GENERAL CONSTRUCTION PROJECT - PHASE II AT THE NEW ENDEAVOUR ELEMENTARY SCHOOL

Size: px
Start display at page:

Download "GENERAL CONSTRUCTION PROJECT - PHASE II AT THE NEW ENDEAVOUR ELEMENTARY SCHOOL"

Transcription

1 GENERAL CONSTRUCTION PROJECT - PHASE II AT THE NEW ENDEAVOUR ELEMENTARY SCHOOL 1 School Road JB-MDL, NJ NORTH HANOVER TOWNSHIP BOARD OF EDUCATION 331 Monmouth Road Wrightstown, New Jersey CONSTRUCTION MANAGER: P.W. Moss & Associates January 18, 2019

2 P.W. Moss & Associates New Endeavour School General Construction Phase II TABLE OF CONTENTS PROJECT MANUAL BIDDING REQUIREMENTS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS - PROJECT MANUAL, TECHNICAL SPECIFICATIONS, & DRAWINGS.1-3 NOTICE TO BIDDERS INSTRUCTION TO BIDDERS BID FORM - SINGLE OVERALL CONTRACT BID FORM ATTACHMENT #1 - NON-COLLUSIVE BIDDING CERTIFICATE BID FORM ATTACHMENT #2 - CERTIFIED CORPORATE RESOLUTION BID FORM ATTACHMENT #3 - STOCKHOLDER/PARTNERSHIP DISCLOSURE STATEMENT..1-1 BID FORM ATTACHMENT #4 - CERTIFICATE PURSUANT TO N.J.S.A. 18A: 18A BID FORM ATTACHMENT #5 - AFFIRMATIVE ACTION QUESTIONNAIRE BID FORM ATTACHMENT #6 - CONTRACTOR'S QUALIFICATIONS AND CREDENTIALS BID FORM ATTACHMENT #7 - CERTIFICATION REGARDING DEBARMENT BID FORM ATTACHMENT #8 - CONTRACTOR'S QUALIFICATIONS QUESTIONNAIRE BID FORM ATTACHMENT #9 - EQUIPMENT CERTIFICATION BID FORM ATTACHMENT #10 - PREVAILING WAGE / DAVIS BACON ACT CERTIFICATE BID FORM ATTACHMENT #11 - EQUAL OPPORTUNITY CERTIFICATE BID FORM ATTACHMENT #12 - INSURANCE CERTIFICATE BID FORM ATTACHMENT #13 IRAN DISCLOSURE OF INVESTMENT ACTIVITIES SUBCONTRACTOR S LIST EQUIVALENT LISTING AFFIDAVIT OF TOTAL AMOUNT OF UNCOMPLETED CONTRACTS AFFIDAVIT OF NO CHANGE IN STATUS AHERA NOTIFICATION WORKER AND COMMUNITY RIGHT TO KNOW ACT REQUIREMENTS C.271 POLITICAL CONTRIBUTION DISCLOSURE FORM PREVAILING WAGE RATES QUICK ASSET AND LIABILITY STATEMENT STANDARD FORM OF AGREEMENT (AIA A105) GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION (AIA A ) SUPPLEMENTARY CONDITIONS TECHNICAL SPECIFICATIONS SECTION TITLE PAGE DIVISION 1 GENERAL REQUIREMENTS SUMMARY OF WORK ALLOWANCES APPLICATIONS FOR PAYMENT ALTERNATES MODIFICATION PROCEDURES PROJECT COORDINATION CUTTING AND PATCHING PROJECT MEETINGS SUBMITTALS CONSTRUCTION SCHEDULE TEMPORARY FACILITIES PRODUCT SUBSTITUTIONS PROJECT CLOSE-OUT WARRANTIES AND BONDS North Hanover Township Board of Education Page 1 of 3 Table of Contents

