<<

VIII-C-2 MAY 18, 2020

MEMORANDUM

TO: MAYOR AND CITY COMMISSION

FROM: CITY ATTORNEY’S OFFICE

DATE: May 18, 2020

RE: Agreement with Krystal Companies, LLC for Exterior Building Envelope Repairs at the City’s Purchasing/T&D Building

Attached hereto for your consideration is a proposed Agreement with Krystal Companies LLC, d/b/a Krystal Klean, for exterior building envelope repairs at the City’s Purchasing/T&D Building. Due to occasional water infiltration into the building, various repairs to exterior walls, flashings and access doors are necessary.

On February 14, 2020, the City’s Purchasing Department issued Invitation to Bid No. 0073 seeking qualified contractors to perform various exterior building envelope repairs, including cleaning and recoating of the exterior surface. The City received responses from the four (4) contractors listed below.

Contractor Location Bid

Krystal Companies, LLC, d/b/a Krystal Klean Jacksonville, $175,663.00 FL One Source Restoration and Building Services, Tampa, FL $214,975.00 Inc. Schnell Contractors, Inc. Tampa, FL $222,868.50

Restocon Corporation Tampa, FL $293,433.00

Upon evaluation by staff and the City’s building consultant Intertek-PSI, Krystal Klean was selected as the most responsive, responsible bidder with the lowest overall price capable of providing the required services. Upon City Commission approval, a Purchase Order will be issued for the work. Krystal Klean will perform services pursuant to the terms and conditions set forth in the City’s bid specifications. The total cost for the work is $175,663.00 and is included in Lakeland Electric’s FY20 budget. It is recommended that the City Commission approve this Agreement with Krystal Klean and authorize the appropriate City officials to execute all corresponding documents on behalf of the City.

Attachment

NOTICE TO BIDDERS

INVITATION TO BID

VARIOUS EXTERIOR BUILDING ENVELOPE REPAIRS

At

CITY OF LAKELAND’S PURCHASING BUILDING

FEBRUARY 14, 2020

BID NO. 0073

Sealed bids will be received by the Purchasing Manager, City of Lakeland, Florida, 1140 East Parker Street, Lakeland, Florida 33801 until 2:00 p.m. – Friday – March 13, 2020. Bids received after this specified time and date will not be considered. The sealed bids will be publicly opened and read aloud on the same date and time in the office of the Purchasing Manager for the following:

Bid Documents may be requested by visiting our Website at http://www.lakelandgov.net/purchasing or by contacting the City of Lakeland Purchasing Division @ (863) 834-6780. Bid Documents are Required for Bid Submittal. Any Bidder that Does Not Have a City of Lakeland Oracle iSupplier Number Should Visit the Above Website and Register as an Oracle Supplier.

THE CITY OF LAKELAND IS SEEKING BIDS FROM QUALIFIED GENERAL CONTRACTORS FOR VARIOUS EXTERIOR BUILDING ENVELOPE REPAIRS AT THE FOLLOWING WORK SITE LOCATION: PURCHASING/T&D BUILDING, 1140 E. PARKER ST., LAKELAND, FL. THE PROJECT CONSISTS OF REPOINTING ISOLATED CMU JOINTS, CLEANING AND RECOATING THE EXTERIOR SURFACES, REPLACING CMU VERTICAL JOINT SEALANTS, PERFORMING FLASHING/WATERPROOFING REPAIRS NEAR THE RIBBON WINDOWS AND STEEL COLUMN BOX-OUTS LOCATED AT THE HIGH SOUTH ELEVATION, AND WEST STAIRWELL THIRD LEVEL LANDING AND ROOF ACCESS DOOR. THE CONTRACTOR SHALL PROVIDE WITHOUT LIMITATION, ALL LABOR, MATERIALS, EQUIPMENT, AND SUPERVISION TO PERFORM THE WORK SCOPE LISTED IN THE ATTACHED SPECIFICATIONS. THE BIDS SUBMITTED AND THE PURCHASE ORDER CONTRACT, IF AWARDED, SHALL BE IN COMPLETE ACCORDANCE WITH, WITHOUT LIMITATION, THIS INVITATION TO BID, INTERTEK-PSI DRAWINGS AND SPECIFICATIONS ATTACHED, ALL CODES, REQUIREMENTS AND REGULATIONS REFERENCED THEREIN.

Note: Mandatory Pre-Bid Meeting and Site Visit: The City of Lakeland has scheduled a Mandatory Pre-Bid Meeting and Site Visit on – Friday – February 28, 2020 at 10:00 a.m. in the Purchasing Bid Room, 1140 E. Parker St., Lakeland, FL 33801. Only those Contractors in attendance shall be eligible to bid.

Questions regarding this invitation to bid should be in writing and should reference the above Bid number. Submit all questions to Mrs. Tara Walls, CPPB, Senior Purchasing Agent, via e-mail at [email protected] or fax (863) 834-6777.

CLARIFICATION AND/OR EXCEPTIONS OF DOCUMENTATION

Bidders requiring clarification or having a dispute with these documents must advise the City Purchasing Division of the nature of the required clarification or basis of the dispute, in writing, no later than March 6, 2020. If no written contact has been made by this specified date, the Bidder waives the right to any future consideration and accepts the documents as published and/or revised by the City. Additionally, submitting a signed bid shall be construed as a total compliance statement.

FLORIDA PUBLIC RECORDS LAW

Qualification submittal information shall be subject to Chapter 119, Florida Statutes, generally known as the “Florida Public Records Law.” This statute provides that all documents, papers, records and similar material produced or received by an agency or political subdivision of the State are subject to public inspection and review under reasonable conditions and at reasonable times. Accordingly, unless specifically exempted by law, all bids and materials received with bids, marketing information, quotations, proposals, specifications, correspondence, forms, contracts, bonds, financial statements, prospectus, corporate resumes, product summaries, lab reports, inspection and test reports and any other such material will be considered a matter of public record. The City and its staff cannot regard any document, information or data as proprietary or confidential unless so advised by the City Attorney.

Additionally, should a Contractor enter into an Agreement with the City, the Contractor shall comply with Florida Statute Chapter 119, the Florida Public Records Act as it relates to records kept and maintained by Contractor in performance of services pursuant to this Agreement. In accordance with Florida Statute §119.0701, the Contractor shall keep and maintain public records required by the City in performance of services pursuant to the contract. Upon request from the City’s custodian of public records, Contractor shall provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided pursuant to Florida Statute Chapter 119 or as otherwise provided by law. Contractor shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the City. Contractor shall, upon completion of the contract, transfer, at no cost, to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform services pursuant to the contract. If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City’s custodian of public records, in a format that is compatible with the information technology systems of the City.

IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: KEVIN COOK - DIRECTOR OF COMMUNICATIONS AT: PHONE: 863-834-6264, E-MAIL: [email protected], ADDRESS: ATTN: COMMUNICATIONS DEPARTMENT, 228 S. MASSACHUSETTS AVE., LAKELAND, FLORIDA 33801.

EXPARTE COMMUNICATION

Please note that to insure the proper and fair evaluation of a bid, the City of Lakeland prohibits exparte communication (i.e., unsolicited) initiated by the Bidder to the City Official or Employee evaluating or considering the bids prior to the time a bid decision has been made. Communication between Bidder and the City

will be initiated by the appropriate City Official or Employee in order to obtain information or clarification needed to develop a proper and accurate evaluation of the bids. Exparte communication may be grounds for disqualifying the offending Bidder from consideration or award of the bid then in evaluation or any future bid.

INSURANCE AND SAFETY REQUIREMENTS

All insurance shall be secured from or countersigned by an agent or surety company recognized in good standing and authorized to do business in the State of Florida.

The Contractor shall, within ten (10) days of notification of award and prior to commencement of work, take out and maintain in full force and effect minimum insurance coverage as specified in the attached requirements. This insurance shall remain in force and effect throughout the duration of the contract.

A certificate of existing insurance coverage should be submitted with the bid as proof of insurability. If the current coverage does not meet the bid requirements, then the Bidder should request an affidavit of insurability from the Bidder’s insurance agent that certifies that the requirements can and will be met. Failure to provide adequate insurance coverage may be cause for disqualification as non-responsive to the bid requirements. The Contractor agrees to accept and abide by the City of Lakeland safety regulations in complete accordance with the attached requirements.

INDEMNIFICATION AGREEMENT

The Contractor agrees to indemnify and hold harmless the City of Lakeland in complete accordance with the attached requirements. This agreement shall be signed, notarized and returned with the bid submittal. Failure to provide the Hold Harmless Indemnification Agreement may be cause for disqualification as non-responsive to the bid requirements.

PUBLIC ENTITY CRIMES

A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

DRUG-FREE WORKPLACE CERTIFICATION

By submitting a bid in response to this Invitation to Bid, you are certifying that your company is a drug-free workplace in accordance with Florida Statute 287.087.

SUSPENSION AND DEBARMENT CERTIFICATION

By submitting a bid in response to this Invitation to Bid, you are certifying that your company, pursuant to 49 CFR Part 29: (1) is not presently suspended or debarred as, and/or listed on the U.S. General Services Administration’s System for Award Management (SAM) as such; and (2) will at all times remain eligible to bid for and perform the services subject to the requirements set forth herein and other applicable laws. Bidder agrees that any contract awarded to Bidder will be subject to termination by the City if Contractor or its subcontractors fail to comply or maintain such compliance.

CONFLICT OF INTEREST / STATEMENT OF NON-COLLUSION

The award hereunder is subject to Chapter 112, Florida Statutes. All respondents must disclose with their bid the name of any officer, director, or agent who is also an employee of the City of Lakeland. Further, all respondents must disclose the name of any City of Lakeland employee who owns, directly or indirectly, an interest of five percent (5%) or more of the respondent’s firm or any of its branches.

The respondent shall certify that he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the bid and that the respondent is not financially interested in, or otherwise affiliated in a business way with any other respondent on the same land or improvements.

ADDENDA

It is the Bidder’s responsibility to contact the Purchasing Division prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda and return executed addenda with the bid.

The failure of a Bidder to submit acknowledgement of any addenda that affects the bid price(s) may be considered an irregularity and may be cause for rejection of the bid.

TERMS AND CONDITIONS OF AGREEMENT

A copy of the agreement to be entered into with the successful bidder in included with this bid as Attachment “A”, should the City require such.

ORACLE iSUPPLIER AND SOURCING

In addition to accepting ‘hard copy’ competitive sealed bids, proposals and qualifications, the City of Lakeland uses Oracle’s iSupplier and Sourcing to administer the competitive solicitation process, including but not limited to soliciting quotes, sealed bids, proposals, and qualifications, issuing addenda, posting results and issuing notification of an intended decision. Bidders are strongly encouraged to familiarize themselves well in advance of their intention of submitting a proposal to ensure familiarity with the use of Oracle iSupplier and Sourcing. The City shall not be responsible for a Bidder’s inability to submit a proposal by the end date and time for any reason, including issues arising from the use of Oracle iSupplier and Sourcing.

It is the sole responsibility of the Bidder to ensure that their response is submitted electronically through Oracle Sourcing, and hard copies reach the Purchasing Manager, City of Lakeland, Florida, 1140 E. Parker St., Lakeland, Florida 33801, no later than the time and date specified in this solicitation.

BID SUBMITTAL

An original and three (3) copies (collated in sets) of the bid form supplied by the City of Lakeland and all required bid submittal data shall be enclosed within a sealed envelope with the words, “Sealed Bid No. 0073 – Exterior Building Envelope Repairs at City of Lakeland’s Purchasing Building” and the Bidder's name and address clearly shown on the outside thereof. Submittals received with less than the required total copies or not submitted on the City of Lakeland Bid Sheets may be disqualified as non-responsive.

Mailed bids must be received in the office of the Purchasing Manager not later than the time set forth for bid opening. The City of Lakeland, Florida will not be responsible for any lost or late arriving bids sent via the U. S. Postal Service or other delivery services.

The City of Lakeland at its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all bids, and/or to accept that bid which is in the best interest of the City. The award of this bid, if made, may be based on considerations other than total cost and may be awarded based on various considerations, including without limitation; Bidder’s experience and/or qualifications, past experience, administrative cost, standardization, technical evaluation and oral and/or written presentations as required. The City reserves the right to accept all or part, or to decline the whole, and to award this bid to one (1) or more Bidders. There is no obligation to buy. The bid, if awarded, will be in the judgement of the City the most responsive to the City’s needs. The City of Lakeland encourages the use of minority and women-owned businesses as subcontractors or in joint venture arrangements. Unless superseded by Federal or State laws or requirements, the City is authorized by Resolution No. 3634 to give preference to local persons, firms or corporations, in an amount of two percent (2%) not to exceed $10,000 of the bid price.

City of Lakeland, Florida

Mark D. Raiford, CPPB Purchasing Manager

BID SHEET:

VARIOUS EXTERIOR BUILDING ENVELOPE REPAIRS

At

CITY OF LAKELAND’S PURCHASING BUILDING

FEBRUARY 14, 2020

BID NO. 0073

THIS BID SHALL BE VALID FOR NINETY (90) DAYS FROM DATE OF OPENING

Company Name ______

Company Address ______

City ______State ______Zip ______

Telephone (______) ______Fax (______) ______

E-Mail Address ______

The following Bid is in strict accordance with the City of Lakeland Invitation to Bid No. 0073, dated February 14, 2020, and all attachments as referenced therein:

This Bid shall be F.O.B. Delivered with Full Freight Allowed and a Total Firm Price for all of the work outlined in the attached specifications.

A. Total Firm Base Bid Price for Exterior Building Envelope Repairs at City of Lakeland’s Purchasing Building:

$______(sum of base items A.1 to A.4)

Written Out ______

BASE BID BREAKOUT UNIT PRICING PER PROJECT SPECIFICATIONS:

A.1. Specification Section 01270, Unit Prices – 3.1 Schedule of Unit Prices – Item 1: -include Unit Price (SF) and whole dollar sum $______

A.2. Specification Section 01270, Unit Prices – 3.1 Schedule of Unit Prices – Item 2: -include Unit Price (SF) and whole dollar sum $______

A.3. Specification Section 01270, Unit Prices – 3.1 Schedule of Unit Prices – Item 3: -include Unit Price (LF) and whole dollar sum $______

Bid Sheet continued on the next page:

BID SHEET CONTINUED:

VARIOUS EXTERIOR BUILDING ENVELOPE REPAIRS

At

CITY OF LAKELAND’S PURCHASING BUILDING

FEBRUARY 14, 2020

BID NO. 0073

BREAKOUT UNIT PRICING PER PROJECT SPECIFICATIONS CONTINUED:

A.4. Specification Section 01270, Unit Prices – 3.1 Schedule of Unit Prices – Item 5: -include whole dollar sum $______

B. ALTERNATE BID ITEMS (do not include these in the base bid pricing):

B.1 Specification Section 01100, Alternates – 1.5 Alternates, Line A: -include Unit Price (LF) and whole dollar sum $______

B.2 Specification Section 01100, Alternates – 1.5 Alternates, Line B.1: -include whole dollar sum $______

B.3 Specification Section 01100, Alternates – 1.5 Alternates, Line B.2: --include Unit Price (LF) and whole dollar sum $______

B.4 Specification Section 01100, Alternates – 1.5 Alternates, Line B.3: -include whole dollar sum $______

C. Please State the Name, Address and Telephone Number of the Branch Office that Serves the Lakeland, Florida Area where Technical Expertise is Available.

