HomeMy WebLinkAbout500 Don Knight Ln - 98-000425 (1998) (Erect Fire Station) DocumentsCA'J 55 0
k-- isI
ZONE DATE
CONTRACTORC •-Q n c- ln_.
ADDRESS
PHONE #
LOCATION
OWNER
ADDRESS
PHONE #
PLUMBING CONTRACTOR
ADDRESS
PHONE #
qy—toxrELECTRICAL CONTRACTOR
ADDRESS
PHONE #
MECHANICAL CONTRACTOR
ADDRESS
PHONE #
MISCELLANEOUS CONTRACTOR
ADDRESS
SEPTIC TANK PERMIT NO,
SOIL TEST REOUIREMENTS
FINISHED FLOOR
ELEVATION REQUIREMENTS
ARCHITECTURAL APPROVAL DATE:
N
r
J
SUBDIVISION:
PERMIT* # Qlr V
c
JOB FA I-C- •. 1 Q
COST $
LOT NO.
BLOCK:
SECTION:
SOUARE FEET:
FEE $ MODEL:
STATE NO.
FEE $
o-b
FEE $ c:)135
d
FEE $ 4i'
OCCUPANCY CLASS:
INSPECTIONS
TYPE DATE OK REJECT BY
E $ ENERGY SECT
g/rr -w-2 / %v- f / LEPI:
CERTIFICATE OF OCCUPANCY
ISSUED # DATE:
FINAL DATE d `r
c.
CERTIFCATE OF OCCUPANCY
REQUEST FOR FINAL INSPECTION
DATE OF C.O.: - lam— %
ADDRESS:(__,97JD
CONTRACTOR:
CHECK BELOW THE TYPE OF C.O. vat, s IJ745
Commercial Interior Remodel:
Commercial Addition/Alterations:
New Commercial: (/
New Industrial: /
New Single Family Residence:
New Multiple Family Residence:
New Apartments:
New Hotel:
The Building Dept. Has prepared a .certificate of occupancy for th fov e
lhtd
location and is requesting a final inspection by your department. After your inspection,
please contact the Building Dept. To sign -off on the C.O., or submit an addendum if it
has been denied. Your prompt attention will be appreciated. Thank you.
ENGINEERING:
FIRE DEPARTMENT: /
PUBLIC WORKS:
UTILITIES/CROSS CONNECTION:
ZONING
V,o
I
to 11
4- WiR-oily7.
CERTIFCATE OF OCCUPANCY '
REOUEST FOR FINAL INSPECTION
DATE OF C.O.: - 2-
ADDRESS: 7
CONTRACTOR:
CHECK BELOW THE TYPE C.O.
Commercial Interior Remodel:
Commercial Addition/Alterations:
New Commercial:
New Industrial:
New Single Family Residence:
New Multiple Family Residence:
New Apartments:
New Hotel:
The Building Dept. Has prepared a certificate of occupancy for the above
location and is requesting a final inspection by your department. After your inspection,
please contact the Building Dept. To sign -off on the C.O., or submit an addendum if it
has been denied. Your prompt attention will be appreciated. Thank you.
ENGINEERING:
FIRE DEPARTMENT:
PUBLIC WORKS:
UTILITIES/CROSS CONNECTION:
ZONING :
Dec-10-98 01:49P AEC,INC P.01
AIRPORT ENGINEERING CO., INC.
12360 S.W. 132 Court Suite 214 Miami, FL 33186
Tel. (305) 252-1924 Fax (305) 252=2686 Mobile (305) 798-4005 E-MAlL aeclgearthlink.net
December 8, 1998
Mr. Robert Walter
City Engineer
City of Sanford
Department of Engineering and Planning
300 North Park Avenue
Sanford, Florida 32772
Re: Orlando Sanford Airport
ARFF Station- Site Improvements
AEC Job No. 9719.3
Dear Mr. Walter:
v x
This is to certify that, to the best of my knowledge and belief, the site improvements for the ARFF
Station project are substantially complete and in accordance with the plans and specifications. Some
punch list work is in progress, but there are no outstanding items that would affect the use and
occupancy of the facility.
We will furnish you with a set of record drawings after we receive the record information from the
Contractor..
Please call if you have any question.;.
Very truly yours,
AIRPORT ENGINEERING CO., TNC.
Brian Pendleton, P.E.
cc-- Victor D. White Jack Dow
Jimmy Goff David :Rodd
Nelson Blankenship Ray B)-adshaw
9719ARFF.092
Certificate Of Occupancy Addendum
Owner:
LA -)(
Address ue
Date: 12/2/98
Reason for Disapproval: none
Conditional Agreement:
Subject to the following;
Evidence of Seminole County's approval of the driveway connection to
Beardall Avenue must be submitted to the City.
Road stripping, signage and gate access controls must be completed.
Address numbers must be installed on the ARFF Station building per E-911
standards.
Remove debris from double 60" stormwater pipe at ditch. Install galvanized
pipe debris trap on south side of double culvert.
Add fill and sod to edge of spillway northwest side of double 60" pipe culvert.
Water landscape and grass as needed. Landscaping and seeded areas are
required to be replaced if they die.
Trees are to be anchored with guy wire or stakes..
General Site clean up, including removal of silt fence after grass is established.
Approved by Engineering Department subject to acceptable completion of the above deficiencies
within 30 days.
F:\SHA_ENG\EnB-Files\CcnOucp\ 00.Bcardall.co
IGSu/C :
9e4476che83=3
CERTIFCATE OF OCCUPANCY '
REQUEST FOR FINAL INSPECTION
DATE OF C.0.: //-z
ADDRESS: 2 5D Ale
CONTRACTOR: M6 C_
CHECK BELOW THE TYPE OF C.O.
Commercial Interior Remodel:
Commercial Addition/Alterations:
New Commercial:
New Industrial:
New Single Family Residence:
New Multiple Family Residence:
New Apartments:
New Hotel:
The Building Dept. Has prepared a certificate of occupancy for the above
location and is requesting a final inspection by your department. After your inspection,
please contact the Building Dept. To sign -off on the C.O., or submit an addendum if it
has been denied. Your prompt attention will be appreciated. Thank you.
ENGINEERING:
FIRE DEPARTMENT:
PUBLIC WORKS:
UTILITIES/CROSS CONNECTION:
ZONING :
w fi Dev, Fees _4 a) a -is, oo t a as ( q'7
P
6
0
m
9
PROJECT INSPECTION LOG
7 SV ' 7z' . Uare: / / - .3 V " qd
sir I
rA .
FM 4,
i
EWA
I O I L• I i
rct Jof 'L
r' •fir
r
PROJECT INSPECTION LOG
143Dale:d 90
0
Conan
OR EA f
AIM&
iiijliil
IF
IF
ir ' / ,/,P/ /ram r
Arm.."
ran ir,'. r II I" /,/ ,i..
Il/' %: ;rf 6 ,i,4 'e..I I/,s, ram,. , ..
lis
RAW _, -' t, j
C._ z o Z-
C3+-IV e,c-of Bi//
o /Vccol ifc
fA
Permit # : 0S - 3S
CITY OF SANFORD PERMIT APPLICATION
Date:
Job Address: 557 lr Kn1tGHT 0"A SrbvFoao g2m0A 32-113
Description of work: Q E Qc-F
Ellstork District: Zoning: Value of Work: $ 6,0 r CgD
Permit Type: Building EleMcal Mechanical Plumbing Fire Sprinkler/Alarm Pool
Electrical: New Service — # of AMPS Addition/Alterstion Change of Service Temporary Pole
Meebankal: ResWmtml Non -Residential Replacement New (Duct Layout & Energy Calc. Required)
Plumbing/ New Commercial: # of Fixtures # of Water & Sewer Lines # of Gas Lines
Plumbing/New Residential: # of Water Closets Plumbing Repair — Residential or Commercial
Occupancy Type: Residential Commett;ial Industrial Total Square Footage:
Construction Type: # of Stosia # of Units: Flood Zone: FEMA roan regahrsd for other mw 7n
7J. &-x ti-II G. LAeceM.,-'CcA-- 32t4-1-I' (o StateLicessesomber. C(4G r14,59i2 Phone
do Far yd'1- "Ws- 1160 407 - 323-`I ( Contact Person: O% ,c A t,.mtS Phone: Bonding
Compsn]r . I I ,A Address.
r
Mortgage
Leader: X 1 I A Address:
Architect/
Engioeer. L I I A Phone: Address
Fax: Application
is hereby made to obtain a permit to do the work and installations as indicated. I certify that no work or installation has commenced prior to the issuance
of a permit and that all work will be performed to meet standards of all laws regulating construction in this jurisdiction. I understand that a separate permit
must be secured for ELECTRICAL WORK, PLUMBING, SIGNS, WELLS, POOLS, FURNACES, BOILERS, HEATERS, TANKS, and AIR
CONDITIONERS, etc. OWNER'
S AFFIDAVIT: I certify that all of the foregoing information is acauate and that all work will be done in compliance with all applicable laws regulating construction
and zoning. WARNING TO OWNER: YOUR FAILURE TO RECORD A NOTICE OF COMMENCEMENT MAY RESULT IN YOUR PAYING TWICE
FOR IMPROVBbIENTS TO YOUR PROPERTY. IF YOU INTEND TO OBTAIN FINANCING, CONSULT WITH YOUR LENDER OR AN R
ATTORNEY BEFORE RECORDING YOUR NOTICE OF COMMENCEMENT. N
I : In addition to the requirements of this permit, there may be additional restrictions applicable to Ibis property that may be found in the public records of th' only, and there may be additional permits required from other governmental wc entitiesh as water stritxs, sore agencies, or federal agencies. o
of
o tha li neti of the property of the reWof
71
t,, r cs.
2 7,t7 .—l/L A
Si of Owner/Agent Date ontractodAg t Date O
Y ` t s-esf rJ
Print OwnedAgeot's N_ • Prim Contr ectodAgest's Nsme Signature
of Notary -State of Find Date /Signature ofNotary-State of Florida ? Date s,:
BIIRBARA~ OwnedAgent
u Personally Knows to Me or Produced
ID wr
Cann/ D00772t102 Contractor/
Agent is rPersonally Known ro 14 Emwes Impnog Produced
ID Camdad Burt (eeo)'W2.m7 APPLICATION
APPROVED BY: All: Zoning; Utilities: Fes: viww1w
D6.1(Initial A Date) (Initial A Date) (Initial A Date) Special
Conditions:
ww
O\
mC-4
C
p U
IL
v o
t
1rq)
dZ
IL N T-
S
c
C
f9M9
r-
Permit No.
NOTICE OF COMMENCEMENT
Tax Folio No.
State of Florida, County of Seminole
The undersigned hereby gives notice that improvement will be made to certain real property,
and in accordance with Chapter 713, Florida Statutes, the following information is provided
in this Notice of Commencement.
1. Description of property: (legal description of the property and street address if available)
Orlando Sanford International Airport, 550 !Don Knight Lane, Sanford, FL 32773
2. General description of improvement:
I
ReRoof
3. Owner information G yF
a. Name and address:
LARRY A. DALE, PRESIDENT / CEO,
SANFORD AIRPORT AUTHORITY, y
1200 RED CLEVELAND BOULEVARD,
SANFORD, FL 32773 j
b. Interest in property: FEE SIMPLE
c. Name and address of fee simple titleholder (if other than Owner )
NOT APPLICABLE
4. Contractor:
a. Name:
McKee Construction
P.O. Box 471366
Lake Monroe, F132747-1366
b. Phone number: (407) 323-1150
Surety: NOT REQUIRED
a. Name and address
b. Phone number:
c. Amount of bond
6. Lender NOT APPLICABLE
a. Name and address
b. Phone number:
Fax number: (407) 323-9304
Fax number:
Fax number:
7. Persons within the State of Florida designated by Owner upon whom notices or other
documents may be served as provided by Section 713.13(1)(a)7., Florida Statutes:
a. Name and address
LARRY A. DALE, PRESIDENT &
SANFORD AIRPORT AUTHORIT
1200 RED CLEVELAND BOULEV,
SANFORD, FL 32773
b. Phone number: (407) 585-4000
8. In addition to himself or herself, Owner
Kenneth Wright, Shutts & Bowen LLP to
provided in Section 713.13(1)(b), Florida Sty
a. Phone number: (407) 423-3200
9. Expiration date of notice of commencement
recording unless a different date is specified)
o wner
F,CANlC (riP 4GfToAC6
Sworn to (or affirmed) and subscribed before m
L.73
Fax number: (407) 484-4040
a copy of the Lienor's Notice as
Fax number (407) 425-8316
expiration date is 1 year from the date of
thity of 2004,
Personally Known OR P duced Identification.
I
Type of Identification Produced
Signature of Notary Public, State of Florida
Commission Expires:
Ynlry Ann D. GMwd
A MYCOMMISSION# DDIC3515 MES
Af,hV M+DMTMnMFAM Din EW.
DEC-03-98 THU 11:54 AM MCKEE CONSTRUCTION FAX:1 407 323 9304 PAGE 3
FROM SAWORD AIRPORT AUTH 407 322 0186 P. 3
Orlando
December 3,1998
Building Department
City Han
Sanford, FL 32771
Dear Sir.
It is requested that the Irnerim Services Fee for the newly constructed Aircraft Rescue and
Firefighting (ARFF) Station on Wrport property be waived.
Thank you for your consideration in this matter and if additional information is needed
Please do not hesitate to contact me at the below listed phone number.
r
gtor of Operations and MaWena=
7771
ssnWd AkPM AuVWft
Ong Red Ck"'WW ewvorq We ZOO
PA. Bat Ms • Santm FL 327M-018
M071 iii-7771 • Fan (40718Zt4W
1-10-1995 4:57PM FROM SANFORD AIRPORT AUTH 407 322 0186 P.1
nSANF07RED AIRPORT
November 6, 1998
McKee Construction Co.
2290 West Airport Boulevard
Sanford, Florida 32771
FAX 323-9304
Re: Pre -power Application ARFF Building
Dear Sir:
This letter is to confirm that the Sanford Airport Authority will not occupy the new
Aircraft Rescue and Fire Fighting (ARFF) building on airport property until after the final
occupancy certificate has been issued by the City of Sanford.
of Operations and Maintenance
Airport Authority
SSnftxdX1rpoftAuthor1W
One Red ClevNand Boulevard, Suite Zoo
P.O. Box 818 • Sanford. FL 32772.0818
407) 322-7771 • Fax (407) 322 5834
CITY OF SANFORD, FLORIDA
PERMIT NO. L= f DATE
THE UNDERSIGNED HEREBY APPLIES FOR A PERMIT TO INSTALL THE
FOLLOWING H.A.R.V. MECHANICAL EQUIPMENT:
OWNER'S NAME Sanford Airport Authority
ADDRESS OF JOB 2750 Beardall Avenue
MECHANICAL CONTR. 'Dotal Comfort A/C & Heating
RESIDENTIAL !!IR COMMERCIAL x
Subject to rules and regulations of Sanford mechanical code.
NATURE OF WORK
HVAC New Construction
Master Mechanical
COMPETENCY CARD NO. CAC008410
PERMIT AUTHORIZATION FORM
I. Dennis L. St. Lawrence hereby authorize
I t r S. Ca, (Sos.i , to obtain a permit In my
behalf for the job site described below:
I TYPE OF PSI
Building
Plumbing
Electric
A/C
Date: 09/10/98
State Cdrdf c2tion/Registradon N CAC008410
STATE OF FLORIDA
COUNTY OF BREVARD
Q ESCR I PTTON—
Owner Sanford Airport Authority
Fire & Rescue Station
Job Address 2750 Beardall Avenue
Lot Block
Signature (Owner/Contractor)
The foregoing 194hIlment wa kn lodged before me this day of
19 by ,,c,a who lies produced
as identification and who did take an oath.
