project manual for transportation dispatcher offices flooring

Transcription

project manual for transportation dispatcher offices flooring
PROJECT MANUAL
FOR
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
RICHMOND COUNTY BOARD OF EDUCATION
AUGUSTA, GEORGIA
PROJECT NO. P2016-011
Prepared By
Department of Maintenance and Facilities
Benton O. Starks, Senior Director of Facilities Services
Richmond County Board of Education
1781 Fifteenth Street
Augusta, Georgia 30901
___________________________________
JUNE 15, 2016
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
2of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
INDEX OF CONTRACT DOCUMENTS
PROJECT NO.
P2016-011
PROJECT NAME:
TRANSPORTATION DISPATCHER OFFICES FLOORING
REFURBISHMENT
1. Specifications, bound herein, in the following order:
Division 1
GENERAL
Section
Title
A
Invitation to Bid
B
C
Proposal Form
Standard Terms and Conditions
D
Index to General Requirements
F
List of Specifications and Drawings
E
G
H.
Division 2
Division 3
Division 4
Division 5
Division 6
Division 7
Division 8
General Requirements
Specifications
Attachment “1”, Attachment “2”and Attachment “3”
NON-APPLICABLE
NON-APPLICABLE
NON-APPLICABLE
NON-APPLICABLE
NON-APPLICABLE
NON-APPLICABLE
NON-APPLICABLE
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
3of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
Division 9
096513
096519 096813
Resilient Base & Accessories
Resilient Tile Flooring
Tile Carpeting
Division 11
NON-APPLICABLE
Division 10
Division 12
Division 13
Division 14
Division 15
Division 16
NON-APPLICABLE
NON-APPLICABLE
NON-APPLICABLE
NON-APPLICABLE
NON-APPLICABLE
NON-APPLICABLE
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
4of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
REQUEST FOR PROPOSAL
Proposals from contractors will be received for TRANSPORTATION DISPATCHER
OFFICES FLOORING REFURBISHMENT PROJECT NO. P2016-011 by the
Richmond County Board of Education, Augusta, Georgia, (herein after referred to as
“Richmond County School System”, “RCSS” or “Owner”) at the address below until
3:00 P.M. local time, Wednesday, JULY 13, 2016.
Drawings, project manual and bidding documents on this work may be obtained at
the Department of Maintenance and Facilities, Richmond County School System,
1781 Fifteenth Street, Augusta, Georgia 30901 (706) 737-7189. Bidding documents
will be faxed or emailed.
Contract, if awarded, will be on a lump sum basis. No bid may be withdrawn for a
period of thirty-five (35) days after time has been called on the date of opening.
The Richmond County Board of Education reserves the right to reject any and all
bids and to waive technicalities and informalities.
BID LIST: The Richmond County School System maintains a bid list for many
categories that are let for bid each year. Please contact Ms. Cecilia Perkins in the
Business Office at (706) 826-1298 or at [email protected] if you
need additional information concerning our bid list.
Bids shall be submitted and addressed to:
Dr. Angela D. Pringle, Superintendent of Schools
Richmond County Board of Education
864 Broad Street
Augusta Georgia 30901
c/o Mr. C. Gene Spires, Controller
SECTION A
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
5of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
SECTION B – BID FORM
Richmond County School System
864 Broad Street
Augusta, GA 30901
DATE
RE: TRANSPORTATION DISPATCHER OFFICES FLOORING REFURBISHMENT PROJECT
NO. P2016-011
Richmond County School System
Gentlemen:
B-01 Having carefully examined the project specifications entitled TRANSPORTATION
DISPATCHER OFFICES FLOORING REFIRBISHMENT PROJECT NO. P2016-011,
Richmond County School System, Augusta, Georgia, and the drawing(s) of the same
title numbered similarly; and Addendum (a) No. (s) ____________, as well as, visiting
the site of proposed construction and verifying the conditions affecting the work,
the undersigned proposes to furnish all services, labor and materials called for by
said items for the entire work in accordance with their content for the sum of:
Which sum hereinafter called the “Base Bid” Dollars ($
)
B-02 For and in consideration of the sum of $1.00, the receipt of which is hereby
acknowledged, the undersigned agrees that this proposal may not be revoked or
withdrawn after the time set for the opening of bids but shall remain open for
acceptance for a period of thirty-five (35) days following such time.
B-03 In case they be notified in writing by mail, telegraph, or delivery of the acceptance of
this proposal within thirty-five (35) days after the time set for the opening of bids,
the undersigned agrees to execute within ten (10) days, a contract (Form of
Agreement Between Contractor and Owner, Form No. 418) for the work for the
above stated compensation.
B-04
The undersigned agrees to commence actual physical work within fifteen (15) days
upon receiving the notice-to proceed by the Owner and to complete within thirty
(30) days of written final acceptance.
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
6of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
STATEMENT OF BIDDER'S QUALIFICATIONS
To accompany bids submitted for
, Augusta, GA
Name of Bidder:
Business Address:
Phone Number:
Fax Number:
When Organized:
When Incorporated:
Type of Business:
General Contractor
Subcontractor
Other
Credit available for this contract:
Contracts now in hand
$
$
Plan of organization (Proprietorship, Partnership, Corporation)
The Bidder has never refused to sign a contract at the original bid.
(True
) (False
)
The Bidder has never been declared in default on a contract.
(True
) (False
)
By signing this document, I (the bidder) certify that the flooring and installation of flooring,
under this company's name, is my primary means of business or employment.
Remarks:
(The above statements must be subscribed and sworn to before a Notary Public).
Date
Firm Name
Title
By
(Notary Public)
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
7of 40
B-05
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
The foregoing statement of qualifications is submitted under oath.
Respectfully submitted,
Name
Address
By
Title
The full names and addresses of persons and firms interested in the foregoing bids as
principals are as follows:
The legal name of the bidder is:
B-6
The bidder submits, for consideration of the Richmond County Board of Education,
the following list of subcontractors and material suppliers he intends to use.
(a)
(b)
SECTION B
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
8of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
STANDARD TERMS AND CONDITIONS
The contract documents contain all the provisions required for the execution of the project.
Information obtained from an officer, agent, or employee of the Owner shall not affect the risk
or obligations assumed by the contractor or relieve him from fulfilling any of the conditions of
the contract.
All applicable laws, ordinances, and the rules and regulations of all authorities having
jurisdiction over execution of the project shall apply to the contract throughout.