3 P.W. Moss & Associates New Endeavour School General Construction Phase II TABLE OF CONTENTS TECHNICAL SPECIFICATIONS DIVISION 05 METALS SECTION Metal Fabrications SECTION Decorative Metals DIVISION 06 WOOD, PLASTICS, AND COMPOSITES SECTION Exterior Rough Carpentry SECTION Fiberglass Reinforced Plastics Fabrications DIVISION 10 SPECIALTIES SECTION Exterior Sun Control Devices SECTION Site Amenities SECTION Decorative Concrete Pavement DIVISON 12 FURNISHINGS SECTION Site Furnishings DIVISON 13 SPECIAL CONSTRUCTION SECTION Tensioned Fabric Structures DIVISION 31 EARTHWORK SECTION Earthwork DIVISION 32 EXTERIOR IMPROVEMENTS SECTION Unit Paving SECTION Stabilized Stone Paths SECTION Site Concrete Work SECTION Pavement Markings SECTION Synthetic Grass Surfacing SECTION Landscape Stone SECTION Soil Preparation DIVISION 33 UTILITIES SECTION Storm Utility Drainage Piping SECTION Column Covers (Netta Spec) SECTION Toilet Compartments (Netta Spec) CONTRACT DRAWINGS Twenty Eight (28) Total Pages Prepared by Taylor Design Group Eleven (11) Pages Cover Sheet LA-01 LA-02 LA-03 LA-04 LA-05 LA-06 North Hanover Township Board of Education Page 2 of 3 Table of Contents

4 P.W. Moss & Associates New Endeavour School General Construction Phase II SD-01 SD-02 SD-03 SD-04 Netta Architects - Bulletin 5 Seven (7) Drawings Netta Architect - SK.080 Toilet Compartment Color Scheme Layout Two (2) Pages Sk Modification & Details Eight (8) Pages END OF TABLE OF CONTENTS North Hanover Township Board of Education Page 3 of 3 Table of Contents

5 P.W. Moss & Associates New Endeavour School General Construction Phase II NORTH HANOVER TOWNSHIP BOARD OF EDUCATION BURLINGTON COUNTY NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed bids in duplicate are sought and requested by North Hanover Township Board of Education (hereinafter called "Owner"), for the General Construction - Phase II of the New Endeavour Elementary School. Bids are requested for the Construction work in accordance with Drawings, Project Manual, and other Bidding and Contract Documents prepared by P.W. Moss & Associates, 7 Plumridge Drive, Doylestown, PA Project: Work Includes: Contracts: New Endeavour Elementary School General Construction Project Phase II All Work Defined with Three (3) Interior Courtyards and Exterior Science Terrace Toilet Partitions & Column Covers Single Overall Contract Sealed bids will be received at the North Hanover Township Board of Education Offices, 331 Monmouth Road, Wrightstown, NJ 08562, on or before, February 19, 2019 at 10:00 AM Prevailing Time. Bids will be publicly opened and read aloud on the same day, time and location. No bids will be accepted after this time. If a bid exceeds $20,000.00, the bidder must be prequalified by the New Jersey Department of Treasury, Division of Property Management and Construction as required by law and have a valid and current Notice of Classification prior to the date that bids are received. Any bid submitted under the terms of the New Jersey statutes not including a copy of a valid and active prequalification/classification certificate may be rejected as nonresponsive to the bid requirements pursuant to law. Each bidder shall submit with its bid, a Certificate of Consent of Surety as per N.J.S.A. 18A:18A-25 from a Surety company stating that it will provide the bidder and all subcontractors, if successful, with a performance/payment bond in the full amount of the contract. There will not be a scheduled prebid meeting for this project. Site visits are by appointment only and must take place Monday-Friday during non-school hours. All site visits must be pre- scheduled with P.W. Moss & Associates with Rick Takakjy via only at ret@pwmoss.com. Non-scheduled site visits will not be permitted. All requests for additional information and questions posed by Bidders must be submitted in writing and transmitted to P.W. Moss & Associates no later than February 6, 2019, via only to Rick Takakjy at ret@pwmoss.com. Free Electronic copies of the documents can be requested on or after January 18, 2019 and accessed by Bidders on the same date using a username and password protected website, made by written request only, via to P.W. Moss & Associates at ret@pwmoss.com. As bid security, each Bid shall be accompanied by a certified check or Bid Bond made payable to the Owner, in accordance with the amounts and terms described in the INSTRUCTIONS TO BIDDERS. The Owner requires that all bids shall comply with the bidding requirements specified in the INSTRUCTIONS TO BIDDERS of the Contract Documents. The Owner may, at its discretion, waive informalities in bids, but is not obligated to do so, nor does it represent that it will do so. The Owner also reserves the right to reject any and all bids. Under no circumstances will the Owner waive any informality which, by such waiver, would give one Bidder substantial advantage or benefit not enjoyed by all Bidders. No Bidder may withdraw his bid before sixty (60) days after the actual date of the opening thereof, unless a mistake or error is claimed by the Bidder in accordance with the INSTRUCTIONS TO BIDDERS. Bidding shall be in conformance with the applicable requirements of N.J.S.A. 18A:18A-1 et seq. pertaining to the North Hanover Township Board of Education Page 1 of 2 Notice to Bidders

