Loading...
500 Don Knight Ln - 98-000425 (SANFORD AIRPORT FIRE STATION) (NEW CONSTRUCTION) 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