DOCUMENT 00 00 10 - PROJECT MANUAL TABLE OF...
Transcript of DOCUMENT 00 00 10 - PROJECT MANUAL TABLE OF...
Broward County Courthouse
October 5, 2011 October 12, 2011 Table of Contents
Addendum #3Addendum #5 00 00 10 - 1
DOCUMENT 00 00 10 - PROJECT MANUAL TABLE OF CONTENTS
VOLUME I
Number Title Original Issue Current Issue
UUU Date Date
INTRODUCTORY INFORMATION
00 00 10 Project Manual Table of Contents 08/15/11 10/12/11
BIDDING REQUIREMENTS
00 11 00 Notice for Bids 08/15/11
00 21 00 General Instructions to Bidders 08/15/11
00 21 13 Instructions to Bidders 08/15/11
00 31 00 Available Project Information 08/15/11
00 31 21 Survey Information 08/15/11
00 31 24.13 Geotechnical Report and Soil Borings 08/15/11
00 31 26.23 Special Notices: Asbestos Containing Materials
In County Buildings 08/15/11
00 43 13 Bid/Tender Form 08/15/11
00 43 23 Schedule of Prices Bid 08/15/11 10/12/11
00 43 24 County Licenses, Permits and Fees 08/15/11 09/13/11
00 43 37 County Business Enterprise Notice (CBE) 08/15/11
00 43 38 Requirements for Contracts with CBE Goals 08/15/11
00 43 39 CBE Letter of Intent 08/15/11
00 43 40 Schedule of CBE Participation 08/15/11
00 43 41 Schedule of CBE Unavailability 08/15/11
00 43 42 Bidder CBE Response Sheet 08/15/11
00 43 53 Statement of Compliance (Davis Bacon Act) 08/15/11 09/13/11
00 45 07 Bid Guaranty Form Unconditional Letter of Credit 08/15/11
00 45 13 Supplement to Bid/Tender Form Certification 08/15/11
00 45 19 Supplement to Bid/Tender Form Non-Collusion Cert 08/15/11
Form 1 Local Vendor Certification (Tiebreaker Criteria) 08/15/11
Form 2 Domestic Partner Benefit Certification
(Tiebreaker Criteria) 08/15/11
Form 3 Broward County Awarded Projects (Tiebreaker
Criteria) 08/15/11 09/13/11
00 45 37 Supplement to Bid/Tender Form
Drug Free Workplace Certification 08/15/11
00 45 38 Supplement to Bid/Tender Form Trench Safety Act 08/15/11
Form 4 Vendors List (Non-certified Subcontractors
And Suppliers Information) 08/15/11
Form 5 Scrutinized Companies List Certification 08/15/11
Form 6 Lobbying Registration Certification 09/13/11
Broward County Courthouse
October 5, 2011 October 12, 2011 Table of Contents
Addendum #3Addendum #5 00 00 10 - 2
Number Title Original Issue Current Issue
UUU Date Date
Form 7 Owner Controlled Insurance Program Certification 09/13/11
00 50 00 CAF 170 Contract 08/15/11 10/05/11
00 59 00 Contract Supplement 08/15/11 09/13/11
00 61 13.13 Form of Performance Bond 08/15/11
00 61 13.16 Form of Payment Bond 08/15/11
00 61 27 Performance and Payment Guaranty Form
Unconditional Letter of Credit 08/15/11
00 61 30 Certificate as to Corporate Principal 08/15/11
00 65 16 Certificate of Substantial Completion 08/15/11 09/13/11
00 65 19 Final Certificate of Payment 08/15/11
00 65 19.13 Certification of Payment to Subcontractors 08/15/11
00 65 19.26 Form of Final Receipt 08/15/11 09/13/11
00 65 21 Final List of Subcontractors and Suppliers 08/15/11
00 72 00 General Conditions 08/15/11 10/12/11
Exhibit A Owner Controlled Insurance Program (OCIP) 11/16/10
Exhibit B OCIP Safety and Loss Prevention Manual 10/13/10
Exhibit C Certificate of Insurance Requirements 08/15/11
Exhibit D Monthly CBE Utilization Report 08/15/11
Exhibit E Final CBE Utilization Report 08/15/11
00 73 00 Supplementary Conditions 08/15/11
00 80 00 Drawings Index 08/15/11
00 91 13 Addenda and Modifications 08/15/11
00 92 00 Additional Articles 09/13/11
CONSTRUCTION PRODUCTS AND ACTIVITIES
DIVISION 1 – GENERAL REQUIREMENTS
01 10 00 Summary of Work 08/15/11
01 21 00 Allowances 08/15/11
01 22 00 Unit Prices 08/15/11
01 23 00 Alternates 08/15/11
01 26 00 Contract Modification Procedures 08/15/11
01 26 00A Proposal Request 08/15/11
01 26 00B Change Order Request (Proposal) 08/15/11
01 26 00C Proposal Worksheet Detail 08/15/11
01 26 00D Proposal Worksheet Summary 08/15/11
01 26 00E Construction Change Directive 08/15/11
01 26 00F Consultant’s Supplemental Instructions 08/15/11
01 26 50 CPEAM Procedures 08/15/11
01 29 00 Payment Procedures 08/15/11
01 29 00A Application for Payment 08/15/11
01 30 00 Direct Owner Purchases 08/15/11 09/13/11
Broward County Courthouse
October 5, 2011 October 12, 2011 Table of Contents
Addendum #3Addendum #5 00 00 10 - 3
Number Title Original Issue Current Issue
UUU Date Date
01 31 00 Project Management & Coordination 08/15/11 09/13/11
01 31 00A Contractor’s Request for Interpretation 08/15/11
01 32 00 Construction Progress Documentation 08/15/11 09/13/11
01 32 00A Weekly Progress Report 08/15/11
01 32 00B Periodic Observation Report 08/15/11
01 32 00C Non-Conforming Work Notice 08/15/11
01 33 00 Submittal Procedures 08/15/11
01 33 00A Transmittal Form 08/15/11
01 35 00 Special Procedures 08/15/11
01 41 00 Regulatory Requirements 08/15/11
01 42 00 References 08/15/11
01 43 00 Quality Assurance 08/15/11
01 45 00 Quality Control 08/15/11
01 51 00 Temporary Utilities 08/15/11
01 52 00 Construction Facilities 08/15/11 09/22/11
01 54 00 Construction Aids 08/15/11
01 55 00 Vehicular Access and Parking 08/15/11
01 56 00 Temporary Barriers and Enclosures 08/15/11
01 56 38 Tree Relocation 08/15/11
01 56 39 Tree and Plant Protection 08/15/11
01 57 00 Temporary Controls 08/15/11 10/12/11
01 58 00 Project Identification 08/15/11
05 58 13 Temporary Project Signage 08/15/11
01 61 00 Basic Product Requirements 08/15/11
01 62 00 Product Options 08/15/11
01 63 00 Product Substitution Procedures 08/15/11 09/22/11
01 63 00A Contractor’s Substitution Request 08/15/11
01 63 00B Contractors Bidding Substitution Request 09/22/11
01 66 30 Product Delivery, Storage and
Handling Requirements 08/15/11
01 71 00 Examination 08/15/11
01 72 00 Preparation 08/15/11
01 73 00 Execution 08/15/11
01 74 00 Cleaning 08/15/11
01 74 19 Construction Waste Management and Disposal 08/15/11
01 75 00 Starting and Adjusting 08/15/11
01 76 00 Protection of Installed Construction 08/15/11
01 77 00 Closeout Procedures 08/15/11
01 77 00A Contractor's Request for Substantial
Completion Inspection 08/15/11
01 77 00B Consultant's Notification of Readiness
for Substantial Completion Inspection 08/15/11
01 77 00C Substantial Completion Inspection 08/15/11
01 77 00D Substantial Completion Punch List 08/15/11
01 77 00E Consultant's Letter Establishing Substantial
Broward County Courthouse
October 5, 2011 October 12, 2011 Table of Contents
Addendum #3Addendum #5 00 00 10 - 4
Number Title Original Issue Current Issue
UUU Date Date
Completion Date 08/15/11
01 77 00F Contractor's Request for Final Completion
Inspection 08/15/11
01 77 00G Consultant's Notification of Readiness for
Final Completion Inspection 08/15/11
01 77 00H Consultant's Letter Establishing Final
Completion Date 08/15/11
01 78 00 Closeout Submittals 08/15/11
01 79 00 Demonstration and Training 08/15/11
01 81 13.13 Sustainable Design Requirements – LEED for
New Construction and Major Renovations 08/15/11 10/05/11
01 81 13.14 General Commissioning Requirements 08/15/11
DIVISION 2 – SITE CONSTRUCTION
02 41 16 Structure Demolition 08/15/11
02 41 18 Structure Demolition-West and
Central Courthouse and Energy Center 10/05/11
02 41 19 Selective Structure Demolition 08/15/11
02 41 21 Selective Structure Demolition-West and
Central Courthouse and Energy Center 10/05/11
DIVISION 3 – CONCRETE
03 30 00 Cast-in-Place Concrete 08/15/11
03 38 00 Post-Tensioned Prestressed Concrete 08/15/11
03 41 00 Plant-Precast Structural Concrete 08/15/11
03 45 13 Precast Architectural Concrete Panels 08/15/11
03 95 00 Concrete Sealer 08/15/11
DIVISION 4 – MASONRY
04 20 00 Unit Masonry 08/15/11
DIVISION 5 – METALS
05 12 00 Structural Steel 08/15/11
05 40 00 Cold Formed Metal Framing 08/15/11
05 50 00 Metal Fabrications 08/15/11
05 51 00 Metal Stairs 08/15/11
05 52 13 Pipe and Tube Railings 08/15/11
05 53 05 Metal Gratings 08/15/11
Broward County Courthouse
October 5, 2011 October 12, 2011 Table of Contents
Addendum #3Addendum #5 00 00 10 - 5
Number Title Original Issue Current Issue
UUU Date Date
05 72 10 Glass Railing System 08/15/11
05 73 20 Aluminum Railings 08/15/11 09/22/11
05 75 00 Decorative Formed Metal 08/15/11 10/05/11
05 75 13 Formed Metal Column Covers 08/15/11 10/05/11
05 75 50 Ornamental Metal 08/15/11
DIVISION 6 – WOOD AND PLASTICS
06 10 00 Rough Carpentry 08/15/11
06 16 00 Sheathing 08/15/11
06 20 00 Interior Finish Carpentry 08/15/11
06 41 00 Architectural Wood Casework 08/15/11 10/12/11
06 42 16 Wood-Veneer Paneling 08/15/11
06 64 13 Architectural Wall Panels 08/15/11
DIVISION 7 – THERMAL AND MOISTURE PROTECTION
07 11 13 Bituminous Dampproofing 08/15/11
07 13 26 Self-Adhered Sheet Waterproofing 08/15/11
07 14 00 Fluid-Applied Waterproofing 08/15/11
07 18 00 Traffic Coatings 08/15/11
07 19 00 Water Repellents 08/15/11
07 21 00 Thermal Insulation 08/15/11
07 27 26 Fluid-Applied Membrane Air Barriers 08/15/11
07 42 13 Metal Soffit Panels 08/15/11
07 42 14 Insulated Metal Wall Panels 08/15/11
07 42 64 Formed Metal Panel System 08/15/11 10/05/11
07 54 10 Polyvinyl Chloride (PVC) Roofing 08/15/11 10/05/11
07 54 16 Ethylene Interpolymer (KEE) Roofing 08/15/11 10/05/11
07 62 00 Sheet Metal Flashing and Trim 08/15/11
07 71 00 Roof Specialties 08/15/11
07 72 00 Roof Accessories 08/15/11
07 82 05 Board and Blanket Fireproofing 08/15/11
07 84 00 Firestopping 08/15/11
07 90 05 Joint Sealers 08/15/11
DIVISION 8 – DOORS AND WINDOWS
08 11 13 Hollow Metal Doors and Frames 08/15/11
08 14 16 Flush Wood Doors 08/15/11 09/22/11
08 14 33 Stile-and-Rail Wood Doors 08/15/11
08 31 00 Access Doors and Frames 08/15/11
08 33 23 Overhead Coiling Doors 08/15/11 09/22/11
08 34 83 Elevator Door Smoke Containment System 08/15/11
08 41 26 All Glass Entrances and Storefronts 08/15/11 10/12/11
Broward County Courthouse
October 5, 2011 October 12, 2011 Table of Contents
Addendum #3Addendum #5 00 00 10 - 6
Number Title Original Issue Current Issue
UUU Date Date
08 43 13 Aluminum-Framed Storefronts 08/15/11 09/22/11
08 43 14 Interior Aluminum-Framed Entrances and Storefronts 08/15/11
08 44 16 Glazed Aluminum Curtain Wall 08/15/11 09/22/11
08 44 18 Glazed Aluminum Curtain Wall (East Building) 10/05/11
08 44 33 Glass Entrance Canopy 08/15/11 09/22/11
08 51 13 Aluminum Windows 08/15/11 09/22/11
08 56 53 Transaction Security Windows 08/15/11
08 56 54 Detention Windows 08/15/11
08 56 55 Transaction Windows 08/15/11 09/22/11
08 71 00 Door Hardware (Parking Garage) 08/15/11 10/12/11
08 71 11 Door Hardware (Main Bldg.) 08/15/11
08 80 00 Glazing 08/15/11 10/12/11
08 81 00 Glazing (East Building) 10/05/11
08 83 00 Mirrors 08/15/11
08 91 00 Louvers 08/15/11 10/12/11
08 92 00 Wall Louvers – East Building 10/12/11
DIVISION 9 – FINISHES
09 21 16 Gypsum Board Assemblies 08/15/11
09 24 01 Portland Cement Plastering 08/15/11
09 26 13 Interior Acoustical Plastering 08/15/11
09 30 00 Tiling 08/15/11
09 51 00 Acoustical Ceilings 08/15/11
09 51 33 Acoustical Metal Pan Ceilings 08/15/11 10/05/11
09 65 00 Resilient Flooring 08/15/11
09 66 23 Resinous Matrix Terrazzo Flooring 08/15/11 10/12/11
09 67 00 Fluid-Applied Flooring 08/15/11
09 68 13 Tile Carpeting 08/15/11 09/22/11
09 72 00 Wall Coverings 08/15/11
09 77 00 Special Wall Surfaces 08/15/11
09 77 13 Aluminum Wall Cladding System 08/15/11
09 83 11 Acoustical Wall Systems 08/15/11
09 90 00 Painting and Coating 08/15/11
09 96 00 High Performance Coatings 08/15/11
DIVISION 10 – SPECIALTIES
10 11 01 Visual Display Boards 08/15/11
10 12 00 Display Cases 08/15/11
10 13 00 Directories 08/15/11
10 14 16 Plaques 08/15/11
10 14 19 Dimensional Letter Signage 08/15/11
10 14 23 Panel Signage 08/15/11
Broward County Courthouse
October 5, 2011 October 12, 2011 Table of Contents
Addendum #3Addendum #5 00 00 10 - 7
Number Title Original Issue Current Issue
UUU Date Date
10 21 13.19 Plastic Toilet Compartments 08/15/11
10 22 31 Wire Mesh Partitions 10/12/11
10 22 26.33 Folding Panel Partitions 08/15/11
10 26 00 Wall Protection 08/15/11
10 28 01 Toilet Accessories 08/15/11 10/05/11
10 28 13.63 Detention Toilet Accessories 08/15/11
10 42 00 Emergency Aid Specialties 08/15/11
10 44 00 Fire Protection Specialties 08/15/11
10 51 00 Lockers 08/15/11
10 51 10 Custom Wood Lockers 08/15/11
10 71 13.43 Exterior Sun Shade Devices 08/15/11
10 82 00 Vertical Equipment Screens 08/15/11
10 82 13 Airfoil Bladed Equipment Screens 08/15/11 10/12/11
10 99 10 Wall Clock 10/05/11
DIVISION 11 – EQUIPMENT
11 01 40 Window Maintenance Equipment 08/15/11 10/05/11
11 13 13 Loading Dock Bumpers 08/15/11
11 13 16 Loading Dock Seals and Shelters 08/15/11
11 14 13.13 Pedestrian Control Devices 08/15/11 10/12/11
11 19 00 Detention Equipment General Requirements 08/15/11
11 19 10 Detention Doors and Frames 08/15/11
11 19 20 Detention Door Hardware 08/15/11
11 19 50 Detention Access Panels 08/15/11
11 19 60 Security Fasteners 08/15/11
11 19 70 Security Glazing 08/15/11 10/12/11
11 19 80 Security Screens 08/15/11
11 19 95 Detention Metal Ceilings 08/15/11
11 82 27 Waste Compactors 08/15/11
DIVISION 12 – FURNISHINGS
12 21 15 Manual Roller Shades 08/15/11
12 36 00 Countertops 08/15/11 09/13/11
12 48 13 Entrance Floor Mats and Frames 08/15/11 10/12/11
12 51 00 Office Furniture 08/15/11 10/12/11
12 52 00 Seating 08/15/11 09/13/11
12 55 00 Detention Furniture 08/15/11
12 59 00 Workstation Furniture 08/15/11
12 61 17 Jury Seating 08/15/11
12 62 00 Wood Pews 08/15/11 09/22/11
Broward County Courthouse
October 5, 2011 October 12, 2011 Table of Contents
Addendum #3Addendum #5 00 00 10 - 8
Number Title Original Issue Current Issue
UUU Date Date
DIVISION 13 – SPECIAL CONSTRUCTION
13 46 00 Bullet Resistant Protection 08/15/11 10/12/11
DIVISION 14 – CONVEYING SYSTEMS
14 21 00 Electric Traction Elevators 08/15/11
14 21 50 Machine-Room-Less Traction Elevators 08/15/11
14 21 55 Machine-Room Less Traction Elevator
(Pedestrian Bridge and East Building) 10/12/11
14 31 00 Escalators 08/15/11
VOLUME II
DIVISION 21 – FIRE SUPPRESSION
20 01 40 Fire Protection System Maintenance and Prevention
of Microbiologically Influenced Corrosion 08/15/11
21 12 23 Fire Protection System, Piping, Fittings and Valves 08/15/11
21 13 13 Wet-Pipe Fire Sprinkler System 08/15/11
21 22 00 Sapphire Clean-Agent Fire Suppression System 08/15/11
21 30 10 Fire Pump and Controls 08/15/11
DIVISION 22 – PLUMBING
22 01 08 Basic Piping Materials and Methods 08/15/11
22 01 09 Basic Mechanical Materials and Methods 08/15/11
22 05 00 Plumbing Piping 08/15/11
22 05 10 Plumbing Specialties 08/15/11
22 05 15 Plumbing Demolition - West and Central
Courthouse and Energy Center 10/05/11
22 05 16 Expansion Fittings & Loops for Plumbing Piping 08/15/11
22 05 29 Supports and Anchors 08/15/11
22 05 53 Identification for Plumbing Piping and Equipment 08/15/11
22 06 40 Plumbing Fixtures 08/15/11
22 07 00 Plumbing Insulation 08/15/11
22 08 00 Commissioning of Plumbing 08/15/11
22 11 13 Facility Water Distribution Piping 08/15/11
22 11 15 Facility Fuel-Oil Piping 08/15/11
22 11 16 Domestic Water Piping 08/15/11
22 11 20 Valves 08/15/11
22 11 23 Domestic Water Pumps 08/15/11
22 13 13 Facility Sanitary Sewer 08/15/11
Broward County Courthouse
October 5, 2011 October 12, 2011 Table of Contents
Addendum #3Addendum #5 00 00 10 - 9
22 13 16 Sanitary Waste and Vent Piping 08/15/11
22 13 29 Sanitary Sewage Pumps 08/15/11 Number Title Original Issue Current Issue
UUU Date Date
22 14 00 Drainage Systems 08/15/11
22 14 13 Facility Storm Drainage Piping 08/15/11
22 14 23 Storm Drainage Piping Specialties 08/15/11
DIVISION 23 – HEATING, VENTILATING, AND AIR CONDITIONING
23 00 00 Mechanical General Provisions 08/15/11
23 05 00 Common Work Results for HVAC 08/15/11 09/22/11
23 05 13 Common Motor Requirements for HVAC Equipment 08/15/11
23 05 14 Wiring, Motors and Starters 08/15/11
23 05 16W Expansion Fittings and Loops for HVAC Piping 08/15/11
23 05 17W Sleeves and Sleeve Seals for HVAC Piping 08/15/11 09/22/11
23 05 18W Escutcheons for HVAC Piping 08/15/11
23 05 19W Meters and Gages for HVAC Piping 08/15/11
23 05 23W General-Duty Valves for HVAC Piping 08/15/11 09/22/11
23 05 29W Hangers and Supports for HVAC
Piping & Equipment 08/15/11 09/22/11
23 05 48W Vibration & Seismic Controls for HVAC 08/15/11
Piping & Equipment 08/15/11
23 05 53 Identification for HVAC Piping & Equipment 08/15/11
23 05 93 Testing, Adjusting and Balancing for HVAC 08/15/11
23 07 00 HVAC Duct Insulation 08/15/11
23 07 16W HVAC Equipment Insulation 08/15/11 10/05/11
23 07 19W HVAC Piping Insulation 08/15/11
23 08 00 Commissioning of HVAC 08/15/11
23 21 13W Hydronic Piping 08/15/11 09/22/11
23 21 23W Hydronic Pumps 08/15/11
23 25 00W HVAC Water Treatment 08/15/11
23 31 13 Metal Ducts 08/15/11
23 31 19 HVAC Casing 08/15/11
23 33 00 Air Duct Accessories 08/15/11
23 34 13 Axial HVAC Fans 08/15/11
23 34 16 Centrifugal HVAC Fans 08/15/11
23 34 23 HVAC Power Ventilators 08/15/11
23 36 00 Air Terminal Units 08/15/11
23 37 13 Diffusers, Registers and Grilles 08/15/11
23 37 23 HVAC Gravity Ventilators 08/15/11
23 41 00 Particulate Air Filtration08/15/11
23 64 16W Centrifugal Water Chillers 08/15/11 09/22/11
Broward County Courthouse
October 5, 2011 October 12, 2011 Table of Contents
Addendum #3Addendum #5 00 00 10 - 10
23 65 00W Cooling Towers 08/15/11
Number Title Original Issue Current Issue
UUU Date Date
23 73 13 Modular Indoor Central Station Air
Handling Units 08/15/11
23 81 23 Computer-Room Air-Conditioners 08/15/11
23 82 16 Air Coils 08/15/11
23 82 19 Fan Coil Units 08/15/11
DIVISION 25 – INTEGRATED AUTOMATION
25 00 50 Common Work Results for Building Automation
And Control System 08/15/11 10/12/11
25 02 00 Broward County Facilities Maintenance Division
Energy and Building Automation 08/15/11 10/12/11
25 35 00 Refrigerant Detection and Alarm 08/15/11
DIVISION 26 – ELECTRICAL
26 01 00 Basic Electrical Requirements 08/15/11 10/05/11
26 05 00 Common Work Results for Electrical 08/15/11
26 05 19 Low-Voltage Electrical Power Conductors
and Cables 08/15/11
26 05 23 Control-Voltage Electrical Power Cables 08/15/11
26 05 26 Grounding and Bonding for Electrical Systems 08/15/11
26 05 29 Hangers and Supports for Electrical Systems 08/15/11
26 05 33 Raceways and Boxes for Electrical Systems 08/15/11
26 05 43 Underground Ducts and Raceways
for Electrical Systems 08/15/11 09/22/11
26 05 44 Sleeves and Sleeve Seals for Electrical
Raceways and Cabling 08/15/11
26 05 53 Identification for Electrical Systems 08/15/11
26 05 73 Power System Study and Submittal 08/15/11
26 09 13 Electrical Power Monitoring and Control 08/15/11
26 09 23 Lighting Control Devices 08/15/11
26 09 43 Lighting Control System 08/15/11
26 22 00 Low-Voltage Transformers 08/15/11
26 23 00 Low-Voltage Switchgear 08/15/11
26 23 13 Paralleling Low-Voltage Switchgear 08/15/11 10/05/11
26 24 13 Switchboards 08/15/11
26 24 16 Panelboards 08/15/11
26 25 00 Enclosed Bus Assemblies 08/15/11
26 27 26 Wiring Devices 08/15/11
26 28 16 Enclosed Switches and Circuit Breakers 08/15/11
Broward County Courthouse
October 5, 2011 October 12, 2011 Table of Contents
Addendum #3Addendum #5 00 00 10 - 11
26 32 13 Engine Generators 08/15/11 10/05/11
26 36 00 Transfer Switches 08/15/11 Number Title Original Issue Current Issue
UUU Date Date
26 41 13 Lightning Protection for Structures 08/15/11
26 43 13 Transient-Voltage Suppression for Low-Voltage 08/15/11
Electrical Power Circuit 08/15/11
26 51 00 Lighting 08/15/11
26 56 00 Exterior Lighting 08/15/11
DIVISION 27 – COMMUNICATIONS
27 01 00 Basic Communication Requirements 08/15/11
27 01 01 Communications, Fire Alarm & DAS Demolition
West and Central Courthouse and Energy Center 10/05/11
27 05 36 Communications Systems Cable Trays 08/15/11
27 11 00 Communications Equipment Room Fittings 08/15/11 10/05/11
27 13 00 Communications Backbone Cabling 08/15/11
27 14 00 Communications Outside Plant Cabling 08/15/11
27 15 00 Communications Horizontal Cabling 08/15/11
27 17 00 Communications Distributed Antenna System 08/15/11
27 41 00 Audio-Video Systems 08/15/11
DIVISION 28 – ELECTRONIC SAFETY AND SECURITY
28 31 11 Addressable Fire-Alarm
Mass-Notification System 08/15/11 10/05/11
28 70 00 Electronic Security System General Requirements 08/15/11
28 70 10 Electronic Security Systems Wiring Requirements 08/15/11
28 70 15 Electronic Security Systems Grounding
and Surge Protection 08/15/11
28 70 20 Electronic Security Systems Uninterruptable
Power Supplies 08/15/11
28 70 25 Electronic Security Systems Consoles, Cabinets
and Enclosures 08/15/11
28 70 30 Electronic Security Systems Door Control System
(Detention Area) 08/15/11
28 70 35 Electronic Security Systems Intercom
and Paging Systems 08/15/11
28 70 40 Electronic Security Systems Closed Circuit
Television System 08/15/11
28 70 50 Electronic Security Systems Card Access System 08/15/11
Broward County Courthouse
October 5, 2011 October 12, 2011 Table of Contents
Addendum #3Addendum #5 00 00 10 - 12
Number Title Original Issue Current Issue
UUU Date Date
DIVISION 31 – EARTHWORK
31 10 00 Site Clearing 08/15/11
31 20 00 Earth Moving 08/15/11
31 23 19 Dewatering 08/15/11 10/05/11
31 62 13 Intrusion Mortar Cast-in-Place Piling1B1B1B1B 08/15/11
1BDIVISION 32 – EXTERIOR IMPROVEMENTS
32 12 16 Asphalt Paving 08/15/11
32 13 13 Concrete Paving 08/15/11
32 13 73 Concrete Paving Joint Sealants 08/15/11
32 14 13 Precast Concrete Unit Paving 08/15/11
32 14 40 Stone Paving 08/15/11
32 31 13 Chain Link Fences and Gates 08/15/11
32 40 00 Site Furnishings 08/15/11
32 84 00 Irrigation System 08/15/11
32 92 00 Sodding 08/15/11
32 93 00 Trees, Plants and Groundcovers 08/15/11
32 94 50 Silva Cells 08/15/11
DIVISION 33 – UTILITIES
33 05 00 Common Work Results for Utilities 08/15/11
Broward County Courthouse
October 5, 2011 October 12, 2011 Table of Contents
Addendum #3Addendum #5 00 00 10 - 13
Number Title Original Issue Current Issue
UUU Date Date
APPENDIXES
Owner’s Project Requirements; 06-22-2010 08/15/11
Revised Geotechnical Report; 11-11-2010 08/15/11
Acoustical Report; 08-16-2010 08/15/11
FM Global Letter of 29 June 2011 08/15/11
FM Global Property Loss Prevention Data Sheet 2-1, May 2001 08/15/11
Office Furniture – Tables 1 of 2; Appendix A 08/15/11 10/12/11
Office Furniture – Tables 2 of 2; Appendix A 08/15/11 10/12/11
Office Furniture (Private Offices) 1 of 2; Appendix B 08/15/11
Office Furniture (Private Offices) 2 of 2; Appendix B 08/15/11
Office Furniture – Appendix D 08/15/11
Office Furniture Appendix E F 08/15/11 10/12/11
Office Furniture Appendix G 10/12/11
Office Furniture Appendix H 10/12/11
Seating – Appendix A.1 08/15/11 10/12/11
Workstation Furniture – Appendix A 08/15/11
Workstation Furniture – Appendix B 08/15/11 10/12/11
Workstation Furniture – Appendix C 08/15/11
Smoke Control System Engineering Analysis 09/22/11
OCIP manual revised (09/23/11) 10/05/11
Dewatering Plan 10/05/11
END OF TABLE OF CONTENTS
Broward County Courthouse CAF 170
August 15, 2011 October 12, 2011 Page 1 of 4
Bid Set Addendum #5
00 43 23 SCHEDULE OF PRICES BID:
LUMP SUM BASE BID ALLOWANCES TOTAL BASE BID
$________________
$ 10,150,000 $______________
Alternate Number Description Alternate
Type Alternate
Bid Amount
Alternate No. 1:
Delete the 17th Floor in its entirety: The 17th floor as included in the lump sum base bid has only the core and the services indicated. The majority of the floor is unfinished. Provide a deduct from the lump sum base bid for deleting the 17th floor in its entirety, reducing the overall height of the building by 16’-5”. Include in the deduct, the curtain wall, precast, and plumbing, HVAC, electrical and fire protection risers, ductwork, piping, lighting, fire protection plumbing fixtures, elevator shafts and all other work shown.
Deduct $________________
Alternate No. 2:
Delete the Steel and metal panel eyebrow on west elevation: The steel and metal panel eyebrow on the west side of the building is to be included in the lump sum base bid. Provide a deduct from the lump sum base bid for deleting the eyebrow on west elevation in its entirety. Delete in accordance with the details in the contract documents.
Deduct $________________
Broward County Courthouse CAF 170
August 15, 2011 October 12, 2011 Page 2 of 4
Bid Set Addendum #5
Alternate No. 3:
ON Site Office Facilities for the Owner / Owner’s Construction Project Manager: Specification Section 01 52 00 provides for the Contractor to furnish on site office facilities for the Owner and Owner’s Construction Project Manager. Provide a deduct from the lump sum base bid for not furnishing the ON Site Office Facilities for the Owner / Owner’s Construction Project Manager as described in Specification Section 01 52 00
Deduct $________________
Alternate No. 4: Demolition of the West and Central Wings and Asbestos abatement therein along with interior renovations in the East Wing and Construction of the new west wall of the east wing are part of the base bid. Provide a deduct from the lump sum base bid for deleting this work. The new East Wing Elevators remain a part of the base bid.
Deduct $________________
Alternate No. 5: Roof system: Add to the lump sum base bid for the cost of increasing the warranty on the roof system from 20 years to 25 years by increasing the thickness of the membrane in accordance with the drawings and specifications.
Add $________________
Alternate No. 6:
Outside Plant Cabling: Add to the lump sum base bid for the cost of additional fiber optic strands shown on drawing T4.3.01. All other infrastructure, cable, conduits, etc. are lump sum base bid.
Add
$________________
Broward County Courthouse CAF 170
August 15, 2011 October 12, 2011 Page 3 of 4
Bid Set Addendum #5
Alternate No. 7:
Parking Garage: Add to the lump sum base bid for the construction of the new 500 space parking garage in its entirety, including portions of the plaza, landscaping, and hardscape in accordance with the plans and details in the Contract Documents.
Add
$________________
Unit Price No. 1 Add to the base length of the 18” 30”Compression Piling per lineal foot
Add $________________
Unit Price No. 2
Add to the base length of the 30” Compression Piling per lineal foot Add $________________
Unit Price No. 3
Add to the base length of the 30” Tension Piling per lineal foot Add $________________
Unit Price No. 4 Deduct from the base length of the 18”Compression Piling per lineal foot
Deduct $________________
Unit Price No. 5 Deduct from the base length of the 30”Compression Piling per lineal foot
Deduct $________________
Unit Price No. 6 Deduct from the base length of the 18”Tension Piling per lineal foot
Deduct $________________
Unit Price No. 7 Cost to add an additional 18” Compression Piling
Add $________________
Unit Price No. 8 Cost to add an additional 30” compression piling
Add $________________
Unit Price No. 9 Cost to add or deduct furnishing, importing, placing and compaction per cubic yard of fill materials where the final quantity differs from the 2000 cubic yards allowed.
Add $________________
Broward County Courthouse CAF 170
August 15, 2011 October 12, 2011 Page 4 of 4
Bid Set Addendum #5
Cost for compliance to all Federal and State requirements of the Trench Safety Act*
Bidders shall honor bid prices for one hundred and twenty (120) days after the actual date of opening thereof by County.
_______________________________ Name of Bidder
________________________________ (Signature) ________________________________ (Type or Print Name Signed Above)
*NOTE: If the brackets are checked or marked, the Bidder must fill out the Trench Safety Act sheet, Section 00 45 38, to be considered responsive.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 1 BID SET Addendum #5
00 72 00 GENERAL CONDITIONS 1. Contract Documents:
1.1. The Contract Documents are defined in Document 00 50 00, Contract.
1.2. The Contract Documents shall be followed in strict accordance as to work, performance, material, and dimensions except when written authorization as further described below provides an exception.
1.3. Dimensions given in figures are to hold preference over scaled
measurements from the drawings; however, all discrepancies shall be resolved by CONSULTANT. CONTRACTOR shall not proceed when in doubt as to any dimension or measurement, but shall seek clarification from CONSULTANT.
1.4. CONTRACTOR shall be furnished two (2) digital copies, free of charge, of
the Contract Documents on a CD, DVD or other alternative media. CONTRACTOR shall print two (2) hard copies of the Contract Documents and maintain and preserve those copies and keep them always accessible to the Contract Administrator and authorized representatives, OCPM, CONSULTANT and CONSULTANT's authorized representatives. Additional copies of the Contract Documents in digital format may be obtained from COUNTY at the cost of reproduction.
1.5. CONTRACTOR shall be furnished signed and sealed prints as may be
required by authorities having jurisdiction over the project. 2. Intention of COUNTY:
It is the intent of COUNTY to describe in the Contract Documents a functionally complete Project to be constructed in accordance with the Contract Documents and in accordance with all codes and regulations governing construction of the Project. 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 by CONTRACTOR 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, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and CONTRACTOR shall comply
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 2 BID SET Addendum #5
therewith. COUNTY shall have no duties other than those duties and obligations expressly set forth within the Contract Documents.
3. Preliminary Matters:
3.1. Within twenty one (21) calendar days after the first Notice to Proceed, the CONTRACTOR shall submit to OCPM for the Contract Administrator’s, OCPM’s, and CONSULTANT’s review and acceptance the following:
3.1.1. A preliminary construction progress schedule in Primavera P6 in
adequate detail for review by the OCPM which will indicate how CONTRACTOR proposes to achieve the required substantial and final completion dates as specified in the Contract, Section 3.4. This schedule shall be as described in Division 1, Section 01 32 00.
3.1.2. A preliminary schedule of Shop Drawing submissions as specified
in Division 1, Section 01 33 00. 3.1.3. A preliminary schedule of values for all of the Work which will
include quantities and prices of items aggregating the Contract Price and which subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. The Schedule of Values shall be in accordance with the requirements of Division 1, Section 01 29 00 Part 1.03.
3.1.4. A listing of materials which CONTRACTOR proposes to be
purchased under the Direct Owner Purchase Program. This program is specified in Section 01 30 00.
3.2. At a time specified by OCPM but before CONTRACTOR starts the work at
the Project site, a Pre-Construction Conference attended by CONTRACTOR, CONSULTANT, OCPM and others as deemed appropriate by the Contract Administrator, will be held. The purpose of this meeting will be to discuss the schedules referred to in Section 3.1 above, the procedures for handling Shop Drawings and other submittals, preparation and processing of Applications for Payment, relations with the occupants of the existing Courthouse and Jail, and to establish an understanding among the parties as to the Work.
3.3. CONTRACTOR shall incorporate the Contract Administrator’s, OCPM’s,
and CONSULTANT’s comments and requirements into the documents and schedules in the form and content specified in Division 1 of the Technical Specifications.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 3 BID SET Addendum #5
4. Performance Bond and Payment Bond: Within fifteen (15) calendar days of being notified of the award, CONTRACTOR
shall furnish a Performance Bond and a Payment Bond in the form set forth in Sections 00 61 13.13 (Performance Bond) and 00 61 13.16 (payment Bond), respectively.
4.1. Each Bond shall be in the amount of one hundred percent (100%) of the
Contract Price guaranteeing to COUNTY the completion and performance of the Work covered in such Contract as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Project. Each Bond shall be with a surety company which is qualified pursuant to Article 5.
4.2. Each Bond shall continue in effect for one (1) year after Final Completion
and acceptance of the Work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that CONTRACTOR will, upon notification by COUNTY, correct any defective or faulty work or materials which appear within one (1) year after Final Completion of the Contract.
4.3. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as
may be amended from time to time, CONTRACTOR shall ensure that the bond(s) referenced above shall be recorded in the public records of Broward County and provide COUNTY with evidence of such recording.
4.4. Alternate Form of Security:
In lieu of a Performance Bond and a Payment Bond, CONTRACTOR may furnish alternate forms of security which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit (00 45 07). Such alternate forms of security shall be subject to the approval of COUNTY and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by COUNTY for one (1) year after completion and acceptance of the Work.
5. Qualification of Surety:
5.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00):
5.1.1. Each bond must be executed by a surety company of recognized
standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 4 BID SET Addendum #5
been in business with a record of successful continuous operation for at least five (5) years.
5.1.2. The surety company shall hold a current certificate of authority as
acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 CFR Section 223.10, Section 223.111). Further, the surety company shall provide COUNTY with evidence satisfactory to COUNTY, that such excess risk has been protected in an acceptable manner.
5.1.3. The COUNTY will accept a surety bond from a company in
accordance with the requirements set forth below, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the COUNTY shall review and either accept or reject the surety company based on the financial information available to the COUNTY. A surety company that is rejected by the COUNTY may be substituted by the CONTRACTOR, with prior written authorization of the Contract Administrator, with a surety company acceptable to the COUNTY, only if the contract price does not increase. The following sets forth, in general, the acceptable parameters for bonds:
Amount of Bond
Policy Holder’s Ratings
Financial Size
Category
500,001 to 1,000,000 A- Class I
1,000,001 to 2,000,000 A- Class II
2,000,001 to 5,000,000 A Class III
5,000,001 to 10,000,000 A Class IV
10,000,001 to 25,000,000 A Class V
25,000,001 to 50,000,000 A Class VI
50,000,001 or more A Class VII
5.2. Intentionally deleted
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 5 BID SET Addendum #5
5.3. More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply.
6. Indemnification:
CONTRACTOR shall indemnify and hold harmless COUNTY, its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney’s fees, to the extent caused by the negligence, recklessness or intentionally wrongful conduct of CONTRACTOR and persons employed or utilized by CONTRACTOR in the performance of this Contract. These indemnifications shall survive the term of this Contract. To the extent considered necessary by Contract Administrator and County Attorney, any sums due CONTRACTOR under this Contract may be retained by COUNTY until all of COUNTY’s claims for indemnification pursuant to this Agreement have been settled or otherwise resolved, and any amount withheld shall not be subject to payment of interest by COUNTY. Mutual Waiver of Consequential Damages: CONTRACTOR and COUNTY expressly waive claims against each other for consequential damages arising out of or relating to this CONTRACT. Provided, however, nothing in this Agreement shall be deemed to preclude the application of liquidated damages, and extended when applicable, in accordance with the provisions of this CONTRACT.
7. Insurance Requirements
7.1 COUNTY Provided Insurance. COUNTY will provide an Owner Controlled Insurance Program (“OCIP”) for the Project. The OCIP will be administered by Aon Risk Services of Florida, Inc. The OCIP is more fully described in the insurance manual (the “Insurance Manual”) for the Project, which is hereby incorporated into this Contract by this reference and attached hereto as Exhibit A, General Conditions Exhibit. Parties performing labor or services at the Project site are eligible to enroll in the OCIP, unless they are Excluded Parties (as defined below). The OCIP will provide to Enrolled Parties (as defined below) Workers’ Compensation and Employer’s Liability insurance, Commercial General Liability insurance, Excess Liability insurance, Builder’s Risk insurance, and Pollution Liability insurance as summarily described below, in connection with the performance of the Work (“OCIP Coverages”).
7.1.1 Enrolled Parties and Their Insurance Obligations. OCIP Coverages
shall cover Enrolled Parties. Enrolled Parties are: the COUNTY, the OCIP Administrator, CONTRACTOR and eligible Subcontractors of all tiers that enroll in the OCIP, and such other
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 6 BID SET Addendum #5
persons or entities as COUNTY may designate, in its sole discretion (each party insured under the OCIP is an “Enrolled Party.”) Enrolled Parties shall obtain and maintain, and shall require each of its or their Subcontractors to obtain and maintain, the insurance coverage specified in Section 7.2, below, and in the Insurance Manual.
7.1.2 Excluded Parties and Their Insurance Obligations. The OCIP
Coverages do not cover the following “Excluded Parties”: (a) Hazardous materials remediation, removal and/or transport
companies and their consultants; (b) Architects, surveyors, engineers, and soil testing engineers,
and their consultants; (c) Vendors, suppliers, fabricators, material dealers, truckers,
haulers, drivers and others who merely transport, pick up, deliver, or carry materials, personnel, parts or equipment, or any other items or persons to or from the Project site;
(d) CONTRACTOR and each of its or their respective Subcontractors of all tiers that do not perform any actual labor on the Project site; and
(e) Any parties or entities excluded by COUNTY in its sole discretion, even if they are otherwise eligible.
Excluded Parties and parties no longer enrolled in or covered by
the OCIP shall obtain and maintain, and shall require each of its or their Subcontractors of all tiers to obtain and maintain, the insurance coverage specified in Section 7.2, below, and in the Insurance Manual for all on-site and off-site operations.
7.1.3 OCIP Insurance Policies Establish the OCIP Coverages. The OCIP
Coverages and exclusions summarized in this Section 7.1 or in the Insurance Manual are set forth in full in their respective insurance policies. The summary descriptions of the OCIP Coverages in this Section 7.1 or the Insurance Manual are not intended to be exhaustive, or to alter or amend any provision of the actual OCIP Coverages. In the event that any provision of this Section 7.1, or the Insurance Manual conflicts with the OCIP insurance policies, the provisions of the actual OCIP insurance policies shall govern.
7.1.4 Summary of OCIP Coverages. OCIP Coverages shall apply only to
those operations of each Enrolled Party performed at the Project site in connection with the Work, and only to Enrolled Parties that are eligible for the OCIP. OCIP Coverages shall not apply to ineligible parties, even if they are erroneously enrolled in the OCIP.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 7 BID SET Addendum #5
An Enrolled Party’s operations away from the Project site, including product manufacturing, assembling, or otherwise, shall only be covered if such off-site operations are identified and are dedicated solely to the Project. OCIP Coverages shall not cover off-site operations until receipt by Contractor or its Subcontractor of any tier of written acknowledgment of such coverage from the OCIP Administrator. The OCIP shall provide only the following insurance to eligible and Enrolled Parties:
Summary Only
7.1.4.1 Workers’ Compensation insurance at the Statutory Limit
in compliance with the Workers’ Compensation Law of the State of Florida, and in compliance with all federal laws, including U.S. Longshore & Harbor Workers Act, and Jones Act coverage, where appropriate.
This insurance is primary for all occurrences at the Project site.
7.1.4.2 Employer’s Liability Insurance with the following
limits:
Bodily Injury by Accident, each accident
$1,000,000
Bodily Injury by Disease, each employee
$1,000,000
Bodily Injury by Disease, policy limit $1,000,000
This insurance is primary for all occurrences at the Project site.
7.1.4.3 Commercial General Liability Insurance provided on ISO Occurrence Form, or its equivalent, with the following limits:
Each Occurrence Limit $2,000,000
General Aggregate Limit for all Enrolled Parties
$4,000,000
Products & Completed Operations Aggregate for all Enrolled Parties
$4,000,000
Ten (10) Years Products &
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 8 BID SET Addendum #5
Completed Operations Extension
This insurance is primary for all occurrences at the Project site.
7.1.4.4 Excess Liability Insurance (over Employer’s Liability &
General Liability), with the following limits:
Combined Single Limit $200,000,000
General Annual Aggregate for all Enrolled Parties
$200,000,000
Products & Completed Operations Aggregate for all Enrolled Parties
$200,000,000
Ten (10) Years Products & Completed Operations Extension
7.1.4.5 COUNTY shall obtain and maintain Builder’s Risk
insurance for the Project, if applicable, providing coverage for all risks of direct physical loss or damage including flood, earthquake, and named windstorm, as more fully described in the original policy wording. CONTRACTOR, and all subcontractors of every tier performing a portion of the Work on the Project shall be additional insureds under the Builder’s Risk insurance, as their respective interests appear. The Builder’s Risk insurance will provide for property in the course of construction, including offsite storage, transit, buildings, structures, fixtures, materials, foundations, machinery and equipment, cold testing, and damage to existing property business interruption at the New Broward County Courthouse all as more fully described in the original policy wording. The Builder’s Risk insurance will provide minimum limits of liability of $50,000,000 for physical damage and loss per project, subject to additional sub-limits as set forth in the original policy wording. CONTRACTOR shall be responsible for all deductibles under the Builder’s Risk insurance up to $25,000.
7.1.4.6 Contractor’s Pollution Liability (“CPL”) insurance,
providing coverage for claims for bodily injury, property damage, clean-up costs, and related legal defense expense for pollution conditions that result from, or are
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 9 BID SET Addendum #5
disrupted by, the services rendered in performance of the contract by or on behalf of CONTRACTOR or any Subcontractor. Coverage will include, clean up costs, extensions for transportation and disposal, will include full severability of interests, and will not be restricted by any time element limitations, mold, asbestos, or lead based paint exclusions. Coverage will apply to pollution conditions on, at, under, or migrating from the Project site. The CPL insurance shall have the following limits:
Each Loss $200,000,000
Aggregate $200,000,000
CONTRACTOR shall be responsible for all deductibles under the Contractor’s Pollution Liability (“CPL”) insurance, up to $50,000.
7.1.5 COUNTY’S Obligations. COUNTY shall pay the costs of premiums
for the OCIP Coverages. COUNTY will receive or pay, as the case may be, all adjustments to such costs, whether by way of dividends, retroactive adjustments, return premiums, other moneys due, audits or otherwise. CONTRACTOR hereby assigns to COUNTY the right to receive all such adjustments, and shall require each of its Subcontractors of every tier to assign to COUNTY the right to receive all such adjustments. COUNTY assumes no obligation to provide insurance other than that specified in this Section 7.1, and in the OCIP insurance policies. COUNTY’S furnishing of OCIP Coverages shall in no way relieve or limit, or be construed to relieve or limit, CONTRACTOR or any of its Subcontractors of any responsibility, liability, or obligation imposed by the Contract Documents, the OCIP insurance policies, or by law, including, without limitation, any indemnification obligations which CONTRACTOR or any of its Subcontractors have to COUNTY there under. COUNTY reserves the right at its option, without obligation to do so, to furnish other insurance coverage of various types and limits provided that such coverage is not less than that specified in the Contract Documents.
7.1.6 CONTRACTOR’S OCIP Obligations. CONTRACTOR shall:
7.1.6.1 Incorporate the terms of Section 7.1 of this Contract, concerning the OCIP, into all subcontract agreements.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 10 BID SET Addendum #5
7.1.6.2 Enroll in the OCIP within five (5) days of execution of the Contract and maintain enrollment in the OCIP for the duration of the Contract, and assure that each of CONTRACTOR’S eligible Subcontractors of every tier enroll in the OCIP, and maintain enrollment in the OCIP for the duration of their respective subcontract within five (5) days of subcontracting and prior to the commencement of Work at the Project site.
7.1.6.3 Comply with all of the administrative, safety, insurance, and
other requirements outlined in this Section 7.1, the Insurance Manual, the OCIP Safety and Loss Prevention Manual which is attached hereto as Exhibit B the OCIP insurance policies, or elsewhere in the Contract Documents.
7.1.6.4 Provide to each of its Subcontractors of every tier a copy of
the Insurance Manual, and ensure Subcontractor compliance with the provisions of the OCIP insurance policies, the Insurance Manual, this Section 7.1, and the Contract Documents. The failure of (a) COUNTY to include the Insurance Manual in the bid documents or (b) CONTRACTOR to provide to each of its eligible Subcontractors of every tier a copy of the same shall not relieve CONTRACTOR or any of its Subcontractors from any of the obligations contained therein.
7.1.6.5 Acknowledge, and require all of its Subcontractors of every
tier to acknowledge, in writing, that COUNTY and the OCIP Administrator are not agents, partners or guarantors of the insurance companies providing coverage under the OCIP (each such insurer, an “OCIP Insurer”), that neither COUNTY nor the OCIP Administrator are responsible for any claims or disputes between or among CONTRACTOR, its Subcontractors of any tier, and any OCIP Insurer(s), and that neither COUNTY nor OCIP Administrator guarantees the solvency or the availability of limits of any OCIP Insurer(s). Any type of insurance coverage or limits of liability in addition to the OCIP Coverages that CONTRACTOR or its Subcontractors of any tier require for its or their own protection, or that is required by applicable laws or regulations, shall be CONTRACTOR’S or its Subcontractors’ sole responsibility and expense, and shall not be billed to COUNTY.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 11 BID SET Addendum #5
7.1.6.6 Exclude the Cost of OCIP Coverages from
CONTRACTOR’S bid or proposal, and ensure that each Subcontractor of every tier excludes the Cost of OCIP Coverages from their respective bids or proposals. The “Costs of OCIP Coverages” is defined as the amount of CONTRACTOR’S and its Subcontractors’ reduction in insurance costs due to eligibility for OCIP Coverages which includes reduction in insurance premiums, related taxes and assessments, markup on the insurance premiums and losses retained through the use of a self-funded program, self-insured retention, or deductible program. The Cost of OCIP Coverages must include expected losses within any retained risk. CONTRACTOR must deduct the Cost of OCIP Coverages for all Subcontractors in addition to their own Cost of OCIP Coverages. Change orders must also be priced to exclude the Cost of OCIP Coverages.
7.1.6.7 Cooperate fully with the OCIP Administrator and the OCIP
Insurers, as applicable, in the administration of the OCIP. 7.1.6.8 Provide, within five (5) days of COUNTY’S or the OCIP
Administrator’s request, all documents or information requested of CONTRACTOR or its Subcontractors relating to eligibility for, enrollment in, or administration of the OCIP. Such information may include, but may not be limited to, payroll records, certified copies of insurance coverages, declaration pages of coverages, certificates of insurance, underwriting data, prior loss history information, safety records or history, OSHA citations, construction cost estimates for this Project, including auditable records of the calculation of the bid or Contract Price or any subcontract amount, pricing for each cost included in the bid or Contract Price or any subcontract amount, or such other data or information as COUNTY, the OCIP Administrator, or OCIP Insurers may request in the administration of the OCIP, to verify that the Costs of OCIP Coverages were not included in the Contract Price or any subcontract amount, or as required by the Insurance Manual. All such records shall be maintained through the term of the Contract and for a period of one (1) year thereafter.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 12 BID SET Addendum #5
7.1.6.9 Comply, and require all of its Subcontractors to comply with OCIP Administrator’s instructions for electronically enrolling in the OCIP using “Aon Wrap” and for electronically reporting payroll using “AonWrap.” If a Contractor or Subcontractor cannot provide payroll information electronically, they may provide it to the OCIP Administrator.
7.1.6.10 Pay to COUNTY a sum of up to $5,000 for each
occurrence under the OCIP’s Commercial General Liability Policy, including court costs, attorneys fees and costs of defense for bodily injury or property damage to the extent losses are attributable to CONTRACTOR’S Work, acts, or omissions, the Work, acts, or omissions of any of CONTRACTOR’S Subcontractors, or the Work, acts or omissions of any other entity or party for whom CONTRACTOR or its Subcontractor may be responsible (“General Liability Obligation”).
7.2 Additional Insurance Required From Enrolled Parties and Excluded
Parties. CONTRACTOR shall obtain and maintain, and shall require each of its Subcontractors of all tiers to obtain and maintain, the insurance coverages specified in this Section 7.2 in a form and from insurance companies reasonably acceptable to COUNTY. The insurance limits may be provided through a combination of primary and excess policies, including the umbrella form of policy. Each policy required under this Section 7.2, except the Workers’ Compensation policy, shall name COUNTY, CONSULTANT, OCPM, the OCIP Administrator, their respective officers, agents and employees, and any additional entities as COUNTY may request as additional insureds. The additional insured endorsement shall state that the coverage provided to the additional insureds is primary and non-contributory with respect to any other insurance available to the additional insureds. CONTRACTOR shall provide certificates of insurance coverage to COUNTY or the OCIP Administrator as required by the Insurance Manual. Enrolled Parties are to provide evidence of Worker’s Compensation, Employer’s Liability, General Liability, and Excess Liability insurance, as set out below, for off-site activities, and evidence of Automobile Liability insurance for all activities, both on-site and off-site. Excluded Parties must provide evidence of all insurance set out below for both on-site and off-site activities. 7.2.1 Standard Commercial Automobile Liability Insurance covering all
owned, non-owned, and hired automobiles, trucks, and trailers with
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 13 BID SET Addendum #5
a combined single limit of not less than $1,000,000 for bodily injury, $1,000,000 for property damage, with a $5,000,000 policy limit for vehicles.
7.2.2 Workers’ Compensation insurance at the Statutory Limit in
compliance with the Workers Compensation Law of the State of Florida, and in compliance with all federal laws, including U.S. Longshore & Harbor Workers Act, and Jones Act coverage, where appropriate, and Employer’s Liability insurance with limits of not less than $1,000,000 each accident, $1,000,000 each employee, and with a $1,000,000 policy limit.
7.2.3 Commercial General Liability Insurance in a form providing
coverage not less than the standard ISO Commercial General Liability insurance policy (“Occurrence Form”). The limits shall be:
Enrolled Parties/Excluded Parties
Each Occurrence $1,000,000/$2,000,000
General Aggregate $2,000,000/$4,000,000
Products/Completed Operations Aggregate
$2,000,000/$4,000,000
Personal/Advertising Injury Aggregate
$1,000,000/$2,000,000
Ten (10) Years Products/Completed Operations Extension
7.2.4 If required by COUNTY, Aviation and/or Watercraft Liability
Insurance, in form and with limits of liability and from an insurer reasonably satisfactory to the COUNTY.
7.2.5 Contractor’s Pollution Liability insurance for Excluded Parties, with
the following limits:
Combined Single Limit per Occurrence $2,000,000
General Annual Aggregate $2,000,000
If transporting hazardous waste/materials from the Project site, an
appropriate MCS-90 Endorsement must be attached and supplied to COUNTY on a primary basis with $5,000,000 limits of liability.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 14 BID SET Addendum #5
7.2.6 Installation Floater coverage for the installation of machinery and/or equipment into an existing structure, on an "All Risk" coverage form including installation and transit for one hundred percent (100%) percent of the "installed replacement cost value," covering COUNTY as a named insured, with a deductible of not more than Ten Thousand Dollars ($10,000.00) each claim.
7.2.6.1 Cessation of Insurance. Installation Floater coverage is not
to cease and is to remain in force (subject to cancellation notice) until final acceptance by Broward County.
7.2.6.2 Flood Insurance. When the machinery or equipment
covered under the Installation Floater is located within an identified special flood hazard area, flood insurance must be afforded for the lesser of the total insurable value of such buildings or structure, or, the maximum amount of flood insurance coverage available under the National Flood Insurance Program.
7.2.7 For all policies provided under this Section 7.2, if the initial
insurance expires prior to the completion of the work, renewal copies of policies shall be furnished at least thirty (30) days prior to the date of their expiration.
7.2.8 For all policies provided under this Section 7.2, the policy(ies) must
be endorsed to provide COUNTY with at least thirty (30) days notice of cancellation and/or restriction.
7.2.9 CONTRACTOR shall furnish to the COUNTY, or the OCIP
Administrator, Certificates of Insurance or endorsements evidencing the insurance coverage specified above within fifteen (15) calendar days after notification of award of the Contract, in the form attached hereto as Exhibit C. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Contract, and state that such insurance is as required by this Contract. The Certificate of Insurance shall be in form similar to and contain the information set forth in a standard Acord form 25-S. The failure to provide the Certificate of Insurance within fifteen (15) days shall be the basis for the rescission of the awarding contract. The official title of the certificate holder is Broward County Board of County Commissioners. This official title shall be used in all insurance documentation.
7.2.10 Right to revise or reject. Broward County's Risk Management
Division reserves the right, but not the obligation, to review and
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 15 BID SET Addendum #5
revise any insurance requirements at the time of contract renewal and/or any amendments, not limited to deductibles, limits, coverages and endorsements based on insurance market conditions affecting the availability or affordability of coverage; or changes in the scope of work/specifications affecting the applicability of coverage.
7.2.11 COUNTY, OCPM and CONSULTANT are to be expressly included
as an Additional Insured in the name of Broward County Board of County Commissioners with respect to general liability and excess liability coverages arising out of operations performed for COUNTY by or on behalf of CONTRACTOR or acts or omissions of CONTRACTOR in connection with general supervision of such operation. If CONTRACTOR uses a subcontractor, then CONTRACTOR shall ensure that subcontractor names COUNTY and CONSULTANT as an additional insured.
CONTRACTOR’S failure to procure or maintain the insurance required by this section 7.2 and to ensure that all of its Subcontractors of every tier maintain the required insurance during the entire term of their respective contracts shall constitute a material breach of this Contract pursuant to which COUNTY may immediately suspend or terminate this Contract, or, at its discretion, procure or renew such insurance to protect COUNTY’S interests, pay any and all premiums in connection therewith, and withhold or recover all monies so paid from CONTRACTOR.
7.3 Additional Insurance Provisions.
7.3.1 Representations and Warranties. CONTRACTOR represents and warrants to COUNTY, and shall require its Subcontractors of every tier represent and warrant to COUNTY that:
7.3.1.1 All information they submit to COUNTY, or to the OCIP
Administrator, shall be accurate and complete. 7.3.1.2 They have had the opportunity to read and analyze copies
of the OCIP insurance policies that are on file in COUNTY’S office, and they understand the OCIP Coverages. Any reference or summary in the Contract, this Section 7, the Insurance Manual, or elsewhere in any other Contract Document as to amount, nature, type or extent of OCIP Coverages and/or potential applicability to any potential claim or loss is for reference only. CONTRACTOR and its Subcontractors of all tiers have not relied upon said reference, but solely upon their own independent review and
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 16 BID SET Addendum #5
analysis of the OCIP Coverages in formulating any understanding and/or belief as to amount, nature, type or extent of any OCIP Coverages and/or its potential applicability to any potential claim or loss.
7.3.1.3 The Costs of OCIP Coverages were not included in
CONTRACTOR’S bid or proposal for the Work, the Contract Price, and will not be included in any change order or any request for payment for the Work or extra work.
7.3.1.4 CONTRACTOR acknowledges that COUNTY shall not pay
or compensate CONTRACTOR or any Subcontractor of any tier, in any manner, for the Costs of OCIP Coverages.
7.3.2 Audits. CONTRACTOR agrees that OWNER, the OCIP
Administrator, and/or any OCIP Insurer may audit CONTRACTOR’S or any of its Subcontractors’ payroll records, books and records, insurance coverages, insurance cost information, bid estimates, or pricing for any cost in the Contract Price or any subcontracted Work, or any information that CONTRACTOR provides to COUNTY, the OCIP Administrator, or the OCIP Insurers to confirm their accuracy, and to ensure that the Costs of OCIP Coverages are not included in any payment for the Work.
7.3.3 COUNTY’S Election to Modify or Discontinue the OCIP. COUNTY
may, for any reason, modify the OCIP Coverages, discontinue the OCIP, or request that CONTRACTOR or any of its Subcontractors of any tier withdraw from the OCIP upon thirty (30) days written notice. Upon such notice CONTRACTOR and/or one or more of its Subcontractors, as specified by COUNTY in such notice, shall obtain and thereafter maintain during the performance of the Work, all (or a portion thereof as specified by COUNTY) of the OCIP Coverages. The form, content, limits of liability, cost, and the insurer issuing such replacement insurance shall be subject to COUNTY’S approval. The cost of the replacement coverage shall be at COUNTY’S expense, but only to the extent of the applicable Costs of OCIP Coverages.
7.3.4 Withholding Payments. COUNTY may withhold from any payment
owed or owing to CONTRACTOR or its Subcontractors of any tier the Costs of OCIP Coverages if they are included in a request for payment. In the event a COUNTY audit of CONTRACTOR’S records and information reveals a discrepancy in the insurance,
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 17 BID SET Addendum #5
payroll, safety, or any other information required by the Contract Documents to be provided by CONTRACTOR to COUNTY, or to the OCIP Administrator, or reveals the inclusion of the Cost of OCIP Coverages in any payment for the Work, COUNTY shall have the right to full deduction from the Contract Price of all such Costs of OCIP Coverages and all audit costs. Audit costs shall include, but shall not be limited to, the fees of the OCIP Administrator, and the fees of attorneys and accountants conducting the audit and review. If the CONTRACTOR or its Subcontractors fail to timely comply with any provisions of this Contract concerning the OCIP, COUNTY may withhold any payments due to CONTRACTOR and/or its Subcontractors of any tier until such time as they have complied. Such withholding by COUNTY shall not be deemed to be a default under the Contract Documents.
7.3.5 Waiver of Subrogation. Where permitted by law, CONTRACTOR
hereby waives all rights of recovery by subrogation because of deductible clauses, inadequacy of limits of any insurance policy, limitations or exclusions of coverage, or any other reason against COUNTY, the OCIP Administrator, their officers, agents, or employees, and any other contractor or Subcontractor performing Work or rendering services on behalf of COUNTY in connection with the planning, development and construction of the Project. COUNTY also requires that all CONTRACTOR maintained insurance coverage related to the Work include clauses providing that each insurer shall waive all of its rights of recovery by subrogation against CONTRACTOR, COUNTY, the OCIP Administrator, and their officers, agents, or employees. Where permitted by law, CONTRACTOR shall require similar written express waivers and insurance clauses from each of its Subcontractors. A waiver of subrogation shall be effective as to any individual or entity even if such individual or entity (a) would otherwise have a duty of indemnification, contractual or otherwise, (b) did not pay the insurance premium directly or indirectly, and (c) whether or not such individual or entity has an insurable interest in the property damaged.
7.3.6 Duty of Care. Nothing contained in this Section 7, or the Insurance
Manual shall relieve the CONTRACTOR or any of its Subcontractors of any tier of their respective obligations to exercise due care in the performance of their duties in connection with the Work, and to complete the Work in strict compliance with the Contract Documents.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 18 BID SET Addendum #5
7.3.7 Conflicts. In the event of a conflict, the provisions of the OCIP insurance policies shall govern, then the provisions of the Contract and its other related Contact Documents, then the provisions of the Insurance Manual.
8. Labor and Materials:
8.1 Unless otherwise provided herein, CONTRACTOR shall provide and pay for all materials (other than Direct Purchase Materials purchased by COUNTY), labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work.
8.1.1 Direct Purchase Materials purchased by COUNTY shall be
delivered to the Project site. CONTRACTOR shall be responsible for all labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper installation, execution and completion of the Work related to the Direct Purchase Materials.
9. Royalties and Patents:
All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in this Contract for said Work.
10. Weather: Extensions to the Contract Time for delays caused by the effects of
abnormal weather shall be submitted as a request for change in Contract Time. These time extensions are justified only when the CONTRACTOR can demonstrate that rains or other inclement weather conditions or related adverse soil conditions exceed the mean historical climatic conditions based upon the preceding ten (10) year records published for the Miami Dade Metropolitan Area Miami-South Florida by the U.S. Weather Bureau Service and prevent CONTRACTOR from productively performing controlling items of work identified on the accepted schedule or updates resulting in CONTRACTOR being unable to work on controlling items of work identified on the accepted schedule.
11. Permits, Licenses and Impact Fees:
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 19 BID SET Addendum #5
COUNTY shall pay the Master Building Permit Fees and other permit fees assessed by Broward County. CONTRACTOR is responsible to include in its bid and pay all permit fees except those fees COUNTY expressly agrees to pay.
11.1 Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by CONTRACTOR pursuant to the Contract Documents shall be secured and paid for by CONTRACTOR. It is CONTRACTOR's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required.
11.2 Impact fees levied by any municipality shall be paid by CONTRACTOR.
CONTRACTOR shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality. Reimbursement to CONTRACTOR in no event shall include profit or overhead of CONTRACTOR.
12. Resolution of Disputes:
12.1 To prevent all disputes and litigation, it is agreed by the parties hereto that, the Contract Administrator shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and Contract Administrator’s estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Section 12.2. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of the Contract Administrator and CONTRACTOR shall be submitted to County Administration in writing within twenty-one (21) calendar days. Unless a different period of time is set forth herein, County Administration shall notify the Contract Administrator and CONTRACTOR in writing of County Administration’s decision within twenty-one (21) calendar days from the date of the submission of the claim, question, difficulty or dispute, unless County Administration requires additional time to gather information or allow the parties to provide additional information. Except for disputes directly related to the promptness of payment as set forth in Section 5.1 of the Contract, all non-technical administrative disputes, shall be determined by the County Administration pursuant to
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 20 BID SET Addendum #5
the time periods provided herein. During the pendency of any dispute and after a determination thereof, CONTRACTOR, CONSULTANT and the Contract Administrator shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction.
12.2 In the event the determination of a dispute under this Article is
unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within ten (10) days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Price adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article.
13. Inspection of Work:
13.1 CONSULTANT, OCPM and COUNTY shall at all times have access to the Work, and CONTRACTOR shall provide proper facilities for such access and for inspecting, measuring and testing by County, OCPM, jurisdictional agencies and other independent inspection or testing agencies as may be employed by the Owner in addition to that testing and inspection required of CONTRACTOR by Division 1 and the technical specifications.
13.1.1 Should the Contract Documents, CONSULTANT's instructions,
any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, CONTRACTOR shall give CONSULTANT and OCPM timely notice of readiness of the Work for testing. Inspections for subsurface soil compaction and concrete testing shall be coordinated by the CONTRACTOR. If the testing or approval is to be made by an authority other than COUNTY, timely notice shall be given of the date fixed for such testing. Testing shall be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered up without approval or consent of CONSULTANT and OCPM, it must, if required by
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 21 BID SET Addendum #5
CONSULTANT or OCPM, be uncovered for examination and properly restored at CONTRACTOR's expense.
13.1.2 Reexamination of any of the Work may be ordered by
CONSULTANT or OCPM with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by CONTRACTOR. If such Work is found to be in accordance with the Contract Documents, COUNTY shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, CONTRACTOR shall pay such cost.
13.2 Inspectors shall have no authority to permit deviations from, nor relax any
of the provisions of the Contract Documents, nor to delay the Project by failure to inspect the materials and work with reasonable promptness without the written permission or instruction of CONSULTANT.
13.3 The payment of any compensation, whatever may be its character or form,
or the giving of any gratuity or the granting of any favor by CONTRACTOR to any inspector, directly or indirectly, is strictly prohibited, and any such act on the part of CONTRACTOR will constitute a breach of this Contract.