1) TIME AND PLACE: Bids will be received by the Richmond County Board of Education
until 3:00 p.m. on Wednesday, July 13, 2016, at 864 Broad Street, Augusta, Georgia
30901.
2) LATE BIDS AND PROPOSALS: Regardless of cause, late bids and proposals will not
be accepted and will automatically be disqualified from bid consideration. It shall be
solely the contractor’s risk to ensure delivery at the designated office by the
designated time. Late bids and proposals will not be opened and may be returned to
the contractor.
3) PROPOSAL FORM: Bids must be made on the required bid form. All blank spaces
for bid prices must be filled in with ink or typewritten and the b id form must be
fully completed and executed when submitted. Only one copy of the Proposal
Form is required.
4)
5)
SEALED BID REQUIREMENT: Each bid must be submitted in a sealed envelope
addressed to Dr. Angela D. Pringle, Superintendent of Schools, Richmond County
Board of Education, c/o Mr. C. Gene Spires, Controller, 864 Broad Street, Augusta, GA
30901. Each bid must be plainly marked on the outside “TRANSPORTATION
dispatcher offices flooring refurbishment PROJECT NO. P2016-011” and the
envelope must bear on the outside the name and complete address of the vendor.
NOTE TO BIDDERS: Bidders must satisfy themselves of the accuracy of the estimate
quantities in the bid schedule by a review of provided drawings and/or
specifications including any addenda. After bids have been submitted, the bidder
shall not assert that there was a misunderstanding concerning the quantities of
work or of the nature of the work to be done.
Each bidder is responsible for inspecting the site and for reading and being
thoroughly familiar with the contract documents. The failure or omission of any
bidder to do any of the foregoing shall in no way relieve any bidder from any
obligation in respect to his bid.
SECTION C
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
9of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
6) MANUFACTURER’S NAME AND MODEL NUMBER: Manufacturer’s name and
product model numbers listed in these specifications shall be used to establish
minimum quality and design features which are acceptable. Unless so specified,
similar products of other reputable manufacturers will be acceptable, provided it is
determined to the satisfaction of the Senior Director of Maintenance and Facilities or
his designated representative. The final determination shall rest solely with the
Board of Education of Richmond County.
7) TECHNICAL DATA INFORMATION: If you are bidding a manufacturer or product
other than the specified brand, you must submit current technical data information
on the item in order to qualify for bid consideration. Each sealed package containing
the technical data information must bear the complete name and address of the
submitting vendor.
8) MATERIAL SUPPLIERS: The successful bidder must supply the names and addresses
of material suppliers when requested to do so by the Owner.
9) CERTIFICATION: The Richmond County School System may make such investigations
as he deems necessary to determine the ability of the bidder to perform the work and
the bidder shall furnish the Owner all such information and data for this purpose as it
may request. The School System reserves the right to reject any bid if the evidence
submitted by or investigation of such bidder fails to satisfy the Board that such bidder
is properly qualified to carry out the obligations of the agreement and to complete the
work.
10) WARRANTY: The successful vendor will provide in writing to the Richmond County
School System, marked to the attention of Mr. Benton O. Starks, Senior Director of
Facility Services, 1781 Fifteenth Street, Augusta, Georgia 30901, a warranty to replace
or repair at no expense to the Richmond County School System any or all items found
to be defective in materials, workmanship or damage in shipment for a period of one
year from date of acceptance by the Richmond County School System. If there is a
standard warranty for a period of longer than one (1) year, then it will be provided in
lieu of the above.
11) INSURANCE: The contractor will be required to carry Workmen’s Compensation
Insurance, Contractor’s Protective Liability Insurance, and Contractor’s Public
Liability Insurance, Personal Injury, including death limits of $300,000 for each
person and $500,000 for each accident; Property Damage limits of $100,000 for each
accident and $300,000 for aggregate of operations.
Certificates of Insurance must be sent to the School System prior to commencement
of work, with the Richmond County Board of Education to be named as additional
insured on public liability insurance for personal injury and property damage.
SECTION C
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
10of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
12) REJECTION OF BIDS: The Richmond County School System reserves the right to
reject, in whole or in part, any and all bids received, to waive technicalities, or to
negotiate any term(s) or provision(s) of such proposals as meet the requirements
and specifications of this Bid Package, such rejection, waiver, or negotiation to be
accomplished in any manner necessary to serve the best interests of the Richmond
County School System. The Richmond County School System also reserves the right to
be the sole judge of the suitability of any and all bids for use by the school system.
The Richmond County School System reserves the right to reject or otherwise
disregard, in whole or in part, any ambiguous bids or bids which are uncertain as to
terms or compliance with specifications.
A conditional or qualified bid is subject to rejection.
13) RIGHT TO RE-BID: The Richmond County Board of Education reserves the right to
reject any and all bids. The right is reserved to reject any and all quotations, to omit
any items called for or to accept the bid deemed best for the School System.
14) NON WITHDRAWAL PERIOD: Bids may not be withdrawn for a period of thirty-five
(35) days from date of bid opening.
15) STATE-MANDATED WALK AWAY PROVISION: In the event a contract is awarded
for more than one year:
202-2-506 (b) (1)
“Pursuant to O.C.G.A. § 20-2-506, notwithstanding any other provision herein
this contract shall terminate absolutely and without further obligation on behalf of the
School System at the close of each calendar year in which it was executed and at the
close of each successive calendar year for which it may be renewed provided thirty
(30) days prior written notice is given by the School System to the vendor prior to the
end of such calendar year.
In addition, this contract shall terminate immediately and absolutely at such time that
appropriated and otherwise obligated funds are no longer available to satisfy the
obligation of the School System under the contract.
This contract shall be deemed to obligate the School System for the sums payable
during the calendar year the agreement was executed or in the event of a renewal by
the School System for those sums payable at the end of any renewed calendar year.
The contract shall be deemed to have been automatically renewed for each applicable
calendar year, not to exceed the initial term of contract, unless positive action is taken
by the School System to terminate such contract herein as set forth.”
SECTION C
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
11of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
16) JURISDICTION AND VENUE: “This contract shall be governed and constructed
in accordance with the laws of the State of Georgia, Richmond County. Venue and
jurisdiction will be that of a court of competent jurisdiction in Richmond County,
Georgia.
