Loading...
2463 Interlocal Agrmnt - SCBIP Funds Grant - Marina Restroom<LSCAw izD /L/ Y OF SJ�NFORD PLANNING & DEVELOPMENT SERVICES DEPARTMENT PLANNING AND DEVELOPMENT DEPARTMENT TRANSMITTAL MEMORANDUM To: City Clerk RE: For Safe Keeping RE: Interlocal Agreement SCRIP Funds Grant — Marina Restroom The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond ❑ Safe keeping (Vault) ❑ Ordinance ❑ Deposit Funds ❑ Performance Bond ® Agreement ❑ Resolution ❑ P.O, Requisition Once completed, please: ❑ Return original(s) ❑ Return copy ❑ Return Both Originals Special Instructions: _ Please advise if you have any questions regarding the above. Thank you! From Owen Christopher Smith AKA: Mr. Wonderful@ TADept_formsUransmittal form 02/23/2023 Date INTERLOCAL AGREEMENT BETWEEN SEMINOLE COUNTY AND THE CITY OF SANFORD RELATING TO CONTRIBUTION OF BOATING IMPROVEMENT FUNDS TO SUPPORT CONSTRUCTION OF A PUBLIC RESTROOM AT THE SANFORD MARINA THIS AGREEMENT is entered into this IN day of {kC1 , 20�, by and between SEMINOLE COUNTY, a political subdivision of the State of Florida, whose address is 1101 E. 1St Street, Sanford, Florida 32771, hereinafter referred to as "COUNTY", and the CITY OF SANFORD, a Florida municipal corporation, whose address is 300 N. Park Avenue, Sanford, Florida 32771, hereinafter referred to as "CITY", in pursuance of a project approved under the Seminole County Boating Improvement Program ("Program"). WITNESSETH: WHEREAS, Chapter 328, Florida Statutes, subsection 328.72, provides that a portion of the funds received from boat licensing fees be returned to county government to provide recreation channel markings and public launching facilities`and other boating related activities; and WHEREAS, by Seminole County Resolution Number 98-R-244, COUNTY established the Seminole County Boating Improvement Program; and WHEREAS, Seminole County Administrative Code 28.10 provides how these funds should be utilized; and WHEREAS, Chapter 163, Florida Statutes, Section 163.01, Florida Interlocal Cooperation Act of 1969, subsection 163.01(4), provides that public agencies of the State of Florida may exercise jointly with any other public agency of the State of Florida any power, privilege or authority which such agencies share in common and which each might exercise separately; and WHEREAS, Chapter 163, Florida Statutes, subsection 163.01(5), provides that a joint exercise of power by such public agencies shall be made by contract in the form of an interlocal agreement; and Boating Improvement Funds to Support Construction of a Public Restroom at Sanford Marina Page 1 of 9 WHEREAS, both COUNTY and CITY are "public agencies" within the meaning of Chapter 163, Florida Statutes, Section 163.01; and WHEREAS, CITY is improving the Sanford Marina by providing construction and installation of a new pre -fabricated concrete public restroom facility at the Sanford Marina, hereinafter referred to as the "Project", and has requested funds held by COUNTY under the Program; and WHEREAS, COUNTY is desirous of providing for these boating related improvements for citizens living in Seminole County and finds that the public health, safety and welfare will be served through the construction of the Project by CITY. NOW, THEREFORE, in consideration of the mutual covenants, agreements, and promises contained herein, and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties agree as follows: Section 1. Recitals. The above recitalslare true and correct and form a material part of the agreement upon which the parties have relied. It is understood and expressly agreed that the policies, procedures, terms and conditions provided under the Program established by Seminole County Resolution Number 98-R-244 are incorporated herein and attached hereto as Exhibit A. Section 2. Obligations of COUNTY and CITY. CITY agrees to construct the Project in accordance with the plans and specifications prepared by or under the supervision and review of a registered professional architect, engineer or other appropriate professional. The elements of the Project are identified as construction and installation of a new pre -fabricated concrete public restroom facility at the Sanford Marina, to be owned and operated by the CITY and free use of which will be made to the public, as further described in the Boating Improvement Program Application attached herein as Exhibit B. Boating Improvement Funds to Support Construction of a Public Restroom at Sanford Marina Page 2 of 9 COUNTY agrees to obligate and make available to CITY the approved Project amount of TWENTY-SEVEN THOUSAND FORTY-FOUR AND NO/100 DOLLARS ($27,044.00) for the Project authorized by this Agreement, subject to the terms of the Program. It is understood and expressly agreed that said funds shall be used exclusively by CITY for only those boating related projects described in the Project. It is understood and expressly agreed that funding payments made to CITY by COUNTY shall be subject to the policies, procedures, terms and conditions provided under the Project. It is understood and expressly agreed that the policies, procedures, terms and conditions set forth in the Project are made a part of this Agreement. CITY understands that there shall be no reimbursement of funds by COUNTY for any expenditure made prior to the execution of this Agreement. Section 3. Statement of Work. CITY, in a manner satisfactory to COUNTY, shall perform all work in the Project. Such work shall -be performed except as otherwise specifically stated herein by persons or instrumentalities solely under the domain and control of CITY. Section 4. Term. COUNTY shall reimburse CITY for the work performed or caused to be performed by CITY as part of the Project, subject to the terms of the Project. All such work shall be performed in accordance with applicable requirements of this Agreement and the Program. Reimbursement or payment of funds to CITY shall be contingent thereupon. CITY shall complete all work on or before December 31, 2023, unless this Agreement is otherwise amended or extended by written agreement of the parties. This Agreement shall be effective upon execution by both parties. Section 5. Consideration and Limitations of Costs/Funds. CITY shall be reimbursed by COUNTY for costs in accordance with the Program and applicable laws, rules and regulations in an amount not to exceed TWENTY-SEVEN THOUSAND FORTY-FOUR AND NO/100 DOLLARS ($27,044.00) for the work described in the Project. Boating Improvement Funds to Support Construction of a Public Restroom at Sanford Marina Page 3 of 9 Section 6. Payments. (a) Payments to CITY shall be on an invoice basis and limited to the work for the Project. Reimbursement for the Project shall be requested on Project Reimbursement forms. (b) Upon receipt of the above enumerated documentation, COUNTY shall initiate the payment process. Reimbursement to CITY shall be as soon as practicable in accordance with the terms of the Project. COUNTY's Leisure Services Department Financial Business Administrator, designated as COUNTY's Project Manager for the purpose of this Agreement, shall be responsible for ensuring performance of its terns and conditions and shall approve the payment request prior to the payment. Photographs shall be submitted when appropriate to reflect work accomplished. (c) All disbursements by CITY must be fully documented to COUNTY so as to be available upon request for inspection or audit in accordance with the provisions of this Agreement, the Project and Florida law, or as otherwise may reasonably required by COUNTY. Section 7. Compliance