14. Superintendence and Supervision: 14.1 The orders of COUNTY are to be given through OCPM, which instructions
are to be strictly and promptly followed in every case. CONTRACTOR shall keep on the Project during its progress, a full-time competent English speaking superintendent and any necessary assistants, all satisfactory to OCPM. The superintendent shall not be changed except with the written consent of OCPM, unless the superintendent proves to be unsatisfactory to CONTRACTOR and ceases to be in its employ. The superintendent shall represent CONTRACTOR and all directions given to the superintendent shall be binding as if given to CONTRACTOR and will be confirmed in writing by OCPM upon the written request of CONTRACTOR. CONTRACTOR shall give efficient supervision to the Work, using its best skill and attention.
14.2 Each work day, CONTRACTOR's superintendent shall record, at a
minimum, the following information in a bound log: the day; date; weather conditions and how any weather condition affected progress of the Work; time of commencement of Work for the day; the work being performed; materials, labor, personnel, equipment and subcontractors at the Project site; visitors to the Project site, including representatives of COUNTY, OCPM, CONSULTANT, regulatory representatives; any special or unusual
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 22 BID SET Addendum #5
conditions or occurrences encountered; delays to any controlling items of Work; and the time of termination of Work for the day. All information shall be recorded in the daily log in ink. The daily log shall be kept on the Project site and shall be available at all times for inspection and copying by COUNTY, OCPM and CONSULTANT.
14.3 The Contract Administrator, CONTRACTOR, OCPM and CONSULTANT
shall meet at least every two (2) weeks or as determined by the Contract Administrator, during the course of the Work to review and agree upon the Work performed to date and to establish the controlling items of Work for the next two (2) weeks. The CONSULTANT shall publish, keep, and distribute minutes and any comments thereto of each such meeting.
14.4 If CONTRACTOR, in the course of prosecuting the Work, finds any
discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Contract Documents, it shall be CONTRACTOR's duty to immediately inform OCPM, in writing, and OCPM in conjunction with the OWNER and CONSULTANT will promptly review the same. Any Work done after such discovery, until authorized, will be done at CONTRACTOR's sole risk.
14.5 CONTRACTOR shall supervise and direct the Work competently and
efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 23 BID SET Addendum #5
15. COUNTY's Right to Terminate Contract:
15.1 If CONTRACTOR fails to begin the Work within fifteen (10) calendar days after the Project Initiation Date or effective date of a Notice to Proceed, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to insure the prompt completion of the Work, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if CONTRACTOR shall fail to perform any material term set forth in the Contract Documents or if CONTRACTOR shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, or if CONTRACTOR is placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List created pursuant to Section 215.473, Florida Statutes, as amended or if CONTRACTOR provides a false certification submitted pursuant to Section 287.135, Florida Statutes, as amended, CONTRACT ADMINISTRATOR may give notice in writing to CONTRACTOR and its Surety of such delay, neglect or default, specifying the same with a notice to cure. If CONTRACTOR, within a period of ten (10) calendar days after such notice, shall not proceed in accordance therewith, then the COUNTY’s awarding authority for the Contract, may upon written certificate from CONSULTANT of the fact of such delay, neglect or default and CONTRACTOR's failure to comply with such notice, terminate the services of CONTRACTOR, exclude CONTRACTOR from the Project site and take the prosecution of the Work out of the hands of CONTRACTOR. In such case, CONTRACTOR shall not be entitled to receive any further payment until the Project is completed. In addition COUNTY may enter into an agreement for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in COUNTY's sole opinion shall be required for the completion of the Project according to the terms and provisions of the Contract Documents. All damages, costs and charges incurred by COUNTY, together with the costs of completing the Project, shall be deducted from any monies due or which may become due to CONTRACTOR. In case the damages and expenses so incurred by COUNTY shall exceed the unpaid balance, then CONTRACTOR shall be liable and shall pay to COUNTY the amount of said excess.
15.2 If after notice of termination of CONTRACTOR, it is determined for any
reason that CONTRACTOR was not in default, the rights and obligations of COUNTY and CONTRACTOR shall be the same as if the notice of
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 24 BID SET Addendum #5
termination had been issued pursuant to the Termination for Convenience clause as set forth in Section 15.3 below.
15.3 This Contract may be terminated for convenience in writing by COUNTY
upon ten (10) days written notice to CONTRACTOR (delivered by certified mail, return receipt requested) of intent to terminate and the date on which such termination becomes effective. In such case, CONTRACTOR shall be paid for all work executed and expenses incurred prior to termination in addition to termination settlement costs reasonably incurred by CONTRACTOR relating to commitments which had become firm prior to the termination. No payment shall be made for profit for work which has not been performed.
15.4 Upon receipt of Notice of Termination pursuant to Sections 15.1 or 15.3
above, CONTRACTOR shall promptly discontinue all affected work unless the Notice of Termination directs otherwise and deliver or otherwise make available to COUNTY all data, drawings, specifications, reports, estimates, summaries, documents and such other information as may have been required by the Contract Documents whether completed or in process.
15.5 This Agreement may also be terminated by the Board:
15.5.1 Upon the disqualification of CONTRACTOR as a CBE firm by
COUNTY’s Director of the Office of Economic and Small Business Development if CONTRACTOR’s status as CBE firm was a factor in the award of this Agreement and such status was misrepresented by CONTRACTOR;
15.5.2 Upon the disqualification of CONTRACTOR by COUNTY’s
Director of the Office of Economic and Small Business Development due to fraud, misrepresentation, or material misstatement by CONTRACTOR in the course of obtaining this Agreement or attempting to meet the CBE contractual obligations;
15.5.3 Upon the disqualification of one or more of CONTRACTOR’s
CBE participants by COUNTY’s Director of the Office of Economic and Small Business Development if any such participant’s status as a CBE firm was a factor in the award of this Agreement and such status was misrepresented by CONTRACTOR or such participant;
15.5.4 Upon the disqualification of one or more of CONTRACTOR’s
CBE participants by COUNTY’s Director of the Office of
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 25 BID SET Addendum #5
Economic and Small Business Development if such CBE participant attempted to meet its CBE contractual obligations through fraud, misrepresentation, or material misstatement;
15.5.5 If CONTRACTOR is determined by COUNTY’s Director of the
Office of Economic and Small Business Development to have been knowingly involved in any fraud, misrepresentation, or CBE participant. If so determined, CONTRACTOR shall not be awarded CBE participation credit.
16. CONTRACTOR's Right to Stop Work:
Should CONSULTANT fail to review and approve or state in writing reasons for non-approval of any Application for Payment within fifteen (15) business days after it is presented, or if COUNTY fails either to pay CONTRACTOR within twenty-five (25) business days after CONSULTANT receives CONTRACTOR’s proper Application for Payment, or to notify CONTRACTOR and CONSULTANT in writing of any objection to the Application for Payment, then CONTRACTOR may, give written notice to COUNTY and CONSULTANT of such delay, neglect or default, specifying the same. If COUNTY or CONSULTANT (where applicable), within a period of ten (10) calendar days after such notice shall not remedy the delay, neglect, or default upon which the notice is based, then CONTRACTOR may stop work until the delay, neglect or default is cured.
17. Assignment:
Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall CONTRACTOR assign any monies due or to become due to it hereunder, without the previous written consent of the County Administrator.
18. Rights of Various Interests:
Whenever work being done by COUNTY's forces or by other contractors is contiguous to or within the limits of work covered by this Contract, the respective rights of the various interests involved shall be established by the Contract Administrator to secure the completion of the various portions of the work in general harmony.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 26 BID SET Addendum #5
19. Explosives:
Explosives shall not be used for completion of the Work without express written permission of the Owner. When the use of explosives is necessary in the prosecution of the work, CONTRACTOR shall exercise the utmost care in handling and usage of such explosives to the protection of life and property. All explosives shall be stored in a safe manner and storage places shall be clearly marked "Dangerous-Explosives" and placed in the care of competent watchmen. When such use of explosives becomes necessary, CONTRACTOR shall furnish to COUNTY proof of coverage, adequately providing public liability and property damage insurance as a rider attached to its regular policies, unless otherwise included.
20. Differing Site Conditions:
In the event that during the course of the Work CONTRACTOR encounters subsurface or concealed conditions at the Project site which differ materially from those shown on the Contract Documents and from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents; or unknown physical conditions of the Project site, of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, CONTRACTOR, without disturbing the conditions and before performing any work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify COUNTY and CONSULTANT in writing of the existence of the aforesaid conditions. CONSULTANT and COUNTY shall, within two (2) business days after receipt of CONTRACTOR's written notice, investigate the site conditions identified by CONTRACTOR. If, in the sole opinion of CONSULTANT, the conditions do materially so differ and cause an increase or decrease in CONTRACTOR's cost of, or the time required for, the performance of any part of the Work, whether or not charged as a result of the conditions, CONSULTANT shall recommend an equitable adjustment to the Contract Price, or the Contract Time, or both. If COUNTY and CONTRACTOR cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to CONSULTANT for determination in accordance with the provisions of Article 12. Should CONSULTANT determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, CONSULTANT shall so notify COUNTY and CONTRACTOR in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto.
No request by CONTRACTOR for an equitable adjustment to the Contract under this provision shall be allowed unless CONTRACTOR has given written notice in strict accordance with the provisions of this Article.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 27 BID SET Addendum #5
No request for an equitable adjustment or change to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by CONSULTANT as the date of substantial completion.
21. Plans and Working Drawings:
COUNTY and OCPM, through CONSULTANT, shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Contract Documents. In case of disagreement between the written and graphic portions of the Contract Documents, the written portion shall govern.
22. CONTRACTOR to Check Plans, Specifications and Data:
CONTRACTOR shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from CONSULTANT, and shall notify CONSULTANT of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. CONTRACTOR will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by CONSULTANT. CONTRACTOR shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract Documents unless CONTRACTOR recognized such error, omission or discrepancy and knowingly failed to report it to CONSULTANT.
23. CONTRACTOR's Responsibility for Damages and Accidents:
23.1 CONTRACTOR shall accept full responsibility for the Work against all loss or damage of whatsoever nature sustained until final acceptance by COUNTY, and shall promptly repair any damage done from any cause whatsoever, except as provided in Article 30.
23.2 CONTRACTOR shall be responsible for all materials, equipment and
supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by COUNTY, CONTRACTOR shall replace same without cost to COUNTY, except as provided in Article 30.
24. Warranty:
CONTRACTOR warrants to COUNTY that all materials and equipment furnished under this Contract will be new unless otherwise specified and that all of the Work will be of good quality, free from faults and defects and in conformance with
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 28 BID SET Addendum #5
the Contract Documents. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by CONSULTANT, CONTRACTOR shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the provisions of Article 26 herein.
25. Supplementary Drawings:
25.1 When, in the opinion of CONSULTANT, it becomes necessary to explain the Work to be done more fully, or to illustrate the Work further, or to show any changes which may be required, supplementary drawings, with specifications pertaining thereto, will be prepared by CONSULTANT.
25.2 The supplementary drawings shall be binding upon CONTRACTOR with
the same force as the Contract Documents. Where such supplementary drawings require either less or more than the original quantities of work, appropriate adjustments shall be made by Change Order.
26. Defective Work:
26.1 CONSULTANT and OCPM shall have the authority to reject or disapprove work which CONSULTANT or OCPM finds to be defective. If required by CONSULTANT or OCPM, CONTRACTOR shall promptly either correct all defective work or remove such defective work and replace it with non-defective work. CONTRACTOR shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel.
26.2 Should CONTRACTOR fail or refuse to remove or correct any defective
work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by CONSULTANT or OCPM, COUNTY shall have the authority to cause the defective work to be removed or corrected, or make such repairs as may be necessary at CONTRACTOR's expense. Any expense incurred by COUNTY in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to CONTRACTOR, or may be charged against the Performance Bond. In the event of failure of CONTRACTOR to make all necessary repairs promptly and fully, COUNTY may declare CONTRACTOR in default.
26.3 If, within one (1) year after the date of substantial completion or such
longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract Documents, any of the Work is found to be
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 29 BID SET Addendum #5
defective or not in accordance with the Contract Documents, CONTRACTOR, after receipt of written notice from COUNTY, shall promptly correct such defective or nonconforming Work within the time specified by COUNTY without cost to COUNTY, to do so. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which CONTRACTOR might have under the Contract Documents including but not limited to, Article 24 hereof and any claim regarding latent defects.
26.4 Failure to reject any defective work or material shall not in any way
prevent later rejection when such defect is discovered, or obligate COUNTY to final acceptance.
27. Taxes:
CONTRACTOR shall pay all applicable sales, consumer, use and other taxes required by law except for materials purchased under an Owner Controlled Direct Purchase Program.. CONTRACTOR is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements.
28. Subcontracts:
28.1 Each subcontractor must possess certificates of competency and licenses required by law. CONTRACTOR shall have a continuing obligation to notify COUNTY, OCPM and CONSULTANT of any change in subcontractors.
28.2 CONTRACTOR shall not employ any subcontractor against whom
COUNTY, OCPM or CONSULTANT may have a reasonable objection. CONTRACTOR shall not be required to employ any subcontractor against whom CONTRACTOR has a reasonable objection.
28.3 CONTRACTOR shall be fully responsible for all acts and omissions of its
subcontractors and of persons directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable to the same extent that CONTRACTOR is responsible for the acts and omissions of persons directly employed by it. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and COUNTY or any obligation on the part of COUNTY to pay or to see the payment of any monies due any subcontractor. COUNTY, OCPM or CONSULTANT may furnish to any subcontractor evidence of amounts paid to CONTRACTOR on account of specific work performed.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 30 BID SET Addendum #5
28.4 CONTRACTOR agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of COUNTY.
29. Separate Contracts:
29.1 COUNTY reserves the right to let other contracts in connection with this Project. CONTRACTOR shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs.
29.2 If any part of CONTRACTOR's Work depends for proper execution or
results upon the work of any other persons, CONTRACTOR shall inspect and promptly report to OCPM any defects in such work that render it unsuitable for such proper execution and results. CONTRACTOR's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for the reception of CONTRACTOR's Work, except as to defects which may develop in other contractor's work after the execution of CONTRACTOR's.
29.3 CONTRACTOR shall conduct its operations and take all reasonable steps
to coordinate the prosecution of the Work so as to create no interference or impact on any other contractor on the site. Should such interference or impact occur, CONTRACTOR shall be liable to the affected contractor for the cost of such interference or impact.
29.4 To insure the proper execution of subsequent work, CONTRACTOR shall
inspect the work already in place and shall at once report to OCPM any discrepancy between the executed work and the requirements of the Contract Documents.
30. Use of Completed Portions:
30.1 COUNTY shall have the right at its sole option to take possession of and use any completed or partially completed portions of the Project. Such possession and use shall not be deemed an acceptance of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost of or delays the Work, CONTRACTOR shall be entitled to reasonable extra compensation or reasonable extension of time or both, as recommended by CONSULTANT and OCPM and approved by COUNTY.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 31 BID SET Addendum #5
30.2 In the event COUNTY takes possession of any completed or partially completed portions of the Project, the following shall occur:
30.2.1 COUNTY shall give notice to CONTRACTOR in writing at least
thirty (30) calendar days prior to COUNTY's intended occupancy of a designated area.
30.2.2 CONTRACTOR shall complete to the point of Substantial
Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion Form (00 65 16) from CONSULTANT.
30.2.3 Upon CONSULTANT's issuance of a Certificate of Substantial
Completion, COUNTY will assume full responsibility for maintenance, utilities, subsequent damages of COUNTY and public, adjustment of insurance coverages and start of warranty for the occupied area.
30.2.4 CONTRACTOR shall complete all items noted on the Certificate
of Substantial Completion within the time specified by CONSULTANT on the Certificate of Substantial Completion, as soon as possible and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, CONSULTANT shall issue a Final Certificate of Payment relative to the occupied area.
30.2.5 If COUNTY finds it necessary to occupy or use a portion or
portions of the Work prior to Substantial Completion thereof, such occupancy or use shall not commence prior to a time mutually agreed upon by COUNTY and CONTRACTOR and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. Insurance on the unoccupied or unused portion or portions shall not be canceled or lapsed on account of such partial occupancy or use. Consent of CONTRACTOR and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld.
31. Lands for Work and Air Rights:
31.1 COUNTY shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 32 BID SET Addendum #5
easements for access thereto and such other lands as are designated by COUNTY for the use of CONTRACTOR.
31.2 CONTRACTOR shall provide, at CONTRACTOR's own expense and
without liability to COUNTY, any additional land and access thereto that may be required for temporary construction facilities, including office space, parking and or for storage of materials. CONTRACTOR shall furnish to COUNTY copies of written permission obtained by CONTRACTOR from the owners of such land. CONTRACTOR shall obtain without expense or liability to COUNTY any necessary approvals, authorizations or licenses from public or private property owners for operation of cranes or other construction equipment within the air space above those neighboring properties.
32. Legal Restrictions and Traffic Provisions:
CONTRACTOR shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of work and CONTRACTOR's general operations. CONTRACTOR shall conduct its operations so as not to close any thoroughfare, nor interfere in any way with traffic on railway, highways, or water, without the written consent of the proper authorities.
33. Location and Damage to Existing Facilities, Equipment or Utilities:
33.1 As far as possible, all existing utility lines in the Project area have been shown on the plans. However, COUNTY does not guarantee that all lines are shown, or that the ones indicated are in their true location. It shall be the CONTRACTOR’S responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the CONTRACTOR because of discrepancies in actual and plan location of utilities, and additional costs suffered as a result thereof.
33.2. The CONTRACTOR shall notify each utility company involved at least
thirty (30) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the CONTRACTOR shall be paid by the CONTRACTOR. All charges by utility companies for temporary support of its utilities shall be paid for by the CONTRACTOR. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the CONTRACTOR for utility relocations,
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 33 BID SET Addendum #5
whether or not said relocation is necessary to avoid conflict with other lines.
33.3. The CONTRACTOR shall schedule the work in such a manner that the
work is not delayed by the utility providers relocating or supporting their utilities. The CONTRACTOR shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the CONTRACTOR for any loss of time or delay.
33.4. All overhead, surface or underground structures and utilities encountered
are to be carefully protected from injury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless delay will not be tolerated. The COUNTY reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the CONTRACTOR. All such repairs made by the CONTRACTOR are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling.
34. Substitutions:
34.1 CONTRACTOR may request substitution of materials, articles, pieces of equipment or any changes that reduce the Contract Price by making such request to the Contract Administrator and OCPM through the CONSULTANT in writing. Contract Administrator will be the sole judge of acceptability, and no substitute will be ordered, installed, used or initiated without CONSULTANT's and OCPM’s prior written recommendation and Contract Administrator’s acceptance which will be evidenced by a Contract Administrator approved and executed Contractor’s Request for Substitution. However, any substitution accepted by CONSULTANT shall not result in any increase in the Contract Price or Contract Time.
34.2 By making a request for substitution, CONTRACTOR agrees to pay
directly to CONSULTANT and OCPM all CONSULTANT’s and OCPM's fees and charges related to CONSULTANT's and OCPM’s review of the request for substitution, whether or not the request for substitution is accepted by Contract Administrator. Any substitution submitted by CONTRACTOR must meet the form, fit, function and life cycle criteria of the item proposed to be replaced and there must be a net dollar savings to the COUNTY including CONSULTANT and OCPM review fees and charges. If a substitution is approved, the net dollar savings shall accrue to the County and shall be processed as a deductive Change Order. COUNTY may require CONTRACTOR to furnish at CONTRACTOR's
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 34 BID SET Addendum #5
expense a special performance guarantee or other surety with respect to any substitute approved after award of the Contract.
35. Continuing the Work:
CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with COUNTY, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Price or Contract Time, a Construction Change Directive or CPEAM. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements.
36. Changes in the Work or Terms of Contract Documents:
36.1 Without invalidating the Contract and without notice to any surety COUNTY reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable to complete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be accomplished by means of appropriate Supplemental Instructions or Change Orders.
37. Supplemental Instructions:
37.1 The Contract Administrator, OCPM, and CONSULTANT, shall have the right to approve and issue Supplemental Instructions setting forth written interpretations of the intent of the Contract Documents and ordering minor changes in Work execution, providing the Supplemental Instruction involves no change in the Contract Price or the Contract Time.
38. Contract Price Element Adjustment Memoranda (CPEAM)
38.1 The Contract Administrator shall be authorized to issue a CPEAM which is
agreed to by the CONTRACTOR and the Contract Administrator to memorialize the reallocation of sums between the Contract Price Elements. The following specific CPEAM’s are contemplated, but additional or different CPEAM’s may be issued, provided they do not result in a change to the Contract Price.
38.1.1 If the County elects to pursue an Direct Owner Purchase
Program, a CPEAM may be issued to remove material costs
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 35 BID SET Addendum #5
related to those direct purchases from the Contract Price base bid price or any of the County-elected alternates.
38.1.2 If the Contract Administrator elects to make changes to the Work
required by the Contract Documents a CPEAM may be issued to re-allocate costs to or from the Owner’s Allowance Account in order to adjust the lump sum amounts of the Lump Sum Base Bid or County-elected Alternates,
38.1.3 If differing site conditions, or errors and omissions in the Contract
Documents are discovered during the progress of the Work, the Contract Administrator may elect to issue a CPEAM to cover the costs of any additional work required by the discovery of those unforeseen conditions, errors, or omissions.
38.2 The CONTRACTOR shall not perform Work subject to the Owner’s
Allowance Account without receipt of the Contract Administrator’s executed CPEAM transferring such approved amounts from the Owner’s Allowance Account to an existing or new lump sum line item..
38.3 During the progress of construction, sums transferred to the Owner’s Allowance Account may be re-deployed by the Contract Administrator through a CPEAM or removed from the Project via a change order reducing the Owner’s Allowance Account and, in turn, the Contract Price.
38.4 Adjustments of Contract Time associated with the use of the Owner’s Allowance Account for additional Work shall be made by Change Order.
39. Change Orders:
39.1 Changes in the quantity or character of the Work within the scope of the Project which are not properly the subject of Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the Broward County Procurement Code, as amended from time to time.
39.2 CONTRACTOR shall not start work on any changes requiring an increase
in the Contract Price or the Contract Time until a Change Order setting forth the adjustments is approved by the COUNTY. Upon receipt of a Change Order, CONTRACTOR shall promptly proceed with the work set forth within the document.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 36 BID SET Addendum #5
39.3 In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, COUNTY reserves the right at its sole option to either delete the item from the Contract, make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to Contract Administrator as set forth in Article 12 hereof. During the pendency of the dispute, and upon receipt of a Change Order approved by COUNTY, CONTRACTOR shall promptly proceed with the change in the Work involved and advise the CONSULTANT and Contract Administrator in writing within seven (7) calendar days of CONTRACTOR's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time.
39.4 On approval of any change increasing the Contract Price, CONTRACTOR
shall ensure that the performance bond and payment bond are increased so that each reflects the total Contract Price as increased.
39.5 Under circumstances determined necessary by COUNTY, Change Orders
may be issued unilaterally by COUNTY. Additionally, the County may utilize a Construction Change Directive in the absence of total agreement on the terms of a Change Order or where COUNTY’s process for consideration of a Change Order might, at the Contract Administrator’s sole discretion, prohibit the CONTRACTOR from completing time critical elements of the Work.
40. Value of Change Order Work:
40.1 The value of any work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one or a combination of the following ways:
40.1.1 Where the work involved is covered by unit prices contained in
the Contract Documents, by application of unit prices to the quantities of items involved, subject to the provisions of Section 40.7.
40.1.2 By mutual acceptance of a lump sum which CONTRACTOR
and COUNTY acknowledge contains a component for overhead and profit.
40.1.3 On the basis of the "cost of work," determined as provided in
Sections 40.2 and 40.3, plus a CONTRACTOR's fee for
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 37 BID SET Addendum #5
overhead and profit which is determined as provided in Section 40.4.
40.2 The term "cost of work" means the sum of all direct costs necessarily
incurred and paid by CONTRACTOR in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by COUNTY, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Section 40.3.
40.2.1 Payroll costs for employees in the direct employ of
CONTRACTOR in the performance of the work described in the Change Order under schedules of job classifications agreed upon by COUNTY and CONTRACTOR. Payroll costs for employees not employed full time on the work covered by the Change Order shall be apportioned on the basis of their time spent on the work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing the work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by COUNTY.
40.2.2 Cost of all materials and equipment furnished and incorporated
in the work, including costs of transportation and storage thereof, and manufacturers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless COUNTY deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to COUNTY. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to COUNTY and CONTRACTOR shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by COUNTY with the advice of CONSULTANT and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 38 BID SET Addendum #5
any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work.
40.2.3 Payments made by CONTRACTOR to Subcontractors for work
performed by Subcontractors. If required by COUNTY, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to COUNTY who will then determine, with the advice of CONSULTANT, which bids will be accepted. If the Subcontract provides that the Subcontractor is to be paid on the basis of cost of the work plus a fee, the Subcontractor's cost of the work shall be determined in the same manner as CONTRACTOR'S cost of the work. All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable.
40.2.4 Supplemental costs including the following:
40.2.4.1 The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the work except for local travel to and from the site of the work.
40.2.4.2 Cost, including transportation and maintenance, of all
materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remains the property of CONTRACTOR.
40.2.4.3 Sales, use, or similar taxes related to the work, and
for which CONTRACTOR is liable, imposed by any governmental authority.
40.2.4.4 Deposits lost for causes other than CONTRACTOR's
negligence; royalty payments and fees for permits and licenses.
40.2.4.5 The cost of utilities, fuel and sanitary facilities at the
site.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 39 BID SET Addendum #5
40.2.4.6 Receipted minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the work.
40.2.4.7 Cost of premiums for additional bonds and insurance
required because of changes in the work.
40.3 The term "cost of the work" shall not include any of the following:
40.3.1 Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in its principal or a branch office for general administration of the work and not specifically included in the agreed-upon schedule of job classifications referred to in Section 40.2.1, all of which are to be considered administrative costs covered by CONTRACTOR's fee.
40.3.2 Expenses of CONTRACTOR's principal and branch offices
other than CONTRACTOR's office at the site. 40.3.3 Any part of CONTRACTOR's capital expenses, including
interest on CONTRACTOR's capital employed for the work and charges against CONTRACTOR for delinquent payments.
40.3.4 Cost of premiums for all Bonds and for all insurance whether or
not CONTRACTOR is required by the Contract Documents to purchase and maintain the same, except for additional bonds and insurance required because of changes in the work.
40.3.5 Costs due to the negligence or neglect of CONTRACTOR, any
Subcontractors, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property.
40.3.6 Other overhead or general expense costs of any kind and the
cost of any item not specifically and expressly included in Section 40.2.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 40 BID SET Addendum #5
40.4 CONTRACTOR's fee allowed to CONTRACTOR for overhead and profit
shall be determined as follows:
40.4.1 A mutually acceptable fixed fee or if none can be agreed upon. 40.4.2 A fee based on the following percentages of the various portions
of the cost of the work:
40.4.2.1 For costs incurred under Sections 40.2.1 and 40.2.2 which do not exceed $100,000, CONTRACTOR's fee shall not exceed ten percent (10%). For costs incurred under Sections 40.2.1 and 40.2.2 which exceed $100,000, CONTRACTOR's fee shall not exceed seven and one half percent (7.5%).
40.4.2.2 For costs incurred under Section 40.2.3:
a. Which do not exceed $100,000 for all Subcontractors’ work, CONTRACTOR's fee shall not exceed seven and one half percent (7.5%);
b. Which exceed $100,000 for all Subcontractors’ work, CONTRACTOR's fee shall not exceed five percent (5%);
c. If a subcontract is on the basis of cost of the work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed seven and one half percent (7.5%); and
40.4.2.3 No fee shall be payable on the basis of costs itemized
under Section 40.2.5. 40.4.2.3 No fee shall be payable to the CONTRACTOR for
work which the Owner determines will be paid from the funds included in the Owner’s Allowance Account.
40.5 The amount of credit to be allowed by CONTRACTOR to COUNTY for any
such change which results in a net decrease in Contract Price, will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any, however, CONTRACTOR shall provide a credit to the COUNTY for overhead and profit.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 41 BID SET Addendum #5
40.6 Whenever the cost of any work is to be determined pursuant to Sections 40.2, CONTRACTOR will submit in a form acceptable to OCPM an itemized cost breakdown together with the supporting data.
40.7 Where the quantity of any item of the Work that is covered by a unit price
is increased or decreased by more than twenty percent (20%) from the quantity of such work indicated in the Contract Documents, an appropriate Change Order shall be issued to adjust the unit price (increase or decrease), if warranted.
40.8 Whenever a change in the Work is to be based on mutual acceptance of a
lump sum, whether the amount is an addition, credit or no change-in-cost, CONTRACTOR shall submit an initial cost estimate acceptable to OCPM and Contract Administrator.
40.8.1 Breakdown shall list the quantities and unit prices for materials,
labor, equipment and other items of cost. 40.8.2 Whenever a change involves CONTRACTOR and one or more
Subcontractors and the change is an increase in the Contract Price, overhead and profit percentage for CONTRACTOR and each Subcontractor shall be itemized separately.
40.9 Each Change Order must state within the body of the Change Order
whether it is based upon unit price, negotiated lump sum, or "cost of the work."
41. Notification and Claim for Change of Contract Time or Contract Price:
41.1 Any claim for a change in the Contract Time or Contract Price shall be made by written notice by CONTRACTOR to the Contract Administrator, OCPM and to CONSULTANT within five (5) calendar days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. Thereafter, within twenty (20) calendar days of the termination of the event giving rise to the claim, written notice of the extent of the claim with supporting information and documentation shall be provided unless OCPM or CONSULTANT allows an additional period of time to ascertain more accurate data in support of the claim and such notice shall be accompanied by CONTRACTOR's written notarized statement that the adjustment claimed is the entire adjustment to which the CONTRACTOR has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by Contract Administrator. IT IS EXPRESSLY AND SPECIFICALLY AGREED THAT
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 42 BID SET Addendum #5
ANY AND ALL CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHALL BE WAIVED IF NOT SUBMITTED IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF THIS SECTION.
41.2 The Contract Time will be extended in an amount equal to time lost on
critical Work items due to delays beyond the control of and through no fault or negligence of CONTRACTOR if a claim is made thereof as provided in Section 41.1. Such delays shall include, but not be limited to, acts or neglect by any separate contractor employed by COUNTY, fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God.
42. No Damages for Delay:
No claim for damages or any claim, other than for an extension of time, shall be made or asserted against COUNTY by reason of any delays except as provided herein. CONTRACTOR shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from COUNTY for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by CONTRACTOR for actual delays due solely to fraud, bad faith or active interference on the part of COUNTY or its CONSULTANT. Otherwise, CONTRACTOR shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above.
43. Excusable Delay; Compensable; Non-Compensable:
43.1 Excusable Delay. Delay which extends the completion of the Work and which is caused by circumstances beyond the control of CONTRACTOR or its subcontractors, suppliers or vendors are Excusable Delay.
CONTRACTOR is entitled to a time extension of the Contract Time for each day the Work is delayed due to Excusable Delay. CONTRACTOR shall document its claim for any time extension as provided in Article 40 hereof.
Failure of CONTRACTOR to comply with Article 40 hereof as to any particular event of delay shall be deemed conclusively to constitute a
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 43 BID SET Addendum #5
waiver, abandonment or relinquishment of any and all claims resulting from that particular event of delay.
Excusable Delay may be compensable or non-compensable:
(a) Compensable Excusable Delay. Excusable Delay is compensable
when (i) the delay extends the Contract Time, (ii) is caused by circumstances beyond the control of the CONTRACTOR or its subcontractors, suppliers or vendors, and (iii) is caused solely by fraud, bad faith or active interference on the part of COUNTY or its agents. In no event shall CONTRACTOR be compensated for interim delays which do not extend the Contract Time.
CONTRACTOR shall be entitled to direct and indirect costs for Compensable Excusable Delay. Direct costs recoverable by CONTRACTOR shall be limited to the actual additional costs allowed pursuant to Article 40 hereof. COUNTY and CONTRACTOR recognize and agree that the amount of CONTRACTOR's precise actual indirect costs for delay in the performance and completion of the Work is impossible to determine as of the date of execution of the Contract Documents, and that proof of the precise amount will be difficult. Therefore, indirect costs recoverable by the CONTRACTOR shall be liquidated on a daily basis for each day the Contract Time is delayed due to a Compensable Excusable Delay. These liquidated indirect costs shall be paid to compensate CONTRACTOR for all indirect costs caused by a Compensable Excusable Delay and shall include, but not be limited to, all lost profits, all profit on indirect costs, home office overhead, acceleration, loss of earnings, loss of productivity, loss of bonding capacity, loss of opportunity and all other indirect costs incurred by CONTRACTOR. The amount of liquidated indirect costs recoverable shall be $2,000.00 $6000.00 per day for each calendar day the Contract is delayed due to a Compensable Excusable Delay.
(b) Non-Compensable Excusable Delay. When Excusable Delay is
(i) caused by circumstances beyond the control of CONTRACTOR, its subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the COUNTY or CONSULTANT, or (ii) is caused jointly or concurrently by CONTRACTOR or its subcontractors, suppliers or vendors and by the COUNTY or CONSULTANT, then CONTRACTOR shall be entitled only to a time extension and no further compensation for the delay.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 44 BID SET Addendum #5
44. Substantial Completion:
When CONTRACTOR considers that the Work, or a portion thereof designated by COUNTY pursuant to Article 30 hereof, has reached Substantial Completion, CONTRACTOR shall so notify COUNTY and CONSULTANT in writing. CONSULTANT and COUNTY shall then promptly inspect the Work. When CONSULTANT, on the basis of such an inspection, determines that the Work or designated portion thereof is substantially complete, it will then prepare a Certificate of Substantial Completion in specification section 00 65 16. The Contract Administrator shall determine the date of Substantial Completion to be set forth in the Certificate of Substantial Completion which shall establish the Date of Substantial Completion. The Certificate of Substantial Completion shall state the responsibilities of COUNTY and CONTRACTOR for security, maintenance, heat, utilities, damage to the Work, and insurance. The CONSULTANT and COUNTY shall develop and the CONTRACTOR shall review the list of all Work yet to be completed by CONTRACTOR to satisfy the requirements of the Contract Documents for Final Completion and to make the Work satisfactory and acceptable. The list shall be provided to the CONTRACTOR within five (5) days after final development and review. If the final list is not provided within the stated five (5) days, the contract time for completion shall be extended by the number of days exceeding the five (5) days. The failure to include any items of corrective work on such list does not alter the responsibility of CONTRACTOR to complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion.
45. No Interest: Any monies not paid by COUNTY when claimed to be due to CONTRACTOR under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of COUNTY's prompt payment ordinance, as such relates to timeliness of payment, and the provisions of Section 218.74(4), Florida Statutes, as such relates to the payment of interest, shall apply to valid and proper invoices.
46. Shop Drawings and Other Submittals:
46.1 CONTRACTOR shall submit shop drawings and other submittals as required by Division 1 and the technical specification sections in regard to materials, products, assemblies and systems. The purpose of the Shop Drawings and other submittals is to show the suitability, efficiency,
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 45 BID SET Addendum #5
technique of manufacture, installation requirements, and details of materials, products, assemblies or systems and to provide evidence of their compliance or noncompliance with the Contract Documents.
46.2 Within thirty (30) calendar days after the Project Initiation Date specified in
the first Notice to Proceed, CONTRACTOR shall submit to CONSULTANT a complete list of preliminary data on items for which Shop Drawings and other submittals are to be submitted and shall identify the critical items. Approval of this list by CONSULTANT shall in no way relieve CONTRACTOR from submitting complete Shop Drawings and other submittals and providing materials, equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final approval of Shop Drawings and other submittals.
46.3 After the approval of the list of items required in Section 45.2 above,
CONTRACTOR shall promptly request Shop Drawings and submittals from the various manufacturers, fabricators, and suppliers. CONTRACTOR shall include all shop drawings and other submittals in its certification.
46.4 CONTRACTOR shall thoroughly review and check the Shop Drawings
and other submittals and each and every copy shall show this approval thereon.
46.5 If the Shop Drawings and other submittals show or indicate departures
from the Contract Documents, CONTRACTOR shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not relieve CONTRACTOR from its responsibility to comply with the Contract Documents.
46.6 CONSULTANT shall review and approve Shop Drawings and other
submittals within fifteen (15) calendar days from the date received, unless said Drawings or submittals are rejected by CONSULTANT for material reasons. CONSULTANT's approval of Shop Drawings and other submittals will be general and shall not relieve CONTRACTOR of responsibility for the accuracy of such Drawings, nor for the proper fitting and construction of the work, nor for the furnishing of materials or work required by the Contract Documents and not indicated on the Drawings. No work called for by Shop Drawings or other submittals shall be performed until the said Drawings or submittals have been approved by CONSULTANT. Approval shall not relieve CONTRACTOR from responsibility for errors or omissions of any sort on the Shop Drawings.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 46 BID SET Addendum #5
46.7 No approval will be given to partial submittals of Shop Drawings or other submittals for items which interconnect and/or are interdependent where necessary to properly evaluate the design. It is CONTRACTOR's responsibility to assemble the Shop Drawings and other submittals for all such interconnecting and/or interdependent items, check them and then make one submittal to CONSULTANT along with its comments as to compliance, noncompliance, or features requiring special attention.
46.8 If catalog sheets or prints of manufacturers' standard drawings are
submitted, any additional information or changes on such submittals shall be typewritten or lettered in ink.
46.9 CONTRACTOR shall submit the number of copies required by
CONSULTANT. Resubmissions of Shop Drawings shall be made in the same quantity until final approval is obtained.
46.10 CONTRACTOR shall keep one set of Shop Drawings and other submittals
marked with CONSULTANT's approval at the job site at all times.
47. Field Layout of the Work and Record Drawings:
47.1 The entire responsibility for establishing and maintaining line and grade in the field lies with CONTRACTOR. CONTRACTOR shall maintain an accurate and precise record of the location and elevation of all pipe lines, conduits, structures, maintenance access structures, handholes, fittings and the like and shall prepare record or "as-built" drawings of the same which are signed and sealed by a Professional Surveyor. CONTRACTOR shall deliver these records in good order to CONSULTANT as the Work is completed. The cost of all such field layout and recording work is included in the Contract Price. All record drawings shall be made on reproducible paper and shall be delivered to CONSULTANT prior to, and as a condition of, final payment.
47.2 CONTRACTOR shall maintain in a safe place at the Project site one
record copy of all Drawings, Plans, Specifications, Addenda, written amendments, Change Orders, Supplemental Instructions and written interpretations and clarifications in good order and annotated to show all changes made during construction. Additionally, CONTRACTOR shall maintain, at both the project site and a separate secure location acceptable to the OCPM, digital copies of those documents maintained at the Project site as described above. These record documents together with all approved samples and a counterpart of all approved Shop Drawings and other submittals shall be available at all times to CONSULTANT for reference. Upon Final Completion of the Project and
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 47 BID SET Addendum #5
prior to Final Payment, these record documents, samples and Shop Drawings shall be delivered to the Contract Administrator. Prior to, and as a condition precedent to Final Payment, CONTRACTOR shall submit to COUNTY, CONTRACTOR's record drawings or as-built drawings acceptable to CONSULTANT and OCPM.
48. Safety and Protection:
48.1 CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to:
48.1.1 All employees on the work site and other persons who may be
affected thereby; 48.1.2 All the work and all materials or equipment to be incorporated
therein, whether in storage on or off the Project site; and 48.1.3 Other property at the Project site or adjacent thereto, including
trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction.
48.2 CONTRACTOR shall comply with all applicable laws, ordinances, rules,
regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All damage, injury or loss to any property referred to in Sections 47.1.2 and 47.1.3 above, caused directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR. CONTRACTOR's duties and responsibilities for the safety and protection of the work shall continue until such time as all the Work is completed and CONSULTANT has issued a notice to COUNTY and CONTRACTOR that the Work is acceptable except as otherwise provided in Article 30 hereof.
48.3 CONTRACTOR shall designate a responsible member of its organization
at the Work site whose duty shall be the prevention of accidents. This
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 48 BID SET Addendum #5
person shall be CONTRACTOR'S superintendent unless otherwise designated in writing by CONTRACTOR to COUNTY.
48.4 CONTRACTOR shall at all times enforce strict discipline and good order
among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the Work to which they are assigned.
49. Final Bill of Materials:
CONTRACTOR shall be required to submit to COUNTY and CONSULTANT a final bill of materials with unit costs for each bid item for supply of materials in place. This shall be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs established for each Contract item. A Final Certificate for Payment cannot be issued by CONSULTANT until CONTRACTOR submits the final bill of materials and CONSULTANT verifies the accuracy of the units of Work.
50. Payment by COUNTY for Tests:
Except when otherwise specified in the Contract Documents, the expense of all tests requested by CONSULTANT shall be borne by COUNTY and performed by a testing firm chosen by the OWNER. For road construction projects the procedure for making tests required by CONSULTANT will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. The cost of any required test which CONTRACTOR fails shall be paid for by CONTRACTOR. The Owner will provide inspection and quality assurance from firms separate from and independent of the Local Building Departments and the required statutory Threshold and Special Inspectors. The primary purpose shall be to assure that the installation of various components is in full compliance with the contract documents and installed in accordance with the manufactures direction. This does not relive the contractor of the responsibility for providing his own quality assurance. The contractor shall cooperate fully with these inspections and shall provide the required access for the inspectors to be able to observe the work. Access shall include scaffolding, swing stages, lighting, etc. These inspections shall include but not be limited to all components of the interior and exterior building envelope, the security system, the communication and audio visual systems, generators, vertical transportation systems, and other building mechanical/electrical plants. The contractor shall make corrections for all documented deficiencies and the cost of excessive and/or repeat inspections shall be charged to the contractor.
51. Project Sign:
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 49 BID SET Addendum #5
Any requirements for a project sign shall be as set forth within the Technical Specifications and/or the Drawings.
52. Hurricane Precautions:
52.1. During such periods of time as are designated by the United States Weather Bureau as being a hurricane or tropical storm watch or warning, and no later than 48 hours prior to when a named storm is forecast to affect the Ft. Lauderdale area, the CONTRACTOR, at no cost to the COUNTY, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the COUNTY or CONSULTANT has given notice of same.
52.2. Compliance with any specific hurricane watch or warning precautions will
not constitute additional work. 52.3. Suspension of the Work caused by a threatened or actual storm event,
regardless of whether the COUNTY has directed such suspension, will entitle the CONTRACTOR to additional Contract Time as non-compensable, excusable delay, and shall not give rise to a claim for compensable delay.
53. Cleaning Up; COUNTY’s Right to Clean Up:
CONTRACTOR shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, CONTRACTOR shall remove all its waste materials and rubbish from and about the Project as well as its tools, construction equipment, machinery and surplus materials. If CONTRACTOR fails to clean up during the prosecution of the Work or at the completion of the Work, COUNTY may do so and the cost thereof shall be charged to CONTRACTOR. If a dispute arises between CONTRACTOR and separate contractors as to their responsibility for cleaning up, COUNTY may clean up and charge the cost thereof to the contractors responsible therefore as CONSULTANT shall determine to be just.
54. Removal of Equipment:
In case of termination of this Contract before completion for any cause whatever, CONTRACTOR, if notified to do so by COUNTY, shall promptly remove any part or all of CONTRACTOR's equipment and supplies from the property of COUNTY, failing which COUNTY shall have the right to remove such equipment and supplies at the expense of CONTRACTOR.
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 50 BID SET Addendum #5
55. EEO AND CBE COMPLIANCE
55.1 NONDISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITH DISABILITIES ACT
CONTRACTOR shall not unlawfully discriminate on the basis of race, religion, age, color, sex, national origin, political affiliation, familial status, disability, pregnancy, sexual orientation, gender identity or expression, marital status or political affiliation in the performance of this Agreement, or in subcontracting work in the performance of this Agreement and shall not otherwise unlawfully discriminate in violation of the Broward County Code, Chapter 16 ½, as may be amended from time to time. CONTRACTOR shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment without regard to their race, religion, color, sex or National origin, sexual orientation, marital status, political affiliation, or physical or mental disability. Such actions shall include, but not be limited to the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation; and selection of training, including apprenticeship. CONTRACTOR agrees to post in conspicuous places available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause.
55.1.1 COUNTY shall also require that any contractor selected to
perform work on a COUNTY project include the foregoing or similar language in its contracts with any subcontractors, except that any project assisted by U.S. Department of Transportation funds shall comply with the non-discrimination requirements in 49 C.F.R. Parts 23 and 26, as amended. Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. Failure to comply with above requirements is a material breach of the contract, and may result in the termination of this contract or such other remedy as COUNTY deems appropriate.
55.1.2 CONTRACTOR shall comply with Title I of the Americans with
Disabilities Act regarding nondiscrimination on the basis of disability in employment and further shall not discriminate against any employee or applicant for employment because of race, age, religion, color, gender, sexual orientation, national origin, marital status, political affiliation, or physical or mental disability. In addition, CONTRACTOR shall take affirmative
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 51 BID SET Addendum #5
steps to ensure nondiscrimination in employment against disabled persons. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff, termination, rates of pay, other forms of compensation, terms and conditions of employment, training (including apprenticeship), and accessibility.
55.1.3 By execution of this Agreement, CONTRACTOR represents that
it has not been placed on the discriminatory vendor list (as provided in Section 287.134, Florida Statutes). COUNTY hereby materially relies on such representation in entering into this Agreement. An untrue representation of the foregoing shall entitle COUNTY to terminate this Agreement and recover from CONTRACTOR all monies paid by COUNTY pursuant to this Agreement, and may result in debarment from COUNTY’s competitive procurement activities.
55.2 COUNTY BUSINESS ENTERPRISE (“CBE”) COMPLIANCE
In completing this Project, CONTRACTOR agrees to and shall comply with COUNTY Business Enterprise Act of 2009 (Broward County Ordinance No. 2009-40, as may be amended from time to time), hereinafter referred to as the “Act,” which provides for the establishment and implementation of CBE participation goals, initiatives, and other opportunities for COUNTY contracts. Failure by CONTRACTOR to carry out any of the CBE Program requirements shall constitute a material breach of this Agreement, which shall permit COUNTY to terminate this Agreement or to exercise any other remedy available under this Agreement, under the Broward County Administrative Code, under the Broward County Code of Ordinances, or under applicable law, all of which remedies being cumulative. CONTRACTOR acknowledges that the Broward County Board of County Commissioners, acting by and through the Director of the Broward County Office of Economic and Small Business Development, may make minor administrative modifications to the CBE Program which shall become applicable to this Agreement if the administrative modifications are not unreasonable. Written notice of any such modification shall be provided to CONTRACTOR and shall include a deadline for CONTRACTOR to notify COUNTY if CONTRACTOR concludes that the modification exceeds the authority of this section of this Agreement. Failure of CONTRACTOR to timely notify COUNTY of its conclusion that the modification exceeds such
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 52 BID SET Addendum #5
authority shall be deemed acceptance of the modification by CONTRACTOR. The COUNTY shall review each proposed modification to this Agreement that, by itself or aggregated with previous modifications, increase the contract value of this Agreement by ten percent (10%) of the initial contract value, or Fifty Thousand Dollars ($50,000) whichever is less, for opportunities to include or increase the participation of CBE firms, already involved on this Agreement.
55.2.1 COUNTY and CONTRACTOR agree that prime and subcontract awards to CBE firms are crucial to the achievement of COUNTY's CBE participation goals. In an effort to assist COUNTY in achieving its established goals for this Project, CONTRACTOR agrees to meet the current CBE participation goals established by COUNTY.
55.2.1.2. CONTRACTOR may not terminate for convenience a
certified CBE listed as a subcontractor in the CONTRACTORS bid or offer without the County's prior written consent, which consent shall not be unreasonable withheld. CONTRACTOR shall inform COUNTY immediately when a CBE firm is not able to perform or if CONTRACTOR believes the CBE firm should be replaced for any other reason, so that the Office of Economic and Small Business Development may review and verify the good faith efforts of CONTRACTOR to substitute the CBE firm with another CBE firm. Whenever a certified CBE subcontractor is terminated for any reason, including for cause, CONTRACTOR shall make good faith efforts to find another certified CBE firm to perform the work required of the original CBE firm.
55.2.2 CONTRACTOR has committed to the CBE performance delineated in the
CBE Performance Commitment referenced in Supplemental General Conditions. CONTRACTOR has committed to the CBE performance delineated on Exhibit 1, CBE Performance Commitment. CONTRACTOR shall, in performing services for this Project, incorporate by Exhibit 1, the names, addresses, scope of work, and dollar value of CBE participation on the Schedule of CBE Participation into CONTRACTOR’s contracts. CONTRACTOR understands that each CBE firm utilized on the Project to meet the participation goals must be certified by the Broward County Office of Economic and Small Business Development. CONTRACTOR
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 53 BID SET Addendum #5
agrees to enter into contracts with CBE subcontractors which are listed on the Schedule of CBE Participation upon execution of this Agreement and to provide copies of its contracts with such persons to the Contract Administrator and the Broward County Office of Economic and Small Business Development. CONTRACTOR may not deviate from the CBEs delineated in the CBE Performance Commitment, without the prior approval of the OESBD (or designee).
55.2.3 CONTRACTOR understands that it is the responsibility of the Contract Administrator and the Broward County Office of Economic and Small Business Development to monitor compliance with the CBE requirements. In that regard, CONTRACTOR agrees to furnish a Monthly CBE Utilization Report (00 62 39), to both the Contract Administrator and the Broward County Office of Economic and Small Business Development on the progress of CBE participation commencing with the first payment application. This form may be changed by
the Contract Administrator for form and/or content during the course of the project. CONTRACTOR shall coordinate with Contract Administrator prior to all Application for Payment to ensure use of Contract Administrator's current requirements for formal and content
of the CBE Participation Performance Report. All reports shall include the name and business address of each CBE firm solicited by CONTRACTOR to work as a subcontractor in this Agreement and the responses received by CONTRACTOR to such solicitation; the name and business address of each CBE firm actually involved in this Agreement, a description of the work performed and/or product or service supplied by the CBE firms; the date and amount of each expenditure; the CBE status of any contractor performing any portion of this Agreement; and any other information requested by COUNTY which may assist COUNTY in determining the CONTRACTOR’s compliance with its contractual obligations, or may assist in the implementation and enforcement of the Act. The submission of the report required by this subparagraph shall be a condition of payment to CONTRACTOR.
55.2.4 In the event of CONTRACTOR’s noncompliance with its
participation commitment to a CBE firm (including without limitation the unexcused reduction of CBE participation), the affected CBE firm shall have the right to exercise the following remedies if the noncompliance is or was due to no fault of the CBE firm, and due to the willful action or omission of CONTRACTOR:
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 54 BID SET Addendum #5
55.2.4.1 The affected CBE firm shall be entitled to damages
pursuant to its agreement with CONTRACTOR. 55.2.4.2 If a subcontractor or other similarly-situated person
institutes an arbitration proceeding claiming non-compliance with the Act by CONTRACTOR, then only in such event shall the remedies include an undertaking by CONTRACTOR to submit any dispute concerning such damages to binding arbitration by an independent arbitrator. However, binding arbitration shall not be available as to any dispute between CONTRACTOR and COUNTY; nor shall COUNTY incur any cost, fee, or liability relative to any arbitration proceedings. An arbitrator may award reasonable attorney's fees and costs against a non-prevailing party.
55.2.4.3 Nothing under this Subsection 55.2.4 shall be
construed to limit the rights of and remedies available to COUNTY, including the right to seek its own damages pursuant to this Agreement.
55.2.5 CONTRACTOR agrees that nonpayment of a CBE
subcontractor as required by Article 5 of the Contract shall be a material breach of this Agreement and that COUNTY’s Contract Administrator may, at its option, increase allowable retainage or withhold progress payments unless and until CONTRACTOR demonstrates timely payments of sums due to such subcontractors. CONTRACTOR agrees that the presence of a "pay when paid" provision in a subcontract shall not preclude COUNTY or its representatives from inquiring into allegations of nonpayment. The foregoing remedies under this Subsection 55.2.5 shall not be employed when CONTRACTOR demonstrates that failure to pay results from a bona fide dispute with its subcontractor.
55.2.6 COUNTY shall have access without limitation to
CONTRACTOR’s books and records including payroll records, tax returns and records, and books of account, on five (5) business day’s notice, to allow COUNTY to determine CONTRACTOR’s compliance with its commitment to CBE participation and the status of any CBE firm performing any portion of this Agreement. On-site reviews to monitor the
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 55 BID SET Addendum #5
CONTRACTOR’s progress in achieving and maintaining CBE obligations will be carried out by the Contract Administrator in conjunction with OESBD (or designee).
55.2.7 If CONTRACTOR fails to comply with the requirements of this
Agreement or the requirements of the County Business Enterprise Act of 2009, COUNTY shall have the right to exercise any administrative remedies provided by the Business Opportunity Act of 2004, or any other right or remedy provided in this Agreement or under applicable law, with all such rights and remedies being cumulative
56. Project Records:
CONTRACTOR and its subcontractors shall maintain all books and records and accounts, whether financial or otherwise, which relate to the Project and to any claim including without limitation CONTRACTOR’s bid take off, for additional compensation made by CONTRACTOR, including, without limitation, complete and correct records of payments to each of its subcontractors. For each subcontractor, the books and records and accounts shall reflect each payment to the subcontractor and the cumulative total of the payments made to the subcontractor. COUNTY shall have the right to inspect and copy, at COUNTY's expense, the books and records and accounts of CONTRACTOR and its subcontractors which relate in any way to the Project, and to any claim for additional compensation made by CONTRACTOR, and to conduct an audit of the financial and accounting records of CONTRACTOR and its subcontractors which relate to the Project and to any claim for additional compensation made by CONTRACTOR. CONTRACTOR and its subcontractors shall retain and make available to COUNTY all such books and records and accounts, whether financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following Final Completion of the Project. During the Project and the three (3) year period following Final Completion of the Project, CONTRACTOR shall provide COUNTY access to its books and records and accounts upon seventy-two (72) hours written notice
57. POST-HURRICANE AND DISASTER PROVISIONS
57.1 The COUNTY may issue, through its Director of Public Works or Contract Administrator, Construction Change Directives or other enabling documents to mobilize CONTRACTOR and its subcontractors in the aftermath of a hurricane, natural disaster or other emergency for the purposes of damage assessment and providing temporary and permanent repairs to COUNTY facilities (or other facilities as may be assigned by
Broward County Courthouse CAF#170 –GENERAL CONDITIONS
August 15, 2011 October 12, 2011 00 72 00 - 56 BID SET Addendum #5
COUNTY). CONTRACTOR shall mobilize upon mutual agreement of specific terms for this work.
57.1.1 In the immediate aftermath of a storm, natural disaster or other
emergency, the CONTRACTOR and Contract Administrator shall establish communications to determine an assessment and recovery plan and to establish a preliminary list of emergency recovery activities that the CONTRACTOR shall undertake.
57.1.2 CONTRACTOR and Contract Administrator shall utilize that
preliminary list of emergency recovery activities to develop one or more Construction Change Directives for execution by the Contract Administrator and CONTRACTOR. Upon mutual agreement, Contract Administrator shall issue the executed Construction Change Directives upon receipt of which, CONTRACTOR shall immediately undertake the emergency actions described therein.
57.1.3 CONTRACTOR shall mobilize personnel, subcontractors and
equipment as necessary to complete the tasks required by a Construction Change Directive for hurricane or other disaster recovery.
57.1.4 COUNTY shall issue Purchase Orders and other procurement
documents as necessary to support of Construction Change Directives as issued by the Director of Public Works or the Contract Administrator.
57.1.5 CONTRACTOR shall maintain detailed records of the Work and
provide full information required for evaluation and to substantiate costs and time adjustments as may be necessitated by these required changes in the Work.
57.1.6 CONTRACTOR shall coordinate invoicing and payment
procedures for emergency recovery work with the Contract Administrator to ensure expeditious payment and segregation of such payments from those applicable to the non-emergency Work required by this Agreement.
(Rest of page left intentionally blank)
Broward County Courthouse August 3, 2011 October 12, 2011 Temporary Controls Bid Set Addendum #5 01 57 00 - 1
SECTION 01 57 00 - TEMPORARY CONTROLS
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Erosion and Sediment Control
B. Pest Control
1.2 RELATED DOCUMENTS
A. Section 01 10 00: Summary of Work: Work sequence, Owner occupancy.
B. Section 01 31 00: Project Management and Coordination - Project coordination.
C. Section 01 52 00: Construction Facilities - Temporary buildings and other temporary
facilities.
D. Section 01 53 00: Temporary Construction - Temporary construction.
E. Section 01 56 00: Temporary Barriers and Enclosures
1.3 WATER CONTROL
A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain
pumping equipment. Any water leaving project site must comply with SWPPP.
B. Protect site from puddling or running water.
C. Provide water barriers as required to protect site from soil erosion.
D. Comply with environmental limitations on dewatering as imposed by Broward County, the
South Florida Water Management District, or other applicable jurisdictional authority.
1.4 EROSION AND SEDIMENT CONTROL
A. Develop, file, and maintain Stormwater Pollution Prevention Plan in keeping with the State of
Florida requirements, including necessary permitting.
B. Plan and execute construction by methods to control surface drainage from cuts and fills, from
borrow and waste disposal areas. Prevent erosion and sedimentation.
C. Minimize amount of bare soil exposed at one time.
D. Provide temporary measures such as berms, dikes, and drains, to prevent water flow.
E. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays.
Broward County Courthouse August 3, 2011 October 12, 2011 Temporary Controls Bid Set Addendum #5 01 57 00 - 2
F. Provide earthen embankments and similar barriers in and around excavations and sub-grade
construction sufficient to prevent flooding by runoff of storm water from heavy rains.
G. Inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective
measures.
1.5 PEST CONTROL
A. Provide methods, means, and facilities to prevent pests, insects and rodents from infesting the
area of the Work. Smoking in the building is strictly prohibited. Eating in the Building must
be only in areas designated by the Contractor. Those areas must be cleaned after each use, and
all debris containing food or food scraps shall be immediately removed from the building.
B. Prior to construction of footings, foundations or slabs, and all other concrete work in contact
with soils: Retain a local exterminator or pest control company to:
1. Minimize attraction and harboring of rodents, roaches and other pests.
2. Provide extermination and control procedures at regular intervals so the Project will be
free of pests and their residues at Substantial Completion.
3. Ensure that pest, insect and rodent control operations are conducted in a lawful manner
using environmentally safe materials.
C. Refer to Site/Civil Section for additional requirements for termiticide treatments and other pest
control requirements.
1.6 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
A. Remove temporary above grade or buried controls as warranted by the progress of the Work or
prior to Substantial Completion.
B. Remove underground installations to a minimum depth of 3 feet below finish grade. Grade
site as indicated.
C. Clean and repair damage caused by installation or use of temporary work.
D. Restore existing facilities used during construction to original condition or as specified
elsewhere in the Contract Documents.
E. Restore permanent facilities used during construction to specified condition.
PART 2 - PRODUCTS
\\Not Used
Broward County Courthouse August 3, 2011 October 12, 2011 Temporary Controls Bid Set Addendum #5 01 57 00 - 3
PART 3 - EXECUTION
\\Not Used
END OF SECTION
Broward County Courthouse ARCHITECTURAL WOOD CASEWORK
August 15, 2011 October 12, 2011 06 41 00 - 1
BID SET Addendum #5
SECTION 06 41 00 - ARCHITECTURAL WOOD CASEWORK
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Specially fabricated cabinet units.
B. Cabinet hardware.
C. Factory finishing.
1.2 RELATED REQUIREMENTS
A. Section 01 81 13.13 - Sustainable Design Requirements.
B. Section 06 10 00 - Rough Carpentry: Support framing, grounds, and concealed blocking.
C. Section 12 36 00 - Countertops.
D. Section 09 90 00 - Painting and Coating: Site finishing of cabinet exterior.
E. Section 13 46 00 - Bullet Resistant Protection.
1.3 REFERENCE STANDARDS
A. ANSI A208.1 - American National Standard for Particleboard; 1999.
B. NEMA LD 3 - High-Pressure Decorative Laminates; National Electrical Manufacturers Association;
2005.
C. PS 1 - Structural Plywood; 2007.
D. PS 20 - American Softwood Lumber Standard; National Institute of Standards and Technology
(Department of Commerce); 2005.
1.4 SUBMITTALS
A. See Section 01 30 00 - Administrative Requirements, for submittal procedures.
B. Show details full size.
C. Show locations and sizes of blocking, and hanging strips, including concealed blocking and reinforcement
specified in other Sections.
D. Show locations and sizes of cutouts and holes for plumbing fixtures, faucets, and other items installed in
architectural woodwork.
E. Show veneer leaves with dimensions, grain direction, exposed face, and identification numbers indicating
the flitch and sequence within the flitch for each leaf.
F. Show coordination with Section 061000 Rough Carpentry for judge's bench framing and other required
framing.
G. Shop Drawings: Indicate materials, component profiles and elevations, assembly methods, joint details,
fastening methods, accessory listings, hardware location and schedule of finishes.
H. Product Data: Provide data for hardware accessories, including cabinet hardware and accessories and
finishing materials and processes. For hardboard, medium density fiberboard, particleboard, plywood,
high pressure decorative laminate, adhesive for bonding plastic laminate and accessories, and finishing
materials and processes.
I. Samples: Submit actual samples of architectural cabinet construction, minimum 12 inches square,
illustrating proposed cabinet, countertop, and shelf unit substrate and finish.
Broward County Courthouse ARCHITECTURAL WOOD CASEWORK
August 15, 2011 October 12, 2011 06 41 00 - 2
BID SET Addendum #5
1. Lumber with or for transparent finish, not less than 5 inches wide by 24 inches long, for each
species and cut, finished on 1 side and 1 edge.
2. Veneer leaves representative of and selected from flitches to be used for transparent-finished
woodwork.
3. Veneer-faced panel products with or for transparent finish, 12 by 24 inches, for each species and cut.
Include at least one face-veneer seam and finish as specified.
4. Plastic laminates, 8 by 10 inches, for each type, color, pattern, and surface finish, with 1 sample
applied to core material and specified edge material applied to 1 edge.
5. Corner pieces as follows:
a. Wood casework front frame joints between stiles and rails, as well as exposed end pieces, 18
inches high by 18 inches wide by 6 inches deep.
6. Exposed cabinet hardware and accessories, one unit for each type and finish.
J. Woodwork Quality Standard Compliance Certificates: AWS/AWI Quality Certification Program
certificates.
K. Qualification Data: For Installer and fabricator.
L. Samples: Submit actual sample items of proposed pulls, hinges, shelf standards, and locksets,
demonstrating hardware design, quality, and finish.
M. Product Certificates: Signed by manufacturers of woodwork certifying that products furnished comply
with requirements.
N. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their
capabilities and experience. Include lists of completed projects with project names and addresses, names
and address of architects and owners, and other information specified.
O. LEED Submittals:
1. Product Data for Credit EIQ 4.1: For installation adhesives, including printed statement of VOC
content.
2. Product Data for Credit EIQ 4.4:
a. For each composite-wood product used, documentation indicating that the bonding agent
contains no urea formaldehyde.
b. For each adhesive used, documentation indicating that the adhesive contains no urea
formaldehyde.
3. Product Data for Credit(s) MR 4.1 and MR 4.2: For products having recycled content,
documentation indicating percentages by weight of postconsumer and preconsumer recycled content
4. Certificates for Credit MR 7: Chain-of-custody certificates certifying that products specified to be
made from certified wood comply with forest certification requirements. Include evidence that mill
is certified for chain of custody by an FSC-accredited certification body.
5. Product Certificates for Credit MR 5: For products and materials required to comply with
requirements for regional materials, certificates indicating location of material manufacturer and
point of extraction, harvest, or recovery for each raw material. Include statement indicating
distance to Project, cost for each regional material, and fraction by weight that is considered
regional.
6. Product Certificates for Credit MR 5: For products and materials required to comply with
requirements for regionally manufactured and regionally extracted and manufactured materials.
Include statement indicating cost for each regionally manufactured material.
a. Include statement indicating location of manufacturer and distance to Project for each
regionally manufactured material.
b. Include statement indicating location of manufacturer and point of extraction, harvest, or
recovery for each raw material used in regionally extracted and manufactured materials.
Indicate distance to Project and fraction by weight of each regionally manufactured material
that is regionally extracted.
7. Laboratory Test Reports for Credit IEQ 4.1: For adhesives, documentation indicating that products
Broward County Courthouse ARCHITECTURAL WOOD CASEWORK
August 15, 2011 October 12, 2011 06 41 00 - 3
BID SET Addendum #5
comply with the testing and product requirements of the California Department of Health Services'
"Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using
Small-Scale Environmental Chambers."
1.5 QUALITY ASSURANCE
A. Source Limitations: Engage a qualified woodworking firm to assume undivided responsibility for
production and installation of interior architectural woodworking including wood doors when veneer
matching includes door faces.
B. Fabricator Qualifications: Shop that employs skilled workers who custom-fabricate products similar to
those required for this Project and whose products have a record of successful in-service performance.
Shop is a certified participant in AWS's Quality Assurance Program.
C. Installer Qualifications: Fabricator of products.
D. Single-Source Responsibility for Fabrication and Installation: Engage a qualified woodworking firm to
assume undivided responsibility for fabricating finishing and installing woodwork specified in this
Section.
E. Quality Standard: Unless otherwise indicated, comply with AWS's "Architectural Woodwork Standards"
Premium grade of interior architectural woodwork indicated for construction, finishes, installation, and
other requirements.
1. Provide AWS/AWI Quality Certification Program labels and certificates indicating that woodwork,
including installation, complies with requirements of grades specified.
F. Unfinished Courtrooms Mockups: Build following unfinished mockups to verify dimensions and
confirm required visibility from users' side and from spectators' side.
1. Judge's Bench/Clerk/Witness/Court Reporter at Courtroom: Three (3) mockups; full size, as
selected by Architect. Civil Courtroom as shown on Sheet A3.4.01 Detail 1.
2. Judge's Bench/Clerk/Witness/Court Reporter at Hearing Room: Three (3) mockups; full size, as
selected by Architect.Criminal Courtroom as shown on Sheet A3.4.06 Detail 3.
3. Hearing Room as shown on Sheet A3.4.09 Detail 1
4. First Apperance Courtroom as shown on Sheet A3.4.11 Detail 5.
3 5.. Location of Mockups: Off On-site at location provided by Contractor in agreement with
Owner/Owner representative.
4. 6. Mock-up to include rough simulations of major furmiture and technology elements to entire
courtroom complete with walls.
5. 7. Courtroom mock-ups to be constructed and approved prior to submission of formal millwork shop
drawing. No fabrication of all related millwork shall proceed until associated mock-up has been
approved.
6 8.. Demolish and remove mockups after approval.
9. All materials of constructed mock-up must be fabricated of adequate size and strength to garrentee
support
G. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate
aesthetic effects and set quality standards for materials and execution.
1. Mockups required which if approved may become part of the completed Work if undisturbed at time
of Substantial Completion:
a. Casework for Transparent Finish: One unit including countertop, drawer and door
construction.
b. Hearing Room: Casework, including top and shelving; one (1) mockup typical height x5 ft. W.
c. Main lobby casework including top; one (1) mockup typical height. x 3 ft. W
d. Courtrooms-Hearing Rooms Mockups: Provide four full size mockups of these rooms as
follows:
Broward County Courthouse ARCHITECTURAL WOOD CASEWORK
August 15, 2011 October 12, 2011 06 41 00 - 4
BID SET Addendum #5
1) 1,600 SF Courtroom with 3 different jury box configurations and rail locations.
2) 1 hearing room including bench and tables.
3) 1 first appearance courtroom
4) 1 Juvenile Courtroom,
5) Mock up to include proposed tables and chairs and computer screens to be used as part of
the mockup. Location for mock up to be provided.