Notary Public
State of Florida
PRINT NAME:)q211 / ar e 6. /7Qrd e c
Anrftrie B Moralest1TLE: f 1) c * *MY CMVMSWon CC736833
Expires April 20, 2002
COMMISSION NO.:rC: 31P233
CITY OF SANFORD, FLORIDA
PERMIT NO.q D I a--!> DATE -,?-- /I -
THE UNDERSIGNED HEREBY APPLIES FOR A PERMIT TO INSTALL THE
FOLLOWING H.A.R.V. MECHANICAL EQUIPMENT:
OWNER'S NAME .'J /2 'e-4
ADDRESS OF JOB
MECHANICAL CONTR. C7_
RESIDENTIAL COMMERCIAL
Subject to rules and regulations of Sanford mechanical ode.
NATURE OF WORK
B.T.U. INPUT OUTPUT I II I
VALUATION
APPLICATION FEE I IWv -t
COMPETENCY CARD NO.
0,t
CITY OF SANFORD, FLORIDA
PERMIT NO9- 1.C) DATE 4r - y - 9r
THE UNDERSIGNED HEREBY APPLIES FOR A PERMIT TO INSTALL THE FOL-
LOWING ELECTRICAL WORK:/
OWNER'S NAME "&a/6y 0
ADDRESS OF JOB a %SO '41WO40 Ale'
ELEC. CONTR -C4f1 WZZ"-t'- Residential Non-residential
Subject to rules and regulations of the city and national electric codes.
Number AMOUNT
Alteration Addition Re air
Change f Service Residential
Commercial
Mobile Home
Factory Built Housing
New Residential 0-100 Amp Service
101-200 AmR Service
201 Amp and above
New Commercial p Service 2AC, ov
Application Fee O no
r
TOTAL II 3S.
By signing this application 1 am stating I will be in compliance with the NEC including Article 110, Section 110.9 and 110•;0.
E J 0 9
leildiny Official ter Eleel j pan
STATE COMPETENCY NO.
Memorandum from:
Russ Gibson, Land Development Coordinator
November 4, 1997
TO: uflding-Dep menf
RE: Issuance of Site Development Permits
2750 Beardall Avenue - Airport Rescue and Firefighting (ARFF) Station
Tax I.D. Number: 07-20-31-300-0010-0000
The construction plans for buddin the ARFF Station at the Sanford Airport are approved for permitting by the
Department of Engineering and Ptanning subject to the following conditions and stipulations:
verification from the City Manager's office that development activities at the Airport are
permitted by the Department of Community Affairs.
Permit allows construction of ARFF Building ONLY. No C.O. for building until entrance road and
driveway connection to Beardall Avenue has been approved.
Entrance road shall have curbing as discussed with Brian Pendleton.
2750 Beardall Avenue" serves only as project address for permitting purposes. A new street name will need
to be assigned to the entrance road. Please provide a street name in accordance with Seminole County's E-
911 standards.
Thank you.
Cc: Nelson Blankenship (via facsimile: 332-5311)
Bill Simmons, City Manager
Jay Marder, Director of Planning & Development
Bob Walter, P.E. / FILE
Memorandum from:
Russ Gibson, Land Development Coordinator
November 4, 1997
TO: Building Department
RE: Issuance of Site Development Permits
2750 Beardall Avenue - Airport Rescue and Firefighting (ARFF) Station
Tax I.D. Number: 07-20-31-300-0010-0000
The construction plans for building the ARFF Station at the Sanford Airport are approved for permitting by the
Department of Engineering and Planning subject to the following conditions and stipulations:
Verification from the City Manager's office that development activities at the Airport are
permitted by the Department of Community Affairs.
Permit allows construction of ARFF Building ONLY. No C.O. for building until entrance road and
driveway connection to Beardall Avenue has been approved.
Entrance road shall have curbing as discussed with Brian Pendleton.
2750 Beardall Avenue" serves only as project address for permitting purposes. A new street name will need
to be assi ned to the entrance road. Please provide a street name in accordance with Seminole County's E-
911 stanlards.
Thank you.
Cc: Nelson Blankenship (via facsimile: 332-5311)
Bill Simmons, City Manager
Jay Marder, Director of Planning & Development
Bob Walter, P.E. / FILE
of Sanford, Fjo • Gxk, rlddBuildingDepartment
P.O. Box 1788 - 32772-1788 Telephone (407)
330-5656 Fax (407)
330-5677 May 18,
1998 McKee Construction
Attn: Bobby
VonHerbulis 2290 W.
Airport Bl. Sanford, FL
32771 RE: 2950
Beardall Av. Dear Bobby:
Effective May
15, 1998 the stop work order for the Fire Station at 2950 Beardall Av., has been rescinded. Sincerely,
Q&
x,!
VL Dan M.
Florian Acting Building
Official DMF/ar
u d
The
Friendly
City"
of Sanford. Flo • CAAGjd Building
Department d P.
O. Box 1788 - 32772-1788 Telephone (407) 330-
5656 ' Fax (407) 330-
5677 April 22, 1998
McKee Development Attn:
Bobby Vanherbulis
2290 W. Airport
Bl. Sanford, FL 32771
RE: STOP WORK
ORDER 2750 Beardall Av. (Fire Rescue Station). Dear Bobby: The
building department
is requiring that all work be stopped until such time as project has received alV necessary
permits or approvals such as St. Johns River Water Management district etc. No further
work
or inspections may be performed until project is in compliance. Sincerely, Lbjyl f
1
1 . Qz, , , Dan M. Florian
Acting Building Official
DMF/ar The
Friendly City
CITY OF SANFORD, FLORIDA
APPLICATION FOR BUILDING PERMIT
PERMIT ADDRESS L 750 WAM/LL PERMIT NUMBER
Total Contract Price of Job $ 1,20,491 Total Sq. Ft. 11.129
Describe Work Airport Fire & Rescue Station
Type of Construction Type IV Flood Prone () (NO)
Number of Stories 2 w/ mine Number of Dwellings 1 Zoning Restricted Industrial
Occupancy: Residential Commercial Industrial
LEGAL DESCRIPTION Or1amd0 Smford ,• use attach printout from Seminole County)
TAX I.D. NUMBER 69--11-004311-82
OWNER CiV Of Smford Sanford &KpgEt Autlnrity PHONE NUMBER 322-7771
ADDRESS I Red Mmelmd ftfleverd, State OW
CITY Sanford STATE FL ZIP 32773
TITLE HOLDER (IF OTHER THAN OWNER)
ADDRESS
CITY
BONDING COMPANY
ADDRESS
CITY
STATE ZIP
STATE ZIP
ARCHITECT Nelson fflaftFy R Architea
ADDRESS i9nUorporate bqwre rive
CITY Iffew00d STATE FL ZIP 3275D
MORTGAGE LENDER
ADDRESS
CITY STATE ZIP
CONTRACTOR (/Q PHONE NUMBER
ADDRESS ST. LICENSE NUMBER
II12-:/CITY STATE ZIP
7 Application is hereby made to obtain a permit to do the work and installations as
40 indicated. I certify that no work or installation has commenced prior to the issuance
of a permit and that all work will be performed to meet standards of all laws regulating
construction in this jurisdiction. I understand that a separate permit must be secured
for ELECTRICAL, PLUMBING, MECHANICAL, SIGNS, POOLS, ETC.
OWNER'S AFFIDAVIT: I certify that all the foregoing information is accurate and that
all work will be done in compliance with all applicable laws regulating construction
and zoning. A COPY OF THE RECORDED COPY OF THE NOTICE OF COMMENCEMENT WILL BE POSTED
ON THE JOB SITE WITH PERMITS NO LATER THAN SEVEN (7) DAYS AFTER THE PERMIT HAS•BEEN
ISSUED. FAILURE TO RECORD A NOTICE OF COMMENCEMENT MAY RESULT IN YOU PAYING TWICE FOR
THE IMPROVEMENTS TO YOUR PROPERTY. IF YOU INTEND TO OBTAIN FINANCING, CONSULT WITH
YOUR LENDER OR AN ATTORNEY BEFORE RECORDING YOUR NOTICE OF COMMENCEMENT.
NOTICE: In addition to the requirements of this permit, there may be additional
restrictions applicable to this property that may be found in the public records of
this county, and there m additional permits required from other governmental
entities such as Ovate,polmanagement districts, state agencies, or federal agencies.
ACCEPTANCE OF
THE REQUIREMEN
a. 3
OR
Z .
N .-I
row
C O
o
rolnd
o 4) >I
ZwEE
Sig
T R I N THAT I WILL NOTI
W, FS713. /
i-1Kger#C & ate
Type or Print Owner/Agent Name
Signature of Notary & Date
Official Seal)
lean H. LeMoine
MISMYCOMDecsember20. 2001
EXPIRES
A; o BONDED THRU TROY FAIN INSURANCE INC
T
re
OWNER OF THE PROPERTY -OF
wo.,,
ot Contract
VQ'"
Print C:r r7
Signature V Notary
Official Seal
y 10 Z
rbM
ate Ma'< n
N
I-r
K Z
or's Name o 3
a2-(P-10
ate
K
MIARY L. MUSE
My :-OMMISSION / CC 4MM
ftr*YAm Nfty pft1`ft_ "" n
Application Approved BY: Date- II xY
FEES: Building S Radon q Police Fire V
Open Space Road Impact Application
PERMIT VALIDATION: CHECK CASH DATE BY
ORIGINAL (BUILDING) YELLOW (CUSTOMER) PINK (COUNTY TAX OFFICE) GOLD (CO. ADMIN)
r•
M
a
F-1
d
THIS APPLICATION USED FOR WORK VALUED $2500.00 OR MORE
DEVELOPMENT FEE WORKSHEET
CITY OF SANFORD
UTILITY - ADMIN.
P. 0. BOX 1788
SANFORD, FL 32772-1788
Project Name: 41"?,404 Date:' ///,3/5 >
Owner/Contact Person: Phone:
Address: 2 75-0 6E92.bgtL f .
Type of Development:
1) RESIDENTIAL
Type of Units (single family
or multi -family):
Total Number of Units:
Type of Utility Connection
individual connections
or central water meter &
common sewer tap).:
Water Meter Size (3/4",
1", 2", etc.):
REMARKS:
2) NON-RESIDENTIAL
Type of Units (commercial,
industrial, etc.):
Total Number of Buildings.:
Number of Fixture Units
each building):
Type of Utility Connection
individual connections
or central water meter &
common sewer tap):
Water Meter Size (3/4"
1", 211, etc.)
REMARKS:
No7 0rl C117171 Se.w.SR
CONNECTION FEE CALCULATION:
E.7C.tS B/rcyFLow i EVL.7F.t1 h
7 5
Name - Signature Date.
REVISED `3/20/96
CITY OF SANFORD
FIRE DEPARTMENT
FEES FOR SERVICES
PHONE #: 407-302-1091
DATE:
BUSINESS
ADDRESS
PHONE NUMBER: (
PLANS REVIEW
BURN PERMIT In
TENT PERMIT
REINSPECTION
TANK PERMIT FIRE SYSTEM
AMOUNT $
e
COMMENTS: J, -!/ /JD
Fees must be paid to Sanford Building Department, 300 N. Park Avenue, Sanford,
Florida. Phone # 330-5656. Proof of payment must be made to Sanford Fire
Prevention befre any further services can take place.
I certify that the above information is
true and correct and that I will comply
with all applicable codes and ordinances
of the City of Sanford, Florida.
Sanford Fire Prevention Applicants Signature
1 30
ADDENDUM NO.1 DATE: SEPTEMBER 5, 1997
PROJECT:
AIRPORT RESCUE AND FIREFIGHTING (ARFF) STATION
ORLANDO SANFORD AIRPORT
SANFORD, FLORIDA
HNTB TEAM
HNTB
AIRPORT ENGINEERING CO, INC
NELSON BLANKENSHIP, ARCHITECT
This addendum is issued as a part of the Bidding Documents for the above described project.
The changes incorporated in this Addendum shall be considered as a part of the documents and
shall supersede, amend, add to or subtract from those conditions shown in the original documents
dated August 1997. The bidder shall take care to coordinate modifications herein with all trades
and disciplines related to the work. The Bidder shall acknowledge receipt of the Addendum in
the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification.
PARAGRAPH SP-13 PRE -BID CONFERENCE
There will be a Pre -Bid Conference at 1:30 p.m., Monday, September 8,
1997 at the Sanford Airport Authority's Board Room. (See attached
sketch).
Addendum #2 will be issued at that time. Civil drawings will be issued
with Addendum #2, which were omitted originally.
Bidders are urged to attend the meeting and site visit. Bids, provided by
bidders who do not attend the Pre -Bid Conference, will be returned un-
opened.
SANFORD AIRPORT AUTHORITY'S
BOARD ROOM,
SECOND FLOOR)--\
J
Orlando
SANFORD AIRPORT
PA NO
LFERlIATK*M iT61NA'hONl1i:
ARRIVALS 4EPIIRTIIREB:'
ADDENDUM NO. 2 DATE: SEPTEMBER 8, 1997
PROJECT:
AIRPORT RESCUE AND FIREFIGHTING (ARFF) STATION
ORLANDO SANFORD AIRPORT
SANFORD, FLORIDA
HNTB TEAM
HNTB
AIRPORT ENGINEERING CO, INC
NELSON BLANKENSHIP, ARCHITECT
This addendum is issued as a part of the Bidding Documents for the above described project.
The changes incorporated in this Addendum shall be considered as a part of the documents and
shall supersede, amend, add to or subtract from those conditions shown in the original documents
dated August 1997. The bidder shall take care to coordinate modifications herein with all trades
and disciplines related to the work. The Bidder shall acknowledge receipt of the Addendum in
the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification.
SPECIFICATION:
ADD. 2-1 Proposal:
Bidders are advised that the Schedule of Prices Bid (Pgs. P-13 to P-19) will be re -issued
by Addendum, to incorporate the changes to Sheet G-3 and any other pay item/quantity
revisions.
ADD. 2-2 Supplement P-156-2:
Delete Para. 156-4'and substitute the following:
The quantity of staked silt barrier for payment shall be the number of linear feet directed
by the Engineer to be installed. There will be no measurement for payment of watering,
temporary seeding and mulching, or any other item of work required under this section,
except temporary silt barriers."
In Para. 156-5, after "P-156," add "except staked silt barriers."
Add to Para. 156-6: The price per linear foot for staked silt barriers shall be full payment
for famishing and installing the silt barrier, maintaining it erect and intact throughout
construction, removing it at the end of construction when so directed by the Engineer,
rolling it, and delivering it to the Owner."
ADDENDUM NO. 2 (Continued)
ARFF, ORLANDO SANFORD AIRPORT
ADD. 2-3 Technical Specification Supplements, General:
Change the listed pay items to conform to the changes made to Sheet G-3.
ADD. 2-4 SECTION 060402 INTERIOR ARCHITECTURAL WOODWORK
Add sentence: "Sub subsurface material on horizontal area with
or wet locations shall be plywood, not particle board."
Hardware shall be wire pulls and concealed, self closing hinges
ADD. 2-5 SECTION 13122 METAL BUILDING
sinks
Para 2.4,13,2 Delete in its entirety.
Para 2.6,I,lAdd Para: "IA, tower windows are outswing casement .type, heavy
commercial aluminum type.".
Para 2.6,I,3 Clarification: Insulating glass is 1" thick type.
ADD. 2-6 SECTION 13900 WET PIPE FIRE SUPPRESSION SYSTEM
Add the attached Section 13900 and provide the entire facility with the specified system.