17) CANCELLATION: In the event at any time during the contract period the vendor
cannot provide acceptable products or services, the Richmond County Board of
Education reserves the right to make other temporary arrangements for the
completion of this scope of work.
18) DUTY TO PROTECT: The Contractor (or Vendor) shall not knowingly send any
employee, agent or subcontractor personnel who is a registered sex offender or who
has been convicted of sexual abuse to any school building or school property when
students are attending school or a school related activity.
The Contractor (or Vendor) shall make periodic criminal history record inquiries as
authorized by O.C.G.A. §35-3-34, as now written, or here-after amended; or allowed
by all or any other laws allowing such inquiry, to identify these persons who have
been convicted of sexual abuse or any other act which would require such person to
be entered into a national or state sexual offender registry.
For the purpose of this policy, the term periodic shall mean that the criminal history
record inquiries shall be made current upon the awarding of a successful bid on
contract and checked no less than annually during the duration of the contract. See
ATTACHMENT “1” for Sex Offender Acknowledgement Form.
19) E-VERIFY: The Contractor agrees to comply with the requirements of A.R.S. § 414401.
a. The Contractor warrants compliance with all Federal immigration laws and
regulations relating to employees and warrants its compliance with Section
A.R.S. § 23-214, Subsection A. (That subsection reads: “After December 31,
2007, every employer, after hiring an employee, shall verify the employment
eligibility of the employee through the E-Verify program.)
b. A breach of a warranty regarding compliance with immigration laws and
regulations shall be deemed a material breach of the contract and the
Contractor may be subject to penalties up to and including termination of the
contract.
c. The Owner retains the legal right to inspect the papers of any employee who
works on the contract to ensure that the Contractor or its subcontractor(s)
is/are complying with the foregoing warranty under paragraph (a).
See ATTACHMENT “2” for E-Verify Affidavit Form.
SECTION C
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
12of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
20) SMOKE FREE ENVIRONMENT: Bidder shall post notice and prohibit employees
from using or displaying tobacco products, including smokeless tobacco, while the
employee is on duty at the assigned location. There shall be no use of any tobacco
products on any property of the Richmond County School System.
21) AWARD METHOD: Proposal acceptance shall be awarded on a lump sum basis to the
lowest responsible and responsive bidder meeting specifications and the general
overall value received.
22) TIME OF THE ESSENCE: Failure of the successful vendor to perform contracted
service or deliver the merchandise within the required time shall constitute a
material breach of contract. If a breach occurs, the vendor may be responsible for
any damages the school system incurs and may be removed from the
Richmond County School System’s bid list.
Any of t h e
23) CONDITIONS A L L O WI N G FOR R EM O V A L FROM B I D LI S T:
followin g conditions, depending on severity, may cause removal from the bid list
and claims for damages:
a. Failure to meet performance guaranties
b. Failure to meet warranty requirements
c. Failure to meet time limitations
d. Attempt to deliver substitutions
e. Failure to make timely deliveries
f. Failure to post bid bonds
g. Failure to comply with the terms of the contract because of a misquote other than
an obvious typing error or obvious low or high bids
24) BID LIST: The Richmond County School System maintains a bid list for many
categories that are let for bid each year. Please contact Cecilia Perkins in the Business
Office at (706) 826-1298 if you have questions concerning the bid list.
25) TAX EXEMPT: The Richmond County School System is exempt for State sales taxes.
Bid prices shall exclude Federal or State taxes that can be eliminated in sales to public
school systems in the state of Georgia.
26) QUESTIONS, REQUESTS FOR CLARIFICATION, OR INTERPRETATIONS REGARDING
THIS REQUEST FOR PROPOSAL: All communications concerning this request for
proposal must be submitted in writing by fax or electronic mail to:
Richmond County School System
Attn: Ms. Cecilia Perkins
Business Office
864 Broad Street, 4th Floor
Augusta, Georgia 30901
Fax #706-826-4612
Email: [email protected]
SECTION C
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
13of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
Only written questions submitted by fax or email will be accepted. No response
other than what is written and distributed by the Maintenance and Facilities Office will
be binding upon the Richmond County School System.
Originating departments may be called upon for clarification in their area of
expertise at the discretion of the Business Office. Written responses to
questions, requests for clarification, or interpretations will be furnished to
all participating vendors.
All requests for clarification or interpretations must be submitted to the
Business Office on or before the close of business July 1, 2016 5:00 P.M.
27) ADDENDUMS: In the event an addendum becomes necessary, it will originate in the
Business Office and will be distributed by fax or email to all participating vendors. Any
addenda issued during the time of the request for proposal should be acknowledged by
the participating vendor and attached to their response form.
28) INSPECTION OF PUBLIC RECORDS: All information received from vendors shall be
subject to inspection once the bid is awarded under Georgia Public Records Act.
SECTION C
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
14of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
INDEX TO GENERAL REQUIREMENTS
1. Summary of Work
2. Submittals
3. Contractor Use of Premises
4. Use of Existing Building
5. Full Owner Occupancy
6. Tobacco Use
7. Certificate of Substantial Completion
8. Sex Offender Acknowledgement Form
9. E-Verify Affidavit
SECTION D
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
15of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
GENERAL
REQUIREMENTS
1. SUMMARY OF WORK:
The Work Shall Consist of: TRANSPORTATION DISPATCHER OFFICES FLOORING
REFURBISHMENT PROJECT NO. P2016-011, 2950 Mike Padgett Highway, Augusta,
GA 30906.
Remove existing carpet and base, install new carpet tiles and base. Contractor is
responsible for properly disposing of all removed materials. Contractor shall be
responsible for moving and reinstalling any loose furniture or cabinetry AS PER
EXISTING INDUSTRY STANDARDS, IN A TIMELY MANNER AND IN ACCORDANCE
WITH THE DRAWINGS, SPECIFICATIONS AND NOTES HEREIN PROVIDED as
prepared by the Department of Maintenance and Facilities, Richmond County School
System, Benton O. Starks, Senior Director of Facility Services, dated JUNE 15, 2016.
2. SUBMITTALS:
a) Color sample for carpet tile and base.
3. CONTRACTOR USE OF PREMISES:
a) Limit use of the premises to construction activities in areas indicated.
b) Allow for owner occupancy and use by the public.
c) Confine operations to areas within contract limits indicated. Portions of the
site beyond areas in which FLOORING INSTALLATION operations are indicated
are not to be disturbed.
d) Keep driveways and entrances clear at all times.
e) Do not use these areas for parking or storage of materials
f) Schedule deliveries to eliminate requirements for storage of materials.