Name Address Telephone

D. Additional Materials over and above the written Scope of Work shall be billed at Cost Plus ______Percent (%) and substantiated with paid invoices.

Note: This is not a time and materials contract. The cost plus material rate will only be utilized for materials purchased outside of the written scope of work and Owner approved in writing prior to ordering.

Bid Sheet continued on the next page:

BID SHEET CONTINUED:

VARIOUS EXTERIOR BUILDING ENVELOPE REPAIRS

At

CITY OF LAKELAND’S PURCHASING BUILDING

FEBRUARY 14, 2020

BID NO. 0073

E. Rates for Each Classification of Labor (Please list below):

Note: These rates will only be utilized for work outside of the written scope of work that has been Owner approved in writing prior to commencement.

Classification Straight Time Overtime

______$ ______/Hr. $______/Hr.

______$ ______/Hr. $______/Hr.

______$ ______/Hr. $______/Hr.

______$ ______/Hr. $______/Hr.

______$______/Hr. $______/Hr.

______$ ______/Hr. $______/Hr.

______$ ______/Hr. $______/Hr.

F. Please List All Anticipated Subcontractors:

Name of Company Address & Telephone Type of Craft

______

______

______

______

______

______

______

Bid Sheet continued on the next page:

BID SHEET CONTINUED:

VARIOUS EXTERIOR BUILDING ENVELOPE REPAIRS

At

CITY OF LAKELAND’S PURCHASING BUILDING

FEBRUARY 14, 2020

BID NO. 0073

G. Please List a Minimum of Three (3) Projects that Your Company Has Successfully Completed Within the Past Three (3) Years which are of Equal Size, Scope, Magnitude and Complexity as the Project to be Done for the City of Lakeland. This List shall be Specifically Prepared for this Bid Submittal and Should Include the Name of the Entity and the Name and Telephone Number of a Responsible Individual Qualified to Respond to Questions Concerning Your Company’s Abilities, Costs, Schedules, etc. Note: Prior successful accomplishment of such equal work will be a consideration in determining whether the Bidder is qualified to perform the work specified herein.

Company Name Contact Person Telephone Number

1. ______

2. ______

3. ______

H. Schedule:

Work can be started in ______calendar day(s) after Notification of Award.

Work can be completed in ______calendar days after Commencement.

Bid Sheet continued on the next page:

BID SHEET CONTINUED:

VARIOUS EXTERIOR BUILDING ENVELOPE REPAIRS

At

CITY OF LAKELAND’S PURCHASING BUILDING

FEBRUARY 14, 2020

BID NO. 0073

Terms of Payment Offered ______

Note: Payment shall be made within forty-five (45) days of receipt of invoice in accordance with Florida Statute §218.74, the Local Government Prompt Payment Act.

“I hereby certify that I understand and am aware that the City of Lakeland at its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all bids, and/or to accept that bid which is in the best interest of the City. The award of this bid, if made, may be based on considerations other than total cost and may be awarded based on various considerations, including without limitation; Bidder’s experience and/or qualifications, past experience, administration cost, standardization, technical evaluation and oral and/or written presentations as required. The City reserves the right to accept all or part, or to decline the whole, and to award this bid to one (1) or more Bidders. There is no obligation to buy. The bid, if awarded, will be in the judgement of the City the most responsive to the City’s needs. The City of Lakeland encourages the use of minority and women-owned businesses as subcontractors or in joint venture arrangements. Unless superseded by Federal or State laws or requirements, the City is authorized by Resolution No. 3634 to give preference to local persons, firms or corporations, in an amount of two percent (2%) not to exceed $10,000 of the bid price. Any bidder sent three (3) or more invitations to bid and fails to respond may be removed from the City bid list.”

______Company Name

______Authorized Signature Date Signed

______Name of Contact for Questions Telephone No. of Contact (Please Print or Type)

TECHNICAL SPECIFICATIONS:

VARIOUS EXTERIOR BUILDING ENVELOPE REPAIRS

at

CITY OF LAKELAND’S PURCHASING BUILDING 1140 E. PARKER STREET LAKELAND, FLORIDA

PREPARED FOR:

CITY OF LAKELAND 228 SOUTH MASSACHUSETTS LAKELAND, FLORIDA 33801

Prepared by:

Professional Service Industries, Inc. 1748 33RD Street Orlando, Florida 32839

PSI Project No.: 0753-2379

December 6, 2019

TABLE OF CONTENTS

SECTION I – SPECIFICATIONS

Division 0 – Contracting Requirements

Section 00002 – Project Directory Section 00842 – Safety Requirements

Division 1 – General Requirements

Section 01010 – Summary of Work Section 01014 – Contractor’s Use of the Premises Section 01100 – Alternates Section 01270 – Unit Prices Section 01310 – Construction Schedules Section 01340 – Submittal Procedures Section 01350 – Project Meetings & Inspections Section 01360 – Project Coordination Section 01400 – Quality Control & Quality Assurance Section 01500 – Temporary Facilities and Controls Section 01505 – Construction Waste Management Section 01700 – Contract Closeout Section 01800 – Environmental Protection

Division 4 –

Section 036000 – CMU Joint Repointing

Division 7 – Thermal Protection

Section 07901 – Exterior Sealants

Section X – Will be utilized after destructive investigation is performed as outlined in Section 01010 - Summary of Work, subsection 2.2, D.

Division 9 – Finishes

Section 09910 – Coatings

SECTION II – SELECT ORIGINAL CONSTRUCTION DRAWINGS

Sheets A101, A102, A103, A105, A108, A109, A110, A111, A112, A113, A114, A115, A116, A1.

SECTION III – SITE CONDITIONS PHOTO LOG

Photographs 1 through 28 by Intertek-PSI SECTION I – SPECIFICATIONS DIVISION 0 – CONTRACTING REQUIREMENTS Purchasing Building – Various Building Envelope Repairs SECTION 00002 City of Lakeland Florida PROJECT DIRECTORY

SECTION 00002 – PROJECT DIRECTORY

Authorized representatives and contact information:

OWNER Representative: Fiorella Hubbard, MSIE – City of Lakeland Facilities Project Supervisor Address: City of Lakeland Public Works & Facilities Maintenance 900 E. Rose Street, Lakeland, Florida, 33801 Phone: 863-834-2342 Email: [email protected]

CONSULTANT Representative: Milan Nikolic Address: Professional Service Industries, Inc. 1748 33rd Street, Orlando, Florida 32839 Phone: 407-304-5560 Email: [email protected]

END OF SECTION

Project No. 0753-2379 00002-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 00842 City of Lakeland, Lakeland Florida SAFETY REQUIREMENTS

SECTION 00842 - SAFETY REQUIREMENTS

PART 1 – GENERAL

1.1 RELATED SECTIONS

A. Documents affecting the work of this Section include, but are not necessarily limited to these specifications and attachments, the City of Lakeland General Terms and Conditions, the City of Lakeland Contract Agreement Terms and Conditions and the City of Lakeland Purchase Order Agreement Terms and Conditions.

1.2 OSHA REGULATIONS

It is the responsibility of the Contractor to ensure that all OSHA regulations applying to the Project are adhered to at all times.

1.3 FLORIDA RIGHT TO KNOW LAW:

A. It is the responsibility of the Contractor to comply with the requirements of Chapter 442, Florida Statutes, as applicable to the work required to fulfill the Contractors’ obligations under this contract. These requirements include, but are not necessarily limited to, the following:

1. That if the work requires the direct purchase of any item designated as a toxic substance, the manufacturer, importer, or distributer of said toxic substance shall prepare and provide the purchases (Contractor) with a Material Safety Data Sheet (MSDS) that is current, accurate and complete.

2. That every employer (Contractor) who manufactures, produces, uses, applies or stores toxic substances in the workplace shall in a place where notices are normally posted post a notice informing employees of their rights under this statute.

3. That every employer (Contractor) who manufactures, produces, uses or applies toxic substances in the workplace shall maintain an MSDS for each product which is present in such workplace.

4. That an independent contractor (Contractor) or subcontractor working in the workplace of another employer (Owner/City) may request in writing and shall have the right to examine the MSDS for the toxic substances to which he/she or his/her employees are, have been or may be exposed.

0753-2379 00842-1 PROFESSIONAL SERVICE INDUSTRIES, INC. SAFETY REQUIREMENTS Purchasing Building – Various Building Envelope Repairs SECTION 00842 City of Lakeland, Lakeland Florida SAFETY REQUIREMENTS

A toxic substance is defined as any chemical substance or mixture in gaseous, liquid or solid state, if such substance appears on the “Florida Substance List” promulgated by the Department of Labor and Employment Security; is manufactured, produced, used, applied or stored in the workplace; and causes a significant risk to safety or health during, or as a proximate result of any customary or reasonably foreseeable handling or use.

B. Any questions regarding the above requirements should be directed to the Department of Labor and Employment Security, Bureau of Industrial Safety and Health, Toxic Waste Information Center, 2551 Executive Center Circle West, Tallahassee, FL 32301-5014, Telephone: 1-800-367-4378.

C. The MSDS must be maintained by the user agency and must include the following information:

1. The Chemical name and the common name of the toxic substance.

2. The hazards or other risks in the use of the toxic substance, including:

a. The potential for fire, explosion, corrosion and reactivity. b. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance c. The primary routes of entry and symptoms of overexposure.

3. The proper precautions, handling practices, necessary personal protective equipment and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure.

4. The emergency procedure for spills, fire, disposal and first aid.

5. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information.

6. The year and month, if available that the information was compiles and the name, address and emergency telephone number of the manufacturer responsible for preparing the information.

END OF SECTION

0753-2379 00842-2 PROFESSIONAL SERVICE INDUSTRIES, INC. SAFETY REQUIREMENTS DIVISION 1 – GENERAL REQUIREMENTS Purchasing Building – Various Building Envelope Repairs SECTION 01010 City of Lakeland, Lakeland Florida SUMMARY OF WORK

SECTION 01010 - SUMMARY OF WORK

PART 1 – GENERAL

1.1 RELATED SECTIONS

A. Documents relating to this Section include, but are not necessarily limited to these specifications and attachments, the City of Lakeland General Terms and Conditions, the City of Lakeland Contract Agreement Terms and Conditions and the City of Lakeland Purchase Order Agreement Terms and Conditions.

PART 2 – PROJECT DESCRIPTION

2.1 SITE DESCRIPTION

The project site includes a 2-story building with an attached one story high bay warehouse area which was constructed in 1989 and is located at 1140 East Parker Street at the northwest quadrant intersection of East Parker Street and North Lake Parker Avenue. The structure consists of steel framing, inclusive of steel columns and beams, as well as load bearing masonry walls. Exterior walls at the building primarily consist of split-face masonry unit, as well as metal wall panel claddings. Window systems consist of aluminum frame double pane fixed storefront assemblies.

2.2 SCOPE OF WORK

The scope of work for this project includes the following;

A. Repointing isolated CMU mortar joints. - CMU mortar joints were observed deteriorated at isolated exterior areas of the concrete masonry walls. Isolated areas were observed with missing, depleted, cracked or mold-stained mortar joints. Various mortar joints were infilled with a flexible sealant. The scope of work will include raking out and repointing all deteriorated CMU mortar joints. Further, any CMU mortar joint that was previously infilled with flexible sealant, will be required to be removed, then the mortar joint raked and repointing with new mortar. Approximate quantity to repoint CMU mortar joints: 4,500 SF. Of the total quantity to repoint, approximately 2,800 SF of wall area will require the removal of flexible sealants at CMU mortar joints prior to repointing.

B. Cleaning and recoating the exterior surfaces. - General pressure wash cleaning of the CMU walls will be required prior to recoating. The current paint finish is chalky to the touch and stained at various

0753-2397 01010-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01010 City of Lakeland, Lakeland Florida SUMMARY OF WORK

areas. The scope or work will include cleaning, preparing and recoating all exterior CMU surfaces, as well as hollow core steel service doors and frames. The metal wall panels are not included. Approximate quantity: 31,500 SF.

C. Replacing CMU vertical joint sealants. - Vertical flexible sealants at CMU control joints were observed deteriorated. Sealants were observed cracked (cohesive and adhesive failure), as well as voided. The scope of work will include removing deteriorated flexible sealants at CMU control joints, preparing the joints, and installing new backer rod and flexible sealant. The covered elevations at the north and west sides of the warehouse portion will be considered as alternates. Approximate quantity: 1,000 LF of vertical flexible sealants at masonry joints. Approximate quantity of vertical flexible sealants at masonry joints at the covered north and west elevation of the warehouse: 350 LF.

D. *Performing flashing/waterproofing repairs near the ribbon windows and steel column box-outs located at the high south elevation. *Limited water testing was performed at corner transitions where box-out flashing for the steel columns tie into fenestration or louver frames, as well as the roof. Water was observed entering into the building at each tested corner area. Due to the testing method being non-destructive, deconstruction of the areas for further investigation was not performed. This project will require the contractor to disassemble one corner location (during the progress of the project) for Consultant to investigate further. The results and findings of this investigation will serve the purpose of providing an accurate remediation scope of work and specification section. Contractors will be required to perform repairs to each area once scope of work is released by Consultant.

Bidders will be required to provide unit prices, as an alternate to the base bid. Alternate unit prices to the base bid will include either a combination, one or all methods; performing liquid flashing repairs, and/or wet sealing the window glass panes from the exterior, and/or performing additional repairs within the window frame near sill and jamb transitions. Regardless of method of repair selected, the wet-seal that was applied to the windowsill weep areas will be required being removed. The old existing wet-seal application at the transition between the glass pane and frame will be required to be removed before applying new wet-seal.

For the three proposed remediations mentioned above, the following scope of work should be considered as a minimum to provide the alternate unit pricing:

1. Performing liquid flashing repairs: If this method is chosen based upon results of the destructive investigation, the scope of work, at a minimum should include

0753-2397 01010-2 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01010 City of Lakeland, Lakeland Florida SUMMARY OF WORK

removing the surface mounted counter flashing, and applying a liquid flashing system to the entire column box out, including the corners where the frame, roof, and flashing interface. Product and specification section will be provided as an addendum after the destructive investigation is performed. Approximate quantity: 11 column box-out locations, 140 SF.

2. Performing wet-seal repairs: If this method is chosen based upon the results of the destructive investigation, the scope of work at a minimum should include; removing the old existing wet seal, preparing the areas and applying a new wet seal. Product and specification section will be provided as an addendum after the destructive investigation is performed. Additionally, the weep system for the storefront windows was observed wet-sealed and not allowing the windows to weep out moisture. Approximate quantity to wet seal: 560 L.F. Approximate quantity to remove old existing wet seal at glass to frame transitions: 150 LF. Approximate quantity to remove old existing wet seal at the sill weeping plane: 180 LF.

3. Performing miscellaneous repairs within the window framing, which may include but is not limited to replacing old and deteriorated sealants near jamb and sill transitions and replacing end dams. Approximate Quantity: 20 corner locations of jamb to sill window frame transitions.

E. West stairwell third level landing and roof access door. - Water was observed entering at this door during heavier wind driven precipitation events and cascading down the walls through voids at the transition between the landing to CMU wall. The scope of work will include replacing the weather strips, brushes and barriers at the door, and applying a pedestrian traffic coating at the third level landing, including sealing all transitions from wall to landing. Approximate quantity: One door and 80 SF of pedestrian traffic coating.