6 P.W. Moss & Associates New Endeavour School General Construction Phase II "Public School Contract Laws". The Bidder's attention is directed to the fact that all applicable federal, state, and municipal laws, ordinances, rules and regulations of all authorities having jurisdiction over construction work in the locality of the project shall apply to the Contract throughout, and they will be deemed to be included in the contract the same as if set forth therein at length, including, but not limited to, those laws identified in the INSTRUCTIONS TO BIDDERS. Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 et seq. regarding Affirmative Action. Pursuant to "The Public Works Contractor Registration Act" (P.L. 1999,c238), bidders and their subcontractors are required to be registered with the New Jersey Department of Labor and to possess a current certificate by said Department indicating compliance with the Act. Bidders are notified of this requirement of their compliance. Pursuant to the "Business Registration of Public Contractors" (P.L. 2004, c57), bidders and all of their subcontractors are required to provide proof of registration, a copy of the organization s Business Registration Certificate, issued by the Division of Revenue, prior to any Contract award. No other form may be substituted. The Bidder's attention is directed to the fact that before submitting a bid, the bidder shall fully inform himself as to all applicable federal, state, and municipal laws, ordinances, rules and regulations, of all authorities having jurisdiction over construction work, insurance, bonds, regulations, wage rates, underwriters approval and shall include in his bid a sum to cover the cost of all items included in the specifications and pertinent documents. The Owner reserves the right to reject any or all bids pursuant to law and not award a contract for any portion of the Project if the Owner has not obtained the requisite approval for the Project or any portion thereof from the appropriate state agency. Any agreement entered into by the Board for any portion of the Project is expressly conditioned upon the Owner obtaining the requisite approval for the Project or any portion thereof. The Owner reserves the right to terminate the agreement if the Owner has not obtained the requisite approval for the Project or any portion thereof from the appropriate state agency. North Hanover Township Board of Education Page 2 of 2 Notice to Bidders

7 P.W. Moss & Associates New Endeavour School General Construction Phase II INSTRUCTIONS TO BIDDERS ARTICLE 1 PROJECT AND BID INFORMATION 1. Project Title: New Endeavour Elementary School General Construction Phase II 2. District: North Hanover Township Board of Education 331 Monmouth Road Wrightstown, NJ Bid Opening Dates and Times: Bids will be received until February 19, 2019 on or before 10:00 am, local time. Bids will be opened at the same date, time and location. 4. Bids will be received at the following location until Bid Opening Date and Time stated above: a. North Hanover Township Board of Education 331 Monmouth Road Wrightstown, NJ **Please note that there is not direct street access to the Board Offices from Monmouth Road. All vehicle traffic must enter the C.B Lamb Elementary School, 46 Schoolhouse Road, Wrightstown, NJ and travel east and then north along the access road to the Board Offices located at the most northern part of the Upper Elementary School. 5. Bidders are invited to submit Bids for any, or all, of the following Prime Contracts: a. General Work Single Overall Prime Contractor. 6. Access to the Site: Bidders will be permitted prior to the scheduled Bid Opening Date and Time from 8:00 AM until 4:00 PM during school occupied days. Site visits must be prescheduled. 7. Visits to the site must be made by appointment only with the Construction Manager, Mr. Rick Takakjy, P.W. Moss & Associates via telephone at or at ret@pwmoss.com. 8. Electronic documents for download will be available on or about January 18, Free Electronic copies of the documents can be requested and accessed by Bidders on the same date using a username and password protected website, made by written request only via at ret@pwmoss.com. ARTICLE 2 DEFINITIONS 1. Addenda: Written or graphic instruments issued by the Engineer prior to execution of the Contract which modify or interpret the Bidding Documents by additions, deletions, clarifications, or corrections. 2. Bid: Complete and properly signed proposal to do the Work for the sums stipulated therein, submitted in accordance with the Bidding Documents. a. Base Bid: Sum stated in the Bid for which the Bidder offers to perform the Work described in the Bidding Documents. b. Alternate Price: Amount stated in the Bid as price for an Alternate portion of work, which includes materials, equipment or service for a portion of the Work as described on the bidding documents. The District reserves the right to select any, all, or none of the listed Alternates. North Hanover Township Board of Education Page 1 of 8 Instructions to Bidders