6) Location of Mockups: Off site at location provided by Contractor. in agreement with
Owner/Owner representative
e. Judge's Bench: One (1) mockups; full size, as selected by Architect. Dimensions per
approved unfinished mockups.
f. Jury Box: Two (2) mockups, full size each, as selected by Architect to reflect a 7 and 14
person condition..
g. Courtroom Removable Railing System: Provide one (1) full size mock-up of typical
removable railing system. Location for mock up to be provided by the Architect.
h. Courtroom Lectern: Provide one (1) full size mock-up of typical courtroom lectern including
the mechanical height adjustment mechanism.
1.6 PRE-INSTALLATION MEETING
A. Convene not less than one week before starting work of this section.
1.7 COORDINATION
A. coordinate sizes and locations of framing, blocking, furring, reinforcements, and other related units of
work specified in other Sections to ensure that interior architectural woodwork can be supported and
installed as indicated.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Do not deliver woodwork until painting and similar operations that could damage woodwork have been
completed in installation areas. If woodwork must be stored in other installation areas, store only in
areas where environmental conditions comply with requirements specified in "Project Conditions"
Article.
1.9 PROJECT CONDITIONS
A. Environmental Limitations: Do not deliver or install woodwork until building is enclosed, wet work is
complete, and HVAC system is operating and maintaining temperature and relative humidity at
occupancy levels during the remainder of the construction period.
B. Field Measurements: Where woodwork is indicated to fit to other construction, verify dimensions of
other construction by field measurements before fabrication and indicate measurements on shop
drawings. Coordinate fabrication schedule with construction progress to avoid delaying the work.
1. Locate concealed framing, blocking, and reinforcements that support woodwork by field
measurements before being enclosed and indicate measurements on shop drawings.
2. Established Dimensions: Where field measurements cannot be made without delaying the work,
establish dimensions and proceed with fabricating woodwork without field measurements. Provide
allowance for trimming at site, and coordinate construction to ensure that actual dimensions
correspond to established dimensions.
PART 2 - PRODUCTS
2.1 WOODWORK FABRICATORS
A. Fabricators: Subject to compliance with requirements, provide interior architectural woodwork by one of
the following:
1. Refer to AWS/AWI list of regional woodworking firms.
Broward County Courthouse ARCHITECTURAL WOOD CASEWORK
August 15, 2011 October 12, 2011 06 41 00 - 5
BID SET Addendum #5
2.2 MATERIALS
A. General: Provide materials that comply with requirements of AWS's quality standard for each type of
woodwork and quality grade specified, unless otherwise indicated.
1. Wood Moisture Content: 5 to 10 percent.
B. Wood Species and Cut for Transparent Finish:
1. American Cherry, Quarter Sliced, unless otherwise indicated.
C. Softwood Lumber:In accordance with AWS Architectural Woodwork StandardsPremium Grade species
as scheduled.
D. Hardwood Lumber:In accordance with AWS Architectural Woodwork StandardsPremium Grade species
as scheduled.
2.3 PANEL MATERIALS
A. Composite Wood and Agrifiber Products: Provide materials that comply with requirements of
referenced quality standard for each type of woodwork and quality grade specified unless otherwise
indicated.
1. Composite Wood and Agrifiber Products: Products shall comply with the testing and product
requirements of the California Department of Health Services' "Standard Practice for the Testing of
Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."
B. Softwood Faced Plywood: DOC PS 1, medium-density overlay.
C. Exposed Surfaces: PS 1; APA A-A Grade, plain-sliced American Cherry face veneer, Interior rated
adhesives, core of particleboard or medium density fiberboard, thickness as indicated.
D. Veneer Faced Plywood Finish: HPVA HP-1; graded in accordance with AWS Architectural Woodwork
Standards core of particleboard or medium density fiberboard; type of glue recommended for specific
application; thickness as required, book matched.
1. Exposed Surfaces: Grade AA, American Cherry, plain sliced, book-matched.
2. Semi-Exposed Surfaces: Grade A, American Cherry, plain sliced, book-matched.
3. Concealed Surfaces: Grade B, American Cherry, plain sliced, book-matched.
E. Particleboard: ANSI A208.1; medium density industrial type as specified in AWS Architectural
Woodwork Quality Standards Illustrated, composed of wood chips bonded with interior grade adhesive
under heat and pressure; sanded faces; thickness as required; use for components indicated on drawings;
made with binder containing no formaldehyde.
F. Medium Density Fiberboard (MDF): ANSI A208.2; type as specified in AWS Architectural Woodwork
Quality Standards Illustrated, composed of wood fibers pressure bonded with moisture resistant adhesive
to suit application; sanded faces; thickness as indicated; made with binder containing no formaldehyde.
G. Fire Retardant-Treated Materials:
1. General: Where fire-retardant-treated materials are indicated, use materials complying with
requirements in this Article, that are acceptable to authorities having jurisdiction, and with
fire-test-response characteristics specified.
a. Do not use treated materials that do not comply with requirements of referenced woodworking
standard or that are warped, discolored, or otherwise defective.
b. Use fire-retardant-treatment formulations that do not bleed through or otherwise adversely
affect finishes. Do not use colorants to distinguish treated materials from untreated materials.
c. Identify fire-retardant-treated materials with appropriate classification marking of UL, U.S.
Testing, Timber Products Inspection, or another testing and inspecting agency acceptable to
authorities having jurisdiction.
2. Fire-Retardant-Treated Lumber and Plywood by Pressure Process: Comply with performance
requirements of AWPA T1 and U1 for lumber and plywood. Use the following treatment type:
Broward County Courthouse ARCHITECTURAL WOOD CASEWORK
August 15, 2011 October 12, 2011 06 41 00 - 6
BID SET Addendum #5
a. Interior Type A: Low-hygroscopic formulation.
b. Mill lumber before treatment and implement special procedures during treatment and drying
processes that prevent lumber from warping and developing discolorations from drying sticks
or other causes, marring, and other defects affecting appearance of treated woodwork.
c. Kiln-dry materials before and after treatment to levels required for untreated materials.
3. Fire-Retardant Fiberboard: Medium-density fiberboard panels complying with ANSI A208.2,
made from softwood fibers, synthetic resins, and fire-retardant chemicals mixed together at time of
panel manufacture to achieve flame-spread index of 25 or less and smoke-developed index of 200 or
less per ASTM E 84.
a. Product: Subject to compliance with requirements, provide "Medite FR" by SierraPine Ltd.;
Medite Div.
2.4 LAMINATE MATERIALS
A. Basis of Design Manufacturer:
1. As indicated in "Interior Finish Schedule" included on drawings.
B. Other Acceptable Manufacturers:
1. Formica Corporation: www.formica.com.
2. Panolam Industries International, Inc\Nevamar: www.nevamar.com.
3. Wilsonart International, Inc: www.wilsonart.com.
4. Substitutions: See Section 01 61 00 - Basic Product Requirements.
C. High Pressure Decorative Laminate (HPDL): NEMA LD 3, types as recommended for specific
applications and as indicated.
1. Horizontal Surfaces: HGS, 0.048 inch nominal thickness, through color, colors as scheduled, finish
as scheduled.
2. Vertical Surfaces: VGS, 0.028 inch nominal thickness, through color, colors as scheduled, finish as
scheduled.
3. Cabinet Liner: CLS, 0.020 inch nominal thickness, through color, colors as scheduled, finish as
scheduled.
4. Laminate Backer: BKL, 0.020 inch nominal thickness, undecorated; for application to concealed
backside of panels faced with high pressure decorative laminate.
2.5 ACCESSORIES
A. Adhesive: Type recommended by fabricator to suit application. Do not use adhesives that contain
formaldehyde.
B. Fasteners: Size and type to suit application, fabricated from stainless steel.
C. Bolts, Nuts, Washers, Lags, Pins, and Screws: Of size and type to suit application; stainless steel
throughout.
D. Concealed Joint Fasteners: Threaded steel.
2.6 CABINET HARDWARE
A. General: Provide cabinet hardware and accessory materials associated with architectural cabinets. As
follows is a list of acceptable cabinet hardware. This list may not include all required hardware.
Hardware not listed below, but require to complete casework/cabinetwork must be provided manufacturer
by Hafele, Soss, or KV.
B. Invisible Hinges: Manufacturers: Soss or Hafele; style as recommended by cabinetwork fabricator and
per shop drawings. Provide number of hinges as recommended by manufacturer according to height and
width of doors. 630 finish.
C. Semi-Concealed Hinges: Hafele “Aximat” or Grass “Atlas 961”. Provide number of hinges as
recommended by manufacturer according to height and width of doors. 630 Finish.
Broward County Courthouse ARCHITECTURAL WOOD CASEWORK
August 15, 2011 October 12, 2011 06 41 00 - 7
BID SET Addendum #5
D. Pulls for Doors and Drawer Pulls:
1. Unless otherwise indicated, provide bent round rod type, 4 inches o.c. Manufacturer: Stanley
#4484; Colonial #753 or equivalent by Hafele. Finish: 630.
E. Catches:
1. Magnetic Catches: B03112 and B03172 and per approved sample.
F. Cabinet Door and Drawer Locks: Provide following locks for each cabinet drawer and door (where
locks are indicated). Provide two keys for each lock, key each lock differently or key each group of
locks differently as directed, master key system and provide two master keys. Finish: 626.
1. Hafele #235.
G. Gate Hardware:
1. Hinges: Bommer Spring Pivot, #7300 Series, #7400 Series or #7000 Series as required to match
existing conditions and per approved shop drawings.
2. Gate Latch: Unless otherwise indicated on drawings, provide Rockwood #602.
3. Silencers: Rockwood #608.
4. Door Guard: Rockwood #605.
5. Finish: 630 or 626.
H. Metal Supports for Built-in Adjustable Shelving without Shelf End Standards and with drilled slots:
1. KV #348 Gr.
I. Drawer Slides: Side-mounted, full-extension, zinc-plated steel drawer slides with steel ball bearings,
rated for the following loads:
1. Box Drawer Slides Full Travel Up to 24 inch Wide: 100 lbs./pair capacity, steel ball bearings,
metal type, 1/2 inch side space. Detent-in and positive stop features. Finish to be selected.
a. Accuride #7432
b. Equivalent by Hafele or KV.
2. File Drawer Up to 27 inch Wide: 150 lbs./pair capacity, over travel, steel ball bearings, metal type,
1/2 inch side space. Detent-in and positive stop features. Finish to be selected.
a. Accuride #4032
b. Equivalent by Hafele or KV.
3. Pencil Drawer/Light Duty Drawer up to 16 inch Wide: 35 lb. Capacity, full extension, side mount.
a. Accuride #2632, Bright electro-zinc
b. Equivalent by Hafele or KV.
4. File Drawer up to 42 Inch Wide: 200 lbs./pair capacity, over travel, steel, rail mounted, ball
bearings, metal type, 1/4 inch side space, positive stop out.
a. Accuride #3640 Equivalent by Hafele or KV.
J. Grommets: Fabricated from plastic of sizes as required for miscellaneous cutout openings. Colors to
be selected.
1. Hafele 429.93 or 429.99 of sizes and colors to be selected.
K. Door Bumper: Hafele 356.21.428 or acceptable equivalent.
L. Keyboard Tray:
1. Keyboard tray with adjustable plate: KV EZ Spec Series SD-3 or SD-4, integral keyboard tray
including palm rest includes mouse pad. Equivalent by Hafele.
M. Provide additional hardware as required to complete casework and cabinetwork of type as accepted by
Architect-Engineer.
1. Acceptable Manufacturers: Hafele; Sugatsune America, Inc.
N. For concealed hardware, provide manufacturer's standard finish that complies with product class
requirements in BHMA A156.9 and per approved sample
O. Exposed Hardware Finishes: For exposed hardware, provide finish that complies with BHMA A156.18
Broward County Courthouse ARCHITECTURAL WOOD CASEWORK
August 15, 2011 October 12, 2011 06 41 00 - 8
BID SET Addendum #5
for BHMA finish number indicated.
1. Finish: 630, unless otherwise indicated.
P. Paper Slots: 12 inches long by 1-3/4 inches wide by 1 inch deep, unless otherwise indicated. Fabricate
from aluminum or stainless steel.
Q. Access Slots and Vent Slots: Provide custom stainless steel #4 finish, subject to Architect's review and
acceptance.
R. Locks for Desks: Hafele #235.03.700. 626 finish.
S. Magnetic Touch Latch: Hafele No. 245.61 or acceptable equivalent. Finish to be selected.
T. Hinged Door Slide (Flipper Door): For up and under installation; custom to fit this application.
Coordinate weight of door with stone and casework supplier. Modify hinged door slide according to
manufacturer's recommendations.
1. Lamp #1F-102S or W or Accurite, Model Contractor113. Include necessary accessories for a
complete installation. Finish to be selected.
U. Shelf Slide: 130 lb. Load rating per pair. Clear zinc.
1. Accuride Model #301-2590.
2.7 FABRICATION
A. Interior Woodwork Grade: Unless otherwise indicated, provide interior woodwork complying with
referenced quality standard.
B. Wood Moisture Content: Comply with requirements of referenced quality standard for wood moisture
content in relation to ambient relative humidity during fabrication and in installation areas.
C. Sand fire-retardant-treated wood lightly to remove raised grain on exposed surfaces before fabrication.
D. Fabricate woodwork to dimensions, profiles, and details indicated. Ease edges to radius indicated for the
following:
1. Corners of Cabinets and Edges of Solid-Wood (Lumber) Members 3/4 Inch Thick or Less: 1/16
inch.
2. Edges of Rails and Similar Members More Than 3/4 Inch Thick: 1/8 inch.
3. Corners of Cabinets and Edges of Solid-Wood (Lumber) Members and Rails: 1/16 inch.
E. Complete fabrication, including assembly, finishing, and hardware application, to maximum extent
possible before shipment to Project site. Disassemble components only as necessary for shipment and
installation. Where necessary for fitting at site, provide ample allowance for scribing, trimming, and
fitting.
F. Shop-cut openings to maximum extent possible to receive hardware, appliances, plumbing fixtures,
electrical work, and similar items. Locate openings accurately and use templates or roughing-in
diagrams to produce accurately sized and shaped openings. Sand edges of cutouts to remove splinters
and burrs.
1. Seal edges of openings in countertops with a coat of varnish.
G. Wood Casework Cabinets for Transparent Finish:
1. Grade: Premium.
2. AWI Type of Cabinet Construction: Flush overlay unless otherwise indicated.
3. Wood Species and Cut for Exposed Surfaces: As specified herein.
a. Grain Direction: As indicated and per shop drawings.
b. Matching of Veneer Leaves: As indicated and per shop drawings.
4. Semiexposed Surfaces: Provide surface materials indicated below:
a. Surfaces Other Than Drawer Bodies: High-pressure decorative laminate, NEMA LD 3, Grade
VGS.
Broward County Courthouse ARCHITECTURAL WOOD CASEWORK
August 15, 2011 October 12, 2011 06 41 00 - 9
BID SET Addendum #5
1) Edges of Plastic-Laminate Shelves: High-Pressure decorative laminate, Grade VGS.
b. Drawer Sides and Backs: Solid-hardwood lumber.
c. Drawer Bottoms: Hardwood plywood.
5. Dust Panels: 1/4-inch (6.4-mm) plywood above compartments and drawers unless located directly
under tops.
6. Install ballistic armor in Judge's bench and where indicated in accordance with manufacturer's
recommendations and shop drawings. Coordinate with Section 134600.
H. Plastic Laminate Cabinets:
1. Grade: Custom.
2. AWI Type of Cabinet Construction: Flush overlay, unless otherwise indicated.
3. Laminate Cladding for Exposed Surfaces: High-pressure decorative laminate complying with the
following requirements:
a. Horizontal Surfaces Other Than Tops: Grade HGS.
b. Postformed Surfaces: Grade HGP.
c. Vertical Surfaces: Grade HGS.
d. Edges: Grade HGS, matching laminate in color, pattern, and finish.
e. Shelving, Exposed and Semiexposed: Grade HGL.
4. Materials for Semiexposed Surfaces:
a. Surfaces Other Than Drawer Bodies: High-pressure decorative laminate, NEMA LD 3, Grade
VGS.
1) Edges of Plastic-Laminate Shelves: High-Pressure decorative laminate, Grade VGS.
2) For semiexposed backs of panels with exposed plastic-laminate surfaces, provide surface
of high-pressure decorative laminate, NEMA LD 3, Grade VGS.
b. Drawer Sides and Backs: Solid-hardwood lumber.
c. Drawer Bottoms: Hardwood plywood.
5. Dust Panels: 1/4-inch (6.4-mm) plywood above compartments and drawers unless located directly
under tops.
6. Concealed Backs of Panels with Exposed Plastic-Laminate Surfaces: High-pressure decorative
laminate, NEMA LD 3, Grade BKL.
7. Colors, Patterns, and Finishes: As indicated and as specified herein.
I. Plastic Laminate Countertops: Specified in Section 123600-Countertops.
J. Solid-Surfacing Material and Stone Countertops: Specified in Section 123600-Countertops.
K. Shop Finishing:
1. Grade: Premium.
2. General: Finish architectural woodwork at fabrication shop as specified in this Section. Defer
only final touchup, cleaning, and polishing until after installation.
3. Preparation for Finishing: Comply with referenced quality standard for sanding, filling
countersunk fasteners, sealing concealed surfaces, and similar preparations for finishing
architectural woodwork, as applicable to each unit of work.
a. Backpriming: Apply one coat of sealer or primer, compatible with finish coats, to concealed
surfaces of woodwork. Apply two coats to end-grain surfaces. Concealed surfaces of
plastic-laminate-clad woodwork do not require backpriming when surfaced with decorative
plastic laminate or backing paper.
4. Transparent Finish:
a. Grade: Premium.
b. Finish System: Water based stain and UV cured to comply with EPA Title 5 guidelines for
VOC emissions limitations. Finish must meet or exceed performance standards of TR-6
Catalyzed polyurethane.
c. Staining: To match Architect's sample.
d. Sheen: 35 degrees.
Broward County Courthouse ARCHITECTURAL WOOD CASEWORK
August 15, 2011 October 12, 2011 06 41 00 - 10
BID SET Addendum #5
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify adequacy of backing and support framing.
B. Verify location and sizes of utility rough-in associated with work of this section.
C. Before installation, condition woodwork to average prevailing humidity conditions in installation areas.
3.2 INSTALLATION
A. Set and secure custom cabinets in place, assuring that they are rigid, plumb, and level.
B. Use fixture attachments in concealed locations for wall mounted components.
C. Use concealed joint fasteners to align and secure adjoining cabinet units and countertops.
D. Carefully scribe casework abutting other components, with maximum gaps of 1/32 inch. Do not use
additional overlay trim for this purpose.
E. Secure cabinets to floor using appropriate angles and anchorages. Install without distortion so doors and
drawers fit openings properly and are accurately aligned. Adjust hardware so center doors and drawers
in openings and to provide unencumbered operation. Complete installation of hardware and accessory
items as indicated.
1. Install cabinets with no more than 1/8" in 96 inch sag, bow or other variation from a straight line.
2. Maintain veneer sequence matching of cabinets with transparent finish.
3. Fasten wall cabinets through back, bear top and bottom, at ends and not more than 16 inches o.c.
with No. 10 wafer head screws sized for 1 inch penetration into wood framing, blocking or hanging
strips.
F. Securely anchor countertops by screwing through corner blocks of base cabinets or other supports into
underside of countertop. Coordinate with Section 12 36 00 - Countertops.
1. Align adjacent solid surface material countertops and form seams to comply with manufacturer's
written recommendations using adhesive in color to match countertop. Carefully dress joints
smooth, remove surface scratches and clean entire surface.
2. Install countertops with no more than 1/8 inch in 96 inch sag, bow or other variation from a straight
line.
3. Secure backsplashes to tops with concealed metal brackets at 16 inches o.c. and to walls with
adhesive.
4. Caulk space between backsplash and wall with sealant.
G. Countersink anchorage devices at exposed locations. Conceal with solid wood plugs of species to match
surrounding wood; finish flush with surrounding surfaces.
3.3 ADJUSTING
A. Repair damaged and defective woodwork, where possible, to eliminate functional and visual defects;
where not possible to repair, replace woodwork. Adjust joinery for uniform appearance.
B. Adjust installed work.
C. Adjust moving or operating parts to function smoothly and correctly.
D. Clean woodwork on exposed and semi exposed surfaces. Touch up shop applied finishes to restore
damaged or soiled areas.
3.4 CLEANING
A. Clean casework, counters, shelves, hardware, fittings, and fixtures.
Broward County Courthouse ARCHITECTURAL WOOD CASEWORK
August 15, 2011 October 12, 2011 06 41 00 - 11
BID SET Addendum #5
END OF SECTION
Broward County Courthouse ALL-GLASS ENTRANCES AND STOREFRONTS
October 5, 2011 October 12, 2011 08 41 26 - 1
Addendum #3Addendum #5
SECTION 08 41 26 - ALL-GLASS ENTRANCES AND STOREFRONTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Interior manual-swinging all-glass entrance doors.
2. All-glass sidelights and transoms.
B. Related Sections:
1. Section 055000 - Metal Fabrications" for overhead-steel support for all-glass systems.
2. Section 084113- Aluminum-Framed Entrances and Storefronts" for storefront systems that
incorporate all-glass entrance doors.
3. Section 084413 - Glazed Aluminum Curtain Walls" for curtain-wall systems that incorporate all-
glass entrance doors.
4. Section 084423 - Structural-Sealant-Glazed Curtain Walls"" for curtain-wall systems that
incorporate all-glass entrance doors.
5. Section 08710 - Door Hardware
6. Section 088000 - Glazing" for general glass requirements.
1.3 DEFINITIONS
A. ADA/ABA Accessibility Guidelines: U.S. Architectural & Transportation Barriers Compliance Board's
"Americans with Disability Act (ADA) and Architectural Barriers Act (ABA) Accessibility Guidelines
for Buildings and Facilities."
1.4 PERFORMANCE REQUIREMENTS
A. General Performance: All-glass systems shall withstand the effects of the following performance
requirements without exceeding performance criteria or failure due to defective manufacture, fabrication,
installation, or other defects in construction.
B. Safety Glazing Standard: ¾’ tempered glass must meet standards specified in ANBSI Z97.1 CPSC 16,
CFR 1201, ASTN C 1036 and ASTM C1048.
C. Delegated Design: Design all-glass systems, including comprehensive engineering analysis by a
qualified professional engineer, using performance requirements and design criteria indicated.
D. Design and size components to withstand the following load requirements without damage or permanent
set, when tested in accordance with ASTM E 330, using loads 1.5 times the design wind loads and 10
second duration of maximum load.
1. Design Wind Loads: As indicated on the drawings.
2. Member Deflection: Limit member deflection to flexure limit of glass in any direction, with full
Broward County Courthouse ALL-GLASS ENTRANCES AND STOREFRONTS
October 5, 2011 October 12, 2011 08 41 26 - 2
Addendum #3Addendum #5
recovery of glazing materials.
1.5 ACTION SUBMITTALS
A. Product Data: For each type of product indicated. Include construction details, material descriptions,
dimensions of individual components and profiles, and finishes for all-glass system.
B. Shop Drawings: Show fabrication and installation details, including the following:
1. Plans, elevations, and sections.
2. Details of fittings and glazing, including isometric drawings of rail fittings. .
3. Door hardware locations, mounting heights, and installation requirements.
C. Samples for Initial Selection: For each type of exposed finish indicated.
D. Samples for Verification: For each type of exposed finish required, prepared on Samples of size
indicated below.
1. Metal Finishes: 6-inch- long sections of rail fittings, accessory fittings, and other items.
2. Glass: 6 inches square, showing exposed-edge finish and interlayer.
3. Door Hardware: For exposed door hardware of each type, in specified finish, full size.
E. Fabrication Sample: Of continuous rail fitting at bottom of all-glass systems, made from 12-inch lengths
of full-size components and showing details of the following:
1. Joinery.
2. Anchorage.
3. Glazing.
F. Other Action Submittals:
1. Entrance Door Hardware Schedule: Prepared by or under the supervision of supplier, detailing
fabrication and assembly of entrance door hardware, as well as procedures and diagrams.
Coordinate final entrance door hardware schedule with doors, sidelights, transoms, and related
work to ensure proper size, thickness, hand, function, and finish of entrance door hardware.
G. Delegated-Design Submittal: For all-glass systems indicated to comply with performance requirements
and design criteria, including analysis data signed and sealed by the qualified professional engineer
licensed in the State of Florida , responsible for their preparation
1. Detail fabrication and assembly of all-glass systems.
H. Comply with the Florida Building Code:
1. Miami-Dade County, Product Control Notice of Acceptance.
1.6 INFORMATIONAL SUBMITTALS
A. Qualification Data: For qualified Installer and testing agency.
B. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing
agency, for all-glass systems.
C. Field quality-control reports.
Broward County Courthouse ALL-GLASS ENTRANCES AND STOREFRONTS
October 5, 2011 October 12, 2011 08 41 26 - 3
Addendum #3Addendum #5
D. Warranty: Sample of special warranty.
1.7 CLOSEOUT SUBMITTALS
A. Maintenance Data: For all-glass systems to include in maintenance manuals.
1.8 QUALITY ASSURANCE
A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for
installation of units required for this Project.
B. Testing Agency Qualifications: Qualified according to ASTM E 699 for testing indicated.
C. Engineering Responsibility: Prepare data for all-glass systems, including Shop Drawings, based on
testing and engineering analysis of manufacturer's standard units in systems similar to those indicated for
this Project.
D. Source Limitations: Obtain all-glass systems from single source from single manufacturer.
E. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic
effects and set quality standards for fabrication and installation.
1. Build mockup of all-glass systems as shown on Drawings.
2. Build mockups for all-glass systems including entrance door hardware, rail fittings, and accessory
fittings.
a. Size: Full Size
3. Approval of mockups does not constitute approval of deviations from the Contract Documents
contained in mockups unless Architect specifically approves such deviations in writing.
4. Approved mockups may become part of the completed Work if undisturbed at time of Substantial
Completion.
F. Accessible All-Glass Entrance Doors: Comply with applicable provisions in the U.S. Architectural &
Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines and ICC/ANSI A117.1.
G. Pre-installation Conference: Conduct conference at Project site. .
1.9 PROJECT CONDITIONS
A. Field Measurements: Verify actual locations of walls and other construction contiguous with all-glass
systems by field measurements before fabrication and indicate measurements on Shop Drawings.
1.10 WARRANTY
A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace
components of all-glass systems that do not comply with requirements or that fail in materials or
workmanship within specified warranty period.
1. Failures include, but are not limited to, the following:
a. Structural failures including excessive deflection.
b. Deterioration of metals, metal finishes, and other materials beyond normal weathering.
Broward County Courthouse ALL-GLASS ENTRANCES AND STOREFRONTS
October 5, 2011 October 12, 2011 08 41 26 - 4
Addendum #3Addendum #5
c. Failure of operating components.
2. Warranty Period: Two years from date of Substantial Completion except as follows:
a. Concealed Floor Closers: 10 years from date of Substantial Completion.
1.11 MAINTENANCE SERVICE
A. Initial Maintenance Service: Beginning at Substantial Completion, provide 12 months' full maintenance
by skilled employees of all-glass system Installer. Include monthly preventive maintenance, repair, or
replacement of worn or defective components, lubrication, cleaning, and adjusting as required for proper
all-glass system operation. Provide parts and supplies the same as those used in the manufacture and
installation of original equipment.
B. Continuing Maintenance Proposal: From Installer to Owner, in the form of a standard yearly (or other
period) maintenance agreement, starting on date initial maintenance service is concluded. State services,
obligations, conditions, and terms for agreement period and for future renewal options.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Basis of Design Manufacturer: Subject to compliance with requirements, provide Dorma DRS- 3 5/8”
square top and bottom rails at fixed walls and doors or comparable product by one of the following:
1. Blumcraft of Pittsburgh.
2. Oldcastle Glass, Inc.
3. Virginia Glass Products Corporation; a subsidiary of Virginia Mirror Company.
2.2 MATERIALS
A. Glass Type GL-3: Clear laminated glass with two plies of heat-strengthened float glass.
1. Total glass thickness: ¾ inch unless otherwise indicated.9/16” laminated low e glazing, Type LG-
1 as indicated in Section 08 80 00 – Glazing..
2. Interlayer: Provide interlayer with county seal as indicated on the drawingswhite seal interlayer.
Configuration and location: as indicated on drawings and per shop drawings. Thickness: in
accordance with glazing fabricator recommendations, but not less than 0.060 inch. Interlayer
color to be selected.
3. Provide safety glazing labeling.
4. Exposed Edges: Machine ground and flat polished.
5. Butt Edges: Flat ground.
6. Corner Edges: Lap-joint corners with exposed edges polished.
B. Doors: Provide DORMA Glas Type “P” tempered glass doors. Continuous square top rails are 3-5/8”
high with a square profile and continuous bottom rails are 3-5/8” high with a square profile. Base rails
are made from 6061 T5 aluminum. The two piece clamp on design utilizes minimum 5/16-18 steel fas-
teners and locking nuts. Clamping fasteners are set at minimum 5-3/4” centers and are secured from al-
ternating sides to ensure proper clamping pressure. Fasteners from alternating sides meet security re-
quirements. Hakosil fiber gaskets obtain maximum coefficient of friction between glass and aluminum
assembly. The rail covers snap on to the base rail to provide specified finishes. Extruded and electrop-
lated or anodized aluminum end caps finish off the ends of the rails with a radius profile and attached
Broward County Courthouse ALL-GLASS ENTRANCES AND STOREFRONTS
October 5, 2011 October 12, 2011 08 41 26 - 5
Addendum #3Addendum #5
with a single countersunk screw. Both the top and bottom rails have inserts or arms to accommodate the
pivot/closer mechanisms.
C. Glass Fabrication: All holes, notches, etc. shall be drilled or cut in the glass prior to tempering.
D. Hardware:
Top Rail: #225.053 3-5/8” square profile with #904.610 insert
Bottom Rail: #225.060 3-5/8” square profile with #227.002 arm
Header: # #233.038 Paired Door System, 1-3/4” x 4-1/8” aluminum tube with #927.064 top walking
beam pivot installed. Two piece construction with snap in cover for easy access to align and adjust door.
Closer: BTS floor closer(s) with #927.091 5/16” spindle and #227.003 cover plate.
BTS75V-H-NHO-80015-HD8062-SC1-626
a. Accessible Interior Swinging Doors: Not more than 5 lbf to fully open door.
Finishes: Brushed stainless steel.
Pulls: VP7240-IP-95 x VP7240-IP-95-#10BTB--630 at each leaf.
Pulls are manufactured by BURNS Mfg.Co.- Phone # 800-519-2610. Substitution permitted by written
consent of architect only.
Anchors and Fastenings: Concealed.
E. Provide sills at side lites to maintain a straight line across bottom rail of door and base of side lite. Side
lite bottom and top rails shall match and align with door rails.
2.3 FABRICATION
A. Provide holes and cutouts in glass to receive hardware, fittings, and accessory fittings before tempering
glass. Do not cut, drill, or make other alterations to glass after tempering.
1. Fully temper glass using horizontal (roller-hearth) process, and fabricate so that when glass is
installed, roll-wave distortion is parallel with bottom edge of door or lite.
B. Factory assemble components and factory install hardware and fittings to greatest extent possible.
2.4 STAINLESS-STEEL FINISHES
A. Surface Preparation: Remove tool and die marks and stretch lines, or blend into finish.
B. Polished Finishes: Grind and polish surfaces to produce uniform finish, free of cross scratches.
1. Run grain of directional finishes with long dimension of each piece.
2. When polishing is completed, passivate and rinse surfaces. Remove embedded foreign matter and
leave surfaces chemically clean.
3. Directional Satin Finish: No. 4.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine areas and conditions, with Installer present, for compliance with requirements for installation
tolerances and other conditions affecting performance of the Work.
Broward County Courthouse ALL-GLASS ENTRANCES AND STOREFRONTS
October 5, 2011 October 12, 2011 08 41 26 - 6
Addendum #3Addendum #5
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 INSTALLATION
A. Install all-glass systems and associated components according to manufacturer's written instructions.
B. Set units level, plumb, and true to line, with uniform joints.
C. Maintain uniform clearances between adjacent components.
D. Lubricate hardware and other moving parts according to manufacturer's written instructions.
E. Set, seal, and grout floor closer cases as required to suit hardware and substrate indicated.
F. Install joint sealants as specified in Section 079200 "Joint Sealants" and to produce sound resistant
installation.
3.3 FIELD QUALITY CONTROL
A. Testing Agency: Engage a qualified testing agency to perform tests and inspections.
B. After completion of all-glass storefront installation and nominal curing of sealant and glazing
compounds, but before installation of interior finishes, test for water leaks according to AAMA 501.2.
C. Perform test for total areas as designated by Architect.
D. Work will be considered defective if it does not pass tests and inspections.
E. Prepare test and inspection reports.
3.4 ADJUSTING AND CLEANING
A. Adjust all-glass entrance doors and hardware to produce smooth operation and tight fit at contact points
and weather stripping.
1. For all-glass entrance doors accessible to people with disabilities, adjust closers to provide a 3-
second closer sweep period for doors to move from a 70-degree open position to 3 inches from the
latch measured to the leading door edge.
B. Remove excess sealant and glazing compounds and dirt from surfaces.
END OF SECTION
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-1
BID SETAddendum #5
SECTION 08 71 11 - DOOR HARDWARE
PART 1 - GENERAL
1.1 DESCRIPTION OF WORK
A. Definition: "Door Hardware" includes items known commercially as finish/door hardware which are
required for swing, sliding and folding doors, except special types of unique and non-matching hardware
specified in the same section as the door and frame or the security hardware and electronic security
equipment.
B. The extent of the door hardware is indicated in the enclosed schedules.
C. The types of door hardware are listed; but not limited to the following:
Hinges, pivots
Cylinders, Keying, Keys
Locks, Latches
Surface and Flushbolts
Fire Exit Devices
Push and Pull Units
Closers, Concealed, Overhead and Floor types
Sliding and Bi-folding Door Hardware
Overhead Door Holders, Floor and Wall Stops
Protective Plates
Weatherstripping, Sound Seals, Light Seals
Astragals
Thresholds
Electronic Security Equipment
D. The following items are listed in other sections:
1. Overhead door operating equipment.
2. Hardware for fire shutters
1.2 QUALITY ASSURANCE
A. Obtain each type of hardware (hinges, locks & latches, closers, overhead holders) from a single
manufacturer, although several may be indicated as offering products complying with the requirements.
B. Supplier shall be a recognized architectural finish hardware contractor with warehousing facilities, who has
been furnishing finish hardware in the projects vicinity for a period of not less than two years and who is, or
who employs an experienced Architectural Hardware Consultant, who is available at reasonable times
during the course of the work for consultation about the project's hardware requirements, to the architect,
owner and general contractor.
C. Fire Rated Openings: Provide hardware for fire rated openings in compliance with NFPA 80 and local code
requirements. Provide only hardware that has been tested and is listed by UNDERWRITER'S
LABORATORY for the types and sizes of doors required and complies with the requirements of the door
and frame labels. Where the emergency exit devices are required on fire rated doors, provide UL label on
exit device indicating "FIRE EXIT HARDWARE". Provide door seals for smoke/draft-control doors and
door assemblies in corridors and smoke barriers in compliance with FBC 710.5.2 and FBC 715.3.3.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-2
BID SETAddendum #5
1.3 SUBMITTALS
A. Product Data: Submit manufacturer's technical product data for each item of hardware in accordance
with the Division-1 Section "Submittal Procedures". Include whatever information may be necessary to
show compliance with the requirements, and include instructions for the installation and for the maintenance
of the operating parts and finishes.
B. Hardware Schedule Submit a final hardware schedule in the manner indicated below. Coordinate hardware
with the doors, frames and related work to ensure proper size, thickness, hand, function and finish of
hardware. Based on finish hardware indicated, organize the hardware schedule into sets indicating complete
designations of every item of hardware required for each door or opening. Include the following
information:
1) Type, Style, Function, Size and Finish of the item of hardware.
2) Name and Manufacturer of each item.
3) Fastenings and other pertinent information.
4) Location of hardware set, cross-referenced to the door number on the drawings and the hardware
group in the specifications.
5) Explanations of all abbreviations symbol and codes on the schedule.
6) Door and Frame sizes and materials.
7) Mounting information: Location on door, degree of opening and co-ordination with other items.
8) Keying
9) Wiring Diagrams for all openings using electrically operated hardware.
10) MDPA/NOA, ITS, FBC approval and pressure ratings.
11) LEED’s V.30 Credits and information, End of Useful Life Recycle Program
C. Submit hardware schedule at the earliest possible date, as hardware schedule acceptance must precede
fabrication of other work (i.e.: hollow metal frames), which are critical in the project construction schedule.
D. Wiring Diagram: Openings using electrically operated hardware shall require a detailed, color coded, wiring
diagram showing all components used in the opening. The hardware supplier shall provide this diagram at
the time of the hardware submittals. Factory installation instructions from the various elements shall not be
accepted as meeting this requirement.
Diagram shall include an elevation showing the location of various elements and power sources, a written
description of the function of the opening and a custom diagram showing all runs and terminations for all
the equipment used.
E. Submit templates for each fabricator of doors, frames and other related work to be factory prepared for the
installation of hardware. Upon request, check shop drawings of other such work to confirm that adequate
provisions are made for the proper location and installation of hardware.
F. Product Test Reports: Based on evaluation of comprehensive tests performed by manufacturer and
witnessed by a qualified testing agency, indicating current products comply with requirements.
1.4 PRODUCT HANDLING
A. Tag each item or package separately with the identification related to the final hardware schedule; include
basic installation instructions with each item or package.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-3
BID SETAddendum #5
B. Provide a secure lock-up for the hardware delivered to the jobsite but not installed. Control handling and
installation of hardware items that are not immediately replaceable, so that completion of the work shall not
be delayed by hardware losses, both before and after installation.
C. Deliver individually packaged hardware items at the proper time and locations (jobsite or shop) for
installation.
D. Inventory hardware jointly with the representative of the general contractor and the hardware supplier until
each is satisfied that count is correct.
PART 2 - PRODUCTS
2.1 SCHEDULE HARDWARE
A. Requirements for the design, grade, function, finish, size and other distinctive qualities of each type of
hardware are indicated in the hardware groups at the end of this section. The catalog numbers used in the
hardware groups attached are from the manufacturer listed in the first column of the material section. Items
considered equal and approved for substitution are listed in the adjacent tables.
B. All other substitutions must be submitted to the architect with the catalog information, supporting data and
samples, at least seven (7) working days prior to the bid date. Approvals shall be given in writing or by
addendum only.
Supporting data must include BHMA Listing and Performance testing data, certified by an independent third
party, showing required life cycle and other performance tests successfully completed.
2.2 FINISHES
A. General: Match finish of every hardware unit at each door opening except as noted or as otherwise indicated
in the attached hardware groups. In general, match all items to the manufacturer's standard finish for the
latch or lockset (or push and pull units) for the color and texture. All door hardware to be Brushed Stainless
Steel, US32D, 630 except as noted in the schedule attached. Contractors shall co-ordinate finish of
hardware to be applied to aluminum doors with the storefront contractor.
B. At locations where tactile warnings are needed to meet the requirements of ADA, ANSI 117 or state and
local codes; knobs, levers or crossbars shall be "knurled" at the factory before finishing is applied to the
base metal. Liquid abrasive or other field applied substances are NOT acceptable.
2.3 HINGES
A. All hinges shall be manufactured to the standard template (ANSI 156.1) and supplied with Phillips flat head
machine or wood screws as appropriate. Finish screw head to match exposed surface of hinges.
B. Except as otherwise indicated; provide hinge pins as Follows;
1) Steel Hinges: Steel hinge pins.
2) Non-ferrous hinges: Stainless Steel hinge pins.
3) Exterior and locking outswinging doors: Non-removable pins.
4) Interior doors: Non-rising pins.
5) Tips: Flush button and plugs, finished to match the leaf except where HT is indicated.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-4
BID SETAddendum #5
C. Number of Hinges: Provide the number of hinges indicated but not less than 3 hinges for each door leaf up
to 90" in height and one additional hinge for each 30" of height. One Center Pivot shall be supplied on all
door leaves up to 86" in height. Additional Center pivot shall be provided for each 30" of height. Doors that
are oversized shall be supplied with additional hinges or pivots as indicated in the schedule attached.
D. Hinges shall be a minimum of 4-1/2" in height and .134 thick. Width of hinge shall be sufficient to provide
clearance for trim, applied door panels, frame moldings and door thickness.
E. Life of Building Warranty for all hinges. Full replacement shall be made for failure of mechanical operation
or finish.
F. Models and Functions:
PBB STANLEY BOMMER
CP81 C179 8000
CB81 CB179 BB8000
CP51 C191 8002
CB51 CB191 BB8002
4C81 CB168 BB8004
4C51 CB199 BB8006
2.4 CYLINDERS AND KEYING
A. The hardware manufacturer shall meet with the owner to finalize keying requirements and to obtain keying
instructions in writing.
B. All cylinders shall be 7-pin interchangeable core type. All cylinders shall be keyed to the DORMA SKC,
BEST PKS, KEYMARK-1, SCHLAGE PRIMUS or YALE PYRAMID key system.
C. All cylinders shall be supplied with Temporary construction features.
Construction Cores & keys shall be a different keyway (key section) than the owner’s final cores.
D. The following shall be provided by the contractor:
3ea. change keys each permanent cylinder core.
25ea. Construction keys
5 ea. Construction core Control Keys (removal keys).
10ea. of all GGMK, GMK and MK's used in system.
5ea. Control Keys for Permanent Cores
E. All keys shall be stamped "DO NOT DUPLICATE".
F. All cylinders shall be marked with the keying symbol (e.g. AA1, AC27) for Visual Key Control.
G. All keys shall be stamped with the keying symbol and an individual “UNIQUE” serial number
for future identification of individual key or blank.
H. All permanent cores and keys shall be delivered directly to the owner.
2.5 KEY CONTROL SYSTEM
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-5
BID SETAddendum #5
A. Provide a key control system, including envelopes, tags, labels, receipt forms, 3 way visible card index,
temporary markers and standard metal cabinets with a capacity of 150% of the number of cylinders required
for this project. Provide the number of file cabinets required to meet the 150% criteria with drawer units.
B. Models and Functions: .
TELKEE LUND MMF
PDF 2240-S 2805 201-7200-03
C. Representative of the distributor shall deliver the key cabinet, all tagged, entered in the index and marked
with the corresponding door numbers. Representative of distributor and core manufacturer shall accompany
building owner during turnover of the building; while construction cores are removed and each individual
key is tested on the door indicated. At this time the distributor shall attach a permanent label to the frame
hinge jamb, above eye level. The label shall have the architect’s door number and the final submittal
hardware group printed where the maintenance department can read it for repair and replacement parts &
repairs. After satisfactory operation of permanent cores, construction cores shall be turned over to the
distributor.
2.6 LOCKSETS AND LATCHES
A. Provide standard wrought box strike for each latch or lock; with a curved lip, extended to protect the frame
without interfering with the opening. On pairs of doors, adjust LTC dimensions to clear the astragals.
B. Provide a 3/4" minimum throw latchbolt when used on pairs of doors. Provide the manufacturer's standard
latchbolt on all other units.
C. Provide a knurled lever on the public side of all openings to mechanical and electrical rooms, stairwells or
other areas that are a danger to persons with limited visual ability. Refer to ANSI 117 and current ADA
standards for requirements.
D. Locksets shall have a written 5-year warranty issued by the manufacturer.
E. Models and Functions
DORMA BEST SCHLAGE SGT
LRB 15H design 06B LNL
ML9000-DC 45H-P series L9000G 72-73P-8200 series with KEYMARK core
CL800-DC 93K7PAT NG-Vandal Guard 72-73P-10G series with KEYMARK core
2.7 FIRE EXIT DEVICES
A. Except on fire rated openings, wherever closers are used with exit devices; equip units with a Cylinder
operated dogging device to hold the push bar depressed and the latchbolt in a retracted position.
B. All exit devices, delayed egress units and electronically controlled exit operators are to be by one
manufacturer. Electronically operated units to be applied to fire rated openings cannot be modified in the
field or shop after the manufacturer has applied label.
C. All exit devices on exterior openings shall have a deadlocking latchbolt feature, preventing manipulation of
the latchbolt when the door is closed.
D. Exit Devices shall have a written 10-year warranty issued by the manufacturer.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-6
BID SETAddendum #5
E. All exit devices shall have a STAINLESS STEEL push bar. Chassis and baseplate shall be extra heavy-duty
double walled stainless steel.
F. Contractor shall provide factory prepared spacers to allow exit devices to clear applied moldings, window
trims and decorative appliqué on doors. Spacers shall be from the exit device manufacturer and finished to
match devices.
G. Models and Functions
DORMA Von DUPRIN Precision
9000 98-XP 2000
THE FOLLOWING ARE FOR ALUMINUM & GLASS DOORS ONLY.
DORMA ADAMSRITE DOR-O-MATIC
9600 8675 1490
2.8 DOOR CLOSERS
A. Unless otherwise specified, comply with the manufacturer's recommendations for the size of the closers and
door control devices, depending on the size of the door, exposure to the weather and the anticipated
frequency of use.
B. The opening force required to operate a door must be in compliance with the current ADA guidelines for the
interior and exterior openings.
C. Use the regular arm, parallel arm or top jamb mounted position to locate the closer for the maximum degree
of efficiency and to place the closer out of sight wherever possible. Closers shall be located on the interior
side of the opening where possible.
D. Closers shall have a written 25-year warranty issued by the manufacturer.
E. Models and Functions
DORMA LCN SGT NORTON
8900 4041 351 BF7500
8980 4040-18 350B/D 7787
SPA EDA 25-PED UNI
DS CUSH PS CLP
DSTHO CUSH-H PSH CLP-HT
TS93 N/A 421 2800
2.9 LOW ENERGY DOOR CLOSERS
A. Equipment for Low Energy Operated Doors shall comply with ANSI 156.19. All low
energy door operators shall be combination hydraulic and electric type.
Models and Functions
DORMA SGT NORTON
ED800 4000 6900
2.10 ELECTRONIC HARDARE AND EQUIPMENT
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-7
BID SETAddendum #5
All electronically controlled or operated hardware shall be by one manufacturer. Every component shall
have been tested and certified by UL and shall bear a label showing its approval, rating and parameters. All
power supplies shall be listed as UL Class 2 Access Control, Fire, Burglary, Releasing Devices.
Electronically operated units to be applied to fire rated openings cannot be modified in the field or shop
after the manufacturer has applied label.
Models and Functions:
DORMA SDC VON DUPRIN
502RF 602RF 873 X 871-2
501JP-20TS 601JP-20TS JB7T
MC4 MC-4 MS764
ES105 PT-5 EPT
RLY24 24-RY R2 (24VDCCoil/120VAC-12AMP Contacts)
2.11 DOOR TRIM AND ACCESSORIES
A. All kickplates shall be 8" high and 2" less than the door width, with all exposed edges beveled.
Mop plates shall be 4" high and 1" less than the door width, with all exposed edges beveled. Armor Plates
and Edge Guards shall be 34” high. All kickplates, mop plates, edge guards and armor plates shall be
stainless steel, minimum .051 or thicker unless shown in schedule as different. All screw holes shall be
countersunk.
B. Push and Pull Units - Models and Functions
BURNS HAGER TRIMCO
M39-1G X23Q 1191-5J
M424 136S 1745
26D 4L 1195-3
50 A30S 1809-4
VP7240-95” – No substitution without prior architect approval.
C. Wall and Floor Stops- Models and Functions
BURNS TRIMCO IVES
570 W1270WVCP WS406CCV
510 W1210ES FS436
542 1209HA FS18S
527 1231ES FS441
528 1233ES FS442
529 1234ES FS451
D. Flushbolts and Co-coordinators - Models and Functions
BURNS TRIMCO IVES
590 3915 FB258N
591 3913 FB258NW
BURNS TRIMCO IVES
7845 3820x3810 FB51
7945 3825x3815 FB61
7600 3094 CORxFB
72AB/C 3095 BX
E. Overhead Stops and Holders - Models and Functions
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-8
BID SETAddendum #5
DORMA ABH BROOKLINE
900 9000 1599
910 1000 1511
700 3300 1555
710 4000 1505
F. Weatherstrip and Thresholds
Provide weatherstrip and thresholds at all exterior openings.
REESE NATL GUARD PEMKO
566AS 950S 2001AS
S483AS 896S 2005AS
S487AS 884S 177AS
S405A 513 271G
330C 420NA 4301CRL
775SA 700SA 2891AS
93C 109NA 375CR
797 2525 S88D
967C C627A 3452C
R201A 16A 346C
964C 600A 18061CP
970C A626A 45061CP
Blaze Seal 9500 HSS1000
99C 305NA 350CR
Note: Changes in materials (e.g. Stainless Steel) may change the equivalent manufacturer’s
model number. Contractor is to use material shown in schedule and change model number as
required to obtain same style in specified material.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Factory representatives of the lock, exit device and closer manufacturers shall each provide one hour of
installation training on the jobsite to the installation crew for this project.
B. Representatives shall return to the jobsite after 20% of the hardware has been installed to check for
problems and answer questions from the installation crew. Representative shall inform the Architect,
General Contractor and Owner, in writing, of any serious problems encountered during this inspection.
C. Mount hardware units at the height indicated in the "Recommended Locations for Builder's Hardware for
Standard Steel Doors and Frames" by the Door and Hardware Institute; except as specifically indicated or
required to comply with the governing regulations or as otherwise directed by the architect.
D. Install each hardware item in compliance with the manufacturer's recommendations and instructions.
Whenever cutting or fitting is required to install hardware on or into surfaces which are later to be painted,
or finished another way; coordinate removal, storage and the re-installation of hardware with the finishing
work specified in Div. 9 sections. Do not install surface mounted hardware until finishes have been
completed on the substrate.
E. Drill and counter sink units that are not factory prepared for anchorage fasteners. Space anchors and
fasteners in accordance with industry standards.
F. Set thresholds for exterior openings in full bed of butyl rubber or polyisobutylene mastic sealant.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-9
BID SETAddendum #5
G. Adjust and clean each operating item of hardware and each door to ensure the proper operation or function
of each unit. Replace units that cannot be adjusted to operate freely and smoothly as intended for the
application made.
H. Instruct owner's personnel in the proper adjustment and maintenance of the hardware and finishes during the
final adjustment of the hardware.
I. Provide owner’s Locksmith’s with instructions for repair and maintenance of all door hardware used in the
building. Training is to take place on the owner’s site ( project or maintenance department offices).
Supplier will provide all tools, parts, samples and mock-ups for a complete education on all components in
the door hardware.
J. Door hardware supplier will provide all documents, wiring diagrams and product information required for
coordination with the security equipment, fire alarm and other trades involved in the installation of door
operating systems. Door hardware supplier will have available, during normal business hours, an
experienced hardware consultant to attend coordination meetings and provide input to assure a smoothly
operating door system.
3.2 CONTINUED SERVICE AND WARRANTY
A. Representatives of the lock, exit device and closer manufacturers shall inspect the hardware and installation
in the seven days prior to the turnover of the building. Each opening shall be examined for problems with
materials and installation. A written report of their findings shall be included with the warranty documents
submitted to the owner at the turnover/occupancy of the building.
B. Approximately six months after the acceptance of the building, the installers, and representatives of the
lock, exit device, closer and Card Reader manufacturers shall return to the project. At that time they shall
re-adjust every item of hardware to restore proper function of doors and hardware. They shall consult with
the owner’s personnel in recommended changes to the maintenance procedures and shall replace items that
have failed under the warranty period. A written report shall be submitted to the architect describing
current or predictable problems (of a substantial nature) in the performance of the hardware.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-10
BID SETAddendum #5
3.3 HARDWARE SCHEDULE
NOTES:
1. This project may contain doors that are oversized, non-standard thicknesses or have applied
trims. See the plans and door schedules for hinge widths and clearance requirements.
2. Doors with glass lites and/or applied moldings shall require spacers to allow fire exit device
installation.
3. Thru-bolts are to be used only where specifically indicated. No bolts, heads or retainers are to
show through door surface from applied hardware. All wood, hollow metal or specialty doors
are to be reinforced to allow for drilling and tapping of metal reinforcement or hardwood
blocking to hold wood screws.
4. Wiring Diagrams for Electrically Operated Openings are required.
Diagrams must be included in submittal with hardware schedule for approval process.
HARDWARE GROUP # 1
ETH:
8ea Butts 4C51 NRP 630 PBB
2ea Power Transfer ES105 689 Dorma
1ea E. D. 9600-BB-8-418-439-ALD-630-HC-ES-LMMS-CD-Z0DT 630 Dorma
1ea E. D. 9600-BB-8-418-439-ALD-630-HC-ES-LMMS-CD-Z003-T-BLK-TMP 630 Dorma
4ea Permanent Core 77-D100-626-MKD 626 Dorma
2ea Pulls VP7240-95” x 6HD 630 Burns
2ea Simultaneous Pr. Auto Door Operator DS2239-01A ED400 689 Dorma-Auto
1ea Wireless Actuator 10PBS1 (Exterior) 630 B.E.A.
1ea Wireless Receiver RD433 - B.E.A.
1ea Wireless Transmitter 10TD433PB9V - B.E.A.
1ea Actuator HW 10PBS1(Interior) 630 B.E.A.
1ea Relay 1024 - B.E.A.
1ea Key Switch K701-6-J-BLK-TMP x L2 x SS632 630 Dorma
2ea DPS MC4 600 Dorma
1ea Junction Box 501JP w/20 point terminal strip 600 Dorma
2ea Relay RLY24 - Dorma
1ea Power Supply PS501 600 Dorma
1ea Wiring Diagram WD-1 - Dorma
2ea Door Bottom 967C (ext side of door) 628 Reese
1ea Threshold 483AS x ¼-20SSMSA 719 Reese
Notes: Door Seals and astragals by Al. Dr. Mfg.
Fire Alarm Relays and connections provided by others.
Opening must comply with Florida Building Code requirements. Supplier must provide
certification of compliance, M.D.P.A. N.O.A. # + 70 psf or similar.
Card Reader, relays, cable, conduit, connectors and terminations provided by Security Contractor.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-11
BID SETAddendum #5
HARDWARE GROUP # 2
ETH:
8ea Butts 4C51 NRP 630 PBB
2ea Power Transfer ES105 689 Dorma
2ea E. D. 9600-BB-8-418-439-ALD-630-HC-ES-LMMS-CD--Z0DT 630 Dorma
2ea Permanent Core 77-D100-626-MKD 626 Dorma
2ea Pulls VP7240-95” x 6HD 630 Burns
2ea Simultaneous Pr. Auto Door Operator DS2239-01A ED400 689 Dorma-Auto
2ea DPS MC4 600 Dorma
1ea Relay 1024 - B.E.A.
1ea Junction Box 501JP w/20 point terminal strip 600 Dorma
2ea Relay RLY24 - Dorma
1ea Power Supply PS501-ES2 600 Dorma
1ea Wiring Diagram WD-2 - Dorma
2ea Door Bottom 967C (ext side of door) 628 Reese
1ea Threshold 483AS x ¼-20SSMSA 719 Reese
Notes: Door Seals and astragals by Al. Dr. Mfg.
Fire Alarm Relays and connections provided by others.
Opening must comply with Florida Building Code requirements. Supplier must provide
certification of compliance, M.D.P.A. N.O.A. # + 70 psf or similar.
HARDWARE GROUP # 3
ETH:
4ea Butts 4C51 NRP 630 PBB
1ea Exit Device F9300B-463-630-HC-YODT 630 Dorma
1ea Closer 8916-SDS-SNB-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea DPS MC4 600 Dorma
1ea Drip Cap R201a 4”ODW 688 Reese
1set Door Seals 757A 628 Reese
1set Blaze Seal TAN Reese
1ea Door Bottom 967C (ext side of door) 628 Reese
1ea Threshold 483AS x ¼-20SSMSA 719 Reese
Opening must comply with Florida Building Code requirements. Supplier must provide
certification of compliance, M.D.P.A. N.O.A. # 07-0312.06 + 80 psf or similar..
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-12
BID SETAddendum #5
HARDWARE GROUP # 4
ETH:
8ea Butts 4C51 NRP 630 PBB
2ea Power Transfer ES105 689 Dorma
1ea Fire Exit Device 9400B-8-426-439-630-HC-DE-T-BLK-TMP 630 Dorma
1ea Fire Exit Device 9400B-8-426-439-630-HC-DE-YR09-LFSC-T-BLK-TMP 630 Dorma
3ea Permanent Core 77-D100-626-MKD 626 Dorma
2ea Closer 8916-SDST-SNB-689 689 Dorma
2ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Power Supply ES100 600 Dorma
1ea Junction Box 501JP w/20 point terminal strip 600 Dorma
2ea DPS MC4 600 Dorma
1ea Wiring Diagram WD-4 -- Dorma
1ea Drip Cap R201a 4”ODW 688 Reese
1set Door Seals 970C 628 Reese
1ea Door Seals 797B (applied to astragal) Blk Reese
2ea Door Bottom 967C (ext side of door) 628 Reese
1ea Threshold S257AS x ¼-20SSMSA 719 Reese
Opening must comply with Florida Building Code requirements. Supplier must provide
certification of compliance, M.D.P.A. N.O.A. # 07-0312.06 + 80 psf or similar..
Card Reader, relays, cable, conduit, connectors and terminations provided by Security Contractor.
HARDWARE GROUP # 5
ETH:
8ea Butts 4C51 NRP 630 PBB
2ea Power Transfer ES105 689 Dorma
1ea Exit Device 9400B-8-426-439-630-HC-LM/MS-Y0DT 630 Dorma
1ea Exit Device 9400B-8-426-439-630-HC-ES-LM/MS-YR03R-T-BLK-TMP 630 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
2ea Closer 8916-SDSH-SNB-689 689 Dorma
1ea Coordinator 7500 626 Burns
2ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Power Supply PS501 600 Dorma
1ea Junction Box 501JP w/20 point terminal strip 600 Dorma
2ea Door Position Switch MC4 600 Dorma
1ea Wiring Diagram WD-5 - Dorma
1ea Drip Cap R201a 4”ODW 688 Reese
1set Door Seals 757A 628 Reese
2ea Door Bottom 967C (ext side of door) 628 Reese
1ea Threshold 483AS x ¼-20SSMSA 719 Reese
Note: Inter-Com and Remote release connectors and terminations by Security Contractor.
Opening must comply with Florida Building Code requirements. Supplier must provide
certification of compliance, M.D.P.A. N.O.A. # 07-0312.06 + 80 psf or similar..
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-13
BID SETAddendum #5
HARDWARE GROUP # 6
ETH:
4ea Butts 4C51 NRP 630 PBB
1ea StoreRm Lock ML9982-T-LRB-630-660002-134-5005/118-BLK-TMP 630 Dorma
2ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8956-SIS-SNB-689 689 Dorma
1ea DPS MC4 600 Dorma
1ea Drip Cap R201a 4”ODW 688 Reese
1set Door Seals 970C 628 Reese
1ea Door Bottom 967C (ext side of door) 628 Reese
1ea Threshold 487AS x ¼-20SSMSA 719 Reese
Opening must comply with Florida Building Code requirements. Supplier must provide
certification of compliance, M.D.P.A. N.O.A. # 07-0124.04 + 70 psf or similar..
HARDWARE GROUP # 7
ETH:
4ea Butts 4C51 NRP 630 PBB
1ea StoreRm Lock ML9980-T-LRB-630-660002-134-5005/118-BLK-TMP 630 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8956-SDST-SNB-689 689 Dorma
1ea DPS MC4 600 Dorma
1ea Drip Cap R201a 4”ODW 688 Reese
1set Door Seals 970C 628 Reese
1ea Door Bottom 967C (ext side of door) 628 Reese
1ea Threshold 487AS x ¼-20SSMSA 719 Reese
Opening must comply with Florida Building Code requirements. Supplier must provide
certification of compliance, M.D.P.A. N.O.A. # 07-0124.04 + 70 psf or similar..
HARDWARE GROUP # 8
ETH:
8ea Butts 4C51 NRP 630 PBB
2ea Surface Bolts 598 652 Burns
1ea StoreRm Lock ML9980-T-LRB-630-660002-134-5005/118-BLK-TMP 630 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8956-SDST-SNB-689 689 Dorma
1ea O.H. Stop/Holder 900H (inact leaf) 652 Dorma
2ea DPS MC4 600 Dorma
1ea Drip Cap R201a 4”ODW 688 Reese
1set Door Seals 970C 628 Reese
1ea Door Seals 797B (applied to astragal) Blk Reese
2ea Door Bottom 967C (ext side of door) 628 Reese
1ea Threshold 487AS x ¼-20SSMSA 719 Reese
Opening must comply with Florida Building Code requirements. Supplier must provide
certification of compliance, M.D.P.A. N.O.A.# 06-0712.09 + 70 psf or similar..
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-14
BID SETAddendum #5
HARDWARE GROUP # 9
ETH:
8ea Butts 4B51 NRP 630 PBB
2ea Power Transfer ES105 689 Dorma
1ea Exit Device 9400B-8-426-439-630-HC--MS 630 Dorma
1ea Exit Device 9400B-8-426-439-630-HC-MS-YR09-LFSC-T-BLK-TMP 630 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
2ea Closer 8956-SDST-SNB-689 689 Dorma
2ea DPS MC4 600 Dorma
1ea Wiring Diagram WD-9
1ea Drip Cap R201a 4”ODW 688 Reese
1set Door Seals 970C 628 Reese
1ea Door Seals 797B (applied to astragal) Blk Reese
2ea Door Bottom 967C (ext side of door) 628 Reese
1ea Threshold 487AS x ¼-20SSMSA 719 Reese
Opening must comply with Florida Building Code requirements. Supplier must provide
certification of compliance, M.D.P.A. N.O.A. # 07-0312.06 + 80 psf or similar..
HARDWARE GROUP # 10
ETH:
1ea Cylinder 87R20/97B10-T-BLK-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Padlock 3571 Less Core (HD Exterior Grade, 2” steel shackle w/SS chain) 626 American
2ea DPS 2209 630 Sentrol
All other hardware by door manufacturer or security contractor.
HARDWARE GROUP # 11
ETH:
8ea Butts 4C51 NRP 630 PBB
1ea E. D. 9600-BB-8-418-439-ALD-630-CD-Z0DT-T-BLK-TMP (2-1/4thk) 630 Dorma
1ea E. D. 9600-BB-8-418-439-ALD-630-CD-Z003-T-BLK-TMP (2-1/4thk) 630 Dorma
3ea Permanent Core 77-D100-626-MKD 626 Dorma
2ea Pulls VP7240-95” x 6HD 630 Burns
2ea Closers RTS-25 689 Dorma
2ea DPS MC4 600 Dorma
1ea Sill 405A x ¼-20SSMSA 719 Reese
Door Seals and astragals by Al. Dr. Mfg.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-15
BID SETAddendum #5
HARDWARE GROUP # 12
ETH:
8ea Butts 4C51 NRP 630 PBB
2ea Flushbolts 590 626 Burns
1ea 3 Point Lock MS1850S x 4015 x 4085 626 Adams Rite
1ea Permanent Core 77-D100-626-MKD 626 Dorma
2ea Pulls VP7240-95” x 6HD 630 Burns
2sets Push Bars 2-M424 x 6HD (mtd @ 38” & 44” AFF) 630 Burns
2ea Closers RTS-25 689 Dorma
1ea Sign NFPA 101 7.2.1.5.4.1.– “....Door Unlocked during business hours........”
2ea DPS MC4 600 Dorma
1ea Sill 405A x ¼-20SSMSA 719 Reese
Door Seals and astragals by Al. Dr. Mfg.
HARDWARE GROUP # 13
ETH:
4ea Butts CP81 652 PBB
1ea Office Lock ML9050-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
HARDWARE GROUP # 14
ETH:
4ea Butts CP81 NRP 652 PBB
1ea Office Lock ML9050-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea O.H. Stop 710S 652 Dorma
1ea Door Seals 797B Blk Reese
HARDWARE GROUP # 15
ETH:
4ea Butts CP81 NRP 652 PBB
1ea Office Lock ML9956-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SPA-SNB1-689 689 Dorma
1ea Door Seals 797B Blk Reese
HARDWARE GROUP # 16
ETH:
4ea Butts CP81 NRP 652 PBB
1ea Office Lock ML9956-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Door Seals 797B Blk Reese
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-16
BID SETAddendum #5
HARDWARE GROUP # 17
ETH:
4ea Butts PB81 652 PBB
1ea Office Lock CL850-J-LRC-626-18252-134-5001/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
HARDWARE GROUP # 18
ETH:
4ea Butts BB81 652 PBB
1ea Office Lock CL850-J-LRC-626-18252-134-5001/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
HARDWARE GROUP # 19
ETH:
4ea Butts CB81 652 PBB
1ea ClassRm Lock ML9070-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
HARDWARE GROUP # 20
ETH:
4ea Butts CB81 652 PBB
1ea ClassRm Lock ML9070-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
HARDWARE GROUP # 21
ETH:
4ea Butts 4C81 NRP 652 PBB
1ea ClassRm Lock ML9070-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SPA-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
1ea Sill S405A x ¼-20-SSMSA 719 Reese
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-17
BID SETAddendum #5
3ea Silencers 500 Gray Burns
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-18
BID SETAddendum #5
HARDWARE GROUP # 22
ETH:
4ea Butts 4C81 NRP 652 PBB
1ea ClassRm Lock ML9070-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SPA-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
1set Door Seals 588D* Brn Reese
1ea Threshold S483AS x ¼-20-SSMSA 719 Reese
* Use 797B at Category “A” doors.
HARDWARE GROUP # 23
ETH:
4ea Butts 4C81 652 PBB
1ea ClassRm Lock ML9070-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
1set Door Seals 588D* Brn Reese
1ea Threshold S483AS x ¼-20-SSMSA 719 Reese
* Use 797B at Category “A” doors.
HARDWARE GROUP # 24
ETH:
4ea Butts 4C81 (WT if required for 180 degree swing) 630 PBB
1ea ClassRm Deadbolt DB863-J-626-28752-5103-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Pushplate 57 8x16 x C/C (CFC) 630 Burns
1ea Pull 26D x TB* 630 Burns
1ea Closer 8916-SPA-SNTPK-689 (180 degree opening position) 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Floor Stop/Holder 534 630 Burns
3ea Silencers 500 Gray Burns
* Install pull with TB’s. Cover TB’s with pushplate. Locate cylinder hole so plate edge is 1/8” from the
frame stop when door is closed.
HARDWARE GROUP # 25
ETH:
4ea Butts 4B81 NRP 652 PBB
1ea ClassRm Lock ML9070-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SDST-SNB1-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
3ea Silencers 500 Gray Burns
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-19
BID SETAddendum #5
HARDWARE GROUP # 26
ETH:
4ea Butts BB81 NRP 652 PBB
1ea ClassRm Lock ML9070-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Floor Stop/Holder 529 626 Burns
3ea Silencers 500 Gray Burns
HARDWARE GROUP # 27
ETH:
4ea Butts PB81 652 PBB
1ea ClassRm Lock ML9070-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Floor Stop/Holder 529 626 Burns
3ea Silencers 500 Gray Burns
HARDWARE GROUP # 28
ETH:
8ea Butts CB81 652 PBB
2ea Flushbolts 590/591 626 Burns
1ea ClassRm Lock ML9070-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 (active leaf) 689 Dorma
2ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
2ea Wall/Floor Stop 570/510 630 Burns
2ea Silencers 500 Gray Burns
HARDWARE GROUP # 29
ETH:
8ea Butts CB81 NRP 652 PBB
1set Auto-Flushbolts 7845/7945 630 Burns
1ea ClassRm Lock ML9070-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
2ea Closer 8916-AF89-SNTPK-689 (active leaf) 689 Dorma
1ea Coordinator 7600 w/Filler Bar 600 Burns
2ea Mounting Brackets 72AB/C 600 Burns
2ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
2ea Wall/Floor Stop 570/510 630 Burns
1set Door Seals 588D* Brn Reese
1ea Sill S405A x ¼-20-SSMSA 719 Reese
* Use 797B at Category “A” doors.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-20
BID SETAddendum #5
HARDWARE GROUP # 30
ETH:
4ea Butts 4C81 NRP 652 PBB
1ea Fire Exit Device F9300B-463-630-YR08-T-BLK-TMP 630 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SDS-SNB1-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall Stop 570 630 Burns
1set Door Seals 588D* Brn Reese
1ea Sill S405A x ¼-20-SSMSA 719 Reese
** Use 797B Category “A” doors.
HARDWARE GROUP # 30A
ETH:
8ea Butts 4B81 652 PBB
1set Auto Flushbolts 7845/7945 626 Burns
1ea ClassRm Lock ML9070-T-LRB-626-134-5005/118-BLK-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1set Closer/Coordinator Unit TS93-GSR 689 Dorma
2ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1set Door Seals 588D** Brn Reese
1ea Astragal 553-M86 (act leaf- outside) 630 Burns
1set Door Seals 588D** (applied to the inactive leaf) Brn Reese
1ea Door Seal 797B (applied to astragal) Blk Reese
1ea Sill S405A x ¼-20-SSMSA 719 Reese
*NOTE: Adjust Strike LTC to permit closing without cutting astragal.