Contractor shall oblige to all notes and instructions listed within the specifications.

All work shall be scheduled and coordinated with the Consultant and the City of Lakeland.

END OF SECTION

0753-2397 01010-3 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01014 City of Lakeland, Lakeland Florida CONTRACTOR’S USE OF THE PREMISES

SECTION 01014 – CONTRACTOR’S USE OF THE PREMISES

PART 1 – GENERAL

1.1 RELATED SECTIONS

A. Documents related to this section include, but are not necessarily limited to these specifications and attachments the City of Lakeland General Terms and Conditions, the City of Lakeland Contract Agreement Terms and Conditions and the City of Lakeland Purchase Order Agreement Terms and Conditions.

B. Refer to Section 01310 for requirements regarding Scheduling.

C. Refer to Section 01360 for requirements regarding Project Coordination.

D. Refer to Section 01500 for requirements related to Temporary Facilities & Controls.

1.2 DESCRIPTION OF WORK INCLUDED

A. This Section applies to situations in which the Contractor or his representatives including but not limited to suppliers, subcontractors, employees and field engineers enter upon the City’s property.

1.3 QUALITY CONTROL

A. Immediately after awardation of contract, notify all applicable personnel regarding the requirements of this section.

B. Require that all personnel who will enter upon the City’s property certify their awareness of and familiarity with the requirements of this Section.

1.4 TRANSPORTATION FACILITIES

A. See Section 01500 for information on the maintenance of safe and accessible paths of travel in and around the job site.

1. The Contractor’s vehicle, vehicles belonging to employees of the Contractor and all other vehicles entering upon the City’s property in performance of the Work of the Contract, shall use only the agreed upon access route and parking and staging areas. 2. Within the City approved construction staging area, the Contractor shall manage all site use, including parking by construction staff and employees (if approved). Vehicles shall

0753-2379 01014-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01014 City of Lakeland, Lakeland Florida CONTRACTOR’S USE OF THE PREMISES

not be permitted to park on any street or in any areas of the City’s property except in areas designated by the City. 3. Outside the designated construction site area, all City regulations regarding parking and accommodations for pedestrian use shall be strictly enforced. 4. Exceptions for temporary parking for construction delivery and construction access on curbside, walkways, vehicular parking, roadways and service drives that restricts or impedes normal traffic flow or use must be obtained from the City’s Transportation and Parking Services department. Any temporary use of pedestrian pathways that exceeds 12 hours’ duration will require provision for equal alternate pathways around the impediments and review and approval by City. Additionally, any temporary use of the site that impedes building occupant egress must be reviewed and approved by the City. 5. Provide adequate protection for curbs and sidewalks over which trucks and equipment must pass to reach the job site. Payment to remediate damage incurred shall be the responsibility of the Contractor.

1.5 SECURITY

A. Restrict the access of all persons entering upon the City’s property in connection with the Work to the approved access route, staging area and the actual site of the Work.

B. Restrict activities of employees to authorized areas. Employees shall not be allowed to loiter, mingle or assemble in public areas.

C. Keys or temporary access cards lent to the Contractor remain property of the City and shall not be copied or modified. Keys and cards shall be returned in their original condition.

D. The Contractor shall at all times guard against damage or loss to the property of the City or other vendors or contractors and shall be held responsible for replacing or repairing any such loss or damage. The City may withhold payment or make such deductions as deemed necessary in ensure reimbursement or replacement for loss or damaged property though negligence of the Contractor or his Subcontractors.

E. Replace any trees, shrubs, lawns or plantings damaged by the Contractor or his Subcontractors or vendors during work of this project within two (2) weeks of occurrence. Landscaped areas generally have irrigation systems. Repair utilities damaged by work of this project.

F. The contractor shall provide personnel with clothing item adorned with company logo for identification purposes.

0753-2379 01014-2 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01014 City of Lakeland, Lakeland Florida CONTRACTOR’S USE OF THE PREMISES

1.6 CONTRACTOR PERSONNEL REQUIREMENTS

The following requirements are to be met by the Contractor and their subcontractors and vendors while engaged in construction projects on City property.

A. All employers are prohibited from allowing employees to work on City property who have been convicted of violent crimes. B. Construction employers are required to take adequate measures to ensure that the employees they send to work on City property are not wanted for criminal offenses. C. All employees that are on a Work Release program shall be disclosed. D. Contractor is to provide the City with a list of the names and telephone numbers of project managers, superintendents and supervisors in charge of construction at the site. E. Contractor and associated personnel are to park their business and personal vehicles in authorized areas only. F. Contractor and associated personnel are to obey all laws while on City property. G. Users of site are not to be disturbed or in any way disrupted from their lawful pursuits. Construction employees are to refrain from making unwanted comments towards site users. H. Contractor is encouraged to secure all property during construction. City is not responsible for theft or damage to equipment or property. I. Contractor is required to submit the names and dates of birth of all employees expected to perform work for the project. List of employees is to be kept current as the project progresses. J. Contractor is not permitted to cook food by way of grills or open flames while on City property.

1.7 WORK HOURS

A. Work hours and days are subject to approval by City of Lakeland, however, work during the day is generally acceptable.

B. Work schedule must be submitted to City and Consultant and approved prior to commencing work.

END OF SECTION

0753-2379 01014-3 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01100 City of Lakeland, Lakeland, Florida ALTERNATES

SECTION 01100 - ALTERNATES

PART 1 – GENERAL

1.1 RELATED DOCUMENTS

A. Documents affecting the work of this Section include, but are not necessarily limited to these specifications and attachments the contract agreement with the City of Lakeland and the Purchase Order Agreement with the City of Lakeland.

1.2 DESCRIPTION

A. WORK INCLUDED:

1. Provide alternative bid proposals as described in this Section.

B. PROCEDURES:

1. Provide alternate bids to be added to or deducted from the amount of the Base Bid if the corresponding change in scope is accepted by the City. 2. Include within the alternative bid prices all costs, including materials, installations and fees.

1.3 DEFINITIONS

A. Definition: An alternate is an amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be added to the Base Bid amount if the owner (City) decides to accept a corresponding change in either the scope of work to be completed, or in the products, materials, equipment, systems, or installation methods described in the Contract Documents.

1.4 PROCEDURES

A. Include as part of each alternate bid all materials, equipment and personnel needed to complete the scope of each alternate. B. Contractor will be required to obtain additional separate purchase orders from City for each alternate. Work should not commence on alternate scope prior to the receipt of corresponding purchase order. C. Execute accepted alternates under the same conditions as other Work of this Contract.

0753-2379 01100-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01100 City of Lakeland, Lakeland, Florida ALTERNATES

1.5 ALTERNATES

Please see referenced section for full scope of work.

A. Section 01010 – Summary of work – Section 2.2 – C. Replacing CMU Vertical joint sealants. 1. Replace CMU vertical joint sealants at the covered north and west elevations of the warehouse. Approximate quantity: 350 LF. B. Section 01010 – Summary of work – Section 2.2 – D. Performing flashing/waterproofing repairs near the ribbon windows and steel column box-outs located at the high south elevation. 1. Performing liquid flashing repairs. Approximate quantity: 11 column box-out locations, 140 SF. 2. Performing wet-seal repairs, approximately. a. Wet Seal- 560 LF b. Remove existing wet-seal- 150 LF c. Remove wet-seal at weeps- 180 LF 3. Performing miscellaneous repairs within the window framing, 20 corner locations.

END OF SECTION

0753-2379 01100-2 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01270 City of Lakeland, Lakeland, Florida UNIT PRICES

SECTION 01270 – UNIT PRICES

PART 1 – GENERAL

1.1 RELATED DOCUMENTS

A. Documents affecting the work of this Section include, but are not necessarily limited to these specifications and attachments the contract agreement with the City of Lakeland and the Purchase Order Agreement with the City of Lakeland.

1.2 DESCRIPTION

A. Section includes administrative and procedural requirements for unit prices.

1.3 DEFINITIONS

A. Unit price is an amount incorporated in the Agreement, applicable during the duration of the Work as a price per unit of measurement for materials, equipment or services or a portion of the Work, added to or deducted from the Contract Sum by appropriate modification, if the scope of Work or estimated quantities of Work required by the Contract Documents are increased or decreased.

1.4 PROCEDURES

A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead and profit.

B. Measurement and Payment: See Bid Documents for work that requires establishment of unit prices and the methods of measurement and payment for associated unit prices.

C. City reserves the right to reject Contractor’s measurement of work in place that involves use of established unit prices and have this work measured at Contractor’s expense by an independent assessor acceptable to Owner. Contractor is encouraged to document locations and quantities of materials installed that are included under unit price sections of the contract documents.

D. List of Unit Prices: A schedule of unit prices is included in Part 3 of the Specification Section. Specification sections referenced in the schedule contain requirements for materials described under each unit price.

PART 2 – PRODUCTS (Not Used – see applicable Specification Section)

0753-2379 01270-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01270 City of Lakeland, Lakeland, Florida UNIT PRICES

PART 3 – EXECUTION

3.1 SCHEDULE OF UNIT PRICES

Reference Specification Section 01010 Summary of Work for more detailed scopes of work for each unit price. Unit prices should be provided for the following items as shown in the COL bid documents:

1. Section 01010 – Summary of Work, Section 2.2, A. Repointing isolated CMU mortar joints. Base bid item. Approximate quantity to repoint CMU mortar joints: 4,500 SF. Of the total quantity to repoint, approximately 2,800 SF of wall area will require the removal of flexible sealants at CMU mortar joints prior to repointing.

2. Section 01010 – Summary of Work, Section 2.2, B. Cleaning and recoating the exterior surfaces. Base bid item. Approximate quantity: 31,500 SF.

3. Section 01010 – Summary of Work, Section 2.2, C. Replacing CMU vertical joint sealants. Approximate quantity (based bid item): 1,000 LF of vertical flexible sealants at masonry joints. Approximate quantity (alternate bid item) of vertical flexible sealants at masonry joints at the covered north and west elevation of the warehouse: 350 LF.

4. Section 01010 – Summary of Work, Section 2.2, D.*Performing flashing/waterproofing repairs near the ribbon windows and steel column box-outs located at the high south elevation. Alternate bid items: 1. Performing liquid flashing repairs. Approximate quantity: 11 column box-out locations, 140 SF. 2. Performing wet-seal repairs. Approximate quantity to wet seal: 560 L.F. Approximate quantity to remove old existing wet seal at glass to frame transitions: 150 LF. Approximate quantity to remove old existing wet seal at the sill weeping plane: 180 LF. 3. Performing miscellaneous repairs within the window framing. Approximate Quantity: 20 corner locations of jamb to sill window frame transitions.

5. Section 01010 – Summary of Work, Section 2.2, E. West stairwell third level landing and roof access door. Base bid item. Approximate quantity: One door and 80 SF of pedestrian traffic coating.

END OF SECTION

0753-2379 01270-2 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01310 City of Lakeland, Lakeland Florida CONSTRUCTION SCHEDULES

SECTION 01310 – CONSTRUCTION SCHEDULES

PART 1 – GENERAL

1.1 RELATED SECTIONS

A. Documents affecting the work of this Section include, but are not necessarily limited to these specifications and attachments the City of Lakeland General Terms and Conditions, the City of Lakeland Contract Agreement Terms and Conditions and the City of Lakeland Purchase Order Agreement Terms and Conditions.

B. Comply with pertinent provisions of Section 01340, Submittal Procedures.

C. Comply with pertinent provisions of Section 01360, Project Coordination.

PART 2 - PRODUCTS

2.1 CONSTRUCTION SCHEDULE

A. Work days and hours are subject to approval by City of Lakeland but the majority of the work will be permitted to be performed during the day.

B. Graphically show by chart the order and interdependence of all activities necessary to complete the Work, and the sequence in which each activity is to be accomplished, as planned by the Contractor in coordination with all subcontractors whose work is shown on the diagram.

C. Schedule should be updated as appropriate during the Project and updated schedule should be distributed to the City and Consultant.

D. Contractor shall coordinate the Work with the City and Consultant. The Work shall be scheduled and carried out such that the normal operations of the building and its daily occupants are given first priority. This applies particularly to outages of utilities and restrictions of access.

E. This project has a maximum duration as indicated in the bid documents. If the maximum duration is exceeded without extension approval, the associated daily rate for liquidated damages will be applied. The project is not considered to be complete until punchlist and final inspections have occurred with deficiencies remediated and all project closeout documents have been submitted and accepted by City and Consultant.

END OF SECTION

0753-2379 01310-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01340 City of Lakeland, Lakeland Florida SUBMITTAL PROCEDURES

SECTION 01340 – SUBMITTAL PROCEDURES

PART 1 – GENERAL

1.1 GENERAL

A. This section specifies general administrative and procedural requirements for Project submittals.

1.2 SUBMITTAL PROCEDURES

A. Contractor shall check shop drawings, samples, and other submittals and submit them to the Consultant with a letter of transmittal giving his approval, comments, and suggestions. Each transmittal shall include the following information:

1. Date Submitted. 2. Project title and number. 3. Subcontractor’s name and address. 4. Identification by Specification Section and quantity for each submittal including name of subcontractors, manufacturer, or supplier. 5. MSDS sheet for each product to be used. 6. Notification of deviation from the Contract Documents for each submittal. 7. Written description of intended use of each product submitted and locations to be used. 8. Contractor’s written approval marked on each submittal. If Contractor’s submittals are not stamped and reviewed by Contractor before submitting for review, submittals will be rejected by Consultant and returned to the Contractor. 9. If there is more than one building in the Project, submittal/shop drawings are to be submitted and packaged for each building and submitted in packages for each separate building. a. Shop drawings not submitted in the manner described are subject to being rejected and returned to the Contractor un-reviewed, and may cause Project delays.

B. Contractor shall prepare, review, and stamp with his approval and submit, with reasonable promptness or within the specified time periods and in orderly sequence so as to cause no delay in the Work or in the Work of another subcontractor, submittals required be these Contract Documents or subsequently required by modifications.

C. Contractor and Consultant will review and take action on submittals with reasonable promptness, so as to cause no delay in the progress.

0753-2379 01340-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01340 City of Lakeland, Lakeland Florida SUBMITTAL PROCEDURES

1. A reasonable period of time for review of and action taken on submittals shall be as specified herein, but in no case shall it be more than 14 calendar days from the time it is received by the Consultant until the time the submittal is marked and forwarded or returned. 2. Contractor shall allow sufficient mailing and handling time for submittals.

D. Maximum Review of the Same Submittal: The same submittal will only be reviewed a maximum of two (2) times.

1. If the same submittal is not correct within the two (2) submittal limit for the same item, the Contractor will be charged for the additional reviews required. 2. Consultant’s additional time will be on an hourly basis, which amount will be deducted from Contractor’s Contract Sum by Change Order.

E. Identification of Submittals: Submittals, including re-submittals, shall be numbered with Submittal Number.

1. Submittal Number shall consist of the applicable Specification Section number followed by a suffix number in consecutive order starting with 001. Additional submittals for the same specification section are to be numbered consecutively 002, 003, etc. 2. The form of Submittals Numbers shall be as follows: ## ## ## - ### (example: 09900- 001). Re-submittal Submittal Numbers shall consist of the previously used Submittal Number plus an alphanumeric suffix for the re-submittal. (Example: 09900-001R1). R1 indicated the first re-submittal; R2 indicated the second re-submittal, etc.