4. USE OF EXISTING BUILDING:
Maintain the existing building in a weather tight condition throughout work to
be performed. The contractor shall repair damage caused by operations (such as
damage to walls, floor, etc.). Take precautions as necessary to protect the
building and occupants during the work period.
5. FULL OWNER OCCUPANCY:
a) The Owner may occupy the site and existing building during execution of work.
Contractor will cooperate with the Owner to minimize conflicts and facilitate
Owner usage.
b) Work is to be performed in a manner so as not to interfere with the
Owner's operations. This means that some work may have to be performed over
the weekend, at the contractor's expense.
SECTION E
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
16of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
6. TOBACCO USE:
There shall be no use of any tobacco products on property of the Richmond County School
System.
7. SEX OFFENDER ACKNOWLEDGEMENT FORM:
Offender Acknowledgement Form.
Complete ATTACHMENT “1” Sex
8. E-VERIFY: Complete ATTACHMENT “2” E-Verify Affidavit.
SECTION E
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
17of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
SPECIFICATIONS AND DRAWINGS
A.
List of Attached Specifications
096513
096519
096813
B.
Resilient Base & Accessories
Resilient Tile Flooring
Tile Carpeting and Base
List of Attached Drawings/Specifications
Flooring Refurbishment Plan – Transportation Dispatcher Offices– Attachment 3
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
18of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
SECTION G
DIVISION 9 – FINISHES
SECTION 096513 - RESILIENT BASE AND ACCESSORIES
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2
SUMMARY
A.Section Includes:
1.
2.
Resilient base.
Resilient molding accessories.
B. Related Sections:
1.
Division 09 Section "Resilient Tile Flooring" for resilient floor tile.
1.3
SUBMITTALS
A.Product Data: For each type of product indicated.
B. Samples for Initial Selection: For each type of product indicated.
C.
Samples for Verification: For each type of product indicated, in manufacturer's standard-size
Samples but not less than 12 inches (300 mm) long, of each resilient product color, texture, and
pattern required.
1.4
QUALITY ASSURANCE
A.Fire-Test-Response Characteristics: As determined by testing identical products according to
ASTM E 648 or NFPA 253 by a qualified testing agency.
1. Critical Radiant Flux Classification: Class I, not less than 0.45 W/sq. cm. B.
Mockups: Provide resilient products with mockups specified in other Sections.
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
19of 40
1.5
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
DELIVERY, STORAGE, AND HANDLING
A.
1.6
Store resilient products and installation materials in dry spaces protected from the weather, with
ambient temperatures maintained within range recommended by manufacturer, but not less than
50 deg F (10 deg C) or more than 85 deg F (30 deg C).
PROJECT CONDITIONS
A.
Maintain ambient temperatures within range recommended by manufacturer, but not less than
65 deg F (18 deg C) or more than 75 deg F (24 deg C), in spaces to receive resilient products
during the following time periods:
1.
2.
3.
48 hours before installation.
During installation.
48 hours after installation.
B.
Until Substantial Completion, maintain ambient temperatures within range recommended by
manufacturer, but not less than 65 deg F (18 deg C) or more than 85 deg F (30 deg C).
C.
Install resilient products after other finishing operations, including painting, have been
completed.
1.7
A.
EXTRA MATERIALS
Furnish extra materials that match products installed and that are packaged with protective
covering for storage and identified with labels describing contents.
1.
Furnish not less than 10 linear feet (3 linear m) for every 500 linear feet (150 linear m) or
fraction thereof, of each type, color, pattern, and size of resilient product installed.
PART 2 - PRODUCTS
2.1
RESILIENT BASE A.
Resilient Base:
1.
Basis of Design: (RES-1) Johnsonite, 4” Traditional cove base, 120’ coils, 1/8” thickness,
Color: Owner Approved
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
20of 40
2.
Other Approved Manufacturers: Subject to compliance with requirements, provide
products by one of the following:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
B.
Allstate Rubber Corp.; Stoler Industries.
Armstrong World Industries, Inc.
Burke Mercer Flooring Products; Division of Burke Industries, Inc.
Endura Rubber Flooring; Division of Burke Industries, Inc.
Estrie Products International; American Biltrite (Canada) Ltd.
Flexco, Inc.
Johnsonite.
Mondo Rubber International, Inc.
Musson, R. C. Rubber Co.
PRF USA, Inc.
Roppe Corporation, USA.
VPI, LLC; Floor Products Division.
Resilient Base Standard: ASTM F 1861.
1.
2.
3.
C.
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
Material Requirement: Type TP (rubber, thermoplastic).
Manufacturing Method: Group I (solid, homogeneous).
Style: Cove (base with toe).
Minimum Thickness: 0.125 inch (3.2 mm). D.
Height: 4 inches (102 mm).
E.
Lengths: Coils in manufacturer's standard length.
F.
Outside Corners: Job formed or preformed.
G.
Inside Corners: Job formed or preformed.
H.
Colors and Patterns: Owner Approval.
2.2
A.
RESILIENT MOLDING ACCESSORY
Resilient Molding Accessory:
1.
Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a.
b.
c.
d.
e.
f.
Burke Mercer Flooring Products; Division of Burke Industries, Inc.
Flexco, Inc.
Johnsonite.
R.C.A. Rubber Company (The).
Roppe Corporation, USA.
VPI, LLC; Floor Products Division.
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
21of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
B.
Description: Carpet edge for glue-down applications, Nosing for resilient floor covering,
Reducer strip for resilient floor covering, Joiner for tile and carpet, Transition strips.
C.
Material: Rubber.
D.
Profile and Dimensions: As selected by Architect/Owner Representative from full range of
manufacturer’s products.
E.
Colors and Patterns: As selected by Architect from full range of industry colors.
2.3
INSTALLATION MATERIALS
A.
Trowelable Leveling and Patching Compounds: Latex-modified, portland cement based or
blended hydraulic-cement-based formulation provided or approved by manufacturer for
applications indicated.
B.
Adhesives: Water-resistant type recommended by manufacturer to suit resilient products and
substrate conditions indicated.
1.
Use adhesives that comply with the following limits for VOC content when calculated
according to 40 CFR 59, Subpart D (EPA Method 24):
a.
b.
C.
Cove Base Adhesives: Not more than 50 g/L.