** Use 797B Category “A” doors.
HARDWARE GROUP # 31
ETH:
4ea Butts CB81 632 PBB
1ea StoreRm Lock ML9080-J-LRB-626-134-5005/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 605 Burns
1set Sound Deals 33C 710 Reese
1ea Door Bottom 430A 710 Reese
1ea Sill S405A x ¼-20-SSMSA 719 Reese
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-21
BID SETAddendum #5
HARDWARE GROUP # 32
ETH:
4ea Butts CB81 NRP 652 PBB
1ea StoreRm Lock ML9080-J-LRB-626-134-5005/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89P-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
HARDWARE GROUP # 33
ETH:
4ea Butts CP81 NRP 652 PBB
1ea StoreRm Lock ML9080-J-LRB-626-134-5005/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
HARDWARE GROUP # 34
ETH:
4ea Butts CB81 632 PBB
1ea Deadbolt Lock ML9956-J-LRB-626-134-5005/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-PH-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
HARDWARE GROUP # 35
ETH:
4ea Butts CB81 NRP 632 PBB
1ea Deadbolt Lock ML9956-J-LRB-626-134-5005/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-PHP-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
HARDWARE GROUP # 36
ETH:
4ea Butts CB81 632 PBB
1ea Deadbolt Lock ML9980-J-LRB-626-134-5005/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-22
BID SETAddendum #5
HARDWARE GROUP # 37
ETH:
4ea Butts CB81 632 PBB
1ea Deadbolt Lock ML9980-J-LRB-626-134-5005/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89p-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
HARDWARE GROUP # 38
ETH:
4ea Butts BB81 NRP 632 PBB
1ea StoreRm Lock ML9080-J-LRB-626-134-5005/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SDS-SNB1-689 689 Dorma
1ea Armor Plate J101-.050 x CSK x 3BE x 16”H x 2LDW 630 Burns
1ea Edge Guard 307 x CFH x 16” 630 Burns
1set Door Seals 797Blk Blk Reese
1ea Sill S405A x ¼-20-SSMSA 719 Reese
HARDWARE GROUP # 39
ETH:
4ea Butts 4B81 632 PBB
1ea Deadbolt Lock MB9963-J-626-134-5004 652 Dorma
1ea StoreRm Lock ML9080-J-LRB-626-134-5005/118-TMP 626 Dorma
2ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 605 Burns
1set Door Seals 797B Blk Reese
1ea Door Bottom 430A/330C 710 Reese
1ea Sill S405A x ¼-20-SSMSA 719 Reese
HARDWARE GROUP # 40
ETH:
4ea Butts CB81 632 PBB
1ea Deadbolt Lock ML9980-J-LRB-626-134-5005/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall/Floor Stop 570/510 630 Burns
1ea DPS MC4 600 Dorma
3ea Silencers 500 Gray Burns
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-23
BID SETAddendum #5
HARDWARE GROUP # 41
ETH:
4ea Butts CB81 632 PBB
1ea Deadbolt Lock ML9980-J-LRB-626-134-5005/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall/Floor Stop 570/510 630 Burns
1ea DPS MC4 600 Dorma
1set Door Seals 588D* Brn Reese
1ea Threshold S486AS x ¼-20-SSMSA 719 Reese
* Use 797B at Category “A” doors.
HARDWARE GROUP # 42
ETH:
8ea Butts 4C81 652 PBB
2ea Flushbolts 590/591 626 Burns
1ea StoreRm Lock ML9980-T-LRB-626-660002-134-5005/*-BLK-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 (act. leaf) 689 Dorma
1ea O.H. Stop 900S (inact. lf) 652 Dorma
1ea Lever Guards 417-14R 630 Burns
2ea Kickplates J102 x .050 x CSK x 3BE x 12 x 2LDW 630 Burns
2ea Edge Guards 307 x CFH x 12” 630 Burns
2ea DPS MC4 600 Dorma
1ea Door Seals 797B Blk Reese
1ea Astragal 552-M86 (act leaf- outside) 630 Burns
1ea Door Seal 797B (applied to astragal) Blk Reese
1ea Sill BAP14-6” x ¼-20SSMAS (SOLID SILL) x SRS coating Gray Reese
x factory prep for strike.
*NOTE: Adjust Strike LTC to permit closing without cutting astragal.
HARDWARE GROUP # 43
ETH:
8ea Butts 4C81 NRP 652 PBB
2ea Flushbolts 590/591 626 Burns
1ea StoreRm Lock ML9980-T-LRB-626-660002-134-5005/*-BLK-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 (act. leaf) 689 Dorma
1ea O.H. Stop 900S (inact. lf) 652 Dorma
1ea Lever Guards 417-14R 630 Burns
2ea Edge Guards 307 x CFH x 12” 630 Burns
2ea DPS MC4 600 Dorma
1ea Door Seals 797B Blk Reese
1ea Astragal 552-M86 (act leaf- outside) 630 Burns
1ea Door Seal 797B (applied to astragal) Blk Reese
1ea Sill BAP14-6” x ¼-20SSMAS (SOLID SILL) x SRS coating Gray Reese
x factory prep for strike.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-24
BID SETAddendum #5
*NOTE: Adjust Strike LTC to permit closing without cutting astragal.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-25
BID SETAddendum #5
HARDWARE GROUP # 44
ETH:
8ea Butts 4B81 652 PBB
1set Auto Flushbolts 7845/7945 626 Burns
1ea StoreRm Lock ML9080-T-LRB-626-134-5005/118-BLK-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1set Closer/Coordinator Unit TS93-GSR 689 Dorma
2ea Armor Plate J101 x .050 x CSK x 3BE x 34”H x 2LDW 630 Burns
2ea Edge Guards 307 x CFH x 34”H
1set Door Seals 588D** Brn Reese
1ea Astragal 553-M86 (act leaf- outside) 630 Burns
1set Door Seals 588D** (applied to the inactive leaf) Brn Reese
1ea Door Seal 797B (applied to astragal) Blk Reese
2ea Door Bottom 372A/430A 628 Reese
1ea Threshold 487AS x ¼-20SSMSA 719 Reese
*NOTE: Adjust Strike LTC to permit closing without cutting astragal.
** Use 797B Category “A” doors.
HARDWARE GROUP # 45
ETH:
8ea Butts 4B81 652 PBB
1set Auto Flushbolts 7845/7945 626 Burns
1ea StoreRm Lock ML9080-T-LRB-626-134-5005/118-BLK-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1set Closer/Coordinator Unit TS93-GSR 689 Dorma
1set Door Seals 588D** Brn Reese
1ea Astragal 553-M86 (act leaf- outside) 630 Burns
1set Door Seals 588D** (applied to the inactive leaf) Brn Reese
1ea Door Seal 797B (applied to astragal) Blk Reese
2ea Door Bottom 372A/430A 628 Reese
1ea Threshold 487AS x ¼-20SSMSA 719 Reese
*NOTE: Adjust Strike LTC to permit closing without cutting astragal.
** Use 797B Category “A” doors.
HARDWARE GROUP # 46
ETH:
4ea Butts CP81 NRP 652 PBB
1ea StoreRm Lock CL880-J-LRC-630-18252-134-5001/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-26
BID SETAddendum #5
HARDWARE GROUP # 47
ETH:
8ea Butts CB81 NRP 652 PBB
1set Flushbolts 590/591 626 Burns
1ea StoreRm Lock CL880-J-LRC-630-18252-134-5001/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Astragal 553-M86 (act leaf- outside) 630 Burns
2ea Silencers 500 Gray Burns
HARDWARE GROUP # 48
ETH:
4ea Butts CB81 NRP 652 PBB
1ea StoreRm Lock ML9080-J-LRB-626-660002-134-5005/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89P-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Floor Stop/Holder * 529 626 Burns
1ea Door Seals 797B Blk Reese
1ea Sill S205A x ¼-20SS-MSA 719 Reese
* Note: Delete HO at fire rated openings.
HARDWARE GROUP # 49
ETH:
3ea Butts BB51 NRP 630 PBB
1ea Deadbolt MB9961T-626-5004-BLK-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
1ea Door Seals 797B Blk Reese
1ea Threshold S486AS x ¼-20-SSMSA 719 Reese
HARDWARE GROUP # 50
ETH:
4ea Butts CB81 NRP 652 PBB
1ea StoreRm Lock ML9080-J-LRB-626-660002-134-5005/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89P-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Floor Stop/Holder * 529 626 Burns
1ea Door Seals 797B Blk Reese
1ea Sill S205A x ¼-20SS-MSA 719 Reese
* Note: Delete HO at fire rated openings.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-27
BID SETAddendum #5
HARDWARE GROUP # 51
ETH:
4ea Butts BB81 652 PBB
1ea StoreRm Lock ML9080-T-LRB-626-660002-134-5005/118-BLK-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall/Floor Stop 570/510 630 Burns
1set Door Seals 588D* Brn Reese
1ea Door Bottom 372A/430A 628 Reese
1ea Sill S405A x ¼-20-SSMSA 719 Reese
* Use 797B Category “A” doors.
HARDWARE GROUP # 52
ETH:
4ea Butts CB81 NRP 652 PBB
1ea StoreRm Lock ML9080-T-LRB-626/660002-134-5005/118-BLK-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89P-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
1set Door Seals 588D* Brn Reese
1ea Door Bottom 372A/430A 628 Reese
1ea Sill S405A x ¼-20-SSMSA 719 Reese
* Use 797B at Category “A” doors.
HARDWARE GROUP # 53
ETH:
4ea Butts CB81 NRP 652 PBB
1ea StoreRm Lock ML9080-T-LRB-626/660002-134-5005/118-BLK-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89P-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
1set Door Seals 588D* Brn Reese
1ea Door Bottom 372A/430A 628 Reese
1ea Sill S405A x ¼-20-SSMSA 719 Reese
* Use 797B at Category “A” doors.
HARDWARE GROUP # 54
ETH:
4ea Butts CB81 NRP 652 PBB
1ea Fire Exit Device F9300B-463-630-YR09-630/660002-T-BLK-TMP 630 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89P-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
1ea D.P.S. MC4 600 Dorma
1set Door Seals 588D* Brn Reese
1ea Threshold S486AS x ¼-20-SSMSA 719 Reese
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-28
BID SETAddendum #5
* Use 797B at Category “A” doors.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-29
BID SETAddendum #5
HARDWARE GROUP # 55
ETH:
4ea Butts CB81 652 PBB
1ea StoreRm Lock ML9080-T-LRB-626-660002-134-5003/118-BLK-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89P-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
1ea D.P.S. MC4 600 Dorma
1set Door Seals 588D* Brn Reese
1ea Threshold S486AS x ¼-20-SSMSA 719 Reese
* Use 797B at Category “A” doors.
HARDWARE GROUP # 56
ETH:
3ea Butts 4C81 NRP 652 PBB
1ea Power Transfer ES105 689 Dorma
1ea Fire Exit Device F9300B-486-630-DE-LMMS-YRO9LFSF-T-BLK-TMP 630 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SPA-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Power Supply ES100 x KL 600 Dorma
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-56 - Dorma
1ea D.P.S. MC4 600 Dorma
1set Door Seals 588D* Brn Reese
1ea Threshold S486AS x ¼-20-SSMSA 719 Reese
* Use 797B at Category “A” doors.
Notes: Card Reader, relays, cable, conduit, connectors and terminations provided by Security Contractor.
Fire Alarm Relays and connections provided by others.
Remote Operation Control provided by Card access system.
HARDWARE GROUP # 57
ETH:
3ea Butts 4C81 652 PBB
1ea Butt 4C81EL -2+ 4 652 PBB
1ea Elec. Lock ML9080ELRX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Desk Mounted Push button PD15-2-MO SPDT 10A @ 30V AC/DC 600 Dorma
1ea Wiring Diagram WD-57 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Sill S405A x ¼-20-SSMSA 719 Reese
3ea Silencers 500 Gray Burns
Notes: Card Reader, relays, cable, conduit, connectors and terminations provided by Security Contractor.
Fire Alarm Relays and connections provided by others.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-30
BID SETAddendum #5
HARDWARE GROUP # 58
ETH:
8ea Butts CB81 NRP 652 PBB
1set Flushbolts 590/591 626 Burns
1ea StoreRm Lock ML9080-T-LRB-626-660002-134-5005/*-BLK-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1set Door Seals 588D** Brn Reese
1ea Astragal 553-M86 (act leaf- outside) 630 Burns
1set Door Seals 797B Brn Reese
1ea Door Seal 797B (applied to astragal) Blk Reese
2ea Door Bottom 372A/430A 628 Reese
1ea Threshold 487AS x ¼-20SSMSA 719 Reese
*NOTE: Adjust Strike LTC to permit closing without cutting astragal.
** Use 797B Category “A” doors.
HARDWARE GROUP # 59
ETH:
8ea Butts CB81 652 PBB
1set Flushbolts 590/591 626 Burns
1ea StoreRm Lock ML9080-T-LRB-626-660002-134-5005/*-BLK-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
2ea D.P.S. MC4 600 Dorma
1set Door Seals 588D** Brn Reese
1ea Astragal 553-M86 (act leaf- outside) 630 Burns
1set Door Seals 588D** (applied to the inactive leaf) Brn Reese
1ea Door Seal 797B (applied to astragal) Blk Reese
2ea Door Bottom 372A/430A 628 Reese
1ea Threshold 487AS x ¼-20SSMSA 719 Reese
*NOTE: Adjust Strike LTC to permit closing without cutting astragal.
** Use 797B Category “A” doors.
HARDWARE GROUP # 60
ETH:
8ea Butts BB81 HT NRP 652 PBB
1set Automatic Flushbolts 7845/7945 626 Burns
1ea StoreRm Lock ML9080-T-LRB-626-660002-134-5005/*-BLK-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
2ea Closers 8916-AF89P-SNB1-689 689 Dorma
1ea Coordinator 7600 w/Filler Bar 600 Burns
2ea Mounting Brackets 72AB/C 600 Burns
1set Door Seals 588D** Brn Reese
1ea Astragal 553-M86 (act leaf- outside) 630 Burns
1set Door Seals 797B Brn Reese
1ea Door Seal 797B (applied to astragal) Blk Reese
2ea Door Bottom 372A/430A 628 Reese
1ea Threshold 487AS x ¼-20SSMSA 719 Reese
*NOTE: Adjust Strike LTC to permit closing without cutting astragal.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-31
BID SETAddendum #5
** Use 797B Category “A” doors.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-32
BID SETAddendum #5
HARDWARE GROUP # 61
ETH:
4ea Butts CB81 652 PBB
1ea Passage Set ML9010-LRB-626-134-5003/118 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall/Floor Stop 570/510 630 Burns
1set Door Seals 588D* Brn Reese
1ea Sill S405A x ¼-20-SSMSA 719 Reese
* Use 797B at Category “A” doors.
HARDWARE GROUP # 62
ETH:
4ea Butts CB81 652 PBB
1ea Passage Set ML9010-LRB-626-134-5003/118 626 Dorma
1ea Closer 8916-AF89P-SNTPK-689 689 Dorma
1set Door Seals 797B Brn Reese
1ea Wall/Floor Stop 570/510 630 Burns
1set Door Seals 588D* Brn Reese
1ea Sill S405A x ¼-20-SSMSA 719 Reese
* Use 797B at Category “A” doors.
HARDWARE GROUP # 63
ETH:
4ea Butts CB81 652 PBB
1ea Passage Set ML9010-LRB-626-134-5003/118 626 Dorma
1ea Closer 8916-AF89P-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
1set Door Seals 797B Brn Reese
HARDWARE GROUP # 64
ETH:
4ea Butts CB81 652 PBB
1ea Passage Set ML9010-LRB-626-134-5003/118 626 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
1set Door Seals 797B Brn Reese
HARDWARE GROUP # 65
ETH:
4ea Butts CP81 652 PBB
1ea Passage Set CL810-LRC-626-18202-134-5001/118 626 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-33
BID SETAddendum #5
HARDWARE GROUP # 66
ETH:
4ea Butts CB81 652 PBB
1ea Passage Set CL810-LRC-626-18202-134-5001/118 626 Dorma
1ea Closer 8916-AF89P-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
1set Door Seals 797B Brn Reese
HARDWARE GROUP # 67
ETH:
4ea Butts CB51 630 PBB
1ea Pushplate 57 8x16 630 Burns
1ea Pull 26D x TB* 630 Burns
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
Note: Sill by others.
* Install pull with TB’s. Cover TB’s with pushplate.
HARDWARE GROUP # 68
ETH:
4ea Butts 4C51 630 PBB
1ea ClassRm Lock ML9070-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Mop Plate .J103 x 038 x CSK x 3BE x 4 x 1LDW 630 Burns
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
Note: Sill & Signage by others.
* Install pull with TB’s. Cover TB’s with pushplate. Locate cylinder hole so plate edge is 1/8” from the
frame stop when door is closed.
HARDWARE GROUP # 69
ETH:
4ea Butts CB81 652 PBB
1ea Privacy Lock ML9040-LRB-626-134-5003/118 – 79020 626 Dorma
1ea Closer 8916-AF89P-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
Note: Sill & Signage by others.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-34
BID SETAddendum #5
HARDWARE GROUP # 70
ETH:
4ea Butts CB81 652 PBB
1ea Privacy Lock ML9040-LRB-626-134-5003/118 – 79020 626 Dorma
1ea Closer 8916-AF89P-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
Note: Sill & Signage by others.
HARDWARE GROUP # 70-A
ETH:
4ea Butts CB81 652 PBB
1ea Rest Room Lock ML9060-LRB-626-134-5003/118–79019 . 626 Dorma
1ea Closer 8916-AF89P-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
Note: Sill & Signage by others.
HARDWARE GROUP # 71
ETH:
4ea Butts CB81 652 PBB
1ea Privacy Lock CL840-LRC-626-18232-134-5001/118 626 Dorma
1ea Closer 8916-AF89P-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
Note: Sill & Signage by others.
HARDWARE GROUP # 72
ETH:
4ea Butts CP81 652 PBB
1ea Privacy Lock CL840-LRC-626-18232-134-5001/118 626 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
Note: Sill & Signage by others.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-35
BID SETAddendum #5
HARDWARE GROUP # 73
ETH:
4ea Butts CP81 652 PBB
1ea Privacy Lock CL840-LRC-626-18232-134-5001/118 626 Dorma
1ea OH Stop 702S 626 Burns
3ea Silencers 500 Gray Burns
Note: Sill & Signage by others.
HARDWARE GROUP # 74
ETH:
4ea Butts 4C81 652 PBB
1ea Fire Exit Device F9300B-486-630-YR23 630 Dorma
1ea Closer 8916-SPA-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall Stop 570 630 Burns
1set Door Seals 588D* Brn Reese
1ea Threshold S483AS x ¼-20SSMSA 719 Reese
*Note: Warning of Stairwell or other danger to visually impaired on pushbar or lever as required.
* Use 797B at Category “A” doors.
HARDWARE GROUP # 75
ETH:
4ea Butts 4C81 NRP 652 PBB
1ea Fire Exit Device F9300B-486-630-YR08C-T-BLK-TMP 630 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SPA-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall Stop 570 630 Burns
1set Door Seals 588D* Brn Reese
1ea Threshold S483AS x ¼-20SSMSA 719 Reese
*Note: Warning of Stairwell or other danger to visually impaired on pushbar or lever as required.
* Use 797B at Category “A” doors.
HARDWARE GROUP # 76
ETH:
4ea Butts 4C81 NRP 652 PBB
1ea Power Transfer ES105 689 Dorma
1ea Fire Exit Device F9300B-486-630-MS-YR09LFSF-T-BLK-TMP 630 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SPA-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Power Supply ES100 x KL 600 Dorma
1ea Junction Box 501JB w/20pt Terminal Strip 600 Dorma
1ea Door Position Switch MC4 600 Dorma
1ea Wiring Diagram WD-76 - Dorma
1set Door Seals 588D* Brn Reese
1ea Threshold S483AS x ¼-20SSMSA 719 Reese
* Use 797B at Category “A” doors.
Card Reader, relays, cable, conduit, connectors and terminations provided by Security Contractor.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-36
BID SETAddendum #5
Fire Alarm Relays and connections provided by others.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-37
BID SETAddendum #5
HARDWARE GROUP # 77
ETH:
4ea Butts 4C81 652 PBB
1ea Fire Exit Device F9300B-486-630-YR23 630 Dorma
1ea Closer 8916-SPA-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall Stop 570 630 Burns
1set Door Seals 588D* Brn Reese
* Use 797B at Category “A” doors.
HARDWARE GROUP # 78
ETH:
4ea Butts 4C81 NRP 652 PBB
1ea Power Transfer ES105 689 Dorma
1ea Fire Exit Device F9300B-486-630-DE-YR09-LFSC-T-BLK-TMP 630 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SPA-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Power Supply ES100 600 Dorma
1ea Junction Box 501JB w/20pt Terminal Strip 600 Dorma
1ea Stand-by Power Box 501JP x 4ea (RB12V7) [for Trim only] 600 Dorma
1ea Door Position Switch MC4 600 Dorma
1ea Wiring Diagram WD-78 - Dorma
1set Door Seals 588D* Brn Reese
1ea Threshold S483AS x ¼-20SSMSA 719 Reese
* Use 797B at Category “A” doors.
Card Reader, relays, cable, conduit, connectors and terminations provided by Security Contractor.
Fire Alarm Relays and connections provided by others.
HARDWARE GROUP # 79
ETH:
4ea Butts 4C81 NRP 630 PBB
1ea Power Transfer ES105 689 Dorma
1ea Fire Exit Device F9300B-486-630-ES-MS-87R20-T-BLK-TMP 630 Dorma
2ea Permanent Core 77-D100-626-MKD 626 Dorma
2ea Pulls VP7240-95” x 6HD 630 Burns
1ea Closer/Operator ED800J 696 Dorma
1ea Actuator 800WS-1 LOGO (exterior) 630 Dorma
1ea Actuator 800WS-1 630 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Power Supply PS501 600 Dorma
1ea Junction Box 501JB w/20pt Terminal Strip 600 Dorma
1ea Key Switch K701-6-J-BLK-TMP x L2 x SS632 630 Dorma
1ea Wiring Diagram WD-79 - Dorma
1set Door Seals 588D** Brn Reese
1ea Threshold S483AS x ¼-20SSMSA 719 Reese
** Use 797B at Category “A” doors.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-38
BID SETAddendum #5
HARDWARE GROUP # 80
ETH:
All hardware provided by Door Supplier. – See Section 084126
HARDWARE GROUP # 81
ETH:
All hardware provided by Door Supplier. – See Section 084126
HARDWARE GROUP # 82
ETH:
3ea Butts 4C81 NRP 652 PBB
1ea Butt 4C81EL-2+4Q 652 PBB
1ea Elec. Lock ML9080EU-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
2ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-82 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Viewer 852 626 Burns
1set Door Seals 797B Brn Reese
1ea Sill S205A x ¼-20SS-MSA 719 Reese
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
HARDWARE GROUP # 83
ETH:
3ea Butts 4C81 NRP 652 PBB
1ea Butt 4C81EL-2+4Q 652 PBB
1ea Elec. Lock ML9080EURX-J-***/LRB-626-134-5003/118-TMP-24VDC 626 Dorma
2ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-83 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Viewer 852 626 Burns
1set Door Seals 797B Brn Reese
1ea Sill S205A x ¼-20SS-MSA 719 Reese
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
*** Custom Wood Lever on Courtroom Side similar to FSB # 1209
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-39
BID SETAddendum #5
HARDWARE GROUP # 84
ETH:
3ea Butts 4C81 NRP 652 PBB
1ea Butt 4C81EL-2+4Q 652 PBB
1ea Elec. Lock ML9082EU-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
2ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-84 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Viewer 852 626 Burns
1set Door Seals 797B Brn Reese
1ea Sill S205A x ¼-20SS-MSA 719 Reese
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
HARDWARE GROUP # 84-A
ETH:
3ea Butts 4C81 NRP 652 PBB
1ea Butt 4C81EL-2+4Q 652 PBB
1ea Elec. Lock ML9082EURX-J-***/LRB-626-134-5003/118-TMP-24VDC 626 Dorma
2ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Power Supply 502RF ACM-1, x RB12V4-9Ah x KL x CR 600 Dorma
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-84A - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Viewer 852 626 Burns
1set Door Seals 797B Brn Reese
1ea Sill S205A x ¼-20SS-MSA 719 Reese
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
*** Custom Wood Lever on Courtroom Side similar to FSB # 1209
HARDWARE GROUP # 85
ETH:
4ea Butts CP81 652 PBB
1ea Privacy Lock ML9040-LRB-626-134-5003/118 626 Dorma
1ea O.H. Stop 910S 626 Dorma
1set Sound Seals 93C 719 Reese
1ea Door Bottom 430A 719 Reese
1ea Sill S205A x ¼-20SS-MSA 719 Reese
Note: Sill & Signage by others.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-40
BID SETAddendum #5
HARDWARE GROUP # 86
ETH:
3ea Butts 4C81 652 PBB
1ea Butt 4C81EL-2+4Q 652 PBB
1ea Elec. Lock ML9080EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-86 - Dorma
1ea D.P.S. MC4 600 Dorma
1set Sound Seals 33C Brn Reese
1ea Threshold S257AS x ¼-20-SSMSA 719 Reese
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
HARDWARE GROUP # 87
ETH:
4ea Butts 4C81 NRP 652 PBB
1ea ClassRm Lock ML9070-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SPA-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
1set Door Seals 588D* Brn Reese
1ea Threshold S483AS x ¼-20-SSMSA 719 Reese
* Use 797B at Category “A” doors.
HARDWARE GROUP # 88
ETH:
4ea Butts 4C81 652 PBB
1ea ClassRm Lock ML9070-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
1set Door Seals 588D* Brn Reese
1ea Threshold S483AS x ¼-20-SSMSA 719 Reese
* Use 797B at Category “A” doors.
HARDWARE GROUP # 89
ETH:
4ea Butts CP81 652 PBB
1ea Office Lock ML9050-J-LRB-626-134-5003/118-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea O.H. Stop 712S 652 Dorma
1ea Door Seals 797B Blk Reese
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-41
BID SETAddendum #5
HARDWARE GROUP # 90
ETH:
4ea Butts CP81 652 PBB
1ea Passage Set ML9010-LRB-626-134-5003/118 626 Dorma
1ea Wall/Floor Stop 570/510 630 Burns
3ea Silencers 500 Gray Burns
HARDWARE GROUP # 91
ETH:
3ea Butts 4C81 652 PBB
1ea Butt 4C81EL -2+ 4 652 PBB
1ea Elec. Lock ML9080EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Desk Mounted Push button PD15-2 MO SPDT 10A @ 30V AC/DC 600 Dorma
1ea Wiring Diagram WD-91 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Sill S405A x ¼-20-SSMSA 719 Reese
3ea Silencers 500 Gray Burns
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
HARDWARE GROUP # 92
ETH:
7ea Butts 4C81 652 PBB
1ea Butt 4C81EL -2+ 4 652 PBB
1ea Elec. Lock ML9080EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
2ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Desk Mounted Push button PD15-2 MO SPDT 10A @ 30V AC/DC 600 Dorma
1ea Wiring Diagram WD-92 - Dorma
2ea D.P.S. MC4 600 Dorma
1ea Sill S405A x ¼-20-SSMSA 719 Reese
2ea Silencers 500 Gray Burns
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-42
BID SETAddendum #5
HARDWARE GROUP # 93
ETH:
3ea Butts 4C81 652 PBB
1ea Butt 4C81EL -2+ 4 652 PBB
1ea Elec. Lock ML9080EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Desk Mounted Push button PD15-2 (MO SPDT 10A @ 30V AC/DC) 600 Dorma
1ea Wiring Diagram WD-93 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Sill S405A x ¼-20-SSMSA 719 Reese
3ea Silencers 500 Gray Burns
Note: Cable, conduit, connectors and terminations by Security Contractor.
Monitoring is a function of the security system and not locally controlled.
HARDWARE GROUP # 94
ETH:
3ea Butts 4C81 652 PBB
1ea Butt 4C81EL -2+ 4 652 PBB
1ea Elec. Lock ML9080EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
2ea Desk Mounted Push button PD15-2 (MO SPDT 10A @ 30V AC/DC) 600 Dorma
1ea Wiring Diagram WD-94 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Sill S405A x ¼-20-SSMSA 719 Reese
3ea Silencers 500 Gray Burns
Note: Cable, conduit, connectors and terminations by Security Contractor.
Monitoring is a function of the security system and not locally controlled.
HARDWARE GROUP # 95
ETH:
3ea Butts 4C81 NRP 652 PBB
1ea Butt 4C81EL -2+ 4 652 PBB
1ea Elec. Lock ML9080EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SPA-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Desk Mounted Push button PD15-2 (MO SPDT 10A @ 30V AC/DC) 600 Dorma
1ea Wiring Diagram WD-95 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Sill S405A x ¼-20-SSMSA 719 Reese
3ea Silencers 500 Gray Burns
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-43
BID SETAddendum #5
HARDWARE GROUP # 96
ETH:
3ea Butts 4C81 NRP 652 PBB
1ea Butt 4C81EL -2+ 4 652 PBB
1ea Elec. Lock ML9080EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SPA-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Desk Mounted Push button PD15-2 (MO SPDT 10A @ 30V AC/DC) 600 Dorma
1ea Wiring Diagram WD-96 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Sill S405A x ¼-20-SSMSA 719 Reese
3ea Silencers 500 Gray Burns
Note: Cable, conduit, connectors and terminations by Security Contractor.
HARDWARE GROUP # 97
ETH:
3ea Butts 4C81 652 PBB
1ea Butt 4C81EL-2+4Q 652 PBB
1ea Elec. Lock ML9080EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-97 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Sill S205A x ¼-20SS-MSA 719 Reese
3ea Silencers 500 Gray Burns
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
HARDWARE GROUP # 98
ETH:
3ea Butts 4C81 652 PBB
1ea Butt 4C81EL-2+4Q 652 PBB
1ea Elec. Lock ML9080ELRX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-98 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Sill S205A x ¼-20SS-MSA 719 Reese
3ea Silencers 500 Gray Burns
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
Fire Alarm connections, relays by security contractor.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-44
BID SETAddendum #5
HARDWARE GROUP # 99
ETH:
3ea Butts 4C81 NRP 652 PBB
1ea Butt 4C81EL-2&4Q 652 PBB
1ea Elec. Lock ML9080EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SPA-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-99 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Sill S205A x ¼-20SS-MSA 719 Reese
3ea Silencers 500 Gray Burns
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
HARDWARE GROUP # 100
ETH:
3ea Butts 4C81 NRP 652 PBB
1ea Butt 4C81EL-2&4Q 652 PBB
1ea Elec. Lock ML9080EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-A89FP-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-100 - Dorma
1ea D.P.S. MC4 600 Dorma
1set Door Seals 588D* Brn Reese
1ea Threshold S486AS x ¼-20-SSMSA 719 Reese
* Use 797B at Category “A” doors.
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
HARDWARE GROUP # 101
ETH:
3ea Butts 4C81 652 PBB
1ea Butt 4C81EL-2+4Q 652 PBB
1ea Elec. Lock ML9080EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-101 - Dorma
1ea D.P.S. MC4 600 Dorma
1set Door Seals 588D* Brn Reese
1ea Threshold S486AS x ¼-20-SSMSA 719 Reese
* Use 797B at Category “A” doors.
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
Fire Alarm connections, relays by security contractor.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-45
BID SETAddendum #5
HARDWARE GROUP # 102
ETH:
8ea Butts 4B81 652 PBB
1set Auto Flushbolts 7845/7945 626 Burns
1ea Elec. Lock ML9080EURX-J-LRB-626/660002-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1set Closer/Coordinator Unit TS93-GSR-EMF1I 689 Dorma
2ea Armor Plate J101 x .050 x CSK x 3BE x 34”H x 2LDW 630 Burns
2ea Edge Guards 307 x CFH x 34”H 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-102 - Dorma
1ea D.P.S. MC4 600 Dorma
1set Door Seals 588D** Brn Reese
1ea Astragal 553-M86 (act leaf- outside) 630 Burns
1set Door Seals 588D** (applied to the inactive leaf) Brn Reese
1ea Door Seal 797B (applied to astragal) Blk Reese
1ea Threshold BAP18-6 x ¼-20SSMSA 719 Reese
*NOTE: Adjust Strike LTC to permit closing without cutting astragal.
** Use 797B Category “A” doors.
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
Fire Alarm & electric connections by others.
HARDWARE GROUP # 103
ETH:
3ea Butts 4C81 SH 652 PBB
1ea Butt 4C81EL-2+4Q 652 PBB
1ea Deadbolt MB9963J-5004-TMP
1ea Elec. Lock ML9080EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
2ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-103 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Sill S205A x ¼-20SS-MSA 719 Reese
3ea Silencers 500 Gray Burns
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
HARDWARE GROUP # 104
ETH:
3ea Butts 4C81 SH 652 PBB
1ea Butt 4C81EL-2+4Q 652 PBB
1ea Deadbolt MB9963J-5004-TMP 626 Dorma
1ea Elec. Lock ML9080EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
2ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SPA-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-46
BID SETAddendum #5
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-104 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Sill S205A x ¼-20SS-MSA 719 Reese
3ea Silencers 500 Gray Burns
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
*On interlock system with Dr # XXX.
Fire Alarm connections, relays by security contractor.
HARDWARE GROUP # 105
ETH:
3ea Butts 4C81 NRP 652 PBB
1ea Butt 4C81EL-2+4Q 652 PBB
1ea Elec. Lock ML9082EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-105 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Sill S205A x ¼-20SS-MSA 719 Reese
3ea Silencers 500 Gray Burns
Note: Card Reader, Remote Release, relays, cable, conduit, connectors and
terminations by Security Contractor.
HARDWARE GROUP # 106
ETH:
3ea Butts 4C81 NRP 652 PBB
1ea Butt 4C81EL-2+4Q 652 PBB
1ea Elec. Lock ML9082ELRX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-AF89-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-106 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Sill S205A x ¼-20SS-MSA 719 Reese
3ea Silencers 500 Gray Burns
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
Fire Alarm connections and relays by others.
HARDWARE GROUP # 107
ETH:
4ea Butts 4C81 NRP 652 PBB
1ea Power Transfer ES105 689 Dorma
1ea Fire Exit Device F9500B-465-630-DE-YR09-LFSC-T-BLK-TMP 630 Dorma
2ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-IS-SNB-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-47
BID SETAddendum #5
1ea Power Supply ES100 600 Dorma
1ea Junction Box 501JP w/20 point terminal strip 600 Dorma
1ea Wiring Diagram WD-107A - Dorma
1ea DPS MC4 600 Dorma
1ea Door Seals 797B Blk Reese
1ea Door Seals 797B (applied to astragal) Blk Reese
1ea Threshold S257AS x ¼-20SSMSA 719 Reese
Note: Card Readers, relays, cable, conduit, connectors and terminations by Security Contractor.
HARDWARE GROUP # 108
ETH:
3ea Butts 4C81 NRP 652 PBB
1ea Power Transfer ES105 689 Dorma
1ea Fire Exit Device F9300B-486-630-DE-LMMS-YRO9-LFSF-T-BLK-TMP 630 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SPA-SNTPK-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Power Supply ES100 x KL 600 Dorma
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-108 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Sill S205A x ¼-20SS-MSA 719 Reese
3ea Silencers 500 Gray Burns
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
Fire alarm connections by Others. Remote Operation through Card access system.
HARDWARE GROUP # 109
ETH:
7ea Butts 4C81 652 PBB
1ea Butt 4C81EL-2+4Q 652 PBB
1set Auto Flush Bolts 7845/7945 626 Burns
1ea Elec. Lock ML9080EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1set Closer/Coordinator Unit TS93-GSR 689 Dorma
2ea DPS MC4 600 Dorma
1set Door Seals 588D** Brn Reese
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-109 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Astragal 553-M86 (act leaf- outside) 630 Burns
1set Door Seals 588D** (applied to the inactive leaf) Brn Reese
1ea Door Seal 797B (applied to astragal) Blk Reese
1ea Sill S205A x ¼-20SS-MSA 719 Reese
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
HARDWARE GROUP # 109A
ETH:
3ea Butts 4B81 NRP 652 PBB
1ea Power Transfer ES105 689 Dorma
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-48
BID SETAddendum #5
1ea Exit Device F9300B-463-630-ES-LM/MS-YR03R-T-BLK-TMP 630 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916SPA 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Power Supply PS501 600 Dorma
1ea Junction Box 501JPx20TS 600 Dorma
1ea Door Position Switch MC4 600 Dorma
1ea Wiring Diagram WD-109A - Dorma
1set Door Seals 797B BLK Reese
1ea Sill S405A x ¼-20SS-MSA 719 Reese
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
HARDWARE GROUP # 110
ETH:
4ea Butts 4C51 NRP & SH 630 PBB
1ea Detention Lock NS406-NFS-01-BC-24VDC-630-5-3/4 ext x jamb mounting 630 Folger-Adams
2ea Cylinder 97BXX*-BLK-134/8-626-TMP 626 Dorma
3ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Dummy Trim-Lever 630 Burns
1ea Push Plate 57 4x16 630 Burns
1ea Concealed Closer RTS28 NHO 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Stop (as required) 630 Burns
1ea Door Position Switch MC4 600 Dorma
1ea Junction Box 501JP w/20pt Terminal Strip 600 Dorma
1ea Desk Button PD152 600 Dorma
1ea Key Switch KS701-L2-CYL-T-BLK 630 Dorma
1ea Wiring Diagram WD-110 - Dorma
3ea Silencers 500 Gray Burns
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
Remote Operation by others.
HARDWARE GROUP # 111
ETH:
8ea Butts 4C51 NRP 630 PBB
2ea Flushbolts 590 626 Burns
1ea 3 Point Lock MS1850S x 4015 x 4085 626 Adams Rite
1ea Permanent Core 77-D100-626-MKD 626 Dorma
2ea Pulls VP7240-95” x 6HD 630 Burns
2sets Push Bars 2-M424 x 6HD (mtd @ 38” & 44” AFF) 630 Burns
2ea Closers RTS-25 689 Dorma
2ea Magnetic Lock EMSL2766-AHC-DPS1- 689 Dorma
1ea Junction Box 501JP w/20 point terminal strip 600 Dorma
1ea Sign NFPA 101 7.2.1.5.4.1.– “....Door Unlocked during business hours........”
1ea Wiring Diagram WD-111 - Dorma
2ea DPS MC4 600 Dorma
1ea Sill 405A x ¼-20SSMSA 719 Reese
Notes: Door Seals and astragals by Al. Dr. Mfg.
Fire Alarm Relays and connections provided by others.
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-49
BID SETAddendum #5
HARDWARE GROUP # 112
ETH:
4ea Pivots 75520 652 Dorma
1ea Fire Exit Device F9300B-486-630-YR23 630 Dorma
1ea Closer TS93-5 PKT90 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Wall Stop 570 630 Burns
1ea Wall magnet EM504 24120 689 Dorma
1set Door Seals 588D* Brn Reese
Use 797B at Category “A” doors.
Door held open in 5-1/4” deep pocket, flush with wall surface
HARDWARE GROUP # 113
ETH:
7ea Butts 4C81 NRP 652 PBB
1ea Butt 4C81EL-2+4Q 652 PBB
1set Auto Flush Bolts 7845/7945 626 Burns
1ea Elec. Lock ML9080EURX-J-LRB-626-134-5003/118-TMP-24VDC 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Coordinator 7600 w/Filler Bar 600 Burns
2ea Closers 8916AFP 689 Dorma
2ea Mounting Brackets 72AB/C 600 Burns
2ea DPS MC4 600 Dorma
1set Door Seals 588D** Brn Reese
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Power Supply 502RF x RB12V4-9Ah x KL x CR (DELETED) 600 Dorma
1ea Junction Box 501JP w/20pt terminal strip 600 Dorma
1ea Wiring Diagram WD-113 - Dorma
1ea D.P.S. MC4 600 Dorma
1ea Astragal 553-M86 (act leaf- outside) 630 Burns
1set Door Seals 588D** (applied to the inactive leaf) Brn Reese
1ea Door Seal 797B (applied to astragal) Blk Reese
1ea Sill S205A x ¼-20SS-MSA 719 Reese
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
HARDWARE GROUP # 114
ETH:
8ea Butts 4C51 NRP 630 PBB
2ea Power Transfer ES105 689 Dorma
1ea Fire Exit Device F9400B-8-426-439-630-HC-DE-T-BLK-TMP 630 Dorma
1ea Fire Exit Device F9400B-8-426-439-630-HC-DE-YR09-LFSC-T-BLK-TMP 630 Dorma
2 ea. Wall Magnet EM504 24120 689 Dorma
3ea Permanent Core 77-D100-626-MKD 626 Dorma
2ea Closer 8916-SDST-SNB-689 689 Dorma
2ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Power Supply ES100 600 Dorma
1ea Junction Box 501JP w/20 point terminal strip 600 Dorma
2ea DPS MC4 600 Dorma
1ea Wiring Diagram WD-4 -- Dorma
1ea Door Seals 797B (applied to astragal) Blk Reese
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-50
BID SETAddendum #5
Hardware Group #115 has been deleted.
HARDWARE GROUP # 115
ETH:
6ea Butts 4C81 NRP 630 PBB
1 ea Fire Exit Device F9100B-7-418-439-630 630 Dorma
1 ea Fire Exit Device F9500B-465-630-YR08M-T-BLK-TMP 630 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1 ea Coordinator 7600 w/Filler Bar 600 Burns
2ea Mounting Brackets 72AB/C 600 Burns
1 ea Carry Bar CB72 652 Burns
2ea Closer 8916-SDS-SNB-689 689 Dorma
2ea Kickplates J102 x .050 x CSK x 3BE X 8 x 2LDW 630 Burns
2ea DPS MC4 600 Dorma
1set Door Seals 797B Blk Reese
1ea Door Seal 797B (applied to astragal) Blk Reese
1ea Sill S205A x ¼-20SS-MSA 719 Reese
HARDWARE GROUP # 116
ETH:
4ea Butts 4C51 NRP & SH 630 PBB
1ea Power Transfer ES105 689 Dorma
1ea Exit Device 9300B-463-630-HC-DE-LM/MS-YR09LFSC-T-BLK-TMP 630 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Closer 8916-SDS-SNB-689 689 Dorma
1ea Kickplates J102 x .050 x CSK x 3BE x 8 x 2LDW 630 Burns
1ea Power Supply ES100 600 Dorma
1ea Junction Box 501JP w/20 point terminal strip 600 Dorma
1ea Door Position Switch MC4 600 Dorma
1ea Wiring Diagram WD-116 -
Contractor
1ea Drip Cap R201a 4”ODW 688 Reese
1set Door Seals 757A 628 Reese
1ea Door Bottom 967C (ext side of door) 628 Reese
1ea Threshold 483AS x ¼-20SSMSA 719 Reese
Note: Card Reader, relays, cable, conduit, connectors and terminations by Security Contractor.
Note: Must comply with Florida Building Code requirements. Supplier must provide certification of
compliance, M.D.P.A. N.O.A. # 07-0312.06 + 80 psf or similar.
Interlock set # C -- Drs # 01180-01, 0118-02, 01180-04, 01180-05,
HARDWARE GROUP # 117
ETH:
1ea Cylinder 87R20/97B10-T-BLK-TMP 626 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Padlock 626 Dorma
2ea DPS 2209 630 Sentrol
All other hardware by door manufacturer or security contractor.
Interlock set # C -- Drs # 01180-01, 0118-02, 01180-04, 01180-05,
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-51
BID SETAddendum #5
HARDWARE GROUP # 118
ETH:
3ea Butts 4C51 NRP 630 PBB
1ea Exit Device 9600-BB-8-418-439-ALD-630-HC-CD-ZP03 630 Dorma
1ea Permanent Core 77-D100-626-MKD 626 Dorma
1ea Auto Door Operator DS2239-01A ED400 689 Dorma-Auto
1ea Wireless Actuator 10PBS1 (Exterior) 630 B.E.A.
1 ea Wireless Receiver RD433 - B.E.A.
1ea Wireless Transmitter 10TD433PB9V - B.E.A.
1 ea Actuator HW 10PBS1 (Interior) 630 B.E.A.
1 ea Realy 1024 - B.E.A.
1ea DPA MC4 600 Dorma
2ea Door Bottom 967C (Ext. side of Door) 628 Reese
1ea Threshold 483AS x ¼-20SSMSA 719 Reese
Notes: Door seals and astragals bt Al. Dr. Mfg.
Fire alarm relays and connections provided by others.
Opening must comply with Florida Building Code requirements. Supplier must provide certification of
Compliance, M.D.P.A. N.O.A. # plus or minus 70 psf or similar.
HARDWARE GROUP # 119
ETH:
6ea Butts 4C81 NRP 652 PBB
1ea Exit Device F9100-BB-7-418-431-PB-YR02R-660002** 630 Dorma
1 ea Fire Exit Device F9500B-465-630-YR08M-T-BLU-TMP-660002** 630 Dorma
1ea Cylinder 97C10-BLU-134-626-TMP 626 Dorma
1ea Permanent Core 77-BG-626-MKD 626 Dorma
2ea Closer 8916-SPA-WS/SNTPK-689 689 Dorma
1ea Coordinator 7600 w/Filler Bar 600 Burns
2ea Mounting Brackets 72AB/C 600 Burns
2ea Kickplates J102-.062-CSK-3BE-(8 x 2LDW)-630 630 Burns
2ea magnetic Holder EM-S24120*** 628 Dorma
2ea Floor Stop 510** 630 Burns
1set Door Seals 638CH x Blaze Seal* Dray Reese
1ea Edge Seal 638CH x Blaze Seal* 600 Reese
1ea Sill S205A x SS1/4-20MSA 719 Reese
*Delete Intumescent seals where Category “A” wood doors are provided.
Hardware Groups # 118 through #120 have been deleted.
HARDWARE GROUP # 121
ETH:
4ea Butts HT4C51 NRP & SH 630 PBB
1ea Deadlock 12-6 - 1¼”-HM-630 626 Folger Adams
1ea Key (Prison Paracentric) - Folger Adams
1ea Flush Pull 460 x (Torx) 626 Burns
1set Door Seals 588D** Brn Reese
1ea Threshold 487AS x ¼-20SSMSA 719 Reese
Broward County Courthouse DOOR HARDWARE (Tower)
August 15, 2011October 12, 2011 08 71 11-52
BID SETAddendum #5
* Coordinate cylinder length, cam and collar with lock mfg.
** Use 797B at Category “A” doors.
HARDWARE GROUP # Misc.
PROVIDE THE FOLLOWING:
2ea. Key Cabinet. Locations determined by architect.
25ea. Const. Master Keys.
10ea. Cut keys: .GGMK, GMK, MK’s, and 3 keys each cyl.
5ea. Control keys
40ea. Extra permanent cores keyed to owner’s directions.
1ea. Written warranty for each, Lock & cylinders, closers and exit devices.
1set. Catalog cuts and Parts Manuals for Locks, Closers and Exit Devices.
4ea. Jobsite instruction, inspection and consultations.
1ea. Installation of Permanent Cores by Core Manufacturer’s Representative
2ea. Cans – Touch-up Paint to match closer paint.
2000ea. Metallic Labels 3.5 x 1 inch with Dr # and Hdwe Grp #
END OF SECTION
Broward County Courthouse GLAZING
August 15, 2011October 12, 2011 08 80 00 - 1
BID SETAddendum #5
SECTION 08 80 00 - GLAZING
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Glass.
B. Glazing compounds and accessories.
1.2 RELATED REQUIREMENTS
A. Section 01 81 13.13 - Sustainable Design Requirements.
B. Section 06 20 00 - Finish Carpentry: wood components with requirements for glass.
C. Section 07 25 00 - Weather Barriers.
D. Section 07 90 05 - Joint Sealers: Sealant and back-up material.
E. Section 08 11 13 - Hollow Metal Doors and Frames: Glazed doors and borrowed lites.
F. Section 08 14 16 - Flush Wood Doors: Glazed doors.
G. Section 08 14 33 - Stile and Rail Wood Doors: Glazed doors.
H. Section 08 43 13 - Aluminum-Framed Storefronts.
I. Section 08 51 13 - Aluminum Windows: Glazed windows.
J. Section 08 83 00 - Mirrors.
K. Section 08 44 16 - Glazed Curtain Walls.
L. Section 10 28 00 - Toilet, Bath, and Laundry Accessories: Framed Mirrors.
1.3 REFERENCE STANDARDS
A. 16 CFR 1201 - Safety Standard for Architectural Glazing Materials; current edition.
B. ASTM C 864 - Standard Specification for Dense Elastomeric Compression Seal Gaskets, Setting Blocks,
and Spacers; 2005.
C. ASTM C 1036 - Standard Specification for Flat Glass; 2006.
D. ASTM C 1048 - Standard Specification for Heat-Treated Flat Glass--Kind HS, Kind FT Coated and
Uncoated Glass; 2004.
E. ASTM C 1172 - Standard Specification for Laminated Architectural Flat Glass; 2009.
F. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2010.
G. GANA (GM) - GANA Glazing Manual; Glass Association of North America; 2004.
1.4 PERFORMANCE REQUIREMENTS
A. General: Installed glazing systems shall withstand normal thermal movement and wind and impact loads
(where applicable) without failure, including loss or glass breakage attributable to the following:
defective manufacture, fabrication, or installation; failure of sealants or gaskets to remain watertight and
airtight; deterioration of glazing materials; or other defects in construction.
B. Delegated Design: Design glass, including comprehensive engineering analysis according to ASTM E
1300 and Florida Building Code by a qualified professional engineer, using the following design criteria:
1. Design Wind Pressures: Determine design wind pressures applicable to Project according to
Broward County Courthouse GLAZING
August 15, 2011October 12, 2011 08 80 00 - 2
BID SETAddendum #5
ASCE/SEI 7, based on heights above grade indicated on Drawings.
a. Wind Design Data: As indicated on Drawings.
b. Basic Wind Speed: As indicated on Drawings.
c. Importance Factor: As indicated on Drawings.
d. Exposure Category: As indicated on Drawings.
2. Vertical Glazing: For glass surfaces sloped 15 degrees or less from vertical, design glass to resist
design wind pressure based on glass type factors for short-duration load.
3. Sloped Glazing: For glass surfaces sloped more than 15 degrees from vertical, design glass to resist
each of the following combinations of loads:
a. Outward design wind pressure minus the weight of the glass. Base design on glass type
factors for short-duration load.
b. Inward design wind pressure plus the weight of the glass. Base design on glass type factors
for short-duration load.
c. Half of the inward design wind pressure plus the weight of the glass. Base design on glass
type factors for long-duration load.
4. Glass Type Factors for Patterned and Sandblasted Glass:
a. Short-Duration Glass Type Factor for Patterned Glass: 1.0.
b. Long-Duration Glass Type Factor for Patterned Glass: 0.6.
c. Short-Duration Glass Type Factor for Sandblasted Glass: 0.5.
5. Glass Design: Glass thickness designations indicated are minimums and are for detailing only.
Confirm glass thicknesses by analyzing Project loads and in-service conditions.
a. Minimum Glass Thickness for Exterior Laminated Lites: Not less than 9/16 inch.
6. Thickness of Patterned Glass: Base design of patterned glass on thickness at thinnest part of the
glass.
7. Probability of Breakage for Sloped Glazing: For glass surfaces sloped more than 15 degrees from
vertical, design glass for a probability of breakage not greater than 0.001.
8. Maximum Lateral Deflection: For glass supported on all four edges, limit center-of-glass
deflection at design wind pressure to not more than 1/50 times the short-side length or 1 inch,
whichever is less.
9. Differential Shading: Design glass to resist thermal stresses induced by differential shading within
individual glass lites.
C. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes
acting on glass framing members and glazing components.
1. Temperature Change: 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces.
1.5 PRECONSTRUCTION TESTING
A. Preconstruction Adhesion and Compatibility Testing: Test each glazing material type, tape sealant,
gasket, glazing accessory, and glass-framing member for adhesion to and compatibility with elastomeric
glazing sealants.
1. Testing will not be required if data are submitted based on previous testing of current sealant
products and glazing materials matching those submitted.
2. Use ASTM C 1087 to determine whether priming and other specific joint-preparation techniques are
required to obtain rapid, optimum adhesion of glazing sealants to glass, tape sealants, gaskets, and
glazing channel substrates.
3. Test no fewer than five Samples of each type of material, including joint substrates, shims, sealant
backings, secondary seals, and miscellaneous materials.
4. Schedule sufficient time for testing and analyzing results to prevent delaying the Work.
5. For materials failing tests, submit sealant manufacturer's written instructions for corrective measures
including the use of specially formulated primers.
1.6 SUBMITTALS
A. See Section 01 33 00 - Submittal Procedures, for submittal procedures.
Broward County Courthouse GLAZING
August 15, 2011October 12, 2011 08 80 00 - 3
BID SETAddendum #5
B. Product Data on Glass Types: Provide structural, physical and environmental characteristics including
color, size limitations, special handling and installation requirements.
C. Product Data on Glazing Compounds: Provide chemical, functional, and environmental characteristics,
limitations, special application requirements. Identify available colors.
D. Samples: Submit four 12 x12 inch samples of each glass unit.
1. Glass Color Submittals: Glass submittals, including substitution requests, shall be reviewed and
approved by the Architect. The decision of the Architect on the glass color selection shall be final
and is a basis of rejection for any substitution request.
E. Glazing Accessory Samples: For gaskets, sealants and colored spacers, in 12-inch (300-mm) lengths.
Install sealant Samples between two strips of material representative in color of the adjoining framing
system.
F. Glazing Schedule: List glass types and thicknesses for each size opening and location. Use same
designations indicated on Drawings.
G. Preconstruction adhesion and compatibility test report.
H. LEED Submittals
1. Product Data for Credit EIQ 4.1: For glazing sealants used inside of the weatherproofing system,
including printed statement of VOC content.
2. Submit applicable LEED Submittal Form for each different product or component which contains
recycled content.
3. Submit applicable LEED Submittal Form for each different product or component which has been
extracted, recovered, or manufactured within 500 miles of the project site.
I. Manufacturer's Certificate: Certify that glass meets or exceeds specified requirements.
J. Manufacturer Reports: Submit Glass Fabricator's Shop Drawing Review indicating compliance with
glazing standards established by the Glass Association of North America (GANA). Submittal to include
thermal stress and structural load analysis of the proposed glass types, configuration and sizes.
K. Test and Evaluation Reports: Glazing contractor shall obtain compatibility and adhesion test reports
from sealant manufacturer indicating that glazing materials were tested for compatibility and adhesion
with glazing sealant as well as other glazing materials including insulating units.
L. Submit test reports signed and sealed by an independent Florida P.E. certifying glazing system
compliance for “wind-born debris” protection provisions per ASTM E 1996 ASTM E 1886 and the 2007
Florida Building Code High Velocity Hurricane Zone (HVHZ).
1.7 QUALITY ASSURANCE
A. Perform Work in accordance with GANA Glazing Manual.
B. Manufacturers: Fabrication processes, including low emissivity and reflective coatings, insulating,
laminated, silk-screening and tempering shall be manufactured by a single manufacturer with a minimum
of ten (10) years of fabrication experience and meet ANSI / ASQC 9002 1994.
C. Installer Qualifications: A qualified installer who employs glass installers for this Project who are
certified under the National Glass Association's Certified Glass Installer Program.
D. Safety Glazing Labeling: Permanently mark glazing with certification label of the SGCC or another
certification agency acceptable to authorities having jurisdiction. Label shall indicate manufacturer's
name, type of glass, thickness, and safety glazing standard with which glass complies.
E. Fire-Protection-Rated Glazing Labeling: Permanently mark fire-protection-rated glazing with
certification label of a testing agency acceptable to authorities having jurisdiction. Label shall indicate
manufacturer's name, test standard, whether glazing is for use in fire doors or other openings, whether or
Broward County Courthouse GLAZING
August 15, 2011October 12, 2011 08 80 00 - 4
BID SETAddendum #5
not glazing passes hose-stream test, whether or not glazing has a temperature rise rating of 450 deg F (250
deg C), and the fire-resistance rating in minutes.
F. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate
aesthetic effects and set quality standards for materials and execution.
1. Install glazing in mockups specified in Section 084413 "Glazed Aluminum Curtain Walls" to match
glazing systems required for Project, including glazing methods.
2. Approved mockups may become part of the completed Work if undisturbed at time of Substantial
Completion.
G. Preinstallation Conference: Conduct conference at Project site.
1. Review and finalize construction schedule and verify availability of materials, Installer's personnel,
equipment, and facilities needed to make progress and avoid delays.
2. Review temporary protection requirements for glazing during and after installation.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Protect glazing materials according to manufacturer's written instructions. Prevent damage to glass and
glazing materials from condensation, temperature changes, direct exposure to sun, or other causes.
1.9 FIELD CONDITIONS
A. Do not install glazing when ambient temperature is less than 50 degrees F.
B. Maintain minimum ambient temperature before, during and 24 hours after installation of glazing
compounds.
1.10 WARRANTY
A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements.
B. Sealed Insulating Glass Units: Provide a ten (10) year warranty from date of manufacture to include
coverage for seal failure, interpane dusting or misting, including replacement of failed units.
C. Laminated Glass: Provide a five (5) year warranty to from date of manufacture to include coverage for
delamination, including replacement of failed units.
D. Provide a written ten (10)-year warranty from Date of Substantial Completion for sputter coated glass.
Warranty covers deterioration due to normal conditions of use and not to handling, installing, and
cleaning practices contrary to the glass manufacturer's published instructions.
E. Provide a written five (5)-year warranty from Date of Substantial Completion for ceramic frit. Warranty
covers deterioration due to normal conditions of use and not to handling, installing, and cleaning practices
contrary to the glass manufacturer's published instructions.
PART 2 - PRODUCTS
2.1 GLASS PRODUCTS, GENERAL
A. Thickness: Where glass thickness is indicated, it is a minimum. Provide glass lites in thicknesses as
needed to comply with requirements indicated.
1. Minimum Glass Thickness for Exterior Lites: Not less than 9/16 inch laminated glass.
B. Strength: Provide Kind FT heat-treated float glass at all locations, complying with testing requirements
with ANSI Z97.1, Class C and 16 CFR 1201 for Category II materials; except provide laminated heat
strengthened glass at exterior locations and where indicated.
C. Windborne-Debris-Impact Resistance: Provide exterior glazing that passes basic-protection testing
requirements in ASTM E 1996 for High Velocity Hurricane Zone, per FBC requirements when tested
according to ASTM E 1886. Test specimens shall be no smaller in width and length than glazing
Broward County Courthouse GLAZING
August 15, 2011October 12, 2011 08 80 00 - 5
BID SETAddendum #5
indicated for use on the Project and shall be installed in same manner as glazing indicated for use on the
Project.
1. Large-Missile Test: For glazing located within 30 feet of grade.
2. Small-Missile Test: For glazing located more than 30 feet above grade.
D. Thermal and Optical Performance Properties: Provide glass with performance properties specified, as
indicated in manufacturer's published test data, based on procedures indicated below:
1. For monolithic-glass lites, properties are based on units with lites 6.0 mm thick.
2. For laminated-glass lites, properties are based on products of construction indicated.
3. For insulating-glass units, properties are based on units of thickness indicated for overall unit and
for each lite.
4. U-Factors: Center-of-glazing values, according to NFRC 100 and based on LBL's WINDOW 5.2
computer program, expressed as Btu/sq. ft. x h x deg F (W/sq. m x K).
5. Solar Heat-Gain Coefficient and Visible Transmittance: Center-of-glazing values, according to
NFRC 200 and based on LBL's WINDOW 5.2 computer program.
6. Visible Reflectance: Center-of-glazing values, according to NFRC 300.
2.2 GLAZING TYPES
A. Type IG-1 - Solar Control Tint Insulated Low E Laminated Vision Glass Unit:
1. Unit Overall Thickness 1 5/16” Viracon VUE14-50
2. Outdoor Lite: Class 2 Tint float glass, 6 mm minimum thickness.
a. Kind HS (heat strengthened) or FT (fully tempered) where required by Code
b. Tint Color: Caribia
c. Solar Control Low-E Coating: Sputtered on second surface.
d. Basis of Design Product:
1) Viracon VUE50 neutral low e coating on #2 surface.
3. Air Space: ½” black finish
4. Laminated Glass with 9/16” thickness.
a. Outdoor Lite: Class 1 (clear) float glass, 6 mm minimum thickness.
1) Kind HS (heat strengthened) where required.
2) Basis of Design Product:
(a) Viracon., Clear.
b. Interlayer: select kind and thickness as required in the manufacturer(s) tested assembly
c. Indoor Lite: Class 1 (clear) float glass, 6 mm minimum thickness.
1) Kind HS (heat strengthened) where required.
2) Basis of Design Product:
(a) Viracon, Clear
5. Visible Light Transmittance: 36 percent minimum.
6. Winter Nighttime U-Factor: 0.29 maximum.
7. Summer Daytime U-Factor: 0.25 maximum.
8. Solar Heat Gain Coefficient: 0.20 maximum.
9. Outdoor Visible Light Reflectance: 8 percent maximum.
10. Indoor Visible Light Reflectance: 10 percent maximum
11. Light to Solar Heat Gain: 1.80 minimum.
12. Substitutions: See Section 01 61 00 – Basic Product Requirements.
B. Type IG-1A- Solar Control Tint Insulated Low E Laminated Glass Spandrel Unit:
1. Unit Overall Thickness 1 5/16” Viracon VUE14-50
2. Outdoor Lite: Class 2 Tint float glass, 6 mm minimum thickness.
a. Kind HS (heat strengthened) or FT (fully tempered) where required by Code
b. Tint Color: Caribia
c. Solar Control Low-E Coating: Sputtered on second surface.
d. Basis of Design Product:
1) Viracon VUE50 neutral low e coating on #2 surface.
Broward County Courthouse GLAZING
August 15, 2011October 12, 2011 08 80 00 - 6
BID SETAddendum #5
3. Air Space: ½” black finish
4. Laminated Glass with 9/16” thickness.
a. Outdoor Lite: Class 1 (clear) float glass, 6 mm minimum thickness.
1) Kind HS (heat strengthened) where required.
2) Basis of Design Product:
(a) Viracon., Clear.
b. Interlayer: select kind and thickness as required in the manufacturer(s) tested assembly
c. Indoor Lite: Class 1 (clear) float glass, 6 mm minimum thickness.
1) Kind HS (heat strengthened) where required.
2) Basis of Design Product:
(a) Viracon, Clear
(b) Viracon V948 Medium Gray ceramic paint innermost surface.
5. Substitutions: See Section 01 61 00 – Basic Product Requirements.
C. Type IG-2 - Solar Control Tint Insulated Low E Laminated Vision Glass Unit:
1. Unit Overall Thickness 1 5/16” Viracon VRE19-30
2. Outdoor Lite: Class 2 Tint float glass, 6 mm minimum thickness.
a. Kind HS (heat strengthened) or FT (fully tempered) where required by Code
b. Tint Color: Crystal Gray.
c. Solar Control Low-E Coating: Sputtered on second surface.
d. Basis of Design Product:
1) Viracon VRE-30 radiant low e coating on #2 surface.
3. Air Space: ½” black finish
4. Laminated Glass with 9/16” thickness.
a. Outdoor Lite: Class 1 (clear) float glass, 6 mm minimum thickness.
1) Kind HS (heat strengthened) where required.
2) Basis of Design Product:
(a) Viracon, Clear.
b. Interlayer: Select kind and thickness as required in the manufacturer(s) tested assembly
c. Indoor Lite: Class 1 (clear) float glass, 6 mm minimum thickness.
1) Kind HS (heat strengthened) where required.
2) Basis of Design Product:
(a) Viracon, Clear.
5. Visible Light Transmittance: 19 percent minimum.
6. Winter Nighttime U-Factor: 0.29 maximum.
7. Summer Daytime U-Factor: 0.26 maximum.
8. Solar Heat Gain Coefficient: 0.16 maximum.
9. Outdoor Visible Light Reflectance: 27 percent maximum.
10. Indoor Visible Light Reflectance: 13 percent maximum
11. Light to Solar Heat Gain: 1.16 minimum.
12. Substitutions: See Section 01 61 00 – Basic Product Requirements.
D. Type IG-2A - Solar Control Tint Insulated Low E Laminated Spandrel Glass Unit:
1. Unit Overall Thickness 1 5/16” Viracon VUE19-50
2. Outdoor Lite: Class 2 Tint float glass, 6 mm minimum thickness.
a. Kind HS (heat strengthened) or FT (fully tempered) where required by Code
b. Tint Color: Crystal Gray
c. Solar Control Low-E Coating: Sputtered on second surface.
d. Basis of Design Product:
1) Viracon VUE50 neutral low e coating on #2 surface.
3. Air Space: ½” black finish
4. Laminated Glass with 9/16” thickness.
a. Outdoor Lite: Class 1 (clear) float glass, 6 mm minimum thickness.
1) Kind HS (heat strengthened) where required.
Broward County Courthouse GLAZING
August 15, 2011October 12, 2011 08 80 00 - 7
BID SETAddendum #5
2) Basis of Design Product:
(a) Viracon., Clear.
b. Interlayer: select kind and thickness as required in the manufacturer(s) tested assembly
c. Indoor Lite: Class 1 (clear) float glass, 6 mm minimum thickness.
1) Kind HS (heat strengthened) where required.
2) Basis of Design Product:
(a) Viracon, Clear
(b) Viracon V903 Subdued Gray ceramic paint innermost surface.
5. Substitutions: Refer to Section 01 63 00 - Product Substitution Procedures
E. Type IG-2B - Insulated Laminated Simulated Metal Panel Spandrel Glass Unit:
1. Unit Overall Thickness 1 5/16” Viracon
2. Outdoor Lite: Class 1 Optiwhite low iron clear float glass, 6 mm minimum thickness.
a. Kind HS (heat strengthened) or FT (fully tempered) where required by Code
b. Color: Optiwhite
c. Viracon SF-41 acid etch coating applied first surface
d. Basis of Design Product:
1) Viracon
3. Air Space: ½” mill finish, gray sealants
4. Laminated Glass with 9/16” thickness.
a. Outdoor Lite: Class 1 (clear) float glass, 6 mm minimum thickness.
1) Kind HS (heat strengthened) where required.
2) Basis of Design Product:
(a) Viracon., Clear
(b) Viracon V933 Warm Gray ceramic paint applied third surface
b. Interlayer: select kind and thickness as required in the manufacturer(s) tested assembly
c. Indoor Lite: Class 1 (clear) float glass, 6 mm minimum thickness.
1) Kind HS (heat strengthened) where required.
2) Basis of Design Product:
(a) Viracon, Clear.