with Local and State Laws. CITY shall comply with applicable State and local laws, regulations and ordinances, which by reference are incorporated as if fully set forth herein, including, but not limited to, the following: (a) Chapter 112, Florida Statutes - concerning conflicts of interest; and (b) Any and all laws, rules and regulations relating to the matters set forth or implied in this Agreement. Section 8. Project Publicity. Any news release, project sign or other type of publicity pertaining to the Project as stated herein shall recognize the Seminole County Boating Improvement Program and the Seminole County Board of County Commissioners as the source of funding for the Project. Boating Improvement Funds to Support Construction of a Public Restroom at Sanford Marina Page 4 of 9 Section 9. Maintenance of Records. (a) CITY shall, at a minimum, maintain all records required by Federal, State and local laws, rules, regulations and procedures. (b) CITY shall maintain such records, accounts, property and personnel records as deemed necessary by Florida law and COUNTY or otherwise typical in sound business practices to assure proper accounting of Project funds and compliance with this Agreement and the Program. (c) All records and contracts of whatsoever type or nature required by this Agreement and the Program shall be available for audit, inspection and copying at any time during normal business hours and as often as COUNTY or other Federal or State agency may deem necessary. COUNTY shall have the right to obtain and inspect any audit pertaining to the performance of this Agreement made by any Federal, State or local agency. CITY shall retain all records and supporting documentation applicable to this Agreement for a minimum of five (5) years after s resolution of the final audit and in accordance with Florida law. Section 10. Liability. Except for reimbursement as specifically set forth herein, COUNTY shall not be liable to any person, firm, entity or corporation who contracts with or who provides goods or services to CITY in connection with the services hereunder, or for debts or claims accruing to such parties against CITY. This Agreement shall not create a contractual relationship, either express or implied, between COUNTY and any other person, firm, entity or corporation supplying any work, labor, services, goods or materials to CITY as a result of this Agreement. Section 11. Subcontracts. All contracts made by CITY to perform activities described in the Project shall comply with applicable laws, rules and regulations set forth in this Agreement and the Program. Any additional work or services subcontracted hereunder by CITY shall be specified by written agreement and subject to this Agreement and the Program. Boating Improvement Funds to Support Construction of a Public Restroom at Sanford Marina Page 5 of 9 Section 12. Indemnification. (a) To the extent permitted by law, CITY shall defend, hold harmless and indemnify COUNTY from and against any and all liability, loss, claims, damages, costs, attorney's fees and expenses of whatsoever kind, type or nature which COUNTY may sustain, suffer or incur, or be required to pay by reason of the loss of any monies paid to CITY or whomsoever resulting out of fraud, defalcation, dishonesty or failure of CITY to comply with applicable laws, rules or regulations; or by reason or as a result of any act or omission of CITY in the performance of this Agreement or any part thereof; or by reason of a judgment over and above the limits provided by the insurance required hereunder; or by any defect in the construction of the Project; or as may otherwise result in any way or instance whatsoever. (b) In the event that any action, suit or proceeding is brought against COUNTY upon any alleged liability arising out of this Agreement or any other matter relating to this Agreement, COUNTY shall provide notice in writing thereof to CITY by registered or certified mail addressed to CITY at its address herein provided. Upon receiving notice, CITY, at its own expense, shall diligently defend against the action, suit or proceeding and take all action necessary or proper therein to prevent the obtaining of a judgment against COUNTY. Section 13. Insurance. CITY shall carry and maintain in full force and effect throughout the term of this Agreement either liability insurance or a liability self-insurance program to, at a minimum, the limit of liability set forth in Section 768.28, Florida Statutes, as may from time to time be amended. Section 14. Assignments. Neither party shall assign this Agreement, nor any interest herein, without the prior written consent of the other party. Boating Improvement Funds to Support Construction of a Public Restroom at Sanford Marina Page 6 of 9 Section 15. Headings. All articles and descriptive headings of paragraphs in this Agreement are inserted for convenience only and shall not affect the construction or interpretation hereof. Section 16. Termination. This Agreement may be terminated in accordance with the terms and conditions set forth under the Program. Section 17. Notice. Whenever either party desires to give notice unto the other, notice may be sent to: For COUNTY: Seminole County Leisure Services Department Director 100 E. 1St St., 4" Floor Sanford, Florida 32771 For CITY: Mayor City of Sanford 300 N. Park Avenue Sanford, Florida 32771 Section 18. Severability. If any one or more of the covenants or provisions of this Agreement shall be held to be contrary to any express provision of law or contrary to the policy of express law, though not expressly prohibited or against public policy, or shall for any reason whatsoever be held invalid, then such covenants or provisions shall be null and void; shall be deemed separable from the remaining covenants or provisions of this Agreement; and shall in no way affect the validity of the remaining covenants or provisions of this Agreement. Section 19. Conflict of Interest. (a) CITY agrees that it will not engage in any action that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with COUNTY or which Boating Improvement Funds to Support Construction of a Public Restroom at Sanford Marina Page 7 of 9 would violate or cause others to violate the provisions of Part II1, Chapter 112, Florida Statutes, relating to ethics in government. (b) CITY hereby certifies that no officer, agent or employee of COUNTY has any material interest (as defined in Section 112.312(15), Florida Statutes, as over 5%) either directly or indirectly, in the business of CITY to be conducted here and that no such person shall have any such interest at any time during the term of this Agreement. (c) Pursuant to Section 216.347, Florida Statutes, CITY hereby agrees that monies received from COUNTY pursuant to this Agreement will not be used for the purpose of lobbying the Legislature or any other State or Federal agency. Section 20. Entire Agreement: Effect on Prior Agreement. This instrument constitutes the entire agreement between the patties and supersedes all previous discussions, understandings and agreements, if any, between the parties relating to the subject matter of this Agreement. Amendments to and waivers of the provisions herein shall be made by the parties in writing by formal amendment hereto. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed Boating Improvement Funds to Support Construction of a Public Restroom at Sanford Marina Page 8 of 9 ATTEST: r Clerk to the Board of ­ ' County Commissioners of Seminole County, Florida. For the use and reliance of Seminole County only. BOARD OF COUNTY COMMISSIONERS SEMINOLE COUNTY, FLORIDA By: WTLOC6WART, Chairman Date: As authorized for execution by the Poar'd of County Commissioners at their , 20 5 regular meeting. ' Approved as to form and legal7nc' County Attorney GLK 11/21/22 T:\Users\Legal Secretary CSB\Library&Leisure Services\2022\Interlocal Sanford Boating Improvements (Restroom).docx Attachments: Exhibit A — Resolution 98-R-244 Exhibit B — Boating Improvement Program Application Boating Improvement Funds to Support Construction of a Public Restroom at Sanford Marina Page 9 of 9 RESOLUTION NO. 98- - 244 SEMINOLE COUNTY, rLORZDA THE rOLLMNG MSOLUTION WAS ADOPTED BY THE BdApjj-, or couNTY commssioNns or ;szil cu: - COUNTY, TLORIDA, AT THEIR REGULARLY SCHEDULED MiTiNG or Novzmm io, 1990. -iti accordance* with 'SeAion 327 .25, 'i1:b*r'*ida St-Atutda, the 't-tate of ft&'tida' coll:ects ves`sei- tegisttat'io'*6''-fee's 'Cer'idose �Vesls�li required -by Taw to- 86' regis*teied i -h the '-gt� te o'f'�tfoAa�; `' 1rHtREAB; -Ya! id-lves'sei i�41btt'Vibh' f dis 'haVe Aibt0't'iCaftV �iAn epo ed I the '�oeorb.o.at' RevolvingTrust' E�un'c'f­ n and have'' ieen ap'r' pl8piiate:d! to the Flo:'rida Department of Environmental*Pr6tectibn ("FDgp";) for grant funding to be provided to county governments; and' WHEREAS, t h e MEP createdthe F1'oiida Boating Intp ii'v`bme,,nt Program 'to impl , eme'nt the allol'catfbn of 'said grant *funds to c8u­hty governments; and WRZRIAS, in accordance with Section 327.25(16), Florida Statutes, said grant funds are to be used for the sole purposes of providing recreational channel marking and public launching facilities 'and other boating related activities, for removal of vessels and floating structures deemed hazards to public safety, and, health for .fallure to comply with Section 32j.53, Florida Statutes, and far manatee and marine mammal protection and recovery; and wHzREAs, the Florida Legislature has recently amended Section 327.25(16), Florida Statutes, to providefor the deposit of vessel t registration fees into the Marine Resources Conservation Trust .. 11 � }1f •r � i,lg Fund and (o provide that, said fees be directly distributed to '• 1. ' f ' . t' , countX governments without prior ap'proTri)ation to the FDEP; and ?o.l t_1:. r t--,. it is necessary that the Board of ,.Court( t ! .,:,}1 ..lil • d . •1 •'t I'I r Cqa pi,ss,ioners adopt the Seminole County } Boa,t,in,q linpr4��5 �ltt ?Fq,graai to est—�b.,i.stl, poi, cies qind. j, oc.edures fo(r the.,,, 1pw�y�tlt distribution of .,saic vessel regiAtrati�p,,,fees recelyed frgm tfhe. Marine Resources Conservation Trust Fund, NOW, TFORE,..,89 IT RESOLVgp BY TEX BOAM OF C® C BT RB'OT SEbaN&Z COUNTY, P R16 , THAT: r.:... �. Bmation 1. Zmtablishmant of the `� stn®lt� `60"Unty �O`K i rov sat Frogs :: �.c.:, The Board of County Commissioners of Seinfnole County ("Board") hereby establishes �the� Seminoe County Boating Improvement Program ("BIP"). Bbation a-. V6880i �Qgi�tr�tion Paco (a) In accordance with. Section 327.25(16), Florida Statutes, vessel registration fees are collected by the Florida Department of Highway Safety and Motor Vehicles ("FDHSMV") and de.pos,ited in the Marine Resources Conservation Trust Fund for distribution to counties. (b) Seminole County ("County") shall receive ves registration fees from all vessels registered in Seminole Coun Vessel registration fees collected during the preceding fis year shall be forwarded to the County by FDHSMV each July. County shall deposit said. fees into an account designated for BIP which shall be monitored by the County's Department of Libr and Leisure Services ("Department"). 2 6K0245 PG 066 Sedtion 3. Administration of the SIP (a) The Board 'may utilize BIP funds for eligibly County projects or, at its sole discretion, may authorize the use of*BIP funds by municipal governments within the County for eligible rhuhicipal projects.' The authorization for the dse of BI'P fund' 'by municipal governments within the County shall not exceed one-half of the County's annual` allocation with at- least one-half being reserved fo'r County projects. If there are no'applications �ubmitted that meet the requirements of the SIpl' funds will revert hack for use on County projects. The BIP shall be administered by the Board, through the Department, with review and recommindations by" the County's Parks and Recreation Advisory Board ("Ad'vieory Board'T. The Department is authorized to`develop procedures and forms as may be required to implement the program. 'Projects will be prioritized and recommended to the Board by the Advisory Board. (b) In order to allocate project, funding for County or municipal projects, the Department shall include in its annual budget request said projects and shall submit same for approval by the Board. For Board approved County projects requiring additional funding or a change in scope, the Department shall prepare the necessary documentation including the proposed changes for approval by the Board. (c) BIP funds may be used As the local cash matching requirement for the Florida Recreation Development Assistance Program, the Land and Water Conservation Fund Program, the Florida Inland Navigation District Waterways Apsistance Program, or such other grant programs requiring a local cash match, provided that 3 OK0245 PGI 067 the BIP funds are used for eligible project eleme•nt•s. (d) Project Design and Constructi'onr. (1) All projects shall be 'designed and coinstrueted' I'd accordance with applicable Federal, State and local laws, rules, regulations, and codes. r 3 (2) The design or construction of ariy "boat launching facility shall not be located so 'as `to pose a (thresh` t®'otHer boating or recreational activities on the water body 'it selves, (3) All Federal, State and local permits,easement's; consents, or other'sim'ilar authorizationsfor' a project shift: be f:. '.; I n rl _. .� , F L obtained prior to commencement of design 6nd construction of tli'e p`ro j'e�t . Ili . (4) Project construction expenses eligible for BIP funding include' payments to vendozs dor �p6rchase' of ma i's equipment, rental of equipment, services, or lump sum `'1�bor contracts. (e) The Board may approve a project with an estimated cost exceeding the amount of available BIP funds. In such cases, the amount of the project cost exceeding available BIP funds may be eligible for reimbursement from the allocation for the next fiscal year. However, any project so approved shall be subject to the continued funding in accordance with Section 327.25(16), Florida Statutes. The Board aloes not guarantee or pledge payment of the dance in such cases and is not liable for any future ?imbursement or pledge should funds not become available. (f) Any unspent JBIP funds allocated to a specific project Zall be returned to the appropriate account for future use on A OK0245PG1068 , f , County projects'. Further, BIP tul nh8snbt''�a'Ilocat' W in any "` &6al year shall be carried forward for u•se ln-subsegUentl years. (cj} The County shall maintain and keep"'lel o' rd3oi""hil projects receiving I�P funds, Completed' projects, shai`l tae •l{• t •,,, is ., ,. ,I�f• p' o' ,,, _-,t�,•t included in the Couni�y's sin'-9le audi iepori 'w'hi'ch `shsl'1 }5e forwarded annually; if 'required, to 'tile: PREP. ' Upon comple�ion•'o€ t e' project, �a municipality must ` subm': `1 'a project dofnpletion statement to the Department on a form •approved' by tt ei 666 lrtmeilt. Upon completion of a County project the Department shall' iilea project completion statement in the project file. For municipal projects, the municipality shall provide're,nired materials' as delineated in the required project close out documeintstion `form: (h) Any project developed with assistance from' BIP funding 'ehiall. `be for they iis`e anci benetit' of th9 • eneral' `public: Upon romplAioh df a project', the•• County of a municipality shall dedicate said project for public recreatiopfl use io perpetuity by recording a Notice of Limitation of Use including said dedication in the Public Records of Seminole County. The County and the municipalities utilizing BIP funds for design or construction of an eligible project shall be responsible for ensuring the operation and maintenance of said project for a period of 25 years. from the date of completion of the project, (i} Projects funded in whole or in part by BIP funds shall be administered and made available to the general public on a non- discriminatory basis regardless of residency, race, color,: religion, sex, national origin, age,,handicap, or marital statue,. If a fee is charged, it must be the same for, all users. 