Rubber Floor Adhesives: Not more than 60 g/L.
Metal Edge Strips: Extruded aluminum with mill finish of width shown, of height required to
protect exposed edges of tiles, and in maximum available lengths to minimize running joints.
PART 3 - EXECUTION
3.1
EXAMINATION
A.
Examine substrates, with Installer present, for compliance with requirements for maximum
moisture content and other conditions affecting performance of the Work.
B.
Verify that finishes of substrates comply with tolerances and other requirements specified in
other Sections and that substrates are free of cracks, ridges, depressions, scale, and foreign deposits
that might interfere with adhesion of resilient products.
C.
Proceed with installation only after unsatisfactory conditions have been corrected.
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
22of 40
3.2
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
PREPARATION
A.
Prepare substrates according to manufacturer's written instructions to ensure adhesion of
resilient products.
B.
Concrete Substrates for Resilient Stair Treads, Tiles, and Accessories: Prepare according to
ASTM F 710.
1.
2.
3.
4.
Verify that substrates are dry and free of curing compounds, sealers, and hardeners.
Remove substrate coatings and other substances that are incompatible with adhesives and that
contain soap, wax, oil, or silicone, using mechanical methods recommended by manufacturer.
Do not use solvents.
Alkalinity and Adhesion Testing: Perform tests recommended by manufacturer.
Moisture Testing: Perform tests recommended by manufacturer and as follows. Proceed
with installation only after substrates pass testing.
a.
b.
Perform anhydrous calcium chloride test, ASTM F 1869. Proceed with installation only
after substrates have maximum moisture-vapor-emission rate of 3 lb of water/1000 sq.
ft. (1.36 kg of water/92.9 sq. m) in 24 hours.
Perform relative humidity test using in situ probes, ASTM F 2170. Proceed with
installation only after substrates have maximum 75 percent relative humidity level
measurement.
C.
Fill cracks, holes, and depressions in substrates with trowelable leveling and patching
compound and remove bumps and ridges to produce a uniform and smooth substrate.
D.
Do not install resilient products until they are same temperature as the space where they are to be
installed.
1.
E.
3.3
Move resilient products and installation materials into spaces where they will be installed at
least 48 hours in advance of installation.
Sweep and vacuum clean substrates to be covered by resilient products immediately before
installation.
RESILIENT BASE INSTALLATION
A.
Comply with manufacturer's written instructions for installing resilient base.
B.
Apply resilient base to walls, columns, pilasters, casework and cabinets in toe spaces, and other
permanent fixtures in rooms and areas where base is required.
C.
Install resilient base in lengths as long as practicable without gaps at seams and with tops of
adjacent pieces aligned.
D.
Tightly adhere resilient base to substrate throughout length of each piece, with base in
continuous contact with horizontal and vertical substrates.
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
23of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
E.
Do not stretch resilient base during installation.
F.
On masonry surfaces or other similar irregular substrates, fill voids along top edge of resilient
base with manufacturer's recommended adhesive filler material.
G.
Preformed Corners: Install preformed corners before installing straight pieces
H.
Job-Formed Corners:
1.
2.
3.4
Outside Corners: Use straight pieces of maximum lengths possible.
producing discoloration (whitening) at bends.
Inside Corners: Use straight pieces of maximum lengths possible.
Form without
RESILIENT ACCESSORY INSTALLATION
A.
Comply with manufacturer's written instructions for installing resilient accessories.
B.
Resilient Molding Accessories: Butt to adjacent materials and tightly adhere to
substrates throughout length of each piece. Install reducer strips at edges of carpet and
resilient floor covering that would otherwise be exposed.
3.5
CLEANING AND PROTECTION
A.
Comply with manufacturer's written instructions for cleaning and protection of resilient
products.
B.
Perform the following operations immediately after completing resilient product installation:
1.
2.
3.
Remove adhesive and other blemishes from exposed surfaces.
Sweep and vacuum surfaces thoroughly.
Damp-mop surfaces to remove marks and soil.
C.
Protect resilient products from mars, marks, indentations, and other damage from construction
operations and placement of equipment and fixtures during remainder of construction period.
D.
Cover resilient products until Substantial Completion.
END OF SECTION 096513
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
24of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
SECTION 096519 - RESILIENT TILE FLOORING
PART 1 – GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
A.
Section Includes:
1.
B.
Related Sections:
1.
1.3
1.4
Solid vinyl floor tile.
Division 09 Section "Resilient Base and Accessories" for resilient base, reducer strips,
and other accessories installed with resilient floor coverings.
SUBMITTALS
A.
Product Data: For each type of product indicated.
B.
Samples for Initial Selection:
D.
E.
F.
Samples for Verification: Full-size units of each color and pattern of floor tile required.
Product Schedule: For floor tile. See Plan for locations.
Qualification Data: For qualified Installer.
G.
Maintenance Data: For each type of floor tile to include in maintenance manuals.
QUALITY ASSURANCE
A.
Installer Qualifications: A qualified installer who employs workers for this Project who are
competent in techniques required by manufacturer for floor tile installation indicated.
1.
Engage an installer who employs workers for this Project who are trained or certified by
manufacturer for installation techniques required.
B.
Fire-Test-Response Characteristics: As determined by testing identical products according to
ASTM E 648 or NFPA 253 by a qualified testing agency.
1.
Critical Radiant Flux Classification: Class I, not less than 0.45 W/sq. cm.
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
25of 40
1.5
DELIVERY, STORAGE, AND HANDLING
A.
1.6
Store floor tile and installation materials in dry spaces protected from the weather, with ambient
temperatures maintained within range recommended by manufacturer, but not less than 65 deg
F (18 deg C) or more than 75 deg F (24 deg C). Store floor tiles on flat surfaces.
PROJECT CONDITIONS
A.
Maintain ambient temperatures within range recommended by manufacturer, but not less than
65 deg F (18 deg C) or more than 75 deg F (24 deg C), in spaces to receive floor tile during the
following time periods:
1.
2.
3.
1.7
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
48 hours before installation.
During installation.
48 hours after installation.
B.
Until Substantial Completion, maintain ambient temperatures within range recommended by
manufacturer, but not less than 65 deg F (18 deg C) or more than 85 deg F (29 deg C).
C.
Close spaces to traffic during floor tile installation.
D.
Close spaces to traffic for 48 hours after floor tile installation.
E.
Install floor tile after other finishing operations, including painting, have been completed.