DRAWINGS
ADD. 2-7 SHEET CONTROL:
The following sheets are added by this Addendum No. 2. Planholders are requested to
insert these sheets into the plan set.
Newly -issued sheets: C-1, C-2, C-3, C-11, C-20, C-25, and C-26.
Re -issued sheets (to replace originally -issued sheets:) C-7, C-14.
Sheets which will not be issued prior to bid date: C-4, C-12. Explanation:
Sheet C-4: Soil borings are being performed Sept. 8 and 9; data will be transmitted to
Planholders by faxed addendum.
Sheet C-12: Erosion and sedimentation plan will be prepared after,discussions with the
St. Johns River Water Management District. The impact upon construction is expected to
be limited to the control of silty stormwater discharge from the construction site by silt
ADDENDUM NO. 2 (Continued)
ARFF, ORLANDO SANFORD AIRPORT
barriers and other means, and the placement of silt barriers adjacent to jurisdictional
wetlands.
The following sheets are being deleted from the set: Sheets C-27 , C-28, and C-29.
ADD. 2-8 Sheet G-1:
Delete Sheets C-27 through C-29. Change description of Sheet 26 to "CROSS
SECTIONS/SUMMARY OF EARTHWORK QUANTITIES."
ADD. 2-9 Sheet G-2:
Add note referring to Contractor's Temporary Field Office: "Locate outside of
stormwater pond limits. Coordinate location with the Owner's representative"
ADD. 2-10 . Sheet G-3:
Add Item P-156-5.01: "Staked Silt Barrier," per Linear Foot. Estimated quantity 2000
L.F.
Change the estimated quantity of Item P-152-4.01 from 1,500 C.Y. to 2,500 C.Y.
Change the estimated quantity of Item P-152-4.03 from 9,500 C.Y. to 5,300 C.Y.
Change the estimated quantity of Item D-701-5.01 from 41 L.F. to 82 L.F.
Add Item D-752-5.05 Concrete Flume with Skimmer 1 L.S.
Add Item D-752-5.06 Concrete Erosion Protection 216 S.Y.
Delete Items L-125-5.01 and L-125-5.02.
ADD. 2-11 Sheet C-5:
Add note indicating that the two concrete pads at the ends of the 8" PVC roof drains are
to be paid for as "concrete erosion protection," per square yard.
Modify the drawing to indicate that the 8' wide road shoulders continue at 5% slope past
the 2-60" pipe crossing.
ADD. 2-12 Sheet C-10:
Mitered End Section Note 9: After "Not required for Inflow Ends," add, "except where
otherwise shown on the plans."
ADDENDUM NO. 2 (Continued)
ARFF, ORLANDO SANFORD AIRPORT
ADD. 2-13 DRAWING A-1
Sheet Title is "Building Plan" not Drainage Details and Profiles.
Widen overhead coiling doors 119B, C, D, E, F & G from 14 feet to 16 feet.
Accordingly, expand the building 6 feet to the west from Column line 7 to accommodate
the wider doors by placing 2 feet between Columns 4 and 5 , 5 and 6 and 6 and 7. The
jamb/door relationship to Column lines 5 and 6 shall remain the same by keeping the 2
feet wide jamb as drawn. Expand all associated items between Column lines 4 and 7 and
accordingly adjust exact location of skylights, trench drains, etc. Relative to the site, the
east wall remains in its present location, while the building grows to the west.
ADD. 2-14 DRAWING P-1
General Notes, Schedules & Legends: Replace Typical Sump Pump Installation Detail
with Detail on attached SHT. ADD. 2-1.
ADD. 2-15 DRAWING E-2
Power Plan: Add Circuit to feed switchable Sump Pump as shown on attached SHT.
ADD 2-2. Refer to civil Site Plan (Sheet C-5) for location of pump and details on sheet
C-9 for additional requirements.
ADD. 2-16 DRAWING E-4
Systems Plan: Add Flow and Tamper switch with connection to Fire Alarm System to be
installed on Fire Sprinkler Riser, as shown on attached SHT. ADD 2-3. Sprinkler riser
location to be determined in the field and adjusted as required.
ADD. 2-17 DRAWING E-5
Schematics & Details: Revise Fire Alarm Riser Diagram to add Flow and Tamper
Switch, as shown on attached SHT. ADD 2-4. Sprinkler riser location to be determined
in the field and adjusted as required.
ADD. 2-18 DRAWING E-6
Panel Schedules & Risers: Revise Panel "G" Schedule as shown on attached SHT. ADD
2-5. Change Circuit #21 from a 60 Amp 2 pole to two 20 Amp single pole breakers.
Circuit #21 to be a GFCI Breaker with 10 Awg Copper conductors in 3/4" conduit. Circuit
23 to be a spare.
J" 91110 •
30"
MIN
36'
MAX
N
SEAL CONUIT INTO PIT WITH SILICONE
IN -LINE CHECK VALVE
PROVIDE FULL SIZE STAINLESS STEEL
OR BRASS PIPE FROM DISCHARGE OF
PUMP TO CONNECTION OF PVC PIPE
ROUTE PVC PIPE UNDER SLAB.
SCH-40 PVC DRAIN LINES, SIZE AS
LISTED ON PLAN. COORDINATE
DEPTH OF PIT AND LOCATIONS OF
LINES IN THE FIELD AND ADJUST AS
REQUIRED FOR PROPER OPERATION
OF THE PUMP.
SUMP PUMP AS SPECIFIED, REFER TO
PLUMBING FIXTURE SCHEDULE FOR
REQUIREMENTS.
CONCRETE SUMP PROVIDED BY G.C.
COORDINATE SIZE AND LOCATION IN
THE FIELD ANO ADJUST AS REQUIREO.
TYPICAL SUMP PUMP INSTALLATION DETAIL
N.T.S.
IV
wP
IV
WAGFni
GEAR
nm
B-25
B-27
I IE
00
8-32
B-23 B-29
STORAGE B-26
121
8-5
PROVIDE CIRCUIT AND
TWIST TIMER OUT TO
C-21 SWITCHABLE SUMP PUMP EF5 0
REFER TO SITE PLAN C-5:: Q AC-19
FOR LCN AND DETAILS
wom
ON C-9 FOR ADDITIONAL MEZZANM
W p REQUIREMENTS.
GFI FUTURE EXPANSION.....
4
8" FF 48' F EF4
0
AC-13
AlFt B-17
B,
B-15
AC-8
C, C2
7 AC- 14
FAA ASP NM
3-12-o069-2297 ADD 2-
ADDENDUM NO.2 5827580 Z
THE HAffB 7E4M
mmon RESCUE and FIRE FIGHTING KAU X9 UM
09-08-97ARFF) STATION 177000-3867 1 D^m
Now rEZZA41p E
R2
FUTURE EXPANSION•--;
2GI
AIR
R3
STORACiE
0.
12
PROVIDE FLOW AND TAMPER SWITCH
FOR FIRE SPRINKLER SYSTEM.
COORDINATE LOCATION IN THE FIELD
WITH FIRE SPRINKLER CONTRACTOR
AND G.C. AND ADJUST AS REQUIRED.
THE HNTB TFAM
ADDENDUM NO. 2
AIRPORT RESCUE and FIRE FIGHTING
ARFF) STATION
M A? Hn Now=
3-12-W9-2297 ADD 2-
mm"m 35827580
ram = mm '
77000-3M7 0"8-97
N s H R H R m R H
E.O.I." r-i r-i r-s r-n r-n r-i r4
oaoaao.0000aaoaoaaoa
I' 'rM1 CONDUIT ROUTEO TO
MAIN TELEPHONE 8OARO FOR
TELEPHONE DIAL -UP CONNECTIONS
PROVIDE FLOW AND TAMPER FS TS
SWITCH WITH CONNECTION
GPFORSUPERVISORYFUNCTION 12
VrE.O.L.
4 4 /-
SRELEASE RELAY SIMPLEI(
HUTTER #
2008-
9008 OR
APPROVED EOUAL. GP
26
mu
MOTOR STARTER
R k®- RE SHLTTER V
V Y 1/ Y E.O.I. MOUNT IN NEMA-1 ENCLOSURE
WITH NAMEPLATE
H
s H H R H H H H r---,
r—n, E.O.L. INITIATING
ZONES: F.A.C.P. 1.
MANUAL PULL STATIONS 2.
SMOKE DETECTORS 3.
HEAT DETECTORS 4.
A.H.U. DUCT DETECTORS BATTERY ---
FLUSH MOUNT IN CORRIDOR
d 108 FIRE
ALARM RISER DIAGRAM R.
I.S. E.
O.L.
X
m
225 AMP MAIN LUGS PANEL C MODEL: SQUARE-D. NOOD, 80TTOM FEED
22 KAIC (MIN) BOLT -ON BRANCH BREAKERS TYPE: NEMA-1, SURFACE MOUNT, 42 POLE
225 AMP COPPER BUS, WITH BOLT -ON BREAKERS 240 120 VAC, Is, 3W RATNG: 22 KAIC MIN FULLY RATED.
SERVICE
LOAD
KVA
COND
DIA
WIRE
AWG
TRIP
AMPS
CKT
NO.
IRK
PLS PHASE
BRK
PLS
CKT
NO.
TRIP
AMPS
MIRE
AWG
CONO
DIA
LOAD
I KVA SERVICE
REC RM 118 1.08 1/2 12 20 1 1 1 L 1 2 1 2 20 12 1/2 1.28 LIGHTING RMS 119
REC RM 103 REFRIG. 0.18 1/2 12 20 3 1 3 L2 4 1 4 20 12 1/2 0.92 LIGHTING RMS 120-125
DOOR OPERATOR 1.20 3/4 10 20 5 1 5 L1 6 1 6 20 12 1/2 1.36 LTG RMS 118.114.117,10
DOOR OPERATOR 1.20 3/4 10 20 7 1 7 2.81 1 8 20 12 1/2 0.88 LTG RMS 101-103.106,107
DOOR OPERATOR 1.20 3/4 10 20 9 1 9 I1 10 1 10 20 12 1/2 1.20 LTG RMS 110-113
DOOR OPERATOR 1.20 3/4 10 20 11 1 11 2 12 1 12 20 12 1/2 0.20 FACP
C7
m
fit p
ON c
i Z
09 °
DOOR OPERATOR 1.20 3/4 10 20 13 1 13 L1 14 1 14 20 12 1/2 0.20 ALARM BELLS
DOOR OPERATOR 1.20 3/4 10 20 15 1 15 L2 16 1 16 20 12 1/2 0.10 EMERGENCY ALARM
PTAC 1 0.34 3/4 12 20 • 17 2 17 L 1118 1 18 20 12 1/2 0.20 SHUNT TRIP
0.34 12 20 19 20 1 2C 20 12 1/2 0.36 TELEPHONE
N
SUMP PUMP 0.87 3/4 12 020 21 1 21 L1 22 1 21 20 12 1/2 0.90 CLOCK
SPARE 0.00 20 1 23 2241 1 24 20 12 1/2 1.08 CLOCK
AC2 1.65 3/4. 10 30 25 2 25 LI 26 1 26 20 12 1/2 0.50 FIRE SHUTTER
Z
67 1.65 10 30 27 L2 28 1 20 0.80 SPARE
AH2 1.65 3/4 10 30 29 2 29 L1 30 1 30 020 12 3/4 0.83 SUMP PUMP
1.65 10 30 31 32 1 32 20 12 3/4 0.83 SUMP PUMPv
v
v
o
w F
N 4 ROOM 202 (TOWER) 1.20 1/2 12 20 33 1 33 L1 34 1 20 0.00 SPARE
REC ROOM 105 (WATCH) 0.72 1/2 12 20 35 1 35 L2 36 1 20 0:00 SPARE
SPARE O.00 20 1 37 Ll 38 1 20 0.00 SPARE
SPARE 0.00 20 1 39 240 2 40 20 12 3/4" 0.00 SURGE SUPPRESSOR
SPARE 0.00 20 1 41 L1 42 20 1 12 0.00
KVACONNPHASE: L1: 16.86 KVA l2: 13.31 KVA N: 1 6.86 V
CONN' TOTAL: 30.17 KVA / 125.71 A x 1.25 = 157.14 A OF: 1.00
DEMAND TTL. 30.17 KVA / 125.71 A x 1.25 = 157.14 A N: 175.63 A
O GROUND FAULT INTERUPT CIRCUIT BREAKERn
V
N
HANDLE LOCK INSTALLED LOCK -ON POSITION
SECTION 13900
V= PIPE FIRS SUPPRESSION SYSTEM
1. PART ONE - GENERAL:
1.1 SCOPE:
A. Provide design services, materials, equipment, labor and
supervision necessary to install complete wet pipe fire
sprinkler system as required by the Drawings and this
Section of these specifications.
B. General: The work shall include a complete set of
Engineered shop drawings sealed by a Florida Registered
Professional Engineer having a specialty in Fire Protection.
Shop drawings shall be coordinated for clearances, and
indicate proposed routing, head locations and show the
complete description of the work. Drawings shall be fully
coordinated with all other trades and shall not conflict
with electrical lighting, HvAC and plumbing systems when
installed. This contractor shall provide all additional
piping required in congested ceiling areas to avoid
conflicts with the engineered systems. Sprinklers shall be
designed for maximum coverage of the areas shown. All work
shall be performed in a workmanlike manner in accordance
with good practice, manufacturer's recommendations and in
compliance with all State and local codes, Insurance
Underwriters and Authorities Having Jurisdiction. The
Contractor shall obtain all permits and pay all related
expenses. All work and equipment shall be guaranteed for
one year after acceptance.
C. Work Included: The work shall include but not be limited to
the following specific tasks, in addition to the general
requirements listed above:
1. Provide complete design documentation of the proposed
sprinkler system. All documentation shall be developed by
and bear the seal of a Florida Registered Professional (Fire
Protection) Engineer. Documentation package shall include
but not be limited to; classification of areas and design
standards for the system, listing of all applicable
specifications, design flow calculations, hydraulic
calculations, drawings indicating materials of construction,
pipe sizes, manufacturer and model numbers of all components
except basic materials such as pipe and fittings) and flow
test results.
2. Installation of Fire Main Riser including; shut-off valves,
all supervisory switches on control valves, activation alarm
signal, water flow indicators.
3. Centering of sprinklers in ceiling tiles is required.
13900-1
4. Pipe sizes on drawings are minimum pipe sizes.
5. Installing Contractor shall make quarterly inspections of
the installation for one year (total of four) after
acceptance.
D. Related work not to be Included:
1. Transmission of water flow and all supervisory signals to
the alarm system.
2. Painting of the pipe or equipment.
3. Fire extinguishers.
1.2 RELATED DOCUMENTS:
A. The other Contract Documents complement the requirements of
this Section. The General Requirements apply to the work of
this Section.
B. Requirements established herein shall apply to all sections
of these specifications and shall apply collectively to all
areas of work.
C. Nothing in any of the drawings or documents shall be
interpreted as being contrary to law or ordinances and all
codes and laws of governing agencies shall be followed as
though they were herein bound.
1.3 SUBMITTALS:
A. Refer to Division 1. for general submittal requirements.
B. Shop Drawings: Provide "working drawings" on standard 1/8"
or 1/4" scale and bearing the approval of all Authorities
Having Jurisdiction, submitted to the Architect for approval
before any work commences.
C. Product Data: Submit manufacturer's product data for till
flow
backflow preventors, sprinkler heads, alarm components,
sensors, tamper sensors, shut-off valves pipe, and other
equipment installed for this work.
1.4 QUALITY ASSURANCE:
A. Installer: The Contractor for the fire sprinkler
installation shall be duly licensed by the State of Florida
and regularly engaged in the installation of fire sprinkler
systems and have at least five (5) years experience in
installing similar systems.