5. Substitutions: Refer to Section 01 63 00 - Product Substitution Procedures
F. Type IG-3 - Solar Control Clear Insulated Low E Laminated Vision Glass Unit Located at Ground Level 1. Unit Overall Thickness 1 5/16” Viracon VUE1-50 2. Outdoor Lite: Class 1 Clear float glass, 6 mm minimum thickness.
a. Kind HS (heat strengthened) or FT (fully tempered) where required by Code
b. Color: Clear c. Solar Control Low-E Coating: Sputtered on second surface.
d. Basis of Design Product:
1) Viracon VUE-50 low e coating on #2 surface.
3. Air Space: ½” black finish
4. Laminated Glass with 9/16” thickness.
a. Outdoor Lite: Class 1 (clear) float glass, 6 mm minimum thickness.
1) Kind HS (heat strengthened) where required.
2) Basis of Design Product:
(a) Viracon,Clear.
b. Interlayer: select kind and thickness as required in the manufacturer(s) tested assembly
c. Indoor Lite: Class 1 (clear) float glass, 6 mm minimum thickness.
1) Kind HS (heat strengthened) where required.
2) Basis of Design Product:
(a) Viracon, Clear
5. Visible Light Transmittance: 46 percent minimum.
6. Winter Nighttime U-Factor: 0.29 maximum.
7. Summer Daytime U-Factor: 0.25 maximum.
Broward County Courthouse GLAZING
August 15, 2011October 12, 2011 08 80 00 - 8
BID SETAddendum #5
8. Solar Heat Gain Coefficient: 0.25 maximum.
9. Outdoor Visible Light Reflectance: 11 percent maximum.
10. Indoor Visible Light Reflectance: 10 percent maximum
11. Light to Solar Heat Gain: 1.84 minimum
G. Type LG-1- Solar Control Clear Low E Laminated Glass at Exterior Entrance Doors 1. Unit Overall Thickness 9/16" Viracon VLE1-70 2. Outdoor Lite: Class 1 Clear float glass, 6 mm minimum thickness.
a. Kind HS (heat strengthened) b. Color: Clear c. Solar Control Low-E Coating: Sputtered on second surface.
d. Basis of Design Product:
1) Viracon VLE 70 low e coating on #2 surface.
3. Interlayer: select kind and thickness as required in the manufacturer(s) tested assembly 4. Indoor Lite: Class 1 Clear float glass, 6mm minimum thickness
a. Kind HS (heat strengthened) b. Color: Clear
5. Visible Light Transmittance: 68% 6. Winter Nighttime U-Factor: 0.96 maximum.
7. Summer Daytime U-Factor: 0.87 maximum.
8. Solar Heat Gain Coefficient: 0.43 maximum.
9. Outdoor Visible Light Reflectance: 13 percent maximum.
10. Indoor Visible Light Reflectance: 13 percent maximum
11. Light to Solar Heat Gain: 1.58 minimum
Monolithic Glass Units: One lite of tempered glass meeting the requirements of ASTM C 1036.
1. Basis of Design Manufacturer: Skyline Design: www.skylinedesign.com.
2. Thickness: ¼ inch (6mm).
3. Color: Vitracolor - custom opaque Vitracolor on one side only.
4. Substitutions: See Section 01 61 00 – Basic Product Requirements.
G. Type GLZ-1 - Custom Color Monolithic Tempered Glass Units:
1. Monolithic Glass Units: One lite of tempered glass meeting the requirements of ASTM C 1036.
a. Basis of Design Manufacturer: As indicated in "Interior Finish Schedule" included on
drawings.
b. Thickness: ¼ inch (6mm), minimum.
c. Color: Vitracolor - custom opaque Vitracolor on one side only.
d. Provide safety glazing lebel.
2. Substitutions: See Section 01 61 00 – Basic Product Requirements.
H. Type GLZ-2: Custom Tempered Frosted Glass with Etched Seal.
1. Basis of Design: As indicated in "Interior Finish Schedule" included on drawings.
2. Provide safety glazing label.
3. Substitutions: See Section 01 61 00 – Basic Product Requirements
.K. Type GL-1 - Monolithic Glass Units: One lite of tempered glass meeting the requirements of ASTM C
1048, kind FT
1. Basis of Design Manufacturer: Viracon, Inc,
2. Thickness: ¼ inch (6mm), minimum
3. Color: Clear
4. Substitutions: See Section 01 61 00 – Basic Product Requirements.
H. Type GL-2A - Laminated Glass Units:
1. Glass Units: laminated glass meeting the requirements of ASTM C 1172, complying w/ 16 CFR 1201
for category II material.
a. Basis of Design Manufacturer: Viracon, Inc,
Broward County Courthouse GLAZING
August 15, 2011October 12, 2011 08 80 00 - 9
BID SETAddendum #5
b. Interlayer: Polyvinyl Butyral Interlayer
c. Thickness:1/2 inch (6mm), minimum.
d. Color: opaque, to be selected by Architect
e. Provide safety glazing lebel.
2. Substitutions: See Section 01 61 00 – Basic Product Requirements.
I. Type GL-2B - Laminated Glass Units (Type GL-2B):
1. Glass Units: laminated glass meeting the requirements of ASTM C 1172, complying w/ 16 CFR 1201
for category II material.
a. Basis of Design Manufacturer: Viracon, Inc.
b. Interlayer: Polyvinyl Butyral Interlayer
c. Thickness:1/2 inch (6mm), minimum.
d. Color: Clear
e. Provide safety glazing lebel.
2. Substitutions: See Section 01 61 00 – Basic Product Requirements.
J. Type GL-3 - Refer to section 08 41 26
K. Type GL-4 – Attack and Burglar Resistant Glass Laminates:
1. Glass Units: Chemically strengthened glass or heat strengthened all glass laminates and Polyvinyl
Butyral for prolonged physical attack resistant meeting the requirements of ASTM C 1172,
complying w/ 16 CFR 1201 for category II material.
a. Basis of Design Manufacturer: Global Security Glazing, Secur-Term 4 SM4, 20-25 minutes.
b. Thickness: 3/4” Nominal
c. Color: Clear
d. Provide safety glazing label.
2. Substitutions: See Section 01 61 00 – Basic Product Requirements.
L. Type GL-5 - Fire-Resistance-Rated Composite Glazing: Multi-layer glazing UL- or WH-listed as
fire-resistance-rated glazing and complying with 16 CFR 1201 test requirements for Category II without
the use of a surface-applied film
1. Fire Rating: As indicated; tested as a wall, not as opening protection.
2. Manufacturers:
a. Pilkington North America Inc.
b. Vetrotech Saint-Gobain North America.
c. Substitutions: See Section 01 61 00 – Basic Product Requirements.
2.3 GLASS MATERIALS
A. Float Glass Manufacturers:
1. AGC Flat Glass North America, Inc: www.afgglass.com.
2. Guardian Industries Corporation: www.guardian.com.
3. Pilkington North America Inc: www.pilkington.com/na.
4. PPG Industries, Inc: www.ppgglazing.com.
5. Substitutions: See Section 01 61 00 – Basic Product Requirements.
B. Float Glass: All glazing is to be safety glass.
1. Annealed Type: ASTM C 1036, Type I, transparent flat, Class 1 clear, Quality Q3 (glazing select).
2. Heat-Strengthened and Fully Tempered Types: ASTM C 1048.
a. Heat Treated Flat Glass to be by horizontal (roller hearth) process with inherent rollerwave
distortion parallel to the bottom edge of the glass as installed.
b. Maximum peak to valley rollerwave 0.003” (0.08mm) in the central area and 0.008” (0.20mm)
within 10.5” (267mm) of the leading and trailing edge.
c. Maximum bow and warp 1/32” per lineal foot (0.79mm).
d. All tempered architectural safety glass shall conform with ANSI Z97.1 and CPSC 16 CFR
Broward County Courthouse GLAZING
August 15, 2011October 12, 2011 08 80 00 - 10
BID SETAddendum #5
1201.
e. Subject tempered glass used on the building envelope to heat soak testing.
3. Tinted Types: Color and performance characteristics as indicated.
4. Thicknesses: Per delegated design calculations. For exterior glazing comply with specified
requirements.
C. Laminated Glass: Float glass laminated in accordance with ASTM C 1172.
1. Plastic Interlayer: Per Florida Building Code or Miami-Dade County product Approval
requirements.
2. Provide FT glass that has been tempered by the tong-less horizontal method.
3. Manufacturers:
a. AGC Flat Glass North America, Inc: www.afgglass.com.
b. Cardinal Glass Industries: www.cardinalcorp.com.
c. PPG Industries, Inc: www.ppgglazing.com.
d. Pilkington North America Inc: www.pilkington.com/na.
e. Viracon, Apogee Enterprises, Inc: www.viracon.com.
f. Substitutions: See Section 01 61 00 – Basic Product Requirements.
4. Laminated glass shall conform to ANSI Z97.1 and CPSE 16 CFR Category II.
D. Glass-Ceramic Safety Glazing: UL- or WH-listed as fire-protection-rated glazing and complying with
16 CFR 1201 test requirements for Category II without the use of a surface-applied film.
1. 20-Minute Fire Doors: Hose stream test is not required.
2. Products:
a. O'Keeffe's Inc. SAFTI Division; SAFTIFIRST.
b. SCHOTT North America Inc; Pyran Star L (laminated) Fire Rated Ceramic Glass.
c. Vetrotech Saint-Gobain North America;.
d. Substitutions: See Section 01 61 00 – Basic Product Requirements.
E. Fire-Resistance-Rated Composite Glazing: Multi-layer glazing UL- or WH-listed as fire-resistance-rated
glazing and complying with 16 CFR 1201 test requirements for Category II without the use of a
surface-applied film.
1. Fire Rating: As indicated; tested as a wall, not as opening protection.
2. Manufacturers:
a. Pilkington North America Inc.
b. Vetrotech Saint-Gobain North America.
c. Substitutions: See Section 01 61 00 – Basic Product Requirements.
2.4 GLAZING SEALANTS
A. General: Provide products of type indicated, complying with the following requirements:
1. Compatibility: Select glazing sealants that are compatible with one another and with other
materials they will contact, including glass products, and glazing channel substrates, under
conditions of service and application, as demonstrated by sealant manufacturer based on testing and
field experience.
2. Suitability: Comply with sealant and glass manufacturers' written instructions for selecting glazing
sealants suitable for applications indicated and for conditions existing at time of installation.
3. Colors of Exposed Glazing Sealants: As selected by Architect from manufacturer's full range.
B. Elastomeric Glazing Sealants: Comply with ASTM C 920 and other requirements indicated for each
liquid-applied chemically curing sealant specified, including those referencing ASTM C 920
classifications for type, grade, class, and uses related to exposure and joint substrates.
1. Provide silicone glazing sealant of type in strict accordance with manufacturer's written
recommendations and manufacturer's test reports per each condition.
2. Available Manufacturers:
a. Dow Corning.
b. G.E.
Broward County Courthouse GLAZING
August 15, 2011October 12, 2011 08 80 00 - 11
BID SETAddendum #5
c. Tremco.
3. Substitutions: See Section 01 61 00 – Basic Product Requirements.
2.5 GLAZING ACCESSORIES
A. Setting Blocks: Silicone, 80 to 90 Shore A durometer hardness, ASTM C 864 Option I. Length of 0.1
inch for each square foot of glazing or minimum 4 inch x width of glazing rabbet space minus 1/16 inch x
height to suit glazing method and pane weight and area.
B. Spacer Shims: Silicone, 50 to 60 Shore A durometer hardness, ASTM C 864 Option I. Minimum 3
inch long x one half the height of the glazing stop x thickness to suit application, self adhesive on one
face.
C. Glazing Tape: Preformed butyl compound with integral resilient tube spacing device; 10 to 15 Shore A
durometer hardness; coiled on release paper; black color.
1. Manufacturers:
a. Pecora Corporation: www.pecora.com.
b. Tremco Global Sealants: www.tremcosealants.com.
2. Substitutions: See Section 01 61 00 – Basic Product Requirements.
D. Glazing Gaskets: Resilient silicone extruded shape to suit glazing channel retaining slot; ASTM C 864
Option I; Color as selected by the Architect.
2.6 FABRICATION OF GLAZING UNITS
A. Fabricate glazing units in sizes required to fit openings indicated for Project, with edge and face
clearances, edge and surface conditions, and bite complying with written instructions of product
manufacturer and referenced glazing publications, to comply with system performance requirements.
B. Grind smooth and polish exposed glass edges and corners.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that openings for glazing are correctly sized and within tolerance.
B. Verify that surfaces of glazing channels or recesses are clean, free of obstructions that may impede
moisture movement, weeps are clear, and ready to receive glazing.
3.2 PREPARATION
A. Clean contact surfaces with solvent and wipe dry.
B. Seal porous glazing channels or recesses with substrate compatible primer or sealer.
3.3 INSTALLATION - EXTERIOR/INTERIOR DRY METHOD (GASKET GLAZING)
A. Place setting blocks at 1/4 points with edge block no more than 6 inches from corners.
B. All exterior gaskets at corners or at splices shall be sealed with compatible opaque elastomeric silicone
sealants; color to match gasket.
C. Rest glazing on setting blocks and push against fixed stop with sufficient pressure on gasket to attain full
contact.
D. Install removable stops without displacing glazing gasket; exert pressure for full continuous contact.
3.4 INSTALLATION - EXTERIOR DRY METHOD (TAPE AND GASKET SPLINE GLAZING)
A. Cut glazing tape to length; install on glazing pane. Seal corners by butting tape and sealing junctions
with butyl sealant.
Broward County Courthouse GLAZING
August 15, 2011October 12, 2011 08 80 00 - 12
BID SETAddendum #5
B. Place setting blocks at 1/4 points with edge block no more than 6 inches from corners.
C. Rest glazing on setting blocks and push against fixed stop with sufficient pressure to attain full contact.
D. Install removable stops without displacing glazing spline. Exert pressure for full continuous contact.
E. Trim protruding tape edge.
3.5 INSTALLATION - INTERIOR DRY METHOD (TAPE AND TAPE)
A. Cut glazing tape to length and set against permanent stops, projecting 1/16 inch (1.6 mm) above sight
line.
B. Place setting blocks at 1/4 points with edge block no more than 6 inches from corners.
C. Rest glazing on setting blocks and push against tape for full contact at perimeter of pane or unit.
D. Place glazing tape on free perimeter of glazing in same manner described above.
E. Install removable stop without displacement of tape. Exert pressure on tape for full continuous contact.
F. Knife trim protruding tape.
3.6 MANUFACTURER'S FIELD SERVICES
A. Glass and Glazing product manufacturers to provide field surveillance of the installation of their products.
B. Monitor and report installation procedures and unacceptable conditions.
3.7 PROTECTION AND CLEANING
A. Protect exterior glass from damage immediately after installation by attaching crossed streamers to
framing held away from glass. Do not apply markers to glass surface. Remove nonpermanent labels
and clean surfaces.
B. Remove glazing materials from finish surfaces.
C. Remove labels after Work is complete.
D. Clean glass and adjacent surfaces.
END OF SECTION
Broward County Courthouse LOUVERS
August 15, 2011October 12, 2011 08 91 00 - 1
BID SETAddendum #5
SECTION 08 91 00 - LOUVERS
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Louvers, frames, and accessories.
1.2 RELATED REQUIREMENTS
A. Section 01 81 13.13 - Sustainable Design Requirements.
B. Section 07 62 00 - Sheet Metal Flashing and Trim.
C. Section 07 90 05 - Joint Sealers.
D. Section 08 43 13 - Aluminum-Framed Storefronts: Prepared openings for louvers.
E. Section 09 90 00 - Painting and Coating: Field painting.
1.3 REFERENCE STANDARDS
A. AAMA 2604 - Voluntary Specification, Performance Requirements and Test Procedures for High
Performance Organic Coatings on Aluminum Extrusions and Panels; 2005.
B. AMCA 500-L - Laboratory Methods of Testing Louvers for Rating; Air Movement and Control
Association International, Inc.; 2007.
C. AMCA 511 - Certified Ratings Program for Air Control Devices; Air Movement and Control Association
International, Inc.; 2010.
D. ASTM A 666 - Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel Sheet,
Strip, Plate, and Flat Bar; 2003.
E. ASTM B 209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate; 2007.
F. ASTM B 221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire,
Profiles, and Tubes; 2008.
1.4 PERFORMANCE REQUIREMENTS
A. Large Missile Impact Resistance: Provide exterior louvers that do not evidence failure when tested in
accordance with ASTM E1886 and Florida Building Code TAS 201 and TAS 203 using a nine pound 2x4
timber at 50 ft. per second followed by cyclic pressure loading as required. The more stringent testing
requirement shall apply.
1. Design pressure: As indicated on structural drawings.
B. Product Approval: Provide exterior louvers that have current Florida Building Code Product Approval
or Miami Dade County Notice of Approval with Large Missile Impact Rate.
C. Structural Performance: Provide louvers capable of withstanding the effects of gravity loads and the
following loads and stresses within limits and under conditions indicated without permanent deformation
of louver components, noise or metal fatigue caused by louver blade rattle or flutter, or permanent
damage to fasteners and anchors. Wind pressures shall be considered to act on vertical projection of
louvers.
1. Wind Loads: Determine loads based on pressures as indicated on structural Drawings.
D. Thermal Movements: Provide louvers that allow for thermal movements resulting from the following
maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints,
overstressing of components, failure of connections, and other detrimental effects. Base engineering
calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss.
Broward County Courthouse LOUVERS
August 15, 2011October 12, 2011 08 91 00 - 2
BID SETAddendum #5
1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces.
E. Air-Performance, Water-Penetration, Air-Leakage, and Wind-Driven Rain Ratings: Provide louvers
complying with performance requirements indicated, as demonstrated by testing manufacturer's stock
units identical to those provided, except for length and width according to AMCA 500-L.
1.5 SUBMITTALS
A. See Section 01 30 00 - Administrative Requirements, for submittal procedures.
B. Product Data: Provide data describing design characteristics, maximum recommended air velocity,
design free area, materials and finishes.
C. Shop Drawings: Indicate louver layout plan and elevations, opening and clearance dimensions,
tolerances; head, jamb and sill details; blade configuration, screens, blankout areas required, and frames.
1. Include structural analysis data signed and sealed by the qualified professional engineer responsible
for their preparation.
2. Include data demonstrating that louvers have current Florida Building Code Product Approval or
Miami-Dade County Notice of Approval.
D. Qualification Data: For professional engineer.
E. Samples: Submit two samples 2 by 2 inches in size illustrating finish and color of exterior and interior
surfaces.
F. Test Reports: Independent agency reports showing compliance with specified performance criteria.
G. Manufacturer's Certificate: Certify that products meet or exceed specified requirements.
H. LEED Submittals:
1. Submit applicable LEED Submittal Form for each different product or component which contains
recycled content.
2. Submit applicable LEED Submittal Form for each different product or component which has been
extracted, recovered, or manufactured within 500 miles of the project site.
1.6 QUALITY ASSURANCE
A. Source Limitations: Obtain louvers through one source from a single manufacturer where indicated to be
of same type, design, or factory-applied color finish.
1.7 PROJECT CONDITIONS
A. Coordinate work of this section with installation of masonry flashings.
B. Verify louver openings by field measurements before fabrication and indicate measurements on shop
drawings.
1.8 WARRANTY
A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements.
B. Provide twenty year manufacturer warranty against distortion, metal degradation, and failure of
connections.
1. Finish: Include coverage against degradation of exterior finish.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Wall Louvers:
1. The Airolite Company: www.airolite.com.
2. Construction Specialties, Inc: www.c-sgroup.com.
Broward County Courthouse LOUVERS
August 15, 2011October 12, 2011 08 91 00 - 3
BID SETAddendum #5
3. Ruskin Company: www.ruskin.com.
4. Substitutions: See Section 01 61 00 – Basic Product Requirements.
2.2 LOUVERS
A. Louvers and Grilles: Factory fabricated and assembled, complete with frame, mullions, and accessories;
AMCA Certified under AMCA 511.
1. Wind Load Resistance: Design to resist positive and negative wind load as required by code
without damage or permanent deformation.
2. Intake Louvers: Design to allow maximum of 0.01 oz/sq ft water penetration at calculated intake
design velocity based on design air flow and actual free area, when tested in accordance with
AMCA 500-L.
3. Louvers 120 inches wide by 120 inches high shall be fabricated and installed in multiple sections.
4. Drainable Blades: Continuous rain stop at front or rear of blade aligned with vertical gutter
recessed into both jambs of frame.
5. Screens: Provide insect screens at intake louvers and bird screens at exhaust louvers.
B. Stationary Louvers and Grilles: Horizontal blade, stainless steel sheet construction..
1. Free Area: 50 percent, minimum.
2. Blades: Drainable.
3. Frame: 6 inches deep, channel profile; corner joints mitered and mechanically fastened, with
continuous recessed caulking channel each side.
B. Horizontal, Sightproof, Drainable-Blade Louver (Parking Garage, Level 3 Tower Gen-Set):
1. Basis-of-Design Manufacturer:
a. Airolite Company, LLC (The); Product: Model No. SCH601MD.
b. Construction Specialties, Inc.; Product: Model No. DCH-5704.
c. Substitutions: See Section 01 61 00 – Basic Product Requirements.
2. Louver Depth: 5 inches minimum; 8 inches maximum.
3. Frame and Blade Nominal Thickness: Not less than 0.080 inch for blades and 0.080 inch for
frames.
4. Louver Performance Ratings:
a. Free Area: 45% minimum.
b. Point of Beginning Water Penetration: Not less than 1,250 fpm.
c. Air Performance: Not more than 0.32-inch wg static pressure drop at 1,250 fpm free-area
velocity.
2.3 MATERIALS
A. Stainless Steel: ASTM A 666 Type 304, soft temper, smooth surface, No. 4 finish.
B. Aluminum Extrusions: ASTM B 221 (ASTM B 221M), Alloy 6063-T5, T-52, or T6.
CB. Bird Screen: Interwoven wire mesh of steel, 0.063 inch diameter wire, 1/2 inch open weave, diagonal
design.
DC. Insect Screen: 18 x 16 size aluminum mesh.
ED. Polyvinylidene Fluoride Coating: Minimum 70 percent Kynar 500/Hylar 500 resin, two coat finish,
complying with AAMA 26054.
EF. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187.
FG. Recycled Content: Postconsumer recycled content plus one-half of preconsumer recycled content not
less than 45 percent.
Broward County Courthouse LOUVERS
August 15, 2011October 12, 2011 08 91 00 - 4
BID SETAddendum #5
2.4 ACCESSORIES
A. Blank-Off Panels: Same material as louver, painted black on exterior side; provide where duct
connected to louver is smaller than louver frame, sealing off louver area outside duct.
B. Screen Frames: Frame of same material as louver, with reinforced corners; removable, screw attached;
installed on inside face of louver frame.
C. Fasteners and Anchors: Stainless steel.
D. Flashings: Of same material as louver frame, formed to required shape, single length in one piece per
location.
E. Sealant: As specified in Section 07 90 05.
2.5 FINISHES, GENERAL
A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for
recommendations for applying and designating finishes.
2.6 ALUMINUM FINISHES
B. Finish louvers after assembly.
C. High-Performance Organic Finish: 4-coat fluoropolymer finish complying with AAMA 2605 and
containing not less than 70 percent PVDF resin by weight in both color coat and clear topcoat. Prepare,
pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers'
written instructions.
1. Color and Gloss: As selected by Architect from manufacturer's full range.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that prepared openings and flashings are ready to receive work and opening dimensions are as
indicated on shop drawings.
B. Verify that field measurements are as indicated.
3.2 PREPARATION
A. Coordinate setting drawings, diagrams, templates, instructions and directions for installation of
anchorages that are to be embedded in concrete or masonry construction. Coordinate delivery of such
items to project site.
3.3 INSTALLATION
A. Install louver assembly in accordance with manufacturer's instructions and shop drawings.
B. Install louvers level and plumb.
C. Install flashings and align louver assembly to ensure moisture shed from flashings and diversion of
moisture to exterior.
D. Protect nonferrous-metal surfaces that will be in contact with concrete, masonry, or dissimilar metals
from corrosion and galvanic action by applying a heavy coating of bituminous paint or by separating
surfaces with waterproof gaskets or nonmetallic flashing.
E. Secure louver frames in openings with concealed fasteners.
F. Provide perimeter reveals and openings of uniform width for sealants and joint fillers, as indicated.
Broward County Courthouse LOUVERS
August 15, 2011October 12, 2011 08 91 00 - 5
BID SETAddendum #5
G. Install perimeter sealant and backing rod in accordance with Section 07 90 05.
3.4 CLEANING
A. Strip protective finish coverings.
B. Clean exposed surfaces of louvers and vents that are not protected by temporary covering, to remove
fingerprints and soil during construction period. Do not let soil accumulate until final cleaning.
C. Before final inspection, clean exposed surfaces with water and a mild soap or detergent not harmful to
finishes. Thoroughly rinse surfaces and dry.
D. Restore louvers damaged during installation and construction so no evidence remains of corrective work.
If results of restoration are unsuccessful, as determined by the Architect, remove damaged units and
replace with new units.
1. Touch up minor abrasions in finishes with air dried coating that matches color and gloss of, and is
compatible with, factory applied finish coating.
END OF SECTION
Broward County Courthouse WALL LOUVERS - EAST BUILDING
October 12, 2011 08 92 00 - 1
Addendum #5
SECTION 08 92 00 - WALL LOUVERS (EAST BUILDING)
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Fixed, extruded-aluminum louvers.
1.2 RELATED REQUIREMENTS
A. Division 7 Section "Joint Sealants" for sealants installed in perimeter joints between louver frames and
adjoining construction.
B. Division 8 Section "Metal Doors and Frames" for louvers in hollow-metal doors and frames.
C. Related Work specified in Division 23 and Division 26
1.3 DEFINITIONS
A. Louver Terminology: Definitions of terms for metal louvers contained in AMCA 501 apply to this
1. Section unless otherwise defined in this Section or in referenced standards.
B. Drainable-Blade Louver: Louver with blades having gutters that collect water and drain it to channels in
jambs and mullions, which carry it to bottom of unit and away from opening.
1.4 PERFORMANCE REQUIREMENTS
A. Structural Performance: Provide louvers capable of withstanding the effects of gravity loads and the
following loads and stresses within limits and under conditions indicated without permanent deformation
of louver components, noise or metal fatigue caused by louver blade rattle or flutter, or permanent
damage to fasteners and anchors. Wind pressures shall be considered to act on vertical projection of
louvers.
1. Wind Loads: Determine loads based on the more stringent requirements from the Florida Building
Code, latest edition including all amendments, and FM Global Design Requirements referenced in
Division-1 Section, Summary of Work.
B. Thermal Movements: Provide louvers that allow for thermal movements resulting from the following
maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints,
overstressing of components, failure of connections, and other detrimental effects. Base engineering
calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss.
1. Temperature Change (Range): 120 deg F ambient;180 deg F material surfaces.
C. Air-Performance, Water-Penetration, Air-Leakage, and Wind-Driven Rain Ratings: Provide louvers
complying with performance requirements indicated, as demonstrated by testing manufacturer's stock
units identical to those provided, except for length and width according to AMCA 500-L.
D. Product Approval: Provide exterior louvers that have current Florida Building Code Product Approval
or Miami Dade County Notice of Approval with Large Missile Impact Rate.
1.5 SUBMITIALS
A. Product Data: For each type of product indicated. For louvers specified to bear AMCA seal, include
printed catalog pages showing specified models with appropriate AMCA Certified Ratings Seals.
B. Shop Drawings: For louvers and accessories. Include plans, elevations, sections, details, and
attachments to other Work. Show blade profiles, angles, and spacing.
1. For installed louvers indicated to comply with design loads, include structural analysis data signed
and sealed by the qualified professional engineer responsible for their preparation.
C. Samples for Initial Selection: For units with factory-applied color finishes.
Broward County Courthouse WALL LOUVERS - EAST BUILDING
October 12, 2011 08 92 00 - 2
Addendum #5
D. Samples for Verification: For each type of metal finish required.
E. Qualification Data: For Florida Professional Engineer.
1.6 QUALITY ASSURANCE
A. Source Limitations: Obtain louvers and vents through one source from a single manufacturer where
indicated to be of same type, design, or factory-applied color finish.
B. Welding: Qualify procedures and personnel according to the following:
1. AWS D1.2, "Structural Welding Code--Aluminum."
2. AWS D1.3, "Structural Welding Code--Sheet Steel."
C. SMACNA Standard: Comply with recommendations in SMACNA's "Architectural Sheet Metal
Manual" for fabrication, construction details, and installation procedures.
1.7 PROJECT CONDITIONS
A. Field Measurements: Verify louver openings by field measurements before fabrication and indicate
measurements on Shop Drawings.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide louvers by one of the following:
1. Greenheck (Basis of Design)
2. Carnes Company, Inc.
3. Ruskin Company; Tomkins PLC.
B. Substitutions: See Section 01 61 00 – Basic Product Requirements.
2.2 MATERIALS
A. Aluminum Extrusions: ASTM B 221, alloy 6063-T5 or T-52.
B. Fasteners: Of same basic metal and alloy as fastened metal or 300 Series stainless steel, unless otherwise
indicated. Do not use metals that are incompatible with joined materials.
1. Use types and sizes to suit unit installation conditions.
2. Use hex-head or Phillips pan-head screws for exposed fasteners, unless otherwise indicated.
C. Post-installed Fasteners for Concrete and Masonry: Torque-controlled expansion anchors, made from
stainless-steel components with capability to sustain, without failure, a load equal to 4 times the loads
imposed, for concrete, or 6 times the load imposed, for masonry, as determined by testing per ASTM E
488, conducted by a qualified independent testing agency.
D. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187.
2.3 FABRICATION, GENERAL
A. Assemble louvers in factory to minimize field splicing and assembly. Disassemble units as necessary for
shipping and handling limitations. Clearly mark units for reassembly and coordinated installation.
B. Vertical Assemblies: Where height of louver units exceeds fabrication and handling limitations, fabricate
units to permit field-bolted assembly with close-fitting joints in jambs and mullions, reinforced with
splice plates.
1. Continuous Vertical Assemblies: Fabricate units without interrupting blade-spacing pattern unless
horizontal mullions are indicated.
Broward County Courthouse WALL LOUVERS - EAST BUILDING
October 12, 2011 08 92 00 - 3
Addendum #5
C. Maintain equal louver blade spacing, including separation between blades and frames at head and sill, to
produce uniform appearance.
D. Fabricate frames, including integral sills, to fit in openings of sizes indicated, with allowances made for
fabrication and installation tolerances, adjoining material tolerances, and perimeter sealant joints.
1. Frame Type: Exterior flange unless otherwise indicated.
E. Include supports, anchorages, and accessories required for complete assembly.
F. Provide vertical mullions of type and at spacings indicated, but not more than recommended by
manufacturer, or 72 inches on-center whichever is less.
1. Fully Recessed Mullions: Where indicated, provide mullions fully recessed behind louver blades.
Where length of louver exceeds fabrication and handling limitations, fabricate with close-fitting
blade splices designed to permit expansion and contraction.
G. Join frame members to each other and to fixed louver blades with fillet welds concealed from view,
unless otherwise indicated or size of louver assembly makes bolted connections between frame members
necessary.
2.4 FIXED, EXTRUDED-ALUMINUM LOUVERS
A. Horizontal Storm-Resistant Louver
1. Louver Depth: As indicated on the Drawings
2. Frame and Blade Nominal Thickness: As required to comply with structural performance
requirements, but not less than 0.060 inch for blades and 0.080 inch for frames.
3. Performance Requirements:
a. Free Area: Not less than 9.41 sq. ft. for 48-inch-wide by 48-inch-high louver.
b. Air Performance: Not more than 0.10-inch wg static pressure drop at 850-fpm free-area
velocity
c. Water Penetration: The beginning point of water penetration is 1,077 fpm free area velocity
4. AMCA Seal: Mark units with AMCA Certified Ratings Seal.
5. Miami Dade County Notice of Approval: Louvers shall meet requirements of NOA No.
07-1015.06.
2.5 LOUVER SCREENS
A. General: Provide screen at each exterior louver.
1. Screen Location for Fixed Louvers: Interior face.
2. Screening Type: Bird screening
B. Secure screens to louver frames with stainless-steel machine screws, spaced a maximum of 6 inches from
each corner and at 12 inches on centers.
C. Louver Screen Frames: Fabricate with mitered corners to louver sizes indicated.
1. Metal: Same kind and form of metal as indicated for louver to which screens are attached.
Reinforce extruded-aluminum screen frames at corners with clips.
2. Finish: Same finish as louver frames to which louver screens are attached
3. Type: Non-rewirable, securing screen mesh.
D. Louver Screening for Aluminum louvers: Bird Screening: Flattened, expanded aluminum, 3/4 by 0.050
inch thick.
2.6 FINISHES, GENERAL
A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for
recommendations for applying and designating finishes.
B. Finish louvers after assembly.
Broward County Courthouse WALL LOUVERS - EAST BUILDING
October 12, 2011 08 92 00 - 4
Addendum #5
2.7 ALUMINUM FINISHES
A. Finish designations prefixed by AA comply with system established by the Aluminum Association for
designating aluminum finishes.
B. Class I, Clear Anodic Finish: AA-M12C22A41 (Mechanical Finish: nonspecular as fabricated;
Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 mm
or thicker) complying with AAMA 611.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates and openings, with Installer present, for compliance with requirements for installation
tolerances and other conditions affecting performance.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Coordinate setting drawings, diagrams, templates, instructions, and directions for installation of
anchorages that are to be embedded in concrete or masonry construction. Coordinate delivery of such
items to Project site.
3.3 INSTALLATION
A. Locate and place louvers and vents level, plumb, and at indicated alignment with adjacent work.
B. Use concealed anchorages where possible. Provide brass or lead washers fitted to screws where required
to protect metal surfaces and to make a weather-tight connection.
C. Form closely fitted joints with exposed connections accurately located and secured.
D. Provide perimeter reveals and openings of uniform width for sealants and joint fillers, as indicated.
E. Repair finishes damaged by cutting, welding, soldering, and grinding. Restore finishes so no evidence
remains of corrective work. Return items that cannot be refinished in the field to the factory, make
required alterations, and refinish entire unit or provide new units.
F. Protect galvanized and nonferrous-metal surfaces from corrosion or galvanic action by applying a heavy
coating of bituminous paint on surfaces that will be in contact with concrete, masonry, or dissimilar
metals.
G. Install concealed gaskets, flashings, joint fillers, and insulation as louver installation progresses, where
weather-tight louver joints are required. Comply with Division 7 Section "Joint Sealants" for sealants
applied during louver installation.
3.4 ADJUSTING AND CLEANING
A. Clean exposed surfaces of louvers and vents that are not protected by temporary covering, to remove
fingerprints and soil during construction period. Do not let soil accumulate until final cleaning.
B. Before final inspection, clean exposed surfaces with water and a mild soap or detergent not harmful to
finishes. Thoroughly rinse surfaces and dry.
C. Restore louvers damaged during installation and construction so no evidence remains of corrective work.
If results of restoration are unsuccessful, as determined by the Project Consultant, remove damaged units
and replace with new units.
1. Touch up minor abrasions in finishes with air-dried coating that matches color and gloss of, and is
compatible with, factory-applied finish coating.
Broward County Courthouse WALL LOUVERS - EAST BUILDING
October 12, 2011 08 92 00 - 5
Addendum #5
END OF SECTION
Broward County Courthouse RESINOUS MATRIX TERRAZZO FLOORING
August 15, 2011October 12, 2011 09 66 23 - 1
BID SETAddendum #5
SECTION 09 66 23 - RESINOUS MATRIX TERRAZZO FLOORING
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Epoxy matrix terrazzo floor and base.
1.2 RELATED REQUIREMENTS
A. Section 01 81 13.13 - Sustainable Design Requirements
B. Section 03 30 00 - Cast-in-Place Concrete: Concrete subfloor with wood float finish.
C. Section 05 51 00 - Metal Stairs: Formed steel stair pans.
D. Section 07 95 13 - Expansion Joint Cover Assemblies: Building expansion joint covers.
E. Section 07 90 05 - Joint Sealers: Joint between terrazzo base and wall surface.
F. Section 12 48 13 - Entrance Floor Mats and Frames: Product requirements for recessed floor mat frames
installed under this section.
1.3 REFERENCE STANDARDS
A. ASTM C 150 - Standard Specification for Portland Cement; 2007.
AB. NTMA (SPECS) - Terrazzo Specifications; The National Terrazzo and Mosaic Association, Inc.; current
edition located at www.ntma.com.
1.4 SUBMITTALS
A. See Section 01 30 00 - Administrative Requirements, for submittal procedures.
B. Product Data: Provide data for divider strips, control joint strips, expansion joints, and sealer; include
printed copy of current NTMA recommendations for type of terrazzo involved.
C. LEED Submittal: Documentation of recycled content and location of manufacture.
1. Product Data for Credit MR 4: For products having recycled content, documentation indicating
percentages by weight of postconsumer and preconsumer recycled content. Include statement
indicating cost for each product having recycled content.
2. Product Data for Credit IEQ 4.1: For adhesives, documentation including printed statement of
VOC content.
3. Product Data for Credit IEQ 4.3: For sealers, documentation including printed statement of VOC
content.
4. Product Data for Credit IEQ 4.3: For terrazzo flooring, documentation from an independent testing
agency indicating compliance with the FloorScore Standard.
D. Shop Drawings: Include terrazzo installation requirements. Include plans, elevations, sections,
component details, and attachments to other work. Show layout of the following:
1. Divider strips.
2. Control-joint strips.
3. Accessory strips.
4. Abrasive strips.
5. Precast terrazzo jointing and edge configurations.
6. Terrazzo patterns.
E. Samples for Verification: For each type, material, color, and pattern of terrazzo and accessory required
showing the full range of color, texture, and pattern variations expected. Label each terrazzo sample to
identify manufacturer's matrix color and aggregate types, sizes, and proportions. Prepare Samples of
same thickness and from same material to be used for the Work, in size indicated below:
Broward County Courthouse RESINOUS MATRIX TERRAZZO FLOORING
August 15, 2011October 12, 2011 09 66 23 - 2
BID SETAddendum #5
1. Terrazzo: 6-inch- square Samples.
2. Precast Terrazzo: 6-inch- (150-mm-) square Samples.
3. Accessories: 6-inch- (150-mm-) long Samples of each exposed strip item required.
F. Qualification Data: For Installer.
G. Material Certificates: For each type of terrazzo material or product, from manufacturer.
H. Installer Certificates: Signed by manufacturers certifying that installers comply with requirements.
I. Cleaning and Maintenance Data: Include procedures for stain removal, stripping, and sealing.
1.5 QUALITY ASSURANCE
A. Perform work in accordance with NTMA recommendations as posted at their web site at www.ntma.com.
B. Installer Qualifications:
1. Engage an installer who is a contractor member of NTMA.
2. Engage an installer who is certified in writing by terrazzo manufacturer as qualified to install
manufacturer's products.
C. Source Limitations: Obtain primary terrazzo materials from single source from single manufacturer.
Provide secondary materials including patching and fill material, joint sealant, and repair materials of
type and from source recommended by manufacturer of primary materials.
D. Source Limitations for Aggregates: Obtain each color, grade, type, and variety of granular materials
from single source with resources to provide materials of consistent quality in appearance and physical
properties.
E. Mockups: Build mockups to verify selections made under Sample submittals and to demonstrate
aesthetic effects and set quality standards for materials and execution.
1. Build mockups for terrazzo including accessories.
a. Size: Minimum 100 sq. ft. (9 sq. m) of typical poured-in-place flooring condition for each
color and pattern in locations directed by Architect.
b. Include base.
2. Approval of mockups does not constitute approval of deviations from the Contract Documents
contained in mockups unless Architect specifically approves such deviations in writing.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Store resin materials in a dry, secure area.
B. Maintain minimum temperature of 55 degrees F.
C. Keep products away from fire or open flame.
1.7 FIELD CONDITIONS
A. Environmental Limitations: Comply with manufacturer's written instructions for substrate temperature,
ambient temperature, moisture, ventilation, and other conditions affecting terrazzo installation.
B. Field Measurements: Verify actual dimensions of construction contiguous with precast terrazzo by field
measurements before fabrication.
C. Provide permanent lighting or, if permanent lighting is not in place, simulate permanent lighting
conditions during terrazzo installation.
D. Close spaces to traffic during terrazzo application and for not less than 24 hours after application unless
manufacturer recommends a longer period.
E. Control and collect water and dust produced by grinding operations. Protect adjacent construction from
detrimental effects of grinding operations.
Broward County Courthouse RESINOUS MATRIX TERRAZZO FLOORING
August 15, 2011October 12, 2011 09 66 23 - 3
BID SETAddendum #5
PART 2 - PRODUCTS
2.1 PERFORMANCE REQUIREMENTS
A. NTMA Standards: Comply with NTMA's "Terrazzo Specifications and Design Guide" and with written
recommendations for terrazzo type indicated unless more stringent requirements are specified.
B. FloorScore Compliance: Terrazzo floors shall comply with requirements of FloorScore Standard.
2.2 MANUFACTURERS
A. Epoxy Resin Terrazzo Basis of Design Manufacturer: Key Resin Epoxy Terrazzo.
B. Substitutions: See Section 01 61 00 – Basic Product Requirements.
2.3 EPOXY MATRIX TERRAZZO
A. Floors (TZ-1 through TZ-4); epoxy matrix. Total Thickness: 3/8 inch.
1. Matrix Color: to match Architect sample
2. Aggregate color and size: to match Architect sample, and per information to be submitted at a later
date.
B. Colors/Formulas:
1. TZ-1; TZ-F-127-11 – Key Resin Epoxy – Weathered Gray – 50% Marble Aggregate #2 and 50%
White Glass #2.
2. TZ-2; TZ-F-125-11 – Key Resin Epoxy - Gray Button – 50% Marble Aggregate #2 and 50% White
Glass #2.
3. TZ-3: TZ-F-118-11 – Key Resin Epoxy – Cumberland – 50% Marble Aggregate #1 and 50%
White Glass 32.
4. TZ-4: TZ-F-134-11 – Key Resin Epoxy – ltra White – 100% White Glass #2
2.4 MATERIALS
A. Epoxy Matrix: Two component resin and epoxy hardener with mineral filler and color pigment,
non-volatile, thermo-setting as required to match indicated custom mix and accepted sample.
B. Physical Properties without Aggregates:
1. Hardness: 60 to 85 per ASTM D 2240, Shore D.
2. Minimum Tensile Strength: 3000 psi (20.7 MPa) per ASTM D 638 for a 2-inch (51-mm) specimen
made using a "C" die per ASTM D 412.
3. Minimum Compressive Strength: 10,000 psi (6.9 MPa) per ASTM D 695, Specimen B cylinder.
4. Chemical Resistance: No deleterious effects by contaminants listed below after seven-day
immersion at room temperature per ASTM D 1308.
a. Distilled water.
b. Mineral water.
c. Isopropanol.
d. Ethanol.
e. 0.025 percent detergent solution.
f. 1.0 percent soap solution.
g. 10 percent sodium hydroxide.
h. 10 percent hydrochloric acid.
i. 30 percent sulfuric acid.
j. 5 percent acetic acid.
C. Physical Properties with Aggregates: For resin blended with Georgia white marble, ground, grouted, and
cured per requirements in NTMA's "Terrazzo Specifications and Design Guide"; comply with the
following:
1. Flammability: Self-extinguishing, maximum extent of burning 1/4 inch (6.35 mm) per ASTM D
635.
Broward County Courthouse RESINOUS MATRIX TERRAZZO FLOORING
August 15, 2011October 12, 2011 09 66 23 - 4
BID SETAddendum #5
2. Thermal Coefficient of Linear Expansion: 0.0025 inch/inch per deg F (0.0025 mm/mm per 0.5556
deg C) for temperature range of minus 12 to plus 140 deg F (minus 24 to plus 60 deg C) per ASTM
D 696.
D. Aggregate Custom Formula Requirements: Comply with NTMA gradation standards for mix indicated
and contain no deleterious or foreign matter.
1. Abrasion and Impact Resistance: Less than 40 percent loss per ASTM C 131.
2. 24-Hour Absorption Rate: Less than 0.75 percent.
3. Dust Content: Less than 1.0 percent by weight.
E. Finishing Grout: Resin based.
F. Aggregate: Crushed marble, size in accordance with NTMA Plate of standard gradation and uniform
coloration.
2.5 PRECAST EPOXY-RESIN TERRAZZO
A. Precast Terrazzo Base: Cove Type. Comply with NTMA's written recommendations for fabricating
precast epoxy terrazzo units in sizes and profiles indicated. Reinforce units as required by unit sizes,
and thicknesses and as recommended by manufacturer. Finish exposed-to-view edges and reveals to
match face finish.
1. Color, Pattern, and Finish: To exactly match one of the epoxy terrazzo types/finish as selected by
Architect.
2.6 ACCESSORIES
A. Divider and Control Strips: 1/816 inch thick aluminum zincexposed top strip, aluminum zinc concealed
bottom strip with anchoring features.
B. Base Cap, Base Divider Strip, and Separator Strip: Match divider strips.
C. Cleaner: Neutralizing liquid type, pH of 7.
D. Subfloor Filler: Latex type.
E. Flexible Reinforcing Membrane: Manufacturer's resinous membrane for substrate-crack preparation and
reflective-crack reduction.
1. Reinforcement: Fiberglass scrim.
F. Primer: Manufacturer's product recommended for substrate and use indicated
G. Anchoring Devices:
1. Strips: Provide mechanical anchoring devices or adhesives for strip materials as recommended by
manufacturer and required for secure attachment to substrate.
2. Precast Terrazzo: Provide mechanical anchoring devices as recommended by fabricator for proper
anchorage and support of units for conditions of installation and support.
H. Sealer: Slip- and stain-resistant, penetrating-type sealer that is chemically neutral; does not affect
terrazzo color or physical properties; is recommended by sealer manufacturer; and complies with
NTMA's "Terrazzo Specifications and Design Guide" for terrazzo type indicated.
1. Surface Friction: Not less than 0.6 according to ASTM D 2047.
2. Acid-Base Properties: With pH factor between 7 and 10.
3. Sealers shall have a VOC content of 200 g/L or less when calculated according to 40 CFR 59,
Subpart D (EPA Method 24).
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that sub-floor surfaces are smooth and flat within the tolerances specified for that type of work and
Broward County Courthouse RESINOUS MATRIX TERRAZZO FLOORING
August 15, 2011October 12, 2011 09 66 23 - 5
BID SETAddendum #5
are ready to receive terrazzo.
B. Verify that wall surfaces are smooth and flat within the tolerances specified for that type of work, are
dust-free, and are ready to receive terrazzo.
C. Verify that sub-floor surfaces are dust-free and free of substances that could impair bonding of materials
to sub-floor surfaces.
D. Verify that concrete sub-floor surfaces are ready for terrazzo installation by testing for moisture emission
rate and alkalinity; obtain instructions if test results are not within limits recommended by terrazzo
materials manufacturer.
E. Verify that required floor-mounted utilities are in correct location.
3.2 PREPARATION
A. Clean substrate of foreign matter.
B. Apply slurry coat to substrate.
C. Apply primer in accordance with manufacturer's instructions.
D. Protect other work from water and dust generated by grinding operations. Control water and dust to
comply with environmental protection regulations.
1. Erect and maintain temporary enclosures and other suitable methods to limit water damage and dust
migration and to ensure adequate ambient temperatures and ventilation conditions during
installation.
3.3 INSTALLATION - ACCESSORIES
A. Install divider and control joint strips straight and level to locations indicated on shop drwaings.
B. Install recessed floor mat frames.
C. Install base and border divider and control joint strips to match floor pattern.
D. Install terminating cap strip at top of base; attach securely to wall substrate.
3.4 EPOXY-RESIN TERRAZZO INSTALLATION
A. Comply with NTMA's written recommendations for terrazzo and accessory installation.
B. Place, rough grind, grout, cure grout, fine grind, and finish terrazzo according to manufacturer's written
instructions and NTMA's "Terrazzo Specifications and Design Guide."
C. Installation Tolerance: Limit variation in terrazzo surface from level to 1/4 inch in 10 feet (6.4 mm in 3
m); noncumulative.
D. Ensure that matrix components and fluids from grinding operations do not stain terrazzo by reacting with
divider and control-joint strips.
E. Delay fine grinding until heavy trade work is complete and construction traffic through area is restricted.
F. Flexible Reinforcing Membrane:
1. Prepare and prefill substrate cracks with membrane material.
2. Install membrane to produce full substrate coverage in areas to receive terrazzo.
3. Reinforce membrane with fiberglass scrim.
4. Prepare membrane according to manufacturer's written instructions before applying substrate
primer.
3.5 PRECAST TERRAZZO INSTALLATION
A. Install precast terrazzo units using method recommended by NTMA and manufacturer unless otherwise
Broward County Courthouse RESINOUS MATRIX TERRAZZO FLOORING
August 15, 2011October 12, 2011 09 66 23 - 6
BID SETAddendum #5
indicated.
B. Do not install units that are chipped, cracked, discolored, or not properly finished.
C. Seal joints between units with joint sealant, unless otherwise indicated.
3.6 CURING
A. Cure terrazzo topping by sheet polyethylene curing method.
B. Close area to allow undisturbed curing.
3.7 FINISHING
A. Finish terrazzo to NTMA requirements.
B. Produce terrazzo finish surface to match approved mockup, with 70 percent chip exposed.
C. Grind terrazzo surfaces with power disc machine; sequence with coarse to fine grit abrasive, using a wet
method.
D. Apply patch mix to match mortar over ground surface to fill honeycomb exposed during grinding.
E. Remove patch coat by grinding, using a fine grit abrasive.
F. Hand grind base and cove similarly.
3.8 TOLERANCES
A. Maximum Variation from Flat Surface: 1/8 inch in 10 feet.
B. Maximum Variation from Level (Except Surfaces Sloping to Drain): 1/8 inch.
3.9 CLEANING
A. Scrub and clean terrazzo surfaces with cleaner in accordance with manufacturer's instructions. Let dry.
B. Immediately after terrazzo has dried, apply sealer in accordance with manufacturer's instructions.
C. Seal and polish surfaces, in accordance with NTMA's written recommendations. Apply sealer in
accordance with manufacturer's published recommendations.
3.10 PROTECTION
A. Do not permit construction traffic over finished terrazzo surfaces.
END OF SECTION
Broward County Courthouse WIRE MESH PARTITIONS
October 12, 2011 10 22 13 - 1
Addendum #5
SECTION 10 22 13 - WIRE MESH PARTITIONS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Wire mesh partitions.
B. Related Sections:
1. Division 03 Section "Cast-in-Place Concrete" for building anchors into concrete construction for
wire mesh partitions.
2. Division 09 Section "Interior Painting" for field painting wire mesh items.
1.3 DEFINITIONS
A. As defined in ASTM E 2016:
1. Intermediate Crimp: Wires pass over one and under the next adjacent wire in both directions, with
wires crimped before weaving and with extra crimps between the intersections.
2. Lock Crimp: Deep crimps at points of the intersection that lock wires securely in place.
1.4 PERFORMANCE REQUIREMENTS
A. Delegated Design: Design wire mesh units, including comprehensive engineering analysis by a qualified
professional engineer, using performance requirements and design criteria indicated.
B. Structural Performance: Wire mesh units shall withstand the effects of gravity loads and stresses within
limits and under conditions indicated according to SEI/ASCE 7.
C. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes.
Base calculations on surface temperatures of materials due to both solar heat gain and nighttime-sky heat
loss.
1. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material
surfaces.
1.5 SUBMITTALS
A. Product Data: For each type of product indicated. Include construction details, material descriptions,
dimensions of individual components and profiles, and finishes for wire mesh items.
B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work.
1. Include clearances required for operation of gates.
C. Setting Drawings: For anchorages, including sleeves, concrete inserts, anchor bolts, and items with
integral anchors, that are to be embedded in concrete or masonry.
D. Samples for Initial Selection: For units with factory-applied color finishes.
E. Samples for Verification: 12-by-12-inch panel constructed of specified frame members and wire mesh.
Show method of finishing members at intersections.
Broward County Courthouse WIRE MESH PARTITIONS
October 12, 2011 10 22 13 - 2
Addendum #5
F. Delegated-Design Submittal: For wire mesh units indicated to comply with performance requirements
and design criteria, including analysis data signed and sealed by the qualified professional engineer
responsible for their preparation.
G. Qualification Data: For qualified Installer.
H. Welding certificates.
I. Maintenance Data: For wire mesh unit hardware to include in maintenance manuals.
1.6 MAINTENANCE MATERIAL SUBMITTALS
A. Furnish extra materials that match products installed and that are packaged with protective covering for
storage and identified with labels describing contents.
1. Door Locks: Equal to 5 percent of amount installed for each type indicated, but no fewer than 3
locks.
1.7 QUALITY ASSURANCE
A. Installer Qualifications: An employer of workers trained and approved by manufacturer.
1. Installer's responsibilities include fabricating and installing wire mesh items and providing
professional engineering services needed to assume engineering responsibility.
2. Engineering Responsibility: Preparation of data for wire mesh items, including Shop Drawings,
based on testing and engineering analysis of manufacturer's standard units in assemblies similar to
those indicated for this Project.
B. Source Limitations: Obtain wire mesh items from single source from single manufacturer.
C. Welding Qualifications: Qualify procedures and personnel according to the following:
1. AWS D1.1/D1.1M, "Structural Welding Code - Steel."
2. AWS D1.3, "Structural Welding Code - Sheet Steel."
D. Preinstallation Conference: Conduct conference at Project site.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Deliver wire mesh items crated to provide protection during transit and Project-site storage. Use vented
plastic.
B. Inventory wire mesh partition door hardware on receipt and provide secure lockup for wire mesh partition
door hardware delivered to Project site.
1. Tag each item or package separately with identification and include basic installation instructions
with each item or package.
C. Deliver keys to Owner by registered mail or overnight package service.
1.9 PROJECT CONDITIONS
A. Field Measurements: Verify actual dimensions of construction contiguous with wire mesh units by field
measurements before fabrication.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Basis of Design Manufacturer:
Broward County Courthouse WIRE MESH PARTITIONS
October 12, 2011 10 22 13 - 3
Addendum #5
1. Folding Guard Corporation; Product Saf-T-Fence Partition Systems: www.foldingguard.com.
B. Other Acceptable Manufacturers:
1. Acorn Wire & Iron Works, Inc.
2. Donaldson, R. J., Inc.
3. Folding Guard Corporation.
4. G-S Company (The).
2.2 MATERIALS
A. Steel Wire: ASTM A 510 (ASTM A 510M).
B. Steel Plates, Channels, Angles, and Bars: ASTM A 36/A 36M.
C. Cold-Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B.
D. Steel Pipe: ASTM A 53/A 53M, Schedule 40 unless another weight is indicated or required by structural
loads.
E. Square Steel Tubing: ASTM A 500, cold-formed structural-steel tubing.
F. Metallic-Coated Steel Sheet: ASTM A 653/A 653M, Commercial Steel (CS), Type B; with G60 (Z180)
zinc (galvanized) or A60 (ZF180) zinc-iron-alloy (galvannealed) coating designation.
G. Panel-to-Panel Fasteners: Manufacturer's standard steel bolts, nuts, and washers.
H. Postinstalled Expansion Anchors: With capability to sustain, without failure, load imposed within factors
of safety indicated, as determined by testing per ASTM E 488, conducted by a qualified independent
testing agency.
1. Carbon Steel: Zinc plated to comply with ASTM B 633, Class Fe/Zn 5 (0.005 mm) for Class SC 1
service condition (mild).
2. Stainless Steel: ASTM F 593 and ASTM F 594, Alloy Group 1 or 2 (ASTM F 738M and ASTM
F 836M, Alloy Group 1 or 4), for bolts and nuts; ASTM A 276 or ASTM A 666, Type 304 or 316,
for anchors.
3. For Postinstalled Anchors in Concrete: Capability to sustain, without failure, a load equal to four
times the loads imposed.
4. For Postinstalled Anchors in Grouted Masonry Units: Capability to sustain, without failure, a load
equal to six times the loads imposed.
I. Power-Actuated Fasteners in Concrete: Fastener system of type suitable for application indicated and
fabricated from corrosion-resistant materials; with clips or other accessory devices for attaching hangers
of type indicated, and with capability to sustain, without failure, a load equal to 10 times that imposed by
wire mesh construction, as determined by testing per ASTM E 1190, conducted by a qualified testing and
inspecting agency.
J. Shop Primers: Provide primers that comply with Division 09 painting Sections.
K. Universal Shop Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd primer,
complying with MPI#79.
1. Use primer containing pigments that make it easily distinguishable from zinc-rich primer.
L. Zinc-Rich Primer: Compatible with topcoat, complying with SSPC-Paint 20 or SSPC-Paint 29.
M. Galvanizing Repair Paint: High-zinc-dust-content paint for regalvanizing welds in steel, complying with
SSPC-Paint 20.
2.3 WIRE MESH PARTITIONS
A. Mesh: 10 gauge diameter, intermediate-crimp steel wire woven into 1 ¼” x 2 ½” grid mesh openings.
B. Framing and Base Plates: 2” x 2” x 16 gauge steel tube welded to 2” x 6” x ¼” base plates.
Broward County Courthouse WIRE MESH PARTITIONS
October 12, 2011 10 22 13 - 4
Addendum #5
C. Horizontal Panel Stiffeners: Manufacturer’s standard cold-rolled steel channels.
D. Top Capping Bars: 1 ¼” x 2 ½” x 14 gauge hot-rolled steel channels.
E. Posts for 90-Degree Corners: 2” x 2” x 16 gauge steel tube welded to 2” x 6” x ¼” base plates.
F. Posts for Other-Than-90-Degree Corners: Manufacturer’s standard 2” x 2” x 16 gauge steel tube welded
to 2” x 6” x ¼” base plates.
G. Three- and Four-Way Intersection Posts: Manufacturer’s standard 2” x 2” x 16 gauge steel tube welded
to 2” x 6” x ¼” base plates with bolt holes aligned for bolting to adjacent panels.
H. Sliding Doors: Fabricated from same mesh as partitions, with framing fabricated from 1 ¼” x 2 ½” x 14
gauge steel channels or C-channels, banded with 1-1/4-by-1/8-inch flat steel bar cover plates on 4 sides.
1. Hardware: Two, four-wheel roller-bearing carriers, box track, and bottom guide channel for each
door.
2. Padlock Lug: Mortised into door framing and enclosed with steel cover.
3. Cylinder Lock: Mortise type with manufacturer's standard cylinder; operated by key outside and
lever inside.
I. Accessories:
1. Wall Clips: Manufacturer's standard, cold-rolled steel sheet; allowing up to 1 inch.
J. Finish for Uncoated Ferrous Steel: Powder-coated finish unless otherwise indicated.
1. Color: As selected by Architect from manufacturer's full range.
2.4 FABRICATION
A. General: Fabricate wire mesh items from components of sizes not less than those indicated. Use larger-
sized components as recommended by wire mesh item manufacturer. As required for complete
installation, provide bolts, hardware, and accessories with manufacturer's standard finishes.
1. Fabricate wire mesh items to be readily disassembled.
2. Welding: Weld corner joints of framing and grind smooth, leaving no evidence of joint.
B. Wire Mesh Partitions: Fabricate wire mesh partitions with cutouts for pipes, ducts, beams, and other
items indicated. Finish edges of cutouts to provide a neat, protective edge.
1. Mesh: Securely clinch mesh to framing.
2. Framing: Fabricate framing with mortise and tenon corner construction.
a. Provide horizontal stiffeners as indicated or, if not indicated, as required by panel height
and as recommended by wire mesh partition manufacturer. Weld horizontal stiffeners to
vertical framing.
b. Fabricate three- and four-way intersections using manufacturer's standard connecting clips
and fasteners.
c. Fabricate partition and door framing with slotted holes for connecting adjacent panels.
3. Fabricate wire mesh partitions with 3 inches of clear space between finished floor and bottom
horizontal framing.
4. Fabricate wire mesh partitions with bottom horizontal framing flush with finished floor.
5. Doors: Align bottom of door with bottom of adjacent panels.
a. For doors that do not extend full height of partition, provide transom over door, fabricated
from same mesh and framing as partition panels.
6. Hardware Preparation: Mortise, reinforce, drill, and tap doors and framing as required to install
hardware.
Broward County Courthouse WIRE MESH PARTITIONS
October 12, 2011 10 22 13 - 5
Addendum #5
2.5 GENERAL FINISH REQUIREMENTS
A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for
recommendations for applying and designating finishes.
B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary
protective covering before shipping.
2.6 STEEL AND IRON FINISHES
A. Galvanizing: Hot-dip galvanize items as indicated to comply with applicable standard listed below:
1. ASTM A 123/A 123M, for galvanizing steel and iron components.
2. ASTM A 153/A 153M, for galvanizing steel and iron hardware.
3. Preparation for Shop Priming: After galvanizing, thoroughly clean wire mesh components of
grease, dirt, oil, flux, and other foreign matter, and treat with metallic-phosphate process.
B. Preparation for Shop Priming: Prepare uncoated ferrous-metal surfaces to comply with minimum
requirements indicated below for SSPC surface-preparation specifications and environmental exposure
conditions of installed metal fabrications:
1. Interiors (SSPC Zone 1A): SSPC-SP 3, "Power Tool Cleaning."
C. Shop Priming: Apply shop primer to uncoated surfaces of metal fabrications, except those with
galvanized finishes and those to be embedded in concrete or masonry, unless otherwise indicated.
Comply with SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting
of Steel," for shop painting.
1. Stripe paint corners, crevices, bolts, welds, and sharp edges.
D. Baked-Enamel or Powder-Coat Finish: Immediately after cleaning and pretreating, apply manufacturer's
standard 2-coat, baked-on finish, suitable for use indicated, consisting of prime coat and thermosetting
topcoat, with a minimum dry film thickness of 1 mil for topcoat.
1. Color and Gloss: As selected by Architect from manufacturer's full range.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine areas, with Installer present, for compliance with requirements for installation tolerances and
other conditions affecting performance of the Work.
B. Examine floors for suitable conditions where wire mesh items will be installed.
C. Examine walls to which wire mesh items will be attached for properly located blocking, grounds, and
other solid backing for attachment of support fasteners.
D. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 WIRE MESH PARTITIONS ERECTION
A. Anchor wire mesh partitions to floor with 3/8-inch diameter, postinstalled expansion anchors at 12 inches
o.c. through anchor clips located at each post and corner. Shim anchor clips as required to achieve level
and plumb installation.
1. Anchors may be set with power-actuated fasteners instead of postinstalled expansion anchors if
indicated on Shop Drawings.
B. Anchor wire mesh partitions to walls at 12 inches o.c. through back corner panel framing and as follows:
Broward County Courthouse WIRE MESH PARTITIONS
October 12, 2011 10 22 13 - 6
Addendum #5
1. For concrete and solid masonry anchorage, use drilled-in expansion shields and hanger or lag
bolts.
2. For hollow masonry anchorage, use toggle bolts.
3. For steel-framed gypsum board assemblies, use hanger or lag bolts set into wood backing between
studs. Coordinate with stud installation to locate backing members.
C. Secure top capping bars to top framing channels with 1/4-inch diameter "U" bolts spaced not more than
28 inches o.c.
D. Provide line posts at locations indicated or, if not indicated, as follows:
1. On each side of sliding door openings.
2. For partitions that are 7 to 9 feet high, spaced at 15 to 20 feet o.c.
3. For partitions that are 10 to 12 feet high, located between every other panel.
4. For partitions that are more than 12 feet high, located between each panel.
E. Where standard-width wire mesh partition panels do not fill entire length of run, provide adjustable filler
panels to fill openings.
F. Install doors complete with door hardware.
G. Bolt accessories to wire mesh partition framing.
3.3 ADJUSTING AND CLEANING
A. Adjust gates to operate smoothly and easily, without binding or warping. Adjust hardware to function
smoothly. Confirm that latches and locks engage accurately and securely without forcing or binding.
B. Remove and replace defective work including doors and framing that are warped, bowed, or otherwise
unacceptable.
C. 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.
D. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to
comply with ASTM A 780.
END OF SECTION
Broward County Courthouse AIRFOIL BLADED EQUIPMENT ENCLOSURES
August 15, 2011October 12, 2011 10 82 13 - 1
BID SETAddendum #5
SECTION 10 82 13 - AIRFOIL BLADED EQUIPMENT ENCLOSURES
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Airfoil blade linear grille equipment enclosures to be mounted on structure provided by others.
B. Fasteners and accessories.
1.2 RELATED REQUIREMENTS
A. Section 05 50 00 - Metal Fabrications: Superstructure support and bracing of rooftop screens and grilles.
B. Section 08 91 00 - Louvers.
1.3 REFERENCE STANDARDS
A. AAMA 2605 - Voluntary Specification, Performance Requirements and Test Procedures for Superior
Performing Organic Coatings on Aluminum Extrusions and Panels; 2005.
B. ASTM B 209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate; 2007.
C. ASTM B 209M - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate (Metric);
2007.
1.4 PERFORMANCE REQUIREMENTS
A. General Performance: Comply with performance requirements specified, as determined by
preconstruction testing of manufacturer's standard enclosures representing those indicated for this Project
without failure due to defective manufacture, fabrication, installation, or other defects in construction.
1. Enclosures shall withstand movements of supporting structure indicated on Drawings including, but
not limited to, story drift, twist, column shortening, long-term creep, and deflection from uniformly
distributed and concentrated live loads.
2. Failure also includes the following:
a. Thermal stresses transferring to building structure.
b. Noise or vibration created by wind and thermal and structural movements.
c. Loosening or weakening of fasteners, attachments, and other components.
B. Delegated Design: Design enclosures, including comprehensive engineering analysis by a qualified
professional engineer, using performance requirements and design criteria indicated.
C. Large Missile Impact Resistance: Provide enclosures that do not evidence failure when tested in
accordance with ASTM E1886 and Florida Building Code TAS 201 and TAS 203 using a nine pound 2x4
timber at 50 ft. per second followed by cyclic pressure loading as required. The more stringent testing
requirement shall apply.
1. Design Pressure: As indicated on drawings.
D. Product Approval: Provide enclosures that have current Florida Building Code Product Approval or
Miami Dade County Notice of Approval with Large Missile Impact Rate.
DE. Structural-Test Performance: Test according to ASTM E 330 as follows:
1. When tested at positive and negative wind-load design pressures as indicated on the structural
drawings, assemblies do not evidence deflection exceeding specified limits.
2. When tested at 150 percent of positive and negative wind-load design pressures, assemblies,
including anchorage, do not evidence material failures, structural distress, and permanent
deformation of main framing members exceeding 0.2 percent of span.
3. Test Durations: As required by design wind velocity, not less than 10 seconds.
Broward County Courthouse AIRFOIL BLADED EQUIPMENT ENCLOSURES
August 15, 2011October 12, 2011 10 82 13 - 2
BID SETAddendum #5
F. Hurricane Resistance: Conform to requirements of Miami-Dade County Florida for installation.
Enclosure assembly shall be capable of withstanding hurricane force winds up to 150 mph (3- second
gust).
1.5 SUBMITTALS
A. See Section 01 30 00 - Administrative Requirements, for submittal procedures.
B. Product Data: Manufacturer's data sheets on each product to be used, including:
1. Storage and handling requirements and recommendations.
2. Installation methods.
C. Shop Drawings: Include plans, sections, and details of connections and bracing.
1. Include structural calculations indicating compliance with wind loading requirements.
D. Selection Samples: For each finish product specified, two complete sets of color chips representing
manufacturer's full range of available finishes, colors, and textures.
E. Verification Samples: For each product specified, two samples, minimum size 8 inches square,
representing actual product configuration, color, and texture.
1.6 QUALITY ASSURANCE
A. Manufacturer Qualifications: A manufacturer capable of fabricating louvered equipment enclosures the
requirements indicated and of documenting this performance by certification, labeling, and inclusion in
lists. Manufacturer must have minimum 5 years of experience with Miami Dade NOA from previous
projects with similar loads, for a similar unitized enclosure system.
B. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for
installation of units required for this Project. Installer shall have a minimum of 5 years documented
experience with Miami Dade NOA unitized curtain wall of similar size and loads.
C. Testing Agency Qualifications: Qualified according to ASTM E 699 for testing indicated.
D. Product Options: Information on Drawings and in Specifications establishes requirements for aesthetic
effects and performance characteristics of assemblies. Aesthetic effects are indicated by dimensions,
arrangements, alignment, and profiles of components and assemblies as they relate to sightlines, to one
another, and to adjoining construction.
1. Do not revise intended aesthetic effects, as judged solely by Architect, except with Architect's
approval. If revisions are proposed, submit comprehensive explanatory data to Architect for review.
2. Materials shall be extracted, extruded and fabricated in the U.S.A.
E. Welding Qualifications: Qualify procedures and personnel according to the following:
1. AWS 01.1/01.1 M, "Structural Welding Code - Steel."
2. AWS 01 .2/01 .2M, "Structural Welding Code - Aluminum."
F. Mockup: Build one field mockup to verify selections made under sample submittals and to demonstrate
aesthetic effects and set quality standards for fabrication and installation.
1. Build field mockup of typical wall area as shown on Drawings.
2. Approval of field mockup does not constitute approval of deviations from the Contract Documents
contained in mockup unless Consultant specifically approves such deviations in writing.
3. Approved field mockup may become part of the completed Work if undisturbed at time of
Substantial Completion, and is protected and approved to the satisfaction of the Architect.
G. Pre-installation Conference: Conduct conference at Project site.
Broward County Courthouse AIRFOIL BLADED EQUIPMENT ENCLOSURES
August 15, 2011October 12, 2011 10 82 13 - 3
BID SETAddendum #5
1.7 DELIVERY, STORAGE, AND HANDLING
A. Store products in manufacturer's unopened packaging until ready for installation.
B. Comply with manufacturer's instructions for handling of grille and screen products.
1.8 PROJECT CONDITIONS
A. Field Measurements: Verify actual measurements/openings by field measurements before fabrication;
show recorded measurements on shop drawings. Coordinate field measurements and fabrication schedule
with construction progress to avoid construction delays.
1.9 WARRANTY
A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements.
B. Provide twenty year manufacturer warranty against distortion, metal degradation, and failure of
connections.
1. Finish: Include coverage against degradation of exterior finish.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Basis of Design Manufacturer:
1. Construction Specialties, Inc.; Product Linear Grille Hi-Span/Clean Line Airfoil Blade:
www.c-sgroup.com.
B. Other Acceptable Manufacturers:
1. Leader Industries.
2. Ruskin Company.
C. Substitutions: See Section 01 61 00 – Basic Product Requirements.
2.2 EXTRUDED HORIZONTAL AIRFOIL BLADES
A. Construction: Individual extruded aluminum airfoil blades in configuration as indicated on the drawings,
with blade supports attached to and supported by custom superstructure.
B. Airfoil Blades: Alloy 6063-T52, per ASTM B 221, 0.081 inch thick, 6 inches deep, spaced as indicated
on the drawings.
C. Finish: Fluoropolymer, AAMA 2605, minimum 70 percent polyvinylidene fluoride, 23 coats, minimum
1.4 mils dry film thickness.
1. Pretreated with chrome phosphate conversion coating after cleaning.
2. Application by coating manufacturer's approved applicator.
D. Finish Color: As selected by Architect from manufacturer's full range.
E. Shop fabricate to the greatest extent possible; disassemble if necessary for shipping.
F. Overall Enclosure Configuration: Dimensions, details, and layout as indicated on the drawings.
2.3 FINISHES
A. General: Comply with NAAMM “Metal Finishes Manual” for finish designations and application
recommendations, except as otherwise indicated. Apply finishes in factory. Protect finishes on exposed
surfaces prior to shipment. Remove scratches and blemishes from exposed surfaces that will be visible
after completing finishing process. Provide color as indicated or, if not otherwise indicated, as selected
by architect.
B. Fluorocarbon Three Coat Coating:
Broward County Courthouse AIRFOIL BLADED EQUIPMENT ENCLOSURES
August 15, 2011October 12, 2011 10 82 13 - 4
BID SETAddendum #5
1. Coating shall conform to AAMA 2605.
2. Louvers to be finished with a minimum 1.4 mil (0.035 mm) thick full strength 70% resin, 3 coat
Fluoropolymer system.
3. All aluminum shall be thoroughly cleaned, etched, and given a chromatic conversion pretreatment
before application of coating.
2.4 ACCESSORIES
A. Miscellaneous Trim: Aluminum sheet, alloy 3005-H26 or equivalent per ASTM B 209 (ASTM B
209M), formed to shapes indicated and finished to match other components.
B. Concealed Structural Supports: Aluminum, or steel coated for corrosion resistance and dissimilar metal
isolation.
C. Fasteners: Self-tapping stainless steel screws, as approved by manufacturer of louvered equipment
enclosures.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Do not begin installation until substrates have been properly prepared.
B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory
preparation before proceeding.
3.2 PREPARATION
A. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for
the substrate under the project conditions.
3.3 INSTALLATION
A. Install louvered equipment enclosures in accordance with manufacturer's printed instructions and
approved shop drawings.
B. Form tight joints and fit exposed connections accurately.
C. Erection Tolerances:
1. Maximum variation from plane or location shown on the approved shop drawings: 1/8" per 12 feet
of length, but not exceeding 1/2" in any total building length or portion thereof (non-cumulative).
2. Maximum offset from true alignment between two members abutting end to end, edge-to-edge in
line or separated by less than 3"; 1/16" (shop or field joints). This limiting condition shall prevail
under both load and no load conditions.
D. Provide all necessary fastenings and anchors required for a complete installation. Install units plumb,
level, and in proper alignment with adjacent work.
3.4 PROTECTION
A. Protect installed products until completion of project.
B. Protect metal surfaces from corrosion or galvanic action by application of a heavy coating of bituminous
paint on surfaces that will be in contact with concrete, masonry or dissimilar metals.
C. Touch-up, repair or replace damaged products before Date of Substantial Completion. If results of
restoration are unsuccessful, as determined by the Architect, remove damaged materials and replace with
new materials.
END OF SECTION
Broward County Courthouse PEDESTRIAN CONTROL DEVICES
August 15, 2011October 12, 2011 11 14 13.13 - 1
BID SETAddendum #5
SECTION 11 14 13.13 - PEDESTRIAN CONTROL DEVICES
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Pedestrian traffic control systems and gates.
1.2 SUBMITTALS:
A. See Section 01 30 00 - Administrative Requirements, for submittal procedures.
B. Product Data: Including manufacturer's specifications and printed installation instructions.
C. Shop Drawings: Showing material, fabrication details, dimensions; fastening methods; installation
instruction.
D. Manuals: Operation and maintenance instructions.
1.3 EXTRA STOCK
A. Replacement Parts: Provide a total of 5% of retractable belt and mechanism for future replacements.
1.4 WARRANTY
A. Warranty: Provide manufacturer’s standard 5 year warranty, covering defects in parts, materials and
finishes.
PART 2 - PRODUCTS
2.1 TRAFFIC CONTROL SYSTEMS
A. Surface Mounted Retractable Belt Stanchion, with retractable cassette tape.
1. Acceptable Manufacturers:
a. Hayward Turnstiles, Inc.; Product Model 300D-PA-BK: www.haywardturnstiles.com.
b. Lavi Inductries; Product Beltrac 3000: www.lavi.com.
cb. StanchionWorld; Product Infinity-S - Model # 44-41200A: www.stanchionworld.com.
dc. Substitutions: See Section 01 61 00 - Basic Product Requirements.
2. Characteristics:
a. Stanchion Material: Stainless steel tube, #4 satin finish.
b. Height: 40 inches.
c. Weight: 32 lbs.
d. Base Diameter: 14 inches.
e. Belt Length: 13 feet.7’ minimum – 13’ maximum.
f. Belt Color: Black.
B. Access Control Swing Gate:
1. Basis of Design Manufacturer:
a. Lavi Industries; Model # Gate/1L: www.lavi.com.Hayward Turnstiles, Inc.; Product Model
SG-140: www.haywardturnstiles.com.
b. Substitutions: See Section 01 61 00 - Basic Product Requirements.
2. Characteristics:
a. Tubing: 2” OD satin finished Type 304 stainless steel tubing.
b. Hinges: Heavy duty, cam operated self-closing hinges with replacable nylon cams.
c. Floor Flange: Stainless steel floor flange covering ¼” thick x 6” diameter mounting plate.
d. Door Swing: As Indicated on the drawings.
a. Gate Panels: Manufacturers standard black plastic, spring loaded, left swinging.
1) Graphics: TBD.
b. Gate Posts: Lavi Industries; Product Beltrac 3000 Post.
Broward County Courthouse PEDESTRIAN CONTROL DEVICES
August 15, 2011October 12, 2011 11 14 13.13 - 2
BID SETAddendum #5
1) Height: 40 inches.
2) Finish: Stainless steel, #4 satin finish.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install pedestrian traffic control systems in accordance with shop drawings and manufacturer's
recommendations.
END OF SECTION
Broward County Courthouse SECURITY GLAZING
August 15, 2011October 12, 2011 11 19 70 - 1
BID SETAddendum #5
SECTION 11 19 70 - SECURITY GLAZING
PART I - GENERAL
1.1 SECTION INCLUDES:
A. Exterior and interior security glazing for windows, doors, sidelites and other various interior security
openings.
1.2 RELATED SECTIONS:
A. Refer to related sections including, but not limited to:
1. Section 07 90 05 - Joint Sealants,
2. Section 08 11 13 - Non-Detention Steel Doors and Frames,
3. Section 11 19 00 - Detention Equipment General Requirements.
4. Section 11 19 10 - Detention Doors & Frames.
5. Section 11 19 20 - Detention Door Hardware.
1.3 REFERENCES:
A. Glass Association of North America (GANA) Glazing Manual, 2004 Edition.
B. ASTM F-1915-05 Test Standard for Detention Glazing.
C. ASTM D-1044-94 Test Method for Resistance of Transparent Plastics to surface
abrasion.
D. CPSC 16 CFR Part 1201 Safety Standard for Architectural Glazing materials.
E. ASTM C-1036 Specification for Flat Glass
F. ASTM C -1592-01 Standard Test Method for Detention Hollow Metal Vision Systems.
G. ASTM C-1172 Standard Specification for Laminated Architectural Flat Glass.
1.4 SUBMITTALS:
A. Provide two (2) each, 12” x 12” square samples of each type of security glazing product to be used on the
project.
B. Provide two (2) each, of the most recent product data for each security glazing product, including
thickness, test performance, (reports may be requested), method of test and cleaning instructions.
Manufacturer's suggested installation recommendations shall also be provided.
C. Provide a detail showing all caulks/sealants, setting blocks, tapes and letters of compatibility for each
with the specified glazing material, to the architect for approval prior to commencement of installation.
D. Warranty: Provide a signed copy of the manufacturer's warranty for the specified security glazing
product.
E. Any other documentation the manufacturer deems necessary to assure compliance to the specification.
1.5 QUALITY ASSURANCE:
A. Comply with ASTM F-1915 containment test for forced entry performance. Round robin testing is not
acceptable.
B. Experience Criteria: Manufacturers not prior approved, shall provide evidence of five (5) years
experience in manufacturing specified items.
C. Testing: All specified products shall be tested by a laboratory conforming to ASTM E-699.
D. Security glazing substitutions: All requests (and submittals) for “approval” as a security glazing material
Broward County Courthouse SECURITY GLAZING
August 15, 2011October 12, 2011 11 19 70 - 2
BID SETAddendum #5
must be made in accordance with Section 01 63 00 - Product Substitution Procedures.
E. Warranty:
1. Glass clad polycarbonate: shall be a written warranty from the manufacturer agreeing to provide
replacement material, FOB point of manufacture, freight prepaid and allowed, in the event of
product failure or defect for a period of five (5) years from the date of substantial completion.
Defect shall be defined as delamination, yellowing or hazing.
2. Laminated Polycarbonate: shall be a written warranty from the manufacturer agreeing to provide
replacement material, FOB point of manufacture, freight prepaid and allowed, in the event of
product failure or defect for a period of seven (7) years from the date of substantial completion.
Defect shall be defined as delamination, yellowing or hazing.
3. Air-Gap Units: shall be a written warranty from the manufacturer agreeing to provide replacement
material, FOB point of manufacture, freight prepaid and allowed, in the event of product failure or
defect for a period of one (1) year from the date of substantial completion. Defect shall be defined as
edge seal failure, hazing or fogging.
F. Comply with glazing recommendations as stated in the “GANA” Glazing Association of North America's
glazing manual, latest edition.
G. Approved Manufacturers: Products shall be supplied by one of the below listed manufacturers or pre-bid
approved qualified manufacturers:
1. Global Security Glazing, 616 Selfield Rd., Selma, AL 36703, Phone (800)633-2513, Fax (334)
875-2704, hhtp://www.security-global.com.
2. Guardian Industries Corp., 2300 Harmon Rd., Auburn Hills, MI 48326, Phone (248) 340-1800, Fax
(248) 340-9988, hhtp://www.guardian.com.
3. Pilkington Pyrostop as manufactured by Pilkington Group and distributed by Technical Glass
Products, 8107 Bracken Place SE, Snoqualmie, WA 98065, Phone (800) 426-0279, Fax (800)
451-9857, hhtp://[email protected].
PART 2 - PRODUCTS
2.1 MATERIALS
A. Security Glazing Categories
1. Polycarbonate: Laminated or monolithic polycarbonate shall be extruded, UV stabilized, but when
laminated uses various layers of urethane resins. Polycarbonate laminates shall have a flexural
strength not less than 13,500 psi: (ASTM D-790,) 180 deg F continuous service temperature.
Products must conform to all applicable IBC building Codes with a CC-1 flammability performance
rating.
2.2 SECURITY GLAZING TYPES (Glass Clad Polycarbonate)
A. Security Glass Type SG-GCP-1 (60 Minute Forced Entry) 1” Nominal, glass clad polycarbonate, clear,
ASTM F-1915 Level I 60 minute forced entry rated, Global Security Glazing Secur-Tem +Poly SP-028
(basis of design) or equal. Product shall consist of a combination of heat or chemically strengthened glass
out-board lites laminated to a polycarbonate core sufficient to meet the test requirements. 1” Nominal,
glass clad polycarbonate, clear, H.P. White Level IV-TP-0500.02, ASTM F-1915 Grade 1, WMFL Level
II forced entry rated, Global Security Glazing 1” Secur-Tem +Poly SP-028 (basis of design) or equal.
Product shall consist of a combination of heat or chemically strengthened glass out-board lites laminated
to a polycarbonate core sufficient to meet the test requirements.
B. Security Glass Type SG-GCP-2 (40 Minute Forced Entry) ¾” Nominal, glass clad polycarbonate, clear,
ASTM F-1915 Level II 40 minute forced entry rated, Global Security Glazing Secur-Tem +Poly SP-019
(basis of design) or equal. Product shall consist of a combination of heat or chemically strengthened glass
out-board lites laminated to a polycarbonate core sufficient to meet the test requirements. ¾” Nominal,
glass clad polycarbonate, clear, H.P. White Level III-TP-0500.02, ASTM F-1915 Grade 2, WMFL Level
III forced entry rated, Global Security Glazing ¾” Secur-Tem +Poly SP-019 (basis of design) or equal.
Broward County Courthouse SECURITY GLAZING
August 15, 2011October 12, 2011 11 19 70 - 3
BID SETAddendum #5
Product shall consist of a combination of heat or chemically strengthened glass out-board lites laminated
to a polycarbonate core sufficient to meet the test requirements.
2.3 FIRE RATED GLAZING TYPES
A. 45 minute: Security Glass Type FRG-45 to be used in conjunction with Security Glass Type as listed
above for openings in excess of 1,296 square inches, with glazing separation for Pilkington Pyrostop
45-200, ¾ inch thickness, composed of multiple sheets of “Optiwhite” high visibility transmission glass
laminated with an intumescent interlayer.
B. 90 minute: Security Glass Type FRG-90 to be used in conjunction with Security Glass Type as listed
above for openings in excess of 552 square inches, with glazing separation for Pilkington Pyrostop
90-102, 1-7/16 inch thickness, composed of multiple sheets of “Optiwhite” high visibility transmission
glass laminated with an intumescent interlayer.
2.4 SECURITY GLAZING SEALANTS-MATERIALS
A. General: Provide product and material of the type indicated and approved for the use with the specified
security glazing products.
B. Comply with recommendations of the security glazing manufacturer for each type of security glazing
material regarding, installation, storage, shelf-life, tooling, and finish.
C. Compatibility: Use only those products previously tested and approved for use with the specified security
glazing materials. It shall be the responsibility of the glazing installer to coordinate such approval to the
architect through submittals for silicones, setting blocks, glazing tape, and edge blocks.
D. Provide sealants of a color as selected by the architect.
E. Materials:
1. Silicone sealants shall be single component elastomeric silicone which complies with
FSTT-S-001543, Class A, non-sag, ASTM C-920 Type S, Grade NS class 25. Use G for high
modulus silicone. Dow Corning 795 or GE Silpruf SC2000 as determined acceptable by the
architect. Color: black unless otherwise selected by Architect.
2. Glazing tapes shall be 1/8” x 1/2” preformed butyl tape, 100% solids, Tremco 440 or approved
equal. Shimmed or unshimmed as needed.
3. Fire Rated Glazing tapes shall be 1/8” x 1/2" preformed closed cell polyvinyl chloride foam, coiled
on release paper over adhesive on two sides, maximum water absorption by volume of 2 percent,
designed for compression of 25 percent to effect an air and vapor seal.
4. Blocking shall be EPDM, Neoprene, silicone or thermostat rubber as tested to be compatible with
the specified security glazing product.
5. Setting blocks are to be 80-90 shore A durometer, ¼” thick.
6. Edge blocks are to be 70-80 shore A durometer, 1/8” thick.
7. Primers, cleaners, sealers shall be supplied per the manufacturer's recommendations for
compatibility as required.
PART 3 - EXECUTION
3.1 PRE-INSTALLATION
A. Inspection: Prior to installation, the glazier shall inspect all hollow metal frames for compliance to
specifications, including size, squareness, edge clearance, weep holes, weld spatter and any other
conditions detrimental to the installer's successful completion of the install. Any such conditions shall be
brought to the attention of the architect and general contractor with all conditions corrected prior to
commencement of installation.
B. Clean all glazing channels immediately prior to installation.
C. Confirm sizes of all glass; the use of field measurements for ordering glass shall be at the discretion of the
Broward County Courthouse SECURITY GLAZING
August 15, 2011October 12, 2011 11 19 70 - 4
BID SETAddendum #5
installer.
3.2 INSTALLATION
A. Security glazing installation and fabrication shall comply with the written recommendations of the
manufacturer.
B. Install security glazing as late as possible in the construction of the facility. All polycarbonate glazing
shall have its masking removed only for approximately 1-2” from the edge so as to allow installation.
C. All polycarbonate glazing exposed to direct sunlight shall have it's masking entirely removed, recovered
with plastic poly/duct tape to the frames. Failure to remove polycarbonate masking when in direct
sunlight may cause staining or “shadows” later.
D. Silicone cap beads shall be required on all exterior glazing tape and all lites (either interior or exterior) in
direct contact with inmates.
E. Proper coordination of cleaning the security glazing shall be the sole responsibility of the General
Contractor. It is highly recommended that a meeting or related trades; installer, glazing manufacturer,
painter, and General Contractor be conducted to assure glazing is not damaged by subsequent trades.
END OF SECTION 11 19 70
Broward County Courthouse ENTRANCE FLOOR MATS AND FRAMES
August 15, 2011 October 12,2011 12 48 13 - 1
BID SET Addendum #5
SECTION 12 48 13 - ENTRANCE FLOOR MATS AND FRAMES
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Extruded aluminum entrance floor grilles.
AB. Stainless steel entrance floor gratings.
C. Carpet mat.
D. Vinyl link mat.
E. Rubber mat.
F. Cocoa mat.
G. Recessed mat frames.
1.2 RELATED REQUIREMENTS
A. Section 03 30 00 – Cast-in-Place Concrete.
B. Section 09 66 23 – Resinous Matrix Terrazzo Flooring.
1.3 SUBMITTALS
A. See Section 01 30 00 - Administrative Requirements, for submittal procedures.
B. Product Data: Provide data indicating properties of walk-off surface, component dimensions and
recessed frame characteristics.
C. Shop Drawings: Indicate dimensions, details for recessed frame, and perimeter floor moldings.
D. Samples: Submit two samples, 12x12 inch in size illustrating pattern, color, finish, and edging
conditions.
E. LEED Submittals: Report recycled content and source of product.
F. Maintenance Data: Include cleaning instructions, stain removal procedures and replacement procedures.
1.3 PROJECT CONDITIONS
A. Verify that field measurements are as indicated.
1.4 QUALITY ASSURANCE
A. Obtain floor mats and frames through one source from a single manufacturer.
B. Provide installed floor mats that comply with Section 4.5 in the U.S. Architectural & Transportation
Barriers Compliance Boards "Americans with Disabilities Act (ADA), Accessibility Guidelines for
Buildings and Facilities (ADAAG).
1.5 COORDINATION
A. Coordinate size and location of recesses in concrete with installation of finish floors to receive floor mats
and frames.
1.6 EXTRA MATERIALS
A. Furnish extra materials described below that match products installed and that are packaged with
protective covering for storage and identified with labels describing its contents.
Broward County Courthouse ENTRANCE FLOOR MATS AND FRAMES
August 15, 2011 October 12,2011 12 48 13 - 2
BID SET Addendum #5
PART 2 - PRODUCTS
2.1 BASIS OF DESIGN MANUFACTURERS
A. Entrance Floor Grilles:
1. C/S Group: www.c-sgroup.com.
1. Arden Architectural Specialties, Inc: www.ardenarch.com.
2. Pawling Corporation: www.pawling.com.
3. Reese Enterprises, Inc: www.reeseusa.com.
4. Substitutions: See Section 01 61 00 – Basic Product Requirements.
B. Other Acceptable Manufacturers:
1. Arden Architectural Specialties, Inc: www.ardenarch.com.
2. Pawling Corporation: www.pawling.com.
3. Substitutions: See Section 01 61 00 – Basic Product Requirements.
B. Entrance Floor Gratings:
1. Arden Architectural Specialties, Inc: www.ardenarch.com.
2. Substitutions: See Section 01 61 00 – Basic Product Requirements.
C. Floor Mats:
1. American Floor Products Company, Inc: www.afco-usa.com.
2. R.C. Musson Rubber Co: www.mussonrubber.com.
3. Pawling Corporation: www.pawling.com.
4. Substitutions: See Section 01 61 00 – Basic Product Requirements.
2.2 ENTRANCE FLOOR GRILLES AND GRATINGS
A. Materials:
1. Stainless steel - Type 304 stainless steel for surface wires and support bars
B. Floor Grids:
1. Model and Description - G6 GridLine shall be manufactured from type 304 stainless steel in 5/8"
depth. Wires to be .090" x.150" electronically welded and spaced .145 apart. Unit must withstand 500
lb./ wheel loads (load applied to a solid 5" x 2" wide polyurethane wheel, 1000 passes without
damage).
C. Grid Frames:
1. SSA-DP - Stainless Steel Angle Frame with drain pan shall be Type 304 stainless steel with 1/8"
(3.2mm) exposed surface. Drain pan to be .050” Stainless Steel with general purpose PVC drain
with stainless steel strainer.
D. Lock Down Mechanism:
1. HL - Hidden Lock Down shall be a hidden device to secure the GridLine to the concrete surface.
Made from Type 304 stainless steel.
A. Entrance Floor Grilles: Recessed extruded aluminum grille assembly with nominal 1 inch wide tread
strips running perpendicular to traffic flow, slots between treads, and perimeter frame forming sides of
recess; grille hinged for access to recess.
1. Recess Depth: 3/4 inches.
2. Tread Surfaces: Serrated anodized aluminum.
3. Colors: As scheduled.
4. Length in Direction of Traffic Flow: 72 inches.
5. Width Perpendicular to Traffic Flow: Full width of entrance door opening.
6. Frame: Anodized aluminum for embedding in concrete; minimal exposed trim; stud or hook
Broward County Courthouse ENTRANCE FLOOR MATS AND FRAMES
August 15, 2011 October 12,2011 12 48 13 - 3
BID SET Addendum #5
concrete anchors.
7. Pan: Anodized aluminum bottom pan with drain, sealed to frame.
B. Entrance Floor Gratings: Recessed stainless steel bar grating with longitudinal bars running
perpendicular to traffic flow and perimeter frame forming sides of recess; grating hinged for access to
recess.
1. Grating: Longitudinal bars 0.09 inch, nominal, in width, spaced at less than twice the bar width
apart; cross bars set below for pronounced linear appearance.
2. Grating Depth: 3/8 inches, nominal.
3. Recess Depth Below Bottom of Grating: 1 inches.
4. Length in Direction of Traffic Flow: 72 inches.
5. Width Perpendicular to Traffic Flow: Full width of entrance door opening.
6. Frame: Anodized aluminum for embedding in concrete; minimal exposed trim; stud or hook
concrete anchors.
C. Mounting: Top of non-resilient members level with adjacent floor.
D. Structural Capacity: Capable of supporting a rolling load of 500 pounds without permanent deformation
or noticeable deflection.
E. Vibration Resistant Fabrication: All members welded, riveted, or bolted; no snap or friction connections.
2.3 MATS
A. Carpet Mat: Cut nylon pile permanently bonded to vinyl backing; 48 inch wide x 72 inch long with one
inch black matching vinyl border on all edges; carpet color as selected.
B. Link Mat: Extruded vinyl links fastened with 11 gage galvanized spring steel wire; overall size 72 inch
wide x 60 inch long, 1/2 inch thick; square nosing; black color with pattern as selected.
C. Rubber Mat: 1/4 inch thick; 36 inch wide x 72 inch long; corrugated surface texture; bevelled edges;
color as selected.
D. Cocoa Mat: Woven jute backing with vegetable hair strand pile, interlocking woven edging, 72 inch x
60 inch size x 3/8 inch thick, color as selected.
E. Recessed Frame: Extruded aluminum, ASTM B 221, Alloy 6061-T6, 1/2 inch thick zinc exposed top
strip, zinc coated steel concealed bottom strip, 3/4 inch deep, with anchoring features.
2.34 FABRICATION
A. Construct recessed mat frames square, tight joints at corners, rigid, complete with corner connectors,
splice plates or connecting pins, and postinstalled expansion anchors. Coat surfaces with protective
coating where in contact with cementitious materials.
B. Fabricate mats in single unit sizes; fabricate multiple mats where indicated.
2.5 ALUMINUM FINISHES
A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for
recommendations for applying and designating finishes.
B. Class I, Clear Anodic Finish: AA-M12C22A41 (Mechanical Finish: nonspecular as fabricated;
Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018
mm or thicker) complying with AAMA 611.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that floor opening for mats are ready to receive work.Verification of Conditions: Examine areas
Broward County Courthouse ENTRANCE FLOOR MATS AND FRAMES
August 15, 2011 October 12,2011 12 48 13 - 4
BID SET Addendum #5
and conditions under which work is to be performed and identify conditions detrimental to proper or
timely completion.
3.2 PREPARATION
A. Mats: Verify size of floor recess before fabricating mats.Manufacturer shall offer assistance and
guidance to provide a template of assemblies to ensure a proper installation.
B. Vacuum clean floor recess.
3.3 INSTALLATION
A. Install recessed mat frames to comply with manufacturer's written instructions. Set grid typemat tops at
height recommended by manufacturer for most effective cleaning.; coordinate top of mat surface with
bottom of doors to provide clearance between door and mat.
1. Install necessary shims, spacers and anchorages for proper location and secure attachment of frames.
2. Install grout and fill around frames and, if required to set mat tops at proper elevations, in recesses under
mats. Finish grout and fill smooth and level.
B. Install top of grid surfacessurface type units to comply with manufacturer's written instructions at
locations indicated; coordinate with entrance locations and traffic patterns.
1. Anchor fixed surface type frame members to floor with devices spaced as recommended by
manufacturer.
C. Install walk-off surface in floor recess flush with finish floor after cleaning of finish flooring.
3.4 CLEANING
A. Clean the tread surface and recessed well as frequently as possible to reduce the effects of accumulated
soiling that may hinder performance and lifetime.
3.5 PROTECTION
A. After completing frame installation and concrete work, provide temporary filler of plywood or fiberboard
in recesses and cover frames with plywood protective flooring. Maintain protection until construction
traffic has ended and project has achieved Substantial Completion.
3.5 TOLERANCES
A. Maximum Gap Formed at Recessed Frame From Mat Size: 1/4 inch.
END OF SECTION
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 012 51 00 -1
Bid SetAddendum #5
SECTION 12 51 00 – OFFICE FURNITURE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Office Furniture
a. Tables (T)
b. Private Offices (PO)
c. Bookcases (BK)
d. Lateral File (LF)
e. Carts (CT)
f. Table Carrel (WS15)
g. Shelving (SH)
h. Marker Board (MB)
B. The office furniture specifications shall be:
1. Basis of Design: Refer to appendix
2. Other Acceptable Alternates: Refer to appendix
C. The Contractor shall, as part of their bid, submit a letter on the Manufacturer’s letterhead
guaranteeing Non-Obsolescence of the proposed product. The letter shall clearly state that
all future product upgrades and enhancements shall be completely compatible with the
product installed under this Contract.
D. The Contractor shall provide a product warranty with a minimum of 12 years.
E. The Contract Documents consist of the Furniture Drawings and Specifications Package.
F. The item numbers on the Furniture Specifications and Furniture Floor Plan Drawings have
been tagged alike.
G. Refer to the Furniture Floor Plan Drawings for location and configurations of office
furniture.
H. Prior to and as a condition of the award of this contract, a mock-up incorporating the
components and finishes specified here-in shall be installed at a location designated by the
Owner. The Contractor shall be responsible for delivery, assembly, disassembly and
removal of the mock-up at the Owner’s direction. The owner’s acceptance of the mock-up
shall be a pre-requisite to award of this contract and the approved mock-up shall establish
the standard for all product delivered and installed under this section.
I. The Contractor shall furnish, as required, all LEED documentation and Certificates
J. Before ordering any material or doing any work, the Contractor shall verify all
measurements and required clearances at the site and shall be responsible for the
correctness of the same.
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 012 51 00 -2
Bid SetAddendum #5
K. Any quantities stated are for estimation purposes only. Contractor will be responsible for
determining exact quantities. See furniture floor plans for location. Quantities are to be
verified by Contractor prior to purchasing.
L. In submitting their bid, the Contractor shall certify to the Owner and Architect that they
can meet the Project Schedule for all shipments, delivery dates, and times
M. The Contractor shall schedule Access to the Site, any required temporary storage and hours
of operation through the General Contractor.
N. The Contractor shall be responsible for any damage to the building, finishes or other
furniture as a result of their installation.
O. All required material to protect building finishes shall be furnished by the Contractor and
removed upon completion of installation.
P. Trash removal shall be on a daily basis. Recycling of packaging and other disposable
product shall be per the Project LEED requirements.
Q. Prior to rough-in of electrical in-feeds, the Contractor shall prepare a diagram on the
jobsite floor showing the location of all floor junction boxes and required electrical feeds,
and shall review with the Contract Administrator, Architect and Electrical Engineer and
Audio-Visual consultant where required.
R. Tables where powered shall incorporate horizontal and vertical wire management.
S. As a condition precedent to Final Payment, the Contractor shall:
1. Conduct all necessary training on the assembly, disassembly and maintenance of the
installed product for the Owner’s designated staff.
2. Deliver to the Owner Autocad 2000 or later as-built drawings of all installed
product, all Warranty Certificates, Operation and Maintenance Manuals and seven
(7) bound copies of drawings, color catalogs, fabric, finish and trim samples.
T. The Contractor’s bid under this Section shall include an allowance of $125,000 for
keyboard trays or other accessories as selected by the Owner.
U. The Contractor’s bid shall include a set discount expressed in percent (%) off of the
manufacturer’s list pricing for additional purchases that may be made during the
construction period by the Owner.
1.2 RELATED DOCUMENTS
A. Electrical Division 26
B. Communications Division 27
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 012 51 00 -3
Bid SetAddendum #5
1.3 DELIVERY, STORAGE, AND HANDLING
A. Deliver manufactured workstation system and all components only after painting, utility
roughing-in, and similar operations that could damage, soil, or deteriorate casework have
been completed in installation areas. If workstation system and components must be
stored in other than installation areas, store only in areas where environmental conditions
meet requirements specified in "Project Conditions" Article.
B. Keep finished surfaces covered with polyethylene film or other protective covering during
handling and installation.
1.4 PROJECT CONDITIONS
A. Environmental Limitations: Do not deliver or install manufactured workstation system
until spaces are enclosed and weathertight, wet work in spaces is complete and dry, work
above ceilings is complete, and temporary HVAC system is operating and maintaining
ambient temperature and humidity conditions at occupancy levels during the remainder of
the construction period.
1.5 COORDINATION
A. Coordinate layout and installation of electrical wiring and devices with table layout(s) to
ensure that floor junction boxes and poke-thrus for electrical devices are accurately
located.
B. Table top devices requiring AV components shall be as specified by AV consultant and
shall be furnished by this contractor. Refer to AV drawings.
C. Coordinate layout and installation of metal file cabinets with work of other contracts,
including, but not limited to, adjacent construction, openings, and other installations.
1.6 SUBMITTALS
A. Product Data: for each type of product indicated.
B. Shop Drawings: Prior to fabrication, submit fabrication and installation details and layout
of office furniture Include plans, elevations, sections, details, and attachments to other
work.
1. Show locations of electrical devices, horizontal and vertical wire management and.
grommets
2. Wiring Diagrams: For power, signal, and control wiring
3. For furniture supporting equipment, show required equipment service clearances,
locations of power and data outlets, and conditions requiring furniture accessories.
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 012 51 00 -4
Bid SetAddendum #5
4. Indicate anchorage type and location for all GWB supported product.
1.7 QUALITY ASSURANCE
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction,
and marked for intended use.
1.8 INSTALLATION
A. Install office furniture level and plumb and in accordance with manufacturer’s
recommendations. Align with adjacent casework.
PART 2- PRODUCTS
Refer to Appendix A – Tables (T)
Refer to Appendix B – Private Offices (PO)
Refer to Appendix C – Bookcases (BK)
Refer to Appendix D – Lateral File (LF)
Refer to Appendix E – Carts (CT)
Refer to Appendix F – Table Carrel (WS15)
PART 3- EXECUTION
3.1 EXAMINATION
A. Verify that electrical and communication connections are properly located.
B. Examine conditions, with Installer present, for compliance with requirements for
installation tolerances and other conditions affecting performance of office furniture.
Proceed with installation only after unsatisfactory conditions have been corrected.
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 12 51 00 – Appendix A.1
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : T 2, T2a, T2b, T3, T3a, T3b, T4a, T4, T5, T5a, T6, T6a, T11, T11a, T13, T14 and T18
TYPE : Table
MANUFACTURER : Herman Miller
MODEL : Everywhere Tables
Acceptable Manufacturers: Teknion – Audience/Expansion Training Allsteel – Merge Tables
DESCRIPTION : See Typical Table. Height-adjustable legsglides have a 5" range in 1" increments where indicated.
Tops
1 1/8” thick, 45-pound density particleboard core with high pressure laminate top and bottom face.
Square PVC edges.
Base
See Table Components
Caster option has 2 locking and 2 non-locking casters
Glides with ½” leveling range
Power/Data Units
See Table Components
Provide cord wire management
Prior to ordering powered tables, Contractor must obtain approval from Architect/Electrical Engineer for all electrical requirements.
Power/AV/Voice/Data Units
See Table Components
Tabletop interconnect units as specified by AV Consultant, furnished by manufacturer
Provide cord wire management
Prior to ordering powered tables, Contractor must obtain approval from Architect/Electrical Engineer for all electrical requirements.
Note: Field cutting of surface may be required. Information on surface cutout size provided by table top unit manufacturer.
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 12 51 00 – Appendix A.2
Bid SetAddendum #5
Grommet
See Table Components
DIMENSIONS : See Table Components FINISHES : Typical, unless otherwise noted. All finishes are Price Category 1. Wood Grain Laminate Top /Vinyl Edge : Mahogany LM Base Finish : Sandstone WL
Power/Data Unit : Aluminum
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 12 51 00 – Appendix A.3
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : T7, T7a,T8,T8 and T9
TYPE : Table - Wood
MANUFACTURER : Geiger
MODEL : Level
Acceptable Manufacturers: Gunlocke Teknion DESCRIPTION :
Tops
1 1/4” thick, 45-pound density particleboard core with wood veneer finish
Square edges.
Base
Table T-leg
Grommet
See Table Components for location
DIMENSIONS : See Table Components FINISHES : All finishes are Price Category 1. Wood Veneer Top/Edge : Sundance Cherry
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 12 51 00 – Appendix A.4
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : T16
TYPE : Table - Wood
MANUFACTURER : Herman Miller
MODEL : Everywhere Tables
Acceptable Manufacturers: Gunlocke Geiger DESCRIPTION :
Tops
1 1/4” thick, 45-pound density particleboard core with wood veneer finish
Square edges.
Base
See Table Components
DIMENSIONS : See Table Components FINISHES : All finishes are Price Category 1.
Wood Veneer Top/Edge : Aged Cherry
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 12 51 00 – Appendix A
Bid SetAddendum #5
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 12 51 00 – Appendix A
Bid SetAddendum #5
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 12 51 00 – Appendix B.1
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : PO1, PO2, PO4, PO5, PO6 and PO10
TYPE : Private Office
MANUFACTURER : Herman Miller
MODEL : Canvas – Private Office
Acceptable Manufacturers: Teknion Allsteel
DESCRIPTION : See Private Office Components L- Shape Desk
1 1/8” thick, 45-pound density particleboard core with high pressure laminate top and bottom face.
Square PVC edges.
2- 14” wide under surface cable management trough.
Return
Rectangular High pressure laminate with square PVC edge
Ganging plates for attaching one end of return surface
Glides with ½” leveling range
2- 14” wide under surface cable management trough.
Legs
Open Support Leg, Architectural Foot – Shared or End Support as required.
Adjustable, 6” range in 1” increments
Depth to match depth of surface
Overhead Storage Cabinet
Wall mounted full enclosure cabinet
2 sliding doors, center
1 painted door left and 1 painted door right, with locks
All storage cabinets to be keyed alike office. Provide 2 master keys.
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 12 51 00 – Appendix B.2
Bid SetAddendum #5
Deck Mounted Storage Cabinet
Partial Enclosure
Sliding doors with locks
Metal Freestanding Pedestals
See Private Office Components
Laminate top, painted steel case with painted front
21 7/8” deep with 2 ¼” high base with leveling glides
Drawers with full extension ball-bearing slides.
16” high, along return side
Tackboard
2 -Wall mounted tackboards
24” high, along return side
Grommet
See Private Office Components
2-1/2” diameter
DIMENSIONS : See Private Office Components FINISHES : Typical unless otherwise noted. All finishes are Price Category 1. Worksurface Wood-Grain Laminate Top/Vinyl Edge : Mahogany-LM
Overhead Storage Wood-Grain Laminate Top /Case/Vinyl Edge : Mahogany LM
Primary Door Finish Solid Color Laminate : White91 Secondary Door Finish Translucent plastic : Opal Frosted
Paint (Metal trims and storage) : Sandstone – WL
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 12 51 00 – Appendix B.3
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : PO5
TYPE : Private Office-Wood
MANUFACTURER : Herman Miller
MODEL : Canvas Private Office - Wood
Acceptable Manufacturers: Gunlocke – Trio Teknion- Expansion DESCRIPTION :
Desk
Double pedestal wood veneer desk 1- Box/Box/File wood pedestal with locks keyed alike 1- File/File wood pedestal with locks keyed alike
Full recessed wood modesty panel
Pencil drawer
Square edges
Credenza
Double pedestal wood veneer credenza with open center 2-File/File wood pedestal with locks
Cable Management
under surface cable management trough.
Hutch Full Enclosure with tackboards
39” high surface mounted full enclosure storage hutch 2-Wood doors with locks Open center with shelf
Shelf below closed storage hutch
All storage cabinets to be keyed alike office. Provide 2 master keys.
Grommets
2-1/2” diameter
DIMENSIONS : See Table Components FINISHES : Typical unless otherwise noted. All finishes are Price Category 1. Wood Veneer surfaces : Cherry Hardware : TBS
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 12 51 00 – Appendix B.4
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : PO7 and PO9
TYPE : Private Office MANUFACTURER : Herman Miller
MODEL : Canvas Private Office - Wood
Acceptable Manufacturers: Gunlocke – Trio Teknion - Expansion
DESCRIPTION : See Private Office Components L- Shape Desk
Wood veneer top and edge
Full modesty panel
Square edge.
Under surface cable management trough.
Return
Wood veneer top and edge
Ganging plates for attaching one end of return surface
Glides with ½” leveling range
under surface cable management trough.
Deck Mounted Storage Cabinet
Partial Enclosure
Sliding doors with locks
Legs
Closed painted metal end panels
Adjustable, 6” range in 1” increments
Depth to match depth of surface
Hutch Full Enclosure with tackboards
Surface mounted full enclosure painted metal cabinet
2 sliding wood doors, center
1 wood door left and 1 wood door right, with locks
All storage cabinets to be keyed alike office. Provide 2 master keys.
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 12 51 00 – Appendix B.5
Bid SetAddendum #5
Metal Freestanding Pedestals
Box/Box/File
Laminate top, painted steel case with painted front
21 7/8” deep with 2 ¼” high base with leveling glides
Drawers with full extension ball-bearing slides.
16” high, along return side
Grommet
See Private Office Components
2-1/2” diameter
DIMENSIONS : See Private Office Components FINISHES : All finishes are Price Category 1. Worksurface Wood Veneer surfaces : TBS
Overhead Storage Solid Laminate Top /Case/Vinyl Edge : TBS
Primary Door Finish Solid Color Laminate : TBS Secondary Door Finish Solid Color Laminate : TBS
Paint (Metal trims and storage) : TBS Hardware : TBS
Broward County Courthouse OFFICE FURNITURE
October 12, 2011 12 51 00 – Appendix E
Addendum #5
B A S I S O F D E S I G N
ITEM TAG : CT-1
TYPE : Cart
MANUFACTURER : Herman Miller
MODEL : Teneo Storage
Acceptable Manufacturers: Teknion Haworth
DESCRIPTION : Island cart with 2 shelves and a bottom panel between anodized aluminum rings; with 3" casters (2 locking and 2 nonlocking) with cable management back panel and no side cladding; with flat top surface
DIMENSIONS :
Overall Depth : 21-7/8”
Overall Width : 39”
Overall Height : 39 3/4”
FINISHES : All finishes are Price Category 1. Wood Grain Laminate Top /Vinyl Edge : Mahogany LM Base Finish : Sandstone WL
Power/Data Unit : Aluminum
Broward County Courthouse OFFICE FURNITURE
August 15, 2011October 12, 2011 12 51 00 – Appendix E F
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : WC-15WS15
TYPE : Table Carrel
MANUFACTURER : AGATI
MODEL : Antrim
DESCRIPTION : Work surface with a standard knife edge profile and grommet Powder-coated metal base with round legs and end apron rails. Inset Marmoleum top with curved half-depth wood surround and wire chase leg.
DIMENSIONS :
Overall Depth : 32”
Overall Width : 42”
Overall Height : 30”
Privacy panel : 9 ” high
FINISHES : All finishes are Price Category 1. Wood Edge : TBS Base Finish : TBS
Wood Privacy panel : TBS
Broward County Courthouse OFFICE FURNITURE
October 12, 2011 12 51 00 – Appendix G
Addendum #5
B A S I S O F D E S I G N
ITEM TAG : SH1
TYPE : Shelving
MANUFACTURER : Space Saver
MODEL : Metal Shelving
Acceptable Manufacturers: Montel Aurora
DESCRIPTION : Heavy duty 18-gauge steel open shelf unit with adjustable shelves and open
ends. 18 ga. cold-rolled steel shelves with flanges on all four-sides,
adjustable on 1” centers vertically, with cold-rolled shelf supports; with
welded-steel uprights.
DIMENSIONS :
Overall Depth : 1’-3”
Overall Width : 3’-0”
Overall Height : 88-1/4”
FINISHES : All finishes are Price Category 1. Paint Color : TBS
Broward County Courthouse OFFICE FURNITURE
October 12, 2011 12 51 00 – Appendix H
Addendum #5
B A S I S O F D E S I G N
ITEM TAG : MB1
TYPE : Marker Board
MANUFACTURER : Peter Pepper Products
MODEL : Tactics Plus
Acceptable Manufacturers: Egan Newline
DESCRIPTION : Porcelain enamel marker boards with smooth, glass hard, non-porous, non- absorbent and acid resistant surface. Aluminum frame, with wall mount hardware. Include aluminum pen rail; (4) Dry Erase Marking pens, (1) eraser.
DIMENSIONS :
Overall Width : 4’-0”
Overall Height : 3’-0”
FINISHES : All finishes are Price Category 1. Frame: Anodized Aluminum Porcelain Enamel: White
Broward County Courthouse SEATING
August 15, 2011October 12, 2011 12 52 00 – Appendix A.1
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : CH 1 TYPE : Task Chair MANUFACTURER : Herman Miller MODEL : Aeron Chair Acceptable Manufacturers: Knoll – Generation Chair Haworth – Zody Chair
DESCRIPTION : Aeron work chair with pneumatic lift and 2 ½” hard floors or carpet casters;
with tilt limiter and seat angle; with adjustable lumbar support; with fully
adjustable non-upholstered arm pads that pivot 15 degrees outward, 17 ½”
inward, and with 4” vertical adjustment.
DIMENSIONS :
Overall Depth : 17”
Overall Width : 27”
Overall Height : 42” max
Seat Width : 20 ¼”
Seat Height : 15” – 20 7/8”
FINISH : All Finish selections to be Price Category 1
Base/Frame : TBS
Armpad : TBS
Casters : Black Yoke
UPHOLSTERY :
Fabric : Price Group 1
Name : Pellicle classic
Color : TBS
Number : TBS
Broward County Courthouse SEATING
August 15, 2011October 12, 2011 12 52 00 – Appendix A.2
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : CH 2,CH5 and CH6 TYPE : Side Chair MANUFACTURER : Herman Miller MODEL : Aside Chair Acceptable Manufacturers: Haworth - Improv Allsteel - Relate
DESCRIPTION : Metal leg base and open metal arm chair with fully upholstered seat and
back and outer back; with glide with insert, carpet or hard floors. Ganging
device.
DIMENSIONS :
Overall Depth : 21-1/4”
Overall Width : 25-1/2”
Overall Height : 30-1/4”
Seat Width : 18-1/4”
Seat Height : 18-1/4”
FINISH : All Finish selections to be Price Category 1
Frame : Black
Arms : Black
UPHOLSTERY :
Fabric : TBS
Name : TBS
Number : TBS
Finish : Soil retardant treatment
Broward County Courthouse SEATING
August 15, 2011October 12, 2011 12 52 00 – Appendix A.3
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : CH3 TYPE : Executive Chair MANUFACTURER : Geiger MODEL : Foray Acceptable Manufacturers: Allsteel –Acuity with jacket Knoll – EWC
DESCRIPTION : Fully upholstered seat and professional back with open loop arms, on
pneumatic lift; with casters; with full function tilt.
DIMENSIONS :
Overall Depth : 27”
Overall Width : 27 1/4”
Overall Height : 43 3/8”
Seat Height : 16” – 20 ½”
Arm Height : 23-5/8” – 32 1/8”
FINISH : All Finish selections to be Price Category 1
UPHOLSTERY :
Material : TBS
Name : TBS
Number : TBS
Width : TBS
Broward County Courthouse SEATING
August 15, 2011October 12, 2011 12 52 00 – Appendix A.4
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : CH 4, CH17 TYPE : Side Chair MANUFACTURER : Geiger MODEL : Advocate Acceptable Manufacturers: Knoll –Ricchio Haworth-Candor
DESCRIPTION : Solid wood frame chair with half upholstered/half wood back with solid wood open arms and upholstered seat.
DIMENSIONS :
Overall Depth : 23”
Overall Height : 32 ¾”
Seat Width : 21 ¼”
Seat Height : 18 ¼”
FINISH : All Finish selections to be Price Category 1
Wood : TBS
Upholstery : TBS
Broward County Courthouse SEATING
August 15, 2011October 12, 2011 12 52 00 – Appendix A.5
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : CH 10 and CH7 TYPE : Task Chair MANUFACTURER : Herman Miller MODEL : Setu Chair Acceptable Manufacturers: Knoll – Life Haworth - Very
DESCRIPTION : Chair with pneumatic lift on 5 star base with 2 ½” hard floors or carpet
casters; with tilt limiter and seat angle; with built-in lumbar support; with
fully fixed – height closed arms.
DIMENSIONS :
Overall Depth : 17 1/4”
Overall Width : 25 1/8”
Overall Height : 37 1/8”
Seat Width : 19”
Seat Height : 15 1/2” – 20”
FINISH : All Finish selections to be Price Category 1
Base/Frame : TBS
Casters : TBS
UPHOLSTERY :
Fabric : Price Group 1
Name : TBS
Color : TBS
Number : TBS
Broward County Courthouse SEATING
August 15, 2011October 12, 2011 12 52 00 – Appendix A.6
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : CH 10a TYPE : Task Chair MANUFACTURER : Herman Miller MODEL : Setu Chair Acceptable Manufacturers: Knoll – Life Haworth - Very
DESCRIPTION : Chair with fixed base, with built-in lumbar support; with fixed – height
closed arms.
DIMENSIONS :
Overall Depth : 17 1/4”
Overall Width : 25 1/8”
Overall Height : 36”
Seat Width : 19”
Seat Height : 18 ½”
FINISH : All Finish selections to be Price Category 1
Base/Frame : TBS
Casters : TBS
UPHOLSTERY :
Fabric : Price Group 1
Name : TBS
Color : TBS
Number : TBS
Broward County Courthouse SEATING
August 15, 2011October 12, 2011 12 52 00 – Appendix A.7
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : CH 8 TYPE : Side Chair MANUFACTURER : Herman Miller MODEL : Caper Chair Acceptable Manufacturers: Knoll –Multi Generational Allsteel - Inspire
DESCRIPTION : Stacking chair with tubular steel frame, with contoured molded back, With 4-leg base with glides; with molded contour seat; the
DIMENSIONS :
Overall Depth : 18-3/8”
Overall Width : 24-1/2”
Overall Height : 38-1/8”
Seat Width : 21 ½”
Seat Height : 16”
FINISH : All Finish selections to be Price Category 1
Frame : TBS
Shell : TBS
Broward County Courthouse SEATING
August 15, 2011October 12, 2011 12 52 00 – Appendix A.8
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : CH11 TYPE : Training Chair MANUFACTURER : Herman Miller MODEL : Aside Chair Acceptable Manufacturers: Haworth - Improv Allsteel - Relate
DESCRIPTION : Metal leg base and open metal arm chair with fully upholstered seat and
back and outer back; on casters, carpet or hard floors.
DIMENSIONS :
Overall Depth : 21-1/4”
Overall Width : 25-1/2”
Overall Height : 30-1/4”
Seat Width : 18-1/4”
Seat Height : 18-1/4”
FINISH : All Finish selections to be Price Category 1
Frame : Black
Arms : Black
UPHOLSTERY :
Fabric : TBS
Name : TBS
Number : TBS
Finish : Soil retardant treatment
Broward County Courthouse SEATING
August 15, 2011October 12, 2011 12 52 00 – Appendix A.9
Bid SetAddendum #5
B A S I S O F D E S I G N
ITEM TAG : CH12 TYPE : Stool Chair MANUFACTURER : Herman Miller MODEL : Aeron Chair Acceptable Manufacturers: Knoll Haworth
DESCRIPTION : Aeron stool chair with adjustable foot rest mechanism, with pneumatic seat
height adjustment, with 2 height options. With 2 ½” hard floors or carpet
casters; with tilt limiter and seat angle; with adjustable lumbar support;
with fully adjustable non-upholstered arm pads that pivot 15 degrees
outward, 17 ½” inward, and with 4” vertical adjustment.
DIMENSIONS :
Overall Depth : 17”
Overall Width : 27”
Overall Height : 52 ¼” max
Seat Width : 20 ¼”
Seat Height : 24 ½” - 29”
FINISH : All Finish selections to be Price Category 1
Base/Frame : TBS
Armpad : TBS
Casters : Black Yoke
UPHOLSTERY :
Fabric : Price Group 1
Name : Pellicle classic
Color : TBS
Number : TBS
Broward County Courthouse BULLET RESISTANT PROTECTION
August 15, 2011October 12, 2011 13 46 00 - 1
BID SETAddendum #5
SECTION 13 46 00 - BULLET RESISTANT PROTECTION
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Bullet resistant armor protection for installation of Judges Bench.
B. Bullet resistant protection for walls where indicated on the drawings.
1.2 REFERENCES
A. UL Standard 752-05 -- Underwriters Laboratory Standard for Bullet Resisting Equipment; 1992.
B. NIJ 0108.01-85 -- National Institute of Justice Standard for Ballistic Resistant Protective Materials; 1985.
1.3 SUBMITTALS
A. Product Data: Submit manufacturer's specifications, installation instructions, and general
recommendations for each major product required. Include data substantiating that products to be
furnished comply with requirements of the contract documents.
B. Shop Drawings: Submit complete shop drawings for fabrication and erection, including plans,
elevations, and large scale details of typical sections and connections.
1. Provide location and details of anchorage devices to be embedded in or fastened to other
construction. Furnish templates if required for accurate placement.
2. Verification Samples: To verify compliance with requirements of contract documents, submit
complete sets of samples, illustrating full range of color and texture to be expected in the completed
work. Provide samples of minimum size as follows:
a. Armor protection: 8 inches square.
3. Certificates: Submit manufacturer's certification that products comply with requirements of the
contract documents.
a. Certify that all materials provided will be top quality material and that the manufacturer has
conducted sufficient ballistic tests on samples from production run to ballistically qualify the
material.
b. Test Reports: Submit a copy of test report for each item of bullet resistant protection material
to be installed, along with the vendor's bill identifying material as that in the test report. If
product test report is more than one (1) year old, a new test will be required and the test
forwarded to the above address.
1.4 QUALITY ASSURANCE
A. Manufacturer Qualifications: Obtain required products from a single manufacturer for entire project, to
ensure continuity of color, design, and overall product consistency.
1. Accessories: Provide accessory items only as produced or recommended by manufacturer of
primary products.
2. Tests: Ballistic testing shall be performed by a nationally recognized ballistics testing laboratory
such as H.P.White Laboratories, Inc., Street, Maryland 211154 for the following:
a. Judge's bench armor protection.
b. Interior wall bullet resistance protection.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Protect materials from excessive moisture in shipment, storage, and handling. Deliver materials in
manufacturer's unopened packages, and store in dry place with adequate air circulation.
B. Do not deliver plastic materials to site in advance of installation time, and avoid exposure of plastic
materials to sunlight; complete installation and concealment as rapidly as possible in each area of work.
Broward County Courthouse BULLET RESISTANT PROTECTION
August 15, 2011October 12, 2011 13 46 00 - 2
BID SETAddendum #5
PART 2 - PRODUCTS
2.1 BULLET RESISTANT ARMOR PROTECTION
A. Judges Bench Armor Protection:
1. Basis of design:
a. Project design and contract documents are based on the following product:
1) Armor Core Level 3 as manufactured by Waco Composites, Ltd.
b. Other Acceptable Manufacturers:
1) U.S. Bullet Proofing.
2) Bullet Guard Corporation.
3) Substitutions: See Section 01 61 00 – Basic Product Requirements.
b. Characteristics:
1) Material: Multi-ply fiberglass-reinforced polyester resin laminate.
2) Nominal Thickness: 7/16 inch.
3) Nominal Weight: 4.9 lbs/sf.
4) Ballistic Level Rating: UL Standard 752 listed Level 3 (high powered small arms) or
NIJ Standard 0108.01 listed for Level IIIA.
B. Interior Wall Bullet Resistance Protection:
1. Basis of Design:
a. Project design and contract documents are based on the following product:
1) Kevlar Ballistic Panel NIJ IIIA, Item # FABP-3A as manufactured by ArmorCo:
www.armorco.com.
b. Other Acceptable Manufacturers:
1) U.S. Bullet Proofing.
2) Bullet Guard Corporation.
3) Waco Composites.
3) Substitutions: See Section 01 61 00 – Basic Product Requirements.
b. Characteristics:
1) Material: Multiple layers of woven roving ballistic grade fiberglass cloth impregnated
with a thermoset polyester resin and compressed into flat rigid sheets.
2) Nominal Thickness: 7/32 inches.
3) Nominal Weight: 1.1 lb./sq.ft.
4) Ballistic Level Rating: UL Standard 752 listed Levels 1, 2, 3, and 6 and NIJ Standard
0108.01 listed for Level IIIA.
PART 3 - EXECUTION
3.1 INSTALLATION
A. General: Comply with manufacturer's instructions, except where more stringent requirements are shown
or specified, and except where project conditions require extra precautions or provisions to ensure
satisfactory performance of the work.
B. Furnish armor protection for fabrication of Judge's bench in accordance with manufacturer's
recommendation, extent of which shall be indicated on the drawings.
C. Furnish armor protection for installation in interior metal stud and gypsum board walls in accordance with
manufacturer's recommendation, extent of which shall be indicated on the drawings.
3.2 SUPPORTING MEMBERS
A. Prior to installing the bullet resistive material the contractor shall verify that all supports have been
installed as required by the contract documents and the architectural drawings.
Broward County Courthouse BULLET RESISTANT PROTECTION
August 15, 2011October 12, 2011 13 46 00 - 3
BID SETAddendum #5
3.3 JOINTS
A. All joints shall be reinforced by a back-up layer of bullet resistive material. The bullet resistance of the
joint, as reinforced, shall be at least equal to that of the panel. Minimum width of reinforcing layer at joint
shall be 4-inches (2" on each panel or a 2" minimum overlap).
3.4 PROTECTION
A. General: Institute protective procedures and install protective materials as required to ensure that work
of this section will be without damage or deterioration at substantial completion.
END OF SECTION
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 1
SECTION 14 21 55 – MACHINE-ROOM-LESS TRACTION ELEVATORS (PREDESTRIAN BRIDGE
AND EAST BUILDING)
GENERAL
1.1 WORK INCLUDED
A. Four (4) traction elevators as follows:
1. Machine-room-less traction elevators. Cars 1-2 Parking Garage
2. Machine-room-less traction elevators. Cars 3-4 East Courthouse Building
B. All engineering, equipment, labor, and permits required to satisfactorily complete elevator
installation required by Contract Documents.
C. Preventive maintenance as described herein.
D. Additional equipment or finishes furnished under other sections, installed under this section:
1. Building announcement speaker(s)
2. CCTV system
3. Card reader security system
4. Car interior finishes
1.2 RELATED WORK PROVIDED UNDER OTHER SECTIONS
A. Hoistway and Pit:
1. Clear, plumb, substantially flush hoistway with variations not to exceed 1" at any point.
2. Divider beams between adjacent elevators at each floor, pit, and overhead. Supports at each
floor for car and counterweight guide rail fastening including supports for car guide rail
fastening above top landing. Intermediate car guide rail support when floor heights exceed
14'-0" Intermediate counterweight guide rail supports where floor heights exceed 16'-0".
Building supports not to deflect in excess of 1/8" under normal conditions.
3. Continuous vertical car and counterweight guide rail support between floors shown on
Contract documents full height of hoistway.
4. Installation of guide rail bracket supports in concrete. Inserts or embeds, if used, will be
furnished under this Section.
5. Hoist machine supports including two (2) additional horizontal supports above the top
terminal landing on the machine side of the hoistway. Locate as required for selected
Contractors’ equipment.
6. Wall blockouts and fire rated closure for control and signal fixture boxes which penetrate
walls.
7. Cutting and patching walls and floors.
8. Concrete wall pockets and/or structural steel beams for support of hoist machine, rope
sheaves, and dead-end hitch beams. Support deflection shall not exceed 1/1666 of span under
static load. Concrete or structural steel machine hold down means for hoist machine mounted
offset from hoistway or below bottom landing.
9. Erect front hoistway wall after elevator entrances are installed.
10. Grout floor up to hoistway sills and around hoistway entrances.
11. Lockable, self-closing, fire-rated pit door.
12. Pit access ladder for each elevator. Retractable ladder if provided shall include an electrical
contact conforming to ASME A17.1, Rule 2.2.2.4.2.7.
13. Structural support at pit floor for buffer impact loads, guide rail loads.
14. Waterproof pit. Indirect waste drain or sump with flush grate and pump. Sump pump/drain
capacity minimum 3000 gallons per hour, per elevator.
15. Protect open hoistways and entrances during construction per OSHA Regulations.
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 2
16. Protect car enclosure, hoistway entrance assemblies, and special metal finishes from damage.
17. Hoistway smoke relief venting.
18. Hoistway pressurization for smoke control.
19. Hoist machine ventilation, heating, and/or cooling. Maintain minimum temperature of 55°F,
maximum 90°F at the location of the hoist machine.
20. Seal fireproofing to prevent flaking.
B. Control Room and Machinery Spaces:
1. Enclosure with access.
2. Self-closing and locking access door.
3. Ventilation and heating. Maintain minimum temperature of 55° F, maximum 90° F.
Maintain maximum 80% relative humidity, non-condensing.
4. Paint walls and ceiling.
5. Class “ABC” fire extinguisher in each elevator controller space.
6. Seal fireproofing to prevent flaking.
7. Self-closing and locking governor access door and access means.
C. Electrical Service, Conductors, and Devices:
1. Lighting and GFCI convenience outlets in pit, controller space, and overhead machinery
spaces. Provide one additional non-GFCI convenience outlet in pit for sump pump.
2. Three-phase mainline copper power feeder with true earthen grounding to terminals of each
elevator controller in the controller space with protected lockable “open” disconnecting
means.
3. Single-phase copper power feeder to each elevator controller for car lighting and exhaust
blower with individual protected lockable “open” disconnecting means located in the
controller space.
4. Emergency telephone line to designated elevator control panel in elevator controller space.
5. Fire alarm initiating devices in each elevator lobby for each group of elevators or single
elevator and each controller space to initiate firefighters’ return feature. Device at top of
hoistway if sprinklered. Provide alarm initiating signal wiring from hoistway or controller
space connection point to elevator controller terminals. Device in machine room and at top of
hoistway to provide signal for general alarm and discrete signal for Phase II firefighters’
operation.
6. Temporary power and illumination to install, test, and adjust elevator equipment.
7. Conduit from the closest hoistway of each elevator group or single elevator to the firefighters’
control room and/or main control console. Coordinate size, number, and location of conduits
with Elevator Contractor.
D. Standby Power Provision:
1. Standby power of normal voltage characteristics via normal electrical feeders to run one
elevator at a time in each elevator group at full-contract car speed and capacity.
2. Conductor from auxiliary form “C” dry contacts, located in the standby power transfer switch
to a designated elevator control panel in each elevator group. Provide a time delay of 30 - 45
seconds for pre-transfer signal in either direction.
3. Standby single-phase power to group controller, and each elevator controller for car lighting,
exhaust blower, emergency signaling device,
4. Means for absorbing regenerated power during an overhauling load condition per NEC
620.91. Elevator(s) will employ IGBT drive, presenting a non-linear active load.
5. Standby power to machine room, pit, and overhead machinery space lighting.
6. Standby power to hoist machine and control room ventilation or air conditioning.
7. Standby power to emergency communications device(s).
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 3
1.3 DEFINITIONS
A. Terms used are defined in the latest edition of the Safety Code for Elevators and Escalators, ASME
A17.1.
B. Reference to a device or a part of the equipment applies to the number of devices or parts required to
complete the installation.
C. Provisions of this specification are applicable to all elevators unless identified otherwise.
1.4 QUALITY ASSURANCE
A. Approved Contractors: Alternate Contractors must receive approval of Architect and/or Consultant
at least 14 calendar days prior to bid date.
1. Gearless Elevator(s): KONE, Otis, Schindler, Thyssen
2. Car Enclosure: Eklund’s Inc., Gunderlin, Ltd., Hauenstein & Burmeister, KONE, Otis,
Schindler, Tyler.
3. Hoistway Entrance: Hauenstein & Burmeister, KONE, Otis, Schindler, Tyler.
B. Compliance with Regulatory Agencies: Comply with most stringent applicable provisions of
following codes, laws, and/or authorities, including revisions and changes in effect:
1. Safety Code for Elevators and Escalators, ASME A17.1
2. Guide for Inspection of Elevators, Escalators, and Moving Walks, ASME A17.2
3. Elevator and Escalator Electrical Equipment, ASME A17.5
4. National Electrical Code, NFPA 70
5. Americans with Disabilities Act, ADA
6. Local Fire Authority
7. Requirements of UBC and all other Codes, Ordinances and Laws applicable within the
governing jurisdiction
8. Life Safety Code, NFPA 101Uniform Federal Accessibility Standard, UFAS
C. Warranty:
1. Material and workmanship of installation shall comply in every respect with Contract
Documents. Correct defective material or workmanship which develops within one year
from date of final acceptance of all work to satisfaction of Architect, Purchaser and
Consultant at no additional cost, unless due to ordinary wear and tear, or improper use or care
by Purchaser. Perform maintenance in accordance with terms and conditions indicated in the
Preventive Maintenance Agreement.
2. Defective is defined to include, but not limited to: operation or control system failures, car
performance below required minimum, excessive wear, unusual deterioration, or aging of
materials or finishes, unsafe conditions, the need for excessive maintenance, abnormal noise,
or vibration, and similar unsatisfactory conditions.
3. Make modifications, requirements, adjustments, and improvements to meet performance
requirements in Parts 2 and 3.
1.5 DOCUMENT VERIFICATION
A. In order to discover and resolve conflicts or lack of definition which might create problems,
Contractor must review Contract Documents for compatibility with its product prior to submittal of
quotation. Purchaser will not pay for change to structural, mechanical, electrical, or other systems
required to accommodate Contractor’s equipment.
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 4
1.6 SUBMITTALS
A. Within 60 calendar days after award of contract and before beginning equipment fabrication submit
shop drawings and required materials for review as outlined in Division I. Allow 30 calendar days
for response to initial submittal.
1. Scaled or Fully Dimensioned Layout: Plan of pit, hoistway, and control room indicating
equipment arrangement, elevation section of hoistway, details of car enclosures, hoistway
entrances, and car/hall signal fixtures.
2. Design Information: Indicate equipment lists, reactions, and design information on layouts.
3. Power Confirmation Information: Include motor horsepower, code letter, starting current,
full-load running current, and demand factor.
4. Fixtures: Cuts, samples, or shop drawings.
5. Finish Material: Submit 3" x 12" samples of actual finished material for Architect review of
color, pattern, and texture. Compliance with other requirements is the exclusive responsibility
of the Contractor. Include, if requested, signal fixtures, lights, graphics, Braille plates, and
details of mounting provisions.
6. Written Maintenance Control Program (MCP) specifically designed for the equipment
included under this contract. Include any unique or product specific procedures or methods
required to inspect or test the equipment. In addition, identify weekly, bi-weekly, monthly,
quarterly, and annual maintenance procedures, including statutory and other required
equipment tests.
B. Acknowledge and/or respond to review comments within 14 calendar days of return. Promptly
incorporate required changes due to inaccurate data or incomplete definition so that delivery and
installation schedules are not affected. Contractor’s revision response time is not justification for
equipment delivery or installation delay.