EXTRA MATERIALS
A.
Furnish extra materials that match products installed and that are packaged with protective
covering for storage and identified with labels describing contents.
1.
Floor Tile: Furnish 1 % but not less than 1 box, of each type, color, and pattern of floor
tile installed.
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
26of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
PART 2 - PRODUCTS
2.1
SOLID VINYL FLOOR TILE
A.
B.
Basis of Design: Estrie Products International, American Biltrite (Canada) Ltd.; Texas Granite.
Other Approved Manufacturers: Subject to compliance with requirements:
1.
3M.
2.
Flexco
C.
Tile Standard: ASTM F 1700.
1.
2.
D.
Thickness: 0.125 inch (3.2 mm).
E.
F.
G.
Size: 24 by 24 inches or 36 by 36 inches
Seaming Method: Standard.
Colors and Patterns: As follows:
1.
2.
3.
4.
2.2
Class: Class I, monolithic vinyl tile.
Type: Type A, smooth surface.
SVT-1: Custom Rst13039 (Field color).
SVT-2: VTG-135 (Accent).
SVT-3: VTG-130 (Accent).
SVT-4: VTG-176 (Accent).
SOLID VINYL FLOOR TILE INSTALLATION MATERIALS
A.
Trowelable Leveling and Patching Compounds: Latex-modified, portland cement based or
blended hydraulic-cement-based formulation provided or approved by manufacturer for
applications indicated.
B.
Adhesives: Water-resistant type recommended by manufacturer to suit floor tile and substrate
conditions indicated.
1.
Use adhesives that comply with the following limits for VOC content when calculated
according to 40 CFR 59, Subpart D (EPA Method 24):
a.
VCT and Asphalt Tile Adhesives: Not more than 50 g/L.
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
27of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
PART 3 – EXECUTION
3.1
3.2
EXAMINATION
A.
Examine substrates, with Installer present, for compliance with requirements for maximum
moisture content and other conditions affecting performance of the Work.
B.
Verify that finishes of substrates comply with tolerances and other requirements specified in
other Sections and that substrates are free of cracks, ridges, depressions, scale, and foreign
deposits that might interfere with adhesion of floor tile.
C.
Proceed with installation only after unsatisfactory conditions have been corrected.
PREPARATION
A.
Prepare substrates according to manufacturer's written instructions to ensure adhesion of
resilient products.
B.
Concrete Substrates: Prepare according to ASTM F 710.
1.
2.
3.
4.
Verify that substrates are dry and free of curing compounds, sealers, and hardeners.
Remove substrate coatings and other substances that are incompatible with adhesives
and that contain soap, wax, oil, or silicone, using mechanical methods recommended by
manufacturer. Do not use solvents.
Alkalinity and Adhesion Testing: Perform tests recommended by manufacturer.
Proceed with installation only after substrates pass testing.
Moisture Testing:
Perform tests recommended by manufacturer [and as follows].
Proceed with installation only after substrates pass testing.
a. Perform anhydrous calcium chloride test, ASTM F 1869. Proceed with installation
only after substrates have maximum moisture-vapor-emission rate of 5lb of water/1000
sq. ft. (1.36 kg of water/92.9 sq. m) in 24 hours.
b. Perform relative humidity test using in situ probes, ASTM F 2170. Proceed with
installation only after substrates have a maximum 80% relative humidity level
measurement.
C.
Fill cracks, holes, and depressions in substrates with trowelable leveling and patching
compound and remove bumps and ridges to produce a uniform and smooth substrate.
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
28of 40
D.
Do not install floor tiles until they are same temperature as space where they are to be installed.
1.
E.
3.3
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
Move resilient products and installation materials into spaces where they will be
installed at least 48 hours in advance of installation.
Sweep and vacuum clean substrates to be covered by resilient products immediately before
installation
FLOOR TILE INSTALLATION
A.
Comply with manufacturer's written instructions for installing floor tile.
B.
Lay out floor tiles from center marks established with principal walls, discounting minor
offsets, so tiles at opposite edges of room are of equal width. Adjust as necessary to avoid
using cut widths that equal less than one-half tile at perimeter.
1.
C.
Lay tiles in pattern indicated.
Match floor tiles for color and pattern by selecting tiles from cartons in the same sequence as
manufactured and packaged, if so numbered. Discard broken, cracked, chipped, or deformed
tiles.
1.
Lay tiles with grain running in one direction.
D.
Scribe, cut, and fit floor tiles to butt neatly and tightly to vertical surfaces and permanent
fixtures including built-in furniture, cabinets, pipes, outlets, and door frames.
E.
Extend floor tiles into toe spaces, door reveals, closets, and similar openings. Extend floor tiles
to center of door openings.
F.
Maintain reference markers, holes, and openings that are in place or marked for future cutting
by repeating on floor tiles as marked on substrates. Use chalk or other nonpermanent,
nonstaining marking device.
G.
Install floor tiles on covers for telephone and electrical ducts, building expansion-joint covers,
and similar items in finished floor areas. Maintain overall continuity of color and pattern
between pieces of tile installed on covers and adjoining tiles. Tightly adhere tile edges to
substrates that abut covers and to cover perimeters.
H.
Adhere solid vinyl floor tiles to flooring substrates using a full spread of adhesive applied to
substrate to produce a completed installation without open cracks, voids, raising and puckering
at joints, telegraphing of adhesive spreader marks, and other surface imperfections.
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
29of 40
3.4
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
CLEANING AND PROTECTION
A.
B.
Comply with manufacturer's written instructions for cleaning and protection of floor tile.
Perform the following operations immediately after completing floor tile installation:
1.
Remove adhesive and other blemishes from exposed surfaces.
2.
Sweep and vacuum surfaces thoroughly.
3.
Damp-mop surfaces to remove marks and soil.
C.
Protect floor tile products from mars, marks, indentations, and other damage from construction
operations and placement of equipment and fixtures during remainder of construction period.
D.
Cover floor tile until Substantial Completion
END OF SECTION 096519
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
30of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
SECTION 096813 - TILE CARPETING
PART 1 – GENERAL
1.1
A.
1.2
A.
RELATED DOCUMENTS
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
This Section includes modular, tufted carpet tile. B.
Related Sections include the following:
1.
2.
1.3
Division 02 Section "Selective S t r u c t u r e D e m o l i t i o n " for r e m o v i n g existing floor
coverings.