1.3 REQUIRED SUBMITTALS

A. Shop Drawings and Product Data:

1. All submittals shall be sent electronically to the City and Consultant. 2. Shop drawings are drawings, diagrams, illustrations, schedules, performance charts, brochures, and other data which are prepared by Contractor or subcontractor, manufacturer, supplier, or distributor to illustrate some portion of the Work.

a. Advertising brochures will not be accepted as shop drawings. b. Where schedules are required to indicate locations, they shall be submitted as part of the shop drawing package for that item. c. Shop drawings and schedules shall repeat the identification shown on the Contract Drawings. 3. Product data are illustrations, details, standard schedules, performance charts, instructions, brochures, diagrams, and other information furnished by the subcontractor to illustrate a material, product, or system for some portion of the Work.

0753-2379 01340-2 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01340 City of Lakeland, Lakeland Florida SUBMITTAL PROCEDURES

a. Clearly mark each copy to identify pertinent materials. Cross out non-applicable information. b. Clearly mark to show intended details to be used. Cross out non-applicable information. c. Show dimensions and clearance required. d. Show performance and characteristics and capabilities. e. Note variances from the Contract Documents including manufacturer’s recommended changes to sequencing and piping and control diagrams.

4. Preparation of Submittals: Provide permanent marking on each submittal to identify project, date, Contractor, Subcontractor, submittal name, and similar information to distinguish it from other submittals. Show Contractor’s executed review and approval marking and provide space for Consultant’s “Action” marking. Package each submittal appropriately for transmittal and handling. Submittals which are received from sources other than through Contractor will be returned “without action,” which does not mean approval.

5. By approving and submitting shop drawings, Contractor thereby represents that he has determined and verified field measurements, field construction criteria, materials, catalog number, and similar data, and that they have checked and coordinated each shop drawing with the requirements of the Work and of the Contract Documents before submitting to the Consultant.

6. Contractor shall make corrections required by Consultant and shall resubmit the required number of corrected copies of shop drawings until approved. Contractor shall direct specific attention, in writing or on resubmitted shop drawings, to revisions other than the corrections requested by the Consultant on previous submissions.

7. Consultant will review shop drawings only for conformance with the design concept of the Project and with the information given in the Contract Documents.

a. Consultant’s review of a separate item shall not indicate review of an assembly in which the item functions.

8. Consultant’s review of shop drawings shall not relieve Contractor of responsibility for any deviation from the requirements of the Contract Documents unless the Contractor has specifically informed the Consultant, in writing, of such deviation at the time of submission, requesting approval of such deviation, and the Consultant has given written approval to the specific deviation.

a. Consultant’s review or actions taken regarding shop drawings shall not relieve the Contractor from responsibility for errors or omissions in the shop drawings.

0753-2379 01340-3 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01340 City of Lakeland, Lakeland Florida SUBMITTAL PROCEDURES

9. Notation and remarks added to shop drawings by the Consultant are to insure compliance to Drawings and Specifications and do not imply a requested or approved change to the Contract cost.

10. Should deviations, discrepancies, or conflicts be discovered, either before or after the Consultant’s review, between shop and Contract Drawings and Specifications, Contract Documents shall govern and be the Documents to comply with.

11. Shop drawings will be marked as follows: Contractor shall take the following action for each respective marking:

a. “REVIEWED AND RELEASED” – Copies will be distributed as indicated under above schedule. b. “REVIEWED AND RELEASED WITH CORRECTIONS” – Contractor may proceed with fabrication, taking into account the necessary corrections. Corrected shop drawings shall be resubmitted before fabrication of this Work is completed. Only shop drawings marked “REVIEWED AND RELEASED” by Consultant will be permitted on the project site. c. “REVISE AND RESUBMIT” – Contractor will be required to resubmit shop drawings in their entirely. No fabrication or installation shall be started until reviewed shop drawings have been completely revised, resubmitted, and accepted by Consultant. d. “INSUFFICIENT INFORMATION” – Not enough information has been sent. Contractor will be required to resubmit shop drawings in the entirety.

12. Where re-submittal is required, submittal procedures and distribution shall be as specified for submittals.

13. Contractor shall maintain at the site one copy of submittals marked by Consultant “REVIEWED AND RELEASED”.

a. Shop drawing file may be electronic and accessible by the Contractor, Consultant, and City on the on-site project computer. b. No installation of equipment, materials, or products is to be incorporated into the Project until shop drawings marked by Consultant “REVIEWED AND RELEASED” have been received on the Project.

0753-2379 01340-4 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01340 City of Lakeland, Lakeland Florida SUBMITTAL PROCEDURES

B. Samples:

1. Contractor shall submit to the City and Consultant three (3) samples to illustrate materials or workmanship, and establish standards by which the Work will be judged. These may be presented in place on the roof.

2. By submitting samples, Contractor thereby represents that they have determined and verified materials, catalog numbers, and similar data and that they have checked and coordinated each sample with the requirements of the Work and of Contract Documents before submitting to Consultant.

3. Contractor shall resubmit the required number of correct or new samples until approved.

a. Contractor shall direct specific attention in writing or on resubmitted samples to revisions other than the changes requested by Consultant on previous submissions.

4. Consultant will review samples but only for conformance with the design concept of the Project and with the information given in the Contract Documents.

a. Consultant’s approval of a separate item shall not indicate approval of an assembly in which the item functions.

5. Consultant’s action shall not relieve Contractor of responsibility for deviation from the requirements of Contract Documents unless Contractors has informed the Consultant in writing of the deviation at the time of submission and Consultant has given written approval to the specific deviation, nor shall the Consultant’s action relieve the Contractor from its responsibility for errors or omissions in the samples.

6. Unless otherwise specified, samples shall be in triplicate and of adequate size to show function, equality, type, range, and finish of material. When requested, full technical information and certified test data shall be supplied.

a. Each sample shall be labeled, bearing material name and quality, the Contractor’s name, date, project name, and other pertinent data. b. Transportation charges to and from the Consultant’s office must be paid on samples forwarded. i. Approved samples will be retained by Consultant until the Work for which they were submitted has been accepted.

7. Materials shall not be ordered until approval is received.

a. Materials shall be furnished, equal in every respect to approved samples.

0753-2379 01340-5 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01340 City of Lakeland, Lakeland Florida SUBMITTAL PROCEDURES

b. Work shall be in accordance with the approved samples.

C. Progress Photographs: Digital photos, as required, to document milestones and/or progress of construction.

D. Work shall be furnished and installed in accordance with the Drawings, Specifications and as additionally required by the manufacturer’s instructions, and where a conflict occurs between the Drawings or Specifications and the manufacturer’s instructions, the Contractor shall request clarification from the Consultant before commencing the work and shall follow the interpretation given by Consultant.

1.4 MATERIALS SAFETY DATA SHEETS (MSDS)

A. In compliance with OSHA Hazard Communication Standard (1910.1200, 08-24-1978) contractors are required to have on the site, MSDS (Materials Safety Data Sheets) for ALL products classified as hazardous that their firm has knowledge that they will be furnishing, using, or storing on the jobsite during the duration of this Project.

B. Provide MSDS data where required, where indicated, and when requested by the Consultant.

C. MSDS Sheets are not part of the shop drawing review process.

D. The Contractor at completion of the Work shall provide the City with the MSDS sheets for the hazardous products used on the Project site during construction.

END OF SECTION

0753-2379 01340-6 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01350 City of Lakeland, Lakeland Florida PROJECT MEETINGS & INSPECTIONS

SECTION 01350 - PROJECT MEETINGS & INSPECTIONS

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. Pre-bid meeting B. Pre-construction meeting C. Progress meetings D. Punchlist Inspection E. Final Inspection

1.2 RELATED SECTIONS

A. Section 01360 - Project Coordination

PART 2 – PROJECT MEETINGS

2.1 PRE-BID MEETING

A. Pre-Bid meeting will be held prior to bidding. The date and time of the pre-bid meeting will be listed on the City advertisement for the project. Representatives of the City and Consultant will be present for questions and answers regarding the project. B. The purpose of the Pre-Bid meeting is to ensure that all bidding parties are bidding with the same project information. C. Addenda’s which are a result of the Pre-Bid meeting will be issued to the Contractor.

2.2 PRE-CONSTRUCTION MEETING

A. Pre-Construction meeting will be held prior to contractor mobilization or commencement of work. Representatives of the City and Consultant will be present. Contractor’s project manager and field superintendent are required to attend the Pre-Construction meeting. B. The purpose of the Pre-Construction meeting will be to review the Contractor’s Work Plan, Schedule and Product Submittals and confirm Contractor’s understanding of project expectations and contract documents. C. Minutes from the Pre-Construction meeting will be taken by representative of Consultant and will be distributed by email to City, and Contractor.

0753-2379 01350-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01350 City of Lakeland, Lakeland Florida PROJECT MEETINGS & INSPECTIONS

2.3 PROGRESS MEETINGS

A. Progress Meetings may be held during the project (typically weekly or bi-weekly). A representative of the Contractor with knowledge of project status is required to attend. Representatives of City and Consultant will also be present. B. The purpose of the progress meetings will be to receive updates on the progress and remaining schedule of the project and give opportunity for Contractor to ask questions to City and Consultant.

2.4 PROGRESS INSPECTIONS

A. Progress inspections may be performed. Representatives of the Consultant, City, and Contractor may be present. The Contractor shall be responsible for logging and remediating deficiencies noted by the Consultant and City during inspections. The Contractor shall cooperate with and shall make the work areas accessible to the inspector. B. The purpose of the progress inspections will be to inspect the work for compliance with contract documents prior to substantial completion.

2.5 SUBSTANTIAL COMPLETION INSPECTION

A. A substantial completion (punchlist) inspection will be performed. Representatives of the Consultant, City and Contractor should be present. The contractor shall be responsible for logging and remediating deficiencies noted by Consultant and City during inspection. B. The purpose of the punchlist inspection will be to inspect the work for deficiencies prior to contractor demobilization.

2.6 FINAL INSPECTION

A. A final inspection will be held after all work is complete and punchlist deficiencies have been remediated. B. The purpose of the final inspection will be to confirm the work has been completed in accordance with contract documents and project specifications and to the satisfaction of the City and Consultant.

END OF SECTION

0753-2379 01350-2 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01360 City of Lakeland, Lakeland Florida PROJECT COORDINATION

SECTION 01360 - PROJECT COORDINATION

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. Construction mobilization B. Schedules C. Submittals D. Quality Assurance E. Laws and Regulations F. Permits G. Interruption of Utility Services

1.2 RELATED SECTIONS

A. Section 01010 - Summary of Work B. Section 01340 - Submittal Reviews C. Section 01350 - Project Meetings and Inspections D. Section 01700 - Contract Closeout

1.3 CONSTRUCTION MOBILIZATION

A. Prior to mobilizing to site, coordinate with the City regarding areas of site to be used for storage, staging, temporary offices, construction routes, traffic, and parking facilities prior to start of construction. B. Prior to mobilizing to site, coordinate with City regarding type of equipment that can be stored at the job site and storage locations of equipment. C. Mobilization date to be coordinated with and approved by City. Mobilization should not occur before the preconstruction meeting. Mobilization can occur during the daytime hours, but is not to interfere with the normal operation of the building or deliveries. D. Coordinate with City regarding use of utilities and facilities during project.

0753-2379 01360-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01360 City of Lakeland, Lakeland Florida PROJECT COORDINATION

1.4 SCHEDULES

A. Coordinate with City and Consultant regarding construction schedule. B. Submit a dated construction schedule at least one week prior to preconstruction meeting in accordance with procedures given in Section 01350. C. City and Consultant will review and schedule will be discussed at preconstruction meeting. Revise and resubmit schedule as required. D. Finalized schedule should be submitted to City and Consultant prior to mobilizing. E. Schedule should be revised and resubmitted as needed throughout the project to keep schedule current and accurate. F. This project has a maximum duration requirement. If the maximum duration of the project is exceeded, the daily liquidated damages rate will apply. The project is not considered complete until the punchlist and final inspections have been performed and contract closeout has been performed, including the submission of as built documents, certification letters and product warranties.

1.5 SUBMITTALS

A. Prior to Preconstruction meeting, Submittals should be submitted to City and Consultant in accordance with Section 01340 and as described in each section of specifications for review and compliance with Contract Documents. Revise and resubmit if rejected. B. Submit requests for information (RFI) and obtain responses from Consultant. C. Submit requests for substitutions, and change orders, to Consultant and City.

1.6 QUALITY ASSURANCE

A. The contractor shall coordinate readiness for and attendance of pre-construction meeting, quality assurance site visits, punchlist inspection and final inspection with Consultant, who will be performing quality assurance services for City.

1.7 LAWS AND REGULATIONS

B. The contractor shall obey all laws, regulations, and ordinances applicable to the work. Where specifications or drawings are suspected to be at variance with laws, regulations, etc. the contractor shall deliver prompt written notice to the City and Consultant. Any alteration or change to plans or specifications requires written modification by the City.

1.8 PERMITS

A. The Contractor shall obtain any and all permits and licenses necessary for work on this project.

0753-2379 01360-2 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01360 City of Lakeland, Lakeland Florida PROJECT COORDINATION

1.9 INTERRUPTION OF UTILITY SERVICES

A. Planned interruptions of utility services, electrical power or water shall be detained and coordinated by the Contractor. Requests for interruptions which involve facilities other than in this contract shall be submitted in writing by the Contractor to the City and Consultant at least ten (10) working days before the planned outage. If the outage affects only the facility in this contract, the request shall be submitted at least five (5) working days before the planned outage. The contractor shall not interrupt services(s) until approval has been granted. Requests shall include facility/facilities affected, date of scheduled outage, and duration. Requests for interruption of services(s) will not be approved until all equipment and materials required for that particular phase of work are on the job site.

END OF SECTION

0753-2379 01360-3 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01400 City of Lakeland, Lakeland Florida QUALITY CONTROL & QUALITY ASSURANCE

SECTION 01400 - QUALITY CONTROL & QUALITY ASSURANCE

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. Quality Control B. Quality Assurance C. Tolerances D. References and standards E. Mock-up F. Inspecting and testing laboratory services G. Manufacturer’s field services

1.2 RELATED SECTIONS

A. Section 01340 – Submittal Procedures B. Section 01400 – Quality Control & Quality Assurance

1.3 QUALITY CONTROL

A. Contractor shall be required to provide quality control during project. B. Contractor’s quality control shall consist of quality control over suppliers, manufacturers, products, services, site conditions and workmanship to produce work of specified quality. C. Contractor is required to self-inspect products and installation of same during project to ensure work of specified quality. D. Installation of products shall comply with manufacturers’ instructions, including each step in sequence. E. Comply with contract documents or manufacturer’s instructions as minimum quality for the work. In the event a conflict exists between the contract documents and the manufacturer’s instructions, proceed with the more stringent tolerances, codes, or specified requirements indicating higher standards or more precise workmanship. F. Perform work by persons qualified to produce required and specified quality and by persons familiar with the products and methods to be used. G. Verify the quantities of material using actual field measurements. The measurements are to be supplied in tabular as well as a drawing format. This information is to be submitted to the Consultant for review. H. All used or empty product containers shall be kept on site until substantial completion for verification by Consultant.

