. 5. Increase size of blocking to 2 x 6 or larger as required to match size of partition studs. E. Urea-Formaldehyde: Wood materials shall contain no added urea-formaldehyde. F. Lumber Standards: Comply with DOC PS 20, "American Softwood Lumber Standard," and with applicable grading rules of inspection agencies certified by American Lumber Standards Committee's(ALSC)Board of Review. G. Inspection Agencies: Inspection agencies,and the abbreviations used to reference them, include the following: 1. SPIB - Southern Pine Inspection Bureau. 2. WCLIB-West Coast Lumber Inspection Bureau. MISCELLANEOUS ROUGH CARPENTRY 061053 -2 Packet Page -1035- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARES COLLECTION ROOM 3. WWPA-Western Wood Products Association. H. Grade Stamps: Provide lumber with each piece factory marked with grade stamp of inspection agency evidencing compliance with grading rule requirements and identifying grading agency, grade,species,moisture content at time of surfacing,and mill. I. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 1. Provide dressed lumber,S4S,unless otherwise indicated. 2. Provide dry lumber with 19 percent maximum moisture content at time of dressing for 2- inch nominal thickness or less,unless otherwise indicated. 2.2 WOOD-PRESERVATIVE-TREATED MATERIALS A. Pressure Treatment: Wolmanized Natural Select (CBA) preserve pressure treatment; Arch Wood Protection, USA. B. Pressure treat aboveground items indicated and the following: 1. Wood milers, blocking, and similar members in connection with roofing, flashing, and waterproofing,or in direct contact with concrete or masonry. 2. 2.3 FIRE-RETARDANT-TREATED MATERIALS A. General: Where fire-retardant-treated materials are indicated, provide materials that comply with performance requirements in AWPA C20 (lumber). Identify fire-retardant-treated wood with appropriate classification marking of UL, U.S. Testing, Timber Products Inspection, or another testing and inspecting agency acceptable to authorities having jurisdiction. 1. Use treatment for which chemical manufacturer publishes physical properties of treated wood after exposure to elevated temperatures, when tested by a qualified independent testing agency according to ASTM D 5664,for lumber. 2. Use treatment that does not promote corrosion of metal fasteners. 3. Use Exterior type for exterior locations and where indicated. 4. Use Interior Type A High Temperature(HT),unless otherwise indicated. 2.4 MISCELLANEOUS LUMBER A. General: Provide lumber for support or attachment of other construction, including but not limited to,the following: 1. Blocking. 2. Cants. 3. Plywood backing panels. 4. Nailers. 5. Furring. 6. Where necessary for installation of other work and not otherwise prohibited. MISCELLANEOUS ROUGH CARPENTRY 061053 -3 Packet Page -1036- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARES COLLECTION ROOM B. Fabricate miscellaneous lumber from fire-retardant-treated dimension lumber of sizes indicated and into shapes shown. C. Moisture Content: 19 percent maximum for lumber items are not specified to receive wood preservative treatment. D. Grade: For dimension lumber sizes,provide No. 3 or Standard grade lumber per ALSC's NGRs of any species. For board-size lumber, provide No. 3 Common grade per NELMA, NLGA, or WWPA; No.2 grade per SPIB; or Standard grade per NLGA, WCLIB or WWPA of any species. E. 2.5 PLYWOOD BACKING PANELS A. Telephone and Electrical Equipment Backing Panels: DOC PS 1, Exposure 1, C-D Plugged,fire-retardant treated, in thickness indicated or, if not indicated, not less than 3/4-inch nominal thickness. B. Final Finish:Refer to Section 099100,Painting. 1. Color: White. 2.6 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture. 1. Where miscellaneous carpentry is in contact with roofing or flashing, provide fasteners with a hot-dip zinc coating per ASTM A 153 or of Type 304 stainless steel. B. Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated,flat washers. PART 3-EXECUTION 3.1 INSTALLATION, GENERAL A. All rough carpentry related to roofing construction shall be installed in accordance with FM 1- 49. B. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring,nailers,blocking, grounds,and similar supports to comply with requirements for attaching other construction. C. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the Building Code. MISCELLANEOUS ROUGH CARPENTRY 061053-4 Packet Page-1037- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARES COLLECTION ROOM D. Discard units of material with defects that impair quality of carpentry and that are too small to use with minimum number of joints or optimum joint arrangement. E. Set carpentry to required levels and lines,with members plumb,true to line,cut,and fitted. F. Fit carpentry to other construction; scribe and cope as required for accurate fit. Correlate location of furring,nailers,blocking, grounds,and similar supports to allow attachment of other construction. G. Apply field treatment complying with AWPA M4 to cut surfaces of preservative-treated lumber. H. Securely attach carpentry work as indicated and according to applicable codes and recognized standards. I. Use fasteners of appropriate type and length. Predrill members when necessary to avoid splitting wood. J. Install Building Wrap in accordance with manufacturer's instructions and recommendations. 3.2 WOOD SLEEPERS,BLOCKING,AND NAILER INSTALLATION A. Install where indicated and where required for screeding or attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. Build anchor bolts into masonry during installation of masonry work. Where possible, secure anchor bolts to formwork before concrete placement. END OF SECTION 061053 MISCELLANEOUS ROUGH CARPENTRY 061053 -5 Packet Page -1038- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 072100-THERMAL INSULATION PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Concealed building insulation. 2. Acoustical insulation. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. 1.3 QUALITY ASSURANCE A. Source Limitations: Obtain each type of building insulation through one source. B. Comply with Florida Energy Code requirements. Provide required insulation at the building envelope of all conditioned areas. 1. 2. Provide insulation at roof deck over all conditioned areas. Insulation at the ceiling or bottom of framing is not allowed. C. Fire-Test-Response Characteristics: Provide insulation and related materials with the fire-test- response characteristics indicated, as determined by testing identical products per test method indicated below by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. Identify materials with appropriate markings of applicable testing and inspecting agency. 1. Surface-Burning Characteristics: ASTM E 84. 2. Combustion Characteristics: ASTM E 136. 1.4 DELIVERY,STORAGE,AND HANDLING A. Protect insulation materials from physical damage and from deterioration by moisture, soiling, and other sources. Store inside and in a dry location. Comply with manufacturer's written instructions for handling,storing,and protecting during installation. THERMAL INSULATION 072100- 1 Packet Page -1039- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PART 2-PRODUCTS 2.1 FOAM-PLASTIC BOARD INSULATION A. Extruded-Polystyrene Board Insulation: ASTM C 578, with maximum flame-spread and smoke-developed indexes of 75 and 450,respectively,per ASTM E 84. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. DiversiFoam Products. b. Dow Chemical Company(The). c. Owens Corning. d. Pactiv Building Products. 2. 3. Type IV,25 psi. 2.2 GLASS-FIBER BLANKET INSULATION A. Manufacturers: Subject to compliance with requirements, provide products by one of the following,unless otherwise specified: 1. CertainTeed Corporation. 2. Guardian Building Products,Inc. 3. Johns Manville. 4. Knauf Insulation. 5. Owens Corning. B. Recycled Content: Postconsumer recycled content plus one-half of preconsumer recycled content not less than 25 percent. C. Acoustical Insulation: Class A flame retardancy;insulation bans without membrane facing. 1. Thickness:As indicated;where not indicated match cavity space indicated. 2. Material Fiber STC Rating:Minimum performance requirements. a. Thickness Tested:2 inches. b. Density(pcf): 3.00 c. STC Rating:46 D. Acoustical Insulation Product: "Auralex Mineral Fiber Insulation"; Auralex Acoustics, Inc., Indianapolis,IN. E. Unfaced, Glass-Fiber Blanket Insulation: ASTM C 665, Type I; with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively, per ASTM E 84; passing ASTM E 136 for combustion characteristics. Provide for general glass-fiber insulation applications and acoustical closure conditions. I. Thickness: As indicated or,where not indicated,match cavity space indicated. 2.3 AUXILIARY INSULATING MATERIALS A. Adhesive for Bonding Insulation: Product with demonstrated capability to bond insulation securely to substrates indicated without damaging insulation and substrates. THERMAL INSULATION 072100-2 Packet Page -1040- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2.4 INSULATION FASTENERS A. Adhesively Attached, Spindle-Type Anchors: Plate welded to projecting spindle; capable of holding insulation of thickness indicated securely in position indicated with self-locking washer in place;and complying with the following requirements: 1. Plate: Perforated galvanized carbon-steel sheet,0.030 inch thick by 2 inches square. 2. Spindle: Copper-coated, low carbon steel, fully annealed, 0.105 inch in diameter, length to suit depth of insulation indicated. B. Insulation-Retaining Washers: Self-locking washers formed from 0.016-inch-thick galvanized steel sheet, with beveled edge for increased stiffness, sized as required to hold insulation securely in place,but not less than 1-1/2 inches square or in diameter. 1. Protect ends with capped self-locking washers incorporating a spring steel insert to ensure permanent retention of cap in the following locations: a. Ceiling plenums. b. Where indicated. C. Anchor Adhesive: Product with demonstrated capability to bond insulation anchors securely to substrates indicated without damaging insulation,fasteners, and substrates. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements for Sections in which substrates and related work are specified and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION,GENERAL A. Comply with insulation manufacturer's written instructions applicable to products and application indicated. B. Install insulation that is undamaged, dry, and unsoiled. C. Extend insulation in thickness indicated to envelop entire area to be insulated. Cut and fit tightly around obstructions and fill voids with insulation. Remove projections that interfere with placement. D. Apply single layer of insulation to produce thickness indicated, unless multiple layers are otherwise shown or required to make up total thickness. THERMAL INSULATION 072100-3 Packet Page-1041- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 3.3 INSTALLATION OF INSULATION FOR FRAMED CONSTRUCTION A. Apply insulation units to substrates by method indicated,complying with manufacturer's written instructions. If no specific method is indicated, bond units to substrate with adhesive or use mechanical anchorage to provide permanent placement and support of units. B. Install mineral-fiber blankets in cavities formed by framing members according to the following requirements: 1. Use blanket widths and lengths that fill the cavities formed by framing members. If more than one length is required to fill cavity, provide lengths that will produce a snug fit between ends. 2. Place blankets in cavities formed by framing members to produce a friction fit between edges of insulation and adjoining framing members. 3. For metal-framed wall cavities where cavity heights exceed 96 inches, support unfaced blankets mechanically and support faced blankets by taping stapling flanges to flanges of metal studs. C. Miscellaneous Voids: Install insulation in miscellaneous voids and cavity spaces where required to prevent gaps in insulation using the following materials: 1. 2. Spray Polyurethane Insulation: Apply according to manufacturer's written instructions. 3. 3.4 PROTECTION A. Protect installed insulation from damage due to harmful weather exposures,physical abuse, and other causes. Provide temporary coverings or enclosures where insulation is subject to abuse and cannot be concealed and protected by permanent construction immediately after installation. END OF SECTION 072100 THERMAL INSULATION 072100 -4 Packet Page -1042- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 074213 -METAL WALL PANELS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Concealed-fastener,lap-seam metal wall panels. 2. Metal liner panels. 1.2 PERFORMANCE REQUIREMENTS A. Delegated Design: Design metal wall panel assembly, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated. B. Structural Performance: Provide metal wall panel assemblies capable of withstanding the effects the following loads and stresses within limits and under conditions indicated, based on testing according to ASTM E 1592: 1. Wind Loads and Deflection Limits: Include structural analysis and data calculations signed and sealed by the qualified and Florida licensed professional engineer responsible for their preparation. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show fabrication and installation layouts of metal wall panels; details of edge conditions, joints, panel profiles, corners, anchorages, attachment system, trim, flashings, closures, and accessories; and special details. Distinguish between factory-, shop- and field- assembled work. C. Samples: For each type of exposed finish required. D. Delegated-Design Submittal: For metal wall panel assembly indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer in the State of Florida responsible for their preparation. E. Coordination Drawings: Exterior elevations drawn to scale and coordinating penetrations and wall-mounted items. F. Product test reports. G. Maintenance data. H. Warranties: Samples of special warranties. METAL WALL PANELS 074213 - 1 Packet Page-1043- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM I. Florida Product Approval or Miami-Dad County NOA 1.4 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and approved by manufacturer. B. Pre-installation Conference: Conduct conference at Project site 1.5 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of metal wall panel assemblies that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. B. Special Warranty on Panel Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace metal wall panels that show evidence of deterioration of factory-applied finishes within specified warranty period. 1. Finish Warranty Period: 10 years from date of Substantial Completion. PART 2-PRODUCTS 2.1 PANEL MATERIALS A. All hot rolled steel sheet,plate, and strip for built-up sections shall have a minimum yield point of 55,000 psi. Web sheet is purchased in accordance with ASTM A1011 Grade 55.Flange bar is purchased in accordance with A529 Grade 55. B. Hot rolled structural sections shall conform to the requirements of ASTM Specification A36 yield 50,A572 G55 or ASTM A992 G55. C. Galvalume and pre-painted hot roll coils conform to ASTM A792 AZ55 and may be either 50,000 psi or 80,000 psi yield. 1. Panel material shall be 24 gauge color coated Aluminum Zinc Alloy-Coated conforming to ASTM A-792, Grade E, 80,000 psi, or 24 gauge color coated cold formed panels on galvanized steel conforming to ASTM A-653 in Grade E, 80,000 psi to match existing. 2. Aluminum-Zinc Alloy-Coated Steel Sheet: ASTM A 792/A 792M, Class AZ50 coating designation, Grade 40 (Class AZM150 coating designation, Grade 275); structural quality. 3. Surface: Ribbed 4. Exposed Coil-Coated Finish: a. 2-Coat Fluorocarbon: Kynar 500 coatings METAL WALL PANELS 074213 -2 Packet Page-1044- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM b. Siliconized-Polyester: Epoxy primer and silicone-modified, polyester-enamel topcoat; with a dry film thickness of not less than 0.2 mil (0.005 mm) for primer and 0.8 mil (0.02 mm)for topcoat. 5. Concealed Finish: Manufacturer's standard white or light-colored acrylic or polyester backer finish. D. Panel Sealants: 1. Sealer for side laps, end laps, and flashing shall be a butyl based polymer sealant in extruded tape form. The sealer shall be non-shrinking, non-drying, and non-toxic and shall have superior adhesion to metals, plastics, and painted surfaces. Service temperatures range from -30°to+300°F. The material shall not flow at 120°F, and shall meet or exceed the requirements of Gov. Spec. No. MIL-C 18969 Type 11, Class B and TT-C-1796A. 2. Joint Sealant: ASTM C 920 as recommended in writing by metal wall panel manufacturer. 3. Butyl-Rubber-Based, Solvent-Release Sealant: ASTM C 1311. 2.2 FIELD-INSTALLED THERMAL INSULATION A. Refer to Division 07 Section "Thermal Insulation." B. Mineral-Fiber-Blanket Insulation: ASTM C 665, type indicated below; consisting of fibers manufactured from glass. 1. Type II (blankets with nonreflective membrane covering), Category 1 (membrane is a vapor retarder), Class A (membrane-faced surface with a flame-spread index of 25 or less). 2. Type III (blankets with reflective membrane covering),Category 1 (membrane is a vapor retarder),Class A(membrane-faced surface with a flame-spread index of 25 or less). 2.3 MISCELLANEOUS METAL FRAMING A. Miscellaneous Metal Framing, General: ASTM A 653/A 653M,G60(Z180)hot-dip galvanized or coating with equivalent corrosion resistance unless otherwise indicated. B. Subgirts: Manufacturer's standard C- or Z-shaped sections, 0.064-inch (1.63-mm) nominal thickness. C. Zee Clips: 0.079-inch(2.01-mm)nominal thickness. D. Base or Sill Angles 0.079-inch(2.01-mm)nominal thickness. E. Hat-Shaped,Rigid Furring Channels: 1. Nominal Thickness: As required to meet performance requirements. 2. Depth: As required to meet performance requirements F. Cold-Rolled Furring Channels: Minimum 1/2-inch-(13-mm-)wide flange. METAL WALL PANELS 074213 -3 Packet Page-1045- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Nominal Thickness: As required to meet performance requirements. 2. Depth: As required to meet performance requirements 3. Furring Brackets: Adjustable,corrugated-edge type of steel sheet with 0.040-inch(1.02- mm)nominal thickness. 4. Tie Wire: ASTM A 641/A 641M, Class 1 zinc coating, soft temper, 0.062-inch- (1.57- mm-) diameter wire,or double strand of 0.048-inch-(1.22-mm-)diameter wire. G. Z-Shaped Furring: With slotted or nonslotted web, face flange of 1-1/4 inches(32 mm), wall attachment flange of 7/8 inch(22 mm),and depth required to fit insulation thickness indicated. 1. Nominal Thickness: As required to meet performance requirements. 2.4 MISCELLANEOUS MATERIALS A. Panel Fasteners: Self-tapping screws, bolts, nuts, self-locking rivets and bolts, end-welded studs, and other suitable fasteners designed to withstand design loads. Provide exposed fasteners with heads matching color of metal wall panels by means of plastic caps or factory- applied coating. Provide EPDM,PVC,or neoprene sealing washers. 2.5 CONCEALED-FASTENER,LAP-SEAM METAL WALL PANELS A. Provide factory-formed metal liner, Ribbed Panels field assembled by lapping and interconnecting side edges of adjacent panels and mechanically attaching through panel to supports using concealed fasteners and factory-applied sealant in side laps. Include accessories required for a complete installation. 1. Manufacturers: Basis of Design—Dean Steel Buildings 2. Basis-of-Design Product: 36"Ribbed Panels to match existing 3. Profile: Ribbed to match existing. 4. Material: 24 gauge color coated Aluminum Zinc Alloy-Coated,or 24 gauge color coated cold formed panels on galvanized steel shall match existing. a. Exterior Finish: Kynar 500 coating,minimum dry film shall be 1 mil thick b. Color: Match Existing,Almond 5. Panel Coverage: Match Existing 6. Panel Height: Match Existing 7. Color: Almond to Match Existing 8. Accessories: Manufacturers standard matching Accessories 9. Flashing&Trim: Manufacturers standard matching Flashing& Trim 10. Sealants&Fasteners:Manufacturers standard matching Sealants&Fasteners METAL WALL PANELS 074213 -4 Packet Page -1046- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2.6 ACCESSORIES A. Wall Panel Accessories: Provide components required for a complete metal wall panel assembly including trim,copings, fasciae, mullions, sills,corner units, clips,flashings, sealants, gaskets,fillers,closure strips,and similar items. Match material and finish of metal wall panels, unless otherwise indicated. 1. Closures: Provide closures at eaves and rakes, fabricated of same metal as metal wall panels. 2. Backing Plates: Provide metal backing plates at panel end splices, fabricated from material recommended by manufacturer. 3. Closure Strips: Closed-cell,expanded,cellular,rubber or crosslinked,polyolefin-foam or closed-cell laminated polyethylene; minimum 1-inch- (25-mm-) thick, flexible closure strips; cut or premolded to match metal wall panel profile. Provide closure strips where indicated or necessary to ensure weathertight construction. B. Flashing and Trim: Formed from 0.018-inch (0.46-mm) minimum thickness, zinc-coated (galvanized) steel sheet or aluminum-zinc alloy-coated steel sheet prepainted with coil coating. Provide flashing and trim as required to seal against weather and to provide finished appearance. Locations include, but are not limited to, bases, drips, sills, jambs, corners, endwalls, framed openings, rakes, fasciae, parapet caps, soffits, reveals, and fillers. Finish I flashing and trim with same finish system as adjacent metal wall panels. 2.7 FABRICATION A. General: Fabricate and finish metal wall panels and accessories at the factory to greatest extent possible, by manufacturer's standard procedures and processes, as necessary to fulfill indicated performance requirements demonstrated by laboratory testing. Comply with indicated profiles and with dimensional and structural requirements. B. Fabricate metal wall panels in a manner that eliminates condensation on interior side of panel and with joints between panels designed to form weathertight seals. C. Provide panel profile, including major ribs and intermediate stiffening ribs, if any, for full length of panel. D. Fabricate metal wall panel joints with factory-installed captive gaskets or separator strips that provide a tight seal and prevent metal-to-metal contact, and that will minimize noise from movements within panel assembly. E. Sheet Metal Accessories: Fabricate flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual that apply to the design, dimensions, metal, and other characteristics of item indicated. METAL WALL PANELS 074213 -5 Packet Page -1047- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PART 3 -EXECUTION 3.1 PREPARATION A. Miscellaneous Framing: Install subgirts, base angles, sills, furring, and other miscellaneous wall panel support members and anchorages according to ASTM C 754 and metal wall panel manufacturer's written recommendations. 3.2 THERMAL INSULATION INSTALLATION A. Board Insulation: Extend insulation in thickness indicated to cover entire wall. Comply with installation requirements in Division 07 Section"Thermal Insulation." 1. Erect insulation horizontally and hold in place with Z-shaped furring members spaced 24 inches (610 mm) o.c. Attach furring members to substrate with screws spaced 24 inches (610 mm)o.c. 2. Retain insulation in place by metal clips and straps or integral pockets within panels, spaced at intervals according to insulation manufacturer's instructions. Maintain cavity width between insulation and metal liner panel of dimension indicated. B. Blanket Insulation: Install insulation concurrently with metal wall panel installation, in thickness indicated to cover area indicated in the drawings, according to manufacturer's written instructions and as follows: 1. Set vapor-retarder-faced insulation with vapor-retarder facing building exterior. Do not obstruct ventilation spaces,except for firestopping. 2. Tape joints and ruptures in vapor retarder, and seal each continuous area of insulation to surrounding construction to ensure airtight installation. 3. Install insulation straight and true in one-piece lengths. Comply with the following installation method: a. Over-Framing Installation: Extend insulation over and perpendicular to top flange of framing members. 4. Retainer Strips: Install retainer strips at each longitudinal insulation joint, straight and taut,nesting with framing to hold insulation in place. 3.3 METAL WALL PANEL INSTALLATION A. Lap-Seam Metal Wall Panels: Fasten metal wall panels to supports with fasteners at each lapped joint at location and spacing recommended by manufacturer. 1. Lap ribbed or fluted sheets one full rib corrugation. Apply panels and associated items for neat and weathertight enclosure. Avoid"panel creep"or application not true to line. 2. Provide metal-backed washers under heads of exposed fasteners bearing on weather side of metal wall panels. METAL WALL PANELS 074213 -6 Packet Page-1048- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 3. Locate and space exposed fasteners in uniform vertical and horizontal alignment. Use proper tools to obtain controlled uniform compression for positive seal without rupture of washer. 4. Install screw fasteners with power tools having controlled torque adjusted to compress washer tightly without damage to washer, screw threads, or panels. Install screws in predrilled holes. 5. Provide sealant tape at lapped joints of metal wall panels and between panels and protruding equipment,vents,and accessories. 6. Apply a continuous ribbon of sealant tape to weather-side surface of fastenings on end laps; on side laps of nesting-type panels; on side laps of corrugated nesting-type, ribbed, or fluted panels;and elsewhere as needed to make panels weathertight. 7. At panel splices, nest panels with minimum 6-inch(152-mm) end lap, sealed with butyl- rubber sealant and fastened together by interlocking clamping plates. B. Zee Clips: Provide Zee clips of size indicated or, if not indicated, as required to act as standoff from subgirts for thickness of insulation indicated. Attach to subgirts with fasteners. C. Metal Liner Panels: Install panels on studs as indicated on Drawings. D. General: Install accessories with positive anchorage to building and weathertight mounting, and provide for thermal expansion. Coordinate installation with flashings and other components. 1. Install components required for a complete metal wall panel assembly including trim, copings, corners, seam covers, flashings, sealants, gaskets, fillers, closure strips, and similar items. E. Flashing and Trim: Comply with performance requirements,manufacturer's written installation instructions, and SMACNA's"Architectural Sheet Metal Manual." Provide concealed fasteners where possible, and set units true to line and level as indicated. Install work with laps,joints, and seams that will be permanently watertight and weather resistant. 3.4 CLEANING AND PROTECTION A. Remove temporary protective coverings and strippable films, if any, as metal wall panels are installed, unless otherwise indicated in manufacturer's written installation instructions. On completion of metal wall panel installation, clean finished surfaces as recommended by metal wall panel manufacturer. Maintain in a clean condition during construction. B. After metal wall panel installation,clear weep holes and drainage channels of obstructions, dirt, and sealant. END OF SECTION 074213 METAL WALL PANELS 074213-7 Packet Page-1049- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 076200-SHEET METAL FLASHING AND TRIM PART 1 -GENERAL L SUMMARY A. Section Includes: 1. Formed wall sheet metal fabrications. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show installation layouts of sheet metal flashing and trim, including plans, elevations, expansion joint locations, and keyed details. Distinguish between shop- and field- assembled work. 1. Include details for forming, joining, supporting, and securing sheet metal flashing and trim, including pattern of seams, termination points, fixed points, expansion joints, expansion joint covers, edge conditions, special conditions, and connections to adjoining work. C. Maintenance data. D. Warranty: Sample of special warranty. 1.3 QUALITY ASSURANCE A. Sheet Metal Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet Metal Manual"unless more stringent requirements are specified or shown on Drawings. 1. Comply with SMACNA and NRCA standards. Provide all details required to illustrate industry-standard assembles suitable for intended use and capable of providing a complete,proper, durable weather proof,and water proof installation. a. Use stainless steel, hot dipped galvanized metal, galvalume, or suitably protected aluminum materials.Do not use plain or painted steel or mill finish aluminum. b. Do not use details that rely solely on sealant or paint to prevent the intrusion of water into the building. c. Provide sill flashing and a full bed of sealant at all window sills. d. Isolate dissimilar metals to prevent galvanic deterioration of materials. All materials shall be non-corrosive. e. Provide details of terminations and corners. SHEET METAL FLASHING AND TRIM 076200- 1 Packet Page-1050- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1.4 WARRANTY A. Special Warranty on Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory-applied finishes within 5 years from date of Substantial Completion. PART 2-PRODUCTS 2.1 SHEET METALS A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying a strippable,temporary protective film before shipping. B. Aluminum Sheet: ASTM B 209 (ASTM B 209M), alloy as standard with manufacturer for finish required, with temper as required to suit forming operations and performance required. 1. As-Milled Finish: One-side bright mill finish. 2. Alclad Finish: Metallurgically bonded surfacing to both sides, forming a composite aluminum sheet with reflective luster. 3. Factory Prime Coating: Where painting after installation is indicated,pretreat with white or light-colored, factory-applied, baked-on epoxy primer coat; minimum dry film thickness of 0.2 mil(0.005 mm). 4. Clear Anodic Finish, Coil Coated: AAMA 611, AA-M12C22A41, Class I, 0.018 mm or thicker. 5. Color Anodic Finish, Coil Coated: AAMA 611, AA-M12C22A42/A44, Class I, 0.018 mm or thicker. a. Color: As selected by Owner or to match existing finishes. 6. Exposed Coil-Coated Finishes: a. Two-Coat Fluoropolymer: AAMA 620. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in color coat. b. Three-Coat Fluoropolymer: AAMA 620. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in both color coat and clear topcoat. c. Siliconized Polyester: Epoxy primer and silicone-modified, polyester-enamel topcoat. 7. Color: As selected by Owner or to match existing finishes. C. Stainless-Steel Sheet: ASTM A 240/A 240M or ASTM A 666, Type 304, dead soft, fully annealed; finish selected by Owner. D. Metallic-Coated Steel Sheet: Restricted flatness steel sheet, metallic coated by the hot-dip process and prepainted by the coil-coating process to comply with ASTM A 755/A 755M. 1. Zinc-Coated (Galvanized) Steel Sheet: ASTM A 653/A 653M, G90 (Z275) coating designation;structural quality. SHEET METAL FLASHING AND TRIM 076200-2 Packet Page -1051- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Aluminum-Zinc Alloy-Coated Steel Sheet: ASTM A 792/A 792M, Class AZ50 coating designation, Grade 40 (Class AZM150 coating designation, Grade 275); structural quality. 3. Surface: Manufacturer's standard clear acrylic coating on both sides. 4. Exposed Coil-Coated Finish: a. Two-Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in color coat. b. SiIiconized Polyester: Epoxy primer and silicone-modified, polyester-enamel topcoat. 5. Color: As selected by Owner or to match existing finishes 2.2 UNDERLAYMENT MATERIALS A. Polyethylene Sheet: 6-mil- (0.15-mm-) thick polyethylene sheet complying with ASTM D 4397. B. Felt: ASTM D 226,Type II(No.30), asphalt-saturated organic felt,nonperforated. C. Self-Adhering, High-Temperature Sheet: Minimum 30 to 40 mils (0.76 to 1.0 mm) thick, consisting of slip-resisting polyethylene-film top surface laminated to layer of butyl or SBS- modified asphalt adhesive, with release-paper backing; cold applied. Provide primer when recommended by underlayment manufacturer. 1. Thermal Stability: ASTM D 1970;stable after testing at 240 deg F(116 deg C). 2. Low-Temperature Flexibility: ASTM D 1970; passes after testing at minus 20 deg F (29 deg C). D. Slip Sheet: Building paper,3-lb/100 sq.ft.(0.16-kg/sq.m)minimum,rosin sized. 2.3 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings, separators, sealants,and other miscellaneous items as required for complete sheet metal flashing and trim installation and recommended by manufacturer of primary sheet metal or manufactured item unless otherwise indicated. B. Fasteners: Wood screws, annular threaded nails, self-tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal or manufactured item. I. General: Blind fasteners or self-drilling screws,gasketed,with hex-washer head. a. Exposed Fasteners: Heads matching color of sheet metal using plastic caps or factory-applied coating. b. Blind Fasteners: High-strength aluminum or stainless-steel rivets suitable for metal being fastened. SHEET METAL FLASHING AND TRIM 076200-3 Packet Page-1052- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM c. Spikes and Ferrules: Same material as gutter; with spike with ferrule matching internal gutter width. 2. Fasteners for Aluminum Sheet: Aluminum or Series 300 stainless steel. 3. Fasteners for Stainless-Steel Sheet: Series 300 stainless steel. 4. Fasteners for Zinc-Coated (Galvanized) Steel Sheet: Hot-dip galvanized steel according to ASTM A 153/A 153M or ASTM F 2329 or Series 300 stainless steel. C. Solder: 1. For Stainless Steel: ASTM B 32,Grade Sn60,with an acid flux of type recommended by stainless-steel sheet manufacturer. 2. For Zinc-Coated (Galvanized) Steel: ASTM B 32, Grade Sn50, 50 percent tin and 50 percent lead or Grade Sn60,60 percent tin and 40 percent lead. D. Sealant Tape: Pressure-sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release-paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch(13 mm)wide and 1/8 inch(3 mm)thick. E. Elastomeric Sealant: ASTM C 920, elastomeric polymer sealant; low modulus; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. F. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked-type expansion joints with limited movement. G. Epoxy Seam Sealer: Two-part, noncorrosive, aluminum seam-cementing compound, recommended by aluminum manufacturer for exterior nonmoving joints, including riveted joints. H. Bituminous Coating: Cold-applied asphalt emulsion complying with ASTM D 1187. 2.4 WALL SHEET METAL FABRICATIONS A. Through-Wall Flashing: Fabricate continuous flashings in minimum 96-inch- (2400-mm-) long, but not exceeding 12-foot- (3.6-m-) long, sections, under copings, at shelf angles, and where indicated. Fabricate discontinuous lintel, sill, and similar flashings to extend 6 inches (150 mm) beyond each side of wall openings. Form with 2-inch- (50-mm-) high, end dams where flashing is discontinuous. Fabricate from the following materials: 1. Stainless Steel: 0.016 inch(0.40 mm)thick. B. Opening Flashings in Frame Construction: Fabricate head, sill,jamb, and similar flashings to extend 4 inches(100 mm)beyond wall openings. Form head and sill flashing with 2-inch-(50- mm-)high,end dams. Fabricate from the following materials: 1. Aluminum: 0.032 inch(0.81 mm)thick. 2. Stainless Steel: 0.016 inch(0.40 mm)thick. 3. Galvanized Steel: 0.022 inch(0.56 mm)thick. 4. Aluminum-Zinc Alloy-Coated Steel: 0.022 inch(0.56 mm)thick. C. Wall Expansion-Joint Cover: Fabricate from the following materials: 1. Aluminum: 0.040 inch(1.02 mm)thick. SHEET METAL FLASHING AND TRIM 076200-4 Packet Page-1053- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Stainless Steel: 0.019 inch(0.48 mm)thick. 3. Galvanized Steel: 0.028 inch (0.71 mm) thick. 4. Aluminum-Zinc Alloy-Coated Steel: 0.028 inch(0.71 mm)thick. PART 3 -EXECUTION 3.1 UNDERLAYMENT INSTALLATION A. Polyethylene Sheet: Install polyethylene sheet with adhesive for anchorage. Apply in shingle fashion to shed water, with lapped and taped joints of not less than 2 inches(50 mm). B. Felt Underlayment: Install felt underlayment with adhesive for temporary anchorage. Apply in shingle fashion to shed water,with lapped joints of not less than 2 inches(50 mm). C. Self-Adhering Sheet Underlayment: Install self-adhering sheet underlayment, wrinkle free. Comply with temperature restrictions of underlayment manufacturer for installation; use primer rather than nails for installing underlayment at low temperatures. Apply in shingle fashion to shed water, with end laps of not less than 6 inches (150 mm) staggered 24 inches (600 mm) between courses. Overlap side edges not less than 3-1/2 inches (90 mm). Roll laps with roller. Cover underlayment within 14 days. 3.2 INSTALLATION, GENERAL A. General: Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement so that completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. Use fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Install sheet metal flashing and trim true to line and levels indicated. Provide uniform, neat seams with minimum exposure of solder,welds,and sealant. 2. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. 3. Space cleats not more than 12 inches (300 mm) apart. Anchor each cleat with two fasteners. Bend tabs over fasteners. 4. Install exposed sheet metal flashing and trim without excessive oil canning,buckling, and tool marks. 5. Install sealant tape where indicated. 6. Torch cutting of sheet metal flashing and trim is not permitted. B. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by SMACNA. 1. Coat back side of uncoated aluminum and stainless-steel sheet metal flashing and trim with bituminous coating where flashing and trim will contact wood, ferrous metal, or cementitious construction. SHEET METAL FLASHING AND TRIM 076200-5 Packet Page-1054- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Underlayment: Where installing metal flashing directly on cementitious or wood substrates, install a course of felt underlayment and cover with a slip sheet or install a course of polyethylene sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet (3 m) with no joints allowed within 24 inches (600 mm)of corner or intersection. Where lapped expansion provisions cannot be used or would not be sufficiently watertight,form expansion joints of intermeshing hooked flanges,not less than 1 inch(25 mm)deep, filled with sealant concealed within joints. D. Fastener Sizes: Use fasteners of sizes that will penetrate not less than recommended by fastener manufacturer to achieve maximum pull-out resistance. E. Seal joints as shown and as required for watertight construction. F. Soldered Joints: Clean surfaces to be soldered,removing oils and foreign matter. Pre-tin edges of sheets to be soldered to a width of 1-1/2 inches (38 mm), except reduce pre-tinning where pre-tinned surface would show in completed Work. 1. Do not solder metallic-coated steel and aluminum sheet. 2. Do not use torches for soldering. Heat surfaces to receive solder and flow solder into joint. Fill joint completely. Completely remove flux and spatter from exposed surfaces. 3. Stainless-Steel Soldering: Tin edges of uncoated sheets using solder recommended for stainless steel and acid flux. Promptly remove acid flux residue from metal after tinning and soldering. Comply with solder manufacturer's recommended methods for cleaning and neutralization. G. Rivets: Rivet joints in uncoated aluminum where indicated and where necessary for strength. 3.3 WALL FLASHING INSTALLATION A. General: Install sheet metal wall flashing to intercept and exclude penetrating moisture according to SMACNA recommendations and as indicated. Coordinate installation of wall flashing with installation of wall-opening components such as windows, doors,and louvers. B. Opening Flashings in Frame Construction: Install continuous head, sill,jamb, and similar flashings to extend 4 inches(100 mm)beyond wall openings. 3.4 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder and sealants. C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. SHEET METAL FLASHING AND TRIM 076200-6 Packet Page-1055- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM END OF SECTION 076200 SHEET METAL FLASHING AND TRIM 076200-7 Packet Page-1056- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 079200-JOINT SEALANTS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Silicone joint sealants. 2. Urethane joint sealants. 3. Latex joint sealants. 1.2 SUBMITTALS A. Product Data: For each joint-sealant product indicated. B. Samples: For each kind and color of joint sealant required. C. Joint-Sealant Schedule: Include the following information: 1. Joint-sealant application,joint location,and designation. 2. Joint-sealant manufacturer and product name. 3. Joint-sealant formulation. 4. Joint-sealant color. D. Product test reports. E. Preconstruction compatibility and adhesion test reports. F. Preconstruction field-adhesion test reports. G. Field-adhesion test reports. H. Warranties. 1.3 QUALITY ASSURANCE A. Preinstallation Conference: Conduct conference at Project site. 1.4 WARRANTY A. Special Installer's Warranty: Manufacturer's standard form in which 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. JOINT SEALANTS 079200- 1 Packet Page -1057- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM B. Special Manufacturer's Warranty: Manufacturer's standard form in which joint-sealant manufacturer agrees to furnish joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: 10 years from date of Substantial Completion. PART 2 -PRODUCTS 2.1 MATERIALS,GENERAL A. VOC Content of Interior Sealants: Provide sealants and sealant primers for use inside the weatherproofing system that comply with the following limits for VOC content when calculated according to 40 CFR 59, Part 59, Subpart D(EPA Method 24): 1. Architectural Sealants: 250 g/L. 2. Sealant Primers for Nonporous Substrates: 250 g/L. 3. Sealant Primers for Porous Substrates: 775 g/L. B. Liquid-Applied Joint Sealants: Comply with ASTM C 920 and other requirements indicated for each liquid-applied joint sealant specified, including those referencing ASTM C 920 classifications for type,grade,class,and uses related to exposure and joint substrates. 1. Suitability for Immersion in Liquids. Where sealants are indicated for Use I for joints that will be continuously immersed in liquids, provide products that have undergone testing according to ASTM C 1247. Liquid used for testing sealants is deionized water, unless otherwise indicated. C. Stain-Test-Response Characteristics: Where sealants are specified to be nonstaining to porous substrates, provide products that have undergone testing according to ASTM C 1248 and have not stained porous joint substrates indicated for Project. D. Suitability for Contact with Food: Where sealants are indicated for joints that will come in repeated contact with food,provide products that comply with 21 CFR 177.2600. 2.2 SILICONE JOINT SEALANTS A. Mildew-Resistant Neutral-Curing Silicone Joint Sealant: ASTM C 920. 1. Manufacturers: Subject to compliance with requirements,provide products by one of the following a. BASF Building Systems. b. Dow Corning Corporation. c. GE Advanced Materials-Silicones. d. Pecora Corporation. e. Schnee-Morehead,Inc. f. Tremco Incorporated. JOINT SEALANTS 079200-2 Packet Page-1058- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Type: Single component(S). 3. Grade: nonsag(NS). 4. Class: 50. 5. Uses Related to Exposure: Nontraffic(NT). 2.3 URETHANE JOINT SEALANTS A. Urethane Joint Sealant: ASTM C 920. 1. Manufacturers: Subject to compliance with requirements,provide products by one of the following a. BASF Building Systems. b. Bostik,Inc. c. Pecora Corporation. d. Schnee-Morehead, Inc. e. Sika Corporation;Construction Products Division. f. Tremco Incorporated. 2. Type: Single component(S) 3. Grade: nonsag(NS). 4. Class: [50. 5. Uses Related to Exposure: Nontraffic(NT). 2.4 LATEX JOINT SEALANTS A. Latex Joint Sealant: Acrylic latex or siliconized acrylic latex, ASTM C 834, Type OP, Grade NF. I. Manufacturers: Subject to compliance with requirements,provide products by one of the following: 2. . a. BASF Building Systems. b. Bostik,Inc. c. Pecora Corporation. d. Schnee-Morehead, Inc. e. Tremco Incorporated. 2.5 JOINT SEALANT BACKING A. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed-cell material with a surface skin), and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. B. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer: JOINT SEALANTS 079200-3 Packet Page-1059- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM w`° 2.6 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. C. Masking Tape: Nonstaining,nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 -EXECUTION 3.1 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions. 1. Remove laitance and form-release agents from concrete. 2. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. B. Joint Priming: Prime joint substrates where recommended by joint-sealant manufacturer or as indicated by 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 or primer 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. 3.2 INSTALLATION A. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials,applications,and conditions indicated. B. Install sealant backings of kind 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. JOINT SEALANTS 079200-4 Packet Page-1060- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM C. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. D. 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. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins,tool sealants according to requirements specified in subparagraphs 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 profile per Figure 8A in ASTM C 1193, unless otherwise indicated. F. Acoustical Sealant Installation: Comply with ASTM C 919 and with manufacturer's written recommendations. G. 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. END OF SECTION 079200 JOINT SEALANTS 079200-5 Packet Page-1061- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 081113 -HOLLOW METAL DOORS AND FRAMES PART 1 -GENERAL L 1 SUMMARY A. Section Includes: 1. Hollow metal doors and frames. 