B. Regulatory Agencies: The following regulatory agencies
shall be consulted, and have jurisdiction over this project.
13900-2
1. city of Sanford Fire Department
2. City of Sanford Building Department.
3. Insurance Services Office.
1.5 QUOTATIONS:
A. Provide the following bid prices as described in the General
Provisions sections of the Architectural Specifications.
g. $ for turn key installation per specifications.
C. $ unit additional cost for adding a recessed
sprinkler on concealed piping and up to 15 ieet or pipe with
fittings and hangers.
D. $ unit additional cost for adding a standard
upr ght or pendent sprinkler on exposed piping with up to 15
feet of pipe with fittings and hangers.
2. PART TWO - PRODUCTS:
2.1 GENERAL:
A. Provide all water hammer arrestors, pressure reducing
valves, dielectric unions, meters, backf low preventors,
tanks, pipe, tube, valves, and other required materials not
specifically listed for a complete and operational water
supply system as described on the plans and in accordance
with these specificationu.
3. Supervisory switches shall be UL and FM approved type for
their respective service and uniform throughout the job.
C. Hangers and supports to be in. accordance with NFPA 013,
except explosive driven fasteners will not be permitted.
D. Provide Fire Department connections as required by the
Authority having Jurisdiction and applicable codes.
E. Backf low preventer shall be installed per Civil site Plans
and shall be acceptable to Sanford water Department.
2.2 ABOVE GROUND PIPING:
A. All piping shall be new, designed for 175 psi working
pressure conforming to ASTM specifications and approved for
fire sprinkler installations.
B. 2" or smaller pipe shall ' be black steel, Schedule 40, A 53
or A 120.
C. 2 1/2" or larger pipe shall be black steel, schedule 40, A
53 or A 120 and/or Schedule 10, A 135.
13900-3
D.
E.
Drain lines shall be Schedule 40, A 120 galvanized.
XL pipe will not be permitted.
2.3 FITTINGS:
A. Screwed fittings shall be standard approved, Class 125, cast
iron or Class 150 malleable iron.
B. Flanged fittings shall be approved, short body, Class 125,
cast iron. Gaskets shall be full face, 1/8 inch minimum
thickness red rubber.
C. All welded fittings shall be of the approved type and all
welding according to NFPA requirements. No field welding
will be permitted.
D. Flexible couplings to be approved for grooved and
connections equivalent to victaulic Styles 75 or 77.
Uniform couplings to be used throughout the job. Roll
grooving only on Schedule 10 Pipe-
E. Slip on fittings will not be permitted.
F. Only approved segmented fittings will be permitted.
G. Provide one (1) complete equipped sprinkler head cabinet
with six (6) of each type heads used.
2.4 SPRINKLER HEADS:
A. Provide 1/2 inch, 165 deg semi -recessed chrome finish.
2.5 IDENTIFICATION AND LABELING:
A. All control, drain and test valves to be properly tagged
indicating their function'.
2.6 BACKYLOW PREVENTERS - DOUBLE CHECK VALVE TYPE:
A. Provide double check valve backflow preventors on each water
supply to Fire Protection System supply main (Fire Sprinkler
Systems).
B. Unit shall include shut-off valves on inlet and outlet,
stainless steel internal components, bronze seats, and epoxy
coated cast iron body construction. Unit shall be Watts
Model series 709DCDA, or approved equal.
C. Available Manufacturer's: Subject to compliance with all
requirements or the specifications, reduced pressure zone
backflow preventors by the following manufacturers may be
incorporated in the work:
13900-4
1) Josam Manufacturing Company
2) Zurn Industries, Inc.
3) Watts Regulator Company
D. Provide ground joint or flange unions at connections to
backflow preventer and between the shut-off valves such that
the backflow preventer can be removed and serviced while the
water supply is pressurized.
3. PART THREE - EXECUTION:
3.1 GENERAL:
A. The Contractor shall provide as a component of his bid, the
design services to provide drawings for construction and the
documentation package to substantiate the design efficacy of
the proposed installation. Drawings shall be diagrammatic
and need not. show every bend, off -set, elbow, fitting,
component and or items required in the piping for
installation and compliance with these specifications. This
contractor shall provide all required items, and shall
coordinate the complete installation to ensure easy access
of all components and compliance with all codes, regulatory
requirements and these specifications.
B. Conduct of Work. The Fire Protection Contractor shall
employ on the job at all times a competent superintendent
who shall be responsible for the progress and execution of
the work. Workmanship shall be of high quality, conforming
to standard practice as stipulated by NFPA, ASTM and ASA
recommendations, by skilled workmen during working hours as
outlined by the Owner. Any item which will not present a
neat and workmanlike appearance shall be replaced without
additional cost to the Owner.
C. Coordination of Work: All work to be coordinated with the
General Contractor and the Architect.
D. Installation shall be in accordance with the Installer's
shop drawings.
E. As -built drawings on mylar shall be furnished prior to
acceptance of the installation.
F. The Eire Protection Contractor shall assure the areas is
cleaned up as much as possible at the and of each working
day.
3.2 PIPE JOINTS:
A. All joints in threaded piping shall be made with virgin
teflon tape or non -hardening pipe compound (Seal-tite).
3.3 PIPE PROTECTION:
13900-5
A. All uninsulated piping shall be painted with two (2) coats
of asphaltic paint, color to be determined by the ANSI color
standards for piping systems. Manual wiping of finished
surfaces will not be an acceptable method of application.
B. All pipe exposed to masonry surfaces shall be wrapped with 6
Mil (minimum) polyethylene film and 15 lb. asphalt relt.
Pipes that are specified to be insulated shall have this
protection in addition to specified insulation with vapor
barrier.
C. All pipe embedded in concrete shall be wrapped with 6 Mil
minimum) polyethylene film and 30 lb. asphalt felt, coated
with bituminastic cement. No metallic piping shall have
direct contact with concrete or masonry materials.
D. All exposed threads on galvanized steel pipe shall be coated
with two coats of spray -on galvanize, or zinc -chromate
primer (grey coloor). Remove pipe thread lubricants prior to
application of finish coatings.
3.4 TESTING:
A. Testing: Make and pay for all tests required by the
Authorities Having Jurisdiction and correct any defect
indicated by tests. All systems to be tested at 50 psi
above the maximum pressure but not less than 200 psi for a
period of twenty four (24) hours.
B. Concealed work shall be uncovered until required testing has
been completed. Testing portions of the system which
require concealment or covering will be acceptable. Make
repairs of defects that are discovered as a result of
inspection or testing with new materials. Caulking, welding
or other such sealing methods of screwed joints, cracks, or
holes will not be an acceptable repair method. Re -testing
shall be required on all. repairs to ensure the repair has
been made properly.
END OF SECTION
13900-6
Sep-1.1-97 09:16A AEC,INC P.02
ADDENDUM NO.3 DATE: SEPTEMBER 11, 1997
PROJECT:
AIRPORT RESCUE AND FIREFIGHTING (ARFF) STATION
ORLANDO SANFORD AIRPORT
SANFORD, FLORIDA
IiNTB TEAM
HNTB
AIRPORT ENGINEERING CO., INC.
NELSON BLANKENSHIP, ARCHITECT
This addendum is issued as a part of the Bidding Documents for the above described project. The
changes incorporated in this Addendum shall be considered as a part of the documents and shall
supersede, amend, add to or subtract from those conditions shown in the original documents dated
August 1997. The bidder shall take care to coordinate modifications herein with all trades and
disciplines related to the work The Bidder shall acknowledge receipt of the Addendum in the space
provided on the Bid Form. Failure to do so may subject Bidder to disqualification.
GENERAL INFORMATION: This Addendum does not change the time or date of receipt
of bids. Replacement proposal forms, beginning on Page P-13, will be issued by Addendum No. 4
on Friday morning (Sept. 12.)
ADD. 34 PROPOSAL PAGE P-2
Delete the second paragraph (beginning `The aforementioned..." ) and substitute the following
in lieu thereof: "Thc aforementioned project completion shall be understood to mean
substantial completion, at which point the facility is available for use and occupancy, and the
remaining punch -list itcrns are of such a nature that, in the judgement of the
Architcct/Engincer, they do not significantly interfere with the use or occupancy of the
facility. An additional 30 calendar days will be provided to complete all punch -list work. Theaforementionedtimeperiodincludesallowancesforinclementweather. Time extension for
inclement weather will be granted only in the case of unusually severe weather during the
construction period (compared to the weather during the previous five years, per official
weather records.)
ADD. 3-2 FEDERAL CONTRACT CONDITIONS PAGE FC-25
Add the attached four pages 4mtitled `Building Construction Minimum Wage Rates." 'These
shall apply to the building construction trades.
Page 1 of 7
Sep-11-97 09:16A AEC,INC P.03
ADDENDUM NO. 3 (Continued)
ARFF, ORLANDO SANFORD AMPORT
ADD. 3-3 SECTION 13122 - METAL BUILDING
Para 2A, B,2 Replace paragraph; Addendum No. 2 deleted paragraph by mistake.
Clarification: Base bid - all roof area except tower roof is trapezoidal shaped rib; tower is
vertical rib. Alternate #1 (which deletes tower) - all roof is vertical rib.
ADD. 3-4 SECTION 16740 - VOICE AND DATA SYSTEMS
1) Delete paragraphs 2.A, 2.B, and 2.C.
2) Change Paragraph 2.D.1 to read as follows:
1. General: Provide 1" EMT conduit, 4" square J-box with associated mud ring,
and insulated conduit end fitting on end of conduit with pull string for future
installation of telephone or data systems as required.
3) Delete Paragraphs 2.D.2. and 2. E.
4) Delete paragraphs 3.1.A. and 3.1.B
DRAWINGS
ADD. 3-5 SKEET C-4 (Soils Boring Data - Not Yet incorporated into Drawing Set)
Limited soil boring data has been received. A total of fifteen (15) soil borings were taken to
a depth of 10' at the proposed ARFF Station site and along the proposed access road. The
borings revealed strata of fine sand, with some clayey sand at lower depths, but no
appreciable muck, clay, or other materials which would be unsuitable as building foundation
subgradc or road subgrade. The water table was found at a depth of 4 to 7 feet in the vicinity
of the ARFF station; not as di:ep near the east end of the proposed access road. if more data
becomes available on Thurs. wept. 11, it will be transmitted by fax addendum on Friday Sept.
12.
ADD. 3-6 SHEET C-21 (Automatic Gate Plan)
In response to a prospective: bidder's question, the limits of new fence and the locations of
the tie-ins to the existing &nce are clearly shown on Sheet C-21. The proposed fence is
drawn heavier with a double `x', and both connection points are labeled. The fence is to
Page 2 of 7 `
Pep-li-97 09:16A AEC,INC P-04
ADDENDUM NO. 3 (Continued)
ARFF, ORLANDO SANFORD AIRPORT
conform to the requirements set forth on Sheet C-22 and Specification F-162.
ADD. 3-7 SHEET C-21 (Automatic Gate Plan) AND SHEET C-23 (fence and gate details:)
In response to a prospective; bidder's question, the gate operator and controls are to be
furnished and installed by the Contractor, except for the card reader which will be furnished
and installed by others. There requirements are clearly stated on Sheet C-23.
ADD. 3-8 SHEET C-19 (Water Main Details:)
in response to a prospective bidder's question, bids shall be based on installing the water main
at shallow depth over the two storm drain lines as shown. An exposed ditch crossing would
likely result in more permitting difficulty.
ADD. 3-9 SHEET A-6:
Wall around opening of spiral stair at tower level on east and north sides is aluminum
storefront; see Sections A/A-3 and A/A-5. Delete corner steel tube and make corner with
storefront.
ADD. 3-10 SHEET A-8:
Interior face of wall below glazing in tower (within space 202) is gypsum wallboard; while
surface in open well around spiral stair is metal liner panel. Finish off any exposed areas (not
in space 202) of tower with liner panel. Metal liner panel at this and other locations is equal
to MBCI panel "M" painted white, 26 guage.
ADD. 3-11 SHEET P-1, General Notes, Schedules and legends:
Add to Typical Sump Pump installation Detail the following requirements:
l) Cast Iron Sump Purnp cover shall be provided with cast iron ring as specified on
structural plans and shall be capable of supporting the weight of a 44,000 lb. vehicle.
ADD. 3-12 SHEET E-2 Power Plan: Add the following to Specific Plan Note No. 9:
PROVIDE 8 THICK CONCRETE PAD UNDER GENERATOR.. PAD TO BE 36"
LARGER THAN BASE OF GENERATOR TN ALL DIRECTIONS AND TO BE PROVLDED
WITIi I" CHAMFFRED EDGES.
Page 3 of 7
Sep-11-97 09:17A AEC,INC P.05
General Decision Number FL970067
Superseded General Decision No. FL960067
State: Florida
Construction Type:
BUILDING
County(les):
SEMINOLE
BUILDING CONSTRUCTION PRWECTS (does not include single family
homes and apartments up -to and including lour (4) stories)'
Modification Number Publication Data
0 02/14/2997
FL970067 - 1 02/14/1997
Past 4 of 7
Sep-11-97 09:17A AEC,INC P_06
COUNTY(ies):
SEMINOLE
SUPLI023A 10/14/1994
Bricklayers/Brocklayers
Carpenters (including drywall
hanging and Batt insulation)
Cement Masons/concrete Finishers
Drywall Finishers
Electricians
Glaziers
Ironworkers, Structural
Laborers:
Unskilled
Mason tenders
Painter&, Bru9h (excluding drywall
finishing)
Pipefitters (including HVAC work)
Plumbers
Roofers
Rates
13.00
10.59
10.17
11.56
10.29
10.79
8.50
6.87
8.00
9.41
10.99
10.96
9.47
Fringes
2.42
Sheet Metal workers 9.79 1.22
including HVAC duct work)
Sprinkler Fitters 12.00
Tile setter 12-10
Truck Drivers 7.56
Power Equipment Operators
Grader 12.50 1.73
Loader 9.86 1.74
Acoustical Tile Installer 11.00
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental
FL970067 - 2 02/14/1997
Page 5 of 7
Sep-11-97 09:17A AEC,INC
P_07
Unlisted classification& needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
29 CFR
In the listing above, the PSU" designation means that rates
listed under that identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This'ean
be:
an existing published wage determination
a survey underlying a wage determination
a Wage and Hour Division letter setting forth a
position or a wage determination matter
a conformance (additional classification and rate)
ruling
on survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
with regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the Branch
of Construction Wage Determinations. Write to:
Branch of Construction wage Determinations
Wage and Hour Division
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
2.) If the anawrr to the question in 1.) is yes, then on
interested party (those affected by the action) can request
review and reconsideration from the Wage andHour HHourrAdministratorSee
29 CFR Part 1.$ and 29 CFR Part 7). Wage
and Hour Administrator U.
S. Department of Labor FL970067 -
3 Page
6 of 7 02/
14/1997
Sep-11-97 09:17A AEC,INC P_08
200 Constitution Avenue, N. W.
Washington, D. C. 20210
The request should be accompanied by a full statement of the
interested party's Position and by any information (wage payment
data, project descripti-On, area practice material, etc.) that the
requester considers relevant to the issue-
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative Review
Board (formerly the Wage Appeals Board). write to:
Administrative Review Board
U. .3. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 30210
4.) All decisions by the Administrative Review Board are final.
E14D OF GENERAL DECISION
FL970067 - 4 02/14/1997
Page 7 of 7
ep-1,4-97 07:24A AEC, INC P.Ol
ADDENDUM NO.4 DATE: SEPTEMBER 13, 1997
PROJECT:
AIRPORT RESCUE AND FIREFIGHTING (ARFF) STATION
ORLANDO SANFORD AIRPORT
SANFORD, FLORIDA
FA%XO ALL
POLDERS
41 PAGES
IF ANY PAGES ARE
UNCLEAR OR MISSING,
PLEASE CALL 305-252-1724
HNTB TEAM
HNTB
AIRPORT ENGINEERING CO., INC.