0753-2379 01400-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01400 City of Lakeland, Lakeland Florida QUALITY CONTROL & QUALITY ASSURANCE

1.4 QUALITY ASSURANCE

A. City of Lakeland will retain Consultant to perform part-time quality assurance site visits. B. Quality Assurance site visits will be random. Contractor is responsible for keeping construction schedule current to facilitate quality assurance site visits and shall circulate to City and Owner after each update. C. Purpose of quality assurance site visits will be to confirm that quality of project is consistent with contract documents and manufacturer’s requirements. D. A punchlist inspection will be performed by Consultant at substantial completion. A minimum of 72 hours’ notice to be given to Consultant and City for punchlist inspection. E. A final inspection will be performed by Consultant at final completion. A minimum of 72 hours’ notice to be given to Consultant and City for final inspection. F. Performance of quality assurance by Consultant does not relieve contractor to perform work in accordance with contract requirements. G. Additional quality assurance site visits or inspections required because of non-compliance to contract documents will be charged to the contractor, deducting testing charges from the contract sum/price.

1.4 TOLERANCES

A. Monitor control of products and installation tolerances, depths and thicknesses to produce acceptable work. B. Comply with manufacturers’ tolerances, depths and thicknesses. Should manufacturer’s tolerances, depths or thicknesses conflict with contract documents, proceed with more stringent requirement.

1.5 REFERENCES AND STANDARDS

A. Products or workmanship specified by association, trade or other consensus standards shall comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date of contract documents, date specified in the individual specification sections, except where a specific date is established by code. C. Obtain copies of standards where required by product specification sections. D. Neither the contractual relationships, duties nor responsibilities of the parties in contract nor those of the City shall be altered from the contract documents by mention or inference otherwise in any reference document.

0753-2379 01400-2 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01400 City of Lakeland, Lakeland Florida QUALITY CONTROL & QUALITY ASSURANCE

1.6 IN PLACE MOCK-UPS

A. Provide in place mock-ups of products planned to be used prior to starting the work. This shall include a representation of all conditions. B. In place mock-up sections are acceptable. Contractor to communicate with Consultant as to location and date mock-up section was installed. Consultant to observe and test as needed. C. Tests will be performed under provisions identified in this section in the respective product specification sections. D. Accepted mock-ups shall be a comparison standard for the remaining work. Therefore, in place mockups should not be covered until substantial completion.

1.7 MANUFACTURER’S FIELD SERVICES

A. The manufacturer’s representative shall be required to visit the site a minimum of one time at the start of product application or as stated in individual specification sections. Manufacturer’s field representative to inspect the surface preparation, prime coat application, finish coat application and contractor’s overall familiarity and competence with installation of products. Further, manufacturer’s representative shall inspect the repointing of new mortar joints. Manufacturer’s representative to be determined after approval of contractor’s product submittals. Consultant to be notified of manufacturer’s site visits. B. Manufacturer’s representative to report observations of site visits to Consultant within 5 days of observations.

END OF SECTION

0753-2379 01400-3 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01500 City of Lakeland, Lakeland Florida TEMPORARY FACILITIES AND CONTROLS

SECTION 01500 – TEMPORARY FACILITIES AND CONTROLS

PART 1 – GENERAL

1.1 RELATED SECTIONS

A. Documents affecting the work of this Section include, but are not necessarily limited to these specifications and attachments the City of Lakeland General Terms and Conditions, the City of Lakeland Contract Agreement Terms and Conditions and the City of Lakeland Purchase Order Agreement Terms and Conditions.

1.2 DESCRIPTION

A. WORK INCLUDED

Provide temporary facilities and controls needed for the Work, including but not necessarily limited to:

1. Field offices and sanitary facilities for the Contractor’s personnel; 2. Enclosures such as tarpaulins, barricades, and canopies; traffic control and pedestrian control devices; 3. Secured material storage containers 4. Erosion control measures; and 5. Directional and informational signage.

B. WORK NOT INCLUDED

1. Except for the requirement that equipment furnished by subcontractors shall comply with pertinent safety regulations, such equipment as normally furnished by the individual trades in execution of their own portions of the Work, is not part of this Section. 2. The permanent installation and hookup of utility lines are described in other sections and are not part of this Section except as related to the metered cost of such utilities once established.

1.3 PRODUCT HANDLING

A. Maintain temporary facilities and controls in proper and safe condition throughout progress of the Work.

0753-2379 01500-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01500 City of Lakeland, Lakeland Florida TEMPORARY FACILITIES AND CONTROLS

1.4 SUBMITTALS

A. If requested by City or Consultant, the Contractor shall present a jobsite management in the form of a scaled, marked-up site plan. This drawing shall identify, at a minimum:

1. Temporary fencing with gated point(s) of access 2. Materials delivery & storage areas 3. Field office or storage trailers 4. Temporary accessibility features including paved or unpaved roads, sidewalks, bicycle paths, ramps, curb buts, canopies, barricades, or other means of maintaining safe and ADA- accessible routes through or around the site 5. Waste collection (dumpsters) 6. Signage and striping 7. Paths for emergency egress 8. Onsite staff parking 9. Tree protection 10. Restricted access routes for vehicles and equipment belonging to the Contractor and its subcontractors, vendors, and employees entering upon the City’s property.

B. As the project progresses, the Contractor shall identify any required disruptions or restrictions of roads, parking lots, sidewalks, bicycle lanes, or other means of access. Approval for such disruptions shall be secured prior to scheduling related work by submitting a written request to the City’s project manager. This request shall be accompanied by a site sketch, start and end dates, an explanation of the reason(s) for the request, and an illustration or description of the temporary controls to be used to maintain safe access. THE FULL CLOSING OF VEHICULAR ROADS (i.e. all lanes) SHALL NOT BE PERMITTED UNDER ANY CIRCUMSTANCES.

PART 2 - PRODUCTS

2.1 TEMPORARY UTILITIES

A. USAGE, ESTABLISMENT, and COST

1. The City will allow the Contractor to use site water and electricity during the performance of the Work.

B. WATER

1. The Contractor may use water provisions of the site. The point(s) of connection shall be designated by the City.

0753-2379 01500-2 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01500 City of Lakeland, Lakeland Florida TEMPORARY FACILITIES AND CONTROLS

2. Contractor shall furnish and install all necessary temporary piping and water supply and, upon completion of the Work, remove same.

C. ELECTRICITY

1. The contractor may use the exterior electrical provisions of the site. The contractor is not to enter the building to obtain electrical service. The exterior point(s) of connection may be designated by the City.

2. Contractor shall furnish and install all necessary temporary generators and wiring, and upon completion of the Work, remove same.

(a) All temporary wiring provided by the Contractor must conform to the requirements of the National Electric Code (NEC), the Industrial Safety Commission, and local requirements. In addition, all wire used shall be fused to adequately protect that wire according to the NEC. (b) The Contractor shall have an adequate number of outlets and each outlet shall be properly and clearly labeled with the maximum voltage and fuse protection. (c) Where temporary lighting is used, outlets shall consist of a weatherproof socket properly insulated and provided with a locking type wire guard. (d) All devices shall be properly grounded.

3. Provide area distribution boxes located such that the individual trades may furnish and use extension cords 100 feet in length (maximum) to obtain power and lighting at points where needed for work, inspection, and safety.

4. Extension cords must be free of cuts or tears and must not have exposed wiring. All extension cords must have grounding prong.

5. Temporary electric facilities shall be inspected and approved by the City prior to energizing.

D. TELEPHONE AND INTERNET

1. Contractor shall make arrangements with the City if temporary phone, fax, and/or Internet service lines are needed.

E. SANITARY FACILITIES

1. Furnish and install temporary sanitary facilities for use by all construction personnel. 2. The Contractor shall provide and maintain in a neat and sanitary condition such accommodations for the use of employees and subcontractors as may be necessary to comply with the regulations of the State Board of Health.

0753-2379 01500-3 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01500 City of Lakeland, Lakeland Florida TEMPORARY FACILITIES AND CONTROLS

3. Unless expressly allowed by the City, the existing sanitary facilities of the building may not be used by construction personnel, subcontractors, or vendors.

2.2 FIELD OFFICES AND SHEDS

A. TRAILERS – Office and Storage

1. Provide stairs and railings as required by OSHA.

2.3 ENCLOSURES

A. GENERAL: Provide and maintain for the duration of the construction all scaffolds, tarpaulins, canopies, steps, platforms, bridges, and other temporary construction necessary for proper completion of the Work in compliance with pertinent safety and other regulations.

B. DUMPSTER ENCLOSURES: For all projects requiring dumpster enclosures, the dumpster shall be enclosed by a solid wooden fence installed around the entire perimeter. Dumpster enclosures may be required based on the proposed location of the dumpster. This fence shall be a minimum of 6’ high and shall be constructed of vertical 1 x 6’s on a 2 x 4 frame. Pre-fabricated sections are acceptable.

C. VEGETATION PROTECTION: Measures should be taken to prevent coating of vegetation or other types of vegetation damage. Vegetation destroyed shall be replaced at contractor’s expense.

2.4 TEMPORARY FENCING

A. Provide and maintain for the duration of construction a temporary fence to prevent entry of the public into the staging area. Fencing shall be 6’ high sealed wood or chain link fencing with dark- colored inlaid fabric mounted on fixed posts of metal or wood for temporary parking and work area. Open trenches and other hazards shall be enclosed in a fixed wire fencing or wooden barricades with flashing lights.

B. Maintain the security and appearance of fencing throughout construction.

2.5 EROSION and SEDIMENTATION CONTROL

A. The contractor is responsible for damages caused by erosion due to use of water. Measures should be taken to prevent damage to the site due to erosion.

B. It is recommended that the Contractor develop an “Erosion Control Plan” in order to explain the erosion prevention measures planned.

0753-2379 01500-4 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01500 City of Lakeland, Lakeland Florida TEMPORARY FACILITIES AND CONTROLS

C. This plan shall be submitted for review and approval prior to beginning any onsite work.

D. The Contractor shall erect and maintain control measures as outlined in the plan throughout the construction.

2.6 SIGNAGE

A. Provide way-finding, directional, and other informational signage as needed to safely accommodate the public’s need to pass around or through the Work. This shall include, as needed, directional assistance for ADA-compliant paths of travel throughout the duration of construction.

B. No other signs or advertisements are permitted.

2.7 CLEANLINESS

A. The Contractor shall keep the premises free from accumulation of waste material and rubbish, and shall remove from the premises all rubbish, implements, surplus materials, and temporary facilities provided during the course of the Work, leaving spaces broom clean.

2.8 OTHER

A. Existing utility infrastructure (electrical, telecommunications, water main) shall generally remain in service throughout the project. However, coordination with City will be required to avoid damage to coated or repaired surfaces due to irrigation of the site.

PART 3 - EXECUTION

3.1 INSTALLATION

A. The Contractor shall not mobilize and/or erect temporary facilities until the jobsite management plan has been reviewed and approved by the City. B. Prior to erection of fencing (if any), the Contractor shall review the proposed fencing plan onsite with the City. C. Directional signage shall be installed simultaneously with fencing and/or temporary roads or paths. D. Traffic maintenance devices and procedures (signage, barricades and cones, flagmen, etc.) shall be per Florida Department of Transportation (FDOT) standards (2003 Edition, Manual on Uniform Traffic Control Devices (MUTCD), with Revision No. 1 Incorporated, dated November 2004). Work zone traffic control schemes and devices shall only be implemented or installed in the field by or under the direct supervision of a person who has satisfactorily completed the training requirements prescribed by FDOT Topic No: 625-010-010-f, “MAINTENANCE OF TRAFFIC

0753-2379 01500-5 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01500 City of Lakeland, Lakeland Florida TEMPORARY FACILITIES AND CONTROLS

TRAINING,” Work Zone Traffic Control and Maintenance of Traffic Intermediate or Advanced Level as appropriate for the project. All flagmen shall have successfully completed the Work Zone Control and Maintenance of Traffic – Basic Level.

3.2 WEATHER PROTECTION

A. Take necessary precautions to ensure that exterior doors and other critical openings in the buildings are secured. Take immediate actions required to seal off such openings when rain or other detrimental weather is imminent, and at the end of each workday. Ensure that the openings are completely sealed off to protect materials and equipment in the building from damage.

B. When a warning of gale force (or higher) winds is issued, take precautions to minimize danger to persons, and protect the work and nearby property. Precautions shall include, but are not limited to, closing openings; removing loose materials, tools and equipment from exposed locations; removing or securing scaffolding and other temporary work; and arranging for all dumpsters to be emptied.

3.3 MAINTENANCE AND REMOVAL

A. Maintain temporary facilities and controls as long as needed for safe, compliant, and proper completion of the Work.

B. Remove temporary facilities and controls as rapidly as progress of the Work will permit, or directed by the City.

END OF SECTION

0753-2379 01500-6 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01505 City of Lakeland, Lakeland Florida CONSTRUCTION WASTE MANAGEMENT

SECTION 01505 – CONSTRUCTION WASTE MANGEMENT

PART 1 – GENERAL

1.1 RELATED SECTIONS

A. Documents affecting the work of this Section include, but are not necessarily limited to these specifications and attachments the City of Lakeland General Terms and Conditions, the City of Lakeland Contract Agreement Terms and Conditions and the City of Lakeland Purchase Order Agreement Terms and Conditions.

1.2 HAZARDOUS SUBSTANCES

A. The Contractor is responsible for proper management of hazardous substances used, stored, handled, generated, or disposed of by his own construction activities (e.g. excess or unwanted hazardous construction-related materials, including, but not limited to: equipment lubricants, used oil filters, aerosols, paints, activators, adhesives, caulks, and other hazardous wastes). In no case shall such construction hazardous waste be commingled with demolition hazardous waste. In no case shall such construction hazardous waste be commingled with non-hazardous construction or demolition waste.

B. Contractor shall not be permitted to use City’s dumpsters. Contractor shall provide dedicated waste removal vessels (dumpsters, etc.)

C. Evaluation, on-site storage, transportation, disposal and other aspects of Hazardous Waste Management shall comply with applicable Federal, State, and local laws.

END OF SCTION

0753-2379 01505-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01700 City of Lakeland, Lakeland Florida CONTRACT CLOSEOUT

SECTION 01700 - CONTRACT CLOSEOUT

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. Closeout procedures, Final Inspections B. Final cleaning C. Adjusting D. Project record documents E. Construction and Utility Data Worksheet F. Warranties and bonds G. Maintenance service

1.2 RELATED SECTIONS

A. Section 01500 – Temporary Facilities and Controls

1.3 CLOSEOUT PROCEDURES

A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Consultant's review and acceptance.

B. The Contractor shall certify that all conditions of the contract documents have been met and equipment and systems have been tested in the presence of a City representative and are fully operational.

C. The Contractor shall allow appropriate time in the contract progress schedule for submittal approval, closeout procedures, and final inspection.

D. Punch List Inspection: At substantial completion but no later than fourteen (14) calendar days prior to expiration of the contract performance period, a “Punch-List" inspection will be performed by a representative of the Consultant in the presence of representatives of the City and Contractor. Contractor is responsible for requesting the “Punch-List” inspection at substantial completion. During the “Punch-List” inspection, a list of observed deficiencies will be compiled by the Consultant. These items are to be corrected by Contractor prior to the Final Inspection. If it is obvious to the Consultant that the work is not substantially complete, the inspection will be halted.