2. Secured Doors 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Include elevations, door edge details, frame profiles, metal thicknesses, preparations for hardware,and other details. C. Samples for Initial Selection: For units with factory-applied color finishes. D. Schedule: Prepared by or under the supervision of supplier, using same reference numbers for details and openings as those on Drawings. 1.3 QUALITY ASSURANCE A. Fire-Rated Door Assemblies: Assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency, for fire-protection ratings indicated, based on testing at positive pressure according to NFPA 252. B. Fire-Rated, Borrowed-Light Frame Assemblies: Assemblies complying with NFPA 80 that are listed and labeled, by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire-protection ratings indicated, based on testing according to NFPA 257. Label each individual glazed lite. C. Smoke-Control Door Assemblies: Comply with NFPA 105. D. Provide corrosion resistant coatings 1. Wipe coat and WCGS products shall not be used. 2. Doors and frames shall not be less than 16 gauge thick. 3. Frames in masonry construction shall be fully grouted. Provide not less than 3 anchors at each jamb. 4. All steel frames are to be fully welded for new construction. KD frames may be used only for retrofit installations. 5. Provide fire rated units where required to maintain integrity of rated assembles. HOLLOW METAL DOORS AND FRAMES 081113 - 1 Packet Page-1062- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PART 2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following available manufacturers offering products that may be incorporated into the Work include,but are not limited to,the following: 1. Amweld Building Products,LLC. 2. Benchmark;a division of Therma-Tru Corporation. 3. Ceco Door Products; an Assa Abloy Group company. 4. Curries Company; an Assa Abloy Group company. 5. Deansteel Manufacturing Company, Inc. 6. Firedoor Corporation. 7. Fleming Door Products Ltd.;an Assa Abloy Group company. 8. Habersham Metal Products Company. 9. Kewanee Corporation(The). 10. Mesker Door Inc. 11. Pioneer Industries,Inc. 12. Security Metal Products Corp. 13. Steelcraft; an Ingersoll-Rand company. 2.2 MATERIALS A. Metallic-Coated Steel Sheet: ASTM A 653/A 653M, Commercial Steel (CS), Type B; with minimum G60(Z180)or A60(ZF 180)metallic coating. B. Frame Anchors: ASTM A 591/A 591M, Commercial Steel (CS), 40Z (12G) coating designation;mill phosphatized. 1. For anchors built into exterior walls,steel sheet complying with ASTM A 1008/A 1008M or ASTM A 1011/A 1011M, hot-dip galvanized according to ASTM A 153/A 153M, Class B. C. Inserts,Bolts,and Fasteners: Hot-dip galvanized according to ASTM A 153/A 153M. 2.3 SECURED DOORS A. General: Complies with ANSI/NAAMM HMMA 863-98, Guide Specifications for Security Hollow Metal Doors and Frames. 1. Basis of Design: 2"RestrictDor Security System by Ceco Door,ASSA ABLOY 2. Design: a. 18 gauge steel stiffeners placed 4"apart and welded every 3 %"along their length. b. Doors and frames are 14 gauge steel. c. Mineral wool between stiffeners d. 2"thick steel door e. Primer coat conform to ANSI A250.10 f. Galvanized steel—G90 HOLLOW METAL DOORS AND FRAMES 081113 -2 Packet Page -1063- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM g. Frames — all welded, 14 gauge steel, closer reinforcement, heavy duty security hinge reinforcement,welded 12 gauge masonry anchors h. Hinges—4 1/2"heavy weight, door edge has 7 gauge steel reinforcements i. 12 gauge closer reinforcement 2.4 STANDARD HOLLOW METAL DOORS A. General: Comply with ANSI/SDI A250.8. 1. Design: Flush panel 2. Core Construction: Manufacturer's standard kraft-paper honeycomb, polystyrene, polyurethane,polyisocyanurate,mineral-board, or vertical steel-stiffener core. a. Fire Door Core: As required to provide fire-protection ratings indicated. 3. Vertical Edges for Single-Acting Doors:Manufacturer's standard. 4. Top and Bottom Edges: Closed with flush or inverted 0.042-inch-(1.0-mm-) thick, end closures or channels of same material as face sheets. 5. Tolerances: SDI 117, "Manufacturing Tolerances for Standard Steel Doors and Frames." B. Interior Doors: Face sheets fabricated from metallic-coated steel sheet. Provide doors complying with requirements indicated below by referencing ANSI/SDI A250.8 for level and model and ANSI/SDI A250.4 for physical performance level: 1. Level 3 and Physical Performance Level A (Extra Heavy Duty), Model 1 (Full Flush). Door models in subparagraph below have 16 gage thick faces. C. Hardware Reinforcement: ANSI/SDI A250.6. 2.5 STANDARD HOLLOW METAL FRAMES A. General: Comply with ANSI/SDI A250.8. B. Interior Frames: Fabricated from metallic-coated steel sheet. 1. Fabricate frames with mitered or coped corners. 2. Fabricate frames as knocked down or full profile welded unless otherwise indicated. 3. Fabricate knocked-down, drywall slip-on frames for in-place gypsum board partitions. 4. Frames for Level 3 Steel Doors: 16 gage thick steel sheet. C. Hardware Reinforcement: ANSI/SDI A250.6. D. All metal door frames shall have holes and accessible wire ways to permit electrification of hinges and door or frame mounted hardware. 2.6 FRAME ANCHORS A. Jamb Anchors: HOLLOW METAL DOORS AND FRAMES 081113-3 Packet Page-1064- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Masonry Type: Adjustable strap-and-stirrup or T-shaped anchors to suit frame size, not less than 0.042 inch (1.0 mm) thick, with corrugated or perforated straps not less than 2 inches (50 mm) wide by 10 inches (250 mm) long; or wire anchors not less than 0.177 inch(4.5 mm)thick. 2. Stud-Wall Type: Designed to engage stud, welded to back of frames;not less than 0.042 inch(1.0 mm)thick. 3. Compression Type for Drywall Slip-on Frames: Adjustable compression anchors. 4. Postinstalled Expansion Type for In-Place Concrete or Masonry: Minimum 3/8-inch- (9.5-mm-) diameter bolts with expansion shields or inserts. Provide pipe spacer from frame to wall,with throat reinforcement plate,welded to frame at each anchor location. B. Floor Anchors: Formed from same material as frames, not less than 0.042 inch(1.0 mm)thick, and as follows: 1. Monolithic Concrete Slabs: Clip-type anchors,with two holes to receive fasteners. 2. Separate Topping Concrete Slabs: Adjustable-type anchors with extension clips, allowing not less than 2-inch(50-mm)height adjustment. Terminate bottom of frames at finish floor surface. 2.7 HOLLOW METAL PANELS A. Provide hollow metal panels of same materials, construction, and finish as specified for adjoining hollow metal work. 2.8 ACCESSORIES A. Mullions and Transom Bars: Join to adjacent members by welding or rigid mechanical anchors. B. Ceiling Struts: Minimum 1/4-inch-thick by 1-inch-(6.4-mm-thick by 25.4-mm-)wide steel. C. Grout Guards: Formed from same material as frames,not less than 0.016 inch(0.4 mm)thick. 2.9 FABRICATION A. Tolerances: Fabricate hollow metal work to tolerances indicated in SDI 117. B. Hollow Metal Doors: 1. Exterior Doors: Provide weep-hole openings in bottom of exterior doors. Seal joints in top edges of doors against water penetration. C. Hollow Metal Frames: Where frames are fabricated in sections, provide alignment plates or angles at each joint,fabricated of same thickness metal as frames. 1. Welded Frames: Weld flush face joints continuously;grind, fill,dress, and make smooth, flush,and invisible. 2. Provide countersunk, flat- or oval-head exposed screws and bolts for exposed fasteners unless otherwise indicated. HOLLOW METAL DOORS AND FRAMES 081113-4 Packet Page-1065- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 3. Grout Guards: Weld guards to frame at back of hardware mortises in frames to be • grouted. 4. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot welds per anchor. 5. Jamb Anchors: Provide number and spacing of anchors as follows: a. Masonry Type: Locate anchors not more than 18 inches (457 mm) from top and bottom of frame. Space anchors not more than 32 inches (813 mm) o.c. and as follows: 1) Three anchors per jamb from 60 to 90 inches(1524 to 2286 mm)high. b. Stud-Wall Type: Locate anchors not more than 18 inches(457 mm) from top and bottom of frame. Space anchors not more than 32 inches (813 mm) o.c. and as follows: 1) Four anchors per jamb from 60 to 90 inches(1524 to 2286 mm)high. c. Compression Type: Not less than two anchors in each jamb. d. Postinstalled Expansion Type: Locate anchors not more than 6 inches (152 mm) from top and bottom of frame. Space anchors not more than 26 inches(660 mm) o.c. 6. Door Silencers: Except on weather-stripped doors,drill stops to receive door silencers. a. Single-Door Frames: Three door silencers. b. Double-Door Frames: Two door silencers. D. Hardware Preparation: Factory prepare hollow metal work to receive templated mortised hardware according to the Door Hardware Schedule and templates furnished as specified in Division 08 Section"Door Hardware." 1. Locate hardware as indicated,or if not indicated,according to ANSI/SDI A250.8. 2. Reinforce doors and frames to receive nontemplated,mortised and surface-mounted door hardware. 3. Comply with applicable requirements in ANSUSDI A250.6 and ANSI/DHI Al 15 Series specifications for preparation of hollow metal work for hardware. 4. Coordinate locations of conduit and wiring boxes for electrical connections with Division 26 electrical Sections. E. Stops and Moldings: Provide stops and moldings around glazed lites where indicated. Form corners of stops and moldings with butted or mitered hairline joints. 1. Single Glazed Lites: Provide fixed stops and moldings welded on secure side of hollow metal work. 2. Multiple Glazed Lites: Provide fixed and removable stops and moldings so that each glazed lite is capable of being removed independently. 3. Provide fixed frame moldings on outside of exterior and on secure side of interior doors and frames. 4. Provide loose stops and moldings on inside of hollow metal work. 5. Coordinate rabbet width between fixed and removable stops with type of glazing and type of installation indicated. HOLLOW METAL DOORS AND FRAMES 081113 -5 Packet Page -1066- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2.10 STEEL FINISHES A. Prime Finish: Apply manufacturer's standard primer immediately after cleaning and pretreating. 1. Shop Primer: ANSUSDI A250.10. B. Factory-Applied Paint Finish: ANSI/SDI A250.3. 1. Color and Gloss:As selected by Architect from manufacturer's full range. PART 3 -EXECUTION 3.1 INSTALLATION A. Hollow Metal Frames: Comply with ANSI/SDI A250.11. 1. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces, leaving surfaces smooth and undamaged. a. At fire-protection-rated openings,install frames according to NFPA 80. b. Where frames are fabricated in sections because of shipping or handling limitations, field splice at approved locations by welding face joint continuously; grind,fill,dress,and make splice smooth,flush,and invisible on exposed faces. c. Install frames with removable glazing stops located on secure side of opening. d. Install door silencers in frames before grouting. e. Remove temporary braces necessary for installation only after frames have been properly set and secured. f. Check plumbness, squareness, and twist of frames as walls are constructed. Shim as necessary to comply with installation tolerances. g. Field apply bituminous coating to backs of frames that are filled with grout containing antifreezing agents. 2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor, and secure with postinstalled expansion anchors. a. Floor anchors may be set with powder-actuated fasteners instead of postinstalled expansion anchors if so indicated and approved on Shop Drawings. 3. Metal-Stud Partitions: Solidly pack mineral-fiber insulation behind frames. a. Frames in stud construction shall be spot grouted at each anchor, min 3 per jamb. Provide 4. In-Place Gypsum Board Partitions: Secure frames in place with postinstalled expansion anchors through floor anchors at each jamb. Countersink anchors, and fill and make smooth,flush,and invisible on exposed faces. 5. Ceiling Struts: Extend struts vertically from top of frame at each jamb to overhead structural supports or substrates above frame unless frame is anchored to masonry or to other structural support at each jamb. Bend top of struts to provide flush contact for HOLLOW METAL DOORS AND FRAMES 081113 -6 Packet Page -1067- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM securing to supporting construction. Provide adjustable wedged or bolted anchorage to frame jamb members. 6. Installation Tolerances: Adjust hollow metal door frames for squareness, alignment, twist,and plumb to the following tolerances: a. Squareness: Plus or minus 1/16 inch (1.6 mm), measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. b. Alignment: Plus or minus 1/16 inch (1.6 mm), measured at jambs on a horizontal line parallel to plane of wall. c. Twist: Plus or minus 1/16 inch (1.6 mm), measured at opposite face corners of jambs on parallel lines,and perpendicular to plane of wall. d. Plumbness: Plus or minus 1/16 inch(1.6 mm), measured at jambs at floor. B. Hollow Metal Doors: Fit hollow metal doors accurately in frames, within clearances specified below. Shim as necessary. 1. Non-Fire-Rated Standard Steel Doors: a. Jambs and Head: 1/8 inch(3 mm)plus or minus 1/16 inch(1.6 mm). b. Between Edges of Pairs of Doors: 1/8 inch (3 mm) plus or minus I/16 inch (1.6 mm). c. Between Bottom of Door and Top of Threshold: Maximum 3/8 inch(9.5 nun). d. Between Bottom of Door and Top of Finish Floor(No Threshold): Maximum 3/4 inch(19 mm). C. Glazing: Comply with installation requirements in Division 08 Section "Glazing" and with hollow metal manufacturer's written instructions. 1. Secure stops with countersunk flat- or oval-head machine screws spaced uniformly not more than 9 inches (230 mm) o.c. and not more than 2 inches (50 mm) o.c. from each corner. 3.2 ADJUSTING AND CLEANING A. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work,including hollow metal work that is warped,bowed,or otherwise unacceptable. B. Prime-Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air-drying,rust-inhibitive primer. C. Metallic-Coated Surfaces: Clean abraded areas and repair with galvanizing repair paint according to manufacturer's written instructions. END OF SECTION 081113 HOLLOW METAL DOORS AND FRAMES 081 113 - Packet Page-1068- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 081416-FLUSH WOOD DOORS PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Solid-core doors with veneer faces. 2. Factory machining for hardware. 1.2 SUBMITTALS A. Product Data: For each type of door and pocket door frame. Include details of core and edge construction,and trim for openings. Include factory-finishing specifications. B. Shop Drawings: Indicate location, size, and hand of each door; elevation of each kind of door; construction details not covered in Product Data; location and extent of hardware blocking; and other pertinent data. 1. Indicate dimensions and locations of cutouts. 2. Indicate doors to be factory finished and finish requirements. 1.3 QUALITY ASSURANCE A. Source Limitations: Obtain flush wood doors through one source from a single manufacturer. B. Quality Standard: In addition to requirements specified, comply with WDMA I.S.1-A, "Architectural Wood Flush Doors." 1.4 DELIVERY,STORAGE,AND HANDLING A. Comply with requirements of referenced standard and manufacturer's written instructions. B. Mark each door on top and bottom rail with opening number used on Shop Drawings. 1.5 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install doors until building is enclosed, wet work is complete, and HVAC system is operating and will maintain temperature and relative humidity at occupancy levels during the remainder of the construction period. 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form, signed by manufacturer, Installer, and Contractor, in which manufacturer agrees to repair or replace doors that are defective in materials or workmanship,have warped(bow,cup,or twist),or show telegraphing of core construction in face veneers. FLUSH WOOD DOORS 481416-1 Packet Page-1069- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Warranty shall also include installation and finishing that may be required due to repair or replacement of defective doors. 2. Warranty shall be in effect during the following period of time from date of Substantial Completion: a. Solid-Core Interior Doors: Manufacturer's standard warranty. PART 2-PRODUCTS 2.1 SOLID-CORE WOOD DOORS A. Available Manufacturers: Subject to compliance with requirements,manufacturers offering products that may be incorporated into the Work include,but are not limited to,the following: I. Flush Wood Doors: a. Algoma Hardwoods Inc. b. Eggers Industries;Architectural Door Division. c. Marshfield Door Systems 2.2 DOOR CONSTRUCTION,GENERAL A. Low-Emitting Materials: Provide doors made with adhesives and composite wood products that do not contain added urea formaldehyde. B. Particleboard-Core Doors: 1. Particleboard: ANSI A208.1, Grade LD-1 or Grade LD-2,made with binder containing no added urea-formaldehyde resin. 2. Blocking: Provide wood blocking in particleboard-core doors as needed to eliminate through- bolting hardware. C. Interior Doors for Transparent Finish: 1. Grade: Premium,with Grade A faces. 2. Species:Red oak. 3. Cut: Plain sliced. 4. Match between Veneer Leaves: Book match. 5. Assembly of Veneer Leaves on Door Faces: Running match. FLUSH WOOD DOORS 081416-2 Packet Page-1070- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 6. Exposed Vertical and Top Edges: Same species as faces. 7. Core: Particleboard. 8. Construction: Five plies. Stiles and rails are heat bonded to core,then entire unit abrasive planed before veneering, D. Particleboard Cores: Comply with the following requirements: 1. Particleboard: ANSI A208.1,Grade 1-LD-2. 2. Blocking: Provide wood blocking in particleboard-core doors as needed to eliminate through- bolting hardware. 2.3 LIGHT FRAMES A. Metal Frames for Light Openings: Manufacturer's standard frame formed of 0.0478-inch- thick, cold- rolled steel sheet:factory primed. 1. Jamb: Split jamb with zinc coated steel sides and back. 2.4 FABRICATION A. General:Fabricate doors in sizes indicated for Project-site fitting. 1. Factory fit doors to suit frame-opening sizes indicated,with the following uniform clearances and bevels,unless otherwise indicated: B. Clearances:Additional means of gap covering shall be provided where either code required or the room use dictates privacy. 1. Non-Fire-Rated Doors: Not more than 1/8 inch at jambs and heads, and not more than 1/8 inch between meeting stiles of pairs of doors;3/4 inch at bottom unless otherwise indicated. C. Machining:Factory machine doors for hardware that is not surface applied. Locate hardware to comply with DHI-WDHS-3. Comply with final hardware schedules, door frame Shop Drawings,DHI A115-W series standards,and hardware templates. 1. Coordinate measurements of hardware mortises in metal frames to verify dimensions and alignment before factory machining. D. Openings: Cut and trim openings through doors to comply with applicable requirements of referenced standards for kind(s)of door(s)required. 1. Light Openings: Trim openings with moldings of material and profile indicated. FLUSH WOOD DOORS 081416-3 Packet Page-1071- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2.5 FACTORY FINISHING A. General: Comply with AWI's "Architectural Woodwork Quality Standards Illustrated" for factory finishing. 1. Finish doors at factory. B. Wood Veneer Faced Doors-Transparent Finish: 1. Grade: Premium. 2. Finish: AWI TR-4 conversion varnish system. 3. Sheen Level: 60 percent. PART 3-EXECUTION 3.1 EXAMINATION A. Examine doors and installed door frames before hanging doors. 1. Verify that frames comply with indicated requirements for type, size, location, and swing characteristics and have been installed with level heads and plumb jambs. 2. Reject doors with defects. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Hardware: For installation,see Section 087100"Door Hardware." B. Manufacturer's Written Instructions: Install doors to comply with manufacturer's written instructions, referenced quality standard,and as indicated. C. Job-Fitted Doors: Align and fit doors in frames with uniform clearances and bevels as indicated below, do not trim stiles and rails in excess of limits set by manufacturer. Machine doors for hardware. Seal cut surfaces after fitting and machining. 1. Clearances: Provide 1/8 inch at heads,jambs,and between pairs of doors. Provide 1/8 inch from bottom of door to top of decorative floor finish or covering. Where threshold is shown or scheduled,provide 1/4 inch from bottom of door to top of threshold. 2. Bevel non-fire-rated doors 1/8 inch in 2 inches at lock and hinge edges. D. Factory-Finished Doors: Restore finish before installation if fitting or machining is required at Project site. FLUSH WOOD DOORS 081416-4 Packet Page-1072- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 3.3 ADJUSTING A. Operation: Rehang or replace doors that do not swing or operate freely. B. Finished Doors: Replace doors that are damaged or do not comply with requirements. Doors may be repaired or refinished if work complies with requirements and shows no evidence of repair or refinishing. END OF SECTION 081416 FLUSH WOOD DOORS 081416-5 Packet Page-1073- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 087100-DOOR HARDWARE PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Commercial door hardware. 2. Card key access door hardware. 3. Secured door hardware. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Details of electrified door hardware, including wiring diagrams. C. Product certificates. D. Other Action Submittals: 1. Door Hardware Sets: Prepared by or under the supervision of Installer or Architectural Hardware Consultant, detailing fabrication and assembly of door hardware, as well as procedures and diagrams. a. Format: Use same scheduling sequence and format as in the Contract Documents. b. Content: Include the following information: 1) Identification number, location, hand, fire rating, and material of each door and frame. 2) Type,style,function,size,quantity,and finish of each door hardware item. 2. Keying Schedule: Prepared by or under the supervision of Installer or Architectural Hardware Consultant,detailing Owner's final keying instructions for locks. 1.3 QUALITY ASSURANCE A. Provide all hardware needed for a complete and proper installation including but not limited to locks, levers, pulls, exit devices, closers, butts, weather-stripping, astragals, coordinators, door holders, kick plates,push plates and silencers. B. All hardware shall be non-ferrous. 1. Plain or painted steel is not acceptable. C. Installer Qualifications: An employer of workers trained and approved by lock manufacturer. DOOR HARDWARE 087100- 1 Packet Page-1074- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Installer's responsibilities include supplying and installing door hardware and providing a qualified Architectural Hardware Consultant available during the course of the Work to consult with Contractor,Architect, and Owner about door hardware and keying. D. Architectural Hardware Consultant Qualifications: A person who is currently certified by DHI as an Architectural Hardware Consultant and who is experienced in providing consulting services for door hardware installations that are comparable in material, design, and extent to that indicated for this Project. E. Source Limitations: Provide electrified door hardware from same manufacturer as mechanical door hardware,unless otherwise indicated. Manufacturers that perform electrical modifications and that are listed by a testing and inspecting agency acceptable to authorities having jurisdiction are acceptable. F. Fire-Rated Door Assemblies: Assemblies complying with NFPA 80 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire ratings indicated,based on testing according to NFPA 252. 1. Test Pressure: Test at atmospheric pressure. G. Approved manufacturers are Schlage, LCN, Von Duprin, Desco, Hager, Ives, Rockwood, and Pemko unless otherwise noted as No Substitution. 1. Locks shall be Schlage interchangeable core cylinders, #20-740 "Primus"High-Security Cores,no substitutions.Keyed to match County keying system. Standard keyway shall be 6-pin Everest C145 for new master key systems and C123 for stock keys. 2. Standard locksets and lever-sets shall be Schlage D series. Use L Series where required for security or other program requirements. 3. Standard closers shall be LCN model 4041 Super Smoothie series no substitutions. Adjust to meet ADA and FAC requirements. 4. Exit Devices shall be Von Duprin,model 99 unless approved otherwise by Owner. 5. Exterior threshold shall be Pemko 2005 with raised vinyl seal, or exact equal. Saddle- type thresholds at exterior locations shall NOT be permitted. H. Minimum hardware standards: 1. Provide Grade 1 hardware 2. All hardware shall be ADA compliant. I. Adjust hardware for proper operation,including adjustment of levers and closers to comply with ADA and Florida Accessibility Code requirements. J. Check adjustments after 90 days use and readjust as needed. 1.4 DELIVERY, STORAGE,AND HANDLING A. Deliver keys to manufacturer of key control system for subsequent delivery to Owner. DOOR HARDWARE 087100-2 Packet Page-1075- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1.5 COORDINATION A. Templates: Distribute door hardware templates for doors, frames, and other work specified to be factory prepared for installing door hardware. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Three years min. from date of Substantial Completion. PART 2-PRODUCTS 2.1 SCHEDULED DOOR HARDWARE A. General: Provide door hardware for each door to comply with requirements in this Section and door hardware sets indicated in door and frame schedule. 1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, named manufacturers'products and products complying with BHMA standard referenced. 2.2 HINGES, GENERAL A. Template Requirements: Except for hinges and pivots to be installed entirely(both leaves) into wood doors and frames,provide only template-produced units. B. Hinge Base Metal: Unless otherwise indicated,provide the following: 1. Exterior Hinges: Stainless steel,with stainless-steel pin. 2. Interior Hinges: Stainless steel,with stainless-steel pin. 3. Hinges for Fire-Rated Assemblies: Stainless steel,with stainless-steel pin. C. Nonremovable Pins: Provide set screw in hinge barrel that, when tightened into a groove in hinge pin, prevents removal of pin while door is closed; for outswinging exterior doors and outswinging corridor doors with locks. D. Fasteners: Comply with the following: 1. Machine Screws: For metal doors and frames. Install into drilled and tapped holes. 2. Wood Screws: For wood doors and frames. 3. Threaded-to-the-Head Wood Screws: For fire-rated wood doors. 4. Screws: Phillips flat-head;machine screws(drilled and tapped holes)for metal doors and wood screws for wood doors and frames. Finish screw heads to match surface of hinges. DOOR HARDWARE 087100-3 Packet Page-1076- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2.3 HINGES A. Butts and Hinges: BHMA A156.1. B. Template Hinge Dimensions: BHMA A 156.7. C. Manufacturers:Basis of Design 1. Hager Companies(HAG). 2.4 LOCKS AND LATCHES,GENERAL A. Accessibility Requirements: Provide operating devices that do not require tight grasping, pinching,or twisting of the wrist and that operate with a force of not more than 5 lbf(22 N). B. Latches and Locks-for Means of Egress Doors: Comply with NFPA 101. Latches shall not require more than 15 lbf(67 N) to release the latch. Locks shall not require use of a key, tool, or special knowledge for operation. C. Electrified Locking Devices: BHMA A156.25. D. Lock Trim: 1. Levers: 2. Dummy Trim: Match lever lock trim and escutcheons. E. Lock Throw: Comply with testing requirements for length of bolts required for labeled fire doors. F. Backset: 2-3/4 inches(70 nun),unless otherwise indicated. G. Strikes: Manufacturer's standard strike with strike box for each latchbolt or lock bolt, with curved lip extended to protect frame,finished to match door hardware set. 2.5 MECHANICAL LOCKS AND LATCHES A. Lock Functions: Function numbers and descriptions indicated in door hardware sets comply with the following: 1. Mortise Locks: BHMA A156.13. B. Mortise Locks: Stamped steel case with steel or brass parts;BHMA A156.13, Grade 1. 1. Manufacturers: Schlage-No Substitutions a. Schlage Commercial Lock Division;an Ingersoll-Rand Company(SCH). 2.6 LOCK CYLINDERS A. Manufacturers: Schlage-No Substitutions B. High-Security Lock Cylinders: BHMA A156.30 Grade 1 DOOR HARDWARE 087100-4 Packet Page-1077- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM C. Cylinders: Schlage's standard tumbler type,constructed from brass or bronze,stainless steel, or nickel silver, and complying with the following: 1. Number of Pins: Six. 2. High-Security Grade: BHMA A156.5, Grade 1A, listed and labeled as complying with pick-and drill-resistant testing requirements in UL 437(Suffix A). D. Permanent Cores: Manufacturer's standard; finish face to match lockset; with interchangeable cores,shall be Schlage 420-740 Primus High-Security Cores,No Substitutions. E. Construction Keying: Shall match Owner keying system.Comply with the following: 1. Construction Master Keys: Provide cylinders with feature that permits voiding of construction keys without cylinder removal. Provide 10 construction master keys. 2. Construction Cores: Provide construction cores that are replaceable by permanent cores. Provide 10 construction master keys. a. Furnish permanent cores to Owner for installation. F. Manufacturer:No Substitutions 1. Schlage Commercial Lock Division; an Ingersoll-Rand Company(SCH). 2.7 KEYING A. Keying System: Factory registered, complying with guidelines in BHMA A156.28, Appendix A. Incorporate decisions made in keying conference into key system. 1. Existing System: Master key or grand master key locks to Owner's existing system. B. Keys: Brass;permanently inscribed with a visual key control number and including the notation"DO NOT DUPLICATE." 1. Quantity: In addition to one extra key blank for each lock,provide three cylinder change keys and five grand master keys. 2.8 OPERATING TRIM A. Standard: BHMA A 156.6. B. Materials: Fabricate from brass,unless otherwise indicated. C. Manufacturers: 1. Hager Companies(HAG). 2. IVES Hardware; an Ingersoll-Rand Company(IVS). 3. Rockwood Manufacturing Company(RM). DOOR HARDWARE 087100-5 Packet Page-1078- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2.9 ACCESSORIES FOR PAIRS OF DOORS A. Carry-Open Bars: Provide carry-open bars for inactive leaves of pairs of doors unless automatic or self-latching bolts are used. 1. Material: Polished brass or bronze,with strike plate. 2.10 CLOSERS A. Accessibility Requirements: Comply with the following maximum opening-force requirements: 1. Interior,Non-Fire-Rated Hinged Doors: 5 lbf(22.2 N)applied perpendicular to door. 2. S1Fire Doors: Minimum opening force allowable by authorities having jurisdiction. B. Door Closers for Means of Egress Doors: Comply with NFPA 101. Door closers shall not require more than 30 lbf(133 N)to set door in motion and not more than 15 lbf(67 N) to open door to minimum required width. C. Hold-Open Closers/Detectors: Coordinate and interface integral smoke detector and closer device with fire alarm system. D. Flush Floor Plates: Provide finish cover plates for floor closers unless thresholds are indicated. Match door hardware finish,unless otherwise indicated. E. Recessed Floor Plates: Provide recessed floor plates with insert of floor finish material for floor closers unless thresholds are indicated. Provide extended closer spindle to accommodate thickness of floor finish. F. Size of Units: Unless otherwise indicated, comply with manufacturer's written recommendations for size of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Provide factory-sized closers, adjustable to meet field conditions and requirements for opening force. G. Surface Closers: BHMA A156.4 Grade 1. Provide type of arm required for closer to be located on non-public side of door,unless otherwise indicated. 1. Manufacturer:No Substitutions a. LCN Closers;an Ingersoll-Rand Company(LCN). b. Model:LCN 4041 Super smoothie series with ADA adjustments 2.11 PROTECTIVE TRIM UNITS A. Size: 1-1/2 inches (38 mm) less than door width on push side and 1/2 inch (13 mm) less than door width on pull side,by height specified in door hardware sets. B. Metal Protective Trim Units: BHMA A156.6; beveled top and 2 sides; fabricated from the following material: 1. Material: 0.050-inch-(1.3-mm-)thick aluminum. DOOR HARDWARE 087100-6 Packet Page-1079- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Manufacturers: a. Hager Companies(HAG). b. IVES Hardware;an Ingersoll-Rand Company(IVS). c. Rockwood Manufacturing Company(RM). 2.12 STOPS AND HOLDERS A. Stops and Bumpers: BHMA A 156.16,Grade 1 I. Provide floor stops for doors unless wall or other type stops are scheduled or indicated. Do not mount floor stops where they will impede traffic. Where floor or wall stops are not appropriate,provide overhead holders. B. Mechanical Door Holders: BHMA A156.16,Grade 1. C. Combination Floor and Wall Stops and Holders: BHMA A156.8,Grade 1 D. Combination Overhead Stops and Holders: BHMA A156.8 Grade 1 E. Silencers for Door Frames: BHMA A 156.16, Grade 1; neoprene or rubber; fabricated for drilled-in application to frame. F. Manufacturers: 1. Hager Companies(HAG). 2. IVES Hardware;an Ingersoll-Rand Company(IVS). 3. Rockwood Manufacturing Company(RM). 2.13 DOOR GASKETING A. Standard: BHMA A 156.22. B. General: Provide continuous weather-strip gasketing on exterior doors and provide smoke, light, or sound gasketing on interior doors where indicated or scheduled. Provide noncorrosive fasteners for exterior applications and elsewhere as indicated. 1. Perimeter Gasketing: Apply to head and jamb,forming seal between door and frame. 2. Meeting Stile Gasketing: Fasten to meeting stiles, forming seal when doors are closed. 3. Door Bottoms: Apply to bottom of door, forming seal with threshold when door is closed. C. Smoke-Labeled Gasketing: Assemblies complying with NFPA 105 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for smoke- control ratings indicated,based on testing according to UL 1784. 1. Provide smoke-labeled gasketing on 20-minute-rated doors and on smoke-labeled doors. D. Sound-Rated Gasketing: Assemblies that are listed and labeled by a testing and inspecting agency,for sound ratings indicated,based on testing according to ASTM E 1408. DOOR HARDWARE 087100-7 Packet Page-1080- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM E. Replaceable Seal Strips: Provide only those units where resilient or flexible seal strips are easily replaceable and readily available from stocks maintained by manufacturer. F. Gasketing Materials: ASTM D 2000 and AAMA 701/702. G. Manufacturers: 1. Hager Companies(HAG). 2. Pemko Manufacturing Co.(PEM). 2.14 THRESHOLDS A. Standard: BHMA A156.21. B. Accessibility Requirements: Bevel raised thresholds with a slope of not more than 1:2. Provide thresholds not more than 1/2 inch(13 mm)high. C. Thresholds for Means of Egress Doors: Comply with NFPA 101. Maximum 1/2 inch(13 mm) high. D. Manufacturers: 1. Pemko Manufacturing Co. (PEM). 2. Model: Pemko 2005 with raised vinyl seal a. Not flush or saddle-type at exterior locations 2.15 MISCELLANEOUS DOOR HARDWARE A. Boxed Power Supplies: Modular unit in NEMA ICS 6, Type 4 enclosure; filtered and regulated; voltage rating and type matching requirements of door hardware served; and listed and labeled for use with fire alarm systems. B. Auxiliary Hardware: BHMA A 156.16 Grade 1 unless Grade 2 is indicated 1. Manufacturers: a. Hager Companies(HAG). b. Rockwood Manufacturing Company(RM). 2.16 FABRICATION A. Base Metals: Produce door hardware units of base metal, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA A156.18. Do not furnish manufacturer's standard materials or forming methods if different from specified standard. B. Fasteners: Provide screws according to commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat-head screws with finished heads to match surface of door hardware,unless otherwise indicated. DOOR HARDWARE 087100 -8 Packet Page-1081- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Comply with NFPA 80 for fasteners of door hardware in fire-rated applications. C. Finishes: BHMA A156.18,as indicated in door hardware sets. PART 3 -EXECUTION 3.1 INSTALLATION A. Steel Doors and Frames: Comply with DHI A115 Series. Drill and tap doors and frames for surface-applied door hardware according to ANSI A250.6. B. Wood Doors: Comply with DHI Al 15-W Series. C. Mounting Heights: Mount door hardware units at heights indicated as follows unless otherwise indicated or required to comply with governing regulations. 1. Standard Steel Doors and Frames: DHI's "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames." 2. Custom Steel Doors and Frames: DHI's "Recommended Locations for Builders' Hardware for Custom Steel Doors and Frames." 3. Wood Doors: DHI WDHS.3, "Recommended Locations for Architectural Hardware for Wood Flush Doors." D. Install each door hardware item to comply with manufacturer's written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work specified in Division 09 Sections. Do not install surface-mounted items until finishes have been completed on substrates involved. E. Key Control System: Tag keys and place them on markers and hooks in key control system cabinet,as determined by final keying schedule. F. Boxed Power Supplies: Locate power supplies as indicated or, if not indicated, above accessible ceilings. Verify location with Architect. 1. Configuration: Provide one power supply for each door opening. 2. Configuration: Provide the least number of power supplies required to adequately serve doors with electrified door hardware. G. Thresholds: Set thresholds for exterior and acoustical doors in full bed of sealant complying with requirements specified in Division 07 Section"Joint Sealants." H. Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. DOOR HARDWARE 087100-9 Packet Page-1082- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Door Closers: Unless otherwise required by authorities having jurisdiction,adjust sweep period so that, from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches(75 mm) from the latch, measured to the leading edge of the door. 3.2 FIELD QUALITY CONTROL A. Independent Architectural Hardware Consultant: Owner will engage a qualified independent Architectural Hardware Consultant to perform inspections and to prepare inspection reports. 3.3 HARDWARE SCHEDULE A. See Drawings for Door Schedule B. Door Hardware must comply with 1.3 Quality Assurance and Owner no substitution requirements. END OF SECTION 087100 DOOR HARDWARE 087100- 10 Packet Page-1083- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 092216-NON-STRUCTURAL METAL FRAMING PART 1 -GENERAL 1.1 SUMMARY A. This Section includes non-load-bearing steel framing members for the following applications: 1. Interior framing systems(e.g., supports for partition walls,framed soffits,furring,etc.). 2. Interior suspension systems(e.g.,supports for ceilings, suspended soffits,etc.). 1.2 SUBMITTALS A. Product Data: For each type of product indicated. 1.3 QUALITY ASSURANCE A. Sound Transmission Characteristics: For STC-rated assemblies that incorporate non-load-bearing steel framing,provide materials and construction identical to those tested in assembly indicated according to ASTM E 90 and classified according to ASTM E 413 by an independent testing agency. PART 2-PRODUCTS 2.1 NON-LOAD-BEARING STEEL FRAMING,GENERAL A. Recycled Content of Steel Products: Provide products with average recycled content of steel products such that postconsumer recycled content plus one-half of preconsumer recycled content is not less than 10 percent. B. Framing Members,General: Comply with ASTM C 754 for conditions indicated. 1. Steel Sheet Components: Comply with ASTM C 645 requirements for metal, unless otherwise indicated. 2. Protective Coating: ASTM A 653/A 653M,G40,hot-dip galvanized zinc coating. 2.2 SUSPENSION SYSTEM COMPONENTS A. Tie Wire: ASTM A 641/A 641M, Class 1 zinc coating, soft temper, 0.0625-inch- diameter wire, or double strand of 0.0475-inch-diameter wire. B. Hanger Attachments to Concrete: 1. Anchors: Fabricated from corrosion-resistant materials with holes or loops for attaching wire hangers and capable of sustaining, without failure, a load equal to 5 times that imposed by construction as determined by testing according to ASTM E 488 by an independent testing agency. a. Type: Cast-in-place anchor, designed for attachment to concrete forms or postinstalled, chemical anchor. NON-STRUCTURAL METAL FRAMING 092216- 1 Packet Page-1084- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Powder-Actuated Fasteners: Suitable for application indicated,fabricated from corrosion-resistant materials with clips or other devices for attaching hangers of type indicated, and capable of sustaining,without failure,a load equal to 10 times that imposed by construction as determined by testing according to ASTM E 1190 by an independent testing agency. C. Wire Hangers: ASTM A 641/A 641M,Class 1 zinc coating,soft temper,0.162-inch diameter. D. Carrying Channels: Cold-rolled,commercial-steel sheet with a base-metal thickness of 0.0538 inch and minimum 1/2-inch-wide flanges. 1. Depth: As indicated on Drawings. E. Furring Channels(Furring Members): 1. Cold-Rolled Channels: 0.0538-inch bare-steel thickness, with minimum 1/2-inch- wide flanges, 3/4 inch deep. 2. Steel Studs: ASTM C 645. a. Minimum Base-Metal Thickness: 25 gauge. b. Depth: As indicated on Drawings. 3. Hat-Shaped,Rigid Furring Channels: ASTM C 645,7/8 inch deep. a. Minimum Base Metal Thickness: 0.0179 inch. 4. Resilient Furring Channels: 1/2-inch-deep members designed to reduce sound transmission. a. Configuration: Asymmetrical or hat shaped. F. Grid Suspension System for Ceilings: ASTM C 645, direct-hung system composed of main beams and cross-furring members that interlock. 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include,but are not limited to,the following: a. Armstrong World Industries,Inc.;Drywall Grid Systems. b. USG Corporation;Drywall Suspension System. 2.3 STEEL FRAMING FOR FRAMED ASSEMBLIES A. Steel Studs and Runners: ASTM C 645. 1. Minimum Base-Metal Thickness: 25 gauge. B. Slip-Type Head Joints: Where indicated,provide one of the following: 1. Single Long-Leg Runner System: ASTM C 645 top runner with 2-inch-deep flanges in thickness not less than indicated for studs, installed with studs friction fit into top runner and with continuous bridging located within 12 inches of the top of studs to provide lateral bracing. 2. Double-Runner System: ASTM C 645 top runners, inside runner with 2-inch- deep flanges in thickness not less than indicated for studs and fastened to studs,and outer runner sized to friction fit inside runner. NON-STRUCTURAL METAL FRAMING 092216-2 Packet Page-1085- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 3. Deflection Track: Steel sheet top runner manufactured to prevent cracking of finishes applied to interior partition framing resulting from deflection of structure above; in thickness not less than indicated for studs and in width to accommodate depth of studs. a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include,but are not limited to,the following: 1) Dietrich Metal Framing;Interior(Drywall)Deflection Track Systems 2) Steel Network Inc.(The);VertiClip SLD or VertiTrack VTD Series. 3) Superior Metal Trim;Superior Flex Track System(SFT). C. Flat Strap and Backing Plate: Steel sheet for blocking and bracing in length and width indicated. 1. Minimum Base-Metal Thickness: 0.0179 inch. D. Cold-Rolled Channel Bridging: 0.0538-inch bare-steel thickness,with minimum 1/2-inch-wide flanges. 1. Clip Angle: Not less than 1-1/2 by 1-1/2 inches,0.068-inch-thick,galvanized steel. E. Hat-Shaped,Rigid Furring Channels: ASTM C 645. 1. Minimum Base Metal Thickness: 0.0179 inch. 2. Depth: As indicated on Drawings. F. Resilient Furring Channels: 1/2-inch-deep,steel sheet members designed to reduce sound transmission. 1. Configuration: Asymmetrical or hat shaped. G. Cold-Rolled Furring Channels: 0.0538-inch bare-steel thickness,with minimum 1/2-inch-wide flanges. 1. Depth: As indicated on Drawings. 2. Furring Brackets: Adjustable, corrugated-edge type of steel sheet with minimum bare-steel thickness of 0.0312 inch. 3. Tie Wire: ASTM A 641/A 641M,Class 1 zinc coating, soft temper, 0.0625-inch-diameter wire, or double strand of 0.0475-inch-diameter wire. H. Z-Shaped Furring: With slotted or nonslotted web,face flange of 1-1/4 inches,wall attachment flange of 7/8 inch, minimum bare-metal thickness of 0.0179 inch, and depth required to fit insulation thickness indicated. 2.4 AUXILIARY MATERIALS A. Fasteners for Metal Framing: Of type, material, size, corrosion resistance, holding power, and other properties required to fasten steel members to substrates. B. Isolation Strip at Exterior Walls: Provide the following: 1. Asphalt-Saturated Organic Felt: ASTM D 226,Type I(No. 15 asphalt felt),nonperforated. 2. Foam Gasket: Adhesive-backed, closed-cell vinyl foam strips that allow fastener penetration without foam displacement, 1/8 inch thick,in width to suit steel stud size. NON-STRUCTURAL METAL FRAMING 092216-3 Packet Page-1086- 10/22/2013 16.D.4. e WI -1 valaolj'AiNno3a3moo ! j V.1 o �I IA S W , WO02i NOI10311O0 32Nd 0 0 $ Z . t1 ¢ice 1 s gi g 9 a — 1,I?F .a. Fps S1N3W3AOZIdINI i a N p g i PI p �� W �a`d0?J OIOtl�I}A.I.I�I�dd � I ? W th g 0 5 � BS .. m ¢an ! E Al $ u B 2 = a W 3 2I3dSNY i1 Zf3ON3SSdd 1 v � e`z � I ; � � �;�` J $� � g=3 � y C 1 u 2 -a 1ISNVLI1 Y3tfd 2I3f11O3 i ; ; 4l 2.. !=1 ! i , I I ! I I-1 ,d a Mil II _ i i I N 'z w. 2 get z� I,g ' Ie , 1e , 1— a 2 v ,A i't /� o o v a le W 1 S 11.r11_ J Z 0 u.° O S :,: 1,1 I , g g ale Ig 4 4 a alai «t liti WaV Z ■. :1i,.,;:s-: ! r- t Ct W W i . W J U p -: i y1 I ? . ZV - 1I W -� L I ' H la ; J O Vii 1 y -roe ,- a N ! W y J f 3 5 L 1u L N R gI i C } 1I z F- n0 I d —� O tl ay k I a Z Z �A a W tip, Z ; R 911 as a aI II N 5 - .2 s r — °O 1i ig f a a9P ; gI1R11 y9 1 p� I s yY1 3 R g� 3 i 1 a I Y g7 I -- a E N op E; '� a �1 9zfi d iL . °: a 9"' 3 pg P S �l 1 V 3i a 11 el .H. 4 R a III 1il at i k !Is i li 1 141 1 Y ' ,` i. S 1 z3 i 5 1k x 'k ;0Y i s `E O 1 i 8,� ;9 g! a ii -.x n 4! §2 z -gA•, u 1 I a ' . p4 ; 111 X s 5 g �F }=gg 3 ;II Ey ;0; c q IN ' Ea; �1 E g W as iE : ! at; is It 155s- 0• i 115 4 4 4 o W i '; s5 1 i- Is ( ai i ° 5 a, ce ai ; t Pali lel } SS 2 a ' 1 al :i L ! i ,1 E lit, i 94 5 9 4 la' S. Li k 1P5; ! !4 i e ie9 ;2 s F 3 f 'I8 1 z !1 g y I; s !ili }°_ F 1 1 i 5 O V 9 1 •r 5 �. 