NELSON BLANKENSHIP, ARCHITECT
This addendum is issued as a part of -the Bidding Documents for the above described project. The
changes incorporated in this Addendum shall be considered as a part of the documents and shall
supersede, amend, add to or subtract from those conditions shown in the original documents dated
August 1997. The bidder shall take care to coordinate modifications herein with all trades and
disciplines related to the work. The Bidder shall acknowledge receipt of the Addendum in the space
provided on the Bid Form. Failure to do so may subject Bidder to disqualification.
GENERAL INFORMATION: This Addendum does not change the time or date of receipt
of bids.
ADD. 4-1 PROPOSAL
Replace the Schedule of Prices Bid (Pages P-13 to P-22) with the revised Schedule of Prices
Bid (Pages 9 to 18 of this Addendum.)
ADD. 4-2 DIV. 1 SUPPLEMENT- PAGE 5:
Delete Para. 60-02 - " Samples, Tens, and Cited Specifications," and substitute the
following:
All Quality Assurance Testing shall be performed by the Owner's Testing Laboratory, who
will be retained by the Owner as a subconsultant to the Engineer. The Owner will pay for
the cost of all Quality Assurance (Acceptance) Testing, for both the Building and the Site
Sep-1.4-97 07:24A AEC, INC P.02
Improvements (except for the: cost of re -testing any failing tests, and the cost of testing work
which is installed to replace: rejected work, the costs of which will be deducted from the
monies due the Contractor, ftt the end of the project.) Quality Assurance Testing is defined
as the testing of materials, either as -delivered or as -installed, to assure the Engineer. Owner,
and funding agencies that the: materials and the work conform to the contract requirements.
The Contractor shall perform separate and independent testing for quality control purposes,
and shall not rely upon the quality assurance testing by the Owner's test lab for quality
control. The types, frequenci.:s, etc. of Contractor's Quality Control tests shall be subject to
the Contractor's judgement, unless the Quality Assurance testing performed by the Owner's
Test Lab shows that adequate control is not being maintained by the Contractor, in which
case the Contractor will be required to correct the deficiencies in the quality control testing
program. Two exceptions to this are the P-401 bituminous surface course and the P-501
concrete pavement, in which a specific Contractor -performed quality control testing program
is required by the Specifications.
Various building -related technical specifications. contain references to testing to be
performed by the Contractor, and in some cases refer to this as "Quality Control"
testing. It shall be under-nood that such provisions are modified and superseded by
the above paragraphs; thsit the extent of Contractor Quality Control testing for this
project (except P-401 and 1'-501) shall be subject to the judgement of the Contractor,
and that the Contractor is not required to retain any test lab for Quality Assurance
acceptance) testing purposes. No attempt is made to revise all such specifications in
this Addendum.
ADD, 4-3 Page P-152-1, Article 152-2.1 General:
Delete the first sentence and substitute the following:
Before beginning excavation, grading, and embankment operations in any area, the turf and
topsoil shall first be stripped off in accordance with Article 152-2.10 (as modified by
Addendum No. 4.) The proposed project site is generally in a maintained (mowed) grass
area, and therefore "clearing" is not required. However, there are a small number of isolated
trees within the construction limits. Such trees, including their roots, and other existing
vegetation which interferes Aith the proposed construction, shall be removed, and the costs
incidental thereto shall be included in the price bid for "miscellaneous demolition" (Item M-4.)
Add the following paragraph to this Article:
Any unsuitable soil (muck peat, etc.) resulting from construction operations, which is
reasonably free of roots and debris, may be disposed of at a site located approximately 2500
feet south of the construction area. The Airport Authority representative will direct the
ADDENDUM NO. 4
ARFF - ORLANDO SANFORD AIRPORT
PAGE 2 OF 41
Sep-1.4-97 07:24A AEC,INC P.03
Contractor to the disposal site. However, any other excess material, such as removed
vegetation and products of demolition, shall be lawfully disposed of off airport property, in
accordance with item M-L`
ADD. 4-4 Page P-152-4, Article 152-2.3 Borrow Excavation:
Delete the first paragraph and substitute the following:
The borrow area is located approximately 2500 ft. south of the proposed ARFF Station site,
and consists of smoothly -graded stockpiles of excess material from previous projects. The
material is clean sandy soil., similar to the in -place material at the ARFF Station site.
Contractor shall coordinate with the Airport Authority representative, to determine the actual
locations where material may be taken. Contractor shall remove material from the sides of
the stockpiles using pans or front-end loaders, and shall leave the remaining material in
presentable condition, without ruts or pits that would pond water. The amount of material
available far exceeds the amount which will be required for construction of the embankments
for this project."
ADD. 4-5 Page P-152-7, Article 152-2.10 Topsoil:
Delete this article and substitute the following:
Contractor shall strip off the turf and topsoil from the entire area to be graded, temporarily
stockpile the material, and later spread the stockpiled turf and topsoil material uniformly over
the finished graded areas to promote the growth of grass. No separate payment shall be made
for these operations. The Contractor• shall include the costs thereof in the prices bid for
Unclassified Excavation",' Embankment In -Place," and/or "Grassing by Seeding," as he/she
considers appropriate."
ADD. 4-6 Page P-152-8, Article 152-3.1 Measurement:
Delete the first paragraph. (Mote that Paragraphs 152-3.2 and 152-3.3 were already deleted
in the Supplement.) Add the: following:
The number of cubic yards of U nclassified Excavation shall be the number of cubic yards,
measured in -place in accordance with 152-3.4, of all excavations made for pavement
construction, swales, ponds, etc., but not including excavation of borrow material, excavation
for pipes or foundations, or excavation for the removal of unsuitable material (if any.) The
Unclassified Excavation volume is the volume shown on the Cross Sections as "Cut."
The number of cubic yards of Muck Excavation shall be the number of cubic yards, measured
in -place in accordance with 152-3.4, of any unsuitable soil, including overburden, which the
ADDENDUM NO. 4
ARFF - ORLANDO SANFORD AIRPORT
PAGE 3OF41
Sep-1.4-97 07:25A AEC,INC P-04
Contractor is directed to remove. Soil borings for this project do not indicate unsuitable
material; however there is a possibility that such material may be encountered during
construction.
The number of cubic yards of Embankment In -Place shall be the number of cubic yards of
embankment, measured in -place in accordance with 152-3.4, of all berms, shoulders, subgrade
under road where in a "till" section, etc., but not including backtill of trenches or excavations,
or the volume of material required to replace removed unsuitable soil. The l mbanlanent In -
Place volume is the volume :hown on the Cross Sections as "Dill."
The number of square yards of Work Platform shall be the number of square yards of Work
Platform, as described in 15 2-2.13 (Supplement,) completed and accepted."
ADD. 4-7 Page P-152-8, Article 152-3.4.
Delete the last sentence of the first paragraph and substitute the following:
The Contractor shall be responsible for verification of the embankment and excavation
grades, before beginning construction of the work platform."
ADD. 4-8 Page P-152-8, Article 152=4.1 Payment:
Delete the first sentence and substitute the following:
For Unclassified Excavation, Muck Excavation, and Embankment In Place, payment shall
be made at the contract unit prices bid, per cubic yard, for the items."
ADD. 4-9 Supplements to Technical Specifications for Site Items, General:
Change the listed pay items as required, to conform to the pay item changes in the
revised Schedule of Prices Bid which is issued by this Addendum.
ADD. 4-10 Page M-1-1, Para. I DESCRIPTION.
To the list of items to be removed and disposed of add "...fences, isolated trees and brush,..."
ADD. 4-11 Page M-1-3, Para. 5.3:
To the representative (non -exhaustive) list of miscellaneous items to be removed and
disposed of add: "...fences, :isolated trees and brush,..."
ADDENDUM NO. 4
ARFF - ORLANDO SANFORD AIRPORT
PAGE 4 OF 41
Sep- 1-4-97 07 : Z5A AEC, INC P_05
ADD. 4-12 Page M-1-4, Pay items:
Add the following pay item:
Item M-1-3 Asphalt Pavement Removal (2" surface, 8" base) Per Square Yard
ADD. 4-13 Add Spacial Sections M-6 through M-10 (Pages 19 through 28 of this Addendum.)
ADD. 4-14 Section 08331 Coiling Doors Add the following paragraph:
2.6 Fire shutters shall be equal to those manufactured by "Overhead Door Company,"
Model 630, 22-guage galv;Wzcd in manufacturer's standard color, ratings as shown in
Section A/A-3."
ADD. 4-15 Section 08710 Door .Hardware, Para. 2.9 B. and 2.9 C.:
Change finish of"interior Hinges" and "Locksets" from "US321?" to "26D."
ADD. 4-16 Section 13122 Metal Building, Para. 2.5 Plastic Skylight Units:
Add Para. H:
H. Alternately, skylights occurring in trapezoidal roof may be the metal building
manufacturer's standard fiberglass skylight. The 3' x 3' size is nominal. Use
manufacturer's nearest standard size, but no less area."
ADD. 4-17 Section 13900 Wet Pipe Fire Suppression System (issued by Addendum No. 2,)
Para. 1.5 Quotations:
Delete this paragraph. The, required price quotations shall be submitted on the revised
Summary of Prices Bid (included in this Addendum.)
ADD. 4-18 Section 15500 HVAC, Para. 2.6 Metal Ductwork Materials:
Add Para. M:
M. Fiberglass ducts shall not be considered an acceptable alternative to metal ducts."
ADDENDUM NO. 4
ARFF - ORLANDO SANFORD AIRPORT
PAGE 5 OF 41
Sep-14-97 07:25A AEC,INC P.06
ADD. 4-19 Sheet G-3 Summary of Quantities:
Change the pay item descriptions and estimated quantities to conform to the revised Schedule
of Prices Bid which is issued by this Addendum. (Note: The Summary of Quantities Sheet
will be updated, prior to start of construction.)
ADD. 4-20 Sheet C4 Soil Boring Data (not included in drawing set:)
The results of the recently -completed soils borings are included on Pages 29 through 33 of
this Addendum. This data shall substitute, on an interim basis, for Sheet C-4 of the Plans.
ADD. 4-21 Sheet C-S Layout and Grading Plan:
Add to "GRASSING REQUIREMENTS' (at right side of sheet)
Seed shall be a blend of Bermuda and Bahia. If the seeding is performed during the
winter months, rye may be added to the mixture. All sod shall be Bahia."
ADD. 4-22 Sheet C-7 Layout and Grading Plan:
Change the invert elevations of Mitered End Sections 9 and 10 from 26.20 to 23.20.
Change the plus -or -minus elevation at the intersection of the ccnterline of proposed
road with the centerline of Beardall Ave. from 26.79 to 26.97.
ADD. 443 Sheet C-9 Typical Sections and Misc. Details:
in response to a prospective bidder's question, the "Holding Tank" at the center of the sheet
is not the "Foam Tank" rcfcnred to in Deductive Alternate 7. The foam tank is located on the
mezzanine and is shown on Sheet P-2. The holding tank is located outside the building,
northeast of the wash/fill pad, and is shown on Sheet P-5 .
Also, for clarification, "SPEC. SECT. M-4" (in box near the holding tank detail) refers to the
specification entitled "Item M-4," which is located near the end of Volume 1 of the
Specifications.
ADD. 4-24 Sheet C-10 Drainage: Details:
Add the Flume Details, Pages 34 and 35 of this Addendum. (Note: Due to space limitations,
these details will actually be placed on a new sheet in the final construction drawings.)
ADDENDUM NO. 4
ARFF - ORLANDO SANFORD AIRPORT
PAGE 6 OF 41
Sep-1r4-97 07:25A AEC, INC P-07
ADD. 4-2S Sheet C-11 Drainage Profiles:
Add the profiles for the two pipes near Beardall Ave (M.E.S. 7-8 and M.E.S. 940,)
which are included in this Addendum (Pages 36 and 37.)
ADD. 4-26 Sheet C-13 Marking and Utility Plan:
Revise the Legend, per Page 38 of this Addendum.
ADD. 4-27 Sheet C-18 Water Main Details:
Complete the "Restrained Pipe Table," using the following data:
90 deg. bend: 6" pipe - 29' 8" pipe - 38'
45 deg. bend: 6" pipe - 12' 8" pipe - 16'
22 1/2" bend: 6" pipe - 6' 8" pipe - 8'
11 1/4" bend: 6" pipe - 3' 8" pipe - 4'
Plug or Branch of Tee: 6" pipe - 35' 8" pipe - 46'
ADD. 4-28 Sheet C-19 Water Main Details:
Add "Detail - 4" Meter and Backflow Preventer" (Pages 39 and 40 of this Addendum)
ADD. 4-29 Sheet C-21 Automatic Gate Plan:
Move the conduits labeled "1" PVC conduit stubbed out each way from pedestal, for future
control wiring" from the card -reader pedestal to the gate operator. Add a 3/4" conduit with
3 No. 12 THWN conductors from the electrical distribution panel at the service point to the
gate card reader pedestal/light pole, to serve the lighting fixture mounted on the pole.
Add a 4" PVC sleeve across the road, approx. 10' east of the concrete island.
Add note:
Contractor shall furnish a 120/240v., single phase, 60 A. electrical service, to serve the gate
operator and the area light. The electrical service shall consist of a meter housing and a
raintight, NEMA 3R distribution panel rated for use as service equipment with separate
breakers for the gate operator and the area light, mounted on a precast concrete post,
together with all conduits, struts, grounding, etc. required for a complete installation. Both
the meter and the panel shall face away from the fence as indicated. The Contractor shall
coordinate with FPL Co. far activation of the service (but the Owner will pay all FPL Co.
fees.) The panel, including; the inside bottom, and all hardware which is not hot -dip
ADDENDUM NO. 4
ARFF - ORLANDO SANFORD AIRPORT
PAGE 7 OF 41
Sep-14-97 07:25A AEC,INC P.08
galvanized, aluminum, or stainless steel, shall be painted with two coats of oil -based rust -
inhibitive enamel, color gray. All costs incidental to the service, except FPL fees, shall be
included in the contract lump sum price bid for the automatic gate installation."
ADD. 4-30 Sheet C-23 Fence and Gate Details:
To the "Gate Control Card Reader Details," add the following description of the Intercom
system:
Furnish a complete intercom system to provide communications between the Gate Card
Reader Pedestal and the ARFF Station. The intercom System shall consist of a weatherproof
indoor/outdoor) combinationspeaker/mic. and call button, with a cast metal housing; a desk - mounted
base unit to be installed in the ARFF station at a location designated by the Architect;
6-pair No. 18 or No. 20 intercom cable (suitable for direct burial,) and the 3/4" conduit/
pull box system shown. The intercom system shall be an industrial grade system made
by a well -established manufacturer of intercom equipment, shall have good sound quality
to aliow clear communication; shall produce a tone when the call button at the gate is
pressed, and shall be rated for use with the length of cable required (approx. 3000 ft.) The intercom
system shall be powered from the ARFF Station electrical system; there shall be no batteries.
Multiple station capability is not required. The Contractor shall submit complete shop
drawings for approval.*' ADD.