1.7 PERMIT, TEST AND INSPECTION
A. Obtain and pay for permit, license, and inspection fee necessary to complete installation.
B. Perform test required by Governing Authority in accordance with procedure described in ASME
A17.2 Guide for Inspection of Elevators, Escalators, and Moving Walks in the presence of
Authorized Representative.
C. Supply personnel and equipment for test and final review by Consultant as required in Part 3.
1.8 MAINTENANCE
A. Interim:
1. When one or more elevators are near completion and ready for service, the General
Contractor may accept elevators for interim use and place in service prior to substantial
completion of project.
2. During this period General Contractor may pay a mutually agreed upon monthly amount per
elevator for preventive maintenance. Indicate amount per unit per month with quotation.
3. Temporary acceptance form must be acceptable to General Contractor and signed prior to use.
4. General Contractor must provide or pay for temporary hoistway and car enclosures; protect
installed equipment and finishes; pay for and return elevators to elevator sub-contractor for all
cleaning, repairs, and replacement of materials necessary to restore elevator to “as-new”
condition prior to final acceptance.
B. Warranty Maintenance:
1. Provide preventive maintenance and 24-hour emergency callback service for one year
commencing on date of final acceptance by Purchaser. Systematically examine, adjust, clean,
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 5
and lubricate all equipment. Repair or replace defective parts using parts produced by the
Contractor of installed equipment. Maintain elevator control room, hoistway, and pit in clean
condition.
2. Use competent personnel, acceptable to the Purchaser, supervised and employed by
Contractor.
3. The warranty maintenance period specified in Item 1 above shall be extended one (1) month
for each three (3) month period in which equipment related failures average more than .25 per
unit per month.
4. Purchaser retains the option to delete cost of warranty maintenance from new equipment
contract and remit twelve (12) equal installments directly to Contractor during period in
which maintenance is being performed.
C. Preventive Maintenance:
1. Quote monthly cost for five year Preventive Maintenance Agreement commencing upon
completion of warranty maintenance.
2. Use competent personnel, acceptable to the Purchaser, employed and supervised by
Contractor.
PART 2 PRODUCTS
2.1 SUMMARY
Number: Cars 1-2: Judge’s Parking Garage Elevators
Cars 3-4: East Courthouse Building Elevators
Capacity: 3500#
Class Loading: Passenger
Contract Speed: 350 F.P.M.
Roping: 1:1 or 2:1
Machine: Gearless
Machine Location: Hoistway
Operational Control: Remote Control
Microprocessor-Based System
Motor Control: AC Variable Voltage Variable Frequency
Microprocessor-Based With Digital Closed-Loop
Feedback
Power Characteristics: 480 Volts, 3 Phase, 60 Hertz
Stops/Openings/Floors Served: Cars 1-2: 1 – 6, Front
Cars 3-4: 1 – 6, Front
Travel: Car 1-2: 55'-0"
Car 3-4: 59'-6"
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 6
Platform Size: 7'-0" Wide X 6'-2" Deep
Minimum Clear Inside Car: 6'-8" Wide X 5'-5" Deep
Entrance Size: 3'-6" Wide X 7'-0" High
Entrance Type: Side Opening, Single Speed, Power
Door Operation: High Speed, Heavy-Duty, Door Operator,
Minimum Opening Speed 2-1/2 F.P.S.
Door Protection: Infrared, Full Screen Device with Differential
Timing, Nudging and Interrupted Beam Time
Safety: Flexible Guide Clamp-Type B, Car and
Counterweight where occupied space below.
Guide Rails: Planed Steel Tees
Buffers: Oil
Compensation: Manufacturers Standard
Car Enclosure: See detailed cab finishes in Architectural
drawings
Signal Fixtures: LED Illumination Vandal Resistant Assembly
Hall and Car Pushbutton Stations: One Hall Pushbutton Riser each
Single Car Operating Panel each
Vandal Resistant Car and Hall Pushbuttons
Car Position Indicators: Digital with Car Direction Arrows in each Car
Operating Panel
Security Control Panel
Firefighters’ Control Panel
Remote Command Center
Hall Lanterns: At All Floors with Volume Adjustable Electronic
Chime or Tone. Sound Twice for Down Direction,
Vandal Resistant Assembly
Hall Car Position Indicator: Digital Type with Car Direction
Communication System: Intercom with Distress Signal
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 7
Fixture Submittal: Submit Brochure Depicting Contractor’s Proposed
Designs with Bid
Additional Features: Car and Counterweight Roller Guides
Car Top Inspection Station
Firefighters’ Service, Phase I And II, including
Alternate Floor Return
Standby Power Transfer (Automatic to Main
Floor) with Manual Override in Firefighters’
Control Panel
Accessibility and Emergency Medical Services
Signage
Stationary Car Return Panels Arranged for Surface
Applied Car Operating Panels
Hoistway Access Switches Top and Bottom Floors
Hoistway Door Unlocking Device All Floors
Platform Isolation
Load-Weighing Device
Anti-Nuisance Feature
Independent Service Feature
Attendant Operation with Complete Remote
Control from Sheriff’s Command Center
Card Reader Provisions All Cars with security
interface in machine rooms
CCTV Provisions, All Cars
Security Control Panel and Remote Wiring
Firefighters’ Control Panel and Remote Wiring
Remote Command Panel and Wiring
Machine, Power Conversion Unit, and Controller
Sound Isolation
Tamper Resistant Fasteners for All Fastenings
Exposed To The Public
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 8
One Year Warranty Maintenance with 24-Hour
Call-Back Service
Sill Support Angles
Emergency Paging Speaker Installation
Signage Engraving Filled with Black Paint or
Approved Etching Process
No Visible Company Name or Logo
Wiring Diagrams, Operating Instructions, and
Parts Ordering Information
System Diagnostic Means and Instructions
2.2 MATERIALS
A. Steel:
1. Sheet Steel (Furniture Steel for Exposed Work): Stretcher-leveled, cold-rolled, commercial
quality carbon steel, complying with ASTM A366, matte finish.
2. Sheet Steel (for Unexposed Work): Hot-rolled, commercial quality carbon steel, pickled and
oiled, complying with ASTM A568 and A569.
3. Structural Steel Shapes and Plates: ASTM A36.
B. Stainless Steel: Type 302 or 304 complying with ASTM A167, with standard tempers and hardness
required for fabrication, strength and durability. Apply mechanical finish on fabricated work in the
locations shown or specified, Federal Standard and NAAMM nomenclature, with texture and
reflectivity required to match Architect’s sample. Protect with adhesive paper covering.
1. No. 4: Directional polish (satin finish). Graining directions as shown or, if not shown, in
longest dimension.
C. Aluminum: Extrusions per ASTM B221; sheet and plate per ASTM B209.
D. Plastic Laminate: ASTM E84 Class A and NEMA LD3.1, Fire-Rated Grade (GP-50), Type 7, 0.050"
±.005" thick, color and texture as follows:
1. Exposed Surfaces: Color and texture selected by Architect.
2. Concealed Surfaces: Contractor’s standard color and finish.
E. Fire-Retardant Treated Particle Board Panels: Minimum 3/4" thick backup for natural finished wood
and plastic laminate veneered panels, edged and faced as shown, provided with suitable anti-warp
backing; meet ASTM E84 Class “I” rating with a flame-spread rating of 25 or less, registered with
Local Authorities for elevator finish materials.
F. Natural Finish Wood Veneer: Standard thickness, 1/40" thoroughly dried conforming to
ASME/HPMA HP-1983, Premium Grade. Place veneer, tapeless spliced with grain running in
direction shown, belt and polish sanded, book-matched. Species and finish designated and approved
by Architect.
G. Paint: Clean exposed metal parts and assemblies of oil, grease, scale, and other foreign matter and
factory paint one shop coat of standard rust-resistant primer. After erection, provide one finish coat
of industrial enamel paint. Galvanized metal need not be painted.
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 9
H. Prime Finish: Clean all metal surfaces receiving a baked enamel paint finish of oil, grease, and scale.
Apply one coat of rust-resistant primer followed by a filler coat over uneven surfaces. Sand smooth
and apply final coat of primer.
I. Baked Enamel Finish: Prime finish per above. Unless specified “prime finish” only, apply and bake
three (3) additional coats of enamel in the selected solid color.
J. Flooring: Refer to flooring section by others
2.3 CAR AND GROUP PERFORMANCE
A. Car Speed: ± 3% of contract speed under any loading condition.
B. Car Capacity: Safely lower, stop and hold 125% of rated load.
C. Car Stopping Zone: ±1/4" under any loading condition.
D. Door Opening Time: Seconds from start of opening to fully open:
1. Car(s) 1-4: 1.8 seconds.
E. Door Closing Time: Seconds from start of closing to fully closed:
1. Car(s) 1-4: 2.5 seconds.
F. Car Floor-to-Floor Performance Time: Seconds from start of doors closing until doors are 3/4 open
(1/2 open for side opening doors) and car level and stopped at next successive floor under any
loading condition or travel direction:
1. Car(s) 1-4: 10.3 seconds.
G. Car Ride Quality:
1. Horizontal and vertical acceleration within car during all riding and door operating conditions.
Not more than 20 mg peak to peak (adjacent peaks) in the 1 - 10 Hz range.
2. Acceleration and Deceleration: Smooth constant and not less than 3 feet/second² with an
initial ramp between 0.5 and 0.75 second.
3. Sustained Jerk: Not more than 6 feet/second³.
4. Measurement Standards: Measure and evaluate ride quality consistent with ISO 18738, using
low pass cutoff frequency of 10 Hz and A95 peak-to-peak average calculations.
H. Noise and Vibration Control
1. Airborne Noise: Measured noise level of elevator equipment and its operation shall not
exceed 60 dBA inside car under any condition including door operation and car ventilation
exhaust blower on its highest speed. Limit noise level in the machine room relating to
elevator equipment and its operation to no more than 80 dBA. All dBA readings to be taken
3'-0" off the floor and 3'-0" from the equipment using the “A” weighted scale.
2. Vibration Control: All elevator equipment provided under this contract, including power unit,
controller, oil supply lines, and their support shall be mechanically isolated from the building
structure and electrically isolated from the building power supply and to each other to
minimize the possibility of objectionable noise and vibrations being transmitted to occupied
areas of the building.
2.4 OPERATION
A. Duplex Selective Collective Microprocessor Based (Car(s) 1-2 and 3-4):
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 10
1. Operate car without attendant from pushbuttons in car and located at each floor. When car is
available, automatically start car, and dispatch it to floor corresponding to registered car or
hall call. Once car starts, respond to registered calls in direction of travel and in the order the
floors are reached.
2. Do not reverse car direction until all car calls have been answered, or until all hall calls ahead
of car and corresponding to the direction of car travel have been answered.
3. Slow car and stop automatically at floors corresponding to registered calls, in the order in
which they are approached in either direction of travel. As slowdown is initiated for a hall
call, automatically cancel hall call. Cancel car calls in the same manner. Hold car at arrival
floor an adjustable time interval to allow passenger transfer.
4. Answer calls corresponding to direction in which car is traveling unless call in the opposite
direction is highest (or lowest) call registered.
5. Illuminate appropriate pushbutton to indicate call registration. Extinguish light when call is
answered.
B. Other Items:
1. Load Weighing: Provide means for weighing car passenger load. Control system to provide
dispatching at main floor in advance of normal intervals when car fills to capacity. Provide
hall call by-pass when the car is filled to preset percentage of rated capacity and traveling in
down direction. Field adjustment range: 10% to 100%.
2. Anti-Nuisance Feature: If car loading relative to weight in car is not commensurate with
number of registered car calls, cancel car calls. Systems employing either load weighing or
door protective device for activation of this feature are acceptable.
3. Independent Service: Provide controls for operation of each car from its pushbuttons only.
Close doors by constant pressure on desired destination floor button or door close button.
Open doors automatically upon arrival at selected floor.
4. Car-to-Lobby Feature: Provide means within the car-to-lobby feature for automatic return to
the first floor. Return car nonstop after answering pre-registered car calls, and park with
doors open for an adjustable time period of 60 - 90 seconds. Upon expiration of time period,
car shall automatically revert to normal operation and close its doors until assigned as next car
or until the car is placed on manual control via in-car attendant or out-of-service switch.
C. Firefighters’ Service: Provide equipment and operation in accordance with code requirements.
D. Automatic Car Stopping Zone: Stop car within 1/4" above or below the landing sill. Maintain
stopping zone regardless of load in car, direction of travel, distance between landings, hoist rope
slippage, or stretch.
E. Remote Monitoring and Diagnostics: Equip each controller with standard ports, interface boards,
and drivers to accept maintenance, data logging, fault finding diagnostic, and monitoring computers,
keyboards, modems, and programming tools. The system shall be capable of driving remote color
CRT monitor(s) that continually scan and display the status of each car and call.
F. Motion Control: Microprocessor based AC, variable-voltage, variable frequency with digitally
encoded closed-loop velocity feedback suitable for operation specified and capable of providing
smooth, comfortable car acceleration, retardation, and dynamic braking. Limit the difference in car
speed between full load and no load to not more than ±3% of the contract speed.
G. Door Operation: Automatically open doors when car arrives at main floor. At expiration of normal
dwell time, close doors.
H. Standby Lighting and Alarm: Car mounted battery unit with solid-state charger to operate alarm bell
and car emergency lighting. Battery to be rechargeable with minimum 5-year life expectancy.
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 11
Include required transformer. Provide constant pressure test button in service compartment of car
operating panel.
I. Standby Power Operation: Upon loss of normal power, adequate standby power will be supplied via
building electrical feeders to simultaneously start and run one car in each group and single cars at
contract car speed and capacity.
1. Automatically return one car at a time, in each group and single car(s), nonstop to designated
floor, open doors for approximately 3.0 seconds, close doors, and park car. During return
operation, car and hall call pushbuttons shall be rendered inoperative. As each car parks,
system shall immediately select the next car until all cars in a group have returned to the
designated floor. If a car fails to start or return within 30 seconds, system shall automatically
select the next car in the group to automatically return.
2. When all cars in a group have returned to the designated floor, one car in each group shall be
designated for automatic operation. When a service demand exists for 30 seconds and
designated car fails to start, next available car in the group shall be automatically selected for
operation.
a. Switch(es) shall be labeled “STANDBY POWER OVERRIDE” with positions marked
“AUTO” and appropriate car numbers controlled by each respective switch.
b. Switch shall override automatic return and automatic selection functions, and cause the
manually selected car to operate. Manual selection shall cause car to start and proceed
to designated floor and open and close its doors before standby power is manually
transferred to next selected car.
c. Provide “STANDBY POWER” indicator lights, one per car, in firefighters’ control
panel and security control panel. Indicator light illuminates when corresponding car is
selected, automatically or manually, to operate on standby power.
3. Successive Starting: When normal power is restored or there has been a power interruption,
individual cars in each bank shall restart at five second intervals.
J. Security System: Provide means to limit access to each building floor for Car(s) 12-13-14 as
follows:
1. Individual floor lockout means in main car operating panel and security control panel to
prevent registration of car calls to any selected secure floor.
2. Arrange system so that independent service and/or attendant operation overrides security
system.
3. Arrange system so that firefighters’ service overrides security system.
4. Actuate hall lantern each time car arrives at main lobby during secure mode operation.
5. Provide warning light and signal in lobby indicator panel to indicate an attempt to register
unauthorized destinations or to open car doors when car is moving or parked at a secured
floor. Provide reset switch or button to cancel warning light and signal.
6. Arrange system to accept a minimum 3-digit code, entered on car pushbuttons or separate 10-
digit pad, to bypass security system and allow registration of car call. Include system
capability to set separate, easily changed codes, for each floor or group of floors.
K. Card/Proximity Reader Security System: Provide provisions inside Car(s) 12-13-14 for reader unit.
Mount reader unit as directed by Architect and cross connect from car pushbuttons to control module
in control room. Reader control unit, mounting brackets, wiring materials, logic circuits, etc., by
Security Subcontractor. Elevator control systems shall facilitate system tracking of persons accessing
secure floors via printout by passenger I.D. number, floor accessed, and time of entry.
2.5 CONTROL ROOM EQUIPMENT
A. Arrange equipment in spaces shown on drawings.
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 12
B. Solid State Power Conversion and Regulation Unit: Provide solid-state, alternating current, variable
voltage, variable frequency (ACV3F), I.G.B.T converter/inverter drives.
1. Design unit to limit current, suppress noise, and prevent transient voltage feedback into
building power supply. Provide internal heat sink cooing fans for the power drive portion of
the converter panels. Conform to IEEE standards 519-1992 for line harmonics and switching
noise.
2. Isolate unit to minimize noise and vibration transmission. Provide isolation transformers,
filter networks, and choke inductors.
3. Suppress solid-state converter noises, radio frequency interference, and eliminate regenerative
transients induced into the mainline feeders or the building standby power generator.
4. Supplemental direct-current power for the operation of hoist machine brake, door operator,
dispatch processor, signal fixtures, etc., from separate static power supply.
5. ACV3F Drives for gearless elevators shall be regenerative and utilize IGBT converter/inverter
and dynamic braking during overhauling condition.
C. Encoder: Direct drive, solid-state, digital type. Update car position at each floor and automatically
restore after power loss.
D. Controller: UL/CSA labeled.
1. Compartment: Securely mount all assemblies, power supplies, chassis switches, relays, etc.,
on a substantial, self-supporting steel frame. Completely enclose equipment with covers.
Provide means to prevent overheating.
2. Relay Design: Magnet operated with contacts of design and material to insure maximum
conductivity, long life, and reliable operation without overheating or excessive wear. Provide
wiping action and means to prevent sticking due to fusion. Contacts carrying high inductive
currents shall be provided with arc deflectors or suppressors.
3. Microprocessor-Related Hardware
a. Provide built-in noise suppression devices which provide a high level of noise
immunity on all solid-state hardware and devices.
b. Provide power supplies with noise suppression devices.
c. Isolate inputs from external devices (such as pushbuttons) with opto-isolation modules.
d. Design control circuits with one leg of power supply grounded.
e. Safety circuits shall not be affected by accidental grounding of any part of the system.
f. System shall automatically restart when power is restored.
g. System memory shall be retained in the event of power failure or disturbance.
h. Equipment shall be provided with Electro Magnetic Interference (EMI) shielding
within FCC guidelines.
4. Wiring: CSA labeled copper for factory wiring. Neatly route all wiring interconnections and
securely attach wiring connections to studs or terminals.
5. Permanently mark components (relays, fuses, PC boards, etc.) with symbols shown on wiring
diagrams.
6. Monitoring System Interface: Provide controller with serial data link through RJ45 Ethernet
connection and install all devices necessary to monitor items outlined in Section 2.13.
Elevator contractor responsible to connect monitoring system interface to control room
monitoring compartment and LAN. Wiring from the LAN to the control room monitoring
compartment by others.
7. Provide controller or machine mounted auxiliary, lockable “open” disconnect if mainline
disconnect is not in sight of controller and/or machine.
E. Sleeves and Guards: Provide 2" steel angle guards around cable or duct slots through floor slabs
and/or walls. Provide rope and smoke guards for sheaves, cables, and cable slots in control room.
Noise/Vibration Isolation: All elevator equipment including their supports and fastenings to
building, shall be mechanically and electrically isolated from the building structure and main line
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 13
power feeders to minimize objectionable noise and vibration transmission to car, building structure,
or adjacent occupied areas of building.
2.6 HOISTWAY EQUIPMENT
A. Gearless Traction Hoist Machine:
1. AC induction or P.M.S.M. ACV3F gearless traction type motor with brake, drive sheave, and
deflector sheave mounted in proper alignment on a common, isolated machine support frame
at the top of the hoistway or mounted on the back of the guide rail at the top landing.
2. Provide hoist machine mounted direct drive, digital, closed-loop velocity encoder.
3. Provide structural imbeds and deflector supporting steel beams and fastenings to mount
machine sheaves (if required) to building structure. Provide minimum 16 gauge easily
removable sound insulated sheet metal closures in hoistway wall opening around machine.
4. Provide ladders and platforms with handrails and toeboards for overhead machine and/or
sheave access within the bounds of the control room as required.
B. Machine and Equipment Support Beams:
1. Provide structural steel frame required for direct support of and attachment to building
structure of hoist machine, deflector sheaves, overhead sheaves, governor, and hoist rope
dead-end hitch assemblies.
2. Provide bearing plates, anchors, shelf angles, blocking, embedment, etc., for support and
fastening of machine support frame or equipment to the building structure.
3. Isolate machine and/or machine support frame to prevent noise and vibration transmission to
building structure.
4. Provide hold-down bolts for offset hoist machines located beside or under hoistway where
concrete hold-down pad is provided.
C. Governor: Centrifugal-type, car and counterweight driven with pull-through jaws and bi-directional
shutdown switches. Provide required bracketing and supports for attachment to guide rail or
machine support frame.
D. Emergency Brake: Provide means to prevent ascending car over-speed and unintended car
movement per code.
E. Guide Rails: Planed steel T-sections for car and counterweight of suitable size and weight for the
application, including brackets for attachment to building structure. No additional structural points of
rail attachment, other than those shown on the Contract Documents, will be provided.
F. Buffers, Car and Counterweight: Spring type with blocking and support channels. Sheaves:
Machined grooves and sealed bearings. Provide mounting means to machine support frame and car
and counterweight structural members.
G. Counterweight: Steel frame with metal filler weights.
H. Counterweight Guide Shoes: Spring dampened roller guide shoes.
I. Governor Rope and Encoder Tape Tensioning Sheaves: Mount sheaves and support frame on pit
floor or guide rail. Provide frame with guides or pivot point to enable free vertical movement and
proper tension of rope and tape.
J. Hoist and Governor Ropes:
1. 8 x 19 or 8 x 25 Seale construction, traction steel type. Fasten with staggered length,
adjustable, spring isolated wedge type shackles.
2. Flat, polyurethane coated reinforced steel belts.
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 14
3. Governor rope to suit Contractor’s specification.
K. Compensation: Contractor’s standard application. Pit mounted guide assembly shall provide quiet,
effective restraint without excessive wear of components. Inhibit rubbing or chafing against
hoistway or equipment within hoistway or pit. Application must meet performance/noise level
requirement of specification.
L. Terminal Stopping: Provide normal and final devices.
M. Electrical Wiring and Wiring Connections:
1. Conductors and Connections: Copper throughout with individual wires coded and
connections on identified studs or terminal blocks. Use no splices or similar connections in
wiring except at terminal blocks, control compartments, or junction boxes. Provide 10%
spare conductors throughout. Run spare wires from car connection points to individual
elevator controllers in the control room. Provide 8 pair of spare shielded communication
wires in addition to those required to connect specified items. Tag spares in control room.
2. Conduit: Painted or galvanized steel conduit, EMT, or duct. Conduit size, 1/2" minimum.
Flexible heavy-duty service cord may be used between fixed car wiring and car door switches
for door protective devices.
3. Traveling Cables: Flame and moisture-resistant outer cover. Prevent traveling cable from
rubbing or chafing against hoistway or equipment within hoistway. Provide five (5) pair of
shielded wires and two (2) RG-6/U type coaxial cables for card reader. Provide two (2) RG-
6/U coaxial CCTV cables within traveling cable from car controller to car top, plus 3'-0"
excess loop at both ends. Provide two (2) pair 14 gauge wire for CCTV power.
4. Auxiliary Wiring: Connect fire alarm initiating devices, emergency two-way communication
system, paging speaker, CCTV, digital video display, card reader, intercom, and
announcement speaker and/or background music in each car controller in control room.
N. Entrance Equipment:
1. Door Hangers: Two-point hanger roller with neoprene roller surface and suspension with
eccentric upthrust roller adjustment.
2. Door Tracks: Bar or formed, cold-drawn removable steel tracks with smooth roller contact
surface.
3. Door Interlocks: Operable without retiring cam. Paint interlock box flat black.
4. Door Closers: Spring, spirator, or jamb/strut mounted counterweight type. Design and adjust
to insure smooth, quiet mechanical close of doors.
5. Hoistway Door Unlocking Device: Provide unlocking device with escutcheon in door panel
at all floors, with finish to match adjacent surface.
6. Hoistway Access Switches: Mount in wall at top and bottom floor(s). Provide switch with
faceplate.
O. Floor Numbers: Stencil paint 4" high floor designations in contrasting color on inside face of
hoistway doors or hoistway fascia in location visible from within car.
2.7 HOISTWAY ENTRANCES
A. Complete entrances bearing fire labels from a nationally recognized testing laboratory approved
within the governing jurisdiction.
B. Frames: 14 gauge hollow metal at all floors. Provide Arabic floor designation/Braille plates, centered
at 60" above finished floor, on both side jambs of all entrances. Provide plates at main egress
landing with “Star” designation. Braille indications shall be below Arabic floor designation. Provide
cast floor designation/Braille plates as manufactured by SCS, Vision Mark, or Entrada.
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 15
C. Door Panels: Minimum 18 gauge steel, sandwich construction without binder angles. . Provide a
minimum of two (2) gibs per panel, one at leading and one at trailing edge with gibs in the sill
groove entire length of door travel. Construct door panels with interlocking, stiffening ribs.
D. Sight Guards: Minimum 16 gauge, same material and finish as hoistway entrance door panels.
Construct without sharp edges.
E. Sills: Extruded aluminum
F. Sill Supports: Structural or formed steel designed to support door sill based upon car loading
classification. Mount to eliminate need for grout under the sill, Fascia, Toe Guards and Hanger
Covers: Minimum 16 gauge furniture steel with Contractor’s standard finish.
G. Struts and Headers: Provide for vertical support of entrances and related material. Provide door
open bumpers on entrances equipped with vertical struts.
H. Finish of Frames and Doors: Provide final painting requirements to General Contractor where
factory prime finish is specified.
Car(s) Floor Frames Door Panels
1-4 ALL Stainless Steel #4 Stainless Stell #4
2.8 CAR EQUIPMENT
A. Frame: Welded or bolted, rolled or formed steel channel construction to meet load classification
specified.
B. Safety Device: Type “B,” flexible guide clamp.
C. Platform: Isolated type, constructed of steel, or steel and wood which is fireproofed on underside.
Design and construct to accommodate load classification requirements. Provide Class “A”
construction for passenger elevators
D. Platform Apron: Minimum 16 gauge steel, reinforced and braced to car platform
E. Guide Shoes: Roller type with three or more spring dampened, sound-deadening rollers per shoe.
Maximum roller rotation speed, 350 r.p.m.
F. Finish Floor Covering: Provided under other sections.
G. Sills: One piece extrusion with extruded extension between car entrance columns to face of car front
return. Extruded extension to match finish of sill.
1. Car(s) 1-4: aluminum
H. Doors: Provide as specified for hoistway entrance doors.
I. Door Hangers: Two-point hanger roller with neoprene roller surface and suspension with eccentric
upthrust roller adjustment.
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 16
J. Door Track: Bar or formed, cold-drawn removable steel track with smooth roller contact surface.
K. Door Header: Construct of minimum 12 gauge steel, shape to provide stiffening flanges.
L. Door Electrical Contact: Prohibit car operation unless car door is closed.
M. Door Clutch: Heavy-duty clutch, linkage arms, drive blocks and pickup rollers or cams to provide
positive, smooth, quiet door operation. Design clutch so car doors can be closed, while hoistway
doors remain open.
N. Restricted Opening Device: Restrict opening of car door(s) outside unlocking zone.
O. Door Operator: Medium speed, heavy-duty closed loop door operator capable of opening doors at no
less than 1-1/2 f.p.s. Accomplish reversal in no more than 2-1/2" of door movement. Provide solid-
state door control with closed loop circuitry to constantly monitor and automatically adjust door
operation based upon velocity, position, and motor current. Maintain consistent, smooth, and quiet
door operation at all floors, regardless of door weight or varying air pressure.
P. Door Control Device:
1. Infrared Reopening Device: Black, fully enclosed device with full screen infrared matrix or
multiple beams extending vertically along leading edge of each door panel to minimum height
of 7'-0" above finished floor. Device shall prevent doors from closing and reverse doors at
normal opening speed if beams are obstructed while doors are closing, except during nudging
operation. In event of device failure, provide for automatic shutdown of car at floor level
with doors open
a. Acceptable Infrared Reopening Device:
1) Cegard/MAX-154 by CEDES
2) Gatekeeper by Adams
3) Lambda II by Otis
4) Magic Edge by Tri-Tronics
5) Microlite by ThyssenKrupp
6) Microscan E by T.L. Jones
7) Pana40 Plus by Janus
b. Acceptable Infrared 3D Reopening Device:
1) Cegard/MAX-154 by CEDES
2) Gatekeeper by Adams
3) Lambda 3D by Otis
4) Microlite 3D by ThyssenKrupp
5) Pana40 Plus 3D by Janus
2. Nudging Operation: After beams of door control device are obstructed for a predetermined
time interval (minimum 20.0 - 25.0 seconds), warning signal shall sound and doors shall
attempt to close with a maximum of 2.5 foot pounds kinetic energy. Activation of the door
open button shall override nudging operation and reopen doors.
3. Interrupted Beam Time: When beams are interrupted during initial door opening, hold door
open a minimum of 3.0 seconds. When beams are interrupted after the initial 3.0 second hold
open time, reduce time doors remain open to an adjustable time of approximately 1.0 - 1.5
seconds after beams are reestablished.
4. Differential Door Time: Provide separately adjustable timers to vary time that doors remain
open after stopping in response to calls.
a. Car Call: Hold open time adjustable between 3.0 and 5.0 seconds.
b. Hall Call: Hold open time adjustable between 5.0 and 8.0 seconds. Use hall call time
when car responds to coincidental calls.
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 17
Q. Car Operating Panel:
1. One car operating panel with faceplate(s), consisting of a metal box containing vandal
resistant operating fixtures, mounted behind the car stationary front return panel(s). Faceplate
shall be hinged and constructed of stainless steel, satin finish.
2. Suitably identify floor buttons, alarm button, door open button, door close button and
emergency push-to-call button with SCS, Visionmark, or Entrada cast tactile symbols
recessed flush mounted. Configure plates per local building code accessibility standards
including Braille. Locate operating controls no higher than 48" above the car floor; no lower
than 35" for emergency push-to-call button and alarm button.
3. Provide minimum 3/4" diameter raised or flush floor pushbuttons which illuminate to indicate
call registration. Provide alarm button to ring bell located on car, and sound distress signal at
control panel. Illuminate button when actuated.
4. Provide “door open” button to stop and reopen doors or hold doors in open position.
5. Provide “door close” button to activate door close cycle. Cycle shall not begin until normal
door dwell time for a car or hall call has expired, except firefighters’ operation.
6. Provide firefighters’ Phase II key switch with engraved instructions filled red. Include light
jewel, audible signal, and call cancel button.
7. Provide lockable service compartment with recessed flush door. Door material and finish
shall match car return panel or car operating panel faceplate.
8. Include the following controls in lockable service cabinet with function and operating
positions identified by permanent signage or engraved legend:
a. Inspection switch.
b. Light switch.
c. Two-position exhaust blower
d. Independent service switch.
e. Constant pressure test button for battery pack emergency lighting.
f. 120-volt, AC, GFCI protected electrical convenience outlet.
g. Card reader override switch.
h. Stop switch.
i. Switch to select either floor voice annunciation, floor passing tone, or chime.
j. Car lighting dimmer switch.
9. Provide black paint filled (except as noted), engraved, or approved etched signage as follows
with approved size and font:
a. Phase II firefighters’ operating instructions on main operating panel above
corresponding keyswitch filled red.
b. Car number over main car operating panel.
c. “Certificate of Inspection on File in Building Office on car operating panel.
d. “No Smoking” on car operating panel.
e. Car capacity in pounds on car operating panel
R. Car Top Control Station: Mount to provide safe access and utilization while standing in an upright
position on car top.
S. Work Light and Duplex Plug Receptacle: GFCI protected outlet at top and bottom of car. Include
on/off switch and lamp guard. Provide additional GFCI protected outlet on car top for installation of
car CCTV digital video display.
T. Communication System:
1. “Push to Call,” two-way communication instrument in car with automatic dialing, tracking,
and recall features with shielded wiring to car controller in control room. Provide dialer with
automatic rollover capability with minimum two numbers. Provide consolidator to allow
multiple phones connected to one (1) line.
a. “Push to Call” button or adjacent light jewel shall illuminate and flash when call is
acknowledged. Button shall match car operating panel pushbutton design. Provide
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 18
uppercase “PUSH TO CALL,” “HELP ON THE WAY” engraved signage adjacent to
button.
b. Provide “Push to Call” button tactile symbol, engraved signage, and Braille adjacent to
button mounted integral with car front return panel.
2. Provide two-way communication between car and control room if required.
2.9 CAR ENCLOSURE
A. Car Enclosure Passenger Elevator: Provide complete as detailed on Architectural drawings.
2.10 HALL CONTROL STATIONS
A. Pushbuttons: Provide One riser with flush mounted faceplates. Include pushbuttons for each
direction of travel which illuminate to indicate call registration. Include approved engraved message
and pictorial representation prohibiting use of elevator during fire or other emergency situation as
part of faceplate. Pushbutton design shall match car operating panel pushbuttons. Provide vandal
resistant pushbutton and light assemblies.
2.11 SIGNALS
A. Hall Lantern, All Car(s): Provide at each entrance to indicate travel direction of arriving car.
Illuminate up or down LED lights and sound tone once for up and twice for down direction prior to
car arrival at floor. Sound level shall be adjustable from 20 - 80 dBA measured at 5'-0" in front of
hall control station and 3'-0" off floor. Illuminate light until the car doors start to close. Provide
advanced hall lantern notification to comply with ADA hall call notification time. Lenses shall be
minimum 2-1/2" in their smallest dimension.
B. Car Position Indicator: Alpha-numeric digital indicator containing floor designations and direction
arrows a minimum of 1/2" high to indicate floor served and direction of car travel. Locate fixture in
car front return panel above each car operating panel. When a car leaves or passes a floor, illuminate
indication representing position of car in hoistway. Illuminate proper direction arrow to indicate
direction of travel.
C. Hall Position Indicator, Car(s) 12-13-14: Alpha-numeric digital indicator containing floor
designations and direction arrows a minimum of 1/2" high to indicate floor served and direction of
car travel.
D. Faceplate Material and Finish: Stainless steel all fixtures.
E. Floor Passing Tone: Provide an audible tone of no less than 20 decibels and frequency of no higher
than 1500 Hz, to sound as the car passes or stops at a floor served.
F. Voice Synthesizer: Provide electronic device with easily reprogrammable message and female voice
to announce car direction, floor, emergency exiting instructions, etc.
2.12 CONTROL AND DISPLAY PANEL
A. Control Panel, Car(s) 1-2 and 3-4: Provide a control panel and color SVGA with the capability to
activate, display, monitor, or control the following functions.
1. On/off means to place car in or out of service. When placed in “off” position, return car(s)
nonstop to designated floor and park with door(s) open for adjustable period of 1 to 3 minutes.
At expiration of time, restore car to service.
2. Car operating on normal/standby power.
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 19
3. Car position and direction of travel.
4. Car calls.
5. Hall calls.
6. Operating mode.
7. Door status.
8. Delayed car.
9. Load weighing and by-pass.
10. Car to lobby feature.
11. Car in/out of service.
12. Secured floor control and code entry.
13. Alarm distress signal.
14. Card reader override. Individual car on/off provisions.
15. Fixtures and monitor shall be located as directed by Architect. Where applicable, identify all
indicators and manual switches with appropriate engraving. Provide wiring to control panel.
Coordinate size and location with Building Console Supplier.
B. Firefighters’ Control Panel: Locate in building fire control room. Fixture faceplate, stainless steel
satin finish, including the following features:
1. Car position and direction indicator (digital-readout or color SVGA display type). Identify
each position indicator with car number and group identification.
2. Indicator showing operating status of car.
3. Manual car standby power selection switch(es) and power status indicators.
4. Two-position firefighters’ emergency return switch(es) and indicators with engraved
instructions filled red.
Fixtures and monitor shall be located as directed by Architect. Where applicable, identify all
indicators and manual switches with appropriate engraving. Provide wiring to control panel.
Coordinate size and location with Building Console Supplier.
C. Firefighters’ Key Box: Flush-mounted box with lockable hinged cover. Engrave instructions for use
on cover per Local Fire Authority requirements.
PART 3 EXECUTION
3.1 SITE CONDITION INSPECTION
A. Prior to beginning installation of equipment examine hoistway and control room areas. Verify no
irregularities exist which affect execution of work specified.
B. Do not proceed with installation until work in place conforms to project requirements.
3.2 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. Deliver material in Contractor’s original unopened protective packaging.
B. Store material in original protective packaging. Prevent soiling, physical damage, or moisture
damage.
C. Protect equipment and exposed finishes from damage and stains during transportation, erection, and
construction.
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 20
3.3 INSTALLATION
A. Install all equipment in accordance with Contractor’s instructions, referenced codes, specification,
and approved submittals.
B. Install control room equipment with clearances in accordance with referenced codes and
specification.
C. Install all equipment so it may be easily removed for maintenance and repair.
D. Install all equipment for ease of maintenance.
E. Install all equipment to afford maximum accessibility, safety, and continuity of operation.
F. Remove oil, grease, scale, and other foreign matter from the following equipment and apply one coat
of field-applied machinery enamel.
1. All exposed equipment and metal work installed as part of this work which does not have
architectural finish.
2. Control room equipment, hoistway equipment including guide rails, guide rail brackets, and
pit equipment.
3. Neatly touch up damaged factory-painted surfaces with original paint color. Protect machine-
finish surfaces against corrosion.
3.4 FIELD QUALITY CONTROL
A. Work at jobsite will be checked during course of installation. Full cooperation with reviewing
personnel is mandatory. Accomplish corrective work required prior to performing further
installation.
B. Have Code Authority acceptance inspection performed and complete corrective work.
3.5 ADJUSTMENTS
A. Install rails plumb and align vertically with tolerance of 1/16" in 100'-0". Secure joints without gaps
and file any irregularities to a smooth surface.
B. Static balance car to equalize pressure of guide shoes on guide rails.
C. Lubricate all equipment in accordance with Contractor’s instructions.
D. Adjust motors, power conversion units, brakes, controllers, leveling switches, limit switches,
stopping switches, door operators, interlocks, and safety devices to achieve required performance
levels.
3.6 CLEANUP
A. Keep work areas orderly and free from debris during progress of project. Remove packaging
materials on a daily basis.
B. Remove all loose materials and filings resulting from work.
C. Clean control room equipment and floor.
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 21
D. Clean hoistways, car, car enclosure, entrances, operating, and signal fixtures.
3.7 ACCEPTANCE REVIEW AND TESTS
A. Review procedure shall apply for individual elevators, portions of groups of elevators, and completed
groups of elevators accepted on an interim basis or elevators and groups of elevators completed,
accepted, and placed into operation.
B. Contractor shall perform review and evaluation of all aspects of its work prior to requesting
Consultant’s final review. Work shall be considered ready for Consultant’s final contract compliance
review when all Contractor’s tests are complete and all elements of work or a designated portion
thereof are in place and elevator or groups of elevators are deemed ready for service as intended.
C. Furnish labor, materials, and equipment necessary for Consultant’s review. Notify Consultant a
minimum of five (5) working days in advance when ready for final review of elevator or group.
D. Consultants’ written list of observed deficiencies of materials, equipment, and operating systems will
be submitted to Contractor for corrective action. Consultant’s review shall include as a minimum:
1. Workmanship and equipment compliance with Contract Documents.
2. Contract speed, capacity, floor-to-floor, and door performance comply with Contract
Documents.
3. Performance of following is satisfactory:
a. Starting, accelerating, running
b. Decelerating, stopping accuracy
c. Door operation and closing force
d. Equipment noise levels
e. Signal fixture utility
f. Overall ride quality
g. Performance of door control devices
h. Operations of emergency two-way communication device
i. Operations of firefighters’ service
j. Operations of special security features and floor lock-off provisions
k. Operations of remote monitoring devices
4. Test Results:
a. In all test conditions obtain specified contract speed, performance times, stopping
accuracy without re-leveling, and ride quality to satisfaction of Purchaser and
Consultant. Tests shall be conducted under both no load and full load condition.
b. Temperature rise in motor windings limited to 50° Celsius above ambient. A full-
capacity one (1) hour running test, stopping at each floor for ten (10) seconds in up and
down directions, may be required.
E. Performance Guarantee: Should Consultant’s review identify defects, poor workmanship, variance
or noncompliance with requirements of specified codes and/or ordinances, or variance or
noncompliance with the requirements of Contract Documents, Contractor shall complete corrective
work in an expedient manner to satisfaction of Purchaser and Consultant at no cost as follows:
1. Replace equipment that does not meet code or Contract Document requirements.
2. Perform work and furnish labor, materials, and equipment necessary to meet specified
operation and performance.
3. Perform retesting required by Governing Code Authority, Purchaser, and Consultant.
F. A follow-up final contract compliance review shall be performed by Consultant after notification by
Contractor that all deficiencies have been corrected. Provide Consultant with copies of the initial
deficiency report marked to indicate items which Contractor considers complete.
Broward County Courthouse
October 12, 2011 Machine-Room-Less Traction Elevators (PB/EB)
Addendum #5 14 21 55 - 22
3.8 PURCHASER’S INFORMATION
A. Provide three sets of neatly bound written information necessary for proper maintenance and
adjustment of equipment within 30 days following final acceptance. Final retention will be withheld
until data is received by Purchaser and reviewed by Consultant. Include the following as minimums:
1. Straight-line wiring diagrams of “as-installed” elevator circuits with index of location and
function of components. Provide one set reproducible master. Mount one set wiring
diagrams on panels, racked, or similarly protected, in elevator control room. Provide
remaining set rolled and in a protective drawing tube. Maintain all drawing sets with addition
of all subsequent changes. These diagrams are Purchaser’s property.
2. Written Maintenance Control Program (MCP) specifically designed for the equipment
included under this contract. Include any unique or product specific procedures or methods
required to inspect or test the equipment. In addition, identify weekly, bi-weekly, monthly,
quarterly, and annual maintenance procedures, including statutory and other required
equipment tests.
3. Provide any necessary interface cards required for equipment maintenance, code mandated
testing, and troubleshooting.
4. Lubrication instructions including recommended grade of lubricants.
5. Parts catalogs for all replaceable parts including ordering forms and instructions.
6. Four sets of keys for all switches and control features properly tagged and marked.
7. Diagnostic test devices together with all supporting information necessary for interpretation of
test data and troubleshooting of elevator system, and performance of routine safety tests.
8. The elevator installation shall be a design that can be maintained by any licensed elevator
maintenance company employing journeymen mechanics, without the need to purchase or
lease additional diagnostic devices, special tools, or instructions from the original equipment
Contractor.
a. Provide on site capability to diagnose faults to the level of individual circuit boards
and individual discrete components for the solid state elevator controller.
b. Provide a separate, detachable device, as required to the Purchaser as part of this
installation if the equipment for fault diagnosis is not completely self-contained within
the controller. Such device shall be in possession of and become property of the
Purchaser.
c. Installed equipment not meeting this requirement shall be removed and replaced with
conforming equipment at no cost to the Purchaser.
9. Provide upgrades and/or revisions of software during the progress of the work, warranty
period, and the term of the ongoing maintenance agreement between the Purchaser and
Contractor.
END OF SECTION
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 1
Addendum # 5
SECTION 250050 – COMMON WORK RESULTS FOR BUILDING AUTOMATION AND
CONTROL SYSTEM
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. All work of this Division shall be coordinated and provided by a single Technology System
Contractor.
B. The work of this Division shall be coordinated with and interfaced with the associated work
of other trades. Reference the following Division Documents for details:
1. Division 01 – General Requirements
2. Division 08 – Openings
3. Division 11 – Equipment
4. Division 21 – Fire Suppression
5. Division 22 – Plumbing
6. Division 23 – Heating, Ventilating and Air Conditioning
7. Division 26 – Electrical
8. Division 28 – Security and Fire Alarm
9. Division 33 – Utilities
C. Technical Proposal
1. It is the intent of this specification to describe the performance requirements of
the BUILDING AUTOMATION AND CONTROL SYSTEM. Submit a
complete Technical Proposal with bid tender to the Prime Bidders. The
Technical Proposal shall be reviewed by the Owner within five days following
the bid. At minimum this submittal shall contain the following documentation
which shall become part of the Contract.
a. Executive Summary: Include highlights or salient information about the
technical proposal that summarizes why The County of Broward, Florida
would want to do business with your firm.
b. Refer to specification section 250200 “Broward County Facilities
Maintenance Division – Energy and Building Automation”.
D. The work of this Division shall be as required by the Specifications, Point Schedules and
Drawings.
E. If the BUILDING AUTOMATION AND CONTROL SYSTEM Contractor believes there
are conflicts or missing information in the project documents, the Contractor shall promptly
request clarification from the design team.
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 2
Addendum # 5
1.2 DEFINITIONS
A. BUILDING AUTOMATION AND CONTROL SYSTEM Contractor: A manufacturer who
manufactures the devices (ie: sensors, valves, controllers, network devices) and installs the
item(s) specified. Contractor shall be a solely owned branch office of the nationally
recognized company. The single Contractor to provide the work of this Division. This
Contractor shall be the primary manufacturer, installer, commissioner and ongoing service
provider for the work.
B. Analog: A continuously variable system or value not having discrete levels. Typically
exists within a defined range of limiting values.
C. Approval: The Contractor is responsible for obtaining approval, prior to commencing any
Work which would establish a financial obligation for the Owner, as well as for any Work or
aspect of the Work for which such prior approval has been specified.
D. Architect: The architect is “AECOM/Heery International/Cartaya”.
E. Facility Backbone: Facility Backbone is a network connecting different networks to one
another.
F. Binary: A two-state system where an “ON” condition is represented by one discrete signal
level and an “OFF” condition is represented by a second discrete signal level each separated
by a defined deadband. Typically used for on/off, open/close type monitoring and control.
G. Conflicts: This term refers to any real or potential discrepancy between portions of the
Specification, which includes the entire project Specification, as well as all other Contract
Documents.
H. Control Sequence: An BACS pre-programmed arrangement of software algorithms, logical
computation, target values and limits as required to attain the defined operational control
objectives.
I. Demonstration: This process of verifying, by operation, movement or adjustment, of an item
or system by comparing the item or system performance against a standard or standards as
set forth in the specific requirements of the cited paragraph.
J. Direct Digital Control: The digital algorithms and pre-defined arrangements included in the
BACS software to provide direct closed-loop control for the designated equipment and
controlled variables. Inclusive of Proportional, Derivative and Integral control algorithms
together with target values, limits, logical functions, arithmetic functions, constant values,
timing considerations and the like.
K. Electrical Contractor: The company engaged by the Owner or it’s designated representative
to provide materials and services for Division 26 electrical work, as defined and described in
the Contract between the Electrical Contractor and the Owner.
L. Building Automation and Control System (BACS): The total integrated system of fully
operational and functional elements, including equipment, software, programming, and
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 3
Addendum # 5
associated materials, to be provided by this Division and to be interfaced to the associated
work of other related trades.
M. Integration: The complete functional and operational interconnection and interfacing of all
work elements and nodes in compliance with all applicable codes, standards and ordinances
so as to provide a single coherent system as required by this Division.
N. Network: The total digital on-line real-time interconnected configuration of system digital
processing units, workstations, panels, sub-panels, controllers, devices and associated
elements individually known as network nodes. May exist as one or more fully interfaced
and integrated sub-networks, LAN, WAN or the like.
O. Furnish: The term “Furnish” and its derivatives when used in this Division shall mean supply
at the BUILDING AUTOMATION AND CONTROL SYSTEM Contractor’s cost to the
designated third party trade contractor for installation. BUILDING AUTOMATION AND
CONTROL SYSTEM Contractor shall connect furnished items to the BACS, calibrate, test,
commission, warrant and document.
P. Install: The term “Install” and its derivatives when used in this Division shall mean receive
at the jobsite and mount.
Q. Node: A digitally programmable entity existing on the BUILDING AUTOMATION AND
CONTROL SYSTEM network.
R. Or Equivalent: "Or equivalent," or words of similar intent, refers to systems or equipment
which are the products of a manufacturer, fabricator, or vendor which are comparable or
equal in quality and performance to the systems or equipment cited in the Specification.
S. PC: IBM PC compatible Personal Computer
T. Product: This term means material, system, device or equipment.
U. Provide: The term “Provide” and its derivatives when used in this Division shall mean to
furnish, install in place, connect, calibrate, test, commission, warrant, document and supply
the associated required services ready for operation.
V. Software: The term “software” and its derivatives when used in these Division documents
shall mean all of programmed digital processor software, preprogrammed firmware and
project specific digital process programming and database entries and definitions as
generally understood in the BACS industry for real-time, on-line, integrated BACS
configurations.
W. Test: The systematic exercising of an item or system under specified conditions to determine
how the item or system compares to the performance specified for that item or system or to a
specified standard.
X. Wiring: The term “Wiring” and its derivatives when used in this Division shall mean provide
the wiring and terminations.
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 4
Addendum # 5
Y. Work: The material, equipment services, and labor required to construct and complete the
Project, as described in the Specifications and Drawings and as required by the Contract
Documents.
Z. The use of words in the singular in these Division documents shall not be considered as
limiting when other indications in these documents denote that more than one such item is
being referenced.
AA. Headings, paragraph numbers, titles, shading, bolding, underscores, clouds and other
symbolic interpretation aids included in the Division documents are for general information
only and are to assist in the reading and interpretation of these Documents. They do not
form a formal part of the Documents and may not be consistent or complete in their use
throughout the Documents.
BB. The following abbreviations and acronyms may be used in describing the work of this
Division:
ADC - Analog to Digital Converter
AFF - Above Finished Floor
AI - Analog Input
ANSI - American National Standards Institute
AO - Analog Output
ASC - Application Specific Controller
ASCII - American Standard Code for Information
Interchange
AWG - American Wire Gauge
BGP - Border Gateway Protocol
BICSI - Building Industry Consulting Service International
BRI - Basic Rate Interface, an ISDN interface
CAAM - Card Access and Alarm Monitoring
CAT-6 - Category 6 Copper Cable
CCTV - Closed Circuit Television
CMS - Cable Management System
CPP - Copper Patch Panel
CPU - Central Processing Unit
CR - Change Request
CRT - Cathode Ray Tube
CSU - Channel Service Unit
DAC - Digital to Analog Converter
DDC - Direct Digital Control
DI - Digital Input
DO - Digital Output
DSO - Carrier Service at 64 Kbps
DSU/CSU - Data Service Unit/Channel Service Unit
DS3 - Carrier Service equal to 28 T1s (44.736 Mbps)
DVR - Digital Video Recorder
EEPROM - Electronically Erasable Programmable Read Only
Memory
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 5
Addendum # 5
EIA - Electronic Industries Alliance
ELL - Electric Lock
ELS - Electric Strike
EMI - Electromagnetic Interference
EML - Electromagnetic Lock
FAS - Fire Alarm Detection and Annunciation System
FCC - Federal Communications Commission
FOPP - Fiber Optic Patch Panel
Ft - Feet (linear)
GbE - Gigabit Ethernet
Gbps - Gigabits per second
GBIC - Gigabit Interface Converter
GUI - Graphical User Interface
GWS - Guard Watchtour System
HOA - Hand-Off-Auto
ID - Identification
IEEE - Institute of Electrical and Electronics Engineers
I/O - Input / Output
INMS - Integrated Network Management System
IP - Internet Protocol
ISDN - Integrated Services Digital Network
ISR - OWNER Information Systems Department Server
Room
ITU International Telecommunications Union
Kbps - Kilobits per second
LAN - Local Area Network
lb - Pound
lbf - Pound-force
LCD - Liquid Crystal Display
LED - Light Emitting Diode
LF - Linear feet
LX/LH - GBIC interfaces for single mode fiber, long range
m - Meter
mm - Millimeter
µm - Micrometer or micron, a measure of optical
wavelength
MB - Mega-bytes
Mbps - Megabits per second
MCC - Motor Control Center
MDR - Main Distribution Room
MHz - Megahertz
MMF - Multimode Fiber
M/POP - Minimum Point of Presence, a carrier’s service entry
point into a facility
mpps - Millions of packets per second
N/A - Not applicable
NC - Normally Closed
NCF - Network Computer Facility
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 6
Addendum # 5
NEC - National Electric Code (NFPA 70)
NIC - Not In Contract
nm - Nanometer, a measure of optical wavelength
NO - Normally Open
NOC - Network Operations Center
OAT - Outdoor Air Temperature
OTDR - Optical Time Domain Reflectometer
PA - Port Adapter
PC - Personal Computer
PHID - Photo-Identification
PIN - Personal Identification Number
PRI - Primary Rate Interface, an ISDN interface
PSTN - Public Switched Telephone Network
PTZ - Pan-Tilt-Zoom
PZ - Power Zoom
QA - Quality Assurance
QC - Quality Control
QoS - Quality of Service
RAM - Random Access Memory
RAR - Remedial Action Request
REX - Request To Exit
RF - Radio Frequency
RFI - Radio Frequency Interference
RH - Relative Humidity
RJ-XX - Type of cable termination and port, e.g., RJ-45 for
CAT-6 cable
RMON - Remote Monitoring
ROM - Read Only Memory
RTD - Resistance Temperature Detector
SC - Type of connector used for optical fiber
SMF - Single Mode Fiber
SNMP - Simple Network Management Protocol
SONET - Synchronous Optical Network
SPDT - Single Pole Double Throw
SPST - Single Pole Single Throw
SVGA - Super Video Graphics Adapter
SX - GBIC interface for multi-mode fiber, short range
TBA - To Be Advised
TCP/IP - Transmission Control Protocol/Internet
Protocol
TDR - Time Domain Reflectometer
TIA - Telecommunications Industry Association
TR - Telecommunications Room
TTD - Thermistor Temperature Detector
T1 - Trunk Level 1, a digital transmission link with a total
signaling speed of 1.544 Mbps
UL - Underwriters Laboratories, Inc.
UPS - Uninterruptible Power System
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 7
Addendum # 5
UTP - Unshielded Twisted Pair, a form of copper cable
VAC - Volts, Alternating Current
VAV - Variable Air Volume
VCR - Video Cassette Recorder
VDC - Volts, Direct Current
VDU - Video Display Unit
VIS - Voice Intercom System
VLAN - Virtual Local Area Network
WAN - Wide Area Network
1.3 DESCRIPTION
A. The work of the single Technology BACS Contractor shall be as defined individually and
collectively in all Sections of this Division specifications together with the associated Point
Sheets and Drawings and associated interfacing work as referenced in the related documents
as listed in Part 1 of this Section.
B. The work shall consist of the provision of all labor, materials, tools, equipment, software,
software licenses, software configurations and database entries, interfaces, wiring, tubing,
installation, labeling, engineering, calibration, documentation, testing, commissioning,
training services, permits and licenses, transportation, shipping, handling, administration,
supervision, management, insurance, temporary protection, cleaning, cutting and patching,
warranties and items, even though these may not be specifically mentioned in these Division
documents which are required for the complete, fully functional and commissioned system.
C. Provide a complete, neat and workmanlike installation. Use only manufacturer or company
employees who are skilled, experienced, trained, and familiar with the specific equipment,
software and configurations to be provided for this project.
D. The Technology Contractor shall be a recognized national manufacturer, installer and service
provider of Building Automation and Control System. Manufacturer's Representatives,
Wholesalers and organizations whose sole business is other than the manufacture,
installation and support of Building Automation and Control System shall not be considered.
Non-manufacturers BACS integrators shall have a minimum of 15 years of experience with
the manufacturer’s product line tto be considered
E. Manage and coordinate the BUILDING AUTOMATION AND CONTROL SYSTEM work
in a timely manner in consideration of the Project schedules. Coordinate cooperatively with
the associated work of other trades so as to assist the progress and not impede or delay the
work of associated trades.
F. The Owner reserves the right to purchase the materials and equipment specified in this
document, in whole or in part, and to require modification of pricing to include installation
only. This entitlement shall not obligate the Owner to purchase materials or equipment.
G. The BUILDING AUTOMATION AND CONTROL SYSTEM as provided shall incorporate,
at minimum, the following integrated features, functions and services:
1. Information, alarm management and control functions.
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 8
Addendum # 5
2. Enterprise-level information and control functions.
3. Information management including monitoring, archiving, retrieval, and
reporting functions.
4. Diagnostic monitoring and reporting functions.
5. Remote monitoring.
6. Energy management.
7. HVAC monitoring and control
8. Indoor Air Quality monitoring and control.
9. Lighting Control System management.
10. Central Plant monitoring and supervisory management.
11. Power Monitoring and Control System management.
12. Emergency Generator monitoring
13. Fuel Tank monitoring interfaces.
14. Domestic Water monitoring
1.4 QUALITY ASSURANCE
A. General
1. The Technology Contractor shall be a factory owned branch office that is regularly
engaged in the engineering, programming, installation and service of total integrated
Building Automation and Control Systems of similar size, scope and complexity.
2. The BUILDING AUTOMATION AND CONTROL SYSTEM Contractor shall have a
local company owned branch an office in Broward County, supplying complete
maintenance and support services on a 24 hour, 7-day-a-week basis.
3. The BUILDING AUTOMATION AND CONTROL SYSTEM Contractor shall be a
recognized national manufacturer, installer and service provider of BACS.
Distributors, manufacturer’s representatives and wholesalers will not be acceptable.
4. The Contractor shall be responsible for familiarizing each of its subcontractors with
all aspects of the Contract affecting each subcontractor respectively. The Contractor
shall be responsible for coordinating the Work of its subcontractors to prevent
interference and/or omissions of any kind.
5. As evidence and assurance of the contractor's ability to support the Owner's system
with service and parts, the contractor must have been in the BUILDING
AUTOMATION AND CONTROL SYSTEM business for at least the last ten (10)
years and have successfully completed total projects of at least 10 times the value of
this contract in each of the preceding five years.
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 9
Addendum # 5
6. The Technology contractor shall demonstrate its financial ability to complete the
project by including in the technical proposal, a letter from its surety company,
attached with a power of attorney, stating that it will execute a performance bond and
a labor and material bond in the penal sum of 150% of the bid amount upon an award
of a contract to the bidder. The surety company must be licensed to do business in the
state of which the project is being constructed and have a minimal AM Best rating of
A minus.
7. The Building Automation and Control System architecture shall consist of the
products of a manufacturer regularly engaged in the production of Building
Automation and Control Systems, and shall be the manufacturer’s latest standard of
design at the time of contract award.
8. The BACS software shall be updated to the latest currently available revision at the
completion of the installation.
B. Quality Management Program
1. Provide a competent and experienced, full time on site, Project Manager employed by
the Technology Contractor. The Project Manager shall be supported as necessary by
other Contractor employees in order to provide professional management service for
the work. The Project Manger shall attend all scheduled Project Meetings and shall be
empowered to make technical, scheduling and related decisions on behalf of the
Technology Contractor. At minimum, the Project Manager shall:
a. Manage the scheduling of the work to ensure that adequate materials, labor and
other resources are available as needed.
b. Maintain the scheduling of the work and report monthly in writing to the
Architect on progress.
c. Manage the financial aspects of the Technology Contract.
d. Coordinate with the Site Supervisor and with the Architect and other trades as
necessary to maintain progress of the Contract.
1.5 REFERENCES
A. All work shall conform to the following Codes and Standards, as applicable:
1. National Fire Protection Association (NFPA) Standards.
2. National Electric Code (NEC) and applicable local Electric Code.
3. Underwriters Laboratories (UL) listing and labels.
4. UL 217 Single and Multiple Station Smoke Detectors
5. UL 268 Smoke Detectors for Fire Protection Signaling Systems
6. UL 268A Smoke Detector for Duct Applications
7. UL 864 UOJZ Fire Protective Signaling Systems.
8. UL 864 UUKL Smoke Control.
9. UL 521 Heat Detectors.
10. UL 1480 Fire Alarm Signaling Devices.
11. UL 1971 Visual Fire Alarm Signaling Devices.
12. UL 916 Energy Management.
13. Factory Mutual (FM).
14. NFPA 70
15. NFPA 72
16. NFPA 101
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 10
Addendum # 5
17. American National Standards Institute (ANSI).
18. National Electric Manufacturer’s Association (NEMA).
19. American Society of Mechanical Engineers (ASME).
20. American Society of Heating, Refrigerating and Air Conditioning Engineers
(ASHRAE).
21. Institute of Electrical and Electronic Engineers (IEEE).
22. American Standard Code for Information Interchange (ASCII).
23. Electronics Industries Association (EIA).
24. Occupational Safety and Health Administration (OSHA).
25. American Society for Testing and Materials (ASTM).
26. Federal Communications Commission (FCC) including Part 15, Radio Frequency
Devices.
27. Americans Disability Act (ADA)
28. BICSI Telecommunications Distribution Methods Manual (TDMM)
29. Code of Federal Regulations (CFR)
a. CFR 29 Part 1910.146 Permit-Required Confined Spaces Standard
b. CFR 47 Part 15 Radio Frequency Devices
c. CFR 47 Part 68 Connection of Terminal Equipment to the Telephone
Network
B. All work shall meet the approval of the Authorities Having Jurisdiction at the project site.
BUILDING AUTOMATION AND CONTROL SYSTEM COORDINATION MATRIX
C. The demarcation of work and responsibilities between the BUILDING AUTOMATION
AND CONTROL SYSTEM Contractor and other related trades shall be as outlined in the
BUILDING AUTOMATION AND CONTROL SYSTEM RESPONSIBILITY MATRIX
herein
BUILDING AUTOMATION AND CONTROL SYSTEM RESPONSIBILITY MATRIX
WORK FURNISH INSTALL WIRE PATHWAYS PROVIDE
POWER
1 BUILDING
AUTOMATION AND
CONTROL SYSTEM
network computer
equipment, PC’s,
Fileservers, Workstations,
Printers, Network
equipment.
25
25
25
25
26
2 BACS software, firmware
and site specific
programming and database
entries.
25
25
N/A
N/A
N/A
3 Network Nodes 25 25 25 N/A 26
4 BACS low voltage wiring. 25 25 25 25 N/A
5 Line voltage wiring from 26 26 26 26 26
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 11
Addendum # 5
designated electrical panels
(by Div. 26) to BACS
equipment and nodes.
6 BACS power supplies,
signal conditioning, surge
protection and local
Uninterruptible Power
Supply Units.
25 25 25 N/A 26
7 BACS device piping such as
differential pressure
switches, pressure switches
and pressure sensors.
23 23 N/A N/A N/A
8 Variable Frequency Drives 2523 26 26 26 26
9 Manual valves and dampers. 23 23 N/A N/A N/A
10 Automatic control valves
with actuators
25 23 25 25 25
11 Automatic control dampers 25 23 N/A N/A N/A
12 Automatic control damper
actuators.
25 25 25 25 25
13 Combination fire/smoke
dampers with actuators, open
end switch and closed end
switch
25 23 25 low
voltage
26
25
26
25
14 VAV controllers, with
differential pressure sensor.
25 23 N/A N/A 26
15 VAV Box with Power
supplies / Transformers and
spring return actuators.
23 23 25 low
voltage
26
25
26
25
16 VAV Thermostats 25 25 25 26 25 N/A
17 Duct Smoke Detectors 28 23 28 26 28 28
18 Duct Smoke Detector remote
test station
28 28 28 26 28 N/A
19 BACS pipe insertion devices
such as thermowells, flow
measuring devices, and pipe
taps for pressure monitoring.
25 23 N/A N/A N/A
20 Not to be interpreted as part
of the BACS.
21 Fire suppression flow
switches and tamper
switches
23 23 28 28 N/A
22 Lighting Control Panel
Boards.
26 26 26 26 26
23 Lighting control contactors
in enclosure
26 26 26 26 26
24 Interior light level sensors
for ceiling installation
26 26 26 26 26
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 12
Addendum # 5
25 Interior lighting, local
dimming system
26 26 26 26 26
26 Do not have in project.
27 Line Voltage Wall Switches 26 26 26 26 26
28 Omitted.
29 Ceiling Mounted low voltage
occupancy sensors.
26 26 26 26 N/A
30 Omitted
31 BACS Control Interface
Node to support Lighting
Control
25 25 25 25 N/A
32 Omitted
33 BACS Interface Node to
support Power Monitoring
25 25 25 25 N/A
34 Omitted
35 BACS Interface Node to
support Emergency
Generators.
25 25 26 26 26
36 Omitted
37 BACS Interface Node to
Fuel Tank monitor.
25 25 22 22 26
38 Diesel Transfer Pump(s)
Monitor
25 25 25 25 26
39 Omitted.
40 BACS Interface Node to
support chillers.
25 25 25 25 26
41 Omitted
42 BACS Interface Node to
support Transfer Switch(s)
25 25 25 25 26
43 Domestic Water Flow to
BACS
22 22 22 22 26
44 BACS Interface Node to
support Domestic Water
Flow monitor
25 25 25 25 26
45 Totally separate.
46 Fireman’s Override Panel
Node with interfaces to Fire
Alarm and BACS
25 25 25 25 N/A
47 UL864 UUKL Smoke
Control Logic
25 25 N/A N/A N/A
48
49
50
1.6 SUBMITTALS
A. Shop Drawings, Product Data, and Samples
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 13
Addendum # 5
1. Prepare coordination drawings in accordance with Division 1, detailing major
elements, components, and systems of network equipment and materials in
relationship with other systems, installations, and building components.
2. The BUILDING AUTOMATION AND CONTROL SYSTEM Contractor shall
submit a list of all shop drawings with submittal dates within 30 days of
contract award. Within forty-five (45) days of receiving a Notice to Proceed, the
Contractor shall furnish the following in a single consolidated format:
a. The name of the person who will act as the Contractor’s official contact
with the Architect and Owner.
b. Permits. The Contractor shall obtain all required permits and provide
copies to the Architect and/or Owner.
c. Product Data: Complete manufacturer’s product literature for all
products to be used within the system(s), as well as any samples
requested by the Architect and/or the Owner.
3. Submit detailed installation drawings within 90 days of contract award.
4. Submittals shall be in defined packages. Each package shall be complete and
shall only reference itself and previously submitted packages. The packages
shall be as approved by the Architect and Engineer for scope.
5. Allow 15 working days for the review of each package by the Architect and
Engineer in the scheduling of the total BUILDING TECHNOLOGY work.
6. Each submittal shall have a cover sheet with the following information
provided: submittal ID number; date; project name, address, and title;
BUILDING TECHNOLOGY Contractor name, address and phone number;
BUILDING TECHNOLOGY Contractor project manager, and project engineer
names and phone numbers.
7. At a minimum, provide the following submittals:
a. Network architecture diagrams including all nodes and interconnections.
b. Schematics, sequences and flow diagrams.
c. Points list for each point in the BACS specification, including: Tag, Point
Type, System Name, Object Name, Expanded ID, Display Units,
Controller Type, Address, Cable Destination, Module Type, Terminal ID,
Panel, Slot Number, Reference Drawing, and Cable Number.
d. Shop drawings shall be to sufficient detail to allow the work to be built.
e. Graphic User Interface Screens: Include a sample of each GUI screen
type and associated menu penetrations to show hierarchy and functional
interrelationships.
f. Detailed Bill of Material list for each node, identifying: quantity, part
number, description, and optional features.
g. Control Valve Schedules. This spreadsheet type schedule shall include a
separate line for each valve and a column for each of the valve attributes,
including: Code Number, Configuration, Fail Position, Pipe Size, Valve
Size, Body Configuration, Close off Pressure, Capacity, Valve CV,
Calculated CV, Design Pressure, Actual Pressure, and Actuator Type.
h. Catalog product data sheets and manuals of all products used.
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 14
Addendum # 5
i. Training course outlines for each session.
8. Technology Contractor shall not order material or begin fabrication or field
installation until associated submittals are approved. Technology Contractor
shall be solely responsible for the removal and replacement of any item not
approved by submittal at contractors’ cost.