9 . 111 I l` i C (A ea; .F E !3a.0,2 a. R� F„ [� C G ;la; r- gx! .4. I:. E C H tY 1 N � �� F a � f"?arE.. 1 2 5 a� L _t-"s 2 �� xF 5 9 $# E14 f 1 i is1 neg a 101 tick'i E q7Rq H ) '"` i oI aW z 441 15' S $ 63 kg - g t Z ql g E K q fie le. 5" 51 `:yo pli.6 1 l i S m 9 0 i1 2 f.P o' `i7 '0 S ill E 1 3�! e P— IHt 4 _ .a fi,t fi 21u ge s 5 in s - ° i G r pa:i gk 4 s „1 i s 3 6 1l V 1E� ; ;y �y itg yb. .a ;� s ,q 4 Ya$a #! I 4.. §.' 1g:. q , 0 iii 1a .f W ; e? as 3* ip k � �"E` �a. � � � O gg Y _ y .�g . y"s3E 3 �_g Rfi Sim 3 E. § i av E l gee E ; ?i Ralf 1 A f§ .!� ' 8 O :;k 4 ;i 0 hi qa ''- a} ;4! i y10wi N! i'! 1 3 tE W kE Yf !O 4 01 i W . F m 3 4 4 a g33 W 'i f SSE° a �� A d � ° y 13a i! �'# '� �3�g k + € 1$1 pry 5k Ell aY a7 z e sa 31 1 # I 4 a g r a 5% 5� �1 E= E $e s gYga 5" it a 11° a� ' a5g '°' °a 4e s ; k Gg e- me I ata�ggi iEF k PP N : •1i li g l $° i `i Es 9 R 3 Z 1 . g Z Ora e 8 i$W V:? t Eng e 1 ELE y'ig 1rd 5g Pi iii 1�y , 15.= yes 13 W YagsN$; ti Y2 ifi q; 4; 9ii 1$ & i� s gig a ° S�,2 a R H rt5 '� p 9E r 9-;A, 33A q i z AqR c . W "SSS '� : Yfa !II %iR .4�. e� la tiX. 5{8f`Yi1 i�p4 (Xa lh __$aR Y9 d9u 7A W 9�rk- fl� 7. 6� �n � � : ► 9° tl y 12 A 3 ® f CD II 1 I .4 1. '9 t h !R, . YY a "PA _ d a c $ if; sb A If s s7 21F W r3a ` 1W . !66 fx.ga _ 3p01011 a 2r5_IA4 LIN3 ,I1 a 7 ill , 11} -A,04c j, s, z y g ',5;5c ` f1 q h05141 9 a`gC vk a.'Iar , PEA" F' Eg 4,Iiii 1,04X0= g'1; "'Aii.s 6§01 1 ig; liiiA''ny:fy9 i ?€se abdda g €321s:c14iie� I : asai.a as !lin toiaan....i N 4 ' qq tm ti a5 4h n :yak«eke fi w� 3t 9�oE= a iy� �Y4 x. fA:?9 P Q e 34 .q t_E s933�` 144s t4:6A`s4 s6aada5'6fle4i.[E` BYterf .Ck�Yti Yi[g'tS dYi� i F.. Ag as I— i 2 x@ .L‹ Z a 1 Z R4 y Gi EF �lg,14, ill e s „} ,. iogggi9cl ,01 >1 aka g1 i W 2li •' T ahi=4 1e. : _ � 1, k 5 � �ifa C $1l$`.--:hiiih5 : Is tii"h 110.11 1 � 311t 1 a3E111i W?: �.! s5 .1l1lfna i°s f _ s, I4t.151 tat IS I > Q `� ! as a -a a fig$ c 5 ,a-;.-q'-;,.a 41asa a± as .1, as 15;.;-' iex 4��5 G 5�YY: °�°Y°9.E.$ .t"i:g?`ss 'ioDaaacD$ d a$�Rt s� 83kaaa� s.aeds933ze WN I....D il.-.u...nm 1VO 1.i 0711/ .0 DP+.11~M Packet Page-1087- -- 10/22/2013 16.D.4. `w _ VOIao1d'uNnoD a;moo , , j Ill k ¢ Q s c �' IfdOO NOLLO3T100 32 fd i j !g 2 $3 #ia2 ,os MLLE SiN3W3AO2ldNI 9 d En P a) a :1 6m NWT .. tab'02I Oia1�211 A111IJt/d al 13 s12 I' t �z i 2I3dSNV I12I3JN3SSVd a k I G/ is C IF, N 1ISNYN.L V32ib 213IT1OO III . I = - 1 1 a i s la Ii IIII 11 }!}O If 2i it if, !,1. W it it z i� 1. i Z en I _ g I 3 O I U V f _ it= o r Q� a � �r 4� o,. IF MIME ' 31111111100 • t [ y U Et � U� y rTh rl a 1 ,,A 4 w[[[(1 MMJ[gY[eWM0[I1111p{45.70OIpitl['J I[+T[r[M:p Packet Page-1088- j 10/22/2013 16.D.4. cif _J Vaia01A'AiN1100 23311100 � ' w Q r W0021 N011931100 32!�f4 !, g S; 1 I a z <� ; z 3 Q ? A � ��- iLL� S.LN3W3AOadWI 91 j � ' ga - I1 �: a raid', al : i a - i5ea M 11 C$8 Ngig W tavoa°lava)All-110V� ; ; ! 1 i it 1g U _ - It }-r #� � 8 i 61" ! a3ISNVal ZI3ON3SSYd a I ' I ; 11 g 9/ _ F W , �; o llSNdal v3at(a31��O3 1 23 g i s) iii I5 4III ! I 1 ' t"IR I 1 , i ,. gr& a I. lit,1 i i 235 g d A ..-."7-.1 i,ill I 1 i g • I ill LP Y t 9E$ Y[[ alil am qµf �rl iQ o li 1" ,,`„i� �r gg QQ 1`.ei.. (vk N Y 2 o i z a ...._ . .... a ... - - A a/ O I a rTh ! Z I 111 U) It n w S6 J ti) (j? J4 n ti ._..... . 81 I C I � 1 Packet Page-1089- 10/22/2013 16.D.4. a § daIao1d'AINnoo a2n-1oo j $ o f N 8 LL z a i A MOH N011031100 3tltifd a a Z s M A — ga �o S1NJIN3A0NdWI d E <c' '-'-`152- (adoJ olavu)IJJ1I3vd 11 ; 11 2! ¢1 q � i e 5= §. �— � � 2� �<� a3dSNd2I1a3JN3SS1/d 1" -1 ff` 8 i C U § Z a 11SNILIl 1d311V 1:13n'1OO .H , I . 1� g LL ; a s . EI g43s i g g g r—i a; g .96' *is r �s a i I, piss gi ;is p i g s I L tlII � � I� YI e>a >r I � _.i. Iysig BE � � s�iv 5 z— MI q E B O _ �� i 19 1 1 i 8 1 i a i�`. �i M 'ki_ y!€,7'v t wsgli 1 '11 I ;4 J!ki!I p AI riD y6I . 3 ' 1 T. ` ?110) O ''"79 Q 8 - e o ' . .._8, ws , h L, I w$ ' ��; 1 1 �'- 71:)-: r_ _ 1. 11 i Illi e-Ad s!°Ea gIh A ,�_,� !Ill a i F--I ., Ids! 11 in, °ISy O / / // /a h _ y 5 , I ' ' .P I 1 . r/I. 4 g \ 1 o o ea °a I I w --- 1 t- `l I I -- l I n \\ w i -- a 1 11 w 7 l i a 7— r GI� R I I •I ga / a �J 1 1 . I/ 1 7 __ L_____ \ _11II Z; / i b p' : i s I ! 1 / i .1... I T _1�T J W w 9 SPA sy ' iG i i . • '4 ?I S wpL^'lu1�p O.Y A '�R1Y'JIflOOIl OP 1wr.N',O Packet Page -1090- 10/22/2013 16.D.4. 1 (fl 0 . I g •••■ YCI12:101A',u.Nnoo 131-1-100 i I I la L., i S al 11 ill g Z it% i i § i,---•„. ., s § IN0021 NO11331100 3211f ' I I I 1... siOS SINMAGAOSMAII i 0.1 ',,i he Sa2§ 1 li i'g IQ N 3,-P 1 tavoti°lava)A1.1113Vd 22. tn-,11, ., I. :1.4 ; 1 8 V4 1 213ASNW:111:139N3STsid . 1 ! i J a, 1 1 I .1 < i ' 2 z o_ a 1 11SNWII V3NY N311100 • i §.a id E II ! ! I IA.' I I I I II I. I I . \ \ \I • \1 I / X \I 1 N \ N\\I P \ ' \ , \ - ,.. ,_i_., x] ,.. 47747 1 1 8 E 41 1 1 11 hi 1 ; 1 ■u j›! .I—ji ' ' CI 111 ; I 11 lie 1 S ., elil D i EP a i i E al 10 \ C m thi a g a n i i a , 0 —i Win a — .1 1 0 II 1 N.// La Nla a. i.. , .:1 %./ • IF. 4. 0 moo 4 0 1 :1411 G El PIN ® 0 , u, .,.._. . --; e. ,1 F.J..., (----■ ,L..) I • .11; N 11/ a w ..i,_ , EC 1 0 —1 X V ! ' , 1 F ilk i 4 ,I , 5 1 - Z 7 ' LIO I MI li di d i :7t. j C> ' `4) I di ; 28 86 1 III 1 ......n 0 x BI I 1110 -s • 0',",, h .11ql: 0 u I I 1 I I I I ' r1 . 1_ 'I 1 V N N II14 \ 1.1 I 1 ! 1 1 \ N 1 I li 11 i i , \ ____ , ,i 0 i n El . I \ ! n \I h 4 . I 5 1-1 It:.,,- z t 11 9 il . g g P PI I masa"swam* , co x i$ I Mall 1 III i,-, HUI ! , 4 .1 I; 4 P 1 Pir E i h Ei II 1 ; t 11 . lail ' -3!, 3_,.....,........... 11111. ; • UNE= 111Mb111111 Pi 1 s.4 „ Z i II 4, 0 go.tg g 1 I !I'•1 0 .--. 12. ' I.'s1 1 • ,1 UM IIIIIIIIIIIIIII 1 2 Ij'r,,'' N ' : :El 1 er - INS= II 7 m 1 11 ,1 1;I 1 , , 1 -I 1 III 00,011 Mil 0 °.-1 :11181" ll'Ziliir' ‘, ,. 1 4 ! .t. 0 • milk' nEil 'L, x, 1.33 '-- Z „,...,A ,-,, 0 ,,,,,,,..,... ,. , ,,.. •:. , ., mit! , / r_. 1 i, . ,.; ,„ it x III 1 -..r ( IRO P 5'' '; 1!`„*. .' 71 ',j li ii,- ---, =Li Te I ;zy, --X i"-. ; L .'. -.: ' '', i. 1 o . 0.1 ,- „ , 1 / A r.dirrii / U1 , NSESS ta: .4. . . . : / / !_1 ,. .„.i. L-b... 1 os <i'i) 411) I II (---,, I!- II, _ c....7, WM=1...C-11W ...1111.■10 1 Packet Page -1091- I 10/22/2013 16.D.4. voilo-u'AiNnoo 11100 1 i 1 i ; 5 .3 i g i Tli WOOS NO1133110 a Z IkP 0 gf moo 1;0 ,§L' i 19 SIN3W3A0UdWI 1 1 1 1 1 ; 11 I J I P A i d Pq re cr 1.`E u--2 i , lava otavli)A.U110VA °I , . g e s• 8 § I ,- ,..1. lei 1 H3ASNYE111:130N3SSIN .1 ! 1 [g:1 < & , I i _ 1 .LISNVILL 1/31:1V N3M03 Ai ' g it' - .1 , I 'Thi 4: 1 •-! T 1 11 ;8 %' . t .+, ! ... 11 i I , p ■■ / g a 1 g .! / .... i t z , rIves vl, ,' •ii8 .ig m ! ! gili Mg . .) Eh gi Al h8,611 .1 0 1 t i 11 ! I ( .... * i 1 i 1 g :: , / / . o i 144 :i)6 i g e g 1 1 * , i Oft ti9;1 i .2 ... 2 11 11 g '. P la I I\ i li 1 / /II / \ bi; gG la4 I g 4J4 • , 1 ...• ("4 , :* z ( . 0 ‘ __I-- z tgi/ i ; P i .• •,, cn MN= 1.7t 11911 I '•. ••• x iscorsow. 1 ? g, / •- - 0 a 40 - .1-1 -1=E__i_■IJ .J tif I I PA; 4:--- '',,:. al'.• 0 a i 1 ! •?..". v.-...-.7.6.--. 8 w Ap■Isic:doi 2:,;? tH._... ;; .fr_ _ z g. ® iiriim. .. . : ! el ..._.) (--.-..- --, .4•4 a, a ..... .......„.E., - ... ..... ./. , _ ,• , if 4 ..' e .___ ,......._.... 16/ •. ... ik-' - ..-...:.— (3) 1 Tr .....,_ ,• I it. ±-1 ,.. ..--1h • ..... 1/4til tli -\\ . ,..--..,... „ g ! 1 ?;i:1 .1. •- / 1 -, ! 4: / i ..') I ' : I ' 1 1!—-——....... i: -.■ a Va.:.g °V gt., IA 2 I. rd g . g IlliN ig I e,.I il 1 : -. ;4 '' ...... , i ,, 11 ::- ig . z 1 agat li i 0 IL i ,' ig . - El s o z . I i 1 i/H t ,, 119 1 I F : I ■ r i I '-, "' / i .: r/ / II I /\ .1,. 1.11 i • IZ., i A 0 1 ...., ' 0) / r-±-/--) , rn - <:r. r-- ..te, . _ 0 1 1 .. ii Z% . -; ririgi I / 1 1 I rgiZridir: 0 , :_--,) L7.- n- i , I. r 4,---.7---,.. .,-2 ''s i • S.P.TCPM.0-tlY-IMMOMPOI IVO 101.2111“0.00.9 1..14,0 Packet Page-1092- 10/22/2013 16.D.4. W 0" doiaold'usu1100 2!311100 o S ill � �fp, z WOO2!NO11037100 32Nd 1 i & § 1 gl a� 1_,gi SIN3W3A021dW1 1 I f I $ i a ; =m V m� W (ad021 O1a�21)A1111a1�d ' ' S r E" U x ,_Z" � 213ISNV2112130N3SSVd 1 I ! I I§ a C 1� 3 111SNY .L 113214 213f10a I i � I I f l- i g a y i S 9 I a ; x i 9 'i �Wd �° a 1. @ e 3 €1 d f Y1 1 ti 9I4 4F J Fg _ a Ili ti i LLV I L I� f� 1, _Z I j _ J JZ i I a Q 'r a la-r' _ a 0 W4 \ \+ `,ice co:J . m J a • 1 'N J J h u 7 ti.a,. c a n 3 n1 E G 1 a 1; g s It ai it 5 g ; 5 m I ! g ewe i i!1 ti 4 ? 66 i i. J A C B : y o$t s" : Y p33: 4 8g$ f! Y ig; I ' I a i ' s i x £Ii1n" R ; 0 \`\ \ Ei-.. h':- / ,f2 9 ,a , ) ggi ...-.!-.-vg...gmt.,,r. ,..,:,,,,:.-..g.7.7 TM 1.f2 i J i I� , a ice_ �I iiiiiia w, 4„1 F- W ' a F3 y Efi1 s I d� � I• Y ,a gK ' nom_ ?iQ$ c gi.;14'7 �. �I +p 351 5',MJ U 'a3 !!;i,,,g. i Tv g fa) q i b; ii IF g I 3 a a q3 8 ei x i 3 g J ' iZug g k¢ 1 t , Q 1 , I 1 • t ui / /1 \\ \ , - II t + 4 . w \imp a i ge g y I ,. 'a i z3 7 & y+. , ,� I Iy 1 11 i - t.w. F w- dD . .flg S £ V § N p� J Z_ ? ' '4...—L if eTh .,,,6CS n,3 c.1.sa.4m.V7 17.7379,.a,v.m,.ti11t:* Packet Page-1093- 10/22/2013 16.D.4. in Valao1d'ALNf O 21311100 Z lir § ��� NOO21NOI10311003?JVd- w Z 3 7 I �$ Oog a ° SIN3UIE3AOMMAII a ; I r P A 3 IIIM I V¢ a33SNdal a3JN3SSVd 1 1 o f$ g C s llSMdal d3a1�a31'I'1O3 � 1 I � � �-I i i " Q a 1 a ii \ -3— 3 j g _•_• T —ter —_.—�_ �.__....� I II O t �y L '- e•` — — • ,....... ell CI °-.1 e '''..1 . • r:"°. 1- r::,, .0-f ON 2 r7T\ E--G 7 - ;-� 10 I _.._. .-..... p' i I a I ,30: i \ !I[[� s� j o„+�� ,may ili ,...... , - In ci . H (- la i .g .�; o d e ,,0 4 WW j 41E .: r i Ay W ' x is ,Es u �, �� jab i :... x\ ,' NI \\mow "} i 11 3 Y r ¢ C�� �q;- f m. ;iy.6g:k Q N F .110 104:15r sla ty4 O g 4rill q �. a a 1301 3� c a 41- -gli11101 y1 1!. Y3 ggga� EE- � x5'" 65 { 0.R 1� \ J i& aaG 955 [ F�g 6� uS ' e ;q \ X \ AI!.I IWe a tR �Rc.- o 1111 to.R.; �� \ 01E1 .�i i,. j Ba4ai nx 1 y Ili I a t i T or r , 11=ild y- O V V Q i s ° d @:a> n S A r S W i'__ 3a y LiLq R\ 3a� a 8 iii ik `a, . g l ! E i lik 1 11!6 ____LL — — \ @ .�-;g1 $ i ° B 4 3- 8: ; "1" @ € ire : c is i, } u» go1 E� � � $ 11 T y 6 —_. i��/ ~. \ \ cikct auaili�3s[ atet4 e.® • eg9118nv •• 0 r.a0.vw n�cw-•"rlwn m■w.aeoen•.•m r+mw.:o Packet Page-1094- (0 = `o ° 1li�t t ` 10/22/2013 16.D.4. . N0 ,c t W ZHWxxNX g n o - 0) G X f6 Izq z"Ny Z8 ilg !. Z u' . 0 N W c Q. y I-W S tl12 o yl C O 2 �i O �`V Cp O is c U N a3 AUL-..001. . ¢ <•D O i N O a g • C H IYi3 i°a¢o hi' a5E 1. ¢3 U � fSS d C4 \ p ¢L r m _ . w e _ \ R O ¢ 1 m i N gym' m g It 3 m � � � � ,��� a Lgy y+ r_� z ! _ Q i °J Il gi�4 2° i '° 2S b i b° t,3 d qgq p ?NZ a 33lowd _I, _ �w n m ao3o$,_ 0 iiijjkPJ!J2HIIfl ��� � BF�p z 'SjJ-j I�"f i RMNISMOSEMSINEMI t___J _ 0 8ifsal e. mwn EwR x° f 3 Z p 0 0 i .., • ( n o J tJJ C = 4 lilt 0 �,-= g W I W y 45.4 � _ 0 i t t - I ...,„ _ LLLJJ r ,r� L L A y.l .0-2L Ip a n Oa s <ID N N�iN IC> 1 O J O 1 l�;S U' y i Ul i - gg3 3 � ,_. _ I �1 — ,m 3 N I u,lm 1 i'E x x ilk � 4h .° C N; ml Z-r. § m U y.d V 0 - IC>;1\ Li \�� L ■ ■j....il. .‹) 5 _// CC % ml , --- O h- .- y - � \ Packet Pagel-1095- O A 10/22/2013 16.D.4. EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category Mike See Construction Superintendent Doug Oliver Project Manager 93 Construction Services Agreement Revised 07012013 Packet Page-1096- 10/22/2013 16.D.4. B. Delegated Engineering; Structural components such as precast panels shall be designed and sealed by a Structural Engineer licensed in the State of Florida. All shop drawings shall be reviewed and approved by the Design Professional of Record prior to fabrication. 033000—CAST-IN-PLACE CONCRETE A. Comply with.ACI 318 standards. Ready-mix concrete is to comply with ASTM C94. 1. Do not place concrete more than 90 minutes after batch mix at the plant, and do not place concrete more than 60 minutes after batch mix when the temperature exceeds 90d F. 2. Do not use concrete mix containing fly-ash in floor slabs or walkways. 3. Do not add water to concrete on-site. Field modifications to concrete mix are not allowed. Concrete watered-down on-site shall be removed. B. All slabs shall be finished to a tolerance of not over l/4" depressions in l0`-0" in any direction when checked with a 10' straightedge. Interior slab control joints may be sawcut or tooled. C. Provide diagonal reinforcing in floor slabs at all reentrant corners.Cure all poured concrete to minimize cracking. 033010—EXTERIOR CONCRETE SLABS AND WALKWAYS A. All exterior concrete slabs and walkways shall receive a heavy broom finish texture to provide a slip resistant surface. Broom texture shall be perpendicular to the direction of travel. There shall be no steps in the accessible route from accessible parking stalls to the main building entrance. B. Reinforce slabs and walkways with 6x6 WWF. C. Provide expansion joints at not more than 20'-0" o.c., at each change of direction, and between exterior slabs and adjacent walls. Provide control joints at not more than 6'-0" o.c. Exterior slab edges,expansion joints, and control joints shall be neatly tooled. D. Exterior walkways shall not be painted. E. Provide concrete stoop at each exterior door. F. No steps are allowed at doors. COLLIER COUNTY VERTICAL STANDARDS PAGE 11 NOVEMBER 30, 2011 Packet Page-932- i 10/22/2013 16.D.4. G. Provide the tactile warning surfaces at all pedestrian sidewalk crossings per ADA requirements. DIVISION 4 — MASONRY 040000—GENERAL A. FBC, NCMA,ACI,and Division 1 requirements apply to work of this section. 042000—UNIT MASONRY A. Where CMU construction is used,provide standard weight, ASTM C90,Grade N- I units. CMU exterior load bearing walls are to be reinforced vertically and horizontally. All reinforced cells shall be grouted solid full-height. Provide inspection holes at bottom of all vertically reinforced block cells. Provide mortar and grout installed in strict compliance with provisions of the codes. Bottom course shall be laid in a full bed of mortar. Lay up walls plumb and true and with courses level, accurately spaced and coordinated with other work. Do not use chipped or broken units. Do not wet units or lay block in the rain. Properly dispose of excess mortar and materials off-site; do not bury materials on-site. Remove all loose mortar and repoint as needed prior to application of finishes. Masonry walls shall be straight,true, and plumb to within 1/4" in 8'-0"when checked with a straightedge in any direction. B. Brick veneer or decorative masonry may be used with appropriate waterproofing materials, subject to compliance with Collier County Ordinances and FMS approval. DIVISION 5—METALS 050000—GENERAL A. FBC, RISC,AWS, and Division 1 requirements apply to work of this section. I. All exposed metal components shall be stainless steel,gaivalume,hot- dipped galvanized steel, copper, zinc,bronze, anodized aluminum, painted aluminum, or similar non-corroding metal. 2. Plain or painted steel shall not be used in exterior locations. B. All steel construction shall comply with AISC Specifications for Structural Steel Buildings and Code of Standard Practice. Steel plates to comply with ASTM COLLIER COUNTY VERTICAL STANDARDS PAGE 12 NOVEMBER 30, 2011 Packet Page -933- 10/22/2013 16.D.4. A36,anchor bolts to comply with ASTM A307, all fasteners to be s.s. or galvanized. Shop and touch-up primer to be "10-99 Tnemec Primer"or Rustoleum 5769 or equal. C. Structural steel construction shall be designed by a Structural Engineer licensed in the State of Florida. Delegated Engineering for structural components shall be the responsibility of the manufacturers Structural Engineer licensed in the State of Florida. All shop drawings shall be reviewed and approved by the Design Professional of Record prior to fabrication. D. Aluminum construction shall comply with the Aluminum Association Specifications for Aluminum Structures,Aluminum Design Manual,Part 1 and the FBC. DIVISION 6—WOOD AND PLASTICS 060000—GENERAL A. FBC,AITC,APA,AWI,AF&PA,NDS, TN,NFOPA, and Division 1 requirements apply to work of this section. B. Delegated Engineering; Prefabricated structural components shall be designed and sealed by the manufacturers Structural Engineer licensed in the State of Florida. All shop drawings shall be reviewed and approved by the Design Professional of Record prior to fabrication. C. When pre-engineered wood trusses are used,the Contractor shall provide truss shop drawings and sealed truss engineering within 14 days of notice to proceed. Failure to do so will not be accepted as a reason for an extension of the contract time. 061000—ROUGH CARPENTRY A. Provide pressure treated wood where sills, nailers, and/or furring are in contact with concrete or masonry. Produce joints that are tight, true, well nailed,with members assembled and fastened in accordance with the drawings and with pertinent codes and regulations. Provide solid wood blocking and/or shims for finish materials as required to maintain a tolerance of max. 1/4"deviation in 10'- 0" when measured with a 10'-0" straightedge,plumb and true, for all substrate framing where finish materials will be exposed to view. Do not use warped members. B. Stud framing and furring shall be not more than 16"o.c. COLLIER COUNTY VERTICAL STANDARDS PAGE 13 NOVEMBER 30, 2011 Packet Page -934- 10/22/2013 16.D.4. C. Provide blocking for all accessories,grab bars,wall mounted door stops,etc. Provide all necessary hardware such as nails,bolts,anchors,ties, etc.,required for a complete and proper installation. Bolts,washers,nuts,etc., shall be noncorrosive material. Isolate dissimilar metals. D. Interior Door Frame Blocking: 1. Metal Stud Partitions: Provide cont. 2 x 4 blocking fastened to 20gauge stud at the jambs of all interior door frames.Blocking shall be fire-treated where required by Code. 2. Wood Stud Partitions:Provide double 2 x 4 studs at the jambs of all interior door frames. 3. Vertical blocking at door jambs shall be full-height of partition, securely braced to the structure above. 4. Provide horizontal 2 x 4 cont. blocking at the head of all door frames 5. Increase size of blocking to 2 x 6 or larger as required to match size of partition studs. 062023—FINISH CARPENTRY A. WWPA recommendations apply. Select material for straightness and do not use warped members. Finished woodwork is to be properly framed, closely fitted, and accurately set to the required lines and levels and rigidly secured in place. Miters or other fitted joints shall be planed or sanded .Use only hot-dipped galvanized or s.s. fasteners .Countersink all finish nail fasteners. Staple fasteners will not be accepted. Provide solid wood blocking and/or shims for finish materials as required to maintain a straightness tolerance of max. 1/4" deviation in 10'-0"when measured with a 10'-0" straightedge. 064023—CASEWORK A. Comply with AWI standards for custom work. 1. Cabinet material: not less than 5/8" plywood. 2. Cabinet base: Preservative-treated(PT) wood. 3. Countertop material: 3/4'plywood. 4. Plastic laminate all exposed casework surfaces. COLLIER COUNTY VERTICAL STANDARDS PAGE 14 NOVEMBER 30, 2011 Packet Page-935- 10/22/2013 16.D.4. 5. Solid surface or solid plastic countertops shall be used in high abuse areas. 6. Cabinets are to be true European-style full-overlay construction, with 1/8" joint between doors/drawers,without vertical styles between paired doors. Use concealed heavy duty 170-degree hinges,with white melamine liner inside cabinets and drawers. Use heavy duty drawer guides, and provide pull at each door/drawer. 7. Securely fasten all casework to blocking or solid substrates. Adjust and clean all casework prior to acceptance. DIVISION 7—THERMAL AND MOISTURE PROTECTION 070000—GENERAL A. NRCA Roofing and Waterproofing Manual, SMACNA Architectural Sheet Metal Manual. and Division 1 requirements apply to work of this section. B. Roof design shall comply with referenced standards and Documents shall include all details required for a complete,proper, and watertight roof assembly. 1. All new roof surfaces shall be sloped at not less than 1/4" per ft. to insure proper drainage. 2. Roof designs shall not rely primarily on internal roof drains for drainage unless approved by Facilities Management. 3. Penetrations through roof surfaces shall be minimized wherever possible, ie. collect plumbing vent lines in attic to minimize vents through roof, use soffits vents or wall louvers under overhangs where possible, and use curbed penetration details for multiple conduits and pipes wherever practical. Do not use pitch pans except where approved by FMS. Use NRCA and SMACNA details with curbs and hoods to protect roof penetrations from leaks. 4. Roof drains, scuppers, gutters,and downspouts shall be oversized. Provide piped underground collection system tied into the site storm water management system. 5. Reroofing of dead-flat roof structures shall include installation of appropriate tapered rigid insulation or sloped light-weight concrete fill, ie. COLLIER COUNTY VERTICAL STANDARDS PAGE 15 NOVEMBER 30, 2011 Packet Page-936- 10/22/2013 16.D.4. Zonolite or equal, sloped at not less than 1/4" per ft.to insure proper drainage. 072100—INSULATION A. Comply with Florida Energy Code requirements. Provide required insulation at the building envelope of all conditioned areas. 1. Provide insulation at roof deck over all conditioned areas. Insulation at the ceiling or bottom of framing is not allowed. 072419—EXTERIOR INSULATION FINISH SYSTEMS—EIFS A. EIFS shall not be used as the primary exterior wall finish or as trim material. 075100—BUILT UP ROOFING A. Where applicable low-slope roofs are approved for use by facilities,provide premium 20-year 4-ply built-up roofing with premium APP or SBS modified bitumen granular,highly reflective cap sheet. Comply with NRCA and SMACNA standards to insure a complete and proper roofing system. 1. Roofing system shall be designed to withstand wind pressures indicated in the FBC for each specific building, location, and substrate. Provide manufacturers certificate and engineering data indicating that system is designed to meet all applicable code requirements. B. Warranty shall be 20-yr.NDL. Provide copies of roofing system specifications and manufacturer's warranty to FMS for review prior to issuing bid documents. 075216—SBS MODIFIED BITUMEN ROOFING A. Premium 20-year APP or SBS single-ply roof materials may be used for repairs and/or new buildings with limited flat roof areas when approved in advance by FMS. 1. Roofing system shall be designed to withstand wind pressures indicated in the FBC for each specific building, location, and substrate. Provide manufacturers certificate and engineering data indicating that system is designed to meet all applicable code requirements. COLLIER COUNTY VERTICAL STANDARDS PAGE 16 NOVEMBER 30,2011 Packet Page -937- 10/22/2013 16.D.4. B. Provide copies of roofing system specifications and manufacturers warranty to FMS for review prior to issuing bid documents. 075323—EPDM ROOFING A. EPDM,PVC, rubber roof systems, ballasted systems, and similar single-ply roof systems shall not be used. 076100—METAL ROOFING A. Standards: All work shall comply with SMACNA and NRCA recommendations. 1. Metal roofing shall not be used with less than 1/12 slope. 2. V-crimp metal roofing shall not be used except to patch or repair small sections of existing v-crimp roofing. Metal re-roofing materials must be installed as a standing-seam system specified below. B. Where metal roofs are used,provide standing seam metal roof with ridge trim, edge flashing,wall flashing, counter-flashing, fasteners,clips, and all related components required for a complete and watertight assembly. 1. Roofing system shall be designed to withstand wind pressures indicated in the FBC for each specific building, location, and substrate. Provide manufacturers certificate and engineering data indicating that system is designed to meet all applicable code requirements. 2. Metal roofing material shall be not thinner than 24 gauge Galvalume. Panels shall be not more than 16"wide unless approved otherwise by FM staff.Panels shall be either 12" or 16" wide. Standing seam shall be not less than 1" high. Standing seam may be 180d folded seam,or covered with continuous clip. Fastener clips shall be completely concealed, spaced at not more than 12" oc. Provide not less than 3 concealed fasteners through metal roofing at top end of panels, fastening panels to solid blocking. Cover seams at top end with ridge cap flashing or wall flashing. All metal roofing is to be smooth and straight without bends or kinks, properly flashed and counter-flashed with compatible materials. 3. Approved manufacturers include but are not limited to Englert and Berridge. 4. Installation is to be neat and straight; level and true to required lines. Hem all exposed flashing edges and use concealed fasteners wherever possible. COLLIER COUNTY VERTICAL STANDARDS PAGE 17 NOVEMBER 30,2011 Packet Page-938- 10/22/2013 16.D.4. 5. Use premolded rubber-boot flashing at vent stacks. Cover top of vent stack with insect screen,neatly fastened to stack with a galvanized metal draw band. Where flashing occurs at roof-to-wall locations,provide counter flashing that will allow replacement of either the roofing or wall finish without the damage or removal of the other material. Flashing is to be set in sealant. 076200—METAL FLASHING AND ACCESSORIES A. Comply with SMACNA and NRCA standards. Provide all details required to illustrate industry-standard assemblies suitable for intended use and capable of providing a complete, proper, durable weather proof, and water proof installation. 1. Use stainless steel, hot-dipped galvanized metal, galvalume, or suitably protected aluminum materials.Do not use plain or painted steel or mill finish aluminum. 2. Do not use details that rely solely on sealant or paint to prevent the intrusion of water into the building. 3. Provide sill flashing and a full bed of sealant at all window sills. 4. Isolate dissimilar metals to prevent galvanic deterioration of materials.All materials shall be non-corrosive. 5. Roof expansion joints shall be constructed with metal fabricated in accordance with referenced standards. Avoid prefabricated Expando-Flash details. 6. Provide details of terminations and corners of parapets,expansion joints, compression bars, and similar non-typical conditions. B. Flashing assemblies shall be counterflashed and constructed in a manner which will allow re-roofing without damage to adjacent finishes. C. Quality Assurance:the Contractor shall provide a five (5)year warranty for all flashing work including all materials and costs required to correct defective flashing work. 077200—ROOF ACCESSORIES A. Provide anchor points and safety tie-off hardware for ladders at each side of building, and not more than 50' o.c. B. Provide guardrails at roof hatches. COLLIER COUNTY VERTICAL STANDARDS PAGE 18 NOVEMBER 30,2011 Packet Page-939- 10/22/2013 16.D.4. C. Provide fixed ladders for access to upper roof areas; ie elevator penthouse roof, stair roof, etc. Fixed ladders shall be constructed from non-corroding materials, ie. G-90 galvanized steel. 079200—JOINT SEALANTS A. Provide and install one or two-part exterior polyurethane elastomeric sealant at all window and door jambs, sills, heads, surface joints, flashing edges, and wherever else required to provide a weather-tight building envelope and a neat and trim installation. All sealants shall be paintable premium grade 15 20-year or better products manufactured by Dow, GE,Tremco, Vulkem,or equal. Manufactures Sealant primer shall be applied to all joints before sealant is applied. 1. Provide all infiltration seals as required by the FBC and as stated in Energy Calculations. B. Provide non-yellowing premium polyurethane grade caulking at all countertop and cabinet edges, trim edges, and at other interior conditions where required to provide a neat and trim installation. C. Provide tested penetration system sealants and materials at all pipes, conduits, and misc.penetrations through rated walls and ceilings. DIVISION 8—DOORS AND WINDOWS 080000—GENERAL A. FBC, SDI, and requirements of Division 1 apply to work of this section. B. Exterior Doors shall be impact rated in accordance with FBC Ch. 16. C. The Facilities Management Department may require higher design standards for wind loads and storm protection than that required by the FBC Section 1626. As part of the design process,Facilities Management must be consulted to establish the design criteria. 081113—STEEL DOORS AND FRAMES A. Comply with SDI standards. Use of steel doors and frames are limited to fire- rated applications and service areas only. 1. Provide corrosion resistant coatings: COLLIER COUNTY VERTICAL STANDARDS PAGE 19 NOVEMBER 30, 2011 Packet Page -940- 10/22/2013 16.D.4. a. Steel doors and frames shall be G60 galvanized or A60 galvaneal material and factory primed. b. Wipe coat and WCGS products may not be used. 2. Doors and frames shall be not less than 16 gauge thick. 3. Frames in masonry construction shall be fully grouted. Provide not less than 3 anchors at each jamb. 4. Frames in stud construction shall be spot grouted at each anchor, min 3 per jamb. 5. All steel frames are to be fully welded for new construction. KD frames may be used only for retrofit installations. 6. Provide fire rated units where required to maintain integrity of rated assemblies. 7. All metal door frames shall have holes and accessible wire ways to permit electrification of hinges and door or frame mounted hardware. 081416—PLASTIC LAMINATED FLUSH WOOD DOORS A. Typical interior doors for Offices,Restrooms, Meeting Rooms, etc., shall be hinged,flush,solid core units with plastic laminate faces and edges. 1. Doors shall not be less than 36"wide. 2. Frame material shall be fully welded galv. steel or aluminum. B. Wood veneer doors may be used only where approved by FM staff. 083113—ACCESS DOORS A. Provide access panels in floors,walls,ceilings, and/or soffits where required for maintenance access to all concealed valves, fixtures, and equipment. 1. All panels components and fasteners shall be constructed of non-corroding material limited to stainless steel,painted or anodized aluminum, or factory primed galvanized steel. 2. Unless required otherwise by program, all access panels shall be commercial grade units with a full length hinge,operable with standard tools and/or equipped with lockable,flush mounted latch. COLLIER COUNTY VERTICAL STANDARDS PAGE 20 NOVEMBER 30, 2011 Packet Page-941- 10/22/2013 16.D.4. 3. Roof access hatches and doors shall be lockable from the inside and equipped with card access locking mechanisms and position switches connected to Operations Center whenever feasible. 081116—ALUMINUM DOORS AND FRAMES A. Exterior doors and frames shall be Aluminum except as noted below. 1. A60 or G60 galv. steel doors may be used where fire rating is required. 2. FRP doors may be used as exterior doors in utility and high-abuse areas. B. Approved Manufacturers include but are not limited to Kawneer and Cline. 083323—OVERHEAD COILING DOORS A. Provide overhead coiling doors where required by program. 1. Lock mechanism shall be accessible from the exterior side. 2. All door components including fasteners, slats,guides,and housing shall be constructed of non-corroding material limited to stainless steel,painted or anodized aluminum, or factory primed galvanized steel. B. Provide submittal indicating the units and attachment fasteners meet or exceed current FBC requirements. 085113—ALUMINUM WINDOWS A. All windows shall be fixed storefront,curtain wall,or commercial grade operable units. 1. All exterior components shall be extruded aluminum. 2. Finish shall be anodized or factory applied finish such as Kynar 500. Mill finish aluminum,residential units, or units with wood components exposed to the exterior may not be used. 3. To maintain proper indoor air quality,windows shall be fixed unless operable units are required otherwise by Code or design program approved by Facilities Management. B. Provide submittal indicating the units,glazing, and attachment fasteners meet or exceed FBC requirements. COLLIER COUNTY VERTICAL STANDARDS PAGE 21 NOVEMBER 30, 2011 Packet Page-942- 10/22/2013 16.D.4. 1. All openings shall be protected to withstand impacts from wind-borne debris in accordance with FBC sections 1606.1.4 and 1626. 2. Special requirements apply to public safety buildings.Opening protection in accordance with FBC section 1606.1.4 test or design velocities shall be increased 25% in all public safety facilities. 086200—ROOF SKYLIGHTS A. Roof skylights are not allowed. 087100—DOOR HARDWARE A. Provide all hardware needed for a complete and proper installation including but not limited to locks, levers,pulls, exit devices, closers,butts,weatherstripping, astragals, coordinators,door holders, kick plates, push plates, and silencers. 1. Minimum hardware standards: a. Provide Grade 1 hardware b. Materials: All door hardware shall be non-ferrous;plain or painted steel hardware may not be used. c. All hardware shall be ADA compliant. 2. Approved manufacturers are Schlage,LCN, Von Duprin,Desco,Hager, Ives,Rockwood, and Pemko. a. Locks shall be Schlage interchangeable core cylinders,#20-740 "Primus"High-Security Cores, no substitutions B-Series 6-pin cylinder with E-keyway only. Keyed to match County keying system. C-keyway may not be used. Standard keyway shall be "6- pin Everest" C145 for new master key systems and C123 for stock keys. b. Standard locksets and lever-sets shall be Schlage D-series. Use L- Series where required for security or other program requirements. c. Standard pulls shall be Rockwood Barrier-Free series or County approved equal. c. Standard closers shall be LCN model 4041 Super Smoothie series, no substitutions. Adjust to meet ADA and FAC requirements. COLLIER COUNTY VERTICAL STANDARDS PAGE 22 NOVEMBER 30, 2011 Packet Page-943- 10/22/2013 16.D.4. d. Exit Devices shall be Von Duprin, model 99 unless approved otherwise by FM staff. e. Exterior threshold shall be Pemko 2005 with raised vinyl seal, or exact equal. Do not use flush or saddle-type threshold at exterior locations. 3. All keys shall be brass. Stamp keys "DO NOT DUPLICATE". Discard construction keys and re-key entrance lock after final acceptance. 4. Provide grand-master,master, entrance, and office keys as directed by FM staff. 5. Adjust hardware for proper operation, including adjustment of levers and closers to comply with ADA and Florida Accessibility Code requirements. 6. Check adjustments after 90 days use and readjust as needed. 088000—GLAZING A. Glazing shall comply with referenced codes including FBC requirements for hazardous locations. B. Exterior glazing shall be either tinted or reflective. C. Exterior glazing shall be impact resistant laminated glass complying with FBC Ch. 16. 1. Shuttered applications may be used only with prior approval by County. D. Small windows and narrow windows shall be avoided except where required by the building users design program. In general,windows shall be curtain wall or storefront glazing, generously sized in all offices, lobbies, work areas, etc. Windows shall be architecturally proportioned in a manner that is appropriate to the building design without the use of small or narrow windows. One example of an acceptable ribbon-window arrangement is the Development Services Center on Horseshoe Drive. E. Provide energy efficient glazing features in widow design, ie low-e glazing. 089000—LOUVERS AND VENTS A. All louvers shall be storm resistant extruded aluminum with anodized or appropriate protective coating. Mill finish units or stamped metal louvers are not allowed. Acceptable products include but are not limited to the following: COLLIER COUNTY VERTICAL STANDARDS PAGE 23 NOVEMBER 30,2011 Packet Page -944- 10/22/2013 16.D.4. 1. Ruskin"Extruded Wind Driven Rain Resistant Louvers" 2. Ruskin "Hurricane Louvers" B. Locate louvers to minimize water intrusion. Provide sill flashing, gutters, and curbs as needed to prevent rain water damage. DIVISION 9—FINISHES 090000—GENERAL A. Comply with codes and referenced standards listed in Division 1, including but not limited to FBC requirements. 1. Workmanship shall be proper and neat in appearance conforming to nationally recognized standards and specified tolerances. 2. Work that is not in compliance with referenced codes and standards shall be removed and replaced at no extra cost to the County. 092400—PORTLAND CEMENT PLASTER A. Standards: Comply with PCA Portland Cement Plaster Manual'and applicable ASTM/USG requirements and recommendations. B. Use PVC accessories throughout, including corner beads, casing beads, expansion joints, and perforated vent strips. Metal trim shall not be used. 1. Provide bonding agent at concrete substrates. 2. Use gale. self-furring lath with 15#felt underlayment where over a framed substrate. 3. Fasteners shall be stainless steel. 4. Provide expansion joints as recommended in referenced standards, where abutting dissimilar materials, and as needed to prevent cracking. Lath shall be discontinuous at expansion joints and control joints. C. Install all trim straight,plumb, and level. Install stucco finishes with a tolerance not to exceed 1/4" in 10'-0" or 1/8" in 4'-0" in any direction when measured with a 10'-0" straightedge. 1. Panels with visible rough textures or scaffold lines will not be accepted. COLLIER COUNTY VERTICAL STANDARDS PAGE 24 NOVEMBER 30,2011 Packet Page-945- 10/22/2013 16.D.4. D. Thickness shall be not less than 5/8"thick(2-coat) on cmu and concrete,and not less than 7/8"thick(3-coat)on galv. metal lath E. Styrofoam and/or EIFS trim may not be used on County buildings. 1. Exterior decorative moldings, if any, shall be cast stone or cement plaster. 092900—GYPSUM BOARD ASSEMBLIES A. Comply with FBC,Gypsum Association, USG, and UL requirements and recommendations,the requirements of Division 1, and manufacturers specific instructions. B. Materials: 1. Provide 5/8"type-X gypsum board at fire rated locations 2. Provide 5/8"or 1/2" gypsum board at typical interior locations. 3. Provide 1/2"cement board at all ceramic tile and wet locations. 4. Do not use green board. 5. Do not use gypsum board products at exterior locations. 6. All gypsum board materials shall be domestically produced. C. Provide a smooth finish suitable for painting on all exposed surfaces. Visible tape or sanding marks in work will not be accepted. Contractor may provide smooth hardcoat in lieu of smooth drywall finish. 1. Use screw fasteners throughout. 2. Trim drywall at external corners with plastic corner beads. 093013—CERAMIC TILING A. Comply with Tile Council of America(TCA) standards and details. 1. Tile joints are to be aligned and straight,plumb, level,and true,with equally spaced cut units at ends. 2. Provide tile movement joints at the following locations: a. Perimeter of each room COLLIER COUNTY VERTICAL STANDARDS PAGE 25 NOVEMBER 30, 2011 Packet Page-946- 10/22/2013 16.D.4. b. Risers,ramps,changes of and planes c. Corridor corners and intersections d. Spacing as determined by Design Professional B. Provide tile finishes at the following locations: 1. Tile floors are required in all Restrooms and Janitors Closets. 2. Provide tile wainscot not less than 60" high in Restrooms,at mop sinks, and at drinking fountains. 3. Extend wainscot not less than 18" to each side of mop sinks and drinking fountains. C. Floor tile shall be porcelain ceramic tile. All grout shall be sealed. D. Provide product certificate indicating the coefficient of friction complies with ADA requirements for both wet and dry conditions. E. Tile base and all corners shall be sanitary cove style. F. Floors must slope towards drains. G. Wall tile substrate shall be CMU,concrete, or cement board. 1. Do not use gypsum board as tile substrate. H. Use aluminum or bronze edge strips where abutting carpet floor finishes. 095123—ACOUSTICAL TILE CEILINGS A. Standard acoustical tile shall be Armstrong World Industries#770 (flat tile) or #704A (reveal edge),white color, size 24" x 24". B. Suspended grid shall be white color,Armstrong World Industries manufacturer system same as acoustic tile. 1. Installation shall comply with ASTM C635 and C636. C. Alternate acoustical tile manufacturers and styles may be considered for special rooms with limited areas such as a Lobby, subject to FM approval and 15%extra stock tile material supplied to the FM in unopened boxes at the completion of construction. COLLIER COUNTY VERTICAL STANDARDS PAGE 26 NOVEMBER 30,2011 Packet Page-947- 10/22/2013 16.D.4. 096500—RESILIENT TILE FLOORING A. Standard 12" x 12" x 1/8" Vinyl Composition Tile shall be used in service areas. 1. Tile material and adhesives shall not contain asbestos materials of any kind. B. Clean, wax, and polish tiles prior to final acceptance. Provide 5%extra stock material. 096513—RESILIENT WALL BASE AND ACCESSORIES A. Provide 4" vinyl base where scheduled. Use premolded corner pieces at all outside corners. Provide 5%extra stock material. B. Provide matching transition strips where VCT floors abut tile or carpet floors. C. Outside corners in all corridors and public spaces shall be fitted with paintable, vinyl or aluminum corner protectors from the top of the cove base extending to a height of 42". 096812—TILE CARPETING A. Provide Carpet Tile unless directed otherwise by FM staff: 1. Product: Mohawk Stati- Tuft III Modular 2. Construction:Tufted/Ultra Performance System 3. Fiber: 100%Dupont Anton Legacy with Static Control and soil resistant 4. Yarn Weight: 28.3 oz./sq.yd. 5. Gauge: 1/8 6. Size: 17 5/8 x 17 5/8 7. Density: 7,898 8. Weight Density: 223,504 9. Stitches per inch: 8.4 10. Pile Thickness: 0.129" 11. Warranties:Mohawk Modular 20 yr warranty 20 yr. wear,20 yr. no edge ravel,20 yr. no delamination, Cushion Resiliency 20 yr., and Lifetime static. 096816—SHEET CARPET COLLIER COUNTY VERTICAL STANDARDS PAGE 27 NOVEMBER 30, 2011 Packet Page-948- 10/22/2013 16.D.4. A. Where approved by FM Staff,provide one of the following broadloom carpet products: 1. Mohawk Commercial Carpet"Stati-Tuft" UPS 16706 a. Construction:Tufted Loop Pile b. Gauge:1/8 c. Fiber: 100%Dupont Antron Legacy B.C.F. and soil resistant d. Flammability: Class 1-Exceeds .45 watts per square CM e. Total thickness: .234 in. • f. Yam Weight: 28.30 oz. square yard g. Backing Materials: Warp, stuffer, filling all synthetic h. Total Weight: 61.8 oz. square yard i. Density: 7,898 j. Weight Density: 223,504 k. Pitch: 216 1. Stitches Per Inch: 8.4 m. Pile Thickness: 0.129" n. Stock width: 12" o. Smoke density:NBS Smoke Density Chamber (NFPA-258): Less than 450 p. Static propensity: 70/20 AATCC- 134: Under 3.5 KV q. Warranties:UPS Warranty Guaranteed 20 lb. tuft binds,Moisture resistant,Dimensionally stable, Guaranteed for 20 yrs., no delamination for 20 yrs.,and Lifetime static 2. Mohawk Commercial Carpet"Regents Row"- 30663 a. Construction: Woven Cut and Loop b. Pitch: 216 Equivalent c. Pile Thickness: .192" d. Rows per inch: 8.0 e. Fiber: 100%Dupont Antron Legacy BCF Nylon with Static control and soil resistant f. Yarn Weight: 34.5 oz/sq. yd. g. Total Weight: 68.16 oz/sq. yd. h Total Thickness: .312 in. i. Backing Materials: Synthetic j. Density: 6,468 k. Weight Density: 223,146 1. Stock Width: 12' m. Flammability: Class 1- Exceeds .45 watts per sq. CM n. Smoke Density:NBS Smoke Density Chamber(NFPA-258)Less than 450 o. Static propensity: 70/20 AATCC-134: Under 3.5 KV p. Warranties:Lifetime Limited Woven Wear, and Lifetime Static COLLIER COUNTY VERTICAL STANDARDS PAGE 28 NOVEMBER 30,2011 Packet Page-949- 10/22/2013 16.D.4. 097200—WALL COVERINGS A. Wall coverings are not allowed in County buildings. 099100—PAINTING A. Provide Sherwin-Williams"Superpaint", S-W Industrial Enamel,and related premium S-W products throughout. 1. All color selections shall be standard SW colors. 2. Provide a typed Paint and Color schedule for each building. This record shall include the job name,job location, date contractors name,the material manufacturer's name,product name,color name and number,and color formula.A copy of this record shall be delivered to the Facilities Management Contract Manager at the end of the work. A duplicate copy shall be bound into the Closeout Documents. B. Backprime all exposed wood materials scheduled for paint finish prior to installation. C. Provide primer plus two finish coats on all wood, gypsum board, concrete and stucco finishes. D. Provide two coats of rust inhibitive primer on all surfaces of metal doors and frames and prior to installation,then 2 finish coats of S-W industrial enamel on exposed metal surfaces. E. Topcoat shall be either S-W eggshell, semi-gloss, or full-gloss.Restroom walls shall be either semi-gloss or full-gloss. Do not use flat paint as top coat at any wall location. Ceilings and soffits may have flat paint. F. Deliver materials to site in unopened containers with manufacturers labels. Protect adjacent finishes and materials,prepare surfaces,and apply materials in strict accordance with manufacturers recommendations and instructions. Verify material compatibility with substrates. Do not apply paint to wet or damp materials. Do not paint exterior surfaces in the rain.All coats shall be thoroughly dry before applying succeeding coats. 1. Provide temporary barricades, 'WET PAINT'signs, and protect all work until dry. Remove masking when finished. Carefully remove paint from materials not intended for paint finish. Clean and touch-up as required. COLLIER COUNTY VERTICAL STANDARDS PAGE 29 NOVEMBER 30,2011 Packet Page-950- 10/22/2013 16.D.4. 2. All paint finishes must be evenly spread, free of runs, sags,or other defects. G. Provide and install medium grey penetrating concrete sealer/stain on all Mechanical and Electrical Equipment Room floors. DIVISION 10— SPECIALTIES 100000—GENERAL A. FBC,ADA, and requirements of Division 1 apply to work of this section. 101400—SIGNS A. Interior Signs 1. Graphics Manufacturer shall be Images Graphics Specialties,Fort Myers, 1- 800-321-3718, or 239-561-6406 ext.103, approved equal mfr. complying with Collier County signage standards. 2. Frames shall be extruded aluminum "Portrait Series, VLetter" frames, with clear anodized finish, size 8.5" x 8.5", by "Vista Systems", Sarasota, 1-800- 468-4782, or approved equal mfr. complying with Collier County signage standards. 3. Typical Interior Sign Schedule: Room Vista Systems Font/Size Mounting Copy/Remarks Office Doors WFP22U Helvetica/.625 Door Room Name/Black Face inch White Letters Service WFP22U Helvetica/.625 Door Room Name/Black Face Rooms inch White Letters Rest Rooms WFP25U Helveticai.625 Door 3 inch Graphic/Men, Woman inch Black Face White Letters B. Required signage at Parking Garage Decks. 1. Directional signage required pointing to the locations of all Assistance "Blue" Boxes. 2. "Notice" posted that the parking deck is under Closed Circuit Television surveillance. 