E. Final Inspection: A Final Inspection will be held after the remediation of deficiencies identified by Consultant during “Punch-List” inspection but no later than the last day of the

0753-2379 01700-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01700 City of Lakeland, Lakeland Florida CONTRACT CLOSEOUT

contract performance period. The Final Inspection will be performed by a representative of the Consultant in the presence of the City and Contractor. All items previously identified on the "Punch List" will have been remediated and the Final Cleanup will have been performed. Any additional time required by the Contractor to accomplish items not acceptable to the Consultant and City at the time of the expiration of the contract performance period will be subject to predetermined penalties/fines or short payment. Additional inspections by the Consultant due to nonconformance will be at the Contractor’s expense.

1.3 FINAL CLEANING

A. Execute final cleaning prior to final inspection.

B. Clean all areas affected by construction to pre-mobilization condition.

C. Clean debris from slabs, gutters, downspouts, and drainage systems; sweep paved areas.

D. Remove waste and surplus materials, rubbish, and construction facilities from the site and from the structure for legal disposal.

1.4 ADJUSTING

A. Adjust site lighting, doors, gates, cameras and other site equipment to pre-mobilization condition.

1.5 PROJECT RECORD DOCUMENTS

A. Maintain on site one set of the following record documents. Paper documents should be stored out of the elements in a three-ring binder. Record documents include but are not limited to the following:

1. Specifications from Consultant. 2. Addenda from Consultant. 3. Reviewed Submittals including work plan, current schedule, shop drawings, manufacturer’s product data sheets and specifications, and samples. 4. Contractor’s quality control logs. 5. Bills of laden showing quantity and date of purchase of products. 6. Purchase Orders and approved Change Orders from City. 7. Daily Inspection reports from Consultant. 8. Minutes of progress meetings from Consultant. 9. Manufacturer’s representative site visit reports.

0753-2379 01700-2 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01700 City of Lakeland, Lakeland Florida CONTRACT CLOSEOUT

B. Ensure entries are complete and accurate for observation by Consultant during progress meetings and site inspections.

C. Record information concurrent with construction progress.

D. Legibly mark and record at each Product section description of actual Products installed, including the following:

1. Manufacturer's name and product designation. 2. Product substitutions or alternate approvals utilized. 3. Changes made by Addenda and modifications.

E. Submit final “as-built” documents to the Consultant. “As-built” documents shall state where repairs where performed, what type of repairs were performed and what products were used. “As built” documents shall also detail type of materials used and where they were installed. Finalized, bound copies of the “As built” documents shall be submitted to both the City and Consultant. Final progress payment will be withheld until final “as-built” Record Documents are provided.

1.8 WARRANTIES AND BONDS

A. Provide duplicate notarized copies. B. Execute and assemble transferable warranty documents from Subcontractors, suppliers, and Manufacturers. C. Submit prior to final Application for Payment. D. For items of Work delayed beyond date of Final Inspection provide updated submittal within 10 days after acceptance, listing date of acceptance as start of warranty period.

1.9 MAINTENANCE SERVICE

A. Furnish manufacturer’s service and maintenance recommendations of applied products indicated in specification sections during the warranty period.

END OF SECTION

0753-2379 01700-3 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01800 City of Lakeland, Lakeland, Florida ENVIRONMENTAL PROTECTION

SECTION 01800 - ENVIRONMENTAL PROTECTION

PART 1 – GENERAL

1.01 SECTION INCLUDES

A. The work covered in this section consists of furnishing all labor, materials and equipment to perform all work required to prevent environmental pollution during and as a result of this project.

B. Environmental pollution is defined as the presence of chemical or physical or biological elements or agents which adversely affect human health or welfare unfavorably alter ecological balances of importance to human life, affect other species of importance to man, or degrade the utility of the environment for aesthetic and recreational purposes. The control of environmental pollution requires consideration of air, water and land, and involves management of noise, solid waste, radiant energy and radio-active materials, and other pollutants.

1.02 RELATED SECTIONS

A. Section 01010 – SUMMARY OF WORK

B. Section 01500 – TEMPORARY FACILITIES AND CONTROLS

1.03 PROTECTION OF LAND RESOURCES:

A. The land resources within the project boundaries and outside of limits of permanent work performed shall be preserved in their present condition or be restored to a condition that appears to be natural and not detract from the appearance of project. The Contractor shall confine his activities to areas defined by the plans or specifications. Do not deface, injure, remove, cut or destroy trees or shrubs except as directed.

B. Restoration of Landscape Damage: Any trees or other landscape feature scarred or damaged by the Contractor's equipment or operations shall be restored to original condition at the Contractor's expense. The City will decide the method of restoration and whether damaged items shall be treated and healed or removed and replaced. Final Cleanup: The Contractor shall remove all signs of temporary facilities such as work areas structures, temporary structures, and stockpiles of excess or waste materials in connection with this Contract as directed by the City.

0753-2379 01800-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01800 City of Lakeland, Lakeland, Florida ENVIRONMENTAL PROTECTION

1.04 PROTECTION OF WATER RESOURCES

A. Spillages: Take special measures to prevent chemical, fuels, oils, grease, bituminous, waste waters, and cement drainage from entering surface or ground waters. In the event of fuel, oil, or chemical spill, take immediate measures to contain the spill and prevent it from entering the structure's drainage system. Immediately report all spills to the City. If the City determines the Contractor caused the spill, the Contractor shall pay cleanup costs.

1.05 DUST CONTROL

A. Maintain stockpiles waste areas, and other work areas free dust at all times. Temporary methods of stabilization consisting of sprinkling, chemical, light bituminous treatment or similar may be approved. Sprinkling must keep all parts of the disturbed area damp at all times, and sufficient equipment must be available to do this work.

1.06 NOISE CONTROL

A. Provide methods, means, and facilities to minimize noise produced by construction operations.

1.07 POLLUTION CONTROL

A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operation.

1.08 MAINTENANCE OF POLLUTION CONTROL FACILITIES:

A. Properly maintain facilities constructed for pollution control as long as the pollutants are being generated. During this period, conduct frequent training courses for maintenance personnel. Training should include methods of detection of pollution, familiarity with pollution standards, and installation and care of vegetation cover, plant and other methods to prevent and correct environmental pollution.

1.09 HAZARDOUS MATERIALS:

A. Contractor to declare in submittals if any of the products to be used for the product are defined as Hazardous Materials by local, state or federal regulatory agencies. B. Hazardous materials signage to be posted in storage areas in accordance with local, state and federal requirements.

0753-2379 01800-2 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS Purchasing Building – Various Building Envelope Repairs SECTION 01800 City of Lakeland, Lakeland, Florida ENVIRONMENTAL PROTECTION

C. Material data sheets to be stored on site in accordance with local, state and federal requirements.

END OF SECTION

0753-2379 01800-3 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 04012 City of Lakeland, Lakeland, Florida CMU Joint Repointing

SECTION 04012 – CMU Joint Repointing

PART 1 – GENERAL

1.1 SUMMARY

A. Section Includes:

1. This specification describes the repointing of isolated missing, deteriorated, or severely cracked split-face concrete masonry mortar joints.

1.2 SUBMITTALS

A. Product Data: For each joint mortar product indicated.

B. Product Certificates: Signed by manufacturers of mortar certifying that products furnished comply with requirements and are suitable for the use indicated.

1.3 QUALITY CONTROL

A. Installer Qualifications: An experienced installer who is specialized in repointing of concrete block joints similar in material, design and extent to those indicated for this Project and whose work has resulted in CMU mortar installations with a record of successful in-service performance of five years or more.

B. Source Limitations: Obtain each type of material through one source from a single manufacturer.

C. Manufacturer’s Representative: Manufacturer’s representative shall certify installation of materials and may attend pre-construction meeting, may make site visits during and after installation of the materials before issuing a warrantee certification.

D. In Place Mockups: Contractor to provide in place mockups showing finished condition of products specified being used. Test sections can be left in place on existing structure provided they are acceptable to Consultant and City.

E. Do not change source or brands of masonry mortar material. If changes become necessary, resubmit data for material being substituted and for tests of materials in which the changed material is an ingredient.

F. The Contractor is responsible for quality control, including workmanship and materials furnished by his subcontractors and suppliers. 0753-2397 07901-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 04012 City of Lakeland, Lakeland, Florida CMU Joint Repointing

G. Install materials in accordance with all safety and weather conditions required by manufacturer or as modified by applicable rules and regulations of local, state and federal authorities having jurisdiction. Consult Material Safety Data Sheets for complete handling recommendations.

1.4 DELIVERY, STORAGE AND HANDLING

A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration date, pot life, curing time and mixing instruction for multicomponent materials.

B. Store and handle materials in compliance with manufacturer’s written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants or other causes.

C. Condition the specified product as recommended by the manufacturer.

1.5 PROJECT CONDITIONS

A. Environmental Limitations: Do not proceed with installation of mortars under the following conditions:

1. When ambient and substrate temperature conditions are outside limits permitted by mortar manufacturer. 2. The optimal temperature range for mortar application is between 40 F and 90 F (40 C and 32 C). Application outside of this range is possible when appropriate precautions for cold or hot weather construction are implemented in compliance with ACI, PCA, ASTM, IMIAC, or Masonry Institute standards. 3. Uncured or crushed cured cement is an environmental hazard, which may adversely affect fish and wildlife. Dispose of construction debris containing cement, including empty bags, at a permitted municipal disposal firm. Do not use crushed concrete as a fill near an aquatic habitat.

B. Protection: Precautions should be taken to avoid damage to any surface near the work zone due to handling, mixing and application of products.

C. Joint Substrate Conditions: Do not proceed with installation of mortar until contaminants capable of interfering with adhesion are removed from joint substrates.

1.6 WARRANTY

A. Manufacturer’s Warranty: Written warranty, signed by mortar manufacturer agreeing to repair or replace products that do not comply with performance and other requirements

0753-2397 07901-2 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 04012 City of Lakeland, Lakeland, Florida CMU Joint Repointing specified in this Section within specified warranty period.

1. Warranty Period: 1 Year for performance and weathertightness, beginning from date of Substantial Completion.

B. Installer’s Warranty: Installer’s warranty guaranteeing newly repointed mortar joints will remain weathertight and not deteriorate for the duration of the warranty period. Warranty shall include all labor and material costs associated with repairs.

1. Warranty Period: 1 year beginning on the date of Substantial Completion.

PART 2 – PRODUCTS

2.1 PRODUCTS AND MANUFACTURERS

A. Products: Provide the following products for each application listed. Substitutions for joint mortar must meet or exceed the specified product characteristics and test results of the products listed and must be approved by City. B. Portland Cement: ASTM C150, Type I, non-staining, without air entertainment and of natural color or white, to produce the required color of mortar or .

1. Joint Mortar Repointing: Masonry Cement and Sand Mortar.

1. Applications: Exterior split-face CMU mortar joints that are either missing, or severely cracked and deficient. 2. Product and Manufacturer: Subject to compliance with requirements, available products that may be incorporated into the Work include but are not limited to the following: i. Amerimix – AMX 500 Series Type S

2.2 MATERIALS, GENERAL

A. Compatibility: Provide mortar and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by manufacturer based on testing and field experience.

B. Source Limitations: Obtain each type of material for repointing historic masonry (cement, sand, etc.) from single source with resources to provide materials of consistent quality in appearance and physical properties.

C. CMU Joints: Verify location and application of mortar to joints. Do not allow mortar to contact with adjacent walls finishes. Protect all surfaces.

0753-2397 07901-3 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 04012 City of Lakeland, Lakeland, Florida CMU Joint Repointing

D. Colors of Mortar: Standard color. Newly repointed mortar will be primed and coated during the cleaning and repainting of the building. Samples to be provided to City for approval in advance of pre-construction meeting.

1. Pointing Mortar: Submit sets of mortar for pointing in the form of sample mortar strips, 6 inches long by 1/4 inch wide, set in aluminum or plastic channels.

E. Do not use products or tools that could do the following:

1. Remove, alter, or harm the present condition or future preservation of existing surfaces, including surrounding surfaces not in Contract. 2. Leave residue on surfaces.

2.3 MISCELLANEOUS MATERIALS

A. Masking Tape: Nonstaining, nonabsorbent material; compatible with mortar, joint primers, sealants, and surfaces adjacent to joints; and that easily comes off entirely, including adhesive.

B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of the mortar - free of oily residues or other substances capable of staining or harming joint substrates and adjacent surfaces in any way.

PART 3 – EXECUTION

3.1 EXAMINATION

A. Verify location and application of mortar to joints.

B. Contractor to examine joints indicated to receive mortar for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint performance.

C. Proceed with installation only after unsatisfactory conditions have been corrected.

D. Rake out and repoint joints to the following extent:

1. All joints which are provided with a flexible sealant. 2. Joints at locations of the following defects:

a. Holes and missing mortar. b. Cracks that can be penetrated 1/4 inch or more by a knife blade 0.027 inch thick. c. Cracks 1/16 inch or more in width and of any depth. d. Hollow-sounding joints when tapped by metal object. 0753-2397 07901-4 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 04012 City of Lakeland, Lakeland, Florida CMU Joint Repointing e. Eroded surfaces 1/4 inch or more deep. f. Deterioration to point that mortar can be easily removed by hand, without tools. g. Joints filled with substances other than mortar.

E. Do not rake out and repoint joints where not required.

3.2 PROTECTION

A. Prevent mortar from staining face of surrounding masonry and other surfaces.

1. Cover fenestration, sills, ledges, and other projecting items to protect them from mortar droppings. Method used for protection is responsibility of Contractor. Timely removal of protection so to not leave staining, or residue is required. 2. Keep wall area wet below rebuilding and pointing work to discourage mortar from adhering. 3. Immediately remove mortar splatters in contact with exposed masonry and other surfaces.

B. Remove gutters and downspouts and associated hardware adjacent to immediate work area and store during masonry repointing work. Reinstall when repointing is complete.

1. Provide temporary rain drainage during work to direct water away from building.

3.3 PREPARATION

A. Cleaning of Joints: Clean out joints immediately before installing joint mortar in accordance with manufacturer’s recommendations. Remove all loose particles, dirt, dust, or any foreign materials that inhibit proper bond to , block, stone, or masonry substrate.

B. Masking Tape: Use masking tape where required preventing contact of mortar with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove residue.

C. Rake out joints as follows, according to procedures demonstrated in approved mockup:

1. Remove mortar from joints to depth of joint width plus 1/8 inch, but not less than 1/2 inch, or not less than required to expose sound, un-weathered mortar. Existing mortar should be removed to a depth of 1/2 inch to 1 inch for this project. Do not remove unsound mortar more than 2 inches deep. 2. Remove mortar from masonry surfaces within raked-out joints providing reveals with square backs and exposing masonry for contact with pointing mortar. Brush, vacuum, or flush joints to remove dirt and loose debris. 3. Do not spall edges of masonry units or widen joints. Replace or patch damaged masonry units as directed by Architect. a. Cut out center of mortar bed joints using angle grinders with diamond-impregnated metal blades. Remove remaining mortar in bed joints and mortar in head joints by hand with and resilient mallet. Strictly adhere to approved quality-control program. 0753-2397 07901-5 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 04012 City of Lakeland, Lakeland, Florida CMU Joint Repointing

D. Notify Consultant of unforeseen detrimental conditions, including voids in mortar joints, cracks, loose masonry units, rotted wood, rusted metal, and other deteriorated items

3.4 INSTALLATION

A. General: Comply with manufacturer’s instructions for products and application indicated, unless more stringent requirements apply.