Division 09 Section "Resilient Base and Accessories, Resilient Tile Flooring" for resilient
wall base and accessories installed with carpet tile.
SUBMITTALS
A.
Product Data: For each type of product indicated. Include manufacturer's written data on
physical characteristics, durability, and fade resistance. Include installation recommendations for
each type of substrate.
B.
Samples: Label each Sample with manufacturer's name, material description, color, pattern, and
designation indicated on Drawings and in schedules.
1.
2.
Carpet Tile: Full-size Sample.
Exposed Edge, Transition, and other Accessory Stripping: 12-inch- (300-mm-) long
Samples.
C.
Product Schedule: For carpet tile. Use same designations indicated on Drawings.
D.
Qualification Data: For Installer.
E.
Product Test Reports:
testing agency.
F.
Maintenance Data: For carpet tiles to include in maintenance manuals. Include the following:
1.
2.
G.
Based on evaluation of comprehensive tests performed by a qualified
Methods for maintaining carpet tile, including cleaning and stain-removal products and
procedures and manufacturer's recommended maintenance schedule.
Precautions for cleaning materials and methods that could be detrimental to carpet tile.
Warranty: Special warranty specified in this Section.
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
31of 40
1.4
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
QUALITY ASSURANCE
A.
Installer Qualifications: An experienced installer who is certified by the Floor Covering
Installation Board or who can demonstrate compliance with its certification program requirements.
B.
Fire-Test-Response Characteristics: Provide products with the critical radiant flux classification
indicated in Part 2, as determined by testing identical products per ASTM E 648 by an
independent testing and inspecting agency acceptable to authorities having jurisdiction.
C.
Preinstallation Conference: Conduct conference at Project site. Review methods and procedures
related to carpet tile installation including, but not limited to, the following:
1.
2.
1.5
A.
1.6
Review delivery, storage, and handling procedures.
Review ambient conditions and ventilation procedures.
DELIVERY, STORAGE, AND HANDLING
Comply with CRI 104, Section 5, "Storage and Handling."
PROJECT CONDITIONS
A. Comply w i t h C R I 104, S e c t i o n 7.2, “ Site C o n d i t i o n s ; T e m p e r a t u r e a n d
H u m i d i t y ” and Section 7.12, "Ventilation."
B.
Environmental Limitations: Do not install carpet tiles until wet work in spaces is complete and
dry, and ambient temperature and humidity conditions are maintained at the levels indicated for
Project when occupied for its intended use.
C.
Where demountable partitions or other items are indicated for installation on top of carpet tiles,
install carpet tiles before installing these items.
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
32of 40
1.7
A.
WARRANTY
Special Warranty for Carpet Tiles: Manufacturer's standard form in which manufacturer agrees to
repair or replace components of carpet tile installation that fail in materials or workmanship within
specified warranty period.
1.
2.
3.
1.8
A.
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
Warranty does not include deterioration or failure of carpet tile due to unusual traffic,
failure of substrate, vandalism, or abuse.
Failures include, but are not limited to, more than 10 percent loss of face fiber, edge
raveling, snags, runs, loss of tuft bind strength, dimensional stability, and delamination.
Warranty Period: 10 years from date of Substantial Completion.
EXTRA MATERIALS
Furnish extra materials described below, before installation begins, that match products
installed and that are packaged with protective covering for storage and identified with labels
describing contents.
Carpet Tile: Full-size units equal to 1 percent of amount installed for each type indicated, but not
less than 10 sq. yd. (8.3 sq. m).
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
33of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
PART 2 - PRODUCTS
2.1
CARPET TILE
A.
Available P r o d u c t s : Subject t o c o m p l i a n c e w i t h r e q u i r e m e n t s , p r o d u c t s t h a t
m a y b e incorporated into the Work include, but are not limited to, the following:
B.
Products: Subject to compliance with requirements, provide one of the following:
1.
2.
Basis of Design: Lees Carpets, style number: GT156. Newcomer Modular.
a.
Color: shall be preapproved by owner
Other Approved Manufacturers:
a.
Mohawk Flooring
b.
Bigelow Carpet
c.
Karastan Carpet
d.
Shaw
C.
Fiber Content: 100 percent nylon 6, 6.
D.
Fiber Type: Duracolor by Lees Stain Resistant System. Passes GSA.
E.
Pile Characteristic: Patterned Loop pile.
F.
Dye Method: Solution Dyed/Yarn Dyed.
G.
Density: 6338.
H.
Pile Thickness: 0.142 inches for finished carpet tile per ASTM D 6859.
I.
Stitches: 12.0 per inch.
J.
Gage: 1/10 (39.37 rows per 10cm)
K.
Face Weight: 25.0 oz./sq.yd. (848 g/m²) for finished carpet tile.
L.
Backing System: Eco Flex ICT.
M.
Size: 24 by 24 inches (610 by 610 mm).
N.
Applied Soil-Resistance Treatment: Sentry Soil Protection.
O.
Foot Traffic Recommendation: Severe.
P.
Installation: As indicated on drawing.
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
34of 40
2.2
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
INSTALLATION ACCESSORIES
A.
Trowelable Le v e l i n g a n d P at chi n g C om p ounds :
Latex-modified, h yd r a u l i c -cementbased formulation provided or recommended by carpet tile manufacturer.
B.
Adhesives: Water-resistant, m i l d ew-resistant, nons t ai ni ng, pres s ur e-sensitive t ype t o suit
products and subfloor conditions indicated, that complies with flammability requirements for
installed carpet tile and is recommended by carpet tile manufacturer for releasable installation.
1.
VOC Limits: Provide adhesives with VOC content not more than 50 g/L when calculated
according to 40 CFR 59, Subpart D (EPA method 24).
PART 3 - EXECUTION
3.1
EXAMINATION
A.
Examine substrates, areas, and conditions, with Installer present, for compliance with
requirements for maximum moisture content, alkalinity range, installation tolerances, and other
conditions affecting carpet tile performance. Examine carpet tile for type, color, pattern, and
potential defects.
B.
Concrete Subfloors: Verify that concrete slabs comply with ASTM F 710 and the following:
1.
2.
C.
3.2
Slab substrates are dry and free of curing compounds, sealers, hardeners, and other
materials that may interfere with adhesive bond.
Determine adhesion and dryness
characteristics by performing bond and moisture tests recommended by carpet tile
manufacturer.