3. Low clearance warning signs utilizing tubular plastic materials,not metal. COLLIER COUNTY VERTICAL STANDARDS PAGE 30 NOVEMBER 30,2011 Packet Page -951- 10/22/2013 16.D.4. 4. Speed limit signs at each entrance and each deck;"5 MPH" and/or"Slow" C. Bronze Plaques. 1. All new buildings shall have a bronze plaque installed showing the dedication of the building. Typical content will show the year opened, contractors firm name,architects firm name, Commissioners at time of conception/approval(alphabetical), County Manager, etc. May include Constitutional Officer if they are the prime occupant. See Facilities Management for plaque layout and content during the initial building design process. See end of standards for sample. 2. Locate dedication plaques in Lobby or secure area whenever possible. 3. Where exterior dedication plaques are used, locate plaques in area supervised by CCTV camera, i.e.near main entrance, or monitor plaque with security system contact switch. 102113—TOILET COMPARTMENTS A. Provide solid plastic 1"thick toilet compartments manufactured by Santana, Capitol Partitions,or approved equal. 1. Unless approved otherwise by FM staff,restroom stall partitions shall be ceiling and wall hung toilet partitions,not floor mounted systems. 2. All fasteners and hardware shall be stainless steel, aluminum,or chrome plated brass. Plastic accessories,hinges, latches, or similar components are not acceptable. 3. Provide latch, hinges, door stop, and coat hook for each door. Coat hook shall not project more than 2" from face of door. 4. 1n-swing doors shall remain slightly open when not latched. Accessible stall doors shall be self-closing. 5. Brace all compartments at the face of partitions and doors. Size bracing components as needed to avoid perpendicular braces. 102800—TOILET ACCESSORIES A. Comply with ADA requirements and minimum County standards established herein. COLLIER COUNTY VERTICAL STANDARDS PAGE 31 NOVEMBER 30,2011 Packet Page -952- 10/22/2013 16.D.4. B. All accessories shall be commercial grade,brushed stainless steel,formed and welded with all exposed edges hemmed and ground smooth,with no sharp edges and no sharp corners. C. Provide all accessories needed for a complete and proper installation including but not limited to grab bars,hand-dryers toilet paper holders, sanitary napkin receptacles,wall mounted soap dispensers, and coat hooks. 1. Hand Dryers shall be Excel Dryer,Inc. Model XL-W(automatic,white, 110/120V)with ADA compliant S.S.recess kit.Unit may protrude not more than 4" from face of wall. Separate 20A circuit required for each unit. 2. Unless approved otherwise by FM staff,paper towel dispensers shall not be used in restrooms. 3. Coat hooks shall be low-profile,projecting not more than 2"from face of wall or door, and located to prevent"reach-over"theft. 4. Approved manufacturers are Bobrick,Bradley,and Excel Dryer,Inc. D. Coordinate with the work of other trades. Securely install accessories plumb and square,fastening units to solid wood blocking, studs,compartment partitions, or cmu walls. Do not use toggle bolts or expansion shields. 1. All accessories and grab bars shall safely support 250 lbs. L.L 2. All accessories shall be located and mounted to comply with ADA clearances. 102810-MIRRORS A. Comply with ADA requirements and minimum County standards established herein. B. Standard mirrors shall be tempered glass with stainless steel frames. Provide tilted mirror at accessible stalls only. Use only stainless steel vandal resistant hardware and fasteners, concealed wherever possible. Provide polished stainless steel or unbreakable units where required by program and at all unsupervised public facilities. 104300—EMERGENCY AID SPECIALTIES A. All new construction and major remodeling projects shall have Automated External Defibrillator(AED) equipment and cabinets installed. Sole source is Medtronic Physio-Control Corp. Cardiac Science . See Collier County Facilities COLLIER COUNTY VERTICAL STANDARDS PAGE 32 NOVEMBER 30,2011 Packet Page -953- 10/22/2013 16.D.4. Management Department for location and quantity type of cabinets. Generally, the "Guidelines for Public Access Defibrillation Programs in Federal Facilities" will be followed. 1. Provide Power Heart Model AED G3 with AED cabinet from Cardiac Science with built-in alarm,wall mounted model CB-2EAED. Units shall be located adjacent to the fire extinguisher cabinets. 2. Provide oxygen cabinet and first aid station at each AED location in a single cabinet. 3. Fire extinguisher, AED,and First Aid cabinets shall be grouped together at one convenient safety station. a. Provide alarm system contacts to indicate when any of three cabinets are opened, monitored in the Facilities Management control room located in Building W using the Pegasys alarm system. Local alarms should also be included. b. Digital closed circuit television camera is required to monitor the 4 cabinet safety station,monitored at Facilities Management. c. All equipment,wiring, controls, etc. shall be compatible with the existing Johnson Controls system. 4. Emergency evacuation devices—"Stryker Chairs"shall be provided at every other stair landing in buildings having more than two stories. 104400—FIRE EXTINGUISHERS AND CABINETS A. Comply with ADA requirements. Provide extinguishers of the types and sizes where required by NFPA 10 and local AHJ, but not less than one 2A:20B:C unit near each required egress door. 1. Use either semi-recessed or fully-recessed cabinets for all units located in occupied interior rooms. Interior cabinets shall have unlocked hinged door with tempered glass view panel. 2. Provide standard bracket-mounted extinguishers without cabinet at enclosed unoccupied utility rooms, mechanical rooms, storage rooms, and similar service areas. 3. Where required at exterior locations,use aluminum or heavy-duty all- plastic cabinets with clear safety-type break-plastic fronts. Steel cabinets shall not be used at exterior locations. COLLIER COUNTY VERTICAL STANDARDS PAGE 33 NOVEMBER 30, 2011 Packet Page -954- 10/22/2013 16.D.4. 107100—STORM PANELS A. New Construction and Additions:Provide impact rated doors and windows,not shutters. B. Renovations and Alterations: Provide impact rated doors and windows, or, provide low-maintenance, user-friendly impact rated shutters as follows: 1. Coiling overhead shutter 2. Accordian-style shutter 3. Fixed or hinged impact rated s.s. screens C. Removable hurricane panels or fabric screens are not allowed. D. Hurricane shutters,tracks, accessories, and fasteners shall be fabricated from corrosive resistant materials,rated to withstand pressures developed by140 mph wind speeds. DIVISION 11 — EQUIPMENT 110000—GENERAL A. Comply with the requirements of Division 1. B. All equipment shall be commercial grade. 112423 —WINDOW WASHING EQUIPMENT A. All buildings over three stories in height shall have hangers anchored on the roof structure to facilitate exterior window washing equipment. DIVISION 12 — FURNISHINGS 120000—GENERAL A. ADA,NFPA, OSHA,and the requirements of Division 1 apply to work of this section. COLLIER COUNTY VERTICAL STANDARDS PAGE 34 NOVEMBER 30, 2011 Packet Page -955- 10/22/2013 16.D.4. 120010—OFFICE FURNITURE A. Contact FMS for current furnishing contract requirements. 124800—RECESSED FOOT GRILLES A. Provide recessed foot grilles at all interior building entrances.Provide"Pedigrid" entrance mats by Construction Specialties, Inc.;Muncy,PA or equivalent products by one of the following approved equal manufacturers: 1. Balco, Inc.; Wichita, KS 2. Reese Enterprises, Inc.; Rosemont,MN 3. Arden Architectural Specialties, Inc. 4. Kadee Industries,Inc.; Bedford, OH. 5. Pawling Architectural Products, Inc. B. Provide one single unitized mat in each recessed frame, with heavy-duty carpet strips, Class A or B fire rating, color to be selected by the design team. C. Entrance Mat Frames: Provide manufacturer's standard design, of size and style to mate with insert type and adjacent finish floor or wall construction, for permanent recessed installation in sub-floor; complete with corner pins or reinforcing, and installation anchorages. 1. Provide frames of extruded 6063-T5 alloy aluminum. Coat surface of frame which will contact cementitious material with zinc chromate paint or manufacturer's standard protective coating. 2. Provide frame members in single lengths or,where frame dimensions exceed available lengths,provide minimum number of pieces possible, with hairline joints equally spaced, and with pieces spliced together by means of straight connecting pins. D. Rigid-Type Foot Grilles:Provide manufacturer's standard extruded aluminum floor grid of top surfaced tread rails and spacer cross bars, 6063-T5 or 6061-T6 alloy and mill finish, 1-5/16"wide continuous treads spaced 1-1/2" o.c. (3/16" openings),top surfaces as indicated with heavy-duty carpet strips. 1-5/8" maximum overall thickness of grid system. 1. Top Surface: Fusion-bonded level-cut-pile nylon carpet insert; DuPont "Anton III" filament, 1/4"high,28 oz. per sq.yd. E. Level Bed Applications: Provide manufacturer's standard vinyl cushion support system. F. "Pedimat"or similar loose-lay matts in recessed frames shall not be considered COLLIER COUNTY VERTICAL STANDARDS PAGE 35 NOVEMBER 30,2011 Packet Page-956- 10/22/2013 16.D.4. equal to approved"Pedigrid" recessed foot grilles G. Matts and frames shall utilize rigid connections to prevent movement or noises generated by foot grilles during use. DIVISION 13 — SPECIAL CONSTRUCTION 130000—GENERAL A. FBC,MBMA,and the requirements of Division 1 apply to work of this section. 133419—METAL BUILDING SYSTEMS A. Pre-engineered metal buildings may be used for storage and maintenance buildings, and where approved by FM staff. B. Delegated Engineering;Prefabricated structures shall be designed and sealed by the manufacturers Structural Engineer licensed in the State of Florida. All shop drawings shall be reviewed and approved by the Design Professional of Record prior to fabrication. C. Contractor shall coordinate the design and installation of anchor bolts. D. Provide rigid steel channel or framing at each door and window opening.Do not use door frame to support wall girt framing. E. Provide concrete curb and flashing at bottom of metal siding,raised not less than 8" above Concrete floor slab. DIVISION 14 — CONVEYING SYSTEMS 140000—GENERAL A. FBC,NFPA, OSHA, and the requirements of Division 1 apply to work of this section. 142000—ELEVATORS A. Comply with ANSI/ASME A17.1 and Addenda, CABO/ANSI A117.1, and all State of Florida codes and regulations for Elevators. B. All elevators specified shall be of generic manufacture with no proprietary items COLLIER COUNTY VERTICAL STANDARDS PAGE 36 NOVEMBER 30, 2011 Packet Page-957- 10/22/2013 16.D.4. included within the installation.The elevator shall have the capabilities of being served by any elevator manufacture or without the assistance of any manufacturers diagnostic tools. C. Elevator Emergency Telephones shall be Code Blue Corporation's model # CB 3100 FP I standard speakerphone with single red "Push for Help"button and flush mounted. 1. All emergency elevator telephones, whether new or replacement, will be programmed to dial extension 7721 (Facilities Management Building Operations Center)automatically upon lifting of receiver. 2. All emergency elevator telephone replacements or installations will be coordinated with the Building Automation Coordinator of the Facilities Management Department(239-252-8380)as well as the Telecommunications Manager of the Information Technology Department (239-252-8888). 3. All emergency elevator telephones will be programmed via the Telecommunications Manager of the Information Technology Department to include the following caller ID information: 3.1. Identifying Building Letter/Name 3.2. Identifying Elevator Number 3.3. Identifying Phone Extension/Number(for phone in elevator) Example: Bldg F,Elevator 1, 7548 4. All emergency telephones will be tested and information correctly verified before contractor leaves worksite. 5. Contractor to provide written documentation to the Facilities Management Building Automation Coordinator that the above steps were followed and verified. 6. Code Blue speaker phone must be programmed to the Code Blue test computer in the Building "W" operations center. D. Card Readers 1. Exterior Elevators: Provide card reader at each elevators door location at each floor. 2. Interior Elevators: Provide card reader in each elevator cab unless directed otherwise. E. Provide CCTV camera with a fish-eye lens in each elevator cab. COLLIER COUNTY VERTICAL STANDARDS PAGE 37 NOVEMBER 30, 2011 Packet Page-958- 10/22/2013 16.D.4. F. All 3-phase equipment shall have phase-loss protection. 144000—WHEELCHAIR LIFTS A. Wheel Chair Lift may not be used except with prior written approval from FMS and the Building Official. DIVISION 21 — FIRE SUPPRESSION 211100—FIRE SUPPRESSION SPRINKLER SYSTEM A. Provide a complete automatic fire sprinkler system where required by Code or Ordinance. Refer to Division 1 for General Requirements, Codes, and Standards. B. Comply with NFPA 13 and Collier County Ordinance 98-74 Fire Prevention and Protection Code for the design and installation of all Fire Suppression System work. The system shall be designed by a Professional Engineer licensed in the State of Florida. When the Contractors PE is responsible for the system design, the Engineer of Record for the building shall review and approve the installers shop drawings prior to permit application. C. Sprinkler heads shall be recessed or semi-recessed in all occupied rooms, centered in acoustic ceiling tiles. 1. Maintain centerline alignment with adjacent fixtures in a neat, orderly, and workmanlike appearance. D. Maintain accurate as-built plans of the work. E. All computer rooms,hub rooms, and electrical rooms shall be protected by a gas fire suppression system, no wet sprinklers arc allowed in these areas. F. Pumps: 3-phase equipment, if any,shall have phase-loss protection. DIVISION 22 —PLUMBING 220000—GENERAL DESIGN REQUIREMENTS A. Provide plumbing fixtures and restroom facilities as required by the Code,plus additional requirements as follows: COLLIER COUNTY VERTICAL STANDARDS PAGE 38 NOVEMBER 30,2011 Packet Page -959- 10/22/2013 16.D.4. 1. Exterior Requirements; Each building will have at least one(1)hose bib per exterior wall, spaced at not more than 100'-0" o.c. Hose bibs shall have removable metal T-handles,not plastic handles. All hose bibs shall have a vacuum breaker and shall be firmly secured to the building. Provide recessed unit where installed in exterior walls directly abutting exterior walkways. Isolate copper materials from cementitious materials to prevent deterioration. 2. HVAC Equipment Rooms;Provide at least one(1)hose bib and one (1) floor drain in each HVAC Equipment Room. Provide trap primer at FD unless FD is used as condensate drain. 3. All Mechanical Rooms shall be fitted with sufficient floor drains to allow for drainage of any leaks, condensation, or spillage. 4. Janitorial Closets;Each floor of each building shall have one (1)janitorial closet for every 10,000 sq. ft. and located at each set of restrooms. The Janitors Closet will contain a water heater, floor mop sink, shelves,floor drain,a hose bib, at least one (1) electrical outlet,and sufficient lighting to illuminate room. 5. Restroom Floor Drains;All restrooms,public and private, are to be fitted with floor drains,number and location of which will be determined by size and layout of restroom. Floor drains may be omitted in private restrooms only when located at the first floor. 6. Restroom lavatories and sinks in public areas shall be supplied with cold- water only. 7. Provide flush valve fixtures where adequate water pressure is available. Provide pressure-assist tank type water closets where low water pressure occurs. 8. Provide at least one (1)hose bib at each deck level in parking garages, not more than 100'-0"oc. 9. Lavatory faucets in restrooms shall be hands-free automatic faucets. 10. Flush valves shall be hands-free automatic units. 11. Unless approved otherwise by FM staff, automatic faucets and automatic flush valves shall be hard wired, not battery operated units. Conceal all wiring inside walls or removable covers. Provide access panel for all units located inside walls. COLLIER COUNTY VERTICAL STANDARDS PAGE 39 NOVEMBER 30, 2011 Packet Page-960- 10/22/2013 16.D.4. 12. Provide waterless urinals where directed by FM staff.Where waterless urinals are installed, provide water line inside wall for future connection to flush valve. 13. Pumps: All 3-phase equipment shall have phase-loss protection. 14. Water closets with a max of 1.6 gallons/flush, shower heads—2.5 gpm, and faucets with a 0.5 gpm. 15. Wherever temperature mixing valves are required, they shall be Symmons valves ONLY. 221000—WATER DISTRIBUTION PIPING A. All pipes shall have appropriate shutoff valves located near fixtures to allow for shutoff without shutting down entire systems.Locate valve at fixture, at access panel,or above readily accessible ceiling tile. B. All pipes and fixtures shall have immediate and sufficient access through walls and obstructions to facilitate maintenance and repair. C. All pipes shall have sufficient cleanouts installed to expedite maintenance. Back to back cross-tee assemblies shall have cleanouts above or below cross-tee. D. Insulate all hot water lines. Exposed insulation shall be white color; concealed insulation shall be black or white color. E. Exposed pipes and valves in public restrooms shall be chrome plated. Insulate all exposed pipes and fittings, etc. under lavatories and sinks . F. Wrap and protect all buried lines to inhibit corrosion where in contact with concrete. G. All main valves shall be brass full-ported ball valves. H. All valves shall be numbered and tagged. Provide typewritten chart indicating each valve number and location, laminated in clear plastic cover and posted in Equipment Room. fI. Provide re-circulating pump and return lines for hot water lines over 75' developed length. 224000—PLUMBING FIXTURES A. Acceptable Product Manufacturers: 1. Lavatories, Service Sinks, Water Closets,Urinals,Bath Tubs: COLLIER COUNTY VERTICAL STANDARDS PAGE 40 NOVEMBER 30,2011 Packet Page-961- 10/22/2013 16.D.4. a. American Standard. b. Crane Co. c. Eljer Plumbingware Div. d. Kohler Co. 2. Stainless Steel Sinks: a. American Standard. b. Elkay Mfg. Co. c. Dayton. 3. Faucets: a. Chicago Faucet Co. b. Kohler Co. c. Sloan. d. T& S Brass 4. Flush Valves: a. Sloan Valve Co. (Royal, no substitutions) 5. Water Closet Seats: open front; a. Bemis Mfg. Co. b. Beneke Corp. c. Forbes-Wright Industries, Inc.; Church Products. d. Olsonite Corp.; Olsonite Seats. 6. Urinals: a. Kohler Waterless Urinals Only-NO SUBSTITUTIONS. 7. Fixture Supports: a. Josam Mfg. Co. b. Kohler Co. c. Tyler Pipe. d. Zum Industries, Inc.; Hydomechanics Div. B. All plumbing fixtures shall be white color. C. Faucets and trim shall be chrome-plated brass 224010—WATER HEATERS COLLIER COUNTY VERTICAL STANDARDS PAGE 41 NOVEMBER 30, 2011 Packet Page -962- 10/22/2013 16.D.4. A. Provide commercial grade water heaters using only industry standard components and sizes, limited to 110, 208,and 240-volt units manufactured by State or Lochinvar ONLY. Units requiring 480-volt service or special heating elements may not be used without prior written approval by FMS. Temperatures are to be pre-set to 120°F. DIVISION 23 -HVAC 230000—GENERAL A. Requirements of Division 1, Standard Plumbing and Mechanical Codes,NEC, NFPA, AMSE, State Board of Health Sanitary Code, OSHA,ASHRAE,AMCA, SMACNA,UL, Florida Energy Code, and Collier County Government Vertical Construction Standards apply to work of this section. B. All materials and equipment provided shall be assembled,erected, and installed in such a manner as to insure proper operation of the system of which they are a part, including air-handlers,direct-expansion units,temperature controls, chillers, cooling towers,condenser pumps,brine pumps,the chilled water primary and secondary pumping systems,the EMS control system, and the electrical services. Equipment, devices,and accessories, not covered by Codes and/or Standards governing their installation shall be installed in strict accordance with the manufacturers' printed instructions. C. All design concepts and drawings, shop drawings submittals,equipment listings, etc. will be reviewed by Facility Management for their approval. D. After the installation is complete, Facilities Management shall review the contractor's commissioning plan and testing and balancing results. After tests and commissioning work is approved the equipment shall be officially accepted by Collier County,warranty and guarantee periods shall begin, and the equipment shall be turned over to Collier County in operating condition. 230010—MECHANICAL SYSTEM DESIGN REQUIREMENTS A. The HVAC system shall be designed in accordance with the above referenced codes and standards and the requirements and specifications of the building. B. The system shall be designed to operate at and maintain interior humidity levels at 45%to 50%relative humidity. C. The system shall be designed to provide hearing sufficient to maintain room/space temperatures of 72°F when the outside air temperature is 35°F. COLLIER COUNTY VERTICAL STANDARDS PAGE 42 NOVEMBER 30, 2011 Packet Page -963- 10/22/2013 16.D.4. D. Indoor Air Quality;All buildings shall be designed in accordance with the latest issue of ASHRAE Standard 62,Ventilation for Acceptable Air Quality for building outdoor air. Where the requirements of the Vertical Standards are more stringent than the referenced ASHRAE standards,the Vertical Standards shall be used. E. The system shall be capable of scaling back CFM and outside air when maximum quantities are not required for maintaining acceptable Indoor Air Quality Standards. F. Air conditioning system must provide a positive pressure throughout the building. G. Coordinate with the work of other trades to insure access panels are provided at all required locations and that the access panels are unobstructed by other equipment. H. All mechanical rooms are to be air-conditioned. I. All outside air intakes shall have Hurricane Wind/Water shedding louvers installed on the exterior and have duct drains installed immediately on the interior adjacent to the louvers with duct work designed to direct any water entering thru the louvers to the drains. The drains shall be piped directly to floor drains. J. Electrical equipment rooms shall be air conditioned to maintain 70d F, with not less than 125%excess capacity to cool equipment. K. Exhaust fans in vehicle areas shall be controlled with manual switch and CO detector. a. CO detector overrides manual switch. L. All 3-phase equipment shall have phase-loss protection. M. The overall system shall be designed to operate at maximum electrical energy efficiency while maintaining Indoor Air Quality Standards and Collier County Air Quality Standards under all load conditions. N. ALL HVAC air handlers, exhaust fans, supply fans,and cooling equipment shall be equipped with magnetic starters or VFDs to enable connection and control by the JCI Building Automation System(Metasys). 230020—AS-BUILT DRAWINGS A. Contractor must provide accurate and updated as-built drawings detailing all mechanical installations accurately as they are installed. 230021 —FINAL CLEANING AND ACCEPTANCE A. Special care should be taken during construction as to not let any foreign particles into the occupied area air stream. COLLIER COUNTY VERTICAL STANDARDS PAGE 43 NOVEMBER 30, 2011 Packet Page-964- 10/22/2013 16.D.4. 1. The Contractor shall clean all AHU coils and replace all filters prior to final acceptance. 2. The Contractor shall maintain filter media on all open ducts during the entire construction period until the system is in normal operation. B. The Owner, Engineer, and Contractor shall meet on-site and review the As-built Plans,Test and Balance Report,the Manufacturers Operation manuals, and the Maintenance manuals and instructions prior to acceptance. 230548—VIBRATION AND NOISE CONTROL A. All units shall be equipped with proper vibration control springs and/or pads specified by manufacturer to minimize vibration and noise. B. Mechanical rooms adjacent to offices must be quiet operating and sound levels shall be abated and subdued with insulation and silencers so that the pressure levels within three feet from any surface on the chiller and within the mechanical room do not exceed 90DB. C. Coordinate with the work of other trades as required to insure adequate sound attenuation of all equipment. Provide full height partitions and sound batt insulation at all mechanical room walls. Seal all wall penetrations,and provide continuous seal at top,bottom, ends and all edges of mechanical room walls. 230553—MECHANICAL IDENTIFICATION A. All supply and return grilles shall be marked with vinyl letters to identify the grille and corresponding air handling units and as directed by Facilities Management Staff. All grilles will be assigned a number by the Senior HVAC technician and included on the master ventilation plan. These numbers will coincide with METASYS identification numbers for ease of identification for remote use. B. All condensers, air handler units,fans,and other major components of the mechanical system shall be identified with the same designation used on the drawings and supplemental numbers as designated by FMS. Use either neatly stenciled signs painted directly on equipment, or plastic signs with I" high engraved letters permanently fastened to the units. 230563—ANTI-MICROBIAL TREATMENT A. Not Required. COLLIER COUNTY VERTICAL STANDARDS PAGE 44 NOVEMBER 30,2011 Packet Page-965- 10/22/2013 16.D.4. 230593—TESTING,ADJUSTING,AND BALANCING A. All air handlers shall be properly balanced at designed static pressure of the unit manufacturer prior to occupancy. Each air handler shall be balanced at: 1 Maximum Cooling Conditions, 2 Minimum Cooling (satisfied) Conditions, and 3 Maximum Heating Conditions. Each zone should be properly balanced, each diffuser should have proper amount of CFM making up the total for each individual VAV box. The total CFM of all VAV boxes should equal the CFM output of their air handler to be properly balanced. This must be achieved for acceptance of the air testing and balancing report. 1. Provide written qualifications of all personnel used to perform any testing, adjusting,or balancing on site.Provide written certification to the County that work was done on site. 2. Install clean filters at AHU and at all RJA grilles prior to testing and balancing. 3. All ceilings shall be installed and all doors and windows shall be closed during test and balance work. B. Test and balance services shall be included in the contract for construction except for building projects exceeding$200,000.00 in construction cost or mechanical equipment contracts exceeding $25,000.00, where the client will provide the services of an independent, certified test and balance firm. 230713—DUCT INSTALLATION A. All ducts shall be externally insulated. There shall be no fiberglass material in the air stream. 232300—REFRIGERANT PIPING A. All piping shall be type "K" or type"L"copper piping.All elbow piping shall be of long radius to increase flow and prevent restrictions. Provide 45d elbows in lieu of 90d elbows wherever possible.All taps, tees,joints,oil-traps, and other connections shall be made only with appropriate fittings designed and selected for the use of the piping system. All connections shall have brazed joints. 233113—METAL DUCTWORK A. All supply and return ductwork shall be externally insulated galvanized sheet metal with no fiberglass insulation in the air-stream. All exhaust fan ducts and outdoor air ducts shall be aluminum with external insulation. COLLIER COUNTY VERTICAL STANDARDS PAGE 45 NOVEMBER 30, 2011 Packet Page -966- 10/22/2013 16.D.4. B. Ductwork Accessories; All materials needed such as anchors,hangers, screws, canvas connectors, "S" and "Drive" cleats,duct sealant shall be properly installed as to insure proper safe operation of system. 233116—FIBROUS-GLASS DUCTWORK A. Fiberglass duct systems are not allowed in new building or renovations. 233233—PLENUM RETURN SYSTEMS A. Plenum return systems are not allowed in new buildings. 233346—FLEXIBLE DUCTS A. Maximum length 6'-0". 234000—AIR FILTERS A. All air handling units should have clean pleated filters,min 2"thick,40%MERV 8 efficient per ASHRAE 52. B. Install filter grilles at all returns serving occupied spaces. 236400—CHILLER EQUIPMENT AND PIPING A. Chiller shall be an electric motor driven centrifugal or rotary screw liquid type, equipped with flooded evaporator,water cooled condenser, oil supply system for both lubrication and hydraulic capacity control,electrical disconnect,motor starter, and microcomputer control panel, and all related inter-connecting piping and electrical connections. Chiller shall be a factory assembled and packaged unit complete with full operating charge of oil and refrigerant.Refrigerant shall be R22, HCFC 123, or HFC 134A. 1. Chiller shall be manufactured by the Trane Company unless approved otherwise by FM Director. B. Variable Frequency Drives for pumps and fans shall be manufactured by ABB. No substitutions C. Chiller Room Safety Equipment; The contractors'chiller manufacturer shall furnish all necessary safety equipment as required to bring the existing or new chiller mechanical room up to the current ANSI/ASHRAE Standard No. 15-1992 COLLIER COUNTY VERTICAL STANDARDS PAGE 46 NOVEMBER 30,2011 Packet Page-967- 10/22/2013 16.D.4. requirements and in accordance with the furnished per Standard No. 32-1994. The requirement includes signage identifying the type, quantity,pressure, and installer of the refrigerant, oxygen deprivation and refrigerant sensors, monitoring panels, occupancy sensors for automatic activation of the ventilation systems, plus one normal use and one backup use approved self contained breathing apparatuses with storage cabinets. Proper mechanical room ventilation should be sized for heat dissipation. D. Alarms;All chiller rooms shall be equipped with a carbon monoxide sensor and alarm. E. Pipes and Pipe-Fittings for Chilled Water Systems;Pipe shall be Schedule 40 black carbon steel type BCS-150 meeting requirements of ASTM A120 and A53 for chilled water,cooling tower water,brine water,and vent system usages. All piping shall utilize screw fittings for sizes 2" and smaller and butt welded joints and flange fittings for sizes 2 1/2" and larger as required to join associated valves and equipment flanges. 1. No PVC piping on any chilled water,cooling tower water, brine water and vent system usages. F. Valves for Chilled Water Systems; Valves for isolation and shut-off services shall be gate type with dual supported rising stems for 125PSI working pressure service with bronze valve bodies and screw fittings for pipe sizes up to and thru 2-inches and with iron bodies and either flange or grooved fittings for all larger pipe sizes. 1. Balancing valves for fixing water flow rates shall be ball and/or globe type with calibrated orifices, indicating operating handles and flow rate gauge fittings as required for setting flow rates. 2. Variable water flow system control valves shall be globe and/or butterfly single- and two-way types with manual and motorized operators as required to operate within the BAS system. All valves shall be capable of providing smooth proportioning flow control. Spring returns shall be provided on all two positions and/or reversible modulating valves where required for fail-safe operation. G. Piping Specialties for Chilled Water Systems; All required piping accessories shall be provided and shall include, but not be limited to, air vents,pressure relief valves, dielectric connectors,gauge piping, strainers, flexible connectors, temperature sensors and wells,pressure gauges and ports, gaskets, and wall and floor sleeves, expansion joints,pipe supports, and anchors and all other devices necessary for a complete and operable installation. COLLIER COUNTY VERTICAL STANDARDS PAGE 47 NOVEMBER 30,2011 Packet Page -968- 10/22/2013 16.D.4. H. Thermal Pipe Insulation for use indoors on all chilled water piping and surfaces shall be minimum 1 1/2-inch thick fibrous glass insulation with vapor barrier. Use 2" foam glass insulation between chiller and ice tanks. I. All chilled water piping shall be color coded with label and arrows identifying direction and contents of flow. Provide aluminum jacket over all insulated piping where exposed to view and/or exterior to building above grade. J. Each building shall have both supply and return chilled water line shutoffs at the entrance to the building and at each floor of the building. 236500—COOLING TOWERS A. Cooling tower shall be an induced draft,cross flow, factory assembled. It shall consist of heavy gauge steel frame work cells housing bottom cold water basins, central water spillways, and top hot water basins, fans and speed reducing decks, fan cylinders,electric drive motors,etc. The tower shall include all accessories as required for safe and reliable operation. Structural framing, casing covers, basin, sump,and all fasteners shall be stainless steel. 1. Cooling Tower shall be manufactured by the Marley Company, Baltimore Aircoil,or a County approved equal. 2. Cooling Tower shall be CTI certified. B. Pumps shall be centrifugal types of two mounting arrangements, in-line pipe mounted for secondary chilled water loop pumps and base mounted for all other applications. 1. Pumps shall be manufactured by Bell & Gossett,Armstrong,Aurora, EVAPCO, Peerless, or an approved equal. 2. Limit pump motors to nominal 1800 RPM wherever possible 3. All pumps shall be Horizontal models unless specifically approved by Facilities Management. C. The base mounted pumps shall be installed on housekeeping pads which are installed in such a manner to insure accessibility to remove pump motors. The pumps should be located near accessible doors allowing a portable hoist into and accessing the pumps without any obstructions. 1. Locate motor out of airstream. COLLIER COUNTY VERTICAL STANDARDS PAGE 48 NOVEMBER 30, 2011 Packet Page-969- 10/22/2013 16.D.4. 237300—SPLIT—SYSTEM HVAC UNITS A. Split-system HVAC units shall be matched units provided by the same manufacturer. Approved manufacturers are Carrier,Trane,and York. B. Air Cooled Condensers 1. All air cooled condensers shall be concealed from view from the front or sides of the building. Condensers shall be located in a dry, dust-free environment separated from landscaping and maintained lawns and not confined in an enclosed area.Provide "Bronzeglow"factory applied protective finish(or approved equal)where units are located within one mile of the coast. Do not locate exterior units directly under the edge of a roof overhang or roof valley. 2. Provide sufficient clear area around the unit to for maintenance and free air circulation without recirculation. Confirm the manufacturer's minimum recommended clearances between units and walls prior to design. In no cases shall units be placed closer than two (2)feet from an adjacent wall nor closer than three (3) feet between units. Provide additional clear areas for servicing as recommended by the manufacturer, but not less than(5) feet on service side,plus a minimum five (5) foot by five(5) foot clear work area. The work area must be a hard surface such as on a concrete pad or pavement. Coil grill guards shall be installed on all air cooled condensing units 5 ton and larger. C. Air Handling Units 1. All air handling units shall have not less than two (2) feet of clearance around the entire unit,plus not less than five (5) feet clear on the service side(s)of the equipment. Provide at least one five (5) foot by five (5) foot clear floor area in the equipment room for servicing and maintenance of the equipment. The clearances specified herein are minimum sizes and may need to be increased as necessary to accommodate the equipment used. The size and maintenance requirements of the unit shall be used to determine the required room size. 2. Air handlers shall not be located in attic space, but in mechanical rooms with duct leading into the ceiling. (Exception only if an existing system is installed in an attic space. 3. Provide double-wall Air Handler Units with sloped drain pans. 237400—ROOFTOP UNITS COLLIER COUNTY VERTICAL STANDARDS PAGE 49 NOVEMBER 30,2011 Packet Page-970- 10/22/2013 16.D.4. A. Avoid rooftop units whenever possible. When located on roof,units shall not be visible from the ground. Approved manufacturers are Carrier, Trane, York,and Weatherking. Provide"Bronzeglow"or equivalent, factory applied protective finish where units are located within one mile of the coast. B. Comply with SMACNA and NRCA standards for flashing at all roof penetrations. Coordinate work with other trades. Provide prefabricated roof curbs under all roof mounted equipment. Pitch pans are not allowed. Provide walk boards at rooftop locations. 238400—DEHUMIDIFICATION EQUIPMENT A. Dehumidification equipment must be correctly sized to maintain 50%(or lower) relative humidity level. Manufacturer shall be Scorpion or DFM approved equal. B. Coordinate design requirements with other trades as required to meet this specification. Vestibules are recommended at all high-traffic entrances to the building. DIVISION 25 —INTEGRATED AUTOMATION 255000—HVAC CONTROLS A. "BAS" Control systems 1. All buildings will be evaluated for application of Building Automation Systems,but in general, all buildings over 4,000 square feet will include a Building Automation System. The system will be Johnson Control's Metasys System. Included within the package will be all items currently being utilized by the Facilities Management Department including but not limited to remote monitoring at the main office. 2. Temperature sensors and controls to be located in each private office, zone and/or open area as specified by engineer. 3. Zone and room temperatures to be controlled only by Facility Management Department BAS,not by room occupant NON- adjustable sensors are to be used in all areas except when specifically exempted in writing by Facilities Management staff. 4. Temperature, CO2 and humidity sensors shall be located in space which is being controlled. The sensors shall be mounted on a wall 5 feet above the floor. An additional humidity sensor shall be located in the R/A ducts,and all RH sensors shall be connected to the BAS system.All humidity COLLIER COUNTY VERTICAL STANDARDS PAGE 50 NOVEMBER 30,2011 Packet Page-971- 10/22/2013 16.D.4. sensors installed in County facilities need to be installed in the space that it is monitoring(not in duct). The sensor needs to be installed per manufacturer's requirements. This is usually at the 4-1/2 to 5 foot level. It must be clear of all furniture and other obstructions so as to properly read the space RH%. The sensor must be installed on an inside wall of the space being monitored to avoid adverse readings from possible outside wall drafts. Sensors installed in return ducts can be easily forgotten about and be difficult to repair. Again,you may not get accurate readings from return air locations due to dust collecting as an insulator and location of the return near an outside doorway. Any deviation from the standard of room sensors needs to be explained and approved by the Director of Facilities Management. 5 Individual DDC controller for each major piece of mechanical equipment to insure operation in case of failure to our"BAS" system. 6. As part of the project, the system shall communicate(through the server located on the 5th floor of Building F)with the work station in the Operations Center at the Facilities Management Headquarters. All equipment will be included in the project. 7. All computer and electrical rooms will have temperature sensors with alarmed ranges monitored and page able. B. "BAS"Network Design 1. System shall be designed to a fault tolerant distributed system with intelligence at each major piece of mechanical equipment. 2. Communication to all DDC controllers shall be by Network Automated Engine; (NAE) in the building. 3. Communication from NAE/NIE (Network Integrate Engine)to Operator Workstation in Building W via Fiber optic Cabling, if building is on campus, or via modem if building is off campus. System shall allow automatic beeper notification of critical alarms as defined by FM department prior to software generation by utilizing the existing automatic dialer if the building is on campus or a new automatic dialer if building is off campus. DIVISION 26 —ELECTRICAL 260000—GENERAL COLLIER COUNTY VERTICAL STANDARDS PAGE 51 NOVEMBER 30, 2011 Packet Page-972- 10/22/2013 16.D.4. A. Standards; Requirements of Division 1,the National Electric Code,NFPA, NEMA, and UL apply to work of this section. B. All automated lighting control systems shall be monitored and controlled through Metasys, unless otherwise approved by the Department of Facilities Management. C. All 3-phase equipment shall have phase-loss protection. D. All light fixtures must accept G.E. replacement lamps. E. Lighting should be designed to recommend candle power readings of Illumination Engineering Society. F. Wherever practical, high efficiency,LED lamps or Energy Star rated products should be used. G. All private offices,bathrooms, break rooms, and other areas with intermittent occupancy during the normal work day, shall be equipped with occupancy/motion sensor light switches. H. ALL HVAC air handlers, exhaust fans, supply fans, and cooling equipment shall be equipped with magnetic starters or VFDs to enable connection and control by the JCI Building Automation System (Metasys). 260010—AS-BUILT DRAWINGS A. The Contractor shall provide accurate and updated as-built drawings detailing all electrical installations,to include outlets, shown as they are actually installed. 260020—RENOVATION AND RETROFIT WORK A. For all renovation,retrofit. and building additions projects,the Design Professional and/or Contractor must consult with County maintenance personnel for tie-in to existing equipment. 260030—SPECIAL EQUIPMENT ROOM REQUIREMENTS A. All mechanical rooms and exterior equipment areas shall be fitted with at least two (2) one (1) 20 amp duplex electrical outlets, 115 volt single phase. B. All mechanical rooms shall be fitted with sufficient lighting to properly illuminate all areas of the room taking into account light obstruction due to equipment,provide approximately 100 Foot Candles of illumination. COLLIER COUNTY VERTICAL STANDARDS PAGE 52 NOVEMBER 30, 2011 Packet Page-973- 10/22/2013 16.D.4. C. Provide 2 separate electrical rooms; one for building power and one for low voltage applications such as computer networks,phone etc. The intent is to physically separate functions while maintaining close proximity to each other. D. If building is equipped with card access hardware,provide card reader at each equipment room. 260040—IDENTIFICATION A. Provide neatly typed panel schedules identifying all circuits in all new and renovated work. B. All panels and switchgear shall be identified with engraved plastic signs indicating same designation shown on the as-built plans. 260500—CONDUCTORS AND CABLES A. Only T.H.H.N. or equivalent, insulated copper wire shall be used in all electrical wiring B. Engineer shall design wiring with respect to the harmonic loads of the building. C. Neutrals shall be installed using one of two approved methods: 1. Install separate neutrals with circuits. 2. Install oversized neutrals. D. Raceways and Raceway Fittings shall be thin wall EMT type steel conduits for indoor use,and PVC for exposed outdoor use. All raceways shall be complete with fittings specifically designed for use with the associated raceways.Flexible metallic and PVC are acceptable. E. Junction, Outlet,and Pull Boxes Shall be constructed of code gauge sheet steel, galvanized or sheradized or otherwise rust proofed, and sized in accordance with the NEC per number of devices and wires within the boxes or the number and sizes of conduits entering the boxes. Outlet boxes shall have suitable cover plates or devices mounting plates as required for its associated device and/or accessory. Junction and pull boxes shall have blank steel covers bolted to the boxes. F. Sleeves for pipe and conduit penetrations through concrete or masonry walls shall be minimum No.22 gauge sheet steel. G. Underground wiring, low and high voltage, for card access,camera, and code blue phones. All wiring underground shall be rated for wet locations,regardless of whether they are in conduit, or they are direct burial. They shall have surge COLLIER COUNTY VERTICAL STANDARDS PAGE 53 NOVEMBER 30,2011 Packet Page-974- 10/22/2013 16.D.4. protection at both ends.When leaving and,or, entering a building; when terminating at any device installed outside; including: cabinets, camera poles, code blue poles, cameras, readers,card access units,gate controllers, etc. 260526—GROUNDING A. Pull ground wire with all circuits. B. Grounds shall be cad welded to steel frame structures. C. Ground rods shall be a minimum of twenty(20)feet long D. Step down transformers for lighting and receptacle loads shall have grounded electrodes to each transformer. 260536—CABLE TRAYS A. Provide cable trays or hooks above corridor ceilings where required by Owners building design program. C. Communication Cabling: . The insulation or outer jacket of all wiring shall be color coded by function according to the National Electric Code Standard. CAT-6 Patch Cords Connection Type Color Ethernet Yellow Critical Care Red Cross-Over White UPS Green Server Blue Department Owned Hardware Black PoE Connections(Wireless) Orange Voice Connectivity Gray Fiber Patch Cords Connection Type Color MM Fiber(62.5 micron) Orange MM Fiber(62.5 micron) White MM Fiber(50 micron) Aqua SM Fiber Yellow 260620.16—DISCONNECT SWITCHES AND CIRCUIT BREAKERS A. All circuit breakers shall be either Square D or ITE type breakers. B. Wafer style breakers shall not be used in new construction. 260620.26—DEVICES COLLIER COUNTY VERTICAL STANDARDS PAGE 54 NOVEMBER 30, 2011 Packet Page-975- 10/22/2013 16.D.4. A. All receptacles shall be twenty (20)amp combination devices. B. Except as noted below,the color of all switches, cover plates, fixtures,devices,exit lights,emergency lights, etc. shall be either White or as scheduled by Design Professional. Trim shall be white color, aluminum, brushed aluminum, or chrome. 1. Computer/UP'S outlets shall be orange color. 