5 BK0245 PGI 069 <1) A pecmAnent idenc1f1cat1on sign or pl�gue. which credits the BIR as ` source of project funding is required to be erected x at all completed projects where sign placement is feasible. Section 4. 'IP Funding for Prmjoctr ' `. ,. (a) Any County municipality� may submit an�lic�timbs '�k . ' ' � ` | '- } ^ ` �ligible �zo�ec�a mee�1ng �he ceguirem�o�m o� the program. The ' ,L . . | ^ ' � |` �L v / / ��� mdnio1pml1L . mu �t have ces�ur�ec/ �v�i1avle and a� ' t �we ' . .` . ^ L�' ��1nt�nmn�e of the`. proje6t''. A municipality requesting DIr 'fonds must 's/bmit a project ''' licatio'h 't'6 th' ct/ '. '-`t �~� ` ` �( ' ' 's i'` /`�/ ' � /` an! d` ' �l�'-' �' ` ' ''` ���^1c�-_on� ahaI% 1b z niewe� �^." ev umted b� the Ddpazrti4nt - with regard to eligibility of the propboed p, Jett',' combl�t�hebm ' o� the ' a. ppll;cat` imn, .tundihg aoail. ability; 'the . f�unioi^'' 1^t.'—r. s . '- compliance with Ocev1ouo project agzeeime'ntd, and County and/or . . Department priorities. <b> Submeg�ent to review and commt by the Department, said municipality may request that a project application be submitted to the Advisory Board for prioritization and recommendation to the Board for consideration. It a project application is approved by the Board, the County Attorney's Office shall prepare a project agreement for execution by the parties' (c) A project agreement is the required funding mechanism . \ � to allocate BIP funding to'a municipality for an eligible project. (d) Unless otherwise ' specified in a project agreement, / project funding shall be only for those costs incurred subsequent to the execution of the project agreement by the Board. (e) The County shall disUurse BIP funding to a municipality only on a reimbursement basis and shall require completion of the 6 A110 2 4 5 PG 10 7 3 project iA accordance* with the 'terms and conditions 'as AY? fortfi tate p'roj'ect agreement. No funcis will be paid in advance. Reimbursement for municipal projes shall be*reque§te'cd on Project projects Reimbursement forms as applicable. (f) A quarterly status report �or'each project shall be submitted by the municipality on a project status report 'form 11I provided by the Department. (g) Should a municipality desire to propose any changeb to I. a project agreement' including, but not limited to, changes` in scope or funding of a project, said proposed changes must be submi"tted in writing to the Department alon•, with a statement of justification for same`. 'All' ohariges to'a project agreement "a'11 }ae' m�rde by means' of a written 'amendment to a �prbject a$re�»ient 'sppr'oved iii the 'seme manner at the und'eriVing project agreement. (h) The Department shall have the right to terminate a project agreement and demand refund of BIP funds -'(plus interest at the maximum rate authorized in the Florida Statutes) for non- compliance with the terms of this Resolution or the project agreement. Failure of a municipality to comply with the provisions of this Resolution or a project agreement may result in the Board declaring the municipality ineligible for participation in the BIP until a time certain and/or under certain conditions as designated. (i) A municipality desiring to terminate a project agreement shall refund to the County all BIP funds plus interest accrued thereupon prior to County executing said termination. 7 BKa24s Pc! 07 1 8, ation S. Projccts ZligiLic for BIP runding 1-1 i (a) BIP iunds1 shaifl* be Ulded for those projects which improve recteat'ioh'a'i boaeing for the publYc in accordance with Section 327.25(I6;, frorida Statute's, 'foie the purpose of pf'630'i'd'idg !'r'48ie'�iional cha'6he7i marking and public launching facilities and *�a� , '6 a; t i � i:t,ib 6" o -r , other boating -:re te c `removal of vessels and floating structures de6m*ed a 'hazard' to public 'iaftiy and- health for failure to comply with Section 327.53, Florida Statutes, and for manatee and marine m6m4al pioticelon end recovery. ib) BIP funds may be used for those costs associated with acquisition, design, construction, and completion of an eligible project including, bdt not limited to,'' the expansion, renovation, rdpair or Installati6n of the following: (1) Launching facilities; (2) Recreational chenneY'Iights An'd markers) (3) Waterway and related signs and buoys for safety, regulation or information; (4) Docking and mooring facilities; (5) Access roads and parking for boating facilities; (6) Channel dredging; (7) Boating related support facilities and utilities such as restrooms, lighting, picnic pavilions, landscaping, water, sewer, and electrical; (8) Artificial fishing reefs in State waters (design, construction, transportation, installation, marking, research, and monitoring); and (9) Bulk head, rip -rap, and seawall construction. OK 0 2 4 5 PO 10 7 2 r (c) Expenses that are ineligible for BIP funding include tools, equipment, boats, motors, office furniture and supplies, law enforcement and safety equipment, and contract labor and materials not used exclusively for a project. thia 10 day of November , 1998. S`r2"'•^.,++4, �y BOARD OF COUNTY COMMISSIONERS SEMNOLE COUN , F RIDA By: 19 T -ARL ON ftNLEY PCHAIRMAN i Cbff i -p -i i -ort b of °�'►,@13 unfit' Florida Jr f+tiAt.�ttCAo+sO i��+ts�e� r�.+�ce i Seminole County Leisure Services Department 100 East First Street Sanford FL 32771 Boating Improvement Program Application COMPLETE THIS ORIGINAL FORM IN FULL AND PROVIDE ORIGINAL ATTACHMENTS AND 9 COPIES BY EEBRt1ARY 25.2022 TO THE ABOVE ADDRESS. Downtown Sanford Marina Public Restroom Project Name City of Sanford Christopher Smith Name of Applicant/Organization Contact person managing program P.O Box 1788 (407) 688-5144 Street/P.O. Box Telephone Sanford FL 32772-1788 NIA City State Z71P Fax 1. Organization Chief officially authorized to bind the City, Town or Government Agency: Craig Radzak TiNe: Assistant City Manager Phone: (407)688- 5086 2. Project Location (Name and street location): 531 forthh Palmetto Avenue -_Downtown Sanford Marina Attach proof of ownership 3. Project Type (check one): Acquisition Channel Marking Development: X New Construction Renovation Combination 4. List existing facilities and improvements on the project site: Construct and Install never pre -fab concrete Public restroom. 5. Describe in detail the project for which you are applying, included projected time to complete project Provide complete engineered site development and construction of pre -fab concrete restroom and underground utilities. 