1. Install mortar by proven industry techniques and standards, as well as manufacturer recommendations. a. ASTM C270 – Standard Specification for Mortar for Unit Masonry. b. Brick and Masonry Institutes of America.

B. Appearance Standard: Repointed surfaces are to have a uniform appearance as viewed from 20 feet away by Consultant.

C. Pointing with Mortar

1. Rinse joint surfaces with water to remove dust and mortar particles. Time rinsing application so, at time of pointing, joint surfaces are damp but free of standing water. If rinse water dries, dampen joint surfaces before pointing. 2. Apply pointing mortar first to areas where existing mortar was removed to depths greater than surrounding areas. Apply in layers not greater than 3/8 inch until a uniform depth is formed. Fully compact each layer thoroughly and allow it to become thumbprint hard before applying next layer. 3. After deep areas have been filled to same depth as remaining joints, point joints by placing mortar in layers not greater than 3/8 inch. Fully compact each layer and allow it to become thumbprint hard before applying next layer. Where existing masonry units have worn or rounded edges, slightly recess finished mortar surface below face of masonry to avoid widened joint faces. Take care not to spread mortar beyond joint edges onto exposed masonry surfaces or to featheredge the mortar. 4. When mortar is thumbprint hard, tool joints to match original appearance of joints as demonstrated in approved mockup. Remove excess mortar from edge of joint by brushing. 5. Cure mortar by maintaining in thoroughly damp condition for at least 72 consecutive hours, including weekends and holidays.

a. Acceptable curing methods include covering with wet burlap and plastic sheeting, periodic hand misting, and periodic mist spraying using system of pipes, mist heads, and timers. b. Adjust curing methods to ensure that pointing mortar is damp throughout its depth without eroding surface mortar.

D. Hairline cracking within the mortar or mortar separation at edge of a joint is unacceptable.

0753-2397 07901-6 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 04012 City of Lakeland, Lakeland, Florida CMU Joint Repointing Remove mortar and repoint.

E. Where repointing work precedes cleaning of existing masonry, allow mortar to harden at least 30 days before beginning cleaning work.

F. After mortar has fully hardened, thoroughly clean exposed masonry surfaces of excess mortar and foreign matter; use wood scrapers, stiff-nylon or -fiber brushes, and clean water, applied by low-pressure spray.

1. Do not use metal scrapers or brushes. 2. Do not use acidic or alkaline cleaners. 3. Clean adjacent non-masonry surfaces. Use detergent and soft brushes or cloths.

G. Remove masking materials, leaving no residues that could trap dirt.

3.5 FIELD QUALITY ASSURANCE

A. Manufacturer Representative to perform at least one inspection during application of mortar repointing.

B. Contractor to replace mortar joints that do not installed properly, do not visually match the remaining joint work, adhere properly, or crack.

C. Notify Consultant and City in advance of times when lift devices and scaffolding will be relocated. Do not relocate lift devices and scaffolding until Architect's Project representatives have had reasonable opportunity to make inspections and observations of work areas at lift device or scaffold location.

END OF SECTION

0753-2397 07901-7 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 07901 City of Lakeland, Lakeland, Florida EXTERIOR SEALANTS

SECTION 07901 – EXTERIOR SEALANTS

PART 1 – GENERAL

1.1 SUMMARY

A. Section Includes:

1. This specification describes the sealing of joints and cracks with a one-component, gun- grade, elastomeric polyurethane sealant. Specifically, the control joints at the exterior split face concrete masonry walls.

1.2 PERFORMANCE REQUIREMENTS

A. Provide exterior grade elastomeric joint sealants that establish and maintain watertight and airtight continuous joint seals without staining or deteriorating joint substrates.

1.3 SUBMITTALS

A. Product Data: For each joint sealant product indicated.

B. Samples Initial Selection: Manufacturer’s color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view.

C. Product Certificates: Signed by manufacturers of joint sealants certifying that products furnished comply with requirements and are suitable for the use indicated.

D. Compatibility and Adhesion Test Reports: From sealant manufacturer indicating the following:

1. Materials forming joint substrates and joint sealant backings have been tested for compatibility and adhesion with joint sealants

2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion.

E. Product Test Reports: From a qualified testing agency indicating sealant comply with requirements, based on comprehensive testing of current product formulations.

F. Warranties: Special warranties specified in this Section.

G. Reports: Field adhesion test reports.

0753-2397 07901-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 07901 City of Lakeland, Lakeland, Florida EXTERIOR SEALANTS

1.4 QUALITY CONTROL

A. Installer Qualifications: An experienced installer who has specialized in installing joint sealants similar in material, design and extent to those indicated for this Project and whose work has resulted in joint-sealant installations with a record of successful in-service performance of five years or more.

B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer.

C. Manufacturer’s Representative: Manufacturer’s representative shall certify the installation of sealant materials and shall attend the pre-construction meeting, make site visits during and after installation of the materials before issuing a warrantee certification.

D. A. Manufacturing qualifications: The manufacturer of the specified product shall be ISO 9001:2008 certified and have in existence a recognized ongoing quality assurance program independently audited on a regular basis

E. In Place Mockups: Contractor to provide in place mockups showing finished condition of products being used. Test sections can be left in place on existing structure provided they are acceptable to Engineer and City.

F. The Contractor is responsible for quality control, including workmanship and materials furnished by his subcontractors and suppliers.

G. Install materials in accordance with all safety and weather conditions required by manufacturer or as modified by applicable rules and regulations of local, state and federal authorities having jurisdiction. Consult Material Safety Data Sheets for complete handling recommendations.

1.5 DELIVERY, STORAGE AND HANDLING

A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration date, pot life, curing time and mixing instruction for multicomponent materials.

B. Store and handle materials in compliance with manufacturer’s written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants or other causes.

C. Condition the specified product as recommended by the manufacturer.

0753-2397 07901-2 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 07901 City of Lakeland, Lakeland, Florida EXTERIOR SEALANTS

1.6 PROJECT CONDITIONS

A. Environmental Limitations: Do not proceed with installation of joint sealants under the following conditions:

1. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer.

2. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer or are below 40 degrees F.

3. When joint substrates are wet.

B. Protection: Precautions should be taken to avoid damage to any surface near the work zone due to mixing and handling of the specified coating

C. Joint Width Conditions: Do not proceed with installation of joint sealants where joint widths are more, or less than allowed by joint sealant manufacturer for applications indicated.

D. Joint Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with adhesion are removed from joint substrates.

1.7 WARRANTY

A. Manufacturer’s Warranty: Written warranty, signed by elastomeric sealant manufacturer agreeing to furnish elastomeric joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period.

1. Warranty Period: 10 Years for performance and weathertightness, beginning from date of Substantial Completion.

2. The manufacturer shall be responsible for the cost of replacement material and for the cost of the labor, up to a maximum of five (5) times the cost of replacement material, to make any warranty related repairs.

B. Installer’s Warranty: Installer’s warranty guaranteeing joint sealants will remain weathertight for the duration of manufacturers defined warranty period. Warranty shall include all labor and material costs associated with repairs.

1. Warranty Period: 5 years beginning on the date of Substantial Completion.

0753-2397 07901-3 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 07901 City of Lakeland, Lakeland, Florida EXTERIOR SEALANTS

PART 2 – PRODUCTS

2.1 PRODUCTS AND MANUFACTURERS

A. Products: Provide the following products for each application listed. Substitutions for exterior building joint sealants shall be listed on the Validated Products list published by the Sealant, Waterproofing and Restoration Institute (SWRI), must meet or exceed the product characteristics and test results of the products listed and must be approved by City.

1. Elastomeric Joint Sealant: Low-modulus, high-performance, one-component, polyurethane-based, non-sag elastomeric sealant with an elongation of at least 700% and Shore A hardness of at least 25 + 5.

a. Applications: Exterior expansion and control joints in exterior concrete masonry walls.

b. Product and Manufacturer: Subject to compliance with requirements, available products that may be incorporated into the Work include but are not limited to the following:

i. Sikaflex-15 LM – Sika Corporation

2.2 MATERIALS, GENERAL

A. Compatibility: Provide joint sealants, backings and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience.

B. Sealant: Verify location and application of sealant to substrates. Do not allow sealant to contact incompatible materials. Prevent reaction to metals and other substrates. Protect all surfaces.

C. Colors of Exposed Joint Sealants: As approved by City. Samples to be provided to City for approval in advance of pre-construction meeting.

2.3 JOINT SEALANT BACKER ROD

0753-2397 07901-4 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 07901 City of Lakeland, Lakeland, Florida EXTERIOR SEALANTS A. General: Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing.

B. Backer Rod: Type B, ASTM C 1330, preformed, cylindrical, flexible, compressible, resilient, non-staining, bi-cellular material, with a density of 24-48 km/m³ per ASTM D 1622, tensile strength greater than 200 kPa per ASTM D 1623 and water absorption less than 0.1 g/cc per ASTM C 1016.

C. Bond Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer

2.4 MISCELLANEOUS MATERIALS

A. Primer: Material recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from pre-construction joint sealant substrate tests and field tests.

B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants with joint substrates.

PART 3 – EXECUTION

3.1 EXAMINATION

A. Verify location and application of sealant to substrates. Do not allow sealant to contact incompatible materials. Prevent reaction to metals and other conditions affecting joint sealant performance.

B. Contractor to examine joints indicated receiving joint sealants for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint sealant performance.

C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants in accordance with joint sealant manufacturer’s written recommendations.

0753-2397 07901-5 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 07901 City of Lakeland, Lakeland, Florida EXTERIOR SEALANTS

B. Joint Priming: Prime joint substrates, unless otherwise recommend in writing by sealant manufacturer, based on pre-construction joint sealant substrate tests or prior experience.

1. Apply primer to comply with joint sealant manufacturer’s written instructions. Confine primers to areas of joint sealant bond. Do not allow spillage or migration onto adjoining surfaces.

C. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant residue. Remove tape immediately after tooling without disturbing joint seal.

3.3 INSTALLATION OF JOINT SEALANTS

A. General: Comply with joint sealant manufacturer’s written installation instructions for products and applications indicated, unless more stringent requirements apply.

1. Install sealants by proven and industry standard techniques and concurrent with sealant backings.

2. Place sealants so they directly contact and fully wet joint substrates.

3. Completely fill recesses provided for each joint configuration.

4. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability.

B. All cap flashing to masonry, window perimeter joints, glass to metal joints, metal to metal joints, inside corner of vertical walls and other wall protrusions shall be cut out or bond breaker taped, wire brushed, solvent wiped and packed with backer rod prior to sealant application to ensure proper adhesion to both surfaces.

C. All exterior joints shall be carefully inspected for sealant deterioration, loss of adhesion, cracking or loss of properties. Failing sealant shall be removed and the area cleaned prior to resealing with the specified sealant to ensure proper adhesion to both surfaces.

D. Do not apply sealant when there is rain or temperature is below 40 degrees F.

E. Apply sealant with conventional sealant gun or pressure equipment. Apply in continuous bead. Smooth and trim sealant with dry tool immediately to ensure firm and full contact with the surfaces of the joint. 0753-2397 07901-6 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 07901 City of Lakeland, Lakeland, Florida EXTERIOR SEALANTS

F. Backing Materials: Install sealant backings of type indicated to support sealants during application and at positions required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability as required by sealant manufacturer.

G. Bond Breaker Tape: Install bond breaker tape behind sealants where sealant backings are not used between sealants and back of joints.

H. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated in an effort to eliminate air pockets and to ensure full contact and adhesion to sides of joint substrate.

3.4 FIELD QUALITY ASSURANCE

A. Field Adhesion Testing: Testing Agency retained by City will perform field joint sealant adhesion testing and site inspections as described below.

1. The Contractor shall provide adequate notification to the City’s Testing Agency of construction operations including the project schedule to allow the Testing Agency to schedule inspections. 2. Extent of Testing: Test installed elastomeric sealant joints as follows: a. Perform 6 tests for the first 1000 feet of joint length for each type of elastomeric sealant and joint substrate. 3. Test Method: Test joint sealant by hand pull tab method (ASTM C 1193 Appendix X1). 4. Inspect joints for complete fill, for absence of voids and for joint configuration complying with specified requirements. 5. Inspect tested joints and report on the following: a. Date when sealants were installed b. Test dates c. Test Locations d. If joints were reportedly primed e. Approximate sealant dimensions f. Approximate percent elongations g. Sealant fill h. Sealant configuration i. Whether sealants failed cohesively or adhesively j. If test results satisfy manufacturer’s criteria k. Whether sealant filled joint cavities are free from voids 6. Contractor to repair sealants pulled from test area by reapplying new sealants following the same procedures as specified. Ensure original sealant surfaces are clean and new 0753-2397 07901-7 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 07901 City of Lakeland, Lakeland, Florida EXTERIOR SEALANTS sealant contacts original sealant. 7. Testing Agency will perform progress evaluations ensuring compliance with contract documents.

END OF SECTION

0753-2397 07901-8 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 09910 City of Lakeland, Lakeland Florida EXTERIOR COATING

SECTION 09910 – COATINGS

PART 1 – GENERAL

1.1 SUMMARY

A. Section Includes:

1. This specification describes the coating of CMU substrates with an anti-carbonation, protective coating. In addition, coating of the exterior hollow-core metal service doors is included.

2. The coating specification pertains to exposed exterior CMU surfaces of the building. Coating of metal wall panels is not included. Exterior hollow-core metal service doors are included. The metal roll-up doors at the west elevation are excluded.

B. Coat exposed surfaces, except where noted by City or Consultant. In general, areas being coated will generally be exterior areas having been previously coated.

C. Do not coat signs or cameras.

D. Do not coat over Underwriters Laboratories (UL), Factory Mutual (FM), or other code-required labels or equipment name, identification, performance rating, or nomenclature plates.

1.2 SUBMITTALS

A. Product Data: For each coating system specific.

1. Material List: Provide an inclusive list of required coating materials. Indicate each material and cross-reference specific coating, finish system, and application. Identify each material by manufacturer’s catalog number and general classification. 2. Manufacturer’s information: Provide manufacturer’s technical information, including label analysis and instructions for handling, storing, and applying each coating material for use.

B. Samples for Initial Selection: Manufacturer’s color charts showing the full range of colors available for each type of finish-coat material indicated.

1. Final approval regarding coating colors will be made by the City.

C. Samples for Verification: Of each color and material being applied, with texture to simulate actual conditions, on representative Samples of the actual substrate. Samples can be applied in place on the existing exterior garage surface.

0753-2379 09910-1 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 09910 City of Lakeland, Lakeland Florida EXTERIOR COATING

1. Field Sample: Provide in-place mock-up of each coating color after approval by the City. Size: 3’ x 3’ 2. Locations: Inconspicuous location

1.3 QUALITY ASSURANCE

A. Applicator Qualifications: Engage an experienced applicator who has completed coating system applications similar in material and extent to that indicated for this Project with record of successful in-service performance.