4-31 Sheet C-26 Cross Sections: Delete
the Cross Sections for Sta. 35+80 and 36+80, and substitute in lieu thereof the attached
cross sections (Pa13e 41 of this Addendum) for Sta. 35+50, 35+80, 36+80, and 38+
00. Change
the estimated'earthmrork quantities to the following: ESTIMATED
TOTAL UNCLASSIFIED EXCAVATION (CUT) = 2,380 C.Y. ESTIMATED
TOTAL EMBANKMENT IN -PLACE (FELL) — 5,330 C.Y. ADDENDUM
NO. 4 ARFF -
ORLANDO SANFORD AIRPORT PAGE
8 OF 41
Sep-14,-97 07:Z6A AEC,INC P.09
Schedule of Prices Bid
A
131
C
IC
Mobilization and Maintenance of Traffic 1 L.S. @ $ _ = $
For
Dollars per Lump Sum
ARFF Station Building, Complete 1 L.S. @ $_ = $
For
Dollars per Lump Sum
Compliance With State of Florida _ $
Trench Safety Act 1 L. S. @ $
For
Dollars per Lump Sum
Additional Recessed Fire Sprinkler Head, _ $
Including 15' (Max.) Concealal Piping 5 Ea. @ $
For
Dollars per Each
E Additional Standard Upright or Pendant
Fire Sprinkler Head, Including 15' (Max.) _ $
Exposed Piping 5 Ea. @ $
Dollars per Each
For -
P-152-4.01 ' Unclassified Excavation 2,380 C.Y. @ $ = $
For
Dollars per Cubic Yard
P-152-4•02 Muck Excavation 1,000 C.Y. @ $ " $
For _
Dollars per Cubic Yard
a a
P-152-4.03 Embankment In -Place 5,330 C.Y. @ $
For
Dollars per Cubic Yard
ADDENDUM N0, 4
ARFF - ORLANDO
P-13 SANFORD AIRPORT
PAGE 9 OF 41
Sep-14-97 07:26A AEC,INC P.10
Schedule of Prices Bid
P-152-4.04 6" Work Platform 5,870 S.Y. @ $ = $,
For Dollars per Square Yard
P-156-5.01 Staked Silt Barrier 2,000 L.F. @ $ = $
For Dollars per Linear Foot
P-211-5.01 Limerock Base Course 2,500 C.Y. @ S = $,
For Dollars per Cubic Yard
P-401-8.01 Bituminous Surface Course
1/2" Max. Aggregate:) 1,660 Ton @ S s $
For ! _ _ Dollars per Ton
P-501-5.01 8" Reinforced Concrete Pavemenrt 450 S.Y. @ $ = S
For Dollars per Square Yard
P-602-5.01 Bitum. Material (Prune Coat) 2,270 Gal. @ S = S
For Dollars per Gallon
P-603-5.01 Bitvm. Material (Tack: Coat)
For
P-620-5.01 Pavement Marking (Paint)
For
F-162-5.01
For
1,130 Gal. @ $_ — $
Dollars per Gallon
85 S.F. @ $ = $
Dollars per Square Foot
Automatic Gate, Complete (Intl.
Fence and Electrical Installation) 1 L.S. @ $ _ $
Dollars per Lump Sum
ADDENDUM NO. 4
ARFF - ORLANDO
P-14 SANFORD AIRPORT
PAGE 10 OF 41
Sep-14-97 07:26A AEC,INC P.11
Schedule of Prices Bid
F-162-5.02 Gate-to-ARFF Station
Intercom System, Complete 1 L.S. @ $ = S
For Dollars per Lump Sum
D-701-5.01 15" Reinforced Concrete Pipe
Class 5) 82 L.F. @ $ _ $
For Dollars per Linear Foot
D-701-5.02 18" Reinforced Concrete Pipe
Class 3) 145 L.F. @ $ $
For Dollars per Linear Foot
D-701-5.03 30" Reinforced Concrete Pipe
Class 3) 48 L.F. @ $ _ $
For Dollars per Linear Foot
D-701-5.04 60" Reinforced Concrete Pipe
Class 3) 106 L.F. @ $ _ $
For Dollars per Linear Foot
D-701-5.05 6" Perforated Corrugated Polyethylene
Underdrain Pipe with "Sock" 645 L.F. @
For Dollars per Linear Foot
D-701-5.06 6" PVC Pipe 340 L.F. @ $ = $
For _ Dollars per Linear Foot
ADDENDUM NO. 4
ARFF - ORLANDO
P-15 SANFORD AIRPORT
PAGE 11 OF 41
Sep-14-97 07:26A AEC,INC P_12
Schedule of Prices Bid
D-701-5.07 8" PVC Pipe 220 L.F. c@ $ = S
Dollars per Linear Foot
For —
3 Ea.
D-701-5.08 Underdrain Cleanout @ $ - S
Dollars per Each
For
D-752-5.01 Mitered End Section (15" RCP) 4 Ea. @ $
Dollars per Each
For
D-752-5.02 Mitered End Section (18" RCP) 2 Ea- @ S — $
Dollars per Each
For
D-752-5.03 Mitered End Section (30" RCP) 2 Ea. @ S. - + $
Dollars per Each
For
D-752-5.04 Mitered End Section (2-60" RCP) 2 Ea. @ S =$—
Dollars per Each
For
D-752-5.05 . Concrete Erosion Protection 216 S.Y. @ $
Dollars per Square Yard
For
L. . _
D-752-5.06 Concrete Flume with Skimmer 1 @ $ $
Dollars per Lump Sum
For —
T-901-5.01 Grassing (By Seeding) 4 Ac. a $ =
Dollars per Acre
For -----
ADDENDUM NO. 4
ARFF - ORIANDO
P-16 SANFORD AIRPORT
PAGE 12 OF 41
Sop-14-97 07:27A AEC,INC P.13
Schedule of Prices Bid
T-904-5.01 Sodding 14,000 S.Y. @ $ — $
For __
Dollars per Square Yard
L-108-5.01 No. 8, 5000V ., L-824 Type C
Conductor Installed hi Trench
Or Conduit
F2
200L.F.@S =S
Dollars per Linear Foot
L-1 08-5.02 No. 6 Bare Stranded Copper _ $
Counterpoise Wire In Trench 128 L.F. @ $ _ -
For
Dollars per Linear Foot
L-108-5.03 Trench in Unpaved Area 128 L.F. @ $ = $
For
Dollars per Linear Foot
L-110-5.01 2" PVC Sch. 40 Conduit Installed
128 L.F. @ $ — $ In Trench
For
Dollars per Linear Foot
L-110-5.02 . 1W2" Concrete-Enm;ed Duct 72 L.F. @ $
M-1-1
Dollars per Linear Foot
For
Demolish and Dispose Cif Existing - $
Building and Foundatior, 1 L.S. @$
For
Dollars per Lump Sum
M-1-2 %fiscellaneous Demolition 1 L.S. @ $
For
Dollars per Lump Sum
ADDENDUM NO. 4
ARFF - ORLANDO
SANFORD AIRPORT
PAGE 13 OF 41
P-17
Sep-1-4-97 07:27A AEC,INC P.14
Schedule of Prices Bid
M-1-3 Asphalt Pavement Removal $
2" Surface / 8" Base) 245 S.Y. a $ _
For
Dollars per Square Yard
M-2-1 Thermoplastic Pavement Marking 2,940 S.F. @ $ = $
Dollars per Square Foot
For --
M-3-1 Road Sign (Single Post) 13Ea. @$ -$ Dollars
per Each For
6Ea.
M-
3-2 Road Sign (9-Button Reflector) @ S —$ Dollars
per Each For --
M-
3-3 Reflective Pavement Mark110 Ea. er @ $ = $ Dollars per
Each For MA-
1
Spill Collection System And = S Holding Tank
1 L.S. @ S M-5-
1 Dollars per
Lump Sum For — Site
Lighting
System 1 L. S. @ S_ = S_ Dollars per
Lump Sum For M-
6-
1 8" PVC Water Main 6,000 L.F. @ S_ = $ Dollars per
Linear Foot For ADDENDUM
NO.
4 ARFF - ORlANDO
p-18
SANFORD AIRPORT PAGE 14,
OF 41
Sep-1.4-97 07:27A AEC,INC P.15
Schedule of Prices Bid
M-6-2
M-6-3
M-6-4
M-6-5
M-6-6
For
M-6-7
8" Ductile iron Pipe Water Main
4" PVC Water Service Line:
160 L.F. @ $ — $
Dollars per Linear Foot
145 L.F. @ $_, = $
For
Dollars per Linear Foot
M-6-8
2" PVC Water Service Line 95 L.F. @ $ = S.
For _
Dollars per Linear Foot
M-6-9
For
Connection to Exist. 10" Water Main
4" Gate Valve and Valve Box
1 L.S. @ $ = $.
Dollars per Lump Sum
IEa. @$ =S Dollars
per Each For —
8"
Gate Valve and Valve Box 6 Ea. @ $ = S For
Dollars
per Each Fire
Hydrant Assembly 3Ea. @S —$ For Dollars
per
Each 4" Meter
and Backflow Preventer Assy. 1 L.S. @ S _ = S_ For Dollars
per
Lump Sum M-6-
10 1" Meter and Backflow :Preventer Assy. 1 L.S. @ $ For Dollars
per
Lump Sum O 4
ADDENDUM N . P_19
ARFF - ORLANDO SANFORD'AIRPORT
PAGE 15
OF 41
Sep-14-97 07:27A AEC,INC P.16
Schedule or Prices Bid
M-7-1
M-8-1
M-8-2
Septic Sewage Disposal System 1 L.S. @$ =$
For Dollars per Lump Sum
6" Concrete Curb and Gutter 354 L.F. @ $ __$
For Dollars per Linear Foot
For
Concrete Walk or Pad 120 S.Y. @ $ = $
Dollars per Square Yard
M-9-1 4" PVC Sleeve 196 L.F. @ $ EV
For Dollars per Linear Foot
M-9-2 Underground Primary Electrical Conduit
installation Only; Conduit Furnished
By FPL Co.) 3,120 L.F. @ $ _ $
M-9-3
M-10-1
For Dollars per Linear Foot
2" PVC Conduit (Telephone) 170 L.F. @ $ = $
For Dollars per Linear Foot
Live Oak Tree, 16 (min.) Height
x 3" (min.) Dia. 5 Ea. @ $ " $
For Dollars per Each
TOTAL BASE BID AMOUNT $
Deductive Alternates: See next page ADDENDUM NO. 4
AFIFF - ORLANDO
P-20
SANFORD AIRPORT
PAGE 16 OF 41
Sep-1.4-97 07:27A AEC,INC P.17
Schedule of Prices Bid
Deductive Alternates: (All Alternates reduce the price of Item B- ARFF Station Building. See
Special Provisions, Section 18, and Spec. Section 01030)
ALT 1. Delete the Observation/Watch Tower in its entirety, and all construction related to it.
Delete the tower structure, roofing, glazing, walls, floors, spiral stair, slide pole,
mechanical, electrical, systems communication, etc., in their entirety. Replace the area
formerly occupied by the tower with roof and insulation to match the adjacent roofing
such that the ease and west gable ends of the high bay portion of the building are similar
and thre is no trace of a tower. Also raise the roof pitch of the entire facility (low and high
bays) from 1;12 to 4:12.
For S Credit
Dollars Credit
Amount Written In'Nords - Typical)
ALT 2. Substitute Plastic Laminate counters (on plywood) in lieu of solid plastic counters in
kitchen and toilet rooms.
For $ Credit
Dollars Credit
ALT 3, Substitute Plastic Laminate toilet partitions in lieu of solid plastic partitions.
For S —Credit
Dollars Credit
ALT 4. Delete the Breathing Air Compressor (Section 15482) and related items (Item C2 in
Plumbing Schedule) in tl eir entirety.
For $ _ Credit
P-21
Dollars Credit
ADDENDUM NO. 4
ARFF - ORLANDO
SANFORD AIRPORT
PAGE 17- OF 41
Sep-14-97 07:2BA AEC, INC P_18
Schedule of Prices Bid
Deductive Alternates (Continued)
ALT 5. Delete the Air Compressor (Item C1 in the Plumbing Schedule) only. All piping to remain
in the base bid.
For $ Credit
Dollars Credit
ALT 6. Substitute an LP Gas Generator in lieu of the Diesel Generator in the base bid.
For $ Credit
Dollars Credit
ALT 7. Delete the Foam Tank, Supports, associated piping, and other associated items.
For $ Credit
Dollars Credit
ALT 8. Delete top loader "Fast Fill" arm and control mechanism as shown on Sheet 3 Detail 7,
and substitute in lieu thereof a 4" butterfly valve, elbow, and hose connection at the
mezzanine level stair landing.
For $ Credit
Dollars Credit
ALT 9. Delete the Building Wet Pipe Fire Suppression System (added by Addendum 2.)
For $ Credit
END OF PROPOSAL
P-22
Dollars Credit
ADDENDUM NO. 4
ARFF - ORLANDO
SANFORD AIRPORT
PAGE i$ OF 41
Sep- 1.4-97 07 : Z8A AEC, INC P.19
ITEM M-6
WATER MAINS
This item shall consist of furnishing and installing a water main complete with all accessories required
for a complete installation, as shown on the Plans.
2.1 The subcontractor performing the water main installation shall be a well -established
underground utilities contractor who is experienced and regularly engaged in the installation of water
mains, familiar with local (City of Sanford) standards, and is acceptable to the City of Sanford. Upon
request, the Contractor shall ftunish evidence of the qualifications of the subcontractor performing
the water main installation.
3.1 The water main installation shall strictly conform to the applicable requirements of the City
of Sanford Utilities Standards and Spa-,ifications Manual, adopted May 12, 1997. This Manual shall
be incorporated herein by reference. The Contractor (or underground utilities subcontractor) shall
have a copy of the Manual available at the site at all times during the water main installation, and until
final acceptance of the water main.
3.2 The work shall comply with the provisions of the permit to be issued by the Florida
Department of Environmental Protection (FDEP.) It is not anticipated that the FDEP will impose
any more stringent requirements than those which are included in the City of Sanford Utilities
Manual. The FDEP permit will be obtained by the Engineer. A copy will be furnished to the
Contractor.
3.3 The Contractor shall be responsible for coordinating all work with the City of Sanford Utility
Department and the Sanford Airport wthority. For the comtection toohe 101 main which lies within
the right of way of State Road 46, the Contractor shall also be responsible for coordinating with the
Florida Department of Transportation, for traffic control, pavement repair, etc.
3.4 All agency fees (City of Sanibrd, FDOT) will be paid by the Owner.
4.1 Materials for the Water Main installation shall strictly conform to the requirements of the City
of Sanford Utilities Standards and Specifications Manual.
4.2 Mechanically restrained joints shall be used exclusively in lieu of thrust blocking, where
allowed by the City of Sanford standards.
ADDENDUM NO. 4
M-6-1 ARFF - ORLANDO
SANFORD AIRPORT
PAGE (_ OF 41
Sep- 1,4-97 07 s 2BA AEC, INC P.20
4.3 Submit shop drawings for all items to the Engineer for review, prior to ordering.
5, CONSTRUCTION ME-cHUU ; c:ZKX X-AL:A IJU
5.1 All work shall be performed in strict accordance with the requirements of the City of Sanford
Utility Standards.
5.2 The water main and all valves, fittings, and devices shall be accurately located according to
the Plans. Particular care shall be u:;ed to achieve proper depth and grade.
5.3 The Contractor shall coordinate all necessary City of Sanford inspections, flushing, pressure
testing, disinfection, and bacteriological tests.
5.4 Upon completion of the work, the Contractor shall furnish to the Engineer five (5) sets of
as -built" drawings showing any held changes; the actual locations of mains, valves, bends, tees, etc.;
top -of -pipe elevations at 200' (max.) intervals, and locations of the bacteriological test points. (The
As -Built drawings do not have to 'vaclude the detail sheets. ) Also furnish two copies each of the
passing bacteriological test reports and the pressure test report. This shall be done within one .week
of the date of the bacteriological tests. The Engineer will then complete and submit the FDEP
Application for Clearance Letter."