6. List the new or additional types of boating facilities that will be provided by the project; New public Marina restroom building. 7. What benefits will Seminole County residents receive from the project? All Residents will be able to utilize this public boating restrooM building FORM SCRIP -01 Page 1 of 2 8. Project Budget: Quantity Description Proiect Site Development (All—Ternnl Pre -fab concrete restroom building (Leesburg Concrete) Estimated Cost $ 49.999.00 $ 108.150.00 Total:. -- 9. Will the BIP funds be used as the local cash match for another program? Dyes X no explain: 10. Amount of County Funds requested: $ 50.000.00 11. Who will be the potential users of the project? All Seminole County. City and Public visitors to Florida. 12. What is the public support for the project? (List public meetings, surveys, organizations, etc.) This proiect is always a critical public need and was highly mentioned during our public meetings during the Master plan process. 13. Does the applicant/organization have a recreation or parks department or other staff to provide facility development and ongoing maintenance of the project? X des no explain: The City Parks Department will maintain the facility. 14. in the event there is a user fee for a specific use within the project receiving County funds, do you agree to charge the same fee for all users regardless of residence? X yes no explain: 15. Attach project drawings showing project site and planned improvements and include color photographs of the project site. 16. Attach supporting documents showing cost estimates, product information (as applicable) and letters of support. 17. if you are submitting more that one project application, what is your priority ranking for this application? (1, 2, 3) I hereby certify that the information provided in this application Is true and accurate to the best of my knowledge. Signature of Seminole County, Florida Boating Improvement Program i Date t Page 2 of 2 LEESBURG Ir CONCRETE COMPANY, INC ARCHITECTIIgAI PgECAST CCNCgETE q METAL FAOgICAT10M Proposed Agreement Submitted To: Michael Cash Public Works Engineer Post Office Box 1788 Sanford, FL 32772 407-6885087 Mlcihael,Cash c sanfordfl.cLoy QTY DESCRIPTION Easi-Set Precast Building Proposal DIV 3 DATE: 111012022 PROPOSAL NO: KT -2022.002 Project Reference: Marina 1 SIERRA WET 2 -USER PRECAST CONCRETE RESTROOM - PLANT ASSEMBLED Includes: • Post tensioned 6" thick floor panels. Exterior walls are 4" thick. Exterior is forrnllner Finish TBD. Roof panels are S' thick and post tensioned. Roof panel overhang is 3" on all sides and has a cast in pitch for positive drainage. Roof Is Formilner Finish TBD. Interior walls are Smooth Finish. • Standard gray 6,000 psi compressive strength concrete mix design. • Reinforcing, handling hardware and post tensioning per our engineered design. • Welded connections filled with Sika 212 Non Shrink Grout for a smooth appearance • Sikaflex joint sealants • 2ea Impact Rated for HVHZ Windows with Obscure Glass • lea 2868 steel door and 2ea each 3068 steel doors with steel frames and associated hardware to Comply with the FL Approval Codes for • Interior and exterior paint consists of a Loxon ConditioneriPrimer with two finish coats of SUPERPAINT - all products are by Sherwin Williams - colors to be selected. • Sunvent 164 Toilet tissue dispensers 42" ADA grab bars 36" ADA grab bars Soap dispensers ADA S.S. Mirror • 2 each Vtterous China Wall Mounted Toilets with Tank 2 each Viterous China Wall Mounted Sinks with push button non -tempered water • 60 amp Electrical panel 6112 circuits with required breakers Wall mounted LED Interior lights with motion sensor switches LED wall pak exterior Light, w/photocell Bathroom exhaust fans GFI receptacles; one each in restroom, one in chase • Grounding pigtail for connection to a lightning protection system supplied and installed by others • Submittals and shop drawings • Engineering and tales by a Florida Registered Engineer • Third Party in plant Inspection for DBPR compliance • DOT permits and escort, if applicable Price: $ 104,650.00 Delivery and Setting out of Lake County: $ 3,500.00 Contract Total $ 108,160.00 Production lead time approx 12 weeks after Leesburg Concrete receives a fully approved submittal package E=ludes • SALES TAX • PAYMENT AND PERFORMANCE BOND • SITE PREPARATION • FINAL HOOK UPS OF UTILITIES • ANY SITE SURVEYING • DUTIES, FEES OR PERMITS, CML DRAWINGS • ROOF MEMBRANE • ANY ITEM OR iTS INSTALLATION NOT MENTIONED MOVE IS EXCLUDED Page 1 of 2 Leesburg Concrete Company, Incorporated, 1335 Thomas Avenue, Leesburg, FL 34748 Phone (352) 7874177 or (800) 882-4177 FAX (352) 787-7035 [BLEESBURB CONCRETE COMPANY, INC i ARCHITECTURAL PRECAST CONCRETE B METAL FABRICATION 1 111 w ..$ i Yy ... 4 fif Sys I atr .9 3. DATE: 1!9012022 PROPOSAL NO: KT -2022-002 Project Reference: Marina NOTES: CRANE FAUST HAVE SOLiD GROUND TO ACCESS WITHIN 25' OF SUB BASE The building, We contents and equipment, specifically described above are included in the total price. Furnishings, fittings, equipment and compliance with an entire specification not described are not included In this project Any changes to the equipment, furnishings, any component ofthis building described above may result in additional costs. This document, with it's description shall supersede conflicting contract or purchase order verbiage. To be produced and delivered to mutually agreed upon schedule LEESBURG CONCRETE COMPANY, fid ORATED 13 A PCO CERTHPOED PLANT Sages Tax if aculicable, is not Included. If exemct. tax quempt_certificete to bepr:wided by customer. Payment is to be delivered to Leesburg Concrete Company, Incorporated at 1335 Thomas Avenue, Leesburg, FL 34748 Any alteration or deviation from above specifications involving extra costs, will be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents, or delays beyond our control. Owner to carry fire, tornado, and other necessary Insurance on above work. Workmen Compensation and Public Liability Insurance on above work to be taken out by Leesburg Concrete Company, Incorporated. in the event this Proposal is accepted and the amount agreed to be paid is not timely received by Leesburg Concrete Company, Inc., then Leesburg Concrete Company, Incorporated shall be entitled to reasonable attorney's fees, costs, and expenses to collect the amount owed. Unpaid balance shall accrue at the rate of 1.5% per month. This proposal may be withdrawn if not accepted within 90 days Respectfully Submitted Signed Kirk Rouse ACCEPTANCE OF PROPOSAL The above prices, specifications, and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined. Signature Printed Name Date, Page 2 of 2 Leesburg Concrete Company, Incorporated, 1335 Thomas Avenue, Leesburg, FL 34748 Phone (352) 787-4177 or (800) 882.4177 FAX (352) 787-7935 r . ,•,f _��rs 530 St Jo Steak Isle Waterfront Assisted -Living rr�� f� s. (Incredibly ible Catering 52010n the Water ,p- 20 Lake M i.'=' Sailing �:._ I •433 : 31 4Y J � St Johns Rive �1 • Cs +•Y � � i�I - A x 0. 8 COMPACTED LEVEL WITH 1 9.58. MIN. 9.5 �o EXIST RETAINING LL WITH 1.1 DECORATIVE DRAIL y 9.4 9.0 h / 9.5 C�� O 8.5 / �� ►ppb �X EXI T 8.0 9.6 9.9 EXIST ❑Q❑ STEPS TO MATCH SLOPE [7.7 EXIST] ® 24" RUN 7" RISE 7.8 EXIST GARBAGE & RECYCLE 6" VERTICAL CURBING h H) 8 T A -i..V-BARS F -BARS _ 3'-4-4" 4'-0" 2'-8' 3'-2" 9' 9' 8' 10' 4 040' 4 040" 4 012' 4 012" 4'-8' 3'-9' 10' 12' 4 024' 4 012' 5'-4' 4'-4' 10' 14' 4 0160 4 012' 6'-0' S 5'-0' 1Y 16' 6 016` f 5 012` 6'-8' 5-3' If , 16' 6 08' 5 012' ELEV. 9.5 C. 11 1/2' CLR. 8'x8'x16' CONCRETE BLOCK POURED FULL i mAL BARS (V—TARS) NOTES: 1.) PROVIDE CONTRACTION JOINTS 0 25' INTERVALS. CONTRACTION JOINTS SHALL CONSIST OF WEAKENED PLANE JOINTS WITH 3/400/4' CHAIM STRIPS PLACED VERTICALLY, FULL HEIGHT. IN EXTERN FACE OF WALL. ALTERNATE LONGITUDINAL BARS SHALL BE CUT AT THE JOINT LOCATIONS. 