B. Source Limitations: Obtain primers and undercoat materials for each coating system from the same manufacturer as the finish coats.

C. Install materials in accordance with all safety and weather conditions required by manufacturer or as modified by applicable rules and regulations of local, state and federal authorities having jurisdiction. Consult Material Safety Data Sheets for complete handling recommendations.

D. Manufacturing qualifications: The manufacturer of the specified product shall be ISO 9001:2008 certified and have in existence a recognized ongoing quality assurance program independently audited on a regular basis.

1.4 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to Project Site in manufacturer’s original, unopened packages and containers bearing manufacturer’s name and label, and the following information:

1. Product name and title of material. 2. Product description (generic classification or binder type). 3. Manufacturer’s stock number and date of manufacture. 4. Contents by volume, for pigment and vehicle constituents. 5. Thinning instructions. 6. Application instructions. 7. Color name and number. 8. VOC content.

B. Store materials not in use in tightly covered containers in a well-ventilated area at a minimum ambient temperature of 45 deg. F. or as stipulated by manufacturer, whichever is more stringent. Maintain containers used in storage in a clean condition, free of foreign materials and residue.

C. Protection: Precautions should be taken to avoid damage to any surface near the work zone due to mixing and handling of the specified material.

0753-2379 09910-2 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 09910 City of Lakeland, Lakeland Florida EXTERIOR COATING

1.5 PROJECT CONDITIONS

A. Apply water-based coatings only when the temperature of surfaces to be coated and ambient air temperature are between 50 and 90 degrees F. or as stipulated by manufacturer, whichever is more stringent.

B. Apply solvent-thinned coatings only when the temperature of surfaces to be coated and ambient air temperatures are between 45 and 90 degrees F, or as stipulated by manufacturer, whichever is more stringent. C. Do not apply coating in rain, fog, or moist; or when the relative humidity exceeds 85 percent; or at temperatures less than 5 degrees F above the dew point; or to damp or wet surfaces.

1. Coating application may not continue during inclement weather.

PART 2 – PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers Approved:

1. Sika Corporation i. Sikagard 670W (two coats), as manufactured by Sika Corporation, 1682 Marion Williamsport Road, Marion, Ohio, 43302 is considered to conform to the requirements of this specification. ii. Sikagard 552W Primer (one coat), as manufactured by Sika Corporation, 1682 Marion Williamsport Road, Marion, Ohio, 43302 is considered to conform to the requirements of this specification. iii. Sikalastic 710/715 Pedestrian Traffic System

2. Sherwin Williams Pro Industrial for coating of service steel doors. i. DTM Acrylic Semi-Gloss B66W01151 (two coats), as manufactured by Sherwin Williams ii. Pro-Cryl Universal Primer B66W01310 (one coat), as manufactured by Sherwin Williams

2.2 MATERIALS, GENERAL

A. Material Compatibility: Provide primers, undercoats, and finish-coat materials that are compatible with one another and substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience.

0753-2379 09910-3 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 09910 City of Lakeland, Lakeland Florida EXTERIOR COATING

B. Material Quality: Coating-material containers not displaying manufacture’s product identification will not be acceptable.

1. Proprietary Names: Use of manufacturer’s proprietary product names to designate colors or materials is not intended to imply that products named are required to be used to exclusion of equivalent products of other manufacturers. Furnish manufacture’s material data and certificates of performance for proposed substitutions.

C. Colors: Provide color selections approved by the City.

2.3 WARRANTY

A. Provide a written warranty from the manufacturer against defects of materials for a period of one (1) year, beginning with date of substantial completion of the project.

PART 3 – EXECUTION

3.1 EXAMINATION

A. Applicator to examine substrates, areas, and conditions, with the Manufacturer’s representative present, under which coating will be performed for compliance with coating application requirements.

1. Do not begin application of coating until unsatisfactory conditions have been corrected and surfaces receiving coating are thoroughly dry. 2. Commencement of coating application will be construed as the Applicator’s acceptance of surfaces and conditions within defined areas and conformance with contract documents and manufacturer’s regulations.

B. Coordination of work: Review other Sections in which primers are provided ensuring compatibility of the total system for various substrates. On request, furnish information on characteristics of finish materials ensuring use of compatible primers.

1. Notify the City about anticipated problems using specified materials over substrates primed by others.

3.2 PREPARATION

A. General: Remove hardware and hardware accessories, plated or machined surfaces, light fixtures, and similar items already installed that are not to be coated. If removal is impractical or impossible because of the size or weight of the item, provide surface-applied protection before surface preparation and coating.

0753-2379 09910-4 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 09910 City of Lakeland, Lakeland Florida EXTERIOR COATING

1. After completing coating operations in each space or area, reinstall items removed using workers skilled in the trades involved.

B. Cleaning: Before applying primer/coating or other surface treatments, clean surface of substances that could impair the bond of the various coatings. Remove oil and grease before cleaning.

1. Schedule cleaning and coating so dust and other contaminants from the cleaning process will not fall on wet, newly coated surfaces. 2. Cleaning methods shall be as needed to achieve an acceptable surface and may include pressure washing or mechanical cleaning. 3. Follow all manufacturers recommendation for substrate cleaning.

C. Surface Preparation: Clean and prepare surfaces to be coated according to manufacturer’s written instructions for each particular substrate condition and as specified.

1. Substrate must be clean, sound, and free of surface contaminants. Remove dust, laitance, grease, oils, curing compounds, form release agents and all foreign particles by mechanical means. Substrate shall be in accordance with ICRI Guideline No. 03732 for coatings and fall within CSP1 to CSP3.

2. Surface preparation must be approved by coating manufacturer as “acceptable” before application of primer/coating system.

3. Follow all manufacturers recommendation for surface preparation.

D. Materials Preparation: Mix and prepare coating materials according to manufacturer’s written instructions.

1. Mixing: Stir materials to ensure uniformity using a low speed (400-600 rpm) drill and paddle. To minimize color variation, blend two batches of material.

2. Follow all manufacturers recommendation for material preparation.

E. Tinting: Tint each undercoat a lighter shade to simplify identification of each coat when multiple coats of the same material area are being applied. Tint undercoats matching color of the finish coat but provide sufficient differences in shade of undercoats distinguishing each separate coat.

0753-2379 09910-5 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 09910 City of Lakeland, Lakeland Florida EXTERIOR COATING

3.3 APPLICATION

A. General: Apply coating according to manufacturer’s written instructions. Use applicators and techniques best suited for substrate and type of material being applied.

1. Sikagard 670W with Sikagard 550 Primer i. Apply by brush, roller, or spray over entire area moving in one direction. A minimum of two coats of SikaGard 670W are required. Each coat should be applied at a minimum rate of 300-sq. ft. per gallon. Total dry film thickness shall be a minimum 2.5 – 3 dry mils per coat, providing a minimum finished dry film thickness of 5 mils. Allow a minimum of 60- 90 minutes prior to re-coating. Lower temperatures may require longer of a wait time.

ii. When applying the coating, never stop the application until the entire surface has been coated. Always stop application at an edge, corner, or joint. Never let a previously coated film dry; always coat into a wet film. Always apply the coating at a 45 degree angle to an edge, corner, or joint. At higher temperatures, always maintain a ‘wet’ edge of coating during application.

iii. Apply 1 coat of Sikagard 552W, primer/surface conditioner by brush, roller, or spray at a rate 320 sq. ft. per gallon/ coat. Allow a minimum of 4 hours prior to re-coating.

2. Sherwin Williams Pro DTM with Sherwin Williams Pro-Cryl Universal Primer

i. Apply by brush, roller or sprayer a minimum of two coats of Sherwin Williams Pro DTM Acrylic Semi-Gloss to achieve a minimum of 6.0-10.0 wet mils and 2.5-4.0 dry mils per coat. Approximate coverage varies between 160-255 sq.-ft/gallon.

ii. Apply by brush, roller or sprayer a minimum of one coat of Sherwin-Williams Pro-Cryl Universal primer to achieve a minimum of 5.0-10.0 wet mils and 1.9-3.8 dry mils per coat. Approximate coverage varies between 160-320 sq.-ft/gallon.

3. Sikalastic 710/715 Pedestrian Traffic System

i. Sikalastic 710 should be applied at 32 wet mils – 23 dry mils (50 sf/gallon) using a notched squeegee or trowel and back roll using a phenolic resin core roller. Extend base coat over entire area including previously detailed cracks and control joints. Allow coating to cure a minimum of 16 hours at 70°F and 50% RH or until tack free before top coating.

ii. Sikalastic 715 Wear coat: Apply at the recommended coverage rate 20 mils wet (58 sf/gal) using a 1/8” or 3/16” notched squeegee or trowel, and backroll using nap roller 3/8” to uniformly backroll prior to applying topcoat. It should be backrolled two times, one perpendicular to the other. Top coat: Apply at the recommended coverage rate 20 mils

0753-2379 09910-6 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 09910 City of Lakeland, Lakeland Florida EXTERIOR COATING

wet (58 sf/gal) using a 1/8” or 3/16” notched squeegee or trowel, and backroll using nap roller 3/8” to uniformly backroll. The top coat should be backrolled two times, one perpendicular to the other. Allow coating to cure a minimum of 4 hours at 70 °F and 50 % R.H.; coating must be tack free before overcoating

B. Adhere to all limitations and cautions for coating(s) in the manufacturer's printed literature.

3.4 CLEANING

A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded coating materials from the site.

1. After completing coating, clean glass and coating-splattered surfaces. Remove splattered coating by washing and scraping. Be careful not to scratch or damage adjacent finished surfaces.

B. The uncured acrylic coating can be cleaned from tools with water. The cured acrylic coating can only be removed mechanically. 1. Follow all manufacturers recommendation for cleaning.

3.5 PROTECTION

A. Protect all property in and adjacent to garage from damage by coating. Correct damage by cleaning, recoating or replacing, and recoating, as approved by the City.

B. Provide “Wet Coating” signs to protect newly coated finishes. Remove temporary protective wrapping provided by others to protect their work after completing coating operations.

1. At the completion of construction activities of other trades, touch up and restore damaged or defected coating surfaces.

3.6 COATING SCHEDULE

A. Exterior CMU Surfaces

1. Coating System, Application and Finish: Acrylic; provide two finish coats over two primer coats. Ensure the newly repointed mortar joints are primed sufficiently prior to applying finish coat.

i. Conditioner Coat: Sikagard 552 W Primer (one coat) ii. Finish Coats: Sikagard 670 W (two coats)

0753-2379 09910-7 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS

Purchasing Building – Various Building Envelope Repairs SECTION 09910 City of Lakeland, Lakeland Florida EXTERIOR COATING

B. Exterior hollow-core steel service doors

1. Coating System, Application and Finish: Acrylic; provide two finish coats over one primer coat. i. Sherwin Williams Pro DTM Acrylic Semi-Gloss (two coats) ii. Sherwin-Williams Pro-Cryl Universal Primer (one coat)

C. Interior Concrete West Stairwell Landing -

1. Coating System, Application and Finish: elastomeric polyurethane coating system, single- component waterproofing system, single finish coat over prepared surface. This only applies to the third level landing adjacent to the roof access door.

Sika Corporation: Sikalastic 710/715 Pedestrian Traffic System

i. Primer: Sikalastic Recoat Primer: Two-component, high solids, aromatic polyurethane primer (5 + 1 mils). ii. Base Coat: 710 Base Coat - 32 mils wet (23 mils dry) - 50 sf/gal. iii. Wear/Top Coats: 715- 20 mils wet (16 mils dry) - 58 sf/gal. iv. Aggregate: 5-10 lbs/100 sf -seeded/ back-rolled.

END OF SECTION

0753-2379 09910-8 PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT SPECIFICATIONS SECTION II – CONSTRUCTION DRAWING PLANS ➤ N 500 ft SECTION III – SITE CONDITION PHOTO LOG Project Number: 0753-2379 Purchasing Building – Various Building Envelope Repairs December 6, 2019 Photo Page 1

Photo 1: View of west elevation.

Photo 2: View of covered portion of west elevation.

Project Number: 0753-2379 Purchasing Building – Various Building Envelope Repairs December 6, 2019 Photo Page 2

Photo 3: View of south elevation.

Photo 4: View of east elevation.

Project Number: 0753-2379 Purchasing Building – Various Building Envelope Repairs December 6, 2019 Photo Page 3

Photo 5: Typical view of deteriorated CMU mortar joints.

Photo 6: Typical view of CMU mortar joints – cohesive failure.

Project Number: 0753-2379 Purchasing Building – Various Building Envelope Repairs December 6, 2019 Photo Page 4

Photo 7: Deteriorated CMU mortar joints. Note vegetation growth, indicative of moisture ingress.

Photo 8: Microbial growth and staining of CMU mortar joints.

Project Number: 0753-2379 Purchasing Building – Various Building Envelope Repairs December 6, 2019 Photo Page 5

Photo 9: Isolated CMU mortar joints infilled with flexible sealant.

Photo 10: Microbial growth within CMU mortar joints behind flexible sealant.

Project Number: 0753-2379 Purchasing Building – Various Building Envelope Repairs December 6, 2019 Photo Page 6

Photo 11: Isolated CMU mortar joints infilled with flexible sealant. Note sealant not tooled properly.

Photo 12: Flexible sealant applied at vertical CMU joint. Note old sealant not removed prior to application.

Project Number: 0753-2379 Purchasing Building – Various Building Envelope Repairs December 6, 2019 Photo Page 7

Photo 13: Vertical CMU joint sealants observed deteriorated. Note cohesive failure and deterioration.

Photo 14: Cracks and voids at vertical CMU joint sealants observed.

Project Number: 0753-2379 Purchasing Building – Various Building Envelope Repairs December 6, 2019 Photo Page 8

Photo 15: View of exterior CMU wall stains.

Photo 16: Typical stains at CMU walls.

Project Number: 0753-2379 Purchasing Building – Various Building Envelope Repairs December 6, 2019 Photo Page 9

Photo 17: Typical stains at CMU walls.

Photo 18: Typical view of steel column box out.

Project Number: 0753-2379 Purchasing Building – Various Building Envelope Repairs December 6, 2019 Photo Page 10

Photo 19: Typical view of corner at column boxout transition to roof and window frame. Note prior sealant and wet-seal repairs.

Photo 20: Weeping plane for storefront system wet sealed (red arrow).

Project Number: 0753-2379 Purchasing Building – Various Building Envelope Repairs December 6, 2019 Photo Page 11

Photo 21: Prior wet seal application at glass pane to frame transitions.

Photo 22: Additional view of sealant repairs at windows.

Project Number: 0753-2379 Purchasing Building – Various Building Envelope Repairs December 6, 2019 Photo Page 12

Photo 23: Limited Testing in progress.

Photo 24: Typical view of water entering into building at tested corner locations.

Project Number: 0753-2379 Purchasing Building – Various Building Envelope Repairs December 6, 2019 Photo Page 13

Photo 25: View of west stairwell roof access door and stair landing.

Photo 26: Exterior view of west stairwell roof access door.

Project Number: 0753-2379 Purchasing Building – Various Building Envelope Repairs December 6, 2019 Photo Page 14

Photo 27: Water entering at door perimeters, pooling up at landing, and cascading down CMU walls at transitions between landing and wall.

Photo 28: Water entering at door perimeters, pooling up at landing, and cascading down CMU walls at transitions between landing and wall.