2. Emergency generator outlets shall be red color,unless entire facility is powered by emergency generator. C. Firestop Wiring Devices: Furnish and install fire rated wiring devices in fire rated wall(s)/floor(s) for designed and future pathways. 1. Cables passing through fire-rated floors or walls shall pass through fire-rated wiring devices which contain an intumescent insert material that adjusts automatically to cable additions or subtractions. Preferred type is UL System CAJ3231,Easy-Path, by Specified Technologies,Inc. 2. The device(per code requirements) shall include both internal and external firestopping. 3. Cables penetrating through fire-rated floors or walls shall utilize fire-rated pathway devices capable of providing an F rating equal to the rating of the barrier in which the device is installed. 4. The device shall be tested for smoke leakage (L rating)and shall not require the use of any optional sealing materials to achieve the published rating. 5. The device shall utilize a fire and smoke sealing system that automatically adjusts to the addition or removal of cables. 6. Wiring devices shall be capable of allowing a 0 to 100-percent visual fill of cables. 7. Wire devices shall be of a sufficient size to accommodate the quantity and size of electrical wires and data cables required and shall be suitable for use with new or existing cable installations. 8. The installed device(in normal use)shall require no maintenance and shall accommodate future cable changes without mechanical adjustment and/or removal or replacement of protective materials. 9. Wire devices to be provided with steel wall plates allowing for single or multiple devices to be ganged together. 10. The device shall be modular and shall provide mechanical installation options for common wall and floor constructions as well as common construction conditions including over-sized or damaged openings or existing sleeves. COLLIER COUNTY VERTICAL STANDARDS PAGE 55 NOVEMBER 30, 2011 Packet Page-976- 10/22/2013 16.D.4. 262200—TRANSFORMERS A. Provide non-linear load transformers where required. 264100—LIGHTNING PROTECTION A. Where required by building design program,provide a complete UL listed lightning protection system. Shop drawings shall be reviewed and approved by the Design Professional prior to installation. Minimize roof penetrations and coordinate the work with other trades as needed for a complete and proper leak- proof installation. Exposed pitch pans are not allowed. 264300—TRANSIENT VOLTAGE SUPPRESSION A. Provide appropriate surge suppression device for all buildings. 265100—INTERIOR LIGHTING A. Fixtures types shall be limited to listed standard fixtures to facilitate maintenance. 1. Basic interior lighting fixtures shall be 2'x 4'fluorescent lighting fixtures. 2. All lighting fixtures shall have electronic ballasts with T-5 fluorescent lamps with safety fuse,or LED equivalents 3. Recessed lamps shall use only standard PL 5, 7, 9,or 13 lamps.Do not use quad or non-standard lamps. 4. Special fixtures must be approved by the County prior to completion of design. 5. Tandem ballasts are not allowed. 6. Provide at least one non-switched fluorescent night light in Foyer, Lobby, Corridors, and large Open Office areas 7. Lighting must be energy efficient and designed to the recommended candle power readings of the Illumination Engineering Society. 265200—EMERGENCY LIGHTING A. Emergency lights shall be low-profile surface mounted dual head units,white color. COLLIER COUNTY VERTICAL STANDARDS PAGE 56 NOVEMBER 30, 2011 Packet Page -977- 10/22/2013 16.D.4. 1. Provide Chloride Fusion 2, Surelight CU-I, Beghelli Deco 6,or approved equal. 2. Do not use EM backup units for recessed fixtures. 265300—EXIT SIGNS A. Provide LED exit signs with battery back-up for emergency egress requirements. B. Exit signs shall not use fluorescent lamps and nor any radioactive materials. C. Exit signs shall have brushed aluminum faces. Stencils shall be green. 265600—EXTERIOR LIGHTING A. Exterior fixtures shall utilize metal halide lamps with standard mogul bases. Acceptable sizes are limited to 150, 250, and 400 watt lamps. B. Light poles shall be individually fused and numbered sequentially in order to confirm exact pole location for bulb maintenance. Call Facilities Management prior to installing numbers for approved number material, colors, and location on pole. C. Exterior fixtures shall be all aluminum or heavy duty vandal resistant plastic construction with vandal resistant glass lenses. D. Well or buried fixtures are not allowed E. Flag pole lights: 100W MI-I. F. Sign lights: LED equivalent to 70W MH unless approved otherwise. G. Exterior wraparound fixtures: not allowed(use vapor proof fixtures in exterior environments). DIVISION 27— COMMUNICATIONS All communication wiring and cabling shall be run in wire ways,troughs, or other approved supporting means according to NEC 70E. Fire wiring devices shall be used in all fire rated wall(s)/floors(s), refer to Section 26026.26 for requirements. 272000—INFORMATION TECHNOLOGY(IT) COLLIER COUNTY VERTICAL STANDARDS PAGE 57 NOVEMBER 30, 2011 Packet Page-978- 10/22/2013 16.D.4. A. Use Category 6 wire for all data lines in new construction and renovations. B. All offices and conference rooms shall have two IT Duplex Boxes on opposite walls. Each box to have two Cat 6 Lines,terminated and certified. Open space areas to have two Cat 6 lines for each cubicle shown on the systems furniture layout 272010—FIBER OPTIC LINES A. All fiber optic lines must be traceable. Acceptable tracing techniques are as follows: 1. Install pull wires with each line. 2. Encase under ground lines in a steel jacket conduit with Metro Tracer Ribbon for underground locator service compatibility. 273000—TELEPHONE SYSTEMS A. Refer to the Collier County Government Information Technology (IT) Standards Manual. B. Conceal all cables in walls,partitions,and ceiling spaces wherever possible. Run lines in conduit from telephone board to telephone company connection. Do not install unprotected lines or equipment on exterior walls of the building. 274000—CABLE TV SYSTEMS A. Pre-wire for standard cable TV service to all Conference Rooms, Training Rooms, Meeting Rooms,Lobbies,Executive Offices and where identified in the Owners building design program. Refer to the Collier County Government IT Standards Manual. DIVISION 28—ELECTRONIC SAFETY AND SECURITY 281000—SECURITY AND INTRUSION ALARMS A. For new buildings or renovations where the security system is being removed, a new integrated system shall he installed. In existing buildings where the security system is not being replaced,the Facility Management System shall monitor the security system as noted below. 281001 -ACCESS CONTROL SYSTEMS (CARD ACCESS) COLLIER COUNTY VERTICAL STANDARDS PAGE 58 NOVEMBER 30, 2011 Packet Page-979- 10/22/2013 16.D.4. A. System shall perform as a stand-alone security system including all required control sequences per occupant's requirements including necessary keypads, card readers,motion detectors, door contacts,etc. B. Security system shall communicate to the central station on contract(FMS)to indicate at a minimum, zone by zone status. 3. FMS shall act as a secondary reporting station and shall not be the primary reporting station. C. All external hardware shall have tamper proof screws. D. All roof hatches shall be monitored by the security system. 282300—CCTV VIDEO SURVEILLANCE A. Quantity and locations shall be specified at job design meeting by Building Automation Supervisor. B. Fixed Cameras shall be Pelco, Digital Color Cameras. C. Pan/Tilt/Zoom Cameras shall be Pelco Dome Systems. D. CCTV DVR's recording devices shall be Dedicated Micros 1.2 Terabyte. E. CCTV images shall be transmitted to FM Operations Center via multimode, fiber optics on campus F. Two (2) WP electrical outlets shall be installed in locked panel on poles used for CCTV panel. I. DVR's off site need to be in lockable secure cabinet in an air-conditioned secure (preferably card-accessed) area. 283100—FIRE ALARM A. Provide a complete Fire Alarm system where required by Code or Ordinance. Refer to Division One for General Requirements, Codes, and Standards, including FBC and NFPA codes. 1. Fire Alarm systems shall be provided by Johnson Controls, GE-AST-III, Firelite, or approved equal as directed by FM staff. 2. Fire Alarm software shall be compatible with existing I.F.I software utilized at the Facilities Management operations center. COLLIER COUNTY VERTICAL STANDARDS PAGE 59 NOVEMBER 30, 2011 Packet Page-980- 10/22/2013 16.D.4. B. Comply with the requirements of NFPA 72, National Fire Alarm Code for all work related to the design and installation of the system. The Engineer of Record shall review and approve the installers shop drawings prior to permit application. C. The fire control panel shall be an addressable fire panel that is ULFM listed. A dual dialer with 2 phone lines coming from the fire panel is required;two(2) lines per fire code to the primary monitoring company, and a third MC card & ethernet connection back to the Building "W'' Operations Center for ancillary monitoring. For new buildings or renovations where the existing fire alarm system is being removed, a new integrated system shall be installed. In existing buildings where the fire alarm system is not being replaced,the Facility Management System shall monitor the fire alarm system as noted below. 1. System shall perform as a stand-alone fire alarm system including all required control sequences including Fire Department notification. 2. Fire Alarm system shall communicate to(FMS)to indicate at a minimum, zone by zone status. 3. FMS shall act as an ancillary secondary reporting station and shall not be the primary reporting station. D. Maintain accurate as-built plans of all work. 1. Provide neatly typed zone schedule at the fire alarm panel. 2. Provide CAD discs of any new or revised alarm system. E. Provide a lockable exterior"fire fighter key box" located near the main entry of each new building and containing the building's master key or card access card for use during fire emergencies.Approval of the box type and final location shall be determined solely by the Fire Department and/or Fire Marshall for each fire district. F. Provide a"Stopper II w/Horn Casing" (model # STI-1130 or equivalent)for all Lobby and Entrance area Fire Pull Stations. G. All warning devices(Horn/Strobes etc.) shall be ceiling mounted and not located on the wall unless required by code. Center the device within individual ceiling tiles when possible. All warning devices shall be equipped with internal battery Back-up DIVISION 31 —EARTHWORK 310000—GENERAL COLLIER COUNTY VERTICAL STANDARDS PAGE 60 NOVEMBER 30, 2011 Packet Page -981- 10/22/2013 16.D.4. A. Comply with the Collier County Land Development Code, FBC, and requirements of Division 1. 312000—GRADING A. Enclosed building floor slabs shall be at least 8" above exterior finish grade. Do not slope grades towards buildings. Final grading around the building is to be sloped evenly away from structures and slabs to insure positive drainage. DIVISION 32 —EXTERIOR IMPROVEMENTS 329300—LANDSCAPING A. Except for grass, all landscaping must be at least three(3)feet away from any exterior wall. Plants and other foliage must have a three (3)foot clearance between outer limbs and each wall. B. Trees are to be planted at least Fifteen(15)feet from any exterior wall.No Trees to be planted in pavers C. Landscaping may not be planted within Four(4)feet of HVAC units, fire protection assemblies,mechanical or electrical equipment. Increase distance as needed to provide required clearance for anticipated full-grown size of landscaping. D. Install not less than 10"wide border of gravel at the perimeter of exterior walls around each building. Gravel shall be not less than 4"thick, installed over weed block fabric, with a suitable continuous edge trim. Top of gravel shall be at least 8" below the finish floor slab. J. Completely remove all compacted base and sub base material from all areas intended for landscaping and trees. Add top soil to all areas prior to installation of plant material. K. Facility Manager to approve all plant material prior to installation. L. Irrigation syetem shall tie into existing system or follow standards. Provide connection to reclaimed water system if possible. M. Grading and landscaping shall be sloped away from building,walkways, pavement, equipment, etc, and water runoff shall drain into site drainage system without standing water. COLLIER COUNTY VERTICAL STANDARDS PAGE 61 NOVEMBER 30, 2011 Packet Page-982- 10/22/2013 16.D.4. END OF VERTICAL STANDARDS DOCUMENT PROJECT CHECKLIST In addition to the items identified in the program for the project,the following specific items shall reviewed by the Design Professional and discussed with Facilities Management staff: 1. Design Criteria-Wind Speed 2. Floor Elevation 3. Flood-Proofing Method, if required 4. Local Architectural Standards, if applicable 5. Roof-type and color 6. Insulation- code-vs- increased R values 7. Exterior Doors-corrosion resistance 8. Window Glazing- laminated,tinted, etc. 9. Window Protection- shutters, if any 10. Hardware- card key access-vs-keys 11. Hardware-key schedule 12. Color Selections 13. Carpet Type- glue-down-vs-carpet tile 14. Carpet Specifications 15. Security System, if required 16. Security Cameras, if required 17. Card Access 18. Dehumidification Equipment COLLIER COUNTY VERTICAL STANDARDS PAGE 62 NOVEMBER 30, 2011 Packet Page-983- 10/22/2013 16.D.4. 19. HVAC Units; evaluate SEER 12.0 or higher 20. Energy Management Control System 21. Telephone and Data Wiring 22. UPS and/or Emergency Generator 23. Lightning Protection 24. Fire Alarm System-review with local AHJ PROJECT DATA FORM Information listed on this form is to be submitted to the Collier County Facilities Management Department by the Design Professional for each project. Changes, if any, should be reviewed with the County Project Manager during Schematic Design, Design Development, Construction Documents, and at the completion of Construction Administration Services. 1. Project Name 2. Project Address 3. Building Area 4. Project Budget 5. Design Schedule 6. Scope of Services 7. Scope of Project COLLIER COUNTY VERTICAL STANDARDS PAGE 63 NOVEMBER 30,2011 Packet Page-984- 10/22/2013 16.D.4. 8. Project Checklist The attached checklist shall be completed and delivered to the Facilities Management Department during Schematic Design. COLLIER COUNTY VERTICAL STANDARDS PAGE 64 NOVEMBER 30,2011 Packet Page-985- 10/22/2013 16.D.4. COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS DEPARTMENT OF FACILITIES MANAGEMENT 1998 SPACE ALLOCATION AND UTILIZATION PLAN OCCUPANT TYPE SQUARE FEET Standard Circumstances Chief Administrative Judge Closed 350 400 Constitutional Officer Closed 350 400 County Administrator Closed 350 400 County Attorney Closed 250 300 Assistant County Administrator Closed 250 300 Circuit Judge Closed 250 300 County Judge Closed 250 300 Under Sheriff Closed 250 300 Health Department Director Closed 168 200 Division Administrators Closed 168 200 Assistant County Attorney Closed 168 200 Court Administrator Closed 168 175 Department Directors Closed 144 175 Attorneys Closed 120 144 Manager Level Closed 120 120 Professional Level Closed 120 120 Superintendent Level Closed 120 120 Administrative Assistant Open / 120 120 Closed Supervisors Open / 100 100 Closed Technical Positions Open / 100 100 Closed Analysts Open 100 100 Probation Officers Closed 120 Secretary Open 80 100 Clerks Open 80 100 Conference Rooms Seats 8-10 Closed 150 150 Conference Rooms w/ Library Closed 200 200 Large Courtroom (Jury Trial , Closed 2000 2000 COLLIER COUNTY VERTICAL STANDARDS PAGE 65 NOVEMBER 30, 2011 Packet Page-986- 10/22/2013 16.D.4. Arraignment) Standard Courtroom Closed 1800 1800 Small Courtroom Closed 1400 1400 Hearing Rooms Closed 870 870 Jury Deliberation Sets w toilets Closed 300 300 Attorney Client Conference Closed 120 120 Victim Witness Waiting Closed 120 120 Courtroom Holding Closed 120 120 Judicial Assistant Open 100 100 Judicial Assistant waiting area Open 60 60 Judges Area Support Open 60 60 Judicial Library Closed 500 500 Visiting Judge chambers w toilet Closed 200 200 COLLIER COUNTY VERTICAL STANDARDS PAGE 66 NOVEMBER 30,2011 Packet Page-987- 10/22/2013 16.D.4. EXHIBIT M: PLANS AND SPECIFICATIONS See Exhibit M Plans and Exhibit M Specifications attached 92 Construction Services Agreement:Revised 07012013 Packet Page-988- 10/22/2013 16.D.4. COLLIER AREA TRANSIT PASSENGER TRANFER FACILITY IMPROVEMENTS COLLIER COUNTY, FLORIDA FARE COLLECTION ROOM TECHNICAL SPECIFICATIONS Issued for Bidding March 31, 2013 PREPARED BY: ATKINS Packet Page -989- ' 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PROJECT TABLE OF CONTENTS TECHNICAL SPECIFICATIONS DIVISION 01—GENERAL REQUIREMENTS 011100 SUMMARY OF WORK 013300 SUBMITTAL PROCEDURES 017419 CONSTRUCTION WASTE MANAGEMENT 017700 CLOSEOUT PROCEDURES DIVISION 02—EXISTING CONDITIONS 024119 SELECTIVE STRUCTURE DEMOLITION DIVISION 03—CONCRETE NOT USED DIVISION 04—MASONRY NOT USED DIVISION 05-METALS 054000 COLD FORMED METAL FRAMING 055000 MISCELLANEOUS METALS DIVISION 06—WOOD,PLASTICS,AND COMPOSITES 061053 MISCELLANEOUS ROUGH CARPENTRY DIVISION 07—THERMAL AND MOISTURE PROTECTION 072100 THERMAL INSULATION 074213 METAL WALL PANELS 076200 SHEET METAL FLASHING AND TRIM 079200 JOINT SEALANTS DIVISION 08—OPENINGS 081113 HOLLOW METAL DOORS AND FRAMES 081416 FLUSH WOOD DOORS 087100 DOOR HARDWARE DIVISION 09—FINISHES 092216 NON-STRUCTURAL METAL FRAMING 092900 GYPSUM BOARD 096519 RESILIENT TILE FLOORING 099123 PAINTS AND COATINGS TABLE OF CONTENTS 000001 - 1 Packet Page-990- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM DIVISION 10—SPECIALTIES 101400 SIGNS DIVISION 11—EQUIPMENT NOT USED DIVISION 23-HEATING VENTILATING AND AIR CONDITIONING 233713 DIFFUSERS,REGISTERS,AND GRILLES DIVISION 26—ELECTRICAL 260533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260544 SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS 262726 WIRING DEVICES 262816 ENCLOSED SWITCHES AND CIRCUIT BREAKERS DIVISION 28-ELECTRONIC SAFETY AND SECURITY through 33—UTILITIES NOT USED --End of Project Table of Contents— TABLE OF CONTENTS 000001 - I Packet Page-991- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 011000—SUMMARY OF WORK PART 1 -GENERAL 1.1 SUMMARY A. Section includes: 1. Project information. 2. Work covered by Contract Documents. 3. Access to site. 4. Coordination with occupants. 5. Work restrictions. 6. Specification and drawing conventions. B. Related Section: 1. Division 01 Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.2 PROJECT INFORMATION A. Project Identification: FARE COLLECTION ROOM 1. Project Location: 8300 Radio Road,Naples, Florida 34104 B. Owner: Collier Area Transit 1. Owner's Representative: Contractor shall coordinate with Owner for Representative contact information C. Architect: Atkins North America 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of the Project is defined by the Contract Documents and consists of the following: 1. Collier Area Transit, Passenger Transfer Facility, improvements to the Fare Collection Room B. Type of Contract. 1. Project will be constructed under a single prime contract. SUMMARY 011000- 1 Packet Page-992- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1.4 ACCESS TO SITE A. General: Contractor shall have full use of Project site for construction operations during construction period. Contractor's use of Project site is limited only by Owner's right to perform work or to retain other contractors on portions of Project. B. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. C. Use of Site: Limit use of Project site to areas within the Contract Limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to areas within the Contract limits. 2. Driveways, Walkways and Entrances: Keep driveways parking garage, loading areas, and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances by construction operations. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. D. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weather-tight condition throughout construction period. Repair damage caused by construction operations. 1.5 COORDINATION WITH OCCUPANTS A. Full Owner Occupancy: Owner will occupy site and existing adjacent building(s)during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day- to-day operations. Maintain existing exits unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and approval of authorities having jurisdiction. 2. Notify the Owner not less than 72hours in advance of activities that will affect Owner's operations. B. Partial Owner Occupancy: Owner will occupy the premises during entire construction period, with the exception of areas under construction. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's operations. Maintain existing exits unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and authorities having jurisdiction. SUMMARY 011000-2 Packet Page-993- 1 1 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Provide not less than 72hours' notice to Owner of activities that will affect Owner's operations. C. Owner Limited Occupancy of Completed Areas of Construction: Owner reserves the right to occupy and to place and install equipment in completed portions of the Work, prior to Substantial Completion of the Work, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and limited occupancy shall not constitute acceptance of the total Work. 1. Architect will prepare a Certificate of Substantial Completion for each specific portion of the Work to be occupied prior to Owner acceptance of the completed Work. 2. Obtain a Certificate of Occupancy from authorities having jurisdiction before limited Owner occupancy. 3. Before limited Owner occupancy, mechanical and electrical systems shall be fully operational, and required tests and inspections shall be successfully completed. On occupancy, Owner will operate and maintain mechanical and electrical systems serving occupied portions of Work. 4. On occupancy, Owner will assume responsibility for maintenance and custodial service for occupied portions of Work. 1.6 WORK RESTRICTIONS A. Work Restrictions,General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and other requirements of authorities having jurisdiction. B. On-Site Work Hours: Limit work in the existing building to normal business working hours of 7 a.m.to 3 p.m.,Monday through Friday,except as otherwise indicated by the Owner. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Owner not less than twodays in advance of proposed utility interruptions. 2. Obtain Owner's written permission before proceeding with utility interruptions. D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration,odors,or other disruption to Owner occupancy with Owner. 1. Notify Owner not less than two days in advance of proposed disruptive operations. 2. Obtain Owner's written permission before proceeding with disruptive operations. E. Nonsmoking Building: Smoking is not permitted within the building or within 25 feet (8 m)of entrances, operable windows,or outdoor air intakes. F. Controlled Substances: Use of tobacco products and other controlled substances is not permitted. SUMMARY 011000-3 Packet Page-994- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1.7 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon(:)is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. C. Drawing Coordination: Requirements for materials and products identified on the Drawings are described in detail in the Specifications. One or more of the following are used on the Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products are identified by abbreviations scheduled on Drawings. 3. Keynoting: Materials and products are identified by reference keynotes referencing Specification Section numbers found in this Project Manual. 1.8 OWNER'S REQUIREMENT A. Contractor shall coordinate temporary facilities and controls with owner's representative. B. Contractor shall provide construction progress documentation; including photographs, schedules and reports. C. All Contract Drawings, Notes and Specifications are complimentary. One does not supersede the other. If a discrepancy is found by the Bidder/Contractor including but not limited to standards of workmanship, qualities of materials, products, components, quantities, or systems, the Bidder/Contractor shall bid the greater cost of the systems/solution. The bid shall be complete and assumes all responsibility for testing(testing agency selected by Owner), permits, insurance, bonds, general requirements, means, methods, techniques, sequences, procedures, materials, products, components, systems, equipment and accessories required to complete all construction that may or may not directly be indicated in the contract drawings and documents. For example, if the drawings show a door, it is the Bidder's/Contractor's responsibility to bid all fasteners and accessories to complete the installation of the doors. Therefore, the Contract Drawings and Documents shall be taken as the whole set of requirements to construct an Owner-occupied facility that is fully functioning as intended,including all working, operational and environmental systems. The completed Work shall be fully compliant or exceed all current governing codes and ordinances, recognized industry standards pertinent to the Work, and manufacturers' written instructions and current recommendations. The bid shall meet or exceed the requirements stated herein. SUMMARY 011000-4 Packet Page-995- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PART 2-PRODUCTS (Not Used) PART 3 -EXECUTION(Not Used) END OF SECTION 011000 SUMMARY 011000-5 Packet Page-996- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 013300-SUBMITTAL PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings,Product Data, Samples,and other submittals. B. Related Sections: 1. Division 01 Section "Construction Progress Documentation" for submitting schedules and reports, including Contractor's construction schedule. 2. Division 01 Section "Operation and Maintenance Data" for submitting operation and maintenance manuals. 3. Division 01 Section"Project Record Documents" for submitting record Drawings, record Specifications,and record Product Data. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Owner's Representative responsive action. B. Informational Submittals: Written and graphic information and physical samples that do not require Owner's Representative responsive action. Submittals may be rejected for not complying with requirements. 1.3 ACTION SUBMITTALS A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or modifications to submittals noted by the Owner's Representative and additional time for handling and reviewing submittals required by those corrections. 1.4 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. All submittals shall be electronic PDF unless stated otherwise. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals,and related activities that require sequential activity. SUBMITTAL PROCEDURES 013300- 1 Packet Page-997- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Owner's Representative reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 10 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Owner's Representative's will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 5 days for review of each resubmittal. D. Identification and Information: Place a permanent label or title block on each paper copy submittal item for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 6 by 8 inches (150 by 200 mm) on label or beside title block to record Contractor's review and approval markings and action taken by Owner's Representative. 3. Include the following information for processing and recording action taken: a. Project name. b. Date. c. Name of Architect. d. Name of Owner's Representative's e. Name of Contractor. f. Name of subcontractor. g. Name of supplier. h. Name of manufacturer. i. Submittal number or other unique identifier,including revision identifier. 1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number(e.g.,061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 061000.01.A). j. Number and title of appropriate Specification Section. k. Drawing number and detail references,as appropriate. 1. Location(s)where product is to be installed,as appropriate. m. Other necessary identification. E. Identification and Information: Identify and incorporate information in each electronic submittal file as follows: SUBMITTAL PROCEDURES 013300-2 Packet Page-998- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Assemble complete submittal package into a single indexed file with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier,including revision identifier. a. File name shall use project identifier and Specification Section number followed by a decimal point and then a sequential number (e.g., LNHS-061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., LNHS-061000.01.A). 3. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Owner's Representative. 4. Include the following information on an inserted cover sheet: a. Project name. b. Date. c. Name and address of Architect. d. Name of Owner's Representative's e. Name of Contractor. f. Name of firm or entity that prepared submittal. g. Name of subcontractor. h. Name of supplier. i. Name of manufacturer. j. Number and title of appropriate Specification Section. k. Drawing number and detail references, as appropriate. I. Location(s)where product is to be installed,as appropriate. m. Related physical samples submitted directly. n. Other necessary identification. P. Options: Identify options requiring selection by the Architect. G. Deviations: Identify deviations from the Contract Documents on submittals. H. Additional Paper Copies: Unless additional copies are required for final submittal, and unless Owner's Representative observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. 1. Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Owner's Representative. Transmittal: Assemble each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Owner's Representative will discard submittals received from sources other than Contractor. 1. Transmittal Form: Use CSI Form 12.1A. 2. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner's Representative on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same identification information as related submittal. J. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. SUBMITTAL PROCEDURES 013300-3 Packet Page-999- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked with approval notation from Owner's Representative action stamp. K. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers,authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. L. Use for Construction: Use only final submittals that are marked with approval notation from Owner's Representative action stamp. PART 2-PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: 1. Submit electronic submittals via email as PDF electronic files. a. Owner's Representative will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. 2. Action Submittals: Submit electronic submittals via email as PDF of each submittal, unless otherwise indicated. Owner's Representative will return via email. 3. Informational Submittals: Submit electronic submittals via email as PDF electronic files of each submittal, unless otherwise indicated. Owner's Representative will return via email. 4. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Division 01 Section"Closeout Procedures." 5. Certificates and Certifications Submittals: Provide a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. a. Provide a digital signature with digital certificate on electronically-submitted certificates and certifications where indicated. b. Provide a notarized statement on original paper copy certificates and certifications where indicated. 6. Test and Inspection Reports Submittals: Comply with requirements specified in Division 01 Section "Quality Requirements." B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are not suitable for use,submit as Shop Drawings,not as Product Data. SUBMITTAL PROCEDURES 013300-4 Packet Page -1000- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information,as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. c. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. For equipment,include the following in addition to the above,as applicable: a. Wiring diagrams showing factory-installed wiring. b. Printed performance curves. c. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. 5. Submit Product Data before or concurrent with Samples. 6. Submit Product Data in the following format: a. PDF electronic file. b. Owner's Representative will return via email.. C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information,as applicable: a. Identification of products. b. Schedules. c. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 11 x 17 inches. 3. Submit Shop Drawings in the following format: a. PDF electronic file. b. Owner's Representative will return via email. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. SUBMITTAL PROCEDURES 013300-5 Packet Page-1001- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. c. Sample source. d. Number and title of applicable Specification Section. 3. Disposition: Maintain sets of approved Samples at Project site, available for quality- control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Samples not incorporated into the Work, or otherwise designated as Owner's property,are the property of Contractor. 4. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors,textures,and patterns available. a. Number of Samples: Submit one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Owner's Representative will return submittal with options selected. 5. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use,and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color,texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Owner's Representative will retain two Sample sets; remainder will be returned. 1) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least three sets of paired units that show approximate limits of variations. E. Product Schedule: As required in individual Specification Sections,prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Submit product schedule in the following format: a. PDF electronic file. b. Owner's Representative will return via email. SUBMITTAL PROCEDURES 013300-6 Packet Page-1002- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM F. Contractor's Construction Schedule: Comply with requirements specified in Division 01 Section "Construction Progress Documentation." G. Application for Payment: Comply with requirements specified in Division 01 Section "Payment Procedures." H. Schedule of Values: Comply with requirements specified in Division 01 Section "Payment Procedures." I. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design.Use CSI Form 1.5A. 1. Submit subcontract list in the following format: a. PDF electronic file. b. Owner's Representative will return via email. 3. Coordination Drawings: Comply with requirements specified in Division 01 Section "Project Management and Coordination." K. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses,contact information of architects and owners,and other information specified. L. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on American Welding Society(AWS) forms. Include names of firms and personnel certified. M. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. N. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. O. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. P. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. Q. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. R. Product Test Reports: Submit written reports indicating current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on SUBMITTAL PROCEDURES 013300-7 Packet Page-1003- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. S. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction,that product complies with building code in effect for Project. T. Schedule of Tests and Inspections: Comply with requirements specified in Division 01 Section "Quality Requirements." U. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product,for compliance with performance requirements in the Contract Documents. V. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. W. Field Test Reports: Submit reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. X. Maintenance Data: Comply with requirements specified in Division 01 Section"Operation and Maintenance Data." Y. Design Data: Prepare and submit written and graphic information,including,but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. 2.2 DELEGATED-DESIGN SERVICES A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Architect. B. Delegated-Design Services Certification: In addition to Shop Drawings, Product Data, and other required submittals, submit digitally-signed PDF electronic file and one paper copy of certificate, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. 1. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. SUBMITTAL PROCEDURES 013300- 8 Packet Page-1004- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PART 3 -EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Owner's Representative. B. Project Closeout and Maintenance/Material Submittals: Refer to requirements in Division 01 Section"Closeout Procedures." C. Approval Stamp: Stamp each submittal with a uniform,approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ARCHITECTS AND OWNER'S REPRESENTATIVE ACTION A. General: Owner's Representative will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Owner's Representative will review each submittal, make marks to indicate corrections or modifications required, and return it. Architect and Owner's Representative will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action. C. Informational Submittals: Owner's Representative will review each submittal and will not return it, or will return it if it does not comply with requirements. Owner's Representative will forward each submittal to appropriate party. D. Incomplete submittals are not acceptable, will be considered nonresponsive, and will be returned without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 013300 SUBMITTAL PROCEDURES 013300-9 Packet Page -1005- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 017419-CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for the following: 1. Salvaging nonhazardous demolition and construction waste. 2. Recycling nonhazardous demolition and construction waste. 3. Disposing of nonhazardous demolition and construction waste. B. Related Requirements: 1. Section 024119 "Selective Structure Demolition" for disposition of waste resulting from partial demolition of buildings, structures, and site improvements,and for disposition of hazardous waste. 1.2 DEFINITIONS A. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. B. Demolition Waste: Building and site improvement materials resulting from demolition or selective demolition operations. C. Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation for reuse. E. Salvage: Recovery of demolition or construction waste and subsequent sale or reuse in another facility. F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent incorporation into the Work. 1.3 PERFORMANCE REQUIREMENTS A. General: Achieve end-of-Project rates for salvage/recycling of 75 percent by weight of total non-hazardous solid waste generated by the Work. Facilitate recycling and salvage of materials. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419- 1 Packet Page-1006- II 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1.4 SUBMITTALS A. Waste Management Plan: Submit plan within 30 days of date established for commencement of the Work. B. Waste Reduction Progress Reports: Concurrent with each Application for Payment, submit report. Include the following information: 1. Material category. 2. Generation point of waste. 3. Total quantity of waste in tons. 4. Quantity of waste salvaged,both estimated and actual in tons. 5. Quantity of waste recycled,both estimated and actual in tons. 6. Total quantity of waste recovered(salvaged plus recycled)in tons. 7. Total quantity of waste recovered(salvaged plus recycled)as a percentage of total waste. C. Waste Reduction Calculations: Before request for Substantial Completion, submit calculated end-of-Project rates for salvage, recycling,and disposal as a percentage of total waste generated by the Work. D. Records of Donations: Indicate receipt and acceptance of salvageable waste donated to individuals and organizations. Indicate whether organization is tax exempt. E. Records of Sales: Indicate receipt and acceptance of salvageable waste sold to individuals and organizations. Indicate whether organization is tax exempt. F. Recycling and Processing Facility Records: Indicate receipt and acceptance of recyclable waste by recycling and processing facilities licensed to accept them. Include manifests, weight tickets,receipts,and invoices. G. Landfill and Incinerator Disposal Records: Indicate receipt and acceptance of waste by landfills and incinerator facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices. 1.5 QUALITY ASSURANCE A. Waste Management Conference: Conduct conference at Project site to comply with requirements in Section 013100 "Project Management and Coordination." 1.6 WASTE MANAGEMENT PLAN A. General: Develop a waste management plan according to ASTM E 1609 and requirements in this Section. Plan shall consist of waste identification, waste reduction work plan, and cost/revenue analysis. Distinguish between demolition and construction waste. Indicate quantities by weight or volume, but use same units of measure throughout waste management plan. B. Waste Identification: Indicate anticipated types and quantities of demolition and construction waste generated by the Work. Include estimated quantities and assumptions for estimates. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-2 Packet Page-1007- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM C. Waste Reduction Work Plan: List each type of waste and whether it will be salvaged,recycled, or disposed of in landfill or incinerator. Include points of waste generation, total quantity of each type of waste, quantity for each means of recovery, and handling and transportation procedures. 1. Salvaged Materials for Reuse: For materials that will be salvaged and reused in this Project, describe methods for preparing salvaged materials before incorporation into the Work. 2. Salvaged Materials for Sale: For materials that will be sold to individuals and organizations,include list of their names,addresses,and telephone numbers. 3. Salvaged Materials for Donation: For materials that will be donated to individuals and organizations, include list of their names, addresses,and telephone numbers. 4. Recycled Materials: Include list of local receivers and processors and type of recycled materials each will accept. Include names,addresses,and telephone numbers. 5. Disposed Materials: Indicate how and where materials will be disposed of. Include name, address,and telephone number of each landfill and incinerator facility. 6. Handling and Transportation Procedures: Include method that will be used for separating recyclable waste including sizes of containers,container labeling,and designated location where materials separation will be performed. PART 2-PRODUCTS(Not Used) PART 3 -EXECUTION 3.1 PLAN IMPLEMENTATION A. General: Implement approved waste management plan. Provide handling, containers, storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. B. Waste Management Coordinator: Engage a waste management coordinator to be responsible for implementing, monitoring, and reporting status of waste management work plan. C. Training: Train workers, subcontractors, and suppliers on proper waste management procedures, as appropriate for the Work occurring at Project site. I. Distribute waste management plan to everyone concerned within three days of submittal return. 2. Distribute waste management plan to entities when they first begin work on-site. Review plan procedures and locations established for salvage,recycling,and disposal. D. Site Access and Temporary Controls: Conduct waste management operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-3 Packet Page -1008- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Designate and label specific areas on Project site necessary for separating materials that are to be salvaged,recycled,reused,donated, and sold. 2. Comply with Section 015000 "Temporary Facilities and Controls" for controlling dust and dirt,environmental protection, and noise control. 3.2 SALVAGING DEMOLITION WASTE A. Salvaged Items for Reuse in the Work: 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until installation. 4. Protect items from damage during transport and storage. 5. Install salvaged items to comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make items functional for use indicated. B.. Salvaged Items for Sale and Donation: Permitted on Project site. C. Salvaged Items for Owner's Use: 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until delivery to Owner. 4. Transport items to Owner's storage area designated by Owner. 5. Protect items from damage during transport and storage. 3.3 RECYCLING DEMOLITION AND CONSTRUCTION WASTE, GENERAL A. General: Recycle paper and beverage containers used by on-site workers. B. Recycling Incentives: Revenues, savings,rebates,tax credits,and other incentives received for recycling waste materials shall accrue to Contractor. C. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable waste by type at Project site to the maximum extent practical according to approved construction waste management plan. 1. Provide appropriately marked containers or bins for controlling recyclable waste until they are removed from Project site. Include list of acceptable and unacceptable materials at each container and bin. a. Inspect containers and bins for contamination and remove contaminated materials if found. 2. Stockpile processed materials on-site without intermixing with other materials. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 3. Stockpile materials away from construction area. Do not store within drip line of remaining trees. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419- Packet Page-1009- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 4. Store components off the ground and protect from the weather. 5. Remove recyclable waste from Owner's property and transport to recycling receiver or processor. 