34' EXPANSION JOINTS SHALT. BE PROVIDED Af EVERY FOURTH CONTRACTION JOINT. DISCONTINUE REINFORCM AT EXPANM JOTNIS. Fu Jaw WITH 3/4 x8' PREMOULDED COMPRESSIBLE MATERIAL WITH CHMFIR AT THE EXPOSED FACE. 2.) SOILS TO BE STABILIZED TO 2,500 PSF AT WALL FOUNDATION. 3.) 4,000 PSI CONCRETE, GRADE 60 STEL.. 4.) ASSUMPTIONS: DRY COARSE GRAINED SOIL 0 110 i5/d Ko = 0.33 Kp - 3.00 AIS = 0.5 IF ViESE CONDITIONS ARE NOT PRESENT IN THE r9a D CONTACT THE ENGINEER 2 MINIMUM DIAMETER WEEP HOLE 010'o.c. Pr__._- 1 CUA FOOT OF GRAVEL - — WRAPPED IN FILTER FAQ AT E1 WEEP HOLE DOWEL (SAME SIZE & � SPACING AS V -M) NOM DECOMME WDf�LS TO BE INSTALLED IN TOP OF WALL COORDINATE VM JEFF' DAVIS IN PUBLIC WORKS a .• e, .r SOLVALKS SHAD. HAVE 24® AKIN. OF DETECTABLE WARNING SURFACE AT THE DRIVEWAY INTERSECTION PER F.D.O.T. STANDARD INDEX J304 & #310 (2008 Rev). �.0' TYPICAL. 0.02' PER 1.0' SLOPE TRUNCATED DOME PATTERN IN CONCRETE SIDEWALK F MINIMUM 4' OF 3000 PSI CONCRETE 0 28 DAYS 1E F.D.O.T. STANDARD SPECIFICATIONS FOR ROAD AND ,2007 Rev) AND IN ACCORDANCE WITH F.D.O.T, STANDARD 08 Rev), RADIUS TOOLED EKES. 5' INTERVALS. IW -8` P.D. e yp DOOR t !... FLOOR PLAN " Ir-mr t' _...___ROOF WITH!—�y---- ! i I I # 11 fl IN •I 11 I f 1 i II ii ;I II 11 II 11 h I I t u h II u II I ## If n ROOF 'sOPE I 1 11 I I I II jl u II II ,1 I I I I D=ADACMIVANY I I I I f # II TI II it II ii II ,1 r, I , It i IN II ,1 I ING SPACE .' --- -- l y # — # O} ._.. I I61 ELECTPoC - I N �Q 0^JCOJ I • � S � T!t, O DOORr� G 35 �! "t ADA WlIPL1ANT �I r c INKING SPACE N ...,... P -a, % gig; I . FLOOR PLAN " Ir-mr t' _...___ROOF WITH!—�y---- ! i I I # 11 fl IN •I 11 I f 1 i II ii ;I II 11 II 11 h I I t u h II u II I ## If n ROOF 'sOPE I 1 11 I I I II jl u II II ,1 I I I I II ,I LU , I II ,I II TI I I I I f # II TI II it II ii II ,1 r, I , It i IN II ,1 I ROOF 2 ROOF PLAN BUILDING LAYOUT S -U fT- 17'-6' --- --- iiio c xmlii-.._.,.._ FRONT ELEVATION t I_! tl 17'-6' --- --- iiio c xmlii-.._.,.._ FRONT ELEVATION NUAURNG WIN REAR ELEVATION NOTE: FINISH OPTIONAL, VARIOUS FINISHES ARE AVAIIABLE 0 EAST -BRICK 0 BARNBOARD 0 BROOM O OTHER ._._.......... _ ___. t I_! tl Ii `iaki ! I I ( '�II� � il� I �li ' iEIONALRIIFAN�III�II 4 `-I i(. II{I IiI) tt II I ( I It I N t --- -- NUAURNG WIN REAR ELEVATION NOTE: FINISH OPTIONAL, VARIOUS FINISHES ARE AVAIIABLE 0 EAST -BRICK 0 BARNBOARD 0 BROOM O OTHER ._._.......... _ ___. IIS GENERAL NOTES: 1. All REOU#RED OPENINGS FOR ELECTRIC, MECHANICAL, LO#MR ENG MUST BE SIZED AND LOCATED BY BITER ON THIS DRAW (OPERENG SIZES AND LOCATIONS MAY HAVE TO BE ALTERED I THEY INTERFERE WITH COMWCTIDNS OR REINFORCING 2. ALL NEWS ARE FROM EXTERIOR S. A SIM COPY MUST BE BEIURNED BEFORE BUILDING CAN 8 RELEASED FOR PROMDON tl Ii `iaki ! I I ( IIS GENERAL NOTES: 1. All REOU#RED OPENINGS FOR ELECTRIC, MECHANICAL, LO#MR ENG MUST BE SIZED AND LOCATED BY BITER ON THIS DRAW (OPERENG SIZES AND LOCATIONS MAY HAVE TO BE ALTERED I THEY INTERFERE WITH COMWCTIDNS OR REINFORCING 2. ALL NEWS ARE FROM EXTERIOR S. A SIM COPY MUST BE BEIURNED BEFORE BUILDING CAN 8 RELEASED FOR PROMDON TRACTOR SERVICE, INC. 1980 Camron Ave Sanford, FL32771 P: (386) 218-6969 F: (386) 218-6970 www.aliterraintractorservice.com Prepared for: Sanford Public Works Address: P.O. Box 1788 qty. state, zip: Sanford, FL 32772 Scope of Work Budgetary PROPOSAL Project Name: Sanford Marine Restroom Project Phase: Job Number: Project Address: N. Palmetto Ave. City, State, Zip: Sanford, FL Proposal Date: Friday, February 4, 2022 Proposal price good for 30 days from the date of this proposal. Contact: Michael Cash Phone: 407-688-5087 cell: 407-688-5081 Email: Michael.CashC,sanfordfl.gov L Under The Terms and Conditions of This Proposal. All Terrain Tractor Service Inc, Hereby Proposes to Provide Labor, Materials, Supervision Necessary to Complete Described Line Items Listed Below. No Other Work expressed or Implied in This Proposal. Qualifications & Exclusions 1. There are no bonds included In this proposal. If any are required, they will be at an additional cost. 2. There is no handling of contaminated, hazardous, or unsuitable materials included in this proposal. if any is required, it will be at an additional cost. 3. There are no permits Included In this proposal. If any are required, they will be at an additional cost. 4. Proposal price is based on the assumption that this project will require red -lined as-buiits only. If certified as-builts are required, they will beat an additional cost. S. There is no testing included in this proposal. if any is required, it will beat an additional cost. 6. Any electrical, power, gas, CATV, telephone, utilities relocated or removed by others. 7. There is No Dewatering In This Proposal. If Needed it will be an additional Costs. S. There is No Landscaping, or Irrigation, or irrigation repair in this Proposal. If needed it will be an additional Costs. 9. This is BUDGET proposal. 30. Decorative Handrail by others 11. Any electrical work associated with site work scope Is by others. 12. This bid is Based Soley on Information Provided by Others. All Terrain accepts no Responsibility to Unforeseen Differences. Architect/Designer: M. Cash Addendums RCVD: CODE DECRIPTIONQTY General Conditions UOMTOTAL 1.001 Mobilization 1 LS $3,800.00 $3,800.00 Locates/Verifications and ground penetrating radar i LS $2,225.00 $2,225.00 1.003 Layouts/As-bullts 1 LS $3,500.00 $3,500.00 1.002 1 Density Tests 1 LS $1,750.00 $1,750.00 1.005 MOT 1 LS $850.00 $850.00 Protections Silt worms 65 LF $5.00 $325.00 Page 1 of 3 2:49 PM, 2/4/2022 Dave Davidson All Terrain Tractor Service, Inc. Authorized Signature Page 2 of 3 Date Proposed Total Michael Cash Sanford Public Works Authorized Signature Date 2:49 PM, 2/4/2022 Demolition 3.001 Demo Concrete Pad 300 SF $5.00 $1,500.00 Saw cut asphalt 160 LF $2.50 $400.00 3.002 Demo Asphalt and base material(45 SY) 1 LS $1,500.00 $1,500.00 No tree removal Date Palm or others Earthwork 4.004 Import Material -Soil Backfill 36 CY $15.50 $558.00 4.003 Grade & Compaction 1 LS $850.00 $850.00 Stabilization 50 SY $9.50 $475.00 #57 stone -Building Pad 20 Ton $85.00 $1,700.00 5.2 Underground Utilities -Sewer Connect to existing 8" sewer line 1 EA $1,800.00 $1,800.00 6" SDR26 Sewer Pipe 60 LF $24.48 $1,468.80 6" Clean Out Assem. 1 EA $525.00 $525.00 Fittings 1 LS $475.00 $475.00 Sewer By-pass pump (allowance) 1 LS $2,550.00 $2,550.00 5.3 Underground Utilities -Water Wet tap 12" 1 LS $7,250.00 $7,250.00 1" Water service 1 LS $1,246.00 $1,246.00 1" Backflow Assem 1 LS $1,532.00 $1,532.00 Meter Box and Lid 1 LS $285.00 $285.00 Fittings 1 LS $155.00 $155.00 Concrete 6.100 Regular Concrete/Flatwork 4" 168 SF $10.50 $1,764.00 Steps 22 SF $57.00 $1,254.00 6.300 Retaining Walls 120 SF $55.00 $6,600.00 Retaining wall Footer 4'x10"x41' w/ #4 rebar 41 LF $110.00 $4,510.00 6.500 6"x16" HeaderCurb 40 LF $35.00 $1,400.00 Asphalt 6" Limerock Base 10 SY $65.00 $650.00 7.200 Asphalt Patch/Hot Patch Infared Asphalt Trench 1 LS $3,500.00 $3,500.00 Landscape Bahia sod 800 SF $0.65 $520.00 Dave Davidson All Terrain Tractor Service, Inc. Authorized Signature Page 2 of 3 Date Proposed Total Michael Cash Sanford Public Works Authorized Signature Date 2:49 PM, 2/4/2022 Price is subject to change, pending receipt of 'Final Construction Drawings'. Page 3 of 3 2:49 PM, 2/4/2022 SECTION 13 34 00 FABRICATED PRE-ENGINEERED PRECAST CONCRETE STRUCTURES SIERRA FLUSH TOILET W/CHASE OUTBACK STYLE ROOF SECTION 1— GENERAL 1.1 SUMMARY Contractor shall furnish a precast concrete transportable restroom. Building to be delivered and placed on owner -prepared crushed stone foundation in accordance with manufacturer's recommendations. Precast building to be EASI-SET brand Restroom Model Sierra Flush Toilet w/Chase Outback Style Roof (herein stated as Sierra) as manufactured by a licensed producer of Easi-Set Buildings. Manufacturer to provide building with all necessary openings as specified by contractor in conformance with manufacturer's structural requirements. 