Subfloors are free of cracks, ridges, depressions, scale, and foreign deposits.
Proceed with installation only after unsatisfactory conditions have been corrected.
PREPARATION
A.
General: Comply with CRI 104, Section 6.2, "Site Conditions; Floor Preparation," and with
carpet tile manufacturer's written installation instructions for preparing substrates indicated to
receive carpet tile installation.
B.
Use trowelable leveling and patching compounds, according to manufacturer's written
instructions, to fill cracks, holes, depressions, and protrusions in substrates. Fill or level cracks,
holes and depressions 1/8 inch (3 mm) wide or wider and protrusions more than 1/32 inch (0.8
mm), unless more stringent requirements are required by manufacturer's written instructions.
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
35of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
C.
Remove coatings, including curing compounds, and other substances that are incompatible with
adhesives and that contain soap, wax, oil, or silicone, without using solvents. Use mechanical
methods recommended in writing by carpet tile manufacturer.
D.
Broom and vacuum clean substrates to be covered immediately before installing carpet tile.
3.3
INSTALLATION
A.
General: Comply w i t h CRI 104, Section 14, "Carpet Modules," and with carpet tile
manufacturer's written installation instructions.
B.
Installation Method:
sensitive adhesive.
C.
Maintain dye lot integrity. Do not mix dye lots in same area.
D.
Cut and fit carpet tile to butt tightly to vertical surfaces, permanent fixtures, and built-in
furniture including cabinets, pipes, outlets, edgings, thresholds, and nosings. Bind or seal cut
edges as recommended by carpet tile manufacturer.
E.
Extend carpet tile into, door reveals, closets, open-bottomed obstructions, removable flanges,
alcoves, similar openings, and UNDER ALL CABINETRY.
F.
Maintain reference markers, holes, and openings that are in place or marked for future cutting by
repeating on finish flooring as marked on subfloor. Use nonpermanent, nonstaining marking
device.
G.
Install pattern parallel to walls and borders.
3.4
A.
Glue down; install every tile with full-spread, releasable, pressure-
CLEANING AND PROTECTION
Perform the following operations immediately after installing carpet tile:
1.
2.
3.
Remove excess adhesive, seam sealer, and other surface blemishes using cleaner
recommended by carpet tile manufacturer.
Remove yarns that protrude from carpet tile surface.
Vacuum carpet tile using commercial machine with face-beater element.
B.
Protect installed carpet tile to comply with CRI 104, Section 16, "Protection of Indoor
Installations."
C.
Protect carpet tile against damage from construction operations and placement of equipment and
fixtures during the remainder of construction period. Use protection methods indicated or
recommended in writing by carpet tile manufacturer.
END OF SECTION 096813
SECTION F
RICHMOND COUNTY SCHOOL SYSTEM
JUNE 15, 2016
36of 40
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT
P2016-011
NOTE: Contractor shall be responsible for removal, relocation, securing and replacement of all existing
furniture, fixtures and equipment necessary to perform the work called for in this project. Contractor
shall remove existing flooring and prepare substrate as outlined in these specifications. Contractor
shall properly remove all construction debris and refuse.
SECTION F
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT P2016-002
ATTACHMENT 1
Sex Offender Acknowledgement Form
Read, sign and return this form to the Richmond County Board of Education
The Contractor (or Vendor) shall not knowingly send any employee, agent or subcontractor
personnel who is a registered sex offender or who has been convicted of sexual abuse to
any school building or school property when students are attending school or a school
related activity.
The Contractor (or Vendor) shall make periodic criminal history record inquiries as
authorized by O.C.G.A. §35-3-34, as now written, or here-after amended; or allowed by all
or any other laws allowing such inquiry, to identify these persons who have been convicted
of sexual abuse or any other act which would require such person to be entered into a
national or state sexual offender registry.
For the purpose of this policy, the term periodic shall mean that the criminal history record
inquiries shall be made current upon the awarding of a successful bid on contract and
checked no less than annually during the duration of the contract.
Upon notification and acceptance of the bid, the Contractor (or Vendor) shall certify to the
Richmond County School System that periodic criminal history record checks are made by
the company for all employees and that to the best of the Contractor’s (or Vendor)
knowledge it has no employee or agent who has been convicted of a sex offense or who is a
registered sex offender, who will be assigned to any school building or school property
while students are attending school or a school related activity.
I have read and understand the above Richmond County School System Policy
regarding my or my company’s obligation as a contractor (or vendor). I further
acknowledge that the failure to comply with the requirements to identify a sex
offender, to comply with any part of this policy, to assign a sex offender to any school
building or school property while students are attending school or a school related
activity will constitute a breach of the contract.
Contractor (or Vendor) signature
Witness Signature
Date Signed
Date Signed
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT P2016-002
ATTACHMENT #2
E-VERIFY AFFIDAVIT
under O.C.G.A. § 13-10-91(b)(4)
Read, fill out and return this form to the Richmond County School System
By executing this affidavit, the undersigned Contractor verifies its compliance with Immigration
Reform and Control Act of 1986 (IRCA), Pub. L. 99-603, stating affirmatively that the individual
firm or corporation which is engaged in services on behalf of the Richmond County School
System has registered with, is authorized to use and uses the federal work authorization program
commonly known as E-Verify, or any subsequent replacement program, in accordance with the
applicable provisions and deadlines established by federal law and regulation. Furthermore, the
undersigned Contractor will continue to use the federal work authorization program throughout
the contract period.
Contractor hereby attests that its federal work authorization user
identification number and date of authorization are as follows:
Federal Work Authorization User Identification
Number:
Date of Authorization:
Transportation Dispatcher Offices
Flooring Refurbishment
Name of Project:
Project No. P2016-011
Solicitation Number (if applicable):
Richmond County School System
Name of Public Employer:
I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed on
_,
, 201
Signature of Authorized Officer or Agent
in
(city),
(state).
Printed Name and Title of Authorized Officer or Agent
SUBSCRIBED AND SWORN BEFORE ME
ON THIS THE
NOTARY PUBLIC
My Commission Expires:
DAY OF
,201
.
ATTACHMENT 3
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT P2016-002
ATTACHMENT 3
For Scale Plans Contact David Perry
1751 15th St.
Augusta, GA 30901
MAINTENANCE AND FACILITIES DEPARTMENT
TRANSPORTATION DISPATCHER OFFICES
FLOORING REFURBISHMENT P2016-002