9. The Technology Contractor shall correct any errors or omissions noted in the
first review. The Technology Contractor shall revise the submittal and resubmit
for review. Any required third or subsequent review shall be at the cost of the
Technology Contractor. The Owner's reasonable costs for any third or
subsequent additional reviews, including the Consultants fees and direct
expenses, may be deducted by the Owner directly from the monies due to the
Technology Contractor under this Contract by way of a contract change.
10. Provide all drawings with Computer Aided Drafting (CAD).
1.7 RECORD DOCUMENTATION
A. All Drawings, Specifications and copies thereof furnished by Architect are and shall
remain the property of the Owner. They are to be used only with respect to this Project
and are not to be used on any other project. With the exception of one contract set for
each party to the Contract, such documents are to be returned or suitably accounted for
to the Architect at the completion of the Work. The Contractor admits that the
documents contain vital and sensitive information about the Owner's Project and
communications network, and warrants to take due and reasonable care to safeguard
this information during the course of the Project, including all documents lawfully
retained after the completion of the Project.
B. No systems, equipment or materials shall be ordered or purchased and no Work shall
be performed without Drawings and Specifications clearly marked to indicate that
appropriate reviews have been conducted by the Architect and/or their duly appointed
representatives. Such acceptance shall not relieve the Contractor of his obligations
herein. Such reviews by the Architect, and/or their representatives, shall only be for
general compliance with the Contract Documents and shall not be deemed an approval
or acceptance of correctness and accuracy of dimensions, details, and related
information. Such reviews shall not relieve the Contractor of his obligations under
this Contract.
1.8 WARRANTY/WARRANTY-MAINTENANCE
C. Refer to specification section 250200 “Broward County Facilities Maintenance
Division – Energy and Building Automation”.
PART 2 – PRODUCT (Not Applicable)
PART 3 - EXECUTION
3.1 INSTALLATION PRACTICES
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 15
Addendum # 5
A. BUILDING TECHNOLOGY Wiring/Optical Fiber
1. All conduit, wiring, optical fiber, accessories and connections required for the
complete operational installation of the Building Automation and Control
System, as herein specified, shall be provided by the BUILDING
TECHNOLOGY Contractor unless specifically detailed on the Drawings to be
furnished or provided by another Division. BUILDING TECHNOLOGY
details are depicted on the drawings.
2. All wiring shall comply with all local and national electric codes.
3. All BUILDING TECHNOLOGY wiring and optical fiber materials and
installation methods shall comply with BUILDING TECHNOLOGY
manufacturer recommendations.
4. Wireless devices shall be applied to the greatest extent possible. Document the
location of all wireless devices, transmitting nodes and receivers.
5. The sizing type and provision of cable, and communications trunking shall be
the design responsibility of the BUILDING TECHNOLOGY Contractor. If
complications arise, however, due to the incorrect selection of cable,
communications trunking by the BUILDING TECHNOLOGY Contractor, the
Contractor shall be responsible for all costs incurred in replacing the selected
components.
6. Class 2 Wiring
a. All Class 2 (24VAC or less) wiring shall be installed in conduit unless
otherwise specified.
b. Conduit is not required for Class 2 wiring in concealed accessible
locations. Class 2 wiring not installed in conduit shall be supported every
5’ from the building structure utilizing metal hangers designed for this
application. Wiring shall be installed parallel to the building structural
lines. All wiring shall be installed in accordance with local code
requirements.
c. Class 2 signal wiring and 24VAC power can be run in the same conduit
or pathway. Wiring 120VAC and greater shall not share the same conduit
with Class 2 signal wiring.
B. BACS Line Voltage Power Source
1. 120-volt AC circuits used for the Building Automation and Control System
shall be taken from panelboards and circuit breakers provided by Division 26.
2. Circuits used for the BACS shall be dedicated to the BACS and shall not be
used for any other purposes.
3. DDC terminal unit controllers may share 120-volt AC power from electric
heater circuits if acceptable by the BACS manufacturer.
C. Penetrations
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 16
Addendum # 5
1. Fire-stopping shall be provided as outlined by the coordination matrix.
2. All openings in fire proofed or fire stopped components shall be closed by using
approved UL fire resistive sealant.
3. All wiring, cabling and/or optical fiber passing through penetrations, including
walls, shall be in conduit or enclosed raceway.
4. Penetrations of floor slabs shall be by core drilling. All penetrations shall be
plumb, true, and square.
5. No penetrations in structural elements shall be made before receipt of written
approval from the architect.
D. BUILDING TECHNOLOGY Identification Standards
1. Node Identification: All nodes shall be identified by a permanent label fastened
to the outside of the enclosure. Labels shall be suitable for the node location.
2. Cable shall be labeled at a minimum of every 18” with the BUILDING
AUTOMATION AND CONTROL SYSTEM manufacturer’s name and the
type of signal carried within the cable, i.e. Analog Input, Analog Output, Binary
Input, Binary Output, 24 VAC.
a. Buiding Automation System
Analog Input Cable Yellow
Analog Output Cable Tan
Binary Input Cable Orange
Binary Output Cable Violet
24 VAC Cable Gray with Black trace
General Purpose Cable Natural
Tier 1 Comm Cable Purple
3. Raceway Identification. All the covers to junction and pull boxes of the
BUILDING TECHNOLOGY raceways shall be painted with the appropriate
color by the company installing said pathway.
4. Wire Identification. All low and line voltage BUILDING TECHNOLOGY
wiring shall be identified by a number, as referenced to the associated shop
drawing and as-built drawing, at each end of the conductor or cable.
Identification number shall be permanently secured to the conductor or cable
and shall be a printed type label.
E. BUILDING TECHNOLOGY Node Installation
1. The BUILDING TECHNOLOGY nodes shall be located as indicated at an
elevation of not less than 2 feet from the bottom edge of the panel to the
finished floor. Each node shall be anchored per the manufacturer’s
recommendations.
2. The BUILDING TECHNOLOGY contractor shall be responsible for
coordinating node locations with other trades.
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 17
Addendum # 5
3. Provide proper access to all nodes as recommended by the manufacturer.
F. Input / Output Devices
1. All Input and Output devices shall be installed per the manufacturer
recommendation
2. Locate components of the BUILDING TECHNOLOGY in accessible local
control panels and equipment rooms wherever possible.
3.2 TRAINING
A. Refer to specification section 250200 “Broward County Facilities Maintenance
Division – Energy and Building Automation”.
3.3 COMMISSIONING
A. Refer to specification section 250200 “Broward County Facilities Maintenance
Division – Energy and Building Automation”.
3.4 BUILDING TECHNOLOGY SPECIFIC REQUIREMENTS
A. BUILDING TECHNOLOGY Reports
1. Define custom reports required for this project. Examples: tenant billing,
chiller efficiency reports, alarm reports, run time summaries, additional details
to be determined. The contractor shall include an allowance of 80 hours for the
preparation of custom reports.
2. The contractor shall request permission from the architect to draw against the
80 hour allowance, prior to its use.
B. Graphic Displays
1. Provide a color graphic system flow diagram display for each system with all
points as indicated on the point list.
2. Provide a color graphic display for each floor in the facility. Indicate each
HVAC/Lighting zone and Smoke Control zone, color coded to indicate zone
values and status.
C. OWS Schedule
ID TYPE LOCATION FUNCTION NOTES
OWS1 Desktop
PC
EMS Office Penthouse,
Level 21
Integrated
BACS
Full desktop
functionality
required
Integrated BACS = HVAC Monitoring & Control, Lighting Control, Energy
Management, Utility Monitoring and Control, Power Monitoring &
Management, and General Monitoring & Control.
Broward County Courthouse COMMON WORK RESULTS FOR FACILITY MANAGEMENT
BID SET – August 15, 2011October 12, 2011 25 00 50 - 18
Addendum # 5
D. Printer Schedule
ID TYPE LOCATION FUNCTION NOTES
Printer 1 Laserjet
Printer
EMS Office
Penthouse, Level 21
Integrated
BACS
Report print
functionality
required
Printer 2 24-pin
tractor feed
EMS Office
Penthouse, Level 21
Alarm printer
END OF SECTION 250050
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-1
Addendum # 5
SECTION 250200 – BROWARD COUNTY FACILITIES MAINTENANCE DIVISION
ENERGY AND BUILDING AUTOMATION
1. General
a. The work shall include design; supply, installation, and commissioning a
complete microprocessor based automatic control system to achieve the
performance specified in the following clauses hereafter called the BACS
(Building Automation and Control System). Operator Interfaces and Controllers
shall be connected directly through a BACnet communication internetwork
(BACnet to BACnet). Translators are not allowed. All communications across
this intranet work shall conform to ASHRAE Standard 135-2004, BACnet
protocol.
b. All products used in this project installation shall be currently manufactured. This
installation shall not be used as a test site for any new products unless explicitly
approved by a BC-FMD, in writing. Backward compatibility shall not require the
addition of any translators or emulators.
c. Spare parts shall be available for at least five years after project completion. The
manufacturer shall have a stated policy of maintaining backward compatibility with
previous versions of its products. BACS provider shall provide a copy of this statement
with their submission.
d. Protocol Implementation Conformance Statements (PICS) for each and every device shall
be submitted as verification of compliance with the BACnet standard and a complete
schedule of BACnet devices shall be supplied, and approved, prior to any works
commencing on site.
e. It is essential for the BACS provider to visit county facilities to become familiar with
field conditions, existing equipment, communication arrangements and other matters
impacting on the BACS works.
2. Scope
a. The BACS architecture shall comprise of;
i. Operator Interfaces comprising PC-based workstations/server
ii. Communications network with BACnet/IP connection to the BC-FMD BacNet
BACS network; (Future)
iii. Controllers with inputs and outputs (I/O) for controlling central plant and air
handling systems with customizable control sequences, data collection
(metering/trending);
iv. Application Specific Controllers with inputs and outputs (I/O) for controlling
packaged systems, unitary equipment and terminal units.
b. This project encompasses the following;
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-2
Addendum # 5
i. Work Description
ii. Preparation of control shop drawings for review
iii. Provision of control components
iv. Provision of a network of BACnet Direct Digital Control Devices.
v. Provision of all necessary graphics software, system software, and third
party software as specified
vi. Wiring of the BACS controls system.
vii. Programming the sequence of operation
viii. Preparing dynamic graphics screens (at least two audits to be allowed for
during production).
ix. Calibration and commissioning of the installed controls system.
x. Provision of maintenance manuals and as built drawings
xi. Provision of training of county's operators
xii. Provision of a one-year warranty on all components from the date of
commissioning.
xiii. Provision of one year of maintenance (to be included in project cost).
xiv. Demonstration and confirmation that all systems are programmed and
operation correctly.
xv. Submission of CD ROMs (including back-ups) containing up to date
copies of the programs in each controller. Provision of original program
disks and documentation, proving registration for all software programs
provided as a part of this contract, including: Windows XP, the BACS
operator interface software, and the BACS site graphics.
xvi. Submission of two (2) printed copies of the final programs and
documented programmed sequences of operation
xvii. Provide the necessary engineering, installation, supervision,
commissioning and programming for a complete and fully operational
system. BACS provider shall include in their submittal price, for as many
trips to the job site for installation, supervision, and commissioning as are
necessary to complete the project to the satisfaction of the BC-FMD.
xviii. The system shall consist of all operator interfaces, microprocessor based
controllers, sensors, wells, automatic control valves, transducers, and
relays, automatic control valves, damper actuators, meter interfaces etc as
detailed on the points schedules
xix. Provide all the necessary software and interface devices for all BACS-
based systems.
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-3
Addendum # 5
xx. At the completion of the installation and immediately following
commissioning provide appropriate onsite training.
xxi. Include the cost of a preventative maintenance service contract, five- (5)
year, defects liability guarantee period. Include all parts and labor in the
service contract during the five-year guarantee period. Provide two site
visits of approximately one day each and two, quarterly remote access
reviews of the system.
xxii. Check sensor calibration and control system twice during the first year
(one check shall take place one (1) month prior to the expiration of the
defects liability period).
xxiii. Printed graphs shall be provided of trend logs for all values that are being
logged as specified.
xxiv. Update the CD copies of any changes made to programs for any
controller.
c. The BACS will be connected and integrated to the Counties BacNet front end.
Siemens Apogee Insight Server
i. This front end is located at 115 S Andrews Ave, room 501.
ii. This includes graphics, trends, points, alarms, and schedules
iii. Services of the manufacture or local vendor of the BacNet front end may
be necessary to achieve the integration.
1. The BASC vendor will cover all costs for the System Integrator
(SI).
3. Preliminary Proposal Review
a. Within (5) five working days after proposal closing, and before award of a
contract, BACS provider shall submit preliminary design documentation for
review by BC-FMD.
i. This document shall contain the following information;
1. Location of local or nearest office.
2. Description and location of technical staff available for installation
and service
3. Location and qualification of design, support and programming
staff
4. Location of spare parts stock and list of spares considered
necessary, including prices for each item. BC-FMD may at its
discretion elect to purchase some or all of the listed items.
5. Name of Project Manager
6. Specification sheets/PICS for all pieces of equipment proposed.
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-4
Addendum # 5
7. A copy of the control specification with a statement of compliance or
non-compliance clearly identified for each item.
8. A complete schedule of rates showing prices for addition and deletion of
all point types and devices included in the proposal
9. Description of the system operation including; speed and type of data
transmission used, type of cable or wire used, operator action necessary
to execute commands, obtain data displays or respond to alarms.
10. System capacity and limits of expansion.
11. Type and size of memory with statement of spare capacity.
12. Sample displays of graphics, reports, and trend logs, in color
13. Identity of three similar installations installed by the BACS provider
within the last year (preferably in south Florida), with references.
Broward County may at its discretion contact the nominated referees.
4. Submittals
a. Submit the following information for review;
i. Protocol Implementation Conformance Statements (PICS) and a complete
schedule of all BACnet devices (to be approved prior to commencing any on site
works).
ii. A detailed proposal for a five-year comprehensive maintenance service contract,
which shall include site inspections, re-calibration, and re-programming as
necessary.
iii. Sample Control Schematics from a similar project, prepared on the controls
graphic SYSTEM.
iv. Sample detailed as-built control flow charts/programs from a similar project.
v. Sample wiring diagrams including complete power system, interlocks control and
data communications from a similar project.
vi. Component Data including engineering data sheets with sufficient detail to
indicate that the proposed equipment complies with the specifications.
b. All sample documentation is to be from a project or projects that have been completed by
the BACS provider.
5. BACnet Network Wiring
a. LAN cables are to be wired in a daisy chain. Star or tee connections are not permitted
unless specifically recommended by the manufacturer in published installation
procedures.
b. Install LAN cabling between control panels without splicing
c. Ethernet cable terminations are to be made using appropriate connectors and crimping
tools. Crimping using pliers is not acceptable
6. Power Supplies
a. All transformers and power supplies for field devices to be located within designated
control enclosures
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-5
Addendum # 5
b. All power for controls equipment shall be from dedicated circuits. Where a controller is
dedicated to controlling a single piece of equipment power may be obtained directly from
that equipment
c. Power shall not be obtained by tapping into miscellaneous circuits that could be
inadvertently switched off.
7. Operator Interfaces
a. Only one level of software interface shall be provided for the complete project
b. Access at any point into the system must be through the same interface
c. Different interfaces for different levels of access are not acceptable
d. If graphics are provided, then graphical interface software will be used for every level of
interface into the system and on all interfacing equipment (desktop computer, laptop
computer, and modem).
e. The operating software will allow BC-FMD to access the complete operating system.
f. The software provided with this system will be the same software package that the
controls vendor uses to access and edit the BACS.
g. . If the manufacturer provides multiple levels of software packages, the most complete
and powerful package available shall be provided.
h. The software package provided must allow BC-FMD the ability to completely handle the
BACS.
i. The BACS will have help screens to assist BC-FMD in monitoring, editing, and
programming the complete BACS.
j. BC-FMD must not necessarily be dependent on the controls manufacturer or BACS
integrator, for future changes and expansion of the system.
k. Expanding the BACS must not require additional software packages.
l. The control manufacturer agrees to provide all hardware components for future changes
to BC-FMD, at published list prices or better.
m. Provide a statement in writing to BC-FMD, agreeing to provide access to BACS and
terminal components as condition of accepting a purchase order.
8. Identification
a. A professionally printed/typed input / output layout sheet shall be mounted within each
controller.
i. This sheet shall be laminated and shall include the name of the points connected
to each controller channel together with the revision number and date.
b. All controllers and associated devices shall be identified with symbols relating directly to
the control diagram
c. Provide permanent plastic labels for each input and output point, with the following
information;
i. Point description
ii. Point type and address
iii. Corresponding controller number.
9. Interoperability
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-6
Addendum # 5
a. As Broward County may have a variety of BACS systems, from different vendors,
various actions and interactions are required between vendors, integrators and Broward
County. To ensure that interoperability is achieved in a smooth and well-defined manner,
the successful contractor, for any BACS, shall produce a co-ordination action list that
identifies all BACnet-related information requirements.
i. For example; each BACS integrator/vendor involved, HVAC equipment
interfaces, Broward County LAN/WAN co-ordination, responsible parties,
contact names, critical times/dates (if required) and so forth.
10. Materials
a. All products used in this project shall be new and currently under manufacture. This
installation shall not be used as a test site for any new products, unless explicitly
approved by BC-FMD in writing
b. Spare parts shall be available for at least five years after completion of this contract
11. Proprietary Brand Name References
a. Any reference in this Specification to proprietary brand names or to a particular
manufactured product without the use of “or approved equal” is to be interpreted to mean
that the particular article or product is the only one to be supplied or used.
12. Relocation and Re-use of Existing Equipment
a. Where equipment is to be relocated or re-used, all tests necessary to ensure that the
equipment will satisfactorily perform the final duty as specified shall be carried out prior
to relocation or re-use. If, after testing, any items cannot perform as specified, BC-FMD
shall be advised and instructions awaited before any further work on those items is
undertaken.
13. Communication
a. The system architecture shall comprise of the following components networked together
to provide a system of connected devices that operate as a single BACS for the entire
project:
i. Operator Interfaces comprising PC-based workstation/s
ii. BACnet/IP communications network linking to the county-wide BACnet VLAN
provided by the BC ETS data network
iii. Controllers with inputs and outputs (I/O) for controlling central plant and air
handling systems with customable control sequences.
iv. Controllers with inputs and outputs (I/O) for controlling packaged systems,
unitary equipment, terminal units, lighting, dampers, and emergency generator.
v. BACnet LANs (especially MS/TP LANs) shall be operated at the maximum
speed specified by the BACnet Standard.
vi. If it is proposed to use devices, which cannot operate at the maximum speed, on
new or existing LANs, this shall be clearly identified and highlighted to BC-
FMD at the time of submission.
vii. Broward County FMD reserves the right to reject devices that operate at less than
maximum BACnet Standard MS/TP LAN speed.
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-7
Addendum # 5
14. BACnet Conformance
a. Operator Interfaces, Building Controllers, System Controllers, and Application Specific
Controllers shall be connected directly through a BACnet communication internetwork.
All communications across this internetwork shall conform to ASHRAE Standard 135-
2004, BACnet protocol.
15. Change Management Procedures
a. The BACS Contractor shall work with BC FMD to develop a mutually satisfactory
change management procedure that will be applied to any changes that affect the BACS
b. The change management procedure shall ensure that;
i. No change is made without the written approval of Broward County
ii. Every change is fully documented and O & M manuals are updated as necessary
iii. Backup copies of software are made as described below.
c. When the BACS Contractor wishes to make any changes to the system, however minor
or temporary, a Change Order shall be submitted to BC-FMD for approval before any
work is undertaken
d. The Change Order shall fully describe the proposed change, why it is considered
necessary and the effect, if any, that the change will have on the operation of the system.
e. No change shall be implemented until the Change Order has been approved and signed
by BC-FMD.
f. A backup copy of the affected system files shall be made before carrying out any
modifications, as described below
i. When an approved change has been made, a copy of the Change Order shall be
inserted in the relevant section(s) of the O & M manual and shall remain there
until the manual has been updated. Documentation updates shall be made within
5 working days of any change being made, and the Change Order(s) shall then be
removed and filed in a separate Change Order file.
g. Urgent changes
i. If, in the opinion of the BACS Contractor, an urgent control strategy
modification is necessary in order to correct a fault then the verbal approval of
BC-FMD shall be sought before proceeding. If BC-FMD cannot be contacted
then the urgent modification may be carried out provided that BC-FMD‟s
approval is sought as soon as possible afterwards, and subject to the requirements
for backup copies to be made and documentation to be updated
h. Temporary changes
i. When a temporary change is made, there will be no need to update the O & M
documentation but a copy of the Change Order shall be inserted in the manual as
described above. Such Change Order shall be removed and filed in the Change
Order file once the temporary change has been reversed. Temporary changes are
subject to the requirements for approval by the BC-FMD‟s and for backup copies
of all affected system files to be made.
i. Remote changes
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-8
Addendum # 5
i. The BACS Contractor shall have remote access to the system via the Internet.
The change management procedures described in this section shall apply equally
to any changes that may be made via remote access. Change notes relating to
remote operations shall be faxed or e-mailed to the BC-FMD. The BACS
Contractor shall only make changes via remote access under emergency
circumstances or in response to a written request from the BC-FMD.
j. Set points and Operating Time Schedules
i. The BACS Contractor shall not change set points or adjust operating time
schedules without written authorization from the BC-FMD. Once authorized,
there will be no need for a Change Order or documentation updates but the
details must be entered in the operations logbook
k. Operations Log Book
i. All system operators, whether they are employees of the BACS Contractor or
representatives of BC-FMD shall enter details of any work done on the system
into the operations logbook. The logbook will be kept adjacent to the Operator
Workstation and will contain entries for date, time, operator‟s name and details
of work done. Log book entries shall be made immediately, not retrospectively.
Note: the Log Book may be in electronic format and kept on the BACS server,
subject to approval by BC-FMD.
l. Backup Copies of System Files
i. A backup of all affected system files, programs and data, is to be made whenever
any changes are to be made. There are to be two copies of each backup, written
to CD-R disks, clearly labeled with the title, date and time and stored on site.
BC-FMD will keep one copy while the other will be stored with the BACS
contractor
ii. The media used for backup files shall be Compact Disk, writable once only. CD-
RW formats and all magnetic media are not acceptable.
iii. The agreed change management procedure will be appended as a schedule to the
contract
16. Architecture
a. The BACnet communication internetwork shall be based on ISO 8802-3 (Ethernet) for
Operator Interfaces.
b. System Controllers shall be connected using ISO 8802-3 (Ethernet), or any BACnet
LAN.
c. The system shall utilize BACnet IP based on UDP/IP for routing across the
Internet or across complex routers and /or hubs to create a wide area network,
with remote operator workstation/s.
d. It shall be the responsibility of contractors to ensure that the BACS design
transparently interconnects with BC-FMD network, to achieve a fully functional
BACnet-based BACS.
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-9
Addendum # 5
e. In general, BACnet shall be used for general building automation, monitoring and control
However, selection of the VLAN to be used shall be discussed with the BC-FMD
f. Contractors must note the details given in the appendix relating to information and
services provided by BC-FMD IT
g. Any requests for information shall be handled as described described in that appendix.
Contractors shall not contact the BC-FMD ETS or IT unit unless specifically authorized
to do so by a representative of Broward County.
h. All work shall be in accordance with the requirements of BC ETS. All fees, costs payable
to BC ETS shall be specifically allowed for in the tenders submitted.
17. Auxiliary Communication Devices
a. Provide all communication media, connectors, repeaters, hubs, and routers necessary for
the BACnet communication network
18. Communication Mechanism
a. Communication services over the BACnet communication network shall result in
operator interface and value passing that is transparent to the internetwork architecture as
follows;
i. Connection of an operator interface device to any one controller on the BACnet
communication network will allow the operator to interface with all other
controllers as if that interface were directly connected to the other controllers.
Data, status information, reports, system software, custom programs, etc., for all
controllers shall be available for viewing and editing from any one controller on
the BACnet communication network.
ii. All database values (e.g., objects, software variables, custom program variables)
of any one controller shall be readable by any other controller on the BACnet
communication network. All objects and object properties shall be easily viewed
and shared on a system wide basis.
19. Capacity
a. The BACnet communication network shall have a minimum total routing capacity for
4,000,000 system BACnet devices.
20. Operator Interface
a. Furnish the specified number of operator workstation software packages
b. The workstation(s) shall be able to access all information in the system.
c. These workstation(s) shall reside on the same high-speed network as the Building
Controllers.
21. BACnet Conformance
a. Protocol Implementation Conformance Statements (PICS) shall be provided for each and
every device.
b. Workstation information access shall use the BACnet protocol. Communication shall use
the ISO 8802-3 (Ethernet) Data Link/ Physical layer protocol and communicate directly
on the network as a native BACnet device by using the Read (Initiate) and Write
(Execute) Services as defined in ANSI/ASHRAE Standard 135-2004.
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-10
Addendum # 5
c. Standard BACnet objects types supported shall include as a minimum;
i. Analogue Input, Analogue Output, Analogue Value, Binary Input, Binary
Output, Binary Value, Calendar, Schedule, Loop, Trend Log and Event
Enrolment object types.
22. Operating System
a. Where specified, furnish a Microsoft Windows server based concurrent multi-tasking
operating system.
b. The operating system also shall support the use of other common software applications
that operate under Microsoft Windows including Microsoft Office. Contractors shall
contact BC-FMD to ascertain the currently acceptable Operating Systems.
23. Operator Display
a. The operator workstation software shall display and provide operator access to all objects
associated with the project as specified in the drawings and/or points list.
24. System Graphics
a. Dynamic objects shall include analog and binary values, dynamic text, static text, and
animation files. Graphics shall have the ability to show animation by shifting image files
based on the status of the object
b. System graphics shall permit authorized operators to command outputs and change
operator settings directly from interactive command and value fields. Any object
contained within the system graphic can be selected and opened for access to the full set
of object properties
c. System graphics can be custom created and modified while on-line with a built-in system
graphic editor
d. The system graphics editor shall include a complete library of standard HVAC equipment
graphics such as chillers, boilers, air handlers, terminals, fan coils, and unit ventilators.
This library also shall include standard symbols for other equipment including fans,
pumps, coils, valves, piping, dampers, and ductwork.
e. The BACS will also have dynamic graphic pages that show sequence of operations for all
process‟s that are not performed internally at the device level.
f. BC FMD will provide templates for how the graphics should be constructed.- Standard
graphics will not be accepted.
g. Graphics should be created in Microsoft Visio and those files will be provided as part of
the project.
25. System Configuration, Programming and Management
a. Provide the tools to create, modify, and debug custom application programming.
b. The operator shall be able to create, edit, and custom programs on-line at the same time
that all other system applications are operating.
c. The system shall be fully operable while custom routines are edited, compiled, and
downloaded.
d. The programming language shall have the following features.
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-11
Addendum # 5
i. The programming language shall allow independently executing program
modules residing within the same controller to be developed. Each module shall
be able to independently enable and disable other modules
ii. The programming shall be able to read and, where applicable, write the values of
objects, object properties and local variables and use them in programming
statement logic, comparisons, and calculations
iii. The operator workstation software shall provide a method of configuring the
system. This shall allow for future system changes or additions by users under
proper password protection
iv. The workstation/s shall store on the hard disk a copy of the current database of
each controller. A system operator with the proper password clearance shall be
able to save the database from any individual controller or for all controllers in
single operation.
v. The operator shall be able to clear a controller database and manually initiate a
down load of a specified database to any controller in the system
vi. The real-time clocks in all Building Controllers and System Controllers and
Operator Interfaces shall utilize the BACnet time synchronization service. The
system also shall be able to automatically synchronize all system clocks daily
from any operator-designated device in the system. The system shall
automatically adjust for daylight savings and standard time, if applicable. The
system shall automatically monitor the operation of all network devices and
annunciate any device that goes off-line because it is failing to communicate.
vii. Provide BC-FMD the same programming tools and software that the BACS
provider utilizes during commissioning and start-up.
viii. The BACS will also have dynamic graphic pages that show sequence of
operations for all process‟s that are not performed internally at the device level.
26. Programming and Diagnostic Tools
a. Operator‟s terminals shall include programming tools for all controllers supplied. All All
controllers shall be programmed using a common programming language or graphic
programming environment utilizing function blocks to carry out the requirements of the
control strategy
b. Function blocks shall include, P, PI, PID, Comparator, Delay-on-break, Delay-on-make,
Add, Subtract, Multiply, Divide, AND, OR, EXCLUSIVE OR, NOT, mathematical
calculations, psychometric functions and all other necessary control function types
required to represent control logic and control loops
c. Programming tools shall include a database manager of logic files and associated
graphics. Operators shall be able to select unit type, input/output configuration and any
other items that completely define units. The database function shall select pre-
programmed logic and graphics for downloading to device(s), and for use as display
graphics
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-12
Addendum # 5
d. Documentation, in flow-chart form, for all programming shall be included in the final
system as-built documentation. Samples of flow-chart documentation shall be included in
submittals.
27. Control Simulation Mode
a. Programming tools shall include a simulation mode
b. This mode shall provide a means to graphically view inputs and outputs to each program
block, in real-time, as programs are executing.
c. Function blocks shall be animated to show the status of data inputs and outputs.
d. Animation shall show change of status on logic devices and countdown of timer devices
in graphical format, providing an easy to use diagnostic tool.
e. It shall be possible to have project graphics open, whilst concurrently using the
simulation mode, such that the consequences of user adjustments may be tested and
observed in real time. This function may be performed via the operator‟s terminal, field
computer, or remotely.
28. On-line Help
a. The system shall incorporate the manufacturer‟s generic on-line help facility. This shall
be context sensitive and shall provide full details of every aspect of the configuration and
use of the software, such that a printed manual shall not be necessary.
b. Application specific on-line help shall be provided for the system as installed at Broward
County. This may be created using the built-in Windows Help application or may use
graphic screens created within the BACS head-end software package.
c. All on-line help systems shall have a contents page and a searchable index based on key
words.
29. Security
a. Each operator shall be required to log on to the system with a user name and password to
gain entry into the operator workstation software. System security shall be selectable for
each individual operator whereby typically the system supervisor shall have the required
access level to set passwords and security levels for all other operators.
b. Operator passwords shall be set up to individually allow or restrict each operation,
including creating, displaying, editing, deleting, commanding and printing of objects, for
each object type
c. Each operator shall automatically be logged off of the system if no keyboard or mouse
activity is detected. This auto logoff time shall be set per operator password
d. The software shall maintain an operator activity log file on hard disk for tracking operator
sign on/off, commands and operations.
e. There shall be eight levels of security as described below;
i. Level 0 - View all. No other access
ii. Level 1 - As level 0 plus Acknowledge alarms
iii. Level 2 - As level 1 plus Manual start for lighting and air conditioning control
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-13
Addendum # 5
iv. Level 3 - As level 2 plus time and event schedule adjustments. Also view
trend logs.
v. Level 4 - As level 3 plus zone temperature setpoint adjustment, alarm
history viewing, and set up of trend logs. Suggested users: Asset Services
Technicians.
vi. Level 5 - As level 4 plus general HVAC setpoint adjustment. i.e. HWV,
CHWV, Static Pressures etc. Set-up of alarm parameters, viewing of user
activity logs and reporting. Suggested users: Asset Services Supervisors.
vii. Level 6 – Not yet assigned
viii. Level 7 – Not yet assigned
ix. Level 8 - As level 5 plus User privileges and Password set-up. Suggested
users to be limited to senior system operators.
30. Alarms and Alarm Indication
a. The operator workstation shall provide audible, visual, and printed means of alarm
indication. The alarm dialog box shall always become the top dialog box upon receipt of
an alarm irrespective of the foreground application. Alarms assigned for printout shall be
routed to the destination printer. In addition, alarms shall be routed to specified personnel
by means of pager, mobile telephone (by SMS messaging), palm computer, WAP, or
other remote means of communication. Details to be discussed with BC-FMD.
b. Alarm messages shall be generated and delivered as described in the detailed
specification for the individual project. Alarm messages shall not be generated or
transmitted indiscriminately
c. Alarms shall be routed to the appropriate destination device(s), based on time and other
conditions. An alarm shall be able to initiate sequences, print, be logged in the event log,
generate custom messages, and automatically display an associated system graphic
d. Any object in the system shall be configurable to generate alarms on transition in and out
of normal state. The operator shall be able to configure the alarm category, alarm limits,
alarm limit differentials, states, alarm message, states and reporting actions for each
alarm in the system
e. Minimum alarm categories required are Routine, Urgent, Emergency and security
f. Alarm messages shall be user-defined text in English, such that the operator will be able
to recognize the source, location, and nature of the alarm without relying upon acronyms
or other mnemonics
g. Each reported alarm event shall indicate the event name, the initiating object name, alarm
category and time and date of alarm occurrence. Acknowledged and restored alarms shall
additionally report the user name, time and date of acknowledgment and time and date of
restoration to normal
h. The operator workstation shall maintain an alarm log storing the reported alarm events as
described under the previous item above in chronological order. This information needs
to be stored in the SQL database of the BACS
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-14
Addendum # 5
i. Provision shall be made to route alarms to the Security workstation outside normal
working hours, the latter to be advised by Broward County. Details to be discussed with
BC-FMD.
31. Scheduling
a. BC-FMD uses a central scheduling arrangement that is accessed and maintained via the
central BACS server (Future). All existing and future BACS installations shall be
integrated with this system. Contractors are required to make themselves familiar with
the operation of the system and to confirm that any proposed systems will integrate
seamlessly with it.
b. The operator workstation shall be able to retrieve and display weekly schedules, stored in
Building and System Controllers in an easy-to-read 7-day (weekly) graphical format for
each schedule along with any applicable exception day schedules for holidays, daylight
saving periods, or special events.
c. Separate schedules shall be definable for each day of the week.
d. Exception schedules shall be supported, to provide the ability for the operator to
designate any day or period of the year as an exception schedule. Once an exception
schedule is executed, it will be discarded and replaced by the standard schedule for that
day of the week.
e. Holiday Schedules shall be supported to provide the capability for the operator to define
special event or holiday schedules. The dates for these schedules may be placed on the
scheduling calendar and will be repeated each year. The operator shall be able to define
the dates of each holiday period for more than one year in advance.
f. The operator workstation shall retrieve and display exception date schedules, stored in
Building and System Controllers in an easy-to-read monthly format.
32. Trend Log Displays and Reports
a. The operator workstation shall be able to retrieve and display trend logs, in real time, of
historical object data stored in the Building Controller and System Controllers as well as
maintain trend log files saved to hard disk for subsequent use in spreadsheet or database
programs
b. The software shall be capable of dynamically graphing the trend logged object data by
creating two-axis (x, y) graphs that simultaneously display values relative to time for up
to eight objects in different colors. This shall be achievable for any period of time,
limited only by the stored data. Facilities shall be provided to zoom in and out of selected
areas of interest.
c. It shall be possible to trend log any number of points at least equal to twice the number of
connected physical points. Any object in the system (physical or calculated) may be
logged. Sample time interval shall be easily software adjustable at the operator‟s
terminal. The points to be logged, their sampling interval and their maximum number of
samples shall be as described in the individual specification for the project, or as directed
by BC-FMD
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-15
Addendum # 5
d. Logs may be viewed from both on-site or off-site operator interface, via remote
communication where the data can be saved to files on hard disk for subsequent use in
spreadsheet or database programs.
e. The software shall also be capable of displaying trend log data in tabular form.
f. For the purpose of energy, performance, activity and event reporting, the software shall
allow hard copy and/or send to file reporting of object values according to the operator
selection criteria, as well as trend logs, operator activity logs and alarm logs
33. Remote Communications
a. Provide all functions that will allow remote communications via Internet to off-site
locations
b. Operators shall be able to access from an off-site location all objects, object properties
and programs residing in all Building Controllers, System Controllers and Application
Specific Controllers on a system wide basis. Operators shall be able to utilize the same
set of system graphics that are utilized in the LAN-based operator interfaces to remotely
operate the system.
c. All Building Controllers connected to the network shall be capable of automatically
transmitting alarm messages through the BACS network. The alarm information shall be
directed to one or more of the devices described above (see Alarms and Alarm
Indication).
d. The Building Controller shall have the capability to transmit alarms to a minimum of 20
different destination devices. Destination devices may be selected by; type of alarm, time
schedule, holiday schedule, or other selectable program parameters.
e. Access to the BACS shall be provided by means of a web browser and shall require no
special software to be installed on the user‟s computer. Downloadable browser plug-ins
are permissible provided that they require no user intervention to download, install and
use. System details, including security/fire-walling, shall be discussed with BC ETS
before any work is undertaken. The interface must be compatible with newer versions of
plug-ins as the manufacture develops them.
34. Operator Interface Hardware
a. The contractor will provide a suitable laptop or personal computer complete with
Windows XP operating system to BC-FMD at the commencement of the work.
b. The contractor shall install the specified BACS workstation software on this PC and shall
be responsible for the connection of the PC to the BACnet network within the building.
c. The contractor shall be responsible for the security and safe keeping of this PC while it is
in his possession.
d. This PC workstation shall be used to monitor, adjust and program the system within the
building during the installation and commissioning stages of the project.
e. After the final stage of commissioning the new building shall be integrated with BC-
FMD‟s BACnet systems (Future) and BC may then elect to remove the workstation for
use elsewhere.
35. Maintenance Supervision
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-16
Addendum # 5
a. The System Controller software shall totalize run-times for plant items detailed in the
specification for the individual project. A high run-time alarm shall be assigned, if
required by the operator.
b. The System Controller shall monitor equipment status and generate maintenance
messages based upon user-designated run-time, starts, and/or calendar date limits as
detailed in the specification for the individual project.
36. Data Accessibility by Stakeholders
a. The BACS shall be accessible to users of Broward County‟s IT network. Access shall be
via a standard web browser such as Microsoft Internet Explorer and shall be password
protected so that only authorized users can gain access.
b. The system shall allow a variety of BC stakeholders to obtain a “view only” access to
specific information/data that is related to their particular faculty or business unit. A
page-print or printout of data may also be required, with restrictions in accordance with
particular requirements extant. Details to be discussed with BC-FMD
37. Metering and Validation
a. As part of metering and validation, the BACS will monitor the power, water, and gas
when applicable. All meters will have the ability to communicate via BACnet to the
BACS
b. Where appropriate, electricity meters are required to monitor either single or three phase
loads and display and/or communicate (for each phase and in total) the following
parameters;
i. Phase & line Voltage (VL-N, VL-L)
ii. Current (A)
iii. Frequency (Hz)
iv. Power (W, VA and VAr)
v. Power Factor (lead/lag)
vi. Energy (kWhr
vii. Demand (max/min kVA)
c. In addition, at major buildings, the utilities are, or will be, monitored by a digital meter
incorporating 'on-board' memory retention capability in the event of power failure.
d. For this purpose a meter such as the “Electro Industries Shark 200” meter is generally
used.
e. The BACS contractor shall be responsible for the installation and commissioning of all
new meters and shall ensure that the RS485 communications port is made available to the
BACS contractor for connection of the BACS interface.
f. Contractors are required to clearly demonstrate how they are able to incorporate the
meters within their overall BACS operation, providing full functionality and remote
monitoring.
g. As part of the metering and verification process, the BACS interface must be Microsoft
SQL based. Meaning the BACS interface will have a SQL platform for the bases of
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-17
Addendum # 5
data storage. The BACS interface SQL database must be able to interconnect with
other MS SQL databases. Manually exporting data to SQL is not acceptable.
h. Details to be discussed with the BC-FMD Energy and Building Automation Section
38. Field Devices
a. Temperature Sensors
i. Space temperature
1. All temperature sensors associated with main plant control shall be
PT100 types giving a linear 4-20mA signal. Sensor ranges shall be
chosen so that the range extends to those that might be experienced under
plant fault conditions
2. Temperature sensors associated with terminal controllers or short wiring
lengths may be thermistor types. Compensation for the non-linear
characteristic shall be such that the accuracy shall not exceed +/- 5% at
range ends and +/- 2% at the set point.
ii. Duct temperature sensors shall be PT100/4-20mA, used for ducts up to three feet
diameter or square. Over that size, an averaging PT100/4-20mA type shall be
supplied, with the element fixed by clips, zigzagged across the duct
iii. Immersion temperature sensors shall be PT100/4-20mA mounted in stainless
steel probes. All hot water pockets shall be supplied in bronze or stainless steel.
All chilled water pockets shall be stainless steel. New sensor pockets shall be
installed at sites indicated by the BACS contractor and agreed with BC-FMD.
iv. Clamp-on temperature sensors shall only be installed in applications as agreed
with BC-FMD. Sensors heads shall be PT100 accuracy, and suitable for lagging
over with the flying lead connecting to the electronics/junction box
v. Outside temperature sensors shall have a range -10/+120°F, output 4-20mA,
protection to IP67 standard and shall be fitted with a radiation shield
b. Humidity Sensors
i. Humidity sensors shall be of good stability having less than 1% drift per year and
an accuracy of +/- 3% over a range of 20-90%RH including hysteresis, linearity
and repeatability. Output shall be 4-20mA linear
c. Differential Pressure switches
i. D.P. switches for fan proving and filter monitoring shall be supplied complete
with duct connections and PVC connecting tubes of suitable length. The range
and hysteresis adjustments shall be concealed to prevent tampering
d. Differential Pressure Sensors
i. D.P. sensors for measuring air at duct pressures shall have an accuracy of 1% and
a resolution of 0.1% or better with output 4-20mA. The sensors shall be supplied
complete with pressure connections and connecting tubes
e. Pressure Sensors
i. Pressure sensors for measuring air at pressures greater than 1 bar shall be rated to
meet 2 times the maximum pressure and 1.5-2 times the working pressure. Duct
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-18
Addendum # 5
pressures shall have an accuracy of 1% and a resolution of 0.1% or better with
output 4-20mA. The sensors shall be supplied complete with pressure
connections and connecting tubes
f. Remote Adjustment Potentiometers
i. Where these are supplied for local override of set point, they shall not be scaled.
The scaling and range shall be achieved in software to allow the engineer to
adjust to his design. RAP's may be mounted integrally with space temperature
sensors or in their own enclosure as dictated by the performance specifications.
g. Flow Meters
i. Types proposed shall be chosen to suit the application, static pressure and
pressure drop. The meter range and turn-down ratio shall be chosen such that the
full anticipated flow range is measured within an accuracy of +/-2% or better.
ii. No positive displacement types shall be employed where safety is jeopardized by
lack of flow.
iii. Flow meters shall supply a pulse output (max 25Hz at full rated flow) or 4-
20mA. All flow metering devices shall be supplied complete with any output
transducers and supplied with individual over-all calibration chart
iv. The BACS Contractor shall advise BC-FMD of any isolating valves or bypass
circuits thought necessary for instrument service and maintenance of flow.
h. D.P switches
i. D.P Switches for water applications shall be rated to meet 2 times the static
pressure and/or 4 times the working pressure. All wetted parts shall be stainless
steel and switch housing protection to IP67 standard. The range and hysteresis
adjustments shall be concealed to prevent tampering. The mechanical contractor
shall install the DP switch and connect suitable pressure pipes to the service
isolating cocks to be provided by him.
i. Carbon Dioxide (CO2) Sensors
i. Carbon Dioxide (CO2) sensors shall be return duct mounted and shall have a 0-
10Vdc or 4-20mA signal output
ii. CO2 sensors shall meet the following specification
1. Measuring range: 0 - 1500 ppm
2. Accuracy: ± 25 ppm
3. Operating Temperature Range: -10°C to 40°C
4. Operating Humidity Range: 10 to 95% RH non-condensing
j. Air Quality Sensors
i. Air Quality sensors shall be supplied duct-mounted in the return air from the
space. The sensor shall monitor a mix of gases/impurities to provide a variable
0-10Vdc or 4-20mA signal. The instrument housing shall be tamper-proof and
provide protection to IP67
k. Liquid Level Switches
i. Select by mounting style, liquid type and number of switching levels
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-19
Addendum # 5
l. Light Level Sensors
i. Outside light sensors shall have a range of 10-2000 Lux with an output of 4-
20mA and be mounted in an IP67 enclosure. The sensor shall be mounted in an
open position not subject to shade. North facing.
m. Control Relay (Solid State)
i. Technical Performance: 240V a.c., 10amp capacity. Normally open or normally
closed to suit the application, suitable for switching inductive AC loads.
n. Current Sensor (Analogue)
i. Technical Performance: End-to-end accuracy +/- 2% of full scale at each range
o. Automatic Control Valves
i. Size control valve actuators to provide a tight close off against system head
pressures and pressure differentials
ii. Size control valves to accommodate a maximum pressure drop to suit the
installed systems
iii. Provide true feedback as an analog input of actuator position for all proportional
air handling unit and boiler system valves, where specified
iv. Valve actuators shall be 0-10 V dc control voltage, except where two-position
control is specified
v. Floating point control of valves is acceptable only if the control system is
equipped to determine the precise valve positions
p. Electric Valve Actuators
i. Electric valve actuators shall operate from low voltage single-phase power
supply and shall produce an adequate torque for all conditions of operation in the
particular service. Visible indication of valve disc position shall be provided
ii. Actuators shall be totally enclosed with a minimum degree of protection IP66D
and shall mount direct on the valve shaft with no external linkages. A reversible
motor shall drive the actuator through permanently lubricated steel gears running
on ball and needle bearings. Adjustable end travel limit switches, factory set
torque limit switches and motor thermal overload protection shall be
incorporated.
iii. Modulating electric actuators shall be fitted with a positioner that positions the
valve in response to the control signal.
iv. All electric actuators shall have provision for position feedback to the BACS
controller, where this is required by the specification for the individual project.
q. Damper Actuators
i. Actuators shall be direct coupled for either modulating or two-position control.
Actuators shall be powered by an overload-proof synchronous motor. Provide 0-
10 V dc control voltage, for all proportional applications and either line or low
voltage actuators for all two-position applications
ii. Damper actuators shall be supplied complete with all necessary mounting
brackets and linkages. The BACS Contractor shall mount and stroke the actuators
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-20
Addendum # 5
iii. Damper actuators shall be fitted with a spring-return mechanism to provide
automatic positioning in the event of a power failure
iv. All electric actuators shall have provision for position feedback to the BACS
controller, where this is required by the specification for the individual project
r. Pneumatic Transducers
i. E/P transducers shall have an input 0-10Vdc or 4-20mA giving an output of 3-
15psi (0.2071.03bar) from a 20psi supply. The transducer shall have a manual
adjustment facility and be fitted with an output pressure gauge
39. Variable Frequency Drive
a. Voltage
i. 480 volt model for nominal, 208, 230 3-phase 60 Hz (+1-5%) systems
b. Input impedance
i. 5% Input Line Impedance (208V 25HP and less, 240V 25HP and less,
480V 30HP and less)
c. Communication Protocol i. MODBUS, Bacnet
d. Ambient service condition
i. NEMA 1 (IP20): -10'C to 40'C (14°F to 104' F)
ii. Ambient storage temperature: -20' C to 60'C (-4' F to 140' F)
iii. Humidity: 0 % to 95 %, non-condensing
iv. Altitude: to 1000 meters (3300 feet), higher by derating
v. Service factor: greater than 1.152
vi. Vibration : 9.8 m/s
e. Efficiency
i. VFD efficiency: 96% at half speed; 98% at full speed
f. Average MTBF (Mean Time Between Failure)
i. Greater than 20 years
g. Overview
i. This standard is intended to provide useful information to the Professional
Service Provider (PSP) to establish a basis of design. The responsibility of
the engineer is to apply the principles of this section such that the County
may achieve a level of quality and consistency in the design and
construction of their facilities. Deviations from these guidelines must be
justified through LCC analysis and submitted to the County for approval
h. Products
i. General Requirements
1. Variable torque, variable voltage/frequency type for centrifugal fan
and pump applications and suitable for use with both standard and
high efficiency 3-phase, squirrel cage, induction motors
2. In circuit testing of all printed circuit boards have been tested to
ensure proper Manufacturing
3. Ability to accept a variation of input voltage of + 1 0% - 15%.
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-21
Addendum # 5
4. Final printed circuit board assemblies are functionally tested, via
computerized test equipment
5. All fully assembled controls are burned in for 4 hours, at60'C
(140'F)
6. All fully assembled controls are computer tested with induction
motor loads to assure unit specifications are met
7. Converter and an inverter section. Converter section shall convert
fixed frequency and voltage AC utility power to a DC voltage.
VFD shall also include three phase input fuses. The inverter
section of the VFD shall invert the DC voltage into a quality output
wave form, adjustable voltage and frequency output for stepless
motor speed control
8. Tested to ANSI/UL standard 508. Complete system listed by a
nationally recognized testing agency such as UL, ETH CUC or
CSA
9. Power line noise limited to a voltage distortion factor and line
notch depth as defined in IEEE 519-1992. Prior to installation, the
VFD manufacturer shall estimate total harmonic distortion (THD)
caused by the VFD. The results based on a computer aided circuit
simulation of the total actual system, with information obtained
from the power provider and the user
10. Pre-wired 3-position mechanical type Hand/Off/Auto (H-O-A)
selector switch and speed potentiometer. Means to communicate
hand, off, or auto position
11. Power on light to indicate that the VFD is being supplied line
power. Fault light to indicate that the VFD has tripped on a fault
condition
12. Internal self-diagnostics
13. Speed control shall be from a 4-20mA, 0-10vdc
14. Integral bypass switch that allows operation of the motor via line
power in the event of inverter failure
15. A guaranteed ability to provide continuous output amperage of
15% greater than the maximum amperage required by the project
for the motor at a specified input voltage
16. Temperature rating for 100% performance at 40 deg. Celsius
17. Drive efficiency (including all associated filters) of 96.5% or better
at full speed and full load
18. Displacement power factor shall be between 1.0 - .95 lagging at all
speeds and loads
19. The VFD shall have the ability to automatically restart after an
over current, overvoltage, under voltage, or loss of input signal
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-22
Addendum # 5
protective trip. The number of restart attempts, trial time, and time
between reset attempts shall be programmable.
20. Any pump ran by a VFD shall be fitted with an anti-back spin
device to prevent the pump from starting while it is rotating in the
reverse direction
21. The VFD shall have a 3-position Hand-Off-Auto (HOA) switch
and speed potentiometer. When in "Hand", the VFD will be
manually started, and the speed will be controlled from the speed
potentiometer. When in "OFF", the VFD will be stopped. When in
"Auto", the VFD will start via an external signal from a PLC, and
its speed will be controlled via PLC communications. For units
with bypass capability, a 3-position Drive-Off-Bypass switch is
required
ii. Bypass Features
1. Bypass and drive are factory assembled, and electrically isolated,
utilizing three contactors for drive isolation
2. Inverter can be serviced or removed, with bypass control left in
place still operating motor
3. NEMA 1 enclosure standard (NEMA 12 Optional)
4. Motor Circuit Protector (MCP) circuit breaker disconnect with a
lockable, through-the-door operating mechanism
5. Input, Output, and Bypass contactors
6. Thermal overload relay, which provides motor protection in both
the "drive" and "bypass" modes 120 VAC fused control power
transformer
7. Bypass" Pushbutton or flip switch
8. "Hand/Off/Auto" Pushbuttons or flip switch
9. Switch selectable auto transfer to bypass on drive fault
10. Switch selectable remote transfer to bypass via contact closure
11. Separate Bypass from Controller
12. Provide VFD with 3-pole isolated bypass for all 3 phase motors
iii. Drive Protection
1. Output current overload rating of 110 % of drive's continuous
current rating for 60 seconds
2. Short circuit protection
3. Current limited stall prevention (overload trip prevention) during
acceleration, deceleration, and run conditions
4. Fault display and last 10 faults storage
5. "Hunting" prevention logic
6. Electronic ground fault protection
7. Electronic thermal motor overload protection (UL approved)
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-23
Addendum # 5
8. Current limiting DC bus fuse
9. DC bus charge indication
10. Heat sink over temperature protection
11. Cooling fan operating hours recorded
12. Input/Output phase loss protection
13. Reverse prohibit select ability
14. Short circuit withstand rating of 65K amps RMS, 100K amps RMS
with DC bus reactor
15. Provide the VFD with electronic phase-voltage monitors designed
to protect motors from phase-loss, undervoltage, and overvoltage
i. Warranty i. 24 months from the date of certified start up. Include all parts, labor, travel time
and expenses
ii. Local factory certified technicians for 24 hours, 7-day a week service.
Throughout the warranty service period, response within 24 hours of initial
contact for service.
j. Training
i. On-site instruction included with each VFD and within 30 days of start-up.
Factory trained and certified instructor. All training aids shall be provided
by trainer. Content to include care, troubleshooting, servicing, and
operation of the equipment and systems installed
k. Start-up
i. Factory trained and certified technician shall check the installation, start
the VFD's and place them into operation. Start-up within two weeks of
notification
ii. Certified start-up report
l. Communication
i. EIA-485 and EIA-232 ports as standard
ii. Communicate with PLC's, DDC's, Bacnet, Components included for
interface with the selected Building Automation System
iii. Serial port to download drive parameters and fault logs
m. Execution
i. The 50% Contract Document review submission shall include
specifications and details for VFD's
ii. Statement of deviations from standards. Deviations approved by the
County
iii. Incorporate the County‟s standard VFD documents and details into project
contract documents
iv. Show VFD locations on mechanical plans. Ensure adequate mounting
space and floor area including service access. VFD preferred location is
adjacent to motor
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-24
Addendum # 5
40. Execution
a. Sequence of Operation
i. Allowance shall be made for programming each point in the points list summary.
Allow for programming sequences of operation, alarm points, trend logs,
tantalizers, and energy management routines.
b. Graphics Preparation
i. Dynamic graphic floor plans (with consistent north-south orientation) shall be
prepared, showing all spaces on the work site and schematics of all controlled
systems
ii. Provide intuitive links so that every controlled input, output, and software point
can be accessed from floor plan and schematic views.
iii. Provide point and click active links from the schematics to access inputs, outputs,
trend logs, schedules, alarms, control loops, and any other virtual or physical
control project.
iv. Details of the graphic displays required for each project are given in the
specification for the individual project.
v. Discussions to be made with BC-FMD before graphics are created.
41. Commissioning
a. In order to properly commission campus BACS, contractors shall supply all relevant test
equipment, ancillary equipment, monitoring devices, network analyzers, protocol
testers/analyzers as well as relevant personnel who are able to analyze, interpret and
apply the BACS data obtained. Contractors are required to fully test and commission the
BACS, or sub-systems thereof.
b. Prior to powering equipment, end-to-end checks of all wiring are required. Copies of
proposed commissioning sheets, for approval by BC-FMD are to be provided prior to
commissioning. Each and every input and output shall be signed off, and initialed, by the
commissioning party on the commissioning sheets
c. Each controller shall be programmed immediately following installation
d. Calibration checks shall be performed of every analogue point. All control loops shall be
set up and tuned during the initial start-up of the systems. A comprehensive print out of
the controller program shall be submitted for review. Each and every control loop shall
be signed off and initialed by the commissioning party on the commissioning sheets
e. Point failures shall be rectified and require re-testing of the entire control loop until
satisfactory operation is achieved
f. Commissioning sheets shall be provided, showing every sequence of operation. Each
control sequence shall be verified, along with the functionality of each workstation
component, including graphics, reports, trend logs, and so forth. Copies of
commissioning sheets shall be provided to BC-FMD. Each and every sequence will be
signed off and initialed by the commissioning party on the commissioning sheets
confirming that sequence has been tested through complete simulated operation for
regular and fire modes.
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-25
Addendum # 5
g. Practical Completion
i. Contractors are required to;
1. Demonstrate and confirm that all systems are programmed and operating
correctly
2. Submit CD ROM (including back-up CD ROM) containing up to date
copies of the programs in each controller. Provide the original program
disks for all software programs provided. This includes all third party
software and the control manufacturer's controller interface software and
the controls graphics program if provided. Register all software with the
program manufacturer and provide documentation of all software
registration.
3. Submit (4) printed copies of the final programs which shall be “site
specific” and include all point definitions, weekly and annual schedule
setting, controller set points and tuning parameters, and documented
programmed sequences of operation. The four (4)-printed copies shall be
in the form of manuals, suitably bound in hard covers, fully indexed and
hierarchically arranged to the approval of BC-FMD. A sample copy shall
be submitted to BC-FMD for approval, prior to the submission of the
final approved version.
4. LAN addresses for BACS communication shall be identified and
documented in the commissioning report, and incorporated in the BACS
Operation and Maintenance Manuals.
42. Acceptance Testing
a. When the contractor is satisfied that the BACS is operating correctly, BC-FMD‟s
technical representative shall be invited to witness acceptance tests. The cost of such tests
shall be included in the tender of any BACS works or projects
b. All devices, BACnet objects, points, systems and sub-systems shall be tested. Other
operational matters such as system trending, alarm generation shall be tested. If there is
any non-conformance or failure, the relevant system or sub-system shall be retested at no
additional cost. All test results are to be suitably recorded and included in the as-built
documentation
43. Documentation
a. At practical completion, a complete set of “as–built” documents shall be provided. These
documents shall be modified incorporating any changes that occurred during the defects
liability period, this revised documentation should be provided at final completion
b. The site specific documentation is required to be in a form that any experienced BACS
integrator would be able to easily understand and modify the system as may be required.
Details to be discussed with BC-FMD.
44. As-built Documentation
a. These documents shall represent the BACS as specified, subject to approved
modifications, and include schematic and single line diagrams that represent
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-26
Addendum # 5
i. Various systems of the BACS
ii. Final system architecture
iii. Final system configuration, including communication network (with associated
interfacing devices and field devices)
iv. System topology- i.e. a schematic diagram showing all devices (controllers and
PCs), LAN types and network numbers, MAC addresses where available or
required
v. The physical location of each controller and field device
vi. All input/output (I/O) points
vii. All system settings and set points for proper system operation
viii. Commissioning and acceptance test details and results
ix. The above shall be depicted on the system graphics, thus enabling easy
accessibility for operational and maintenance needs
45. I/O Points List
a. The I/O point list shall include
i. Name and description
ii. Display unit
iii. Alarm limit(s)/definition
iv. Each I/O point, the BACnet object description including; Object ID and Device
ID
b. To ensure BACnet interoperability, the points lists shall also contain the following
i. Proposed I/O Names – an I/O naming convention is required to clearly identify
system points. BC-FMD will provide sample list of expected point names
ii. BACnet Object Description – each I/O point shall include the Object and Device
IDs. Care shall be taken not to duplicate device IDs within the BACS
environment. Non-standard BACnet objects and properties, including their
structure and data types, are required to be fully documented
iii. A full listing is required of all BACnet objects used. The list shall include the
device instance, object type (AV/BV/A/BO etc), object instance and description
for objects. This list shall include all set points, control parameters (proportional
bands, differentials, integral gains, time delays, etc), inputs, outputs, and, all
other parameters that are defined as BACnet objects by the appendices to the
BACnet standard in force at the time the project is commenced (eg soon to
include log objects, schedule objects, etc).
c. Air handling unit (AHU)
i. Supply air temperature; SA-T
ii. Return air temperature; RA-T
iii. Supply air CFM; SA-CFM
iv. Cold deck(Discharge Air) temperature; DA-T
v. Chill water valve command; CHWV-C
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-27
Addendum # 5
vi. Supply air static air pressure; SA-SP
vii. OA Damper proof & control
viii. Return air relative humidity; RA-RH
ix. Return air Co2; RA-CO2
x. Chill water supply temperature and pressure; CHWS-T/P
xi. Chill water return temperature and pressure; CHWR –T/P
xii. Supply air differential pressure proof; SA-DP
xiii. Outside air temperature; OA-T
xiv. Make-up air temperature; MA-T
xv. Filter DP Meter
xvi. Return air Damper position
xvii. Outside air damper position
xviii. Fan motor KW
46. Chiller points
a. Chiller should be equipped with a BACnet interface card or manufacturer
interface card to allow direct connection to the BACnet BACS; The points should
include;
i. KW
ii. Gallons per minute – GPM
iii. KW/Ton
iv. Tonnage
v. %Load
vi. %Total amperage FLA
vii. Amps
viii. Runtime
ix. Alarms and/or Alarm codes
x. Chill water supply temperature; CHWS-T
xi. Chill water return temperature; CHWR-T
xii. Condenser water supply temperature; CDWS-T
xiii. Condenser water return temperature; CDWR-T
47. Non-standard BACnet Objects
a. Any non-standard BACnet object, properties or enumerations utilized, shall be clearly
documented.
b. This shall detail their structure, data types, addresses, any associated lists, or enumerated
values
c. All BACnet objects within all devices shall be fully accessible to other BACnet devices
on the network.
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-28
Addendum # 5
d. The use of the OUT OF SERVICE flag or any other method of restricting access to any
objects, or settings within any BACnet device, shall be strictly prohibited.
e. It is an essential requirement that alternative BACnet BACS integrators/suppliers should
be able to address and utilize such non-standard features/usage without requiring further
documents or information
f. Use of any non-BACnet objects within control programs is strictly prohibited unless
approval in writing is given by BC-FMD
48. Program Records
a. Complete program descriptions of all control and application software shall be provided
for the BACS installation. These records shall include English language descriptions of
control functions, plant operation, application programs, flow charts and actual source
code/files.
49. BACnet Gateways
a. When connecting networks having different protocols, protocol conversion must be
provided
b. To connect to the Broward County BACS that utilizes the BACnet protocol for data
communication, non-BACnet networks will require gateways to convert those protocols
into the BACnet protocol.
c. Gateways are also the devices that are used as entry points from one network into
another.
d. While the use of gateways is not preferred by BC-FMD, applications of these may occur
from time to time. Typically, existing or legacy systems may need to be incorporated
within the county wide BACnet BACS. Other examples may be proprietary chiller
control software requiring to be incorporated within building air-conditioning system
controls or any non-BacNet BACS.
e. Scope of work for Gateways
i. Provide a gateway to connect a nominated, or specified system where installed,
or to be installed in a particular building or location, to the BACnet system(s)
installed on the Broward County BACS network. Work shall include provision of
all necessary hardware, software, installation works and testing to achieve a fully
operational interface including adding BACnet objects from this system to an
existing BACnet workstation
ii. Minimum Requirements
1. The gateway shall map data to and from the system requiring a gateway,
providing all information as BACnet objects in full compliance with the
BACnet standard (ANSI/ASHRAE 135-2004). As a minimum the
gateway shall provide the following
a. Connection to BACnet Ethernet or MS/TP
b. Full support of the features of the BACnet/IP standard, to allow
connection to the IP network
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-29
Addendum # 5
c. Full support of the BC-FMD BBMD Scheme
d. Mapping of all physical system inputs to BACnet objects, types
BI and AI (read only by other BACnet devices)
e. Mapping of all physical system outputs to BACnet objects types
BO and AO (these must be at a minimum readable by other
BACnet devices and preferably read/write)
f. Mapping of all system set points, parameters and calculated
variables to BACnet object types AV and BV. Adjustable system
set points and parameters shall be available as read and write
points. (ie they may be read and written to by BACnet devices)
g. The minimum BACnet attributes to be supported by all objects
are Name (description) and Present Value.
h. Full documentation of gateways is required, including
manufacturer, model, operating characteristics, technical
arrangements, limitations, as well as particular information that
will enable other parties to easily understand what has been
undertaken and provided. See also Section 7: Documentation
50. Additional Desirable Features
a. Graphical programming and representation of detailed programs within the BACS
b. Remote access via Smartphone
c. Remote access via modem
d. Discuss details with BC-FMD Energy and Building Automation.
51. Information to be provided with Proposals
a. A schedule of all points to be mapped to BACnet objects through the gateway including;
i. Name of the point
ii. Units
iii. Description of the point
iv. Cross reference to the filed wiring
v. Where the BACnet object is read only or read/write
vi. BACnet attribute supported
b. Confirmation that costs for the full testing of the gateway(s) have been included. Testing
shall include verifying functionality from field wiring back to a BACnet workstation for
all physical points, and a BC-FMD approved method of verifying the system responses
back to a BACnet workstation for all other system variables and parameters
c. Confirmation that all costs associated with all necessary works to connect the system to
the BC-FMD county wide area network are obtained from BC-ETS
d. Confirmation that the system supports BACnet/IP and BC-FMD BBMD Scheme
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-30
Addendum # 5
e. Confirmation that works associated with displaying all of the information from the
gateway on to an existing BACnet workstation, located at a remote location elsewhere on
the Broward County network is included.
52. Training
a. The BACS Contractor shall supply the following training to BC-FMD
i. System structure
ii. Components and applications
iii. Operation of user terminals, keyboards and displays
iv. Adjustments, trend graphs and alarm handling
v. Overrides and passwords
vi. Controller locations
vii. Control strategy overviews
viii. Configuration of controllers and user terminals software
ix. BACS file structures
x. Password and engineering utilities
xi. Fault-finding, tuning and maintenance
b. Broward County‟s Energy Chief will attend the acceptance demonstrations and the
BACS Contractor shall instruct him in the specific application of the system, the structure
and the control strategies adopted to meet the specification.
53. County Wide BACnet System Identification
a. The use of the BACnet building automation and control system (BACS) communication
protocol requires that the system devices and communication networks be uniquely
identified. This is to ensure that messages are correctly sent and received within the
network, and between devices.
b. To achieve a unique BACnet system identification regime, three sets of numbers are
required to be allocated within a system. These numbers are respectively allocated to; a
device connected to a particular LAN, a device located in a particular building, and a
network within the building on which the device is installed
c. The numbers are described as follows
i. MAC address
ii. Device Instance
iii. Network Number
d. In addition to the above, and to minimize communication traffic, a BACnet Broadcast
Management Device Scheme is also required
e. The following are brief notes on some common terms used in describing BACnet systems
i. A BACnet Device is any communicating device using the BACnet protocol.
Therefore, a small VAV controller is a BACnet device, a large main plant
controller is a device and an operator terminal (PC or other) is a device.
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-31
Addendum # 5
ii. Non-communicating peripherals such as sensors, control valves, damper
actuators, etc are not BACnet devices.
iii. An Internet is a network made up of several interconnected networks. In
BACnet, a typical BACnet internetwork usually consists of Ethernet, plus MS/TP
or ARCnet networks connected together via a BACnet network router
iv. A Network is a group of devices (computers, controllers, etc) connected together
via twisted pair cabling, fibre-optic cable, etc
v. A Local Area Network (LAN) is a distance-limited communication network for
transferring data between computers or other devices.
vi. In BACnet, there are four common LAN types: Ethernet, ARCnet, point to point
(PTP), and master slave/token pass (MS/TP)
vii. Each BACnet LAN must have a unique LAN number assigned to it, in the range
0 to 65535, ie 216.
viii. Assignment of LAN numbers (frequently referred as network numbers) is
independent of assignment of Device Instances (device numbers)
ix. The system identification can only consist of numeric integers (up to the number
4,000,000). Alphanumeric identifiers cannot be used
f. Instance Device
i. In BACnet, the Device Instance is the allocated device number that uniquely
identifies a device on any BACnet internetwork. There may only be one device
with the device instance (device number) of one (1), only one with device
instance two (2), etc
ii. Device instances are adjustable by the supplier/installer/service engineer to meet
the requirements of any site or client and range up to 4,000,000 in integer steps.
Associated with each device there can be a number of system „points‟
iii. It is crucial that each system device is allocated a unique number to specifically
identify it. Clashing Device Instances will lead to system malfunction
iv. To provide a consistent, unique Device Instance identity, the following Device
Instance descriptor requirements shall be strictly adhered to.
54. Network Number
a. As previously indicated, each BACnet LAN has a unique LAN number assigned to it, in
the range 0 to 65535. This is a very large number of LANs and far more than would ever
be used by Broward County. A six-digit number has been selected to represent the
network numbers for BC-FMD
b. These numbers are allocated to BACnet LANs; some of these LANs will concurrently
also be part of the county wide network. The county wide LANs utilized would need to
be given this BACnet Network Number, to achieve a consistent and unique county-wide
BACnet BACS identification regime.
Broward County Courthouse ENERGY AND BUILDING AUTOMATION
BID SET – August 15, 2011October 12, 2011 250200-32
Addendum # 5
END OF SECTION 250200