MIN DV N.Toyoxel 26 1 DKIVIU : u
6.1 The number of linear feet of Neater main or water service line for payment shall be the number
of linear feet of each type and size of main or service line installed, tested, and accepted.
6.2 The connection to esdsdng water main shall be one unit (lump sum payment.) It shall include
the tapping sleeve and valve, and all traffic control, pavement repair, and other work required for
installation.
6.3 The number of gate valves (with valve box) for payment shall be the number .of valve and
valve box assemblies installed, tested, and accepted, other than valves which are part of other
assemblies. The 8" tapping valve, the 6" valve at each fire hydrant, and the above -ground valves at
the 4" meter and backilow preventer imsembly, are part of other assemblies and are therefore not paid
for separately as `valve and valve box."
6.4 The number of fire hydrant asmnblies for payment shall be the cumber of complete assemblies
as shown on the detail, including hydrant, riser, elbow, 6" pipe, gate valve, valve box, anchoring tee,
bedding rock, concrete pads, and other items shown.
6.5 Each size meter and backflow preventer assembly shall be one unit (lump sum payment). It
shall include the meter, backflow Eoreventer assembly including valves, elbows, risers. supports,
concrete pad, and other items shown on the details.
M-6-2 ADDENDUM NO. 4
ARFF - ORLANDO
SANFORD AIRPORT
PAGE ZO OF 41
Sep-14-97 07:28A AEC,INC P-21
devices
6.6 No separate measurement for payment shall be made of fittings,breedin yof e I sted pay
other item in the water main installation which is not specificallyitems. The Contractor shall include the cost of such items in the price bid for per linear foot for water
main or water service line.
7.) payment shall be made at the colytract unit prices bid for the following items, which prce
and
payment shall be full compensation 1'or furnishing all material, labor, equipment, supplies, incidentals required to complete the water main installation as a complete and functional unit,
accepted by the City of Sanford and F1DEP, and ready for use:
Item M-6-1 8" PVC Water :Main Per Linear Foot
Item M-6-2 8" Ductile Iron Pipe Water Main Per Linear Foot
Item M-6-3 4" PVC Water Service Line Per Linear Foot
Item M-6-4 2" PVC Water Service Line Per Linear Foot
Item M-6-5 Connection To Existing loll Water Main Per Lump Sum
Item M-6-6 4" Gate Valve and Valve Box Per Each
Item M-6-7 8" Gate Valve and Valve Box Per Each
Item M-6-8 Fire Hydrant Assembly
Per Each
Item M-6-9 4" Meter and 13ack low Preventer Assy. Per Lump Sum
item M-6-10 1" Meter and 1Backflow Preventer Assy. Per Lump Sum
END
M-6-3 ADDENDUM NO. 4
ARFF - ORLANDO
SANFORD AIRPORT
PAGE Z I OF 41
Sep-14-97 07:29A AEC,INC P_22
ITEM M-7
SEPTIC SEWAGE DISPOSAL SYSTEM
t DFSCHIPTM
This item shall consist of furnishing and installing a septic sewage disposal system, in accordance withthePlansandmeetingSeminoleCountyHealthDepartmentandStateofFloridarequirements.
2. OU I RQQN ACTOR
2.1 The subcontractor performing the septic sewage disposal system shall be a well -establishedsepticsysteminstallationcontractor, licensed, experienced in, and regularly engaged in the installationofsepticdisposalsystemsforcommercialfacilities, and familiar with local (Seminole County)
requirements. Upon request, the Contractor shall furnish evidence of the qualifications of the
subcontractor performing the septic system installation.
3. .1, d)RDINAT1QN
3,1 The septic disposal system shall comply with the details and requirements shown on the Plans;
with the applicable requirements of Chapter 10-D6 F.A.C.; and with the requirements of the local
permitting authority (Seminole County Health Department.) In the event of conflict, the more
stringent requirement shall apply. No changes to the design shown on the plans shall be made without
prior authorizatioln -of the Engineer.
3.2 The Contractor shall coordinate with the County Health Department for the necessary
percolation tests, permitting, and inspections. Permit fees will be paid by the Owner. (Note the low
water table elevation at the drainfield site, indicated in the soil boring data which is included in
Addendum 4. Permitting is thus not anticipated to be -difficult.)
4--MA : CONSIMCII METHODS
4.1 Materials shall be new, commercial -grade, undamaged' and in conformance with the plans and
the County permit.
4.2 Shop drawings shall be submitted for all materials, before ordering.
4.3 The materials shall be installed in a neat and workmanlike manner according to the detailsshownonthePlans, and the County permit. Particular care shall be taken to install the pipes, fittings,
etc. at the correct elevations, and to avoid crushing of drainfield pipe.
4.4 The Contractor shall furnish an accurate "as -bulk" (record) drawing showing the final location
M-7-1
ADDENDUM NO. 4
ARFF - ORLANDO
SANFORD AIRPORT
PAGE ZZ OF 41
Sep-14-97 07:29A AEC,INC P.23
of all underground items, referenced t' om building corners.
rw o 1 • 1 u
4.1 There shall be no separate mcasurement of any component part of the system. All parts,
including the piping outside the building wall linc, shall be included for payment in the lump sum price
bid for the septic sewage disposal system.
5.1 Payment shall be made at the contract unit price bid for the following item, which price and
payment shall be full compensation for furnishing all material, labor, equipment, supplies, and
incidentals required to complete the item:
Item M-7-1 Septic Sewage Disposal System Per Lump Sum.
ME
M-7-2
ADDENDUM NO. 4
ARFF - ORIANDO
SANFORD AIRPORT
PAGE Z OF 41
Sep-3,4-97 07:29A AEC,INC P.24
ITEM M-S
CONCRETE CURBS AND WALKS
This item shall consist of constructing concrete curbs and walks.
FART,7.14r : I
2.1 Concrete, premolded joint filler, and curing material shall conform to item P-610.
2.2 Curb and gutter shall be slip. -formed using an extruding -type curb machine, except that
conventional forming will be allowed for details where slip -forming is impractical, such as a
stormwater discharge flume.
3.1 The curbs and walks shall be constructed in accordance with the applicable provisions of the
State of Florida Department of Transportation Standard Specifications for Road and Bridge
Construction,,, Sections 520 and 522, which are incorporated herein by reference. Metric dimensions
and weights shall be converted to English as required (1 m = 3.28 , 25.4 mm = I"; 1 kg = 2.2 lb.)
3.2 Particular care shall be taken to set curbs, gutters, and walks at the correct elevations and
slopes, in accordance with the grading plan and details.
3.3 A uniform non -slip broom finish shall be provided for curbs and walks, except that a "tine
finish" shall be provided for pedestrizm ramps in accordance with Para. 522-7.2.
3.4 Any cracked panels of concrete walk shall be removed and replaced at no additional cost.
S 1 Si 1 4M3 U : 2 U
4.1 The quantity of 6" Concrete Curb and Gutter for payment shall be the number of linear feet
of curb and gutter installed and accepted, measured along the face of curb.
4.2 The quantity of concrete walk or pad shall be the number of square yards of concrete walkorpadinstalledandaccepted. There: shall be no additional measurement or payment for thickened
edges.
5.1 Payment shall be made at the contract unit prices bid for the following item, which price and
payment shall be full compensation for furnishing all material, labor, equipment, supplies, and
incidentals required to complete the item:
ADDENDUM NO. 4
M-8-1 ARFF - ORLANDO
SANFORD AIRPORT
PAGE ZA_ OF 41
Sep-1.4-97 07:29A AEC,INC P_25
Item M-8- ]
item M-8-2
6" Concrete Curb and Gutter
Concrete Walk or Pad
END
M-8-2
Per Linear Foot
Per Square Yard
ADDENDUM NO. 4
ARFF - ORLANDO
SANFORD AIRPORT
PAGE Z5 OF 41
Sep-1,4-97 07:30A AEC,INC P.26
ITEM M-9
CONDUITS AND SLEEVES
1
conduit
This item shall consist of installing conduit for the sleeves across pavement for futumrc se. This
for the telephone service cable, and inst:alhng
item does not include conduits which are: part of other items, su naI thetem intercom
5-I)
conduit (included
in Item F-162-5.02) and the conduits for site lighting (included
T
2.1 All conduit shall be PVC. Conduits for the telephone cable and for sleeves by
famished by the Contractor. Conduits for the FPL Co. Underground Primary
FPL Co. (along with necessary bends and locator devices) an installedinstalledby
thea Contractor. No pull
cords shall be required; however unceinented PVC cap s shall be
primary will consist of either one 4" PVC conduit or two 2" conduits, 2.2 The FPL underground The same bid price shall apply to the installation of eitherwhichmaybe ;nulled without separation.
type of conduit.
2.2 Trenching machines shall be capable of cutting a straight trench to the required depth.
3.1 Conduits and sleeves shall be in along straight ynes, at the prescribed depths, and at the
particular a shall be taken
locations shown on the plans to facilitate future location n
4
avoidance-
below d grade
to maintain the FPL Co. Primary conduits a minim
grade' The allowable range of
3 2 All conduit and sleeve depths are to be measured to finilhed !
depth (as measured to the top of tb.e conduit) is from inn specifiental to
ed depth
naoo deeeeperthanpthe
specified depth, Particularly to the case of sleeves, It is de
because such -sleeves are difficult to locate and use.
PVC cement.
3.3 Conduits and sleeves shall be, cemented withdfr stalmedium-
bodiedn ofPP be performed undertt which
has begun to gel shall not be wised. Joining an dry
conditions, and joints shall be cleaned. Care shall be taken from
intnagenduits
empty and unobstructed
throughout the construction process, and to protect l
set of ` record drawings" at the and of the project, accurately 3.
4 The Contractor shall furnish depicting
the locations of underground conduits. measured
from the edge of the pavement down 3.
5 Sleeves shall be installed 1'-9" to 2'-3project deep, yond
the a of the pavement, and the ends to
the top of the sleeve. Sleeves ftheend of each sleeve shallmarked by means of a I" dia. stainless WWI
be capped. The location ADDENDUM
NO. 4 M-
9-1 ARFF - ORLANDO SANFORD
AIRPORT PAGE
26 OF 41
Sep-14.-97 07:30A AEC,INC P_27
steel fender washer attached to the pavement with a 2" long PK nail,10 Med approximately 6" from
the edge of the pavement and directly above the sleeve.
34 6 3V 0: lJoylyelskyj - -j1=
4.1 The quantity of 4" PVC Sleeve shall be the number of linear feet of sleeve installed andaccepted. No separate measurement for payment shall be made for stainless steel washer markers or
for end caps.
4.2 The quantity of Underground Primary Electrical Conduit for payment shall be the number of
linear feet of single conduit (if 1-4") or dual conduit assembly (if 2-2",) furnished by FPL Co. and
installed by the Contractor, complete and accepted.
4.3 The quantity of 2" PVC (telephone) shall be the number of linear feet of conduit installed
outside the building wall line, complete and accepted.
5.1 Payment shall be made at the contract unit prices bid for the following items, which price and
payment shall be full compensation for furnishing all material (except FPL conduits,) labor,
equipment, supplies, and incidentals required to complete the item:
Item M-9-1 4" PVC Sleeve Per Linear Foot
Item M-9-2 Underground Primary Electrical Conduit
Installation drily; Conduit Furnished by FPL Co.) Per Linear Foot
Item M-9-3 2" PVC Conduit (Telephone) Per Linear Foot
END
M-9-2
ADDENDUM NO. 4
ARFF - ORLANDO
SANFORD AIRPORT
PAGE _ M OF 41
Sep-14-97 07:30A AEC,INC P_28
ITEM M-10
LANDSCAPING
I DESCRIU10r1
For this project, landscaping is limited. to the planting of live oak trees. Grassing is included under
Items T-901 (seeding) and T-904 (Sodding.)
MATERIALS
2.1 All plant materials shall be graded Florida No. 1 or better as outlined in Grades and S=nAar&
or r Pima State Plant Board of Florida. All plant specimens shall be healthy, viable, and not
pot-bound. The dimensions of the plaints and the pot size shall be as indicated in the pay item.
2.2 Planting soil shall consist of 5D% in -place sandy soil and 50% commercial potting soil.
3.1 Locate trees approximately a; indicated on plan.
3.2 Over -excavate for root ball; provide 6" planting soil under and all around root ball. Form
saucer to hold water around tree. Water tree regularly for four weeks after planting.
3.3 Temporarily stake and brace trees, using methods which will not damage the trees.
1±LT
4.1 The number of trees for payment shall be the number installed and accepted.
5- BASIS OF 'AYM&I
llowing item, and
5.1 Payment shall be made at the .;ontract unit pricees b for
material, equipment,
whichprice and
payment
shall be full compensation for furnishing all incidentals
required to complete the item: Item
M-10-1 Live Oak Tree, 16' (min.) Height x 3" (min.) Dia, Per Each END
ADDENDUM
NO-4 ARFF -
ORIANDO M-
10-1 SANFORD AIRPORT PAGE _
Z_8OF 41
n
M
O sN
0z a
T
T om C,\
D5;
m4zz
ab0o \'\\
LoGATIONS
AT 1UG14" n .
SOIL- BOp-1
A rLF r- STAT I O
SPT r- p OtLr* - TAV-E TO 10 t7Evt-1
V N LESS M tic
t S E GOU N T MED GALL A E G
1 UGIG.
I N1 M EOI AT ELYa P,EFOR.E >_.I av fVG A I o (LT.
PG = FAJ1E1M5NT GOQ 6,
TA%kWAY G
o VD 6bOG r
1
t
ROA
10 / Is 1
I Row MOD
STA. 10400
b =
QGATI QLIS-
A,&C-e$ S ZOA.,D
m
Or. s1 To e%
3t PCl GTR-p• ON EA(ST. Loxoj
to ' 500TK of SOWTM C-,P. Tw G-
l o *00 1
1Ot50,
11 f 00 ,
1 l * 00,
12 t00.
r RAN LOD -
24t79.08-1
ISOLT. 60L-
T, Ct 100
LT.
50 -T.
PQ,oPosEo
V-0._
Jobss Flo
T ATWF- OISTANGEOut TO co jc
y, VATIOW STAT to o-) i jv
r. e
1 oN Ezop - ST,s. 23 0.13 o I
RDN ROO -STA • j9 t 15.27 eoPERTr LIPS
R P
LA
N
o
A
i
0
V
0
w
0
D
m
M
Z
n
N
w
Sep-14-97 07:31A AEC.INC P.30
ARP F STA TIOW Solt. 50R.IuG DATA
BoP.1 WG 0.
DEPTH Sol I,..
DE G2. t PTl O t.1
54M P
Pr+ CFT.
5LAws
Ps IL lo"
FT.
y
L_;g1 t Grey F;nt 5 0 2 -
H - 4
0S/S/ 13
Lt )h% 8 15
S -10
TO 0
To r F;: 5 1ND /gut Z
75 E4/3 7
s A v 0
4/L+f3/3
q'S
bra FierCAA*/Tt. s-10 7.
G' MII. r.O rT
g 3 Ta rise Z/1/Z 3
Z-y
7
i tr-le 3/3/3 G
9,5
O
tOT-0fl
Lh ? ere.-M Fin • SAND
fscle OF C Ia O_.Z, I Z Z/Z
L:5i,f G-ury F(pP SANG 14
61
3 13/4/4
3 /3/3/3
7
ZO
to 3/jP 7 _...
0
INpIGATES DEPTH 017-
6.2.pV wo w A TE R- SEu) VJ
C.M46,0E (-rye.)