3.4 RECYCLING DEMOLITION WASTE A. Asphalt Paving: Break up and transport paving to asphalt-recycling facility. B. Concrete: Remove reinforcement and other metals from concrete and sort with other metals. C. Masonry: Remove metal reinforcement, anchors, and ties from masonry and sort with other metals. 1. Clean and stack undamaged,whole masonry units on wood pallets. D. Wood Materials: Sort and stack members according to size,type, and length. Separate lumber, engineered wood products,panel products,and treated wood materials. E. Metals: Separate metals by type. 1. Structural Steel: Stack members according to size,type of member,and length. 2. Remove and dispose of bolts,nuts,washers,and other rough hardware. F. Piping: Reduce piping to straight lengths and store by type and size. Separate supports, hangers,valves, sprinklers,and other components by type and size. G. Conduit: Reduce conduit to straight lengths and store by type and size. 3.5 RECYCLING CONSTRUCTION WASTE A. Packaging: 1. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location. 2. Polystyrene Packaging: Separate and bag materials. 3. Pallets: As much as possible, require deliveries using pallets to remove pallets from Project site. For pallets that remain on-site, break down pallets into component wood pieces and comply with requirements for recycling wood. 4. Crates: Break down crates into component wood pieces and comply with requirements for recycling wood. B. Wood Materials: 1. Clean Cut-Offs of Lumber: Grind or chip into small pieces. 2. Clean Sawdust: Bag sawdust that does not contain painted or treated wood. C. Gypsum Board: Stack large clean pieces on wood pallets or in container and store in a dry location. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-5 Packet Page-1010- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 3.6 DISPOSAL OF WASTE A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not burn waste materials. C. Disposal: Remove waste materials from Owner's property and legally dispose of them. END OF SECTION 017419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-6 Packet Page -1011- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 017700-CLOSEOUT PROCEDURES PART 1 -GENERAL 1.1 SUMMARY - A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to,the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. B. Related Sections: 1. Division 01 Sections 2. Divisions 02 through 49 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.2 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion,complete the following. List items below that are incomplete with request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list,and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications,and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Prepare and submit Project Record Documents,operation and maintenance manuals, final completion construction photographic documentation, damage or settlement surveys, property surveys,and similar final record information. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 7. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems. 9. Submit test/adjust/balance records. 10. Terminate and remove temporary facilities from Project site, along with mockups, construction tools,and similar elements. 11. Advise Owner of changeover in heat and other utilities. CLOSEOUT PROCEDURES 017700- 1 Packet Page -1012- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 12. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 13. Complete final cleaning requirements, including touchup painting. 14. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. 15. Contractor to submit"Project Record Drawings and Specifications". B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Owner's Representative will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect,that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for final completion. 1.3 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining final completion, complete the following: 1. Submit a final Application for Payment according to Division 01 Section "Payment Procedures." 2. Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected(punch list), endorsed and dated by Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest-control final inspection report and warranty. 5. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment,and systems. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Owner's Representative will either proceed with inspection or notify Contractor of unfulfilled requirements. Owner's Representative will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.4 LIST OF INCOMPLETE ITEMS(PUNCH LIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use CSI Form 14.1A. CLOSEOUT PROCEDURES 017700-2 Packet Page -1013- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Organize list of spaces in sequential order, starting with exterior areas first and proceeding to interior spaces. 2. Organize items applying to each space by major element,including categories for ceiling, individual walls,floors,equipment,and building systems. 3. Submit list of incomplete items in the following format: a. PDF electronic file. b. Owner's Representative will return via email. 1.5 WARRANTIES A. Submittal Time: Submit written warranties on request of Owner's Representative for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-1l-inch (215-by-280-mm)paper. 2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES,"Project name,and name of Contractor. 4. Scan warranties and bonds and assemble complete warranty and bond submittal package into a single indexed electronic PDF file with links enabling navigation to each item. Provide table of contents at beginning of document. C. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2-PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. 1. Use cleaning products that meet Green Seal GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. CLOSEOUT PROCEDURES 017700-3 Packet Page-1014- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PART 3 -EXECUTION 3.1 FINAL CLEANING A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas,of rubbish,waste material, litter,and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. c. Rake grounds that are neither planted nor paved to a smooth, even-textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. g. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts,trenches,equipment vaults,manholes,attics,and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. i. Vacuum carpet and similar soft surfaces, removing debris and excess nap; shampoo if visible soil or stains remain. j. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision-obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass,taking care not to scratch surfaces. k. Remove labels that are not permanent. 1. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do not paint over "UL" and other required labels and identification, including mechanical and electrical nameplates. m. Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. CLOSEOUT PROCEDURES 017700-4 Packet Page-1015- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM n. Replace parts subject to operating conditions during construction that may impede operation or reduce longevity. o. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. p. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers,registers,and grills. q. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned-out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. r. Leave Project clean and ready for occupancy. C. Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid Project of rodents, insects,and other pests. Prepare a report. END OF SECTION 017700 CLOSEOUT PROCEDURES 017700-5 Packet Page-1016- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 024119-SELECTIVE STRUCTURE DEMOLITION PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Demolition and removal of selected portions of building or structure. 2. Demolition and removal of selected site elements. 3. Salvage of existing items to be reused or recycled. B. See Division 01 Section "Construction Waste Management and Disposal" for disposal of demolished materials. 1.2 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site, unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Detach items from existing construction and deliver them to Owner. C. Remove and Reinstall: Detach items from existing construction, prepare them for reuse, and reinstall them where indicated. D. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed,removed and salvaged,or removed and reinstalled. 1.3 SUBMITTALS A. Schedule of Selective Demolition Activities: Indicate detailed sequence of selective demolition and removal work, with starting and ending dates for each activity, interruption of utility services, use of elevator and stairs, and locations of temporary partitions and means of egress. B. Pre-demolition Photographs: Show existing conditions of adjoining construction and site improvements, including finish surfaces, that might be misconstrued as damage caused by selective demolition operations. Comply with Division 01 Section "Photographic Documentation." Submit before Work begins. C. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1. Comply with submittal requirements in Division 01 Section "Construction Waste Management and Disposal." SELECTIVE STRUCTURE DEMOLITION 024119- 1 Packet Page-1017- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1.4 QUALITY ASSURANCE A. Demolition Firm Qualifications: An experienced firm that has specialized in demolition work similar in material and extent to that indicated for this Project. B. Refrigerant Recovery Technician Qualifications: Certified by an EPA-approved certification program. C. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. D. Standards: Comply with ANSI A 10.6 and NFPA 241. E. Pre-demolition Conference: Conduct conference at Project site. 1.5 PROJECT CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. 1. Before selective demolition,Owner will remove the following items: a. Contractor shall coordinate with Owner. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: It is not expected that hazardous 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. Owner will remove hazardous materials under a separate contract. E. Hazardous Materials: It is unknown whether hazardous 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. Owner will remove hazardous materials under a separate contract. F. Hazardous Materials: Hazardous materials are present in construction to be selectively demolished. A report on the presence of hazardous materials is on file for review and use. Examine report to become aware of locations where hazardous materials are present. 1. Hazardous material remediation is specified elsewhere in the Contract Documents. SELECTIVE STRUCTURE DEMOLITION 024119-2 Packet Page-1018- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Do not disturb hazardous materials or items suspected of containing hazardous materials except under procedures specified elsewhere in the Contract Documents. G. Storage or sale of removed items or materials on-site is not permitted. H. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire-protection facilities in service during selective demolition operations. 1.6 WARRANTY A. Existing Warranties: Remove,replace, patch, and repair materials and surfaces cut or damaged during selective demolition,by methods and with materials so as not to void existing warranties. PART 2-PRODUCTS(Not Used) PART 3-EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. E. Engage a professional engineer to survey condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective demolition operations. F. Survey of Existing Conditions: Record existing conditions by use of measured drawings and preconstruction photographs. 1. Comply with requirements specified in Division 01 Section "Photographic Documentation." G. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. SELECTIVE STRUCTURE DEMOLITION 024119-3 Packet Page-1019- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems: Maintain services/systems indicated to remain and protect them against damage during selective demolition operations. B. Service/System Requirements: Locate, identify,disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. If services/systems are required to be removed, relocated, or abandoned, before proceeding with selective demolition provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 3. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit after bypassing. 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. I. Comply with requirements for access and protection specified in Division 01 Section "Temporary Facilities and Controls." B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 3.4 SELECTIVE DEMOLITION A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping,to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors,verify condition and contents of hidden SELECTIVE STRUCTURE DEMOLITION 024119-4 Packet Page-1020- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM space before starting flame-cutting operations. Maintain fire watch and portable fire- suppression devices during flame-cutting operations. 4. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls,floors,or framing. 5. Dispose of demolished items and materials promptly. Comply with requirements in Division 01 Section "Construction Waste Management and Disposal." B. Removed and Salvaged Items:Contractor shall coordinate with the Owner. 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until delivery to Owner. 4. Transport items to Owner's storage area designated by Owner. 5. Protect items from damage during transport and storage. C. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. Paint equipment to match new equipment. 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. D. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be recycled,reused, salvaged,reinstalled,or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA-approved landfill. 1. Comply with requirements specified in Division 01 Section "Construction Waste Management and Disposal." B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.6 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. SELECTIVE STRUCTURE DEMOLITION 024119-5 Packet Page -1021- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM END OF SECTION 024119 SELECTIVE STRUCTURE DEMOLITION 024119-6 Packet Page-1022- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 054000-COLD-FORMED METAL FRAMING PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: I. Infi11 panels B. Related Requirements: 1. Section 092216 "Non-Structural Metal Framing" for interior non-load-bearing, metal- stud framing and ceiling-suspension assemblies. 1.2 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide cold-formed metal framing capable of withstanding design loads. Cold-formed metal framing Design Loads shall be designed by a Structural Engineer licensed in the State of Florida. 1.3 SUBMITTALS A. Product Data: For each type of product and accessory indicated. B. Welding certificates. C. Qualification data. D. Product test reports. E. Research/evaluation reports. F. Shop Drawings: 1. Include layout, spacings, sizes, thicknesses, and types of cold-formed steel framing; fabrication;and fastening and anchorage details,including mechanical fasteners. 2. Indicate reinforcing channels, opening framing, supplemental framing, strapping, bracing, bridging, splices, accessories, connection details, and attachment to adjoining work. 3. Include structural analysis and data calculations signed and sealed by the qualified and Florida licensed professional engineer responsible for their preparation. Include engineering calculations and data verifying each framing assembly's ability to meet or exceed design requirements as stated herein and required by the Florida Building Code and local codes. COLD-FORMED METAL FRAMING 054000 - 1 Packet Page-1023- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1.4 QUALITY ASSURANCE A. Product Tests: Mill certificates or data from a qualified independent testing agency indicating steel sheet complies with requirements. B. Welding: Qualify procedures and personnel according to AWS D1.3, "Structural Welding Code--Sheet Steel." C. Fire-Test-Response Characteristics: Where indicated, provide cold-formed metal framing identical to that of assemblies tested for fire resistance per ASTM E 119 by a testing and inspecting agency acceptable to authorities having jurisdiction. D. AISI Specifications and Standards: Comply with AISI's "North American Specification for the Design of Cold-Formed Steel Structural Members" and its "Standard for Cold-Formed Steel Framing-General Provisions." 1. Comply with AISI's "Standard for Cold-Formed Steel Framing-Truss Design." 2. Comply with AISI's"Standard for Cold-Formed Steel Framing-Header Design." E. Comply with AISI's "Standard for Cold-Formed Steel Framing - Prescriptive Method for One and Two Family Dwellings." F. Protect cold-formed steel framing from corrosion, moisture staining, deformation, and other damage during delivery,storage,and handling. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by the following. 1. Clark Western Building Systems,Inc. 2. Dietrich Metal Framing;a Worthington Industries Company. 3. Marino/WARE. B. Steel Sheet: ASTM A 1003/A 1003M, Structural Grade, Type H, metallic coated, of grade and coating weight as follows: 1. Grade: ST33H. 2. Coating: G90. 2.2 EXTERIOR NON-LOAD-BEARING WALL FRAMING A. Steel Studs: Manufacturer's standard C-shaped steel studs, of web depths indicated, punched, with stiffened flanges,and as follows: 1. Minimum Base-Metal Thickness: As required to meet design load criteria. 2. Flange Width: As required by drawings and to meet design load criteria.. 3. Section Properties: As required to meet design load criteria. COLD-FORMED METAL FRAMING 054000-2 Packet Page-1024- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM B. Steel Track: Manufacturer's standard U-shaped steel track,of web depths indicated,unpunched, with unstiffened flanges,and same minimum base-metal thickness as steel studs. C. Vertical Deflection Clips: Manufacturer's standard [bypass] [head] clips, capable of accommodating upward and downward vertical displacement of primary structure through positive mechanical attachment to stud web. D. Single Deflection Track: Manufacturer's single, deep-leg, U-shaped steel track; unpunched, with unstiffened flanges, of web depth to contain studs while allowing free vertical movement, with flanges designed to support horizontal and lateral loads. E. Double Deflection Tracks: Manufacturer's double, deep-leg, U-shaped steel tracks, consisting of nested inner and outer tracks;unpunched,with unstiffened flanges. 2.3 FRAMING ACCESSORIES A. Fabricate steel-framing accessories from steel sheet, ASTM A 1003/A 1003M, Structural Grade, Type H, metallic coated, of same grade and coating weight used for framing members, unless otherwise indicated. B. Steel Shapes and Clips: ASTM A 36/A 36M, zinc coated by hot-dip process according to ASTM A 123/A 123M. C. Anchor Bolts: ASTM F 1554, Grade 36 threaded carbon-steel and carbon-steel nuts; and flat, hardened-steel washers; zinc coated by hot-dip process according to ASTM A 153/A 153M, Class C. D. Expansion Anchors: Fabricated from corrosion-resistant materials, with capability to sustain, without failure, a load equal to 5 times design load, as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. E. Power-Actuated Anchors: Fastener system of type suitable for application indicated,fabricated from corrosion-resistant materials, with capability to sustain, without failure, a load equal to 10 times design load, as determined by testing per ASTM E 1190 conducted by a qualified independent testing agency. F. Mechanical Fasteners: ASTM C 1513, corrosion-resistant-coated, self-drilling, self-tapping steel drill screws. 1. Head Type: Low-profile head beneath sheathing, manufacturer's standard elsewhere. 2.4 MISCELLANEOUS MATERIALS A. Galvanizing Repair Paint: ASTM A 780. B. Shims: Load bearing,high-density multimonomer plastic,nonleaching. C. Sealer Gaskets: Closed-cell neoprene foam, 1/4 inch (6.4 mm) thick, selected from manufacturer's standard widths to match width of bottom track or rim track members. COLD-FORMED METAL FRAMING 054000-3 Packet Page-1025- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PART 3 -EXECUTION 3.1 PREPARATION A. Examine supporting substrates and abutting structural framing for compliance with requirements for installation tolerances and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION,GENERAL A. Install cold-formed metal framing according to AISI's "Standard for Cold-Formed Steel Framing -General Provisions" and to manufacturer's written instructions unless more stringent requirements are indicated. B. Install cold-formed metal framing and accessories plumb, square, and true to line, and with connections securely fastened. C. Install framing members in one-piece lengths. D. Install temporary bracing and supports to secure framing and support loads comparable in intensity to those for which structure was designed. Maintain braces and supports in place, undisturbed, until entire integrated supporting structure has been completed and permanent connections to framing are secured. E. Do not bridge building expansion and control joints with cold-formed metal framing. Independently frame both sides of joints. F. Install insulation, specified in Division 07 Section "Thermal Insulation," in built-up exterior framing members, such as headers, sills, boxed joists, and multiple studs at openings, that are inaccessible on completion of framing work. G. Fasten hole reinforcing plate over web penetrations that exceed size of manufacturer's standard punched openings. H. Erection Tolerances: Install cold-formed metal framing level, plumb, and true to line to a maximum allowable tolerance variation of 1/8 inch in 10 feet(1:960)and as follows: 1. Space individual framing members no more than plus or minus 1/8 inch (3 mm) from plan location. Cumulative error shall not exceed minimum fastening requirements of sheathing or other finishing materials. • 3.3 EXTERIOR NON-LOAD-BEARING WALL INSTALLATION A. Install continuous tracks sized to match studs. Align tracks accurately and securely anchor to supporting structure as indicated. B. Fasten both flanges of studs to top and bottom track,unless otherwise indicated. Space studs as follows: COLD-FORMED METAL FRAMING 054000-4 Packet Page-1026- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Stud Spacing: As indicated in shop drawings. C. Set studs plumb, except as needed for diagonal bracing or required for nonplumb walls or warped surfaces and similar requirements. D. Isolate non-load-bearing steel framing from building structure to prevent transfer of vertical loads while providing lateral support. 1. Install single deflection tracks and anchor to building structure. 2. Install double deflection tracks and anchor outer track to building structure. 3. Connect vertical deflection clips to infill studs and anchor to primary building structure. E. Install horizontal bridging in wall studs, spaced in rows indicated on Shop Drawings but not more than 48 inches(1220 mm)apart. Fasten at each stud intersection. 1. Top Bridging for Single Deflection Track: Install row of horizontal bridging within [12 inches (305 mm)] [18 inches (450 mm)] of single deflection track. Install a combination of flat,taut,steel sheet straps of width and thickness indicated and stud or stud-track solid blocking of width and thickness matching studs. Fasten flat straps to stud flanges and secure solid blocking to stud webs or flanges. a. Install solid blocking at centers indicated on Shop Drawings. 2. Bridging: Cold-rolled steel channel, welded or mechanically fastened to webs of punched studs. 3. Bridging: Combination of flat, taut, steel sheet straps of width and thickness indicated and stud-track solid blocking of width and thickness to match studs. Fasten flat straps to stud flanges and secure solid blocking to stud webs or flanges. 4. Bridging: Proprietary bridging bars installed according to manufacturer's written instructions. F. Install miscellaneous framing and connections, including stud kickers, web stiffeners, clip angles, continuous angles, anchors, fasteners, and stud girts, to provide a complete and stable curtain-wall-framing system. 3.4 FIELD QUALITY CONTROL A. Testing: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Field and shop welds will be subject to testing and inspecting. C. Testing agency will report test results promptly and in writing to Contractor and Architect. D. Remove and replace work where test results indicate that it does not comply with specified requirements. E. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. COLD-FORMED METAL FRAMING 054000-5 Packet Page-1027- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 3.5 REPAIRS AND PROTECTION A. Galvanizing Repairs: Prepare and repair damaged galvanized coatings on fabricated and installed cold-formed metal framing with galvanized repair paint according to ASTM A 780 and manufacturer's written instructions. B. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, that ensure that cold-formed metal framing is without damage or deterioration at time. of Substantial Completion. END OF SECTION 054000 COLD-FORMED METAL FRAMING 054000-6 Packet Page-1028- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 055000-METAL FABRICATIONS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Miscellaneous steel framing for Fare Collection vault 2. Expansion bolts 1.2 PERFORMANCE REQUIREMENTS A. Connections: Provide details of connections required by the Contract Documents to be selected or completed by structural-steel fabricator to withstand loads indicated and comply with other information and restrictions indicated. I. Select and complete connections using schematic details indicated and AISC 360 1.3 SUBMITTALS A. Product Data: For each type of product indicated. 1. Expansion anchors B. Shop Drawings: Show fabrication and installation details for steel fabrications. 1. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. C. Delegated-Design Submittal: For installed products indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. D. Qualification Data: For qualified [Installer] [fabricator] [testing agency]. E. UVelding certificates. 1.4 QUALITY ASSURANCE A. Fabricator Qualifications: A qualified fabricator that participates in the AISC Quality Certification Program and is designated an AISC-Certified Plant,Category STD. METAL FABRICATIONS 055000- 1 Packet Page-1029- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM B. Installer Qualifications: A qualified installer who participates in the AISC Quality Certification Program and is designated an AISC-Certified Erector,Category CSE. C. Welding Qualifications: Qualify procedures and personnel according to AWS D1.IID1.1M, "Structural Welding Code- Steel." D. Comply with applicable provisions of the following specifications and documents: 1. AISC 303. 2. AISC 360. 3. RCSC's"Specification for Structural Joints Using ASTM A 325 or A 490 Bolts." PART 2-PRODUCTS 2.1 METALS,GENERAL A. Metal Surfaces,General: Provide materials with smooth, flat surfaces without blemishes. 2.2 FERROUS METALS A. Steel Tubing: ASTM A 500,cold-formed steel tubing. B. Steel Plates, Angles: ASTM A 36/A 36M. C. Welding Electrodes: Comply with AWS requirements. 2.3 FASTENERS A. Cast-in-Place Anchors in Concrete: Either threaded type or wedge type unless otherwise indicated; galvanized ferrous castings, either ASTM A 47/A 47M malleable iron or ASTM A 27/A 27M cast steel. Provide bolts, washers, and shims as needed, all hot-dip galvanized per ASTM F 2329. B. Post-Installed Anchors: Torque-controlled expansion anchors or chemical anchors. 1. Material for Exterior Locations and Where Stainless Steel is Indicated: Alloy Group I (Al) stainless-steel bolts, ASTM F 593 (ASTM F 738M), and nuts, ASTM F 594 (ASTM F 836M). 2.4 MISCELLANEOUS MATERIALS A. Shop Primers: Provide primers that comply with Division 09 painting Sections. B. Universal Shop Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd primer complying with MPI#79 and compatible with topcoat. METAL FABRICATIONS 055000-2 Packet Page-1030- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENT'S FARE COLLECTION ROOM C. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it. D. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187. E. Nonshrink,Nonmetallic Grout: Factory-packaged,nonstaining,noncorrosive,nongaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior applications. 2.5 FABRICATION,GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Use connections that maintain structural value of j oined pieces. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges. Remove sharp or rough areas on exposed surfaces. C. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended. D. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Locate joints where least conspicuous. E. Fabricate seams and other connections that will be exposed to weather in a mariner to exclude water. Provide weep holes where water may accumulate. 2.6 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. B. Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise indicated. Fabricate to sizes, shapes,and profiles indicated and as necessary to receive adjacent construction. 2.7 LOOSE BEARING AND LEVELING PLATES A. Provide loose bearing and leveling plates for steel items bearing on masonry or concrete construction. Drill plates to receive anchor bolts and for grouting. METAL FABRICATIONS 055000-3 Packet Page-1031- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2.8 STEEL WELD PLATES AND ANGLES A. Provide steel weld plates and angles not specified in other Sections, for items supported from concrete construction as needed to complete the Work. Provide each unit with no fewer than two integrally welded steel strap anchors for embedding in concrete. 2.9 FINISHES,GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal fabrications after assembly. 2.10 STEEL AND IRON FINISHES A. Galvanizing: Hot-dip galvanize items as indicated to comply with ASTM A 153/A 153M for steel and iron hardware and with ASTM A 123/A 123M for other steel and iron products. B. Shop prime iron and steel items not indicated to be galvanized unless they are to be embedded in concrete, sprayed-on fireproofing,or masonry, or unless otherwise indicated. 1. Shop prime with universal shop primer or primers specified in Division 09 painting Sections indicated. C. Preparation for Shop Priming: Prepare surfaces to comply with SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." Or SSPC-SP 3, "Power Tool Cleaning." Or requirements indicated below: 1. Exterior Items: SSPC-SP 6/NACE No.3, "Commercial Blast Cleaning." 2. Items Indicated to Receive Zinc-Rich Primer: SSPC-SP 6/NACE No.3, "Commercial Blast Cleaning." 3. Items Indicated to Receive Primers Specified in Division 09 Section "High-Performance Coatings": SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 4. Other Items: SSPC-SP 3, "Power Tool Cleaning." D. Shop Priming: Apply shop primer to comply with SSPC-PA 1, "Paint Application Specification No. 1: Shop,Field,and Maintenance Painting of Steel,"for shop painting. PART 3-EXECUTION 3.1 INSTALLATION,GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb,true,and free of rack; and measured from established lines and levels. METAL FABRICATIONS 055000-4 Packet Page-1032- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM B. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. C. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections,finish exposed welds and surfaces smooth and blended. D. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. E. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry,or similar construction. 3.2 INSTALLING BEARING AND LEVELING PLATES A. Clean concrete and masonry bearing surfaces of bond-reducing materials, and roughen to improve bond to surfaces. Clean bottom surface of plates. B. Set bearing and leveling plates on wedges,shims, or leveling nuts. After bearing members have been positioned and plumbed, tighten anchor bolts. Do not remove wedges or shims but, if protruding,cut off flush with edge of bearing plate before packing with grout. C. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. 3.3 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop-painted surfaces. B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION 055000 METAL FABRICATIONS 055000-5 Packet Page-1033- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARES COLLECTION ROOM SECTION 061053 -MISCELLANEOUS ROUGH CARPENTRY PART I -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. " Wood nailers and blocking. 2. Wood blocking, cants,and nailers. 3. Plywood backing panels. 1.2 SUBMITTALS A. Product Data: For each type of process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used, net amount of preservative retained, and chemical treatment manufacturer's written instructions for handling, storing, installing, and finishing treated material. 2. Include data for fire-retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of treated materials, both before and after exposure to elevated temperatures when tested according to ASTM D 5516 and ASTM D 5664. 3. For products receiving a waterborne treatment,include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 4. Include copies of warranties from chemical treatment manufacturers for each type of treatment. B. Research/Evaluation Reports: For the following, showing compliance with building code in effect for Project: 1. Preservative-treated wood. 2. Fire-retardant-treated wood. 1.3 QUALITY ASSURANCE A. Source Limitations for Fire-Retardant-Treated Wood: Obtain each type of fire-retardant-treated wood product through one source from a single producer. MISCELLANEOUS ROUGH CARPENTRY 061053 - 1 Packet Page -1034- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARES COLLECTION ROOM 1.4 1.5 DELIVERY,STORAGE,AND HANDLING A. Keep materials under cover and dry. Protect from weather and contact with damp or wet surfaces. Stack lumber, plywood, and other panels. Provide for air circulation within and around stacks and under temporary coverings. 1. Store lumber off the ground and under cover;vent to prevent condensation PART 2-PRODUCTS 2.1 LUMBER, GENERAL A. Provide pressure treated wood where sills,nailers, and/or furring are in contact with concrete or masonry. Produce joints that are tight,true,well nailed,with members assembled and fastened in accordance with the drawings and with pertinent codes and regulations. Provide solid wood blocking and/or shims for finish materials as required to maintain a tolerance of max. 1/4" deviation in l0'-0"when measured with a 10'-0"straightedge, plumb and true, for all substrate framing where fmish materials will be exposed to view. Do not use warped members. B. Stud framing and furring shall be not more than 16"o.c. C. Provide blocking for all accessories, grab bars, wall mounted door stops, etc. Provide all necessary hardware such as nails, bolts, anchors, ties, etc., required for a complete and proper installation. Bolts,washers,nuts,etc., shall be noncorrosive material. Isolate dissimilar metals. D. Interior Door Frame Blocking: 1. Metal Stud Partitions: Provide cont. 2 x 4 blocking fastened to 20 gauge stud at the jambs of all interior door frames. Blocking shall be fire-treated where required by Code. 2. Wood Stud Partitions: Provide double 2 x 4 studs at the jambs of all interior door frames. 3. Vertical blocking at door jambs shall be full-height of partition, securely braced to the structure above. 4. Provide horizontal 2 x 4 cont.blocking at the head of all door frames. 5. Increase size of blocking to 2 x 6 or larger as required to match size of partition studs. E. Urea-Formaldehyde:Wood materials shall contain no added urea-formaldehyde. F. Lumber Standards: Comply with DOC PS 20, "American Softwood Lumber Standard," and with applicable grading rules of inspection agencies certified by American Lumber Standards Committee's(ALSC)Board of Review. G. Inspection Agencies: Inspection agencies,and the abbreviations used to reference them, include the following: 1. SPIB- Southern Pine Inspection Bureau. 2. WCLIB-West Coast Lumber Inspection Bureau. MISCELLANEOUS ROUGH CARPENTRY 061053 -2 Packet Page-1035- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARES COLLECTION ROOM 3. WWPA-Western Wood Products Association. H. Grade Stamps: Provide lumber with each piece factory marked with grade stamp of inspection agency evidencing compliance with grading rule requirements and identifying grading agency, grade,species, moisture content at time of surfacing,and mill. I. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 1. Provide dressed lumber,S4S,unless otherwise indicated. 2. Provide dry lumber with 19 percent maximum moisture content at time of dressing for 2- inch nominal thickness or less,unless otherwise indicated. 2.2 WOOD-PRESERVATIVE-TREATED MATERIALS A. Pressure Treatment: Wolmanized Natural Select (CBA) preserve pressure treatment; Arch Wood Protection, USA. B. Pressure treat aboveground items indicated and the following: 1. Wood nailers, blocking, and similar members in connection with roofing, flashing, and waterproofing,or in direct contact with concrete or masonry. 2. 23 FIRE-RETARDANT-TREATED MATERIALS A. General: Where fire-retardant-treated materials are indicated, provide materials that comply with performance requirements in AWPA C20 (lumber). Identify fire-retardant-treated wood with appropriate classification marking of UL, U.S. Testing, Timber Products Inspection, or another testing and inspecting agency acceptable to authorities having jurisdiction. 1. Use treatment for which chemical manufacturer publishes physical properties of treated wood after exposure to elevated temperatures, when tested by a qualified independent testing agency according to ASTM D 5664,for lumber. 2. Use treatment that does not promote corrosion of metal fasteners. 3. Use Exterior type for exterior locations and where indicated. 4. Use Interior Type A High Temperature(HT),unless otherwise indicated. 2.4 MISCELLANEOUS LUMBER A. General: Provide lumber for support or attachment of other construction, including hut not limited to,the following: 1. Blocking. 2. Cants. 3. Plywood backing panels. 4. Nailers. 5. Furring. 6. Where necessary for installation of other work and not otherwise prohibited. MISCELLANEOUS ROUGH CARPENTRY 061053 -3 Packet Page-1036- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARES COLLECTION ROOM B. Fabricate miscellaneous lumber from fire-retardant-treated dimension lumber of sizes indicated and into shapes shown. C. Moisture Content: 19 percent maximum for lumber items are not specified to receive wood preservative treatment. D. Grade: For dimension lumber sizes,provide No. 3 or Standard grade lumber per ALSC's NURs of any species. For board-size lumber, provide No. 3 Common grade per NELMA, NLGA, or WWPA; No.2 grade per SPIB; or Standard grade per NLGA, WCLIB or WWPA of any species. E. 2.5 PLYWOOD BACKING PANELS A. Telephone and Electrical Equipment Backing Panels: DOC PS 1, Exposure 1, C-D Plugged,fire-retardant treated, in thickness indicated or, if not indicated, not less than 314-inch nominal thickness. B. Final Finish:Refer to Section 099100,Painting. 1. Color: White. 2. 2.6 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture. 1. Where miscellaneous carpentry is in contact with roofing or flashing, provide fasteners with a hot-dip zinc coating per ASTM A 153 or of Type 304 stainless steel. B. Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated,flat washers. PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL A. All rough carpentry related to roofing construction shall be installed in accordance with FM 1- 49. B. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring,nailers,blocking, grounds,and similar supports to comply with requirements for attaching other construction. C. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the Building Code. MISCELLANEOUS ROUGH CARPENTRY 061053-4 Packet Page-1037- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARES COLLECTION ROOM D. Discard units of material with defects that impair quality of carpentry and that are too small to use with minimum number of joints or optimum joint arrangement. E. Set carpentry to required levels and lines,with members plumb,true to line,cut,and fitted. F. Fit carpentry to other construction; scribe and cope as required for accurate fit. Correlate location of furring,nailers,blocking, grounds,and similar supports to allow attachment of other construction. G. Apply field treatment complying with AWPA M4 to cut surfaces of preservative-treated lumber. H. Securely attach carpentry work as indicated and according to applicable codes and recognized standards. I. Use fasteners of appropriate type and length. Predrill members when necessary to avoid splitting wood. J. Install Building Wrap in accordance with manufacturer's instructions and recommendations. 3.2 WOOD SLEEPERS,BLOCKING,AND NAILER INSTALLATION A. Install where indicated and where required for screeding or attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. Build anchor bolts into masonry during installation of masonry work. Where possible,secure anchor bolts to formwork before concrete placement. END OF SECTION 061053 MISCELLANEOUS ROUGH CARPENTRY 061053 -5 Packet Page -1038- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 072100-THERMAL INSULATION PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Concealed building insulation. 2. Acoustical insulation. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. 1.3 QUALITY ASSURANCE A. Source Limitations: Obtain each type of building insulation through one source. B. Comply with Florida Energy Code requirements. Provide required insulation at the building. envelope of all conditioned areas. 1. 2. Provide insulation at roof deck over all conditioned areas. Insulation at the ceiling or bottom of framing is not allowed. C. Fire-Test-Response Characteristics: Provide insulation and related materials with the fire-test- response characteristics indicated, as determined by testing identical products per test method indicated below by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. Identify materials with appropriate markings of applicable testing and inspecting agency. 1. Surface-Burning Characteristics: ASTM E 84. 2. Combustion Characteristics: ASTM E 136. 1.4 DELIVERY,STORAGE,AND HANDLING A. Protect insulation materials from physical damage and from deterioration by moisture, soiling, and other sources. Store inside and in a dry location. Comply with manufacturer's written instructions fot handling,storing,and protecting during installation. THERMAL INSULATION 072100- 1 Packet Page-1039- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PART 2-PRODUCTS 2.1 FOAM-PLASTIC BOARD INSULATION A. Extruded-Polystyrene Board Insulation: ASTM C 578, with maximum flame-spread and smoke-developed indexes of 75 and 450,respectively,per ASTM E 84. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. DiversiFoam Products. b. Dow Chemical Company(The). c. Owens Coming. d. Pactiv Building Products. 2. 3. Type IV, 25 psi. 2.2 GLASS-FIBER BLANKET INSULATION A. Manufacturers: Subject to compliance with requirements, provide products by one of the following,unless otherwise specified: 1. CertainTeed Corporation. 2. Guardian Building Products,Inc. 3. Johns Manville. 4. Knauf Insulation. 5. Owens Corning. B. Recycled Content: Postconsumer recycled content plus one-half of preconsumer recycled content not less than 25 percent. C. Acoustical Insulation: Class A flame retardancy;insulation bans without membrane facing. 1. Thickness:As indicated;where not indicated match cavity space indicated. 2. Material Fiber STC Rating:Minimum performance requirements. a. Thickness Tested:2 inches. b. Density(pcf): 3.00 c. STC Rating:46 D. Acoustical Insulation Product: "Auralex Mineral Fiber Insulation"; Auralex Acoustics, Inc., Indianapolis,IN. E. Unfaced, Glass-Fiber Blanket Insulation: ASTM C 665, Type I; with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively, per ASTM E 84; passing ASTM E 136 for combustion characteristics. Provide for general glass-fiber insulation applications and acoustical closure conditions. 1. Thickness: As indicated or,where not indicated,match cavity space indicated. 2.3 AUXILIARY INSULATING MATERIALS A. Adhesive for Bonding Insulation: Product with demonstrated capability to bond insulation securely to substrates indicated without damaging insulation and substrates. THERMAL INSULATION 072100-2 Packet Page -1040- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2.4 INSULATION FASTENERS A. Adhesively Attached, Spindle-Type Anchors: Plate welded to projecting spindle; capable of holding insulation of thickness indicated securely in position indicated with self-locking washer in place;and complying with the following requirements: 1. Plate: Perforated galvanized carbon-steel sheet,0.030 inch thick by 2 inches square. 2. Spindle: Copper-coated, low carbon steel,fully annealed, 0.105 inch in diameter, length to suit depth of insulation indicated. B. Insulation-Retaining Washers: Self-locking washers formed from 0.016-inch-thick galvanized steel sheet, with beveled edge for increased stiffness, sized as required to hold insulation securely in place,but not less than 1-1/2 inches square or in diameter. 1. Protect ends with capped self-locking washers incorporating a spring steel insert to ensure permanent retention of cap in the following locations: a. Ceiling plenums. b. Where indicated. C. Anchor Adhesive: Product with demonstrated capability to bond insulation anchors securely to substrates indicated without damaging insulation,fasteners,and substrates. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements for Sections in which substrates and related work are specified and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION,GENERAL A. Comply with insulation manufacturer's written instructions applicable to products and application indicated. B. Install insulation that is undamaged,dry, and unsoiled. C. Extend insulation in thickness indicated to envelop entire area to be insulated. Cut and fit tightly around obstructions and fill voids with insulation. Remove projections that interfere with placement. D. Apply single layer of insulation to produce thickness indicated, unless multiple layers are otherwise shown or required to make up total thickness. THERMAL INSULATION 072100-3 Packet Page-1041- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 3.3 INSTALLATION OF INSULATION FOR FRAMED CONSTRUCTION A. Apply insulation units to substrates by method indicated,complying with manufacturer's written instructions. If no specific method is indicated, bond units to substrate with adhesive or use mechanical anchorage to provide permanent placement and support of units. B. Install mineral-fiber blankets in cavities formed by framing members according to the following requirements: 1. Use blanket widths and lengths that fill the cavities formed by framing members. If more than one length is required to fill cavity, provide lengths that will produce a snug fit between ends. 2. Place blankets in cavities formed by framing members to produce a friction fit between edges of insulation and adjoining framing members. 3. For metal-framed wall cavities where cavity heights exceed 96 inches, support unfaced blankets mechanically and support faced blankets by taping stapling flanges to flanges of metal studs. C. Miscellaneous Voids: Install insulation in miscellaneous voids and cavity spaces where required to prevent gaps in insulation using the following materials: 1. 2. Spray Polyurethane Insulation: Apply according to manufacturer's written instructions. 3. 3.4 PROTECTION A. Protect installed insulation from damage due to harmful weather exposures,physical abuse, and other causes. Provide temporary coverings or enclosures where insulation is subject to abuse and cannot be concealed and protected by permanent construction immediately after installation. END OF SECTION 072100 THERMAL INSULATION 072100-4 Packet Page-1042- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 074213 -METAL WALL PANELS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Concealed-fastener,lap-seam metal wall panels. 2. Metal liner panels. 1.2 PERFORMANCE REQUIREMENTS A. Delegated Design: Design metal wall panel assembly, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated. B. Structural Performance: Provide metal wall panel assemblies capable of withstanding the effects the following loads and stresses within limits and under conditions indicated, based on testing according to ASTM E 1592: 1. Wind Loads and Deflection Limits: Include structural analysis and data calculations signed and sealed by the qualified and Florida licensed professional engineer responsible for their preparation. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show fabrication and installation layouts of metal wall panels; details of edge conditions, joints, panel profiles, corners, anchorages, attachment system, trim, flashings, closures, and accessories; and special details. Distinguish between factory-, shop- and field- assembled work. C. Samples: For each type of exposed finish required. D. Delegated-Design Submittal: For metal wall panel assembly indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer in the State of Florida responsible for their preparation. E. Coordination Drawings: Exterior elevations drawn to scale and coordinating penetrations and wall-mounted items. F. Product test reports. G. Maintenance data. H. Warranties: Samples of special warranties. METAL WALL PANELS 074213 - 1 Packet Page-1043- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM I. Florida Product Approval or Miami-Dad County NOA 1.4 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and approved by manufacturer. B. Pre-installation Conference: Conduct conference at Project site 1.5 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of metal wall panel assemblies that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. B. Special Warranty on Panel Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace metal wall panels that show evidence of deterioration of factory-applied finishes within specified warranty period. 1. Finish Warranty Period: 10 years from date of Substantial Completion. PART 2-PRODUCTS 2.1 PANEL MATERIALS A. MI hot rolled steel sheet,plate, and strip for built-up sections shall have a minimum yield point of 55,000 psi. Web sheet is purchased in accordance with ASTM A1011 Grade 55.Flange bar is purchased in accordance with A529 Grade 55. B. Hot rolled structural sections shall conform to the requirements of ASTM Specification A36 yield 50,A572 G55 or ASTM A992 G55. C. Galvalume and pre-painted hot roll coils conform to ASTM A792 AZ55 and may be either 50,000 psi or 80,000 psi yield. 1. Panel material shall be 24 gauge color coated Aluminum Zinc Alloy-Coated conforming to ASTM A-792, Grade E, 80,000 psi, or 24 gauge color coated cold formed panels on galvanized steel conforming to ASTM A-653 in Grade E, 80,000 psi to match existing. 2. Aluminum-Zinc Alloy-Coated Steel Sheet: ASTM A 792/A 792M, Class AZ50 coating designation, Grade 40 (Class AZM150 coating designation, Grade 275); structural quality. 3. Surface: Ribbed 4. Exposed Coil-Coated Finish: a. 2-Coat Fluorocarbon: Kynar 500 coatings METAL WALL PANELS 074213 -2 Packet Page -1044- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM b. Siliconized-Polyester: Epoxy primer and silicone-modified, polyester-enamel topcoat; with a dry film thickness of not less than 0.2 mil (0.005 mm) for primer and 0.8 mil(0.02 mm)for topcoat. 5. Concealed Finish: Manufacturer's standard white or light-colored acrylic or polyester backer finish. D. Panel Sealants: 1. Sealer for side laps, end laps, and flashing shall be a butyl based polymer sealant in extruded tape form. The sealer shall be non-shrinking, non-drying, and non-toxic and shall have superior adhesion to metals, plastics, and painted surfaces. Service temperatures range from -30°to+300°F.The material shall not flow at 120°F, and shall meet or exceed the requirements of Gov. Spec. No. MIL-C 18969 Type 1I, Class B and TT-C-1796A. 2. Joint Sealant: ASTM C 920 as recommended in writing by metal wall panel manufacturer. 3. Butyl-Rubber-Based,Solvent-Release Sealant: ASTM C 1311. 2.2 FIELD-INSTALLED THERMAL INSULATION A. Refer to Division 07 Section "Thermal Insulation." B. Mineral-Fiber-Blanket Insulation: ASTM C 665, type indicated below; consisting of fibers manufactured from glass. 1. Type II (blankets with nonreflective membrane covering), Category 1 (membrane is a vapor retarder), Class A (membrane-faced surface with a flame-spread index of 25 or less). 2. Type III (blankets with reflective membrane covering),Category 1 (membrane is a vapor retarder),Class A(membrane-faced surface with a flame-spread index of 25 or less). 2.3 MISCELLANEOUS METAL FRAMING A. Miscellaneous Metal Framing, General: ASTM A 653/A 653M,G60(Z180)hot-dip galvanized or coating with equivalent corrosion resistance unless otherwise indicated. B. Subgirts: Manufacturer's standard C- or Z-shaped sections, 0.064-inch (1.63-mm) nominal thickness. C. Zee Clips: 0.079-inch(2.01-mm)nominal thickness. D. Base or Sill Angles 0.079-inch(2.01-mm)nominal thickness. E. Hat-Shaped,Rigid Furring Channels: 1. Nominal Thickness: As required to meet performance requirements. 2. Depth: As required to meet performance requirements F. Cold-Rolled Furring Channels: Minimum 1/2-inch-(13-mm-)wide flange. METAL WALL PANELS 074213 -3 Packet Page-1045- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Nominal Thickness: As required to meet performance requirements. 2. Depth: As required to meet performance requirements 3. Furring Brackets: Adjustable, corrugated-edge type of steel sheet with 0.040-inch (1.02- mm)nominal thickness. 4. Tie Wire: ASTM A 641/A 641M, Class 1 zinc coating, soft temper, 0.062-inch- (1.57- mm-) diameter wire,or double strand of 0.048-inch-(1.22-mm-)diameter wire. G. Z-Shaped Furring: With slotted or nonslotted web, face flange of 1-1/4 inches(32 mm), wall attachment flange of 7/8 inch(22 mm),and depth required to fit insulation thickness indicated. 1. Nominal Thickness: As required to meet performance requirements. 2.4 MISCELLANEOUS MATERIALS A. Panel Fasteners: Self-tapping screws, bolts, nuts, self-locking rivets and bolts, end-welded studs, and other suitable fasteners designed to withstand design loads. Provide exposed fasteners with heads matching color of metal wall panels by means of plastic caps or factory- applied coating. Provide EPDM,PVC,or neoprene sealing washers. 2.5 CONCEALED-FASTENER,LAP-SEAM METAL WALL PANELS A. Provide factory-formed metal liner, Ribbed Panels field assembled by lapping and interconnecting side edges of adjacent panels and mechanically attaching through panel to supports using concealed fasteners and factory-applied sealant in side laps. Include accessories required for a complete installation. 1. Manufacturers: Basis of Design—Dean Steel Buildings 2. Basis-of-Design Product: 36"Ribbed Panels to match existing 3. Profile: Ribbed to match existing. 4. Material: 24 gauge color coated Aluminum Zinc Alloy-Coated,or 24 gauge color coated cold formed panels on galvanized steel shall match existing. a. Exterior Finish: Kynar 500 coating, minimum dry film shall be 1 mil thick b. Color: Match Existing,Almond 5. Panel Coverage: Match Existing 6. Panel Height: Match Existing 7. Color: Almond to Match Existing 8. Accessories: Manufacturers standard matching Accessories 9. Flashing&Trim: Manufacturers standard matching Flashing&Trim 10. Sealants&Fasteners:Manufacturers standard matching Sealants&Fasteners METAL WALL PANELS 074213 -4 Packet Page-1046- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2.6 ACCESSORIES A. Wall Panel Accessories: Provide components required for a complete metal wall panel assembly including trim,copings, fasciae, mullions, sills,corner units, clips, flashings, sealants, gaskets,fillers,closure strips,and similar items. Match material and finish of metal wall panels, unless otherwise indicated. 1. Closures: Provide closures at eaves and rakes, fabricated of same metal as metal wall panels. 2. Backing Plates: Provide metal backing plates at panel end splices, fabricated from material recommended by manufacturer. 3. Closure Strips: Closed-cell,expanded,cellular,rubber or crosslinked,polyolefin-foam or closed-cell laminated polyethylene; minimum 1-inch- (25-mm-) thick, flexible closure strips; cut or premolded to match metal wall panel profile. Provide closure strips where indicated or necessary to ensure weathertight construction. B. Flashing and Trim: Formed from 0.018-inch (0.46-mm) minimum thickness, zinc-coated (galvanized) steel sheet or aluminum-zinc alloy-coated steel sheet prepainted with coil coating. Provide flashing and trim as required to seal against weather and to provide finished appearance. Locations include, but are not limited to, bases, drips, sills, jambs, corners, endwalls, framed openings, rakes, fasciae, parapet caps, soffits, reveals, and fillers. Finish flashing and trim with same finish system as adjacent metal wall panels. 2.7 FABRICATION A. General: Fabricate and finish metal wall panels and accessories at the factory to greatest extent possible, by manufacturer's standard procedures and processes, as necessary to fulfill indicated performance requirements demonstrated by laboratory testing. Comply with indicated profiles and with dimensional and structural requirements. B. Fabricate metal wall panels in a manner that eliminates condensation on interior side of panel and with joints between panels designed to form weathertight seals. C. Provide panel profile, including major ribs and intermediate stiffening ribs, if any, for full length of panel. D. Fabricate metal wall panel joints with factory-installed captive gaskets or separator strips that provide a tight seal and prevent metal-to-metal contact, and that will minimize noise from movements within panel assembly. E. Sheet Metal Accessories: Fabricate flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to the design, dimensions, metal, and other characteristics of item indicated. METAL WALL PANELS 074213 -5 Packet Page-1047- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PART 3 -EXECUTION 3.1 PREPARATION A. Miscellaneous Framing: Install subgirts, base angles, sills, furring, and other miscellaneous wall panel support members and anchorages according to ASTM C 754 and metal wall panel manufacturer's written recommendations. 3.2 THERMAL INSULATION INSTALLATION A. Board Insulation: Extend insulation in thickness indicated to cover entire wall. Comply with installation requirements in Division 07 Section"Thermal Insulation." 1. Erect insulation horizontally and hold in place with Z-shaped furring members spaced 24 inches (610 mm) o.c. Attach furring members to substrate with screws spaced 24 inches (610 mm)o.c. 2. Retain insulation in place by metal clips and straps or integral pockets within panels, spaced at intervals according to insulation manufacturer's instructions. Maintain cavity width between insulation and metal liner panel of dimension indicated. B. Blanket Insulation: Install insulation concurrently with metal wall panel installation, in thickness indicated to cover area indicated in the drawings, according to manufacturer's written instructions and as follows: 1. Set vapor-retarder-faced insulation with vapor-retarder facing building exterior. Do not obstruct ventilation spaces,except for firestopping. 2. Tape joints and ruptures in vapor retarder, and seal each continuous area of insulation to surrounding construction to ensure airtight installation. 3. Install insulation straight and true in one-piece lengths. Comply with the following installation method: a. Over-Framing Installation: Extend insulation over and perpendicular to top flange of framing members. 4. Retainer Strips: Install retainer strips at each longitudinal insulation joint, straight and taut, nesting with framing to hold insulation in place. 3.3 METAL WALL PANEL INSTALLATION A. Lap-Seam Metal Wall Panels: Fasten metal wall panels to supports with fasteners at each lapped joint at location and spacing recommended by manufacturer. 1. Lap ribbed or fluted sheets one full rib corrugation. Apply panels and associated items for neat and weathertight enclosure. Avoid"panel creep" or application not true to line. 2. Provide metal-backed washers under heads of exposed fasteners bearing on weather side of metal wall panels. METAL WALL PANELS 074213 -6 Packet Page-1048- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 3. Locate and space exposed fasteners in uniform vertical and horizontal alignment. Use proper tools to obtain controlled uniform compression for positive seal without rupture of washer. 4. Install screw fasteners with power tools having controlled torque adjusted to compress washer tightly without damage to washer, screw threads, or panels. Install screws in predrilled holes. 5. Provide sealant tape at lapped joints of metal wall panels and between panels and protruding equipment,vents,and accessories. 6. Apply a continuous ribbon of sealant tape to weather-side surface of fastenings on end laps; on side laps of nesting-type panels; on side laps of corrugated nesting-type, ribbed, or fluted panels;and elsewhere as needed to make panels weathertight. 7. At panel splices, nest panels with minimum 6-inch (152-mm) end lap, sealed with butyl- rubber sealant and fastened together by interlocking clamping plates. B. Zee Clips: Provide Zee clips of size indicated or, if not indicated, as required to act as standoff from subgirts for thickness of insulation indicated. Attach to subgirts with fasteners. C. Metal Liner Panels: Install panels on studs as indicated on Drawings. D. General: Install accessories with positive anchorage to building and weathertight mounting, and provide for thermal expansion. Coordinate installation with flashings and other components. 1. Install components required for a complete metal wall panel assembly including trim, copings, corners, seam covers, flashings, sealants, gaskets, fillers, closure strips, and similar items. E. Flashing and Trim: Comply with performance requirements,manufacturer's written installation instructions, and SMACNA's"Architectural Sheet Metal Manual." Provide concealed fasteners where possible, and set units true to line and level as indicated. Install work with laps,joints, and seams that will be permanently watertight and weather resistant. 3.4 CLEANING AND PROTECTION A. Remove temporary protective coverings and strippable films, if any, as metal wall panels are installed, unless otherwise indicated in manufacturer's written installation instructions. On completion of metal wall panel installation, clean finished surfaces as recommended by metal wall panel manufacturer. Maintain in a clean condition during construction. B. After metal wall panel installation, clear weep holes and drainage channels of obstructions,dirt, and sealant. END OF SECTION 074213 METAL WALL PANELS 074213-7 Packet Page-1049- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 076200-SHEET METAL FLASHING AND TRIM PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Formed wall sheet metal fabrications. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show installation layouts of sheet metal flashing and trim, including plans, elevations, expansion joint locations, and keyed details. Distinguish between shop- and field- assembled work. 1. Include details for forming, joining, supporting, and securing sheet metal flashing and trim, including pattern of seams, termination points, fixed points, expansion joints, expansion joint covers, edge conditions, special conditions, and connections to adjoining work. C. Maintenance data. D. Warranty: Sample of special warranty. 1.3 QUALITY ASSURANCE A. Sheet Metal Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet Metal Manual"unless more stringent requirements are specified or shown on Drawings. 1. Comply with SMACNA and NRCA standards. Provide all details required to illustrate industry-standard assembles suitable for intended use and capable of providing a complete,proper,durable weather proof,and water proof installation. a. Use stainless steel, hot dipped galvanized metal, galvalume, or suitably protected aluminum materials.Do not use plain or painted steel or mill finish aluminum. b. Do not use details that rely solely on sealant or paint to prevent the intrusion of water into the building. c. Provide sill flashing and a full bed of sealant at all window sills. d. Isolate dissimilar metals to prevent galvanic deterioration of materials. All materials shall be non-corrosive. e. Provide details of terminations and corners. SHEET METAL FLASHING AND TRIM 076200- 1 Packet Page-1050- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1.4 WARRANTY A. Special Warranty on Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory-applied finishes within 5 years from date of Substantial Completion. PART 2-PRODUCTS 2.1 SHEET METALS A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying a strippable,temporary protective film before shipping. B. Aluminum Sheet: ASTM B 209 (ASTM B 209M), alloy as standard with manufacturer for finish required,with temper as required to suit forming operations and performance required. 1. As-Milled Finish: One-side bright mill finish. 2. Alclad Finish: Metallurgically bonded surfacing to both sides, forming a composite aluminum sheet with reflective luster. 3. Factory Prime Coating: Where painting after installation is indicated, pretreat with white or light-colored, factory-applied, baked-on epoxy primer coat; minimum dry film thickness of 0.2 mil(0.005 mm). 4. Clear Anodic Finish, Coil Coated: AAMA 611, AA-M12C22A41, Class I, 0.018 mm or thicker. 5. Color Anodic Finish, Coil Coated: AAMA 611, AA-M12C22A42/A44, Class I, 0.018 mm or thicker. a. Color: As selected by Owner or to match existing finishes. 6. Exposed Coil-Coated Finishes: a. Two-Coat Fluoropolymer: AAMA 620. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in color coat. b. Three-Coat Fluoropolymer: AAMA 620. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in both color coat and clear topcoat. c. Siliconized Polyester: Epoxy primer and silicone-modified, polyester-enamel topcoat. 7. Color: As selected by Owner or to match existing finishes. C. Stainless-Steel Sheet: ASTM A 240/A 240M or ASTM A 666, Type 304, dead soft, fully annealed; finish selected by Owner. D. Metallic-Coated Steel Sheet: Restricted flatness steel sheet, metallic coated by the hot-dip process and prepainted by the coil-coating process to comply with ASTM A 755/A 755M. 1. Zinc-Coated (Galvanized) Steel Sheet: ASTM A 653/A 653M, G90 (Z275) coating designation; structural quality. SHEET METAL FLASHING AND TRIM 076200-2 Packet Page -1051- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Aluminum-Zinc Alloy-Coated Steel Sheet: ASTM A 792/A 792M, Class AZ50 coating designation, Grade 40 (Class AZM150 coating designation, Grade 275); structural quality. 3. Surface: Manufacturer's standard clear acrylic coating on both sides. 4. Exposed Coil-Coated Finish: a. Two-Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in color coat. b. Siliconized Polyester: Epoxy primer and silicone-modified, polyester-enamel topcoat. 5. Color: As selected by Owner or to match existing finishes 2.2 UNDERLAYMENT MATERIALS A. Polyethylene Sheet: 6-mil- (0.15-mm-) thick polyethylene sheet complying with ASTM D 4397. B. Felt: ASTM D 226,Type II(No. 30), asphalt-saturated organic felt,nonperforated. C. Self-Adhering, High-Temperature Sheet: Minimum 30 to 40 mils (0.76 to 1.0 mm) thick, consisting of slip-resisting polyethylene-film top surface laminated to layer of butyl or SBS- modified asphalt adhesive, with release-paper backing; cold applied. Provide primer when recommended by underlayment manufacturer. 1. Thermal Stability: ASTM D 1970;stable after testing at 240 deg F(116 deg C). 2. Low-Temperature Flexibility: ASTM D 1970; passes after testing at minus 20 deg F (29 deg C). D. Slip Sheet: Building paper,3-lb/100 sq. ft.(0.16-kg/sq.m)minimum,rosin sized. 2.3 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings, separators,sealants,and other miscellaneous items as required for complete sheet metal flashing and trim installation and recommended by manufacturer of primary sheet metal or manufactured item unless otherwise indicated. B. Fasteners: Wood screws, annular threaded nails, self-tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal or manufactured item. 1. General: Blind fasteners or self-drilling screws,gasketed,with hex-washer head. a. Exposed Fasteners: Heads matching color of sheet metal using plastic caps or factory-applied coating. b. Blind Fasteners: High-strength aluminum or stainless-steel rivets suitable for metal being fastened. SHEET METAL FLASHING AND TRIM 076200-3 Packet Page-1052- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM c. Spikes and Ferrules: Same material as gutter; with spike with ferrule matching internal gutter width. 2. Fasteners for Aluminum Sheet: Aluminum or Series 300 stainless steel. 3. Fasteners for Stainless-Steel Sheet: Series 300 stainless steel. 4. Fasteners for Zinc-Coated (Galvanized) Steel Sheet: Hot-dip galvanized steel according to ASTM A 153/A 153M or ASTM F 2329 or Series 300 stainless steel. C. Solder: 1. For Stainless Steel: ASTM B 32,Grade Sn60,with an acid flux of type recommended by stainless-steel sheet manufacturer. 2. For Zinc-Coated (Galvanized) Steel: ASTM B 32, Grade Sn50, 50 percent tin and 50 percent lead or Grade Sn60,60 percent tin and 40 percent lead. D. Sealant Tape: Pressure-sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release-paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch(13 mm)wide and 1/8 inch(3 mm)thick. E. Elastomeric Sealant: ASTM C 920, elastomeric polymer sealant; low modulus; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. F. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked-type expansion joints with limited movement. G. Epoxy Seam Sealer: Two-part, noncorrosive, aluminum seam-cementing compound, recommended by aluminum manufacturer for exterior nonmoving joints, including riveted joints. H. Bituminous Coating: Cold-applied asphalt emulsion complying with ASTM D 1187. 2.4 WALL SHEET METAL FABRICATIONS A. Through-Wall Flashing: Fabricate continuous fleshings in minimum 96-inch- (2400-mm-) long, but not exceeding 12-foot- (3.6-m-) long, sections, under copings, at shelf angles, and where indicated. Fabricate discontinuous lintel, sill, and similar fleshings to extend 6 inches (150 mm) beyond each side of wall openings. Form with 2-inch- (50-mm-) high, end dams where flashing is discontinuous. Fabricate from the following materials: 1. Stainless Steel: 0.016 inch(0.40 mm)thick. B. Opening Fleshings in Frame Construction: Fabricate head, sill,jamb, and similar fleshings to extend 4 inches(100 mm)beyond wall openings. Form head and sill flashing with 2-inch-(50- mm-)high,end dams. Fabricate from the following materials: 1. Aluminum: 0.032 inch(0.81 mm)thick. 2. Stainless Steel: 0.016 inch(0.40 rrun)thick. 3. Galvanized Steel: 0.022 inch(0.56 mm)thick. 4. Aluminum-Zinc Alloy-Coated Steel: 0.022 inch(0.56 mm)thick. C. Wall Expansion-Joint Cover: Fabricate from the following materials: 1. Aluminum: 0.040 inch(1.02 mm)thick. SHEET METAL FLASHING AND TRIM 076200-4 Packet Page -1053- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Stainless Steel: 0.019 inch(0.48 mm)thick. 3. Galvanized Steel: 0.028 inch (0.71 mm) thick. 4. Aluminum-Zinc Alloy-Coated Steel: 0.028 inch(0.71 mm)thick. PART 3 -EXECUTION 3.1 UNDERLAYMENT INSTALLATION A. Polyethylene Sheet: Install polyethylene sheet with adhesive for anchorage. Apply in shingle fashion to shed water, with lapped and taped joints of not less than 2 inches(50 mm). B. Felt Underlayment: Install felt underlayment with adhesive for temporary anchorage. Apply in shingle fashion to shed water,with lapped joints of not less than 2 inches(50 mm). C. Self-Adhering Sheet Underlayment: Install self-adhering sheet underlayment, wrinkle free. Comply with temperature restrictions of underlayment manufacturer for installation; use primer rather than nails for installing underlayment at low temperatures. Apply in shingle fashion to shed water, with end laps of not less than 6 inches (150 mm) staggered 24 inches (600 mm) between courses. Overlap side edges not less than 3-1/2 inches (90 mm). Roll laps with roller. Cover underlayment within 14 days. 3.2 INSTALLATION, GENERAL A. General: Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement so that completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. Use fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Install sheet metal flashing and trim true to line and levels indicated. Provide uniform, neat seams with minimum exposure of solder,welds,and sealant. 2. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. 3. Space cleats not more than 12 inches (300 mm) apart. Anchor each cleat with two fasteners. Bend tabs over fasteners. 4. Install exposed sheet metal flashing and trim without excessive oil canning, buckling, and tool marks. 5. Install sealant tape where indicated. 6. Torch cutting of sheet metal flashing and trim is not permitted. B. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by SMACNA. 1. Coat back side of uncoated aluminum and stainless-steel sheet metal flashing and trim with bituminous coating where flashing and trim will contact wood, ferrous metal, or cementitious construction. SHEET METAL FLASHING AND TRIM 076200-5 Packet Page -1054- Ii 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Underlayment: Where installing metal flashing directly on cementitious or wood substrates, install a course of felt underlayment and cover with a slip sheet or install a course of polyethylene sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet (3 m) with no joints allowed within 24 inches (600 mm)of corner or intersection. Where lapped expansion provisions cannot be used or would not be sufficiently watertight,form expansion joints of intermeshing hooked flanges,not less than 1 inch(25 mm)deep,filled with sealant concealed within joints. D. Fastener Sizes: Use fasteners of sizes that will penetrate not less than recommended by fastener manufacturer to achieve maximum pull-out resistance. E. Seal joints as shown and as required for watertight construction. F. Soldered Joints: Clean surfaces to be soldered,removing oils and foreign matter. Pre-tin edges of sheets to be soldered to a width of 1-1/2 inches (38 mm), except reduce pre-tinning where pre-tinned surface would show in completed Work. 1. Do not solder metallic-coated steel and aluminum sheet. 2. Do not use torches for soldering. Heat surfaces to receive solder and flow solder into joint. Fill joint completely. Completely remove flux and spatter from exposed surfaces. 3. Stainless-Steel Soldering: Tin edges of uncoated sheets using solder recommended for stainless steel and acid flux. Promptly remove acid flux residue from metal after tinning and soldering. Comply with solder manufacturer's recommended methods for cleaning and neutralization. G. Rivets: Rivet joints in uncoated aluminum where indicated and where necessary for strength. 3.3 WALL FLASHING INSTALLATION A. General: Install sheet metal wall flashing to intercept and exclude penetrating moisture according to SMACNA recommendations and as indicated. Coordinate installation of wall flashing with installation of wall-opening components such as windows, doors,and louvers. B. Opening Flashings in Frame Construction: Install continuous head, sill,jamb, and similar flashings to extend 4 inches(100 mm)beyond wall openings. 3.4 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder and sealants. C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. SHEET METAL FLASHING AND TRIM 076200-6 Packet Page-1055- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM END OF SECTION 076200 SHEET METAL FLASHING AND TRIM 076200-7 Packet Page-1056- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 079200-JOINT SEALANTS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Silicone joint sealants. 2. Urethane joint sealants. 3. Latex joint sealants. 1.2 SUBMITTALS A. Product Data: For each joint-sealant product indicated. B. Samples: For each kind and color of joint sealant required. C. Joint-Sealant Schedule: Include the following information: 1. Joint-sealant application,joint location,and designation. 2. Joint-sealant manufacturer and product name. 3. Joint-sealant formulation. 4. Joint-sealant color. D. Product test reports. E. Preconstruction compatibility and adhesion test reports. F. Preconstruction field-adhesion test reports. G. Field-adhesion test reports. H. Warranties. 1.3 QUALITY ASSURANCE A. Preinstallation Conference: Conduct conference at Project site. 1.4 WARRANTY A. Special Installer's Warranty: Manufacturer's standard form in which 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. JOINT SEALANTS 079200- 1 Packet Page-1057- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM B. Special Manufacturer's Warranty: Manufacturer's standard form in which joint-sealant manufacturer agrees to furnish joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. I. Warranty Period: 10 years from date of Substantial Completion. PART 2-PRODUCTS 2.1 MATERIALS,GENERAL A. VOC Content of Interior Sealants: Provide sealants and sealant primers for use inside the weatherproofing system that comply with the following limits for VOC content when calculated according to 40 CFR 59, Part 59, Subpart D(EPA Method 24): 1. Architectural Sealants: 250 g/L. 2. Sealant Primers for Nonporous Substrates: 250 g/L. 3. Sealant Primers for Porous Substrates: 775 g/L. B. Liquid-Applied Joint Sealants: Comply with ASTM C 920 and other requirements indicated for each liquid-applied joint sealant specified, including those referencing ASTM C 920 classifications for type,grade,class,and uses related to exposure and joint substrates. 1. Suitability for Immersion in Liquids. Where sealants are indicated for Use I for joints that will be continuously immersed in liquids, provide products that have undergone testing according to ASTM C 1247. Liquid used for testing sealants is deionized water, unless otherwise indicated. C. Stain-Test-Response Characteristics: Where sealants are specified to be nonstaining to porous substrates, provide products that have undergone testing according to ASTM C 1248 and have not stained porous joint substrates indicated for Project. D. Suitability for Contact with Food: Where sealants are indicated for joints that will come in repeated contact with food,provide products that comply with 21 CFR 177.2600. 2.2 SILICONE JOINT SEALANTS A. Mildew-Resistant Neutral-Curing Silicone Joint Sealant: ASTM C 920. 1. Manufacturers: Subject to compliance with requirements,provide products by one of the following a. BASF Building Systems. b. Dow Corning Corporation. c. GE Advanced Materials-Silicones. d. Pecora Corporation. e. Schnee-Morehead,Inc. f. Tremco Incorporated. JOINT SEALANTS 079200-2 Packet Page-1058- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Type: Single component(S). 3. Grade: nonsag(NS). 4. Class: 50. 5. Uses Related to Exposure: Nontraffic(NT). 2.3 URETHANE JOINT SEALANTS A. Urethane Joint Sealant: ASTM C 920. 1. Manufacturers: Subject to compliance with requirements,provide products by one of the following a. BASF Building Systems. b. Bostik,Inc. c. Pecora Corporation. d. Schnee-Morehead,Inc. e. Sika Corporation;Construction Products Division. f. Tremco Incorporated. 2. Type: Single component(S) 3. Grade: nonsag(NS). 4. Class: [50. 5. Uses Related to Exposure: Nontraffic(NT). A 2.4 LATEX JOINT SEALANTS A. Latex Joint Sealant: Acrylic latex or siliconized acrylic latex, ASTM C 834, Type OP, Grade NF. I. Manufacturers: Subject to compliance with requirements,provide products by one of the following: 2. . a. BASF Building Systems. b. Bostik, Inc. c. Pecora Corporation. d. Schnee-Morehead, Inc. e. Tremco Incorporated. 2.5 JOINT SEALANT BACKING A. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed-cell material with a surface skin), and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. B. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer. JOINT SEALANTS 079200-3 Packet Page-1059- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM _> 2.6 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. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 -EXECUTION 3.1 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions. 1. Remove laitance and form-release agents from concrete. 2. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. B. Joint Priming: Prime joint substrates where recommended by joint-sealant manufacturer or as indicated by 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 or primer 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. 3.2 INSTALLATION A. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials,applications,and conditions indicated. B. Install sealant backings of kind 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. JOINT SEALANTS 079200-4 Packet Page-1060- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM C. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. D. 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. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins,tool sealants according to requirements specified in subparagraphs 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 profile per Figure SA in ASTM C 1193, unless otherwise indicated. F. Acoustical Sealant Installation: Comply with ASTM C 919 and with manufacturer's written recommendations. G. 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. END OF SECTION 079200 JOINT SEALANTS 079200-5 Packet Page-1061- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 081113 -HOLLOW METAL DOORS AND FRAMES PART I -GENERAL 1.1 SUMMARY A. Section Includes: 1. Hollow metal doors and frames. 2. Secured Doors 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Include elevations, door edge details, frame profiles, metal thicknesses, preparations for hardware,and other details. C. Samples for Initial Selection: For units with factory-applied color finishes. D. Schedule: Prepared by or under the supervision of supplier, using same reference numbers for details and openings as those on Drawings. 1.3 QUALITY ASSURANCE A. Fire-Rated Door Assemblies: Assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency, for fire-protection ratings indicated, based on testing at positive pressure according to NFPA 252. B. Fire-Rated, Borrowed-Light Frame Assemblies: Assemblies complying with NFPA 80 that are listed and labeled, by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire-protection ratings indicated, based on testing according to NFPA 257. Label each individual glazed lite. C. Smoke-Control Door Assemblies: Comply with NFPA 105. D. Provide corrosion resistant coatings 1. Wipe coat and WCGS products shall not be used. 2. Doors and frames shall not be less than 16 gauge thick. 3. Frames in masonry construction shall be fully grouted. Provide not less than 3 anchors at each jamb. 4. All steel frames are to be fully welded for new construction. KD frames may be used only for retrofit installations. 5. Provide fire rated units where required to maintain integrity of rated assembles. HOLLOW METAL DOORS AND FRAMES 081113 - 1 Packet Page-1062- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM PART 2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following available manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: 1. Amweld Building Products,LLC. 2. Benchmark;a division of Therma-Tru Corporation. 3. Ceco Door Products; an Assa Abloy Group company. 4. Curries Company;an Assa Abloy Group company. 5. Deansteel Manufacturing Company,Inc. 6. Firedoor Corporation. 7. Fleming Door Products Ltd.;an Assa Abloy Group company. 8. Habersham Metal Products Company. 9. Kewanee Corporation(The). 10. Mesker Door Inc. 11. Pioneer Industries,Inc. 12. Security Metal Products Corp. 13. Steelcraft; an Ingersoll-Rand company. 2.2 MATERIALS A. Metallic-Coated Steel Sheet: ASTM A 653/A 653M, Commercial Steel (CS), Type B; with minimum G60(Z180)or A60(ZF180)metallic coating. B. Frame Anchors: ASTM A 591/A 591M, Commercial Steel (CS), 40Z (12G) coating designation;mill phosphatized. 1. For anchors built into exterior walls,steel sheet complying with ASTM A 1008/A 1008M or ASTM A 1011/A 1011M, hot-dip galvanized according to ASTM A 153/A 153M, Class B. C. Inserts, Bolts,and Fasteners: Hot-dip galvanized according to ASTM A 153/A 153M. 2.3 SECURED DOORS A. General: Complies with ANSI/NAAMM HMMA 863-98, Guide Specifications for Security Hollow Metal Doors and Frames. 1. Basis of Design: 2"RestrictDor Security System by Ceco Door,ASSA ABLOY 2. Design: a. 18 gauge steel stiffeners placed 4"apart and welded every 3 'A"along their length. b. Doors and frames are 14 gauge steel. c. Mineral wool between stiffeners d. 2"thick steel door e. Primer coat conform to ANSI A250.10 f. Galvanized steel—G90 HOLLOW METAL DOORS AND FRAMES 081113 -2 Packet Page -1063- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM g. Frames — all welded, I4 gauge steel, closer reinforcement, heavy duty security hinge reinforcement,welded 12 gauge masonry anchors h. Hinges—4 'h"heavy weight,door edge has 7 gauge steel reinforcements i. 12 gauge closer reinforcement 2.4 STANDARD HOLLOW METAL DOORS A. General: Comply with ANSI/SDI A250.8. 1. Design: Flush panel 2. Core Construction: Manufacturer's standard kraft-paper honeycomb, polystyrene, polyurethane,polyisocyanurate,mineral-board,or vertical steel-stiffener core. a. Fire Door Core: As required to provide fire-protection ratings indicated. 3. Vertical Edges for Single-Acting Doors:Manufacturer's standard. 4. Top and Bottom Edges: Closed with flush or inverted 0.042-inch- (1.0-mm-) thick, end closures or channels of same material as face sheets. 5. Tolerances: SDI 117, "Manufacturing Tolerances for Standard Steel Doors and Frames." B. Interior Doors: Face sheets fabricated from metallic-coated steel sheet. Provide doors complying with requirements indicated below by referencing ANSI/SDI A250.8 for level and model and ANSI/SDI A250.4 for physical performance level: 1. Level 3 and Physical Performance Level A (Extra Heavy Duty), Model 1 (Full Flush). Door models in subparagraph below have 16 gage thick faces. C. Hardware Reinforcement: ANSI/SDI A250.6. 2.5 STANDARD HOLLOW METAL FRAMES A. General: Comply with ANSI/SDI A250.8. B. Interior Frames: Fabricated from metallic-coated steel sheet. I. Fabricate frames with mitered or coped corners. 2. Fabricate frames as knocked down or full profile welded unless otherwise indicated. 3. Fabricate knocked-down,drywall slip-on frames for in-place gypsum board partitions. 4. Frames for Level 3 Steel Doors: 16 gage thick steel sheet. C. Hardware Reinforcement: ANSI/SDI A250.6. D. All metal door frames shall have holes and accessible wire ways to permit electrification of hinges and door or frame mounted hardware. 2.6 FRAME ANCHORS A. Jamb Anchors: HOLLOW METAL DOORS AND FRAMES 081113-3 Packet Page-1064- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Masonry Type: Adjustable strap-and-stirrup or T-shaped anchors to suit frame size, not less than 0.042 inch(1.0 mm) thick, with corrugated or perforated straps not less than 2 inches (50 mm) wide by 10 inches (250 mm) long; or wire anchors not less than 0.177 inch(4.5 mm)thick. 2. Stud-Wall Type: Designed to engage stud, welded to back of frames;not less than 0.042 inch(1.0 mm)thick. 3. Compression Type for Drywall Slip-on Frames: Adjustable compression anchors. 4. Postinstalled Expansion Type for In-Place Concrete or Masonry: Minimum 3/8-inch- (9.5-mm-) diameter bolts with expansion shields or inserts. Provide pipe spacer from frame to wall,with throat reinforcement plate,welded to frame at each anchor location. B. Floor Anchors: Formed from same material as frames, not less than 0.042 inch(1.0 mm)thick, and as follows: 1. Monolithic Concrete Slabs: Clip-type anchors,with two holes to receive fasteners. 2. Separate Topping Concrete Slabs: Adjustable-type anchors with extension clips, allowing not less than 2-inch(50-mm)height adjustment. Terminate bottom of frames at finish floor surface. 2.7 HOLLOW METAL PANELS A. Provide hollow metal panels of same materials, construction, and finish as specified for adjoining hollow metal work. 2.8 ACCESSORIES A. Mullions and Transom Bars: Join to adjacent members by welding or rigid mechanical anchors. B. Ceiling Struts: Minimum 1/4-inch-thick by 1-inch-(6.4-mm-thick by 25.4-mm-)wide steel. C. Grout Guards: Formed from same material as frames, not less than 0.016 inch(0.4 mm)thick. 2.9 FABRICATION A. Tolerances: Fabricate hollow metal work to tolerances indicated in SDI 117. B. Hollow Metal Doors: 1. Exterior Doors: Provide weep-hole openings in bottom of exterior doors. Seal joints in top edges of doors against water penetration. C. Hollow Metal Frames: Where frames are fabricated in sections, provide alignment plates or angles at each joint,fabricated of same thickness metal as frames. 1. Welded Frames: Weld flush face joints continuously; grind,fill,dress,and make smooth, flush,and invisible. 2. Provide countersunk, flat- or oval-head exposed screws and bolts for exposed fasteners unless otherwise indicated. HOLLOW METAL DOORS AND FRAMES 081113-4 Packet Page -1065- 10/22/2013 16.D.4. C.A.T. PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM , 3. Grout Guards: Weld guards to frame at back of hardware mortises in frames to be • grouted. 4. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot welds per anchor. 5. Jamb Anchors: Provide number and spacing of anchors as follows: a. Masonry Type: Locate anchors not more than 18 inches (457 mm) from top and bottom of frame. Space anchors not more than 32 inches (813 mm) o.c. and as follows: 1) Three anchors per jamb from 60 to 90 inches(1524 to 2286 mm)high. b. Stud-Wall Type: Locate anchors not more than 18 inches(457 mm) from top and bottom of frame. Space anchors not more than 32 inches (813 mm) o.c. and as follows: 1) Four anchors per jamb from 60 to 90 inches(1524 to 2286 mm)high. c. Compression Type: Not less than two anchors in each jamb. d. Postinstalled Expansion Type: Locate anchors not more than 6 inches (152 mm) from top and bottom of frame. Space anchors not more than 26 inches(660 mm) o.c. 6. Door Silencers: Except on weather-stripped doors,drill stops to receive door silencers. a. Single-Door Frames: Three door silencers. b. Double-Door Frames: Two door silencers. D. Hardware Preparation: Factory prepare hollow metal work to receive templated mortised hardware according to the Door Hardware Schedule and templates furnished as specified in Division 08 Section"Door Hardware." 1. Locate hardware as indicated,or if not indicated,according to ANSIJSD1 A250.8. 2. Reinforce doors and frames to receive nontemplated,mortised and surface-mounted door hardware. 3. Comply with applicable requirements in ANSI/SDI A250.6 and ANSI/DHI A115 Series specifications for preparation of hollow metal work for hardware. 4. Coordinate locations of conduit and wiring boxes for electrical connections with Division 26 electrical Sections. E. Stops and Moldings: Provide stops and moldings around glazed lites where indicated. Form corners of stops and moldings with butted or mitered hairline joints. 1. Single Glazed Lites: Provide fixed stops and moldings welded on secure side of hollow metal work. 2. Multiple Glazed Lites: Provide fixed and removable stops and moldings so that each glazed lite is capable of being removed independently. 3. Provide fixed frame moldings on outside of exterior and on secure side of interior doors and frames. 4. Provide loose stops and moldings on inside of hollow metal work. 5. Coordinate rabbet width between fixed and removable stops with type of glazing and type of installation indicated. HOLLOW METAL DOORS AND FRAMES 081113 -5 Packet Page -1066- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2.10 STEEL FINISHES A. Prime Finish: Apply manufacturer's standard primer immediately after cleaning and pretreating. 1. Shop Primer: ANSI/SDI A250.10. B. Factory-Applied Paint Finish: ANSI/SDI A250.3. I. Color and Gloss:As selected by Architect from manufacturer's full range. PART 3 -EXECUTION 3.1 INSTALLATION A. Hollow Metal Frames: Comply with ANSI/SDI A250.11. 1. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces, leaving surfaces smooth and undamaged. a. At fire-protection-rated openings,install frames according to NFPA 80. b. Where frames are fabricated in sections because of shipping or handling limitations, field splice at approved locations by welding face joint continuously; grind,fill,dress, and make splice smooth, flush,and invisible on exposed faces. c. Install frames with removable glazing stops located on secure side of opening. d. Install door silencers in frames before grouting. e. Remove temporary braces necessary for installation only after frames have been properly set and secured. f. Check plumbness, squareness, and twist of frames as walls are constructed. Shim as necessary to comply with installation tolerances. g. Field apply bituminous coating to backs of frames that are filled with grout containing antifreezing agents. 