1.2 REFERENCES A. ACI -318-11: Building Code Requirements for Structural Concrete and Commentary B. ASCE/SEI 7-10: Minimum Design Loads for Buildings and Other Structures C. IBC 2012: International Building Code D. PCI Design Handbook, 7th Edition E. Concrete Reinforcing Institute, Manual of Standard Practice F. UL -752 (Test Method level 5) for bullet resistance certified by a military approved laboratory. G. 2010 ADA Standards for Accessible Design H. International Plumbing Code (IPC) and National Electrical Code (NEC) 1.3 SYSTEM DESCRIPTION DESIGN REQUIREMENTS A. Building Dimensions: Exterior: 10'-8" x 17'-6" x 9'-8" (tallest point) Interior: 7'-2" x 17'-0" x height (varies) Design case to be selected to correspond to the design criteria indicated in the aforementioned codes for the geographical location of the project or as specified. CASE 1: Typical B. Design Loads: 1. Seismic Design Category'C', Risk Design Category II 2. Roof Live Load (Snow) — 30 PSF Sierra Flush Toilet -Outback Style Precast Restroom Specification 133400-1 Rev.0 3. Floor Live Load —100 PSF 4. Wind Loading*— 115 MPH *Design loads relate to precast components only, not accessories (i.e. doors, windows, vents, etc.) CASE 2: Heavy C. Design Loads: 1. Seismic Design Category'D', Risk Design Category III 2. Roof Live Load (Snow) —150 PSF 3. Floor Live Load — 150 PSF 4. Standard Wind Loading* —165 MPH *Design loads relate to precast components only, not accessories (i.e. doors, windows, vents, etc.) D. Roof: Proprietary two-piece Outback style roof. Roof panels shall overhang on all sides to prevent water intrusion. The pitch of the roof shall be 3112. The roof standard finish is a simulated cedar shake. Other finishes are available. E. Roof panels, floor, and wall panels must each be produced as single component monolithic panels. No floor or vertical wall joints will be allowed, except at perimeter interfaces, corners and partitions. Wall panels shall be set on top of floor panel. F. Wall -to -Floor interior surface joints along the perimeter of each restroom and partitions (if precast) must contain the locked -in, easy clean-out radius coving. The 3/8" (recessed) x 2" cove must be continuous around the interior of the restroom and along the sides of any precast partitions. Apply 5,000 PSI (minimum) non -shrink, non-metallic grout to the cove, finishing the grout to form a flush 1" minimum radius. 1.4 SUBMITTALS A. Engineering calculations designed and sealed by a professional engineer, licensed to practice in the state where the project is located, shall be submitted for approval. B. Manufacturers' product literature shall be provided for all plumbing, electrical and miscellaneous installed fixtures demonstrating compliance with these specifications 1.5 QUALITY ASSURANCE A. The precast concrete building producer shall be a plant -certified member of either the National Precast Concrete Association (NPCA), The Precast/Prestressed Concrete Institute (PCI), or equal. B. The precast concrete building producer shall demonstrate product knowledge and must have a minimum of 5 years experience manufacturing and setting precast concrete. C. The manufacturer must be a licensed producer of Easi-Set Buildings. D. No alternate building designs to the pre-engineered EAST -SET® building will be allowed unless pre -approved by the owner 10 days prior to the bid date. SECTION 2 — PRODUCTS Sierra Flush Toilet -Outback Style Precast Restroom Specification 133400-2 Rev.0 2.1 MATERIALS A. Concrete: Steel -reinforced, 5000 PSI minimum 28 -day compressive strength, air - entrained (ASTM C260). E. Reinforcing Steel: ASTM A615, grade 60 unless otherwise specified. Welded wire fabric: ASTM 185, Grade 65 C. Post -tensioning Strand: 41 K Polystrand CP50, Y2"270 KSI Seven -Wire strand, enclosed within a greased plastic sheath (ASTM A416). Each Roof and floor shall be post - tensioned by a proprietary, second generation design using a single, continuous tendon. Said tendon is placed in the concrete slab to form a perimeter loop starting from one corner of the slab to a point where the cable entered the slab. The tendon then turns 90 degrees and follows the cable member(s) in the periphery to a point midway along the "X" axis of the concrete building panel and then turns 90 degrees along the "Y" axis of the concrete building panel. This bisects the concrete building panel and crosses the opposite parallel portion of the cable member and exits from an adjacent side of the concrete building panel. This creates a cable pattern with no less than 2.5 parallel cables in any direction. To ensure a watertight design, no alternate methods shall be substituted for the post -tensioning. D. Sealant: All joints between panels shall be caulked along the exterior and interior surface of the joints. Exterior sealant shall be DOW CORNING 790 silicone sealant or equal. Interior sealant shall be SIKAFLEX-1A elastic sealant (paintable) or equal. Exterior caulk reveals to be 3/8"x 3/4" deep so that sides of the joint are parallel for proper caulk adhesion. Back of the joint to be taped with bond breaking tape to ensure adhesion of caulk to parallel sides of joint and not the back. E. Panel Connections: All panels shall be securely fastened together utilizing cast -in stainless steel embeds and welding. All welding shall be done in conformance with AWS, Structural Welding Code latest revision. Steel is to be of structural quality, hot- rolled carbon complying with ASTM A304. No floating -in of connection plates shall be allowed. F. Stain and Paint: a. Interior concrete surfaces (toilet rooms) L Interior floors will be a two component, water based polyamide epoxy floor coating (gray, unless otherwise specified). Approved manufacturers: Sherwin Williams (Floor-Plex 7100), Armorpoxy or equal. H. Interior walls and ceilings will be a pre -catalyzed water based epoxy. Approved manufacturers: Sherwin Williams or equal. b. Exterior concrete surfaces i. Exterior slab top surface (if selected) will be a two component, polyamide epoxy floor coating (gray, unless otherwise specified). Approved manufacturers: Sherwin Williams, Armorpoxy or equal. H. Exterior walls and roof will be a water-based acrylic, water-repellent penetrating stain. Approved manufacturers: United Coatings (Canyon Tone Stain), Sherwin Williams (H&C Concrete stain) or equal iii. Clear Acrylic anti -graffiti sealer (if selected) 2.2 ACCESSORIES AND FIXTURES A. Doors and Frames: Shall comply with Steel Door Institute "Recommended Specifications for Standard Steel Doors and Frames" (SDI -100) and as herein specified. All door and frame galvanizing shall be in accordance with ASTM A924 and A653, minimum coating thickness shall be A60. Sierra Flush Toilet -Outback Style Precast Restroom Specification 13 34 00-3 Rev.0 1. The buildings shall be equipped with 3'-0" x 6'-8" x 1-3/4" (restroom entry doors) & 2'-8" x 6'-8" x 1-3/4" (chase door) thick insulated, 18 gauge, metal doors with 16 - gauge frames (to meet wall thickness). Doors shall have a flush top cap. Doors and frames shall be factory bonderized and painted with one coat of rust -inhibitive primer and one finish -coat of enamel paint; color to be BOLT BROWN unless otherwise specified. 