ADDENDUM NO. 4
ARFF - ORLANDO
SANFORD AIRPORT
PAGE OF 41
PG. Z or- 5
Sep-14-97 07:31A AEC,INC P.31
AC2 F 5TATIC)N4 501 l.. 502.1 t*1C= DATA
C,vw.JT•
DEPTH S011, S&NtP B1..0,0
BORING wa FT, DEs.CV_l PTiow PatT+CFT, PER " N
O —... L9 A Bro..,A F oor o -Z
a trace Oj t r••/ Z- 4
H _ 6 3 /+i/S} Cl
115
0
i 9, s
03 $
w
Z
Ir
9eS
G 1.,/1-: 8,o rt T 0 b
L, 9hr WPowr "P'f S A NA
W 4 Trry CC OF t le
o-Z
Z-y
91 Ejro F ^ STAND Y
w % a 'rco eF Cl.. r sr-w
C, ln5D
Z+k1- Brown fioir SAND 0'Z
w a rroce eF Cl
Z-+1
5 t &Try Fiat 5*0 N _4
0-s
etc' L 7.0 Fr W r u»
draw* SAMD
1 • fretC eF l/oY,i
L; IA, Crcey Fof 5A D
iwishf doo.JA Flpt
ADDENDUM NO. 4
ARFF - ORLANDO
SANFORD AIRPORT
PAGE 5 1 OF 41
Il1/3/+ it
3/Z/3/3 5
3/3 /314 to
3 /4 /3/4 -7
4/ 4/4 S
3
l lW3 J+
4)V 7 /o
yj&/` 11
p/`/G 12.
PC, 3 o r- 5
Sep-14-97 07:31A AEC,INC P.32
ARFF STAT I O NI SO 11. 5 O Z 1 to CG DATA
BORIWG wa DEPTH 5011r $AMPLE 5L.ows
E.SG2-I PT10FJ DEPTH AFT. PEiR. o
PT.
d fah F r SANA w/lock... a - 5f 7/"/li 15
D1 r It hraw+ F n p Sh1V 7 - '4 71M )C11 y- 2b
P^ r K B rCwn
w/ l'fArd pa n 4-7 lz11z4pz 24
re -o ID/1 5 z7
I S
G L L : G .0 Ff TOD
11
o_ Ter, Fiat 5ANA w vtK 0-t z/'1/7/9
g t z-y 9%1
Pqc K 13 f r%JA F l' n
SA w p w1J%,rdpvA 10 j11#16AL 21
10/1 /Ii/ f 11
sr-b 5 IlLi &I hl- Gre;f-', Ar 5h N0
D 1« r Fire 5,4 AJ4i O-Z 4/5/b/L 11
3
44-i 7/7/7 14
C1. r F,#• 5AND
fvfr
Y-b 7 /0 17
0 Ft 0 T(1
lz At Gary Si41U
6r rip,/ clayey For SAND st-, is//5 If
5.5,CAAy
G
ow"0h GKr)lc l.y W/ l4 1S
AT !ar 5n 14 Seams g' Y 110
ADDENDUM NO. 4
ARFF - ORLANDO PG • 4 OF 5
SANFORD AIRPORT
PAGE 5Z OF 41
Sep-1.4-97 07:32A AEC, INC P_33
A i2 r—F- 5TAT I O N 501 t_ DATA
CcoNr•)
pfcPTH Solt! $
AMP BI.r ws •
BORING W. FT, DE G¢. PT10 N Dr;Prw CFT. f7E N
T.. D Ll'9rlt Gc y F;nr 5RND o -Z 31s g'/t 13
2- 2 - 4 /s/E fs
na s IL l3ro+•+ Fi5 4JIJp , _ 41, A f 71 z wrf
clay VI/ -!0 9sf 16 AT
8 sw^ D
PYN y, S Ft a:TO Ou
C 1t grower S.
I'r N D 2- of 5f 7/47A Ito L;
5 h t BrewO, Fl ikp Smn#% W o
ro c .0 or c 14 c.a7
t 13I „ , .
5
r• & Bey E ley w % 12 AT
7
5.o'd SeoJ,s g-b MPT-I
9' y w ,v Ff-Aib no z F.
P
S* ND Z-'# S/7 K° A4 -4 /
3,40 rsls1 B
F e ND ,5fif/, Z w o
f raceof-1a y (h/7 L ill Y-IoSuNnnaRy:
SOILS G
Ic JEfL L1.y GpNS I ST OF- FINE SAt.J0, NO MuGIL
WAS GL.AY wAS FooWD I
N TWE EAS'rW fLN POR.r I o N` OF THE AGGCSS jLDAO
SI TE- $OT AT A DEPTH THAT IS NoT P (
L.A C-T I GA L. To tZ E two V E . T H C 1N ArE 1Z TA Pi LZ IS t_
ovv ( 7'-8't E3Ek oW GrzAoE) EXcE.P•r W I-
t G (L E G A y I S i R-E S E W T. ADDENDUM NO.4 5 0 G S ARFF - ORLANDOFGSANFORDAIRPORT
PAGE 33
OF 41
A
SKIMMER -
SEE DETAI
i
EXISTING FENCE
8
I
S I DEW ALL?
8
614" CvAl.V. STEEL PIPE
SECvalTY I5ARQIER
tc a • v T or
10' 21'
2' 8 EL 28.5 DUSTING FENCE
EL 26.0 TOP OF SIDEWALL
Ta RE MAI N
807'TOM OF SKIMMER- CREST EL 27.00
EL 26.0
AT FENCE
P0N0 _ SEE DETAIL
EL 26.0
r
f
4 2 L.
I
f1LL I '
e
COMPACTED TO 97X ,
MAX DENSITY (ASTIrI D-1557) L J
D
z 0
1 No. 5 BAR CONTINUOUS
TO "
0
a $
D x
TO BE PAID FOR AS FLUME (LUMP SUM) _
SECTION A— A
T 04zz000 DETAIL - CONCRETE FLUME
0'
NTS
u ?.
N
V
14
A
0
1-4
N
D
rn
n
Z
EROSION
ur
FaurE<-room
3w RCP MITERED
END SECTION
EROSION EROSION PROTECTION
PROTECTION- TO FOLLOW EXISTING
EL. 23.20 SWALE SIOESLOPE
TO BE PAID FOR AS
EROSION PROTECTION
PER S.1:)
g• VARIES (5' 70 01
TOP OF ELEVATION VARIES -
BERM - EL 27.7 OUND CORNERS (T POINT 27.0)
2 No. 5 BARS CONT.
e
t Na 5 BAR CONT.
TIE L S'T I tJG FENCE
r+oil. LV r Ir -a vvirw%w
9 ra4. G A LSO. T I ES,
1/1" GAW. STL. P[PES 4 ' "WG a
4.G.) COST I NTO casX0_E7E. ref IGIc.EIJ
Go wdix. T E TO 8" W NJO E R FIF WCE, FLUME
SEGLAZIT 5A21ZIF.
Z DETAIL N•
T tl"
r-t.vpE GoST or- BARfLI E2 I1J
PRICE Big) FOR. FI.WME) Na
4 BENT BAR 04'
O.C. CONSTRUCTION
JOINT
PERMITTED CONCRETE
SLAB PER SPEC P-010 WITH
C x 6• x No. 10/10 W W.M. ON
4 MIL POLYETHYLENE FILM. ROUGH
BROOM (WISH. 2•
x Y x 1/4' ANCLASS
TYYP.)---.-' 1 /
4' FTBUM.ASS PLATE -
3/
8• S.S. BOLTS 0
12" O.C. e-
WME OIL-
PROVIDE LOCKWASHERS UNDER
ALL NUTS. PROVIDE FLATWASHERS
AGAINST FIBER- GLASS
WRFACES. TIGHTEN NUTS
WELL. SIOEWALL
D
62j.
D rn
r1j
SkiMMER N-
j--a " -L=s 3/
8' S.S. BOLTS AT
SUPPORT PIPES 2•
ALUMINUM PIPE i (
2.375' O.D. x 0.154' WALL) Id
x 4' LONG. SKIMMER
DE_ w N.
T.S. VARIES
A 8•
TO 18' V
14
IA
ID
M.E.S. No. 8 _E
STA. 36+50 (21.5' LT.) @ 'A'
30
BOTTOM OF POND —
EL 26.0
NoR.Ttl
39 L.F. OF 15" RCP
G I,.o S S 5
PROPOSED
ACCESS RD.
EXISTING GRADE PROPOSED GRADE
i
M.E.S. No. 7 4k
STA. 36+50 (21.5' LTA _q 'A'
SHALLOW
DEPRESSION
1%~ %
Y
A
OUSTING FENCE
I
0
V
46
w
w
x D
D
rn
0
TOP OF BERM— N
EL 27.7 z
M
28
BOTTOM OF PONO—
EL 26.0
26
INV. 25.50 FLOWiNV. 25i50 _
24
NOTE THAT THESE M I TE2E0 E;ND SEC-TIO N S
AfLE ItVCafL2ECTLY NUM 6EA.E0 ON SHT, C-7.
DD v
m -" '
04
Wo0c
IUD 3
2
00
M i
i
M.E.S. No. 9
STA. 38+25 (73.5' LT.) It 'A'
N otLT tj
143 Lf. Of 18' RCP
M.E.S. No. 10
STA. 38+25
73.5' RT.) @ 'A'
EASING GRADE
i
j PROPOSED GRADE -
I
1
Lai
PROTECAON
EROSION Allz
INV. '23.201Z4
V. 21 -- w
REMOVE CUSlING VC RCP
Dmo
azn0
mm nm
O - Z
ISO M CDi3
ObGp00
A
1
W
IO
U
i
0
14
0
V
0.
w
D
rn
N
Z
0
Sep-14-97 07:33A AEC,INC P.38
LEGEND TO StJj7S. C-13, C-14 AND C-15)
W PROPOSED WATER MAIN
WS PROPOSED WATER SERVICE LINE
DOWNSTREAM OF METER2' DIA. POTABLE 4 DIA. s TRUCK FILLER
T TELEPHONE CABLE. TO BE INSTALLED
BY TELEPHONE CO.
TC PROPOSED TELEPHONE CONDUIT, BY
CONTRACTOR. CABLE TO BE INSTALLED BY
TEL CO. $I
E--- 1-4' PVC OR -e-Pr PVC (BURIED TOGETHER
WITHOUT SPACERS,) FURNISHED BY FPL CO.
AND INSTALLED AT 4 FT. MINIMUM DEPTH BY
CONTRACTOR. CABLE MALL THEN BE INSTALLED
BY FPL CO. (IT HAS NOT YET BEEN DETER-
MINED WMETHER 1-4' PVC OR 3-9-3' PVC
WILL BE USED.) Z-Z
L PROPOSED SITE LIGHTING CONDUIT
CATE INTERCOM CONDUIT WITH B-PAIR
20 GA. INTERCOM rABLE
PROPOSED PVC SLEEVE
PROPOSED CONCRETE ENCASED DUCT
POLE)-"
o" STE LIGHTING POLE AND LUMINAIRE.
Go fZ IZOCT 10 W To l_ EF6p0N O,
SIT. G-I3.
ADDENDUM NO. 4
ARFF - ORLANDO
SANFORD AIRPORT
PAGE 3 6 OF 41
Sep-2.4-97 07:33A AEC.INC
0
P.39
VARIES LIMITS OF UTILITY EASEMENT
RIGHT OF WAY LINE -- -, CONCRETE SLAB
BYPASS —1:7 — --I
FLANGED TEE
2 REQUIRED)
1/2- PREFORMED JOINT
MATERIAL BETWEEN PIPE
AND CONCRETE SLAB
4- CONCRETE SLAB WITH
No. 6 x 6. W10 I WID
WIRE MESH
oc , W
O d
v T
Mf
FROM MAIN
THRUST COLLAR IN RODDED TO
90- BEND OR RESTRAINED
TO VALVE AS REOUIRED
BY THE CITY
mm.
DIETER & STRAINER
SEE NOTES 9-10)
Z•o- MIN .____-_._
000
M A TGM w 1 T H
N F)L-r PT
r-12- SPOOL PIECE
I-LANGED -T- TO BYPASS
ADJUSTABLE PIPE
SUPPORT STANDS
P fLE/ E NTja fL AS -Sy. C r
A 1`D f31rDG• F I fZE SP 2- SYSTEM
clucEO t`a oM GITlf
DETAIL CEP R.D
I
OF SAWF-oRD W TiL,- DSPT, STDS .
12, MIN.
36- -MAX.
DOUBLE C
PRESSURE
ASSEMBLY
THE CITY
O.S. a
5 REI
RODS
ADDENDUM NO. 4
ARFF - ORLANDO
SANFORD AIRPORT
PAGE _"_ OF 41
Sep-1.4-97 07:34A AEC, INC P.40
NT '
5.0" MIN.
2'0" MIN.
Lio
Tr H REN!.
P WITH DOUBLE
CHECK
OR REDUCED PRESSURE ZONE
DETECTOR ASSEVBLY AS
REQUIRED BY THE CITY
O.S.
do Y. RESILIENT SEAT VALVES S REQUIRED)
90' FLANGED
BEND RODS ON
D.I.P. RISER FINISHED CRADE
90' MJ
BEND (2 REWIRED) TO SERVICE
THRUST COLLAR
RODDED TO 90- BEND
OR TOTALLY RESTRAINED AS
REQUIRED BY THE
CITY DES 1.
ALL
PIPE AND FITTINGS. MATERIALS. LABOR, AND APPURTENANCES SHALL BE
SUPPLIED BY THE CONTRACTOR. 2. ALL
PIPE AND FITTINGS THREE (3) INCHES AND LARGER SHALL BE RESTRAINED JOINT
DUCTILE IRON PIPE. ABOVE GRADE JOINTS SHALL BE
FACTORY —FLANGED. 3. THREE (
3) INCH METERS AND ABOVE SHALL BE ABOVE GROUND INSTALLATIONS WITH
BYPASS. 4. VALVES
SHALL BE CHAINED CLOSED. 5, THE
ABOVE GROUND BYPASS LINE SHALL BE SIZED FOR FIRE FLOW REQUIREMENTS.iX&
F-FiLS TO THE MAIN. 6. ALL
FIRE LINES SHALL BE A MINIMUM OF EIGHT (8) INCHES OR AS
APPROVED BY THE FIRE DEPT. 7. THE
ENTIRE ASSEMBLY SHALL BE PAINTED SAFETY RED FOR FIRE PROTECTION USES
AND BLACK FOR ALL OTHER USES. S. A
CATE VALVE SHALL BE INSTALLED AT THE ASSEMBLY'S CONNECTION POINT
TO THE MAIN. S. DUAL
DOMESTIC —FIRE FLOW MASTER METERS SHALL BE THE COMPOUND
TYPE . 10. DOMESTIC
WATER MASTER METERS SHALL BE EITHER COMPOUND OR INLINETURBINETYPEASDETERMINEDFROMTHEPROPOSEDUSAGEAND
AS APPROVED BY THE UTILITIES DIRECTOR. ADDENDUM NO.
4 ARFF - ORLANDO
SANFORD AIRPORT
PAGE _40
OF 41 DUAL E5TIC-
Flff /*FLOW DOMESTIC WATER MASTER METERSSEM Y CITY OF
SANFORD MAY 1997 ' 1 FIG. 501
Sep-14--97 07:34A AEC,INC
i
30 _.
27 _. 1
30 1
P.41
ARFF STATION
ADDENDUM No 4
r`
iN
35 50
27 r ---
POND POND
35 80
PONDOND
N
36 80
24 --- --------..... ----- - --- —..
g
27.
N I
N
1
24
END ARFF ACCESS RD. 38 00
STA. 38+43t i ADDENDUM NO.4
ARFF - ORLANDO
9D 6 SANFORD AIRPORT
PAGE OF 41