2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor, and secure with postinstalled expansion anchors. a. Floor anchors may be set with powder-actuated fasteners instead of postinstalled expansion anchors if so indicated and approved on Shop Drawings. 3. Metal-Stud Partitions: Solidly pack mineral-fiber insulation behind frames. a. Frames in stud construction shall be spot grouted at each anchor, min 3 per jamb. Provide 4. In-Place Gypsum Board Partitions: Secure frames in place with postinstalled expansion anchors through floor anchors at each jamb. Countersink anchors, and fill and make smooth,flush,and invisible on exposed faces. 5. Ceiling Struts: Extend struts vertically from top of frame at each jamb to overhead structural supports or substrates above frame unless frame is anchored to masonry or to other structural support at each jamb. Bend top of struts to provide flush contact for HOLLOW METAL DOORS AND FRAMES 081113 -6 Packet Page -1067- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM securing to supporting construction. Provide adjustable wedged or bolted anchorage to frame jamb members. 6. Installation Tolerances: Adjust hollow metal door frames for squareness, alignment, twist,and plumb to the following tolerances: a. Squareness: Plus or minus 1/16 inch(1.6 mm), measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. b. Alignment: Plus or minus 1/16 inch (1.6 mm), measured at jambs on a horizontal line parallel to plane of wall. c. Twist: Plus or minus 1/16 inch (1.6 mm), measured at opposite face corners of jambs on parallel lines,and perpendicular to plane of wall. d. Plumbness: Plus or minus 1/16 inch(1.6 mm), measured at jambs at floor. B. Hollow Metal Doors: Fit hollow metal doors accurately in frames, within clearances specified below. Shim as necessary. 1. Non-Fire-Rated Standard Steel Doors: a. Jambs and Head: 1/8 inch(3 mm)plus or minus 1/16 inch(1.6 mm). b. Between Edges of Pairs of Doors: 1/8 inch (3 mm) plus or minus 1/16 inch (1.6 mm). c. Between Bottom of Door and Top of Threshold: Maximum 3/8 inch(9.5 mm). d. Between Bottom of Door and Top of Finish Floor(No Threshold): Maximum 3/4 inch(19 mm). C. Glazing: Comply with installation requirements in Division 08 Section "Glazing" and with hollow metal manufacturer's written instructions. 1. Secure stops with countersunk flat- or oval-head machine screws spaced uniformly not more than 9 inches (230 mm) o.c. and not more than 2 inches (50 mm) o.c. from each corner. 3.2 ADJUSTING AND CLEANING A. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work,including hollow metal work that is warped,bowed,or otherwise unacceptable. B. Prime-Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air-drying,rust-inhibitive primer. C. Metallic-Coated Surfaces: Clean abraded areas and repair with galvanizing repair paint according to manufacturer's written instructions. END OF SECTION 081113 HOLLOW METAL DOORS AND FRAMES 081 113 -7 Packet Page-1068- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 081416-FLUSH WOOD DOORS PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Solid-core doors with veneer faces. 2. Factory machining for hardware. 1.2 SUBMITTALS A. Product Data: For each type of door and pocket door frame. Include details of core and edge construction,and trim for openings. Include factory-finishing specifications. B. Shop Drawings: Indicate location, size, and hand of each door; elevation of each kind of door; construction details not covered in Product Data; location and extent of hardware blocking; and other pertinent data. 1. Indicate dimensions and locations of cutouts. 2. Indicate doors to be factory finished and finish requirements. 1.3 QUALITY ASSURANCE A. Source Limitations: Obtain flush wood doors through one source from a single manufacturer. B. Quality Standard: In addition to requirements specified, comply with WDMA I.S.1-A, "Architectural Wood Flush Doors." 1.4 DELIVERY,STORAGE,AND HANDLING A. Comply with requirements of referenced standard and manufacturer's written instructions. B. Mark each door on top and bottom rail with opening number used on Shop Drawings. 1.5 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install doors until building is enclosed, wet work is complete, and HVAC system is operating and will maintain temperature and relative humidity at occupancy levels during the remainder of the construction period. 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form, signed by manufacturer, Installer, and Contractor, in which manufacturer agrees to repair or replace doors that are defective in materials or workmanship,have warped(bow,cup,or twist),or show telegraphing of core construction in face veneers. FLUSH WOOD DOORS 081416-1 Packet Page-1069- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Warranty shall also include installation and finishing that may be required due to repair or replacement of defective doors. 2. Warranty shall be in effect during the following period of time from date of Substantial Completion: a. Solid-Core Interior Doors: Manufacturer's standard warranty. PART 2-PRODUCTS 2.1 SOLID-CORE WOOD DOORS A. Available Manufacturers: Subject to compliance with requirements,manufacturers offering products that may be incorporated into the Work include,but are not limited to,the following: 1. Flush Wood Doors: a. Algoma Hardwoods Inc. b. Eggers Industries;Architectural Door Division. c. Marshfield Door Systems 2.2 DOOR CONSTRUCTION,GENERAL A. Low-Emitting Materials: Provide doors made with adhesives and composite wood products that do not contain added urea formaldehyde. B. Particleboard-Core Doors: 1. Particleboard: ANSI A208.1,Grade LD-1 or Grade LD-2,made with binder containing no added urea-formaldehyde resin. 2. Blocking: Provide wood blocking in particleboard-core doors as needed to eliminate through- bolting hardware. C. Interior Doors for Transparent Finish: 1. Grade: Premium,with Grade A faces. 2. Species:Red oak. 3. Cut: Plain sliced. 4. Match between Veneer Leaves: Book match. 5. Assembly of Veneer Leaves on Door Faces: Running match. FLUSH WOOD DOORS 081416-2 Packet Page-1070- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 6. Exposed Vertical and Top Edges: Same species as faces. 7. Core: Particleboard. 8. Construction: Five plies. Stiles and rails are heat bonded to core,then entire unit abrasive planed before veneering. D. Particleboard Cores: Comply with the following requirements: 1. Particleboard: ANSI A208.1,Grade 1-LD-2. 2. Blocking: Provide wood blocking in particleboard-core doors as needed to eliminate through- bolting hardware. 2.3 LIGHT FRAMES A. Metal Frames for Light Openings: Manufacturer's standard frame formed of 0.0478-inch- thick, cold- rolled steel sheet;factory primed. 1. Jamb: Split jamb with zinc coated steel sides and back. 2.4 FABRICATION A. General:Fabricate doors in sizes indicated for Project-site fitting. 1. Factory fit doors to suit frame-opening sizes indicated,with the following uniform clearances and bevels,unless otherwise indicated: B. Clearances:Additional means of gap covering shall be provided where either code required or the room use dictates privacy. 1. Non-Fire-Rated Doors: Not more than 1/8 inch at jambs and heads, and not more than 118 inch between meeting stiles of pairs of doors;3/4 inch at bottom unless otherwise indicated. C. Machining:Factory machine doors for hardware that is not surface applied. Locate hardware to comply with DHI-WDHS-3. Comply with final hardware schedules, door frame Shop Drawings,DHI A115-W series standards,and hardware templates. 1. Coordinate measurements of hardware mortises in metal frames to verify dimensions and alignment before factory machining. D. Openings: Cut and trim openings through doors to comply with applicable requirements of referenced standards for kind(s)of door(s)required. 1. Light Openings: Trim openings with moldings of material and profile indicated. FLUSH WOOD DOORS 081416-3 Packet Page-1071- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2.5 FACTORY FINISHING A. General: Comply with AWI's "Architectural Woodwork Quality Standards Illustrated" for factory finishing. 1. Finish doors at factory. B. Wood Veneer Faced Doors-Transparent Finish: 1. Grade: Premium. 2. Finish: AWI TR-4 conversion varnish system. 3. Sheen Level: 60 percent. PART 3-EXECUTION 3.1 EXAMINATION A. Examine doors and installed door frames before hanging doors. 1. Verify that frames comply with indicated requirements for type, size, location, and swing characteristics and have been installed with level heads and plumb jambs. 2. Reject doors with defects. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Hardware: For installation,see Section 087100"Door Hardware." B. Manufacturer's Written Instructions: Install doors to comply with manufacturer's written instructions, referenced quality standard,and as indicated. C. Job-Fitted Doors: Align and fit doors in frames with uniform clearances and bevels as indicated below, do not trim stiles and rails in excess of limits set by manufacturer. Machine doors for hardware. Seal cut surfaces after fitting and machining. 1. Clearances: Provide 1/8 inch at heads,jambs,and between pairs of doors. Provide 1/8 inch from bottom of door to top of decorative floor finish or covering. Where threshold is shown or scheduled,provide 1/4 inch from bottom of door to top of threshold. 2. Bevel non-fire-rated doors 1/8 inch in 2 inches at lock and hinge edges. D. Factory-Finished Doors: Restore finish before installation if fitting or machining is required at Project site. FLUSH WOOD DOORS 081416-4 Packet Page-1072- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 3.3 ADJUSTING A. Operation: Rehang or replace doors that do not swing or operate freely. B. Finished Doors: Replace doors that are damaged or do not comply with requirements. Doors may be repaired or refinished if work complies with requirements and shows no evidence of repair or refinishing. END OF SECTION 081416 FLUSH WOOD DOORS 081416-5 Packet Page-1073- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 087100-DOOR HARDWARE PART 1 -GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Commercial door hardware. 2. Card key access door hardware. 3. Secured door hardware. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Details of electrified door hardware, including wiring diagrams. C. Product certificates. D. Other Action Submittals: 1. Door Hardware Sets: Prepared by or under the supervision of Installer or Architectural Hardware Consultant, detailing fabrication and assembly of door hardware, as well as procedures and diagrams. a. Format: Use same scheduling sequence and format as in the Contract Documents. b. Content: Include the following information: 1) Identification number, location, hand, fire rating, and material of each door and frame. 2) Type,style,function,size, quantity,and finish of each door hardware item. 2. Keying Schedule: Prepared by or under the supervision of Installer or Architectural Hardware Consultant,detailing Owner's final keying instructions for locks. 1.3 QUALITY ASSURANCE A. Provide all hardware needed for a complete and proper installation including but not limited to locks, levers, pulls, exit devices, closers, butts, weather-stripping, astragals, coordinators, door holders, kick plates,push plates and silencers. B. All hardware shall be non-ferrous. I. Plain or painted steel is not acceptable. C. Installer Qualifications: An employer of workers trained and approved by lock manufacturer. DOOR HARDWARE 087100- 1 Packet Page-1074- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Installer's responsibilities include supplying and installing door hardware and providing a qualified Architectural Hardware Consultant available during the course of the Work to consult with Contractor,Architect,and Owner about door hardware and keying. D. Architectural Hardware Consultant Qualifications: A person who is currently certified by DHI as an Architectural Hardware Consultant and who is experienced in providing consulting services for door hardware installations that are comparable in material, design, and extent to that indicated for this Project. E. Source Limitations: Provide electrified door hardware from same manufacturer as mechanical door hardware,unless otherwise indicated. Manufacturers that perform electrical modifications and that are listed by a testing and inspecting agency acceptable to authorities having jurisdiction are acceptable. F. Fire-Rated Door Assemblies: Assemblies complying with NFPA 80 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire ratings indicated,based on testing according to NFPA 252. 1. Test Pressure: Test at atmospheric pressure. G. Approved manufacturers are Schlage, LCN, Von Duprin, Desco, Hager, Ives, Rockwood, and Pemko unless otherwise noted as No Substitution. 1. Locks shall be Schlage interchangeable core cylinders, #20-740 "Primus"High-Security Cores,no substitutions.Keyed to match County keying system. Standard keyway shall be 6-pin Everest C145 for new master key systems and C123 for stock keys. 2. Standard locksets and lever-sets shall be Schlage D series. Use L Series where required for security or other program requirements. 3. Standard closers shall be LCN model 4041 Super Smoothie series no substitutions. Adjust to meet ADA and FAC requirements. 4. Exit Devices shall be Von Duprin,model 99 unless approved otherwise by Owner. 5. Exterior threshold shall be Pemko 2005 with raised vinyl seal, or exact equal. Saddle- type thresholds at exterior locations shall NOT be permitted. H. Minimum hardware standards: 1. Provide Grade 1 hardware 2. All hardware shall be ADA compliant. I. Adjust hardware for proper operation, including adjustment of levers and closers to comply with ADA and Florida Accessibility Code requirements. J. Check adjustments after 90 days use and readjust as needed. 1.4 DELIVERY, STORAGE,AND HANDLING A. Deliver keys to manufacturer of key control system for subsequent delivery to Owner. DOOR HARDWARE 087100-2 Packet Page-1075- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1.5 COORDINATION A. Templates: Distribute door hardware templates for doors, frames, and other work specified to be factory prepared for installing door hardware. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Three years min. from date of Substantial Completion. PART 2-PRODUCTS 2.1 SCHEDULED DOOR HARDWARE A. General: Provide door hardware for each door to comply with requirements in this Section and door hardware sets indicated in door and frame schedule. 1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, named manufacturers'products and products complying with BHMA standard referenced. 2.2 HINGES, GENERAL A. Template Requirements: Except for hinges and pivots to be installed entirely(both leaves) into wood doors and frames,provide only template-produced units. B. Hinge Base Metal: Unless otherwise indicated,provide the following: 1. Exterior Hinges: Stainless steel,with stainless-steel pin. 2. Interior Hinges: Stainless steel,with stainless-steel pin. 3. Hinges for Fire-Rated Assemblies: Stainless steel,with stainless-steel pin. C. Nonremovable Pins: Provide set screw in hinge barrel that, when tightened into a groove in hinge pin, prevents removal of pin while door is closed; for outswinging exterior doors and outswinging corridor doors with locks. D. Fasteners: Comply with the following: 1. Machine Screws: For metal doors and frames. Install into drilled and tapped holes. 2. Wood Screws: For wood doors and frames. 3. Threaded-to-the-Head Wood Screws: For fire-rated wood doors. 4. Screws: Phillips flat-head;machine screws(drilled and tapped holes)for metal doors and wood screws for wood doors and frames. Finish screw heads to match surface of hinges. DOOR HARDWARE 087100-3 Packet Page-1076- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2.3 HINGES A. Butts and Hinges: BHMA A156.1. B. Template Hinge Dimensions: BHMA A 156.7. C. Manufacturers:Basis of Design 1. Hager Companies(HAG). 2.4 LOCKS AND LATCHES,GENERAL A. Accessibility Requirements: Provide operating devices that do not require tight grasping, pinching,or twisting of the wrist and that operate with a force of not more than 5 lbf(22 N). B. Latches and Locks-for Means of Egress Doors: Comply with NFPA 101. Latches shall not require more than 15 lbf(67 N)to release the latch. Locks shall not require use of a key, tool, or special knowledge for operation. C. Electrified Locking Devices: BHMA A156.25. D. Lock Trim: 1. Levers: 2. Dummy Trim: Match lever lock trim and escutcheons. E. Lock Throw: Comply with testing requirements for length of bolts required for labeled fire doors. F. Backset: 2-3/4 inches(70 mm),unless otherwise indicated. G. Strikes: Manufacturer's standard strike with strike box for each latchbolt or lock bolt, with curved lip extended to protect frame,finished to match door hardware set. 2.5 MECHANICAL LOCKS AND LATCHES A. Lock Functions: Function numbers and descriptions indicated in door hardware sets comply with the following: 1. Mortise Locks: BHMA A156.13. B. Mortise Locks: Stamped steel case with steel or brass parts;BHMA A156.13,Grade I. 1. Manufacturers: Schlage-No Substitutions a. Schlage Commercial Lock Division; an Ingersoll-Rand Company(SCH). 2.6 LOCK CYLINDERS A. Manufacturers: Schlage-No Substitutions B. High-Security Lock Cylinders: BHMA A 156.30 Grade 1 DOOR HARDWARE 087100-4 Packet Page -1077- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM C. Cylinders: Schlage's standard tumbler type,constructed from brass or bronze,stainless steel, or nickel silver, and complying with the following: 1. Number of Pins: Six. 2. High-Security Grade: BHMA A156.5, Grade IA, listed and labeled as complying with pick-and drill-resistant testing requirements in UL 437(Suffix A). D. Permanent Cores: Manufacturer's standard; finish face to match lockset; with interchangeable cores,shall be Schiage 1#20-740 Primus High-Security Cores,No Substitutions. E. Construction Keying: Shall match Owner keying system. Comply with the following: 1. Construction Master Keys: Provide cylinders with feature that permits voiding of construction keys without cylinder removal. Provide 10 construction master keys. 2. Construction Cores: Provide construction cores that are replaceable by permanent cores. Provide 10 construction master keys. a. Furnish permanent cores to Owner for installation. F. Manufacturer:No Substitutions 1. Schlage Commercial Lock Division;an Ingersoll-Rand Company(SCH). 2.7 KEYING A. Keying System: Factory registered, complying with guidelines in BHMA A156.28, Appendix A. Incorporate decisions made in keying conference into key system. 1. Existing System: Master key or grand master key locks to Owner's existing system. B. Keys: Brass;permanently inscribed with a visual key control number and including the notation"DO NOT DUPLICATE." I. Quantity: In addition to one extra key blank for each lock, provide three cylinder change keys and five grand master keys. 2.8 OPERATING TRIM A. Standard: BHMA A156.6. B. Materials: Fabricate from brass,unless otherwise indicated. C. Manufacturers: 1. Hager Companies(HAG). 2. IVES Hardware; an Ingersoll-Rand Company(IVS). 3. Rockwood Manufacturing Company(RM). DOOR HARDWARE 087100-5 Packet Page-1078- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2.9 ACCESSORIES FOR PAIRS OF DOORS A. Carry-Open Bars: Provide carry-open bars for inactive leaves of pairs of doors unless automatic or self-latching bolts are used. 1. Material: Polished brass or bronze,with strike plate. 2.10 CLOSERS A. Accessibility Requirements: Comply with the following maximum opening-force requirements: 1. Interior,Non-Fire-Rated Hinged Doors: 5 lbf(22.2 N)applied perpendicular to door. 2. SiFire Doors: Minimum opening force allowable by authorities having jurisdiction. B. Door Closers for Means of Egress Doors: Comply with NFPA 101. Door closers shall not require more than 30 lbf(133 N)to set door in motion and not more than 15 lbf(67 N) to open door to minimum required width. C. Hold-Open Closers/Detectors: Coordinate and interface integral smoke detector and closer device with fire alarm system. D. Flush Floor Plates: Provide finish cover plates for floor closers unless thresholds are indicated. Match door hardware finish,unless otherwise indicated. E. Recessed Floor Plates: Provide recessed floor plates with insert of floor finish material for floor closers unless thresholds are indicated. Provide extended closer spindle to accommodate thickness of floor finish. F. Size of Units: Unless otherwise indicated, comply with manufacturer's written recommendations for size of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Provide factory-sized closers, adjustable to meet field conditions and requirements for opening force. G. Surface Closers: BHMA A156.4 Grade 1. Provide type of arm required for closer to be located on non-public side of door,unless otherwise indicated. 1. Manufacturer:No Substitutions a. LCN Closers;an Ingersoll-Rand Company(LCN). b. Model: LCN 4041 Super smoothie series with ADA adjustments 2.11 PROTECTIVE TRIM UNITS A. Size: 1-1/2 inches (38 mm) less than door width on push side and 1/2 inch(13 mm) less than door width on pull side,by height specified in door hardware sets. B. Metal Protective Trim Units: BI-IMA A156.6; beveled top and 2 sides; fabricated from the following material: 1. Material: 0.050-inch-(1.3-mm-)thick aluminum. DOOR HARDWARE 087100-6 Packet Page -1079- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Manufacturers: a. Hager Companies(HAG). b. IVES Hardware;an Ingersoll-Rand Company(IVS). c. Rockwood Manufacturing Company(RM). 2.12 STOPS AND HOLDERS A. Stops and Bumpers: BHMA A156.16,Grade 1 I. Provide floor stops for doors unless wall or other type stops are scheduled or indicated. Do not mount floor stops where they will impede traffic. Where floor or wall stops are not appropriate,provide overhead holders. B. Mechanical Door Holders: BHMA A156.16,Grade 1. C. Combination Floor and Wall Stops and Holders: BHMA A156.8, Grade 1 D. Combination Overhead Stops and Holders: BHMA A156.8 Grade 1 E. Silencers for Door Frames: BHMA A156.16, Grade 1; neoprene or rubber; fabricated for drilled-in application to frame. F. Manufacturers: 1. Hager Companies(HAG). 2. IVES Hardware; an Ingersoll-Rand Company(IVS). 3. Rockwood Manufacturing Company(RM). 2.13 DOOR GASKETING A. Standard: BHMA A 156.22. B. General: Provide continuous weather-strip gasketing on exterior doors and provide smoke, light, or sound gasketing on interior doors where indicated or scheduled. Provide noncorrosive fasteners for exterior applications and elsewhere as indicated. 1. Perimeter Gasketing: Apply to head and jamb,forming seal between door and frame. 2. Meeting Stile Gasketing: Fasten to meeting stiles,forming seal when doors are closed. 3. Door Bottoms: Apply to bottom of door, forming seal with threshold when door is closed. C. Smoke-Labeled Gasketing: Assemblies complying with NFPA 105 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for smoke- control ratings indicated,based on testing according to UL 1784. 1. Provide smoke-labeled gasketing on 20-minute-rated doors and on smoke-labeled doors. D. Sound-Rated Gasketing: Assemblies that are listed and labeled by a testing and inspecting agency,for sound ratings indicated,based on testing according to ASTM E 1408. DOOR HARDWARE 087100-7 Packet Page-1080- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM E. Replaceable Seal Strips: Provide only those units where resilient or flexible seal strips are easily replaceable and readily available from stocks maintained by manufacturer. F. Gasketing Materials: ASTM D 2000 and AAMA 701/702. G. Manufacturers: 1. Hager Companies(HAG). 2. Pemko Manufacturing Co.(PEM). 2.14 THRESHOLDS A. Standard: BHMA A156.21. B. Accessibility Requirements: Bevel raised thresholds with a slope of not more than 1:2. Provide thresholds not more than 1/2 inch(13 mm)high. C. Thresholds for Means of Egress Doors: Comply with NFPA 101. Maximum 1/2 inch(13 mm) high. D. Manufacturers: 1. Pemko Manufacturing Co.(PEM). 2. Model:Pemko 2005 with raised vinyl seal a. Not flush or saddle-type at exterior locations 2.15 MISCELLANEOUS DOOR HARDWARE A. Boxed Power Supplies: Modular unit in NEMA ICS 6, Type 4 enclosure; filtered and regulated; voltage rating and type matching requirements of door hardware served; and listed and labeled for use with fire alarm systems. B. Auxiliary Hardware: BHMA A156.16 Grade 1 unless Grade 2 is indicated 1. Manufacturers: a. Hager Companies(HAG). b. Rockwood Manufacturing Company(RM). 2.16 FABRICATION A. Base Metals: Produce door hardware units of base metal, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA A156.18. Do not furnish manufacturer's standard materials or forming methods if different from specified standard. B. Fasteners: Provide screws according to commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat-head screws with finished heads to match surface of door hardware, unless otherwise indicated. DOOR HARDWARE 087100-8 Packet Page -1081- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Comply with NFPA 80 for fasteners of door hardware in fire-rated applications. C. Finishes: BHMA A 156.18,as indicated in door hardware sets. PART 3 -EXECUTION 3.1 INSTALLATION A. Steel Doors and Frames: Comply with DHI A115 Series. Drill and tap doors and frames for surface-applied door hardware according to ANSI A250.6. B. Wood Doors: Comply with DHI Al 1 5-W Series. C. Mounting Heights: Mount door hardware units at heights indicated as follows unless otherwise indicated or required to comply with governing regulations. 1. Standard Steel Doors and Frames: DHI's "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames." 2. Custom Steel Doors and Frames: DHI's "Recommended Locations for Builders' Hardware for Custom Steel Doors and Frames." 3. Wood Doors: DHI WDHS.3, "Recommended Locations for Architectural Hardware for Wood Flush Doors." D. Install each door hardware item to comply with manufacturer's written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work specified in Division 09 Sections. Do not install surface-mounted items until finishes have been completed on substrates involved. E. Key Control System: Tag keys and place them on markers and hooks in key control system cabinet,as determined by final keying schedule. F. Boxed Power Supplies: Locate power supplies as indicated or, if not indicated, above accessible ceilings.Verify location with Architect. 1. Configuration: Provide one power supply for each door opening. 2. Configuration: Provide the least number of power supplies required to adequately serve doors with electrified door hardware. G. Thresholds: Set thresholds for exterior and acoustical doors in full bed of sealant complying with requirements specified in Division 07 Section"Joint Sealants." H. Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. DOOR HARDWARE 087100-9 Packet Page -1082- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 1. Door Closers: Unless otherwise required by authorities having jurisdiction, adjust sweep period so that, from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches(75 mm) from the latch, measured to the leading edge of the door. 3.2 FIELD QUALITY CONTROL A. Independent Architectural Hardware Consultant: Owner will engage a qualified independent Architectural Hardware Consultant to perform inspections and to prepare inspection reports. 3.3 HARDWARE SCHEDULE A. See Drawings for Door Schedule B. Door Hardware must comply with 1.3 Quality Assurance and Owner no substitution requirements. END OF SECTION 087100 DOOR HARDWARE 087100- 10 Packet Page-1083- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM SECTION 092216-NON-STRUCTURAL METAL FRAMING PART 1 -GENERAL 1.1 SUMMARY A. This Section includes non-load-bearing steel framing members for the following applications: 1. Interior framing systems(e.g., supports for partition walls,framed soffits,furring,etc.). 2. Interior suspension systems(e.g.,supports for ceilings, suspended soffits,etc.). 1.2 SUBMITTALS A. Product Data: For each type of product indicated. 1.3 QUALITY ASSURANCE A. Sound Transmission Characteristics: For STC-rated assemblies that incorporate non-load-bearing steel framing,provide materials and construction identical to those tested in assembly indicated according to ASTM E 90 and classified according to ASTM E 413 by an independent testing agency. PART 2-PRODUCTS 2.1 NON-LOAD-BEARING STEEL FRAMING,GENERAL A. Recycled Content of Steel Products: Provide products with average recycled content of steel products such that postconsumer recycled content plus one-half of preconsumer recycled content is not less than 10 percent B. Framing Members,General: Comply with ASTM C 754 for conditions indicated. 1. Steel Sheet Components: Comply with ASTM C 645 requirements for metal, unless otherwise indicated. 2. Protective Coating: ASTM A 653/A 653M,G40,hot-dip galvanized zinc coating. 2.2 SUSPENSION SYSTEM COMPONENTS A. Tie Wire: ASTM A 641/A 641M, Class I zinc coating, soft temper, 0.0625-inch- diameter wire, or double strand of 0.0475-inch-diameter wire. B. Hanger Attachments to Concrete: 1. Anchors: Fabricated from corrosion-resistant materials with boles or loops for attaching wire hangers and capable of sustaining, without failure, a load equal to 5 times that imposed by construction as determined by testing according to ASTM E 488 by an independent testing agency. a. Type: Cast-in-place anchor, designed for attachment to concrete forms or postinstalled, chemical anchor. NON-STRUCTURAL METAL FRAMING 092216- 1 Packet Page-1084- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 2. Powder-Actuated Fasteners: Suitable for application indicated,fabricated from corrosion-resistant materials with clips or other devices for attaching hangers of type indicated, and capable of sustaining,without failure,a load equal to 10 times that imposed by construction as determined by testing according to ASTM E 1190 by an independent testing agency. C. Wire Hangers: ASTM A 641/A 641M, Class 1 zinc coating,soft temper,0.162-inch diameter. D. Carrying Channels: Cold-rolled,commercial-steel sheet with a base-metal thickness of 0.0538 inch and minimum 1/2-inch-wide flanges. 1. Depth: As indicated on Drawings. E. Furring Channels(Furring Members): 1. Cold-Rolled Channels: 0.0538-inch bare-steel thickness, with minimum 1/2-inch-wide flanges, 3/4 inch deep. 2. Steel Studs: ASTM C 645. a. Minimum Base-Metal Thickness: 25 gauge. b. Depth: As indicated on Drawings. 3. Hat-Shaped,Rigid Furring Channels: ASTM C 645,7/8 inch deep. a. Minimum Base Metal Thickness: 0.0179 inch. 4. Resilient Furring Channels: 1/2-inch-deep members designed to reduce sound transmission. a. Configuration: Asymmetrical or hat shaped. F. Grid Suspension System for Ceilings: ASTM C 645, direct-hung system composed of main beams and cross-furring members that interlock. 1. Available Products: Subject to compliance with requirements,products that may be incorporated into the Work include,but are not limited to,the following: a. Armstrong World Industries,Inc.;Drywall Grid Systems. b. USG Corporation;Drywall Suspension System. 2.3 STEEL FRAMING FOR FRAMED ASSEMBLIES A. Steel Studs and Runners: ASTM C 645. 1. Minimum Base-Metal Thickness: 25 gauge. B. Slip-Type Head Joints: Where indicated,provide one of the following: 1. Single Long-Leg Runner System: ASTM C 645 top runner with 2-inch-deep flanges in thickness not less than indicated for studs, installed with studs friction fit into top runner and with continuous bridging located within 12 inches of the top of studs to provide lateral bracing. 2. Double-Runner System: ASTM C 645 top runners, inside runner with 2-inch- deep flanges in thickness not less than indicated for studs and fastened to studs,and outer runner sized to friction fit inside runner. NON-STRUCTURAL METAL FRAMING 092216-2 Packet Page -1085- 10/22/2013 16.D.4. C.A.T.PASSENGER TRANSFER FACILITY IMPROVEMENTS FARE COLLECTION ROOM 3. Deflection Track: Steel sheet top runner manufactured to prevent cracking of finishes applied to interior partition framing resulting from deflection of structure above; in thickness not less than indicated for studs and in width to accommodate depth of studs. a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include,but are not limited to,the following: 1) Dietrich Metal Framing;Interior(Drywall)Deflection Track Systems 2) Steel Network Inc.(The);VertiClip SLD or VertiTrack VTD Series. 3) Superior Metal Trim;Superior Flex Track System(SFT). C. Flat Strap and Backing Plate: Steel sheet for blocking and bracing in length and width indicated. 1. Minimum Base-Metal Thickness: 0.0179 inch. D. Cold-Rolled Channel Bridging: 0.0538-inch bare-steel thickness,with minimum 1/2-inch-wide flanges. 1. Clip Angle: Not less than 1-1/2 by 1-1/2 inches,0.068-inch-thick,galvanized steel. E. Hat-Shaped,Rigid Furring Channels: ASTM C 645. 1. Minimum Base Metal Thickness: 0.0179 inch. 2. Depth: As indicated on Drawings. F. Resilient Furring Channels: 1/2-inch-deep,steel sheet members designed to reduce sound transmission. 1. Configuration: Asymmetrical or hat shaped. G. Cold-Roiled Furring Channels: 0.0538-inch bare-steel thickness,with minimum 1/2-inch-wide flanges. 1. Depth: As indicated on Drawings. 2. Furring Brackets: Adjustable, corrugated-edge type of steel sheet with minimum bare-steel thickness of 0.0312 inch. 3. Tie Wire: ASTM A 641/A 641M,Class 1 zinc coating, soft temper, 0.0625-inch-diameter wire, or double strand of 0.0475-inch-diameter wire. H. Z-Shaped Furring: With slotted or nonslotted web,face flange of 1-1/4 inches,wall attachment flange of 7/8 inch, minimum bare-metal thickness of 0.0179 inch, and depth required to fit insulation thickness indicated. 2.4 AUXILIARY MATERIALS A. Fasteners for Metal Framing: Of type, material, size, corrosion resistance, holding power, and other properties required to fasten steel members to substrates. B. Isolation Strip at Exterior Walls: Provide the following: 1. Asphalt-Saturated Organic Felt: ASTM D 226,Type I(No. 15 asphalt felt),nonperforated. 2. Foam Gasket: Adhesive-backed, closed-cell vinyl foam strips that allow fastener penetration without foam displacement, 1/8 inch thick,in width to suit steel stud size. NON-STRUCTURAL METAL FRAMING 092216-3 Packet Page-1086- 10/22/2013 16.D.4. 8 c, - VONOld'uNno3 ii3nloO VI i III W G 1 �.I I I a p t?i .- 6 ,-' INOO2!NOI1037103 321Vd x f•Z N ail B hi i g • t — low w go 3LL� S1N31N A0ddW1 I . ; , g e HO FINN 8 $g Na (avo I ()Kiwi)ulllobd 11 I 1 1 ' ? SIB$ `s Q g Z w 3 ISNV I12f3JN3SS�dd ICI I g i5 W a a I C i 1 k § a g .LISN�l tl3eIV tani00 =1 I I 1 I I H1 I p. .14/ 1z s ii Ii 1 ` 0 lea- ' liii s- - . E . V Iq y a., ; . Ili! I r, I Ig fi ta a g Is � CC CJ z Wi0W `.,:, 1 I I _ .. III I i _ J Z4 (LI JO ; j N x 0 ¢ U O Lt 4 1 : 111 L.i� s a Q i o gnr Z it U e2 Q �� II V g ` aQz 4 3 1 a. e i s : gi a s 4 s t & n g 35 I r� q a a �E4 Y z r 7 4 3 ;s= Y} Yi tiAqsq alg 4 tsi. a $o"` 4 4 `45 !�y[ 4 22 - e R 3 4 4: E`5` '- - 8 ay G .x Sgw=. ! fi 5 'R W 12N 12 It. . 226 a s Sys Et $ NO }25,9p. 29{ R gg.s 1 1 W 8;s g :g'1 g�'i a 2 E ins 25 f F' 01 ray '� ,, 4s s .. Rf,- a b ° W -3 � �� � log a6 � x .a1 �'-f�� 9I £ � �lf„ '� g� 0 i5%� 1 .14 Sae ;l � � iii 1 li i 'F_4 2 } 2 - g z 9 `I Rff.q c 11 : yzsE�ez 1-1 Mg 2 ' 4 sg 1 i VI }` ? a gip, 2 4I " 2S PI 24 4 5fi E - 0 72 s e 4 F o1 5t 53 !i.1 s 4 . 7 1;; n L1" O I r '€0 4 � i-�a s� :€. � i 9� �� �� € «' � ��� 1 `4_ F "� ,. e��I "a � /II �&. � � iJ _ - O 6�� w N gy .1 I g Es: I :d 414,04 1; 1 Ya9a i! d P,, sE O hgi s= x xi 6!2 «E4 s ^iE . i i8 r 10 4 01 �9g'_iii � I ; Pgg e i 5„° t '� pi 9 he yax °';-Y ° g 53 I<. gg'Y 2 d kL 2. a 7 is Q .e.° } o je 4 _ W a ". ; 1 i as d ! ' 4 5 9� 5 Lin B 3 888 p c` r@ ax 4 `a. e4 : « e e � G y a-� ® 2w �a2. 'g � x J � ��; �Fe Iv �. �. Q al 24 4 4 Nix b: id Ni I,2 }4l=a e24 4 a5 s it 4 F` 222 a g2¢ d S ce @g a �� P z E�k a « a� a� � � ��aE4�� � � .4 � 141 n 4 � m--� $R � � 59 sal �? �a a z � e y &t 4 e a $ 3 ; ' Ea x fie° t p Vi a � 4a 0 1 g W l i d $° ;LI 0 d i tIg �h d Ifa� 54q « ip a8 12 2!.1 ; !II i W igl$° 1` g �e y z i ' t W Rig ; . Yia Y's Ni9 .iai g i r z ,.s5 8z5 $p4 3S dI 8$ed '14.6 as W !esie a8 a. gam« !t I ., ° a} : m i& e 5 i s a g } n ® n A 1 i 1, 12 7-' 0 i 'U) 1 1 IL 2 5 i.; 6 i e 3 ` B- wiEll m4� 04i a rgi 3 a°WIg 3z aa '2 1I -E ipdfg' _ • HI:pa-041 = t 4�iif 2 gceu gw ggaa; xa a ,L,NE tRxg i°4e2-a} 3 p-/g/y-y e, 4 `,4°te la:fp p Y iili� s azP 8; 9l..^ tet KO:. 1 4._5'x25 R`5`2 _ Et' _t_ 5 3N$ls 'RC I k y- a 34iss 'vs5ii 3gs3 a�hna`s�a £3gs:��$£Y=a&a: « }=fFc&i'a $ «4:A 8 ,c«c FF6wce5_. .c �_ i4;, y „ q yy e }p t2 =_r.e,°t=.9 IA 4=4gro.4! 85889 R O E i !4 €1 ._��. 'iii = ai§ss° x444 Yb63sb °eekk�:[e9`szec.Ei i6 .Fk4'[Y k.'EY39 alga' :S°°:Sv_°�..xG Q i 9 gi 5; VP ° ii Q 's 4 0 • ° s4 '1 4 1 i kli y ° �' '� - ;5g 5 fi S i � Jig Y �. I �; digs a4Im1x II ea Y °4 ' + igh .s C#141 _4 0 Iii et: �gi gific 41y 4; J g 4 R gl Iss ; Is ; y a 'CO" m �$yy q 4zgse 1!54 15 g gfa Isga3eili 2a:c 1°4.:5 :.41g5i10-i 881 5g 4 /_51 4 fit. Al ;II s 54ia Ri'�A ��'. ;: MN; 53G°u°J�o8�5.�� � m 5 9 R { $$ £ 2 a Z Q a':I.ak_§RE Si _ggiNS ninddrAifi Et xi�3e3EEE8B Isuli ki ^ri.:e..a�5.'49a 2';x83�ia� Hits. }6E Avo- .4. $ax 5A Wrwzi w.2 el,W4122 1 onlore .wOnm WW1. Packet Page-1087- 10/22/2013 16.D.4. a dolao1a'AINnoa aamo3 ! I I = N ca g s<^ WOO?!NO11331100321b'A ! I !4 rc i 1 o$ °� 2,12 SIN3W3AOadWI g� P_ P a i x ' ;o s W tavoa olava)urltadi I I I , 2 81 i s '112 m ¢a 1. - 8 z .< 3 a3dSNdal a30N3SSVd a a 3 W is C 8F, a lISNVell V3NY N3M0O a' p i s 1 -,B a l i o ill 1 11 ' I- 8 . tiat8i hi ,2 It _� W '' 0 W '1.1'%1 u # '. "1/4*, , a J 0 Vl l ` i d: o .. Audw= 6 0 i- t V J . ante a3mo 'r & 7_ w .. � - 1 .nwris Asir I L j L , N w C.) 0 - J': .. w U I g rm Packet Page-1088- 10/22/2013 16.D.4. et VOl?lO1d'A.LN(103 x311100 I I s 4 g wool NO11337109 3aYd i j , a i g i Z ' I a ° S�e LL (( 4�.I/S.LN3W33AJ021d1Wi^Lf s i j 2 '-WW7' 8`s g WI' (avoN OIavl)A11110Vd al . 1 I • z. ill O R i 5 rr]§ J Lq � 213ASN�12130N3SSdd •I i H ' C _•§ a C 0 1 a . F a 11SNVIII '�3ad 2311100 a _ LL la aI I 111 ' I- sI IIoF i �''I� a t z S l I; ;4 4� ioe a 4 1* ri g;, sang pi ;EMI : g ill �- ne 1;xP but gPi 1 _ Fill il�' 1 h “43 ntl F.1 E1 Eel 11 2 1 1 7; 1� - 0 ,„„ 1 Sit i¢8”" • 1 a Irn 11 a as$ , 'u' r° S e a 2'1'4 4 SS a: . .............._.. tea .$ '�4 6! N$ . a N ry Q X ° 1i ' r iy \4 1, t ' : ' z O _r 0 ,1 Z Pi 5 SS b ��JJ h I Packet Page-1089- - 10/22/2013 16.D.4. a V01MOld'A1Nf10014311100 % $ o e N z r IN008 NOIJ.031100 3tlt/d a o„ g I 8 2a I'd sue§ SIN3N AOadJNI g { e $y P 22 UCS .4LLeV I f 1G E s88 ,Wm canon olava)A11110Vd 'I; ! g g, 2.1 d ;90 '',..- § F' _l W a3ASNId2Jl a3JN3SS1�d e ; l ` 2 ' .21 f i C 8 r lISNb2111'132Jt1�131T1OO i H I l I 1- §2 2, LL 41 !g ' p t.ig ygy- 1=eg 3I, .t a i ¢' Q5 $Q g 5 I 1,-- , gig .-11 it. 1 1 6 s . 1 •— '— f--i falle$ a3g4111 9.iiIli 1RQ 1 I Y 5 B ..I .1 1 _1 1 �� r — a_ r eyy a ago it ,` q._�mffi�sr I Y 3 I 161 ill!! �. 'Inn D R Yea ap� - OA!� R �. : Z/ ag. 53 # a5 �� G5� F i+ L_i > I1 ! hniN 16 a 141 !1 rIL p • � ; p g gii=o i !.§118 9,11. :1 x,h 1 ; .III# L.-) I. O 1.11a3$e5phsi:KBt,e aa :1IB�°i£dlacji3 LL �4- x . . 9 = _ I rte. P'p p 4 71!)*F /*<> ^ I i i Z 0.- O 8■ ; .._ 0 —fa 1 �-�f 1 L� I It'r ® * ..an i y L'1� 11 .1/1 0 c1/1■111■ �NIMIIM1■1111 91 !1 I 1 me _1no 11:6,. L,x 1-F. .1. °`s _. H f1€lI L. II ! a R>,Y riy II rl /\ I4 Q�s. ..- 43,.,. 1l 4 91 ; ---��� I ,.r Z /— I I ! - — O f, 1 ;- � sir � e r/ 1 1 / O e 1 Ifi 1 Z a to ktl s a ■ l'N j ep i; O % i/ O 1 ea Ti.'" ga - I ,1 w- -- IT:1— C / / ~ — -- �1 J � / b l 2 g 1 3 a 1 T 1— T — T = w s , g 40i? , ig i g ; i ?1 '7 i 1 g I. 4g4� o g se g y Q t\ / . 9 �J 4 1 I wecz1u^0 Mr- +I1ar9 IW m00,M J1.1.W7 1 Packet Page-1090- 1 10/22/2013 16.D.4. i ! g vai io1A'uNnoo aamoo et ti) 1 r 2 Wooa NOLG731103 3ad� ; _ < m i ° Z r W z 3 Q ii �o SIN3W3AOadW1 II I .; a �� ii2* E �W (avoa olava)A1111OVA al I I) u 3 E �T11 i ;fit 8 1Zq 1 a3iSNVal a3ON3SSVd a ; I i g '. i k I .C ;W ° '5 11SNV11 V3ad a3100 I ' I ! I I I. l i LL R&. 1= it i I I I I II `\1• N 1 W 0. \I �,I I ammo". U. z � / s Y Y 0 Hi ` 1 al Ps 1 Q @x E. 01 \\ \ B Etl;;9 'YS 19 n tl a a , C . z '''---anensorm.v / \ !ale g U t� uJ S o J; °m\ FE _, 7 �, o _{ i X �� x Z :s / � F „, - z .s ' J WC (� N �s § ,yam I $1 II +r 'y' x§ I !{s!FIaB s I 1 I I II 11 i� �_ 1 r 4+ al IP � � i" � •1 - 1 \ UJ � I =. 1 k ' &oar o \ > {� X l ^_ ���' I Ili �1 li W i ti �' � a Y a Z 11 r I a O 7 L _1111 r � r/ G 7;�:� � �I U I p I'g f t 4 „ ,,,/7 // / ,'-' A.,/'. 4 .,. ,, :, -/iz ../., 2 11J I I v � aai a, i,,, . : 1,11;11: 1:..,„1, i. ka 0 ,, _ .0: ....' :-... ti 4. rz O ,, x '4./211E0 0 ,,, ! I.,,,, - !T. :, 1 IIII .KL =!2 i„.. ,„ ! irt-,. _ - !, ! I-- .: •• , 0 1 .. ot ...! ,.. - ' ,f- ' y- F A//' rter/7.0/ / a . . "., t lIf r ahrit 331 Y Packet Page-1091- _ I 10/22/2013 16.D.4. VGNOld'AINnoo 12n-loo I ' , ti) : I i IV0021 NOLL331100 3kIVA ill Z lig z,m 5;7., i ! SIN NAO II I < 3IBIRIVIII il 1 • g g Ai M 11 1, , cavaaaavIDA.truovd , , ii t 1 ii . ., .,e 3 § 113ASNVILL?:130N3SSVd . , 1 *..;• < 1 § ''.z t'- .LISNVal.V31:1V uamoo ' ' I I I I ' - . , -:r4 1,1 4, I ■ 1 I SE6Y-RM 1 M ..!. i V i N / 8 i r I /i i! gig 6Ei. • .% S d 1 1-. i■ '411g §ig 1 i • 1÷7271,_Li i 8 1 1 F.,i-,g 1 tig s .Efia ;464 I ig i 0 i 1 9 } x .,. ' g Peg 1;02 l: e g 4 § .,. ! i r • LO r, Olgg,tki i g 1 d 1 ( i . Ri 2Lie,;Hi ; ti i ;2 2 1 1 _.____..*,._ cew! ! 1 / it i / \ 1,c0 1 ,d • g.A, WEZ :,W ■ II i iiik 1 ggq P. sN\ ‘i :1 0 I . . \5 eiL;r4; 4 _ ,•emsess--7--.1—. 0 iig i ; .• *. 11 1 w 0- rt z 1 114 i g 0 Ammo" 6 w ; t & NICY t er (i) ,---,i 1 — CL -----0 -. 1_,..;. ' ''''. ) ,_.., .. . ' 1 1 ...., 1 ./ •• . - ,• t.1E 1 §6/ t, -.A 95 "---" ( 7L---- — f), *-, l• _ ,., _.:. !...'l' rn T-1_ . ,.. . , A 1 it • • , 1 u .. \ ,. ____ __•_. iri 1 W : ''-' \\■ • :! I e..,...1 ! i; I ii;!,.. "2 tie* , ! g .7/' ; / •.: : .: —.■;;rr--._ 4) 1 :Itg '4'2 ;5! i'S 1 ( 1 i.P.Ag I " ,I I-77: -" 1\ ■ .& Pg; 5!; 45 4 2 5 ' ./. i'd " g2 2 ! ? iiiai V i g il e ■ .,, rt ig 5 ;626Et 1U; cdf a _ R R. f.: 22 i— • •-: .f.,‘,/ 6 0 z i 1 1 I I 1 ..,..--' •, ti , I i I :' g4 , > [ 77:' / / i V 0 =4 i , , 1 1-g i '''',71 V / !' / \ ,.7.,-,-::.,::,===:::::ii;1 1,, ae. / r--f--i--1 r----1 ,__ - <4 is-g ._. 17 0 Z 4 I . tA' A i4 1 / : I „. AAA I r■ ArMiLl (Th ® ... S ,_ I ,, , ,, ,, ,., - gt S ED:ii a L t 2.; Wiear-1...*-LlY-Inowes"1 ltt,WeVa0000“.01..11..00 Packet Page-1092- 10/22/2013 1 -- 16.D.4. J vaiao�d'urrnoo aamoo a i 'i ° P o z woos NOLL0311oo 32Nd I , & ? #,g, ohs 2i SJN3W3AO?ldINl II " i I i I Q VC <�`� s i I 5 M a r y p$e W¢p ,ain d I Iu a 3 LL �P i W cadOa 010`21}u1110dd I a I-�- ; 6, Z" 213dSNV LL 83ON3SSVd sI I C 11 A, 8 1 11SNIallY321V2i3I11OO i ' , IIII �g LL .,tii 11 , I r ? l ; X' � i§ i i n. I y� t et i i Yi ° I I I/ I' Ia I 3 . t i 1 1 1 1 Q \ ti I 1' 2 \ J J • J R W CI F iti Olt { Ja: \ i 6 J.. mW S J O'' ��IIARlRf! d W �ti.r-' .n.4 .. gi 4.i i 1 .._<(1:-.) V $g s�1 3 i ; 37 6 1F S is kg i b € Q `p Y a 3� J 15e € 4 3 %k gg '( it "_I 4 -° I.I I = e p +�3 s 13 QF w1 a I I 3 y } V 8 L r tl $@„ W s3s �I I; I SCI I I a ! E a ! / I a x I6 ° I I 11 I ' v 1 ° It! .s° 'I I = �� -J. a J a p 4 w w 1 - w ' w� � .s w4 a I i Ci_, t - P ' 1 [ n�vwd_ Q i! A et s Et iluirmil ?S� i 1 `? � k4 it• a y ig I x 16 • ii -v ;1 J - Y : i ; c g i I, , g Pi; , V. ri I Q I i I I li EA i Ai Et 411 4E-2�t , i to \ , J Z ro \, I E 111 gp ii z I R mow.{ 1.1 f M lD = C n. i e u sIPk i I : ill ii --liilimlii "' o IllIII F§ W Hi �' W§ &tat, NIA itu,;Wet.W.L. 1 .r. ''''.4.r" 5,. 7_r---. . .i. 1 7106/SCQ (3) 4 ..g 1 w c .oci.• m,c I<9.mcoI,.oo..mwna Packet Page-1093- 1 I 10/22/2013 16.D.4. VOI?:101A'iumnoo 13M00 ii IA 1 411 =1 6 g I ! ! MOH NO11031100 311VA _ 1 ! I ;,1 ,Pzi -...os SIN3IN3A021d1/111 a ! ! ! ' -- 0 IN ill I:ggi . (avou oiava)kumovA ,, i 1 , . . ,?. r 8 N3ASNVIL1 1:130N3SSVd 1 ! , I , 1 , g 2 LI' .. ■i. 1 kIitili !kW: • .LISNNML 113NV Nan-too ,Iwi Ilki 1 ist • \ -7 •r_tr__j 1 0 .E e- 0 '"' H-i! 1 ,..,:. a •1 0 .„ 92 r: !It'll! FE7t tIli ..-,, _ i 0-"-IHI\ , :77 1 [fi ! i!i!ii'-, i ,040 1;w;,!.F., r=1; il 1; c,I.; .■ ,',7-,' !."" ■4: ,I i ! A 1 0 IP i 1; 0, ll ? '.4 :1,:i FiEr,97,:::;.ilir El ' ,_____, „ I : I I . .Ell i 7 . 51. :..„,. ,.,. , , . i - c5 Lt :4.'" 1 kv — I 1 , , ,: 1 : , 4E! -...!‘,./.z„;,-,..477- 7-7 7- .; ; ' ' 1,—,L —; --- .\ ..;, - 1. oilf 1 I Pi r 1 4 1 1 \st I 1 1 a 1 il i F9 II I h'' ® !! i 1 fi .?,gli NE IV 0 i I e--1 0 — j 6 Ego- 20 Iit'' i '' P ,I1 iligl Viii ;01 AW: r$ Or lilliov, _ • t _ i i 1 0 I,4 I Ig 1,4 Ito g g 1. 60!, 74;g IEP 0 5 I 2e,-. L.„,t1.3R „, 111111141m RV ilEI imiiiivil ,i, • ,,,__r 1----I h ihzi Iril , _, ,i, . rip,.,,, .,. . 1 FSa 1 pe, rg ig2a8 11 -, g gi 0?-%Bik'J (! -,\ i ;Dlidqh Eitip BIPS rill Wilill N. 2061261 N.8 ; ti,A liZ a" Lliinliqgii iiaitqPIiiv on1 0 cliim5.-0 i R OD R! 1111111 1.#,i3;RI/4 Ka:Pr 4:,R a. ET a..ti- r— .,./ LA 161 -/ :..,' ,../ . :;'.--------- T'''':■ =LI i i i ! ■-• , :-,x 7 1 ',. ' i I \ Il ,I 1 ift , i; a ,I, I 6 i62 g5gpp.11 ..: witt , , tt! ill t—° i:t ;W tIiil i ! " Iii-gi OI°g111 aid hi i 4iguilitiggli z « * '' m !1 4 : " qi " ; 11iP5 : 115 t, I 1,c,) " pi4E44411 `2... 131 St tt .1!. sa , OaF oGed8m. '. ;:_-__--7--- ---1--- .-_--i .•-.: :...1.3.1.. Ly , .., .....jg,•..........,109111021111.10.31.11.11..111.2 Packet Page-1094- _ w i W 10/22/2013 16.D.4. O 'LL tHW --=W S U 3 a•0 O : as _ I y w a-,E O S W i_ a ' I 60 ��IJ QE Ott hg WW Ql LR 4 ^ ' VJ O H u z Iii 6 W . ( 6E o L m8g � ff3a II tILi fi j 6 ir. Z 8 i.. it t'i w 1."g° ; g�� �3z9, m � � ��� � � i ;,i�1:04111:1 wlo�wd`�S�I � Nef-1 am � � � RI go ��I� yp�c v A it BO i a ¢o�f ry 3� 3 Ii i # .- Q a m v,,S 8� 1 IIW� , 1 h10510,14 EkE L L.._J 0 �s���sl��!�e� ���W�W�:s�W�� .� s ���� si O z u. „0, j„ a j... a o a m�e :�&a � Z t. U alai > i S-AL-1, ° •J Z 1 ,,..\ w • ( Ci 1 J — R 0 ...-- w s z < s, I ai 0 IL , ..*, �1 Y Y I 111... A .2'A / .0-2L 8s Ian O I R2 1,. <Pr • ., „ 9‘a L.EZ. w ,_F��.F ;uo 0 n a 2 m_ e Y .1.4.k i 1 21 1 �� 9 mMg iw d F r _ (> --1\ k ---- — ///t /4 V,, T 4 --- 2---9\ A—p1/4 7.= I -- g2 n E 2o; Lm: ga sic. owy0 3 i' ',--a ° WK O ID N L Packet Pagel-1095- JO 71/1 i� 10/22/2013 16.D.4. EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category Mike See Construction Superintendent Doug Oliver Project Manager 93 Construction Services Agreement Revised 07012013 Packet Page-1096-