2. Doors and frames shall meet SDI standard Level 2, 1%" heavy duty. Approved manufacturers: Republic, Steelcrak. Ceco, Black Mountain, Pioneer Curries, Mesker. MPI, Door comQonents or equal Approved distributor: Integrated Entry Systems B. Door Hardware: 1. Cylindrical Lock: Commercial grade, shall meet requirements of ANSI Al 56.2, series 4000, UL listed and ADA approved. Zinc dichromate chassis with cast solid zinc levers to resist corrosion. Fumish locks with 6 -pin solid brass keyway. Exterior locks and unlocks by key, interior push button lock, released when lever is turned. Manufacturer shall provide a limited lifetime warranty on this product. Approved manufacturers. Design Hardware, or equal 2. Hinges: Self -Closing (spring) Hinges. Shall comply with ANSI Al 56.17 Grade 1 self closing hinges (3 per door). Hinges shall be Stainless Steel Grade 304 (ANSI K81071 F) US32D brushed satin finish. Manufacturer shall provide a lifetime limited warranty. Approved manufacturers: Design Hardware, or equal 3. Door Sweep: Nylon brush door sweep, ANSI/BHMA certified. Sweeps shall have an integral drip edge to repel water from base of door. Sweeps shall be approved for UL 10C positive pressure and suitable for use with fire doors up to three hours. Approved manufacturers: National Guard Products or equal 4. Drip Cap: Aluminum drip cap with minimum projection of 2 W shall be furnished. Approved Manufacturers. Design Hardware, National Guard Products, or equal 5. Door Stop: ANSI 156.16 approved wall mounted door stop with keeper constructed of a corrosion resistant cast brass material. Finish US26D (626) brushed chrome finish. Approved manufacturers: Don -Jo, Rockwood, or equal C. Wall Vent: Wall vents will be extruded aluminum, minimum thickness of .125", 6063-T5 alloy. Vents to be supplied with aluminum mesh insect screen and 204-R1 clear anodized finish. Approved manufactures: Sunvent Industries or equal. D. Signs: Signs to have braille, characters, and pictograms to meet ADA requirements. E. Windows: Frames shall be constructed from stainless steel. Window glazing will be Y4" translucent Lexan. F. Grab Bars: Stainless steel tubing, 18 gauge, type 304 stainless steel, mounted 1-1/2 inches from wall. Approved manufacturers: Bobrick or equal. G. Toilet Paper Dispenser: Dispenser will be constructed of 3/16" to 1/4" thick 304 stainless steel. Dispenser will be capable of holding three (3) standard rolls of toilet paper. Approved manufacturers: Aslin Industries, Bobrick or equal. H. Plumbing: All fixtures will meet ASME Al 12.19.3 1. Waste and vent piping: ABS or PVC plastic Sierra Flush Toilet -Outback Style Precast Restroom Specification 13 34 00-4 Rev.0 2. Water piping: Copper tubing Type L, hard drawn. A gate or ball valve will be provided at the inlet end of the water line. Size water lines to provide proper flushing action based on a nominal water pressure of 40 psi. 3. A main shut-off valve and drain will be provided with plumbing 4. Toilet and urinal (if provided): ADA compliant, type 304 stainless steel, wall hung, with siphon or blowout jet action. Provide back spud for concealed flush valve connection, unless otherwise specified. 5. Flush valve: Concealed toilet flush valve with integral vacuum breaker and a non - hold -open pushbutton or handle. Constructed of bronze or brass with water saver flow of 1.6 gallons per flush. 6. Lavatory: ADA compliant, type 304 stainless steel with backsplash. 7. Lavatory valve will be pneumatically operated pushbutton valve. Valve to be non - hold open type with a vandal resistant pushbutton requiring less than 5 lbs. pressure to activate. 8. Hose bib to be provided in chase area. 9. Floor drain: (Optional) -Floor drains to be provided in each room of the restroom building if selected. 10. Hammer arrester to be installed on water line 11. Trap primer distribution unit to be installed 1. Electrical: All components UL shall be listed 1. A 100 -amp breaker panel will be provided 2. All electrical wiring will be encased in conduit. All wire to be copper. 3. Light Fixtures: a. Chase(service area): 4 -foot (48") fluorescent fixture, switch controlled b. Toilet rooms: 4 -foot (48n) fluorescent fixture, motion detector activated c. Exterior: 35 watt minimum high pressure sodium light, polycarbonate vandal resistant. 4. Hand dryer: Surface -mounted ADA compliant, universal type motor, with adjustable sensor operation. 5. One GFCI outlet located next to the lavatory 6. Two restroom area exhaust fans with 270 CFM speed controllable, occupancy/motion sensor controlled. 2.3 Finishes A. Interior of Building: Smooth form finish on all interior panel surfaces unless exterior finish is produced using a form liner, then smooth hand -troweled finish. B. Exterior of Building (standard): Barn board finish on all exterior wall surfaces with a simulated cedar shake roof finish. C. Exterior of Building (Option #1): Architectural precast concrete brick finish: Finish must be imprinted in top face of panel while in form using an open grid impression tool similar to EAST -BRICK'. Finished brick size shall be 2 3/8" x 7 5/8" with vertical steel float or light broom finish. Joints between each brick must be 3/8" wide x 3/8" deep. Back of joint shall be concave to simulate a hand -tooled joint. D. Exterior of Building (Option #2): Additional finishes for walls and roof are available and will vary by local producer. SECTION 3 — EXECUTION 3.1 SITE PREPARATION (MANUFACTURER'S RECOMMENDATION) Work under this section relates to placement of the restroom building by the Easi-Set licensed producer on the customer -prepared foundation and site. Sierra Flush Toilet -Outback Style Precast Restroom Specification 13 34 00-5 Rev.0 Water, electrical, and waste site connections to be located corresponding to the drawings. Connections must allow for easy installation and hookup to building. A. EASI-SETS' Restroom building shall bear fully on a crushed stone base that is at least two feet larger than the length and width of building. B. Stone shall be a minimum of 4" thick and down to firm subgrade. The vertical soil capacity under stone shall be compacted to have minimum bearing of 1,500 pounds per square foot. Stone shall be 3/8" or smaller and must be screeded level within %4" in both directions. Stone shall be placed within a perimeter form having a flat and level top edge for screeding. Forming material shall remain around stone until after the building is set. C. The crushed stone base shall be kept within the confines of the soil or perimeter form. Do not allow the base to become unconfined so that it may wash, erode, or otherwise be undermined. D. Provide positive drainage around the building. 3.2 SITE ACCESS Contractor must provide a level, unobstructed area large enough for a crane and a tractor - trailer to park adjacent to the pad. Crane must be able to place outriggers within 5'-0" of edge of pad; truck and crane must be able to get side-by-side under their own power. No overhead lines may be within 75' radius of center of pad. Firm roadbed with turns that allow 65' lowbed tractor -trailer must be provided directly to site. No building shall be placed closer than 2'-0" to an existing structure unless specifically permitted. Sierra Flush Toilet -Outback Style Precast Restroorn Specification 133400-6 Rev.0