8 P.W. Moss & Associates New Endeavour School General Construction Phase II c. Unit Price: Amount stated in the Bid as price per unit of measurement for materials, equipment or service or a portion of the Work as described on the Bidding documents as described on the Bidding Documents. d. Allowances: Amount indicated in the specifications and included with the Bid. The amount may be based upon unit prices as described above or a lump sum. The Allowances may be based on unit pricing, the amount of the Allowance shall be increased or decreased by change order if the allowance is exceeded or not used. For General Allowance Work only, all Contractor s costs for delivery, unloading and handling at the site, overhead, profit and other expenses contemplated for stated allowance amounts shall be included in the Contract Sum but not in the General Allowance Line Item. Please refer to Allowance Spec Section for details. e. Bidder: Person or entity who submits a bid. f. Bidding Documents: The Bidding Requirements and Proposed Contract Documents set forth in Article District: North Hanover Township Board of Education ARTICLE 3 BIDDING PROCEDURES 1. Sealed bids, addressed to the District and identified by the contract being bid and by the words "North Hanover Township New Endeavour Elementary School General Construction Phase II", will be received by the District at the time and place listed and for the contracts listed in Article 1 - Project and Bid Information. 2. Bid Forms: Complete the Bid Form provided, in duplicate, with all blank spaces for Base Bid, Alternates, and Unit Price prices completed in ink, or typewritten, in both words and figures and the signature must be in ink. In the event of a discrepancy between the words and the figures written words shall govern. In submitting a bid, the Bidder warrants that the person signing the bid form has the authority to sign on behalf of the Bidder. a. An additional copy of the Bid Forms modified to reflect any alterations made by Addendum, will be sent to all Bidders at least seven (7) days prior to the Bid Opening Date and Time specified above. If Addenda does not modify the Bid Forms, the Bidder is to use the Forms provide. 3. Bid Security: All bid guaranties must be issued by a surety licensed to issue such guaranties in the State and must be acceptable to the District. In order to guarantee the fulfillment of the provisions of these general stipulations and specifications: a. Submit, with the Bid, bid security in the amount of 10 percent of the Bid, but not in excess of $20,000 pursuant to NJSA 18A: 18A-24 and Grant Agreement 5.9, in any of the following forms: (1) Bank cashier's check, payable to the District (drawn on a state or national bank rated "A") (2) Certified check, payable to the District (drawn on a state or national bank rated "A") (3) Bid Bond, payable to the District, on AIA Document A310 "Bid Bond" or standard bid bond form, duly executed by the Bidder as principal and with a surety company approved by the District. Submit, with each bond, a certified copy of the "power of attorney" for each attorney-in-fact who signs the bond. b. Submit with the bid a certificate from a surety company stating that it will provide the Bidder with a bond in such sum as is required in the Instructions to Bidders pursuant to NJSA 18A:18A-25. North Hanover Township Board of Education Page 2 of 8 Instructions to Bidders

9 P.W. Moss & Associates New Endeavour School General Construction Phase II c. After the Bid Opening, bid security will be returned to all bidders, except for the three (3) apparent low responsible bidders, within 10 days, excluding Sundays and holidays. The three (3) apparent low responsible bidders bid security will be returned within 10 days of receipt from the successful bidder, the executed contract, excluding Sundays and holidays. d. Upon failure or refusal to submit a Performance Bond and Labor and Material Bond specified in the General Conditions and to execute District/Contractor Agreement within 10 days after notification of acceptance of his Bid, the accepted Bidder shall be deemed to have abandoned the Contract and his bid security will be forfeited to the District. In the event any bidder shall, upon award of the contract, fail to comply with the requirements herein after stated as to a bond guaranteeing the performance of the contract, the good faith deposit by cash, certified check or bond shall be released to the District and become and remain the property of the District.. 4. Submission of Bids: Submit each Bid in a sealed envelope bearing the name and address of the Bidder and name and number of the Project on outside. Deliver all Bids to the location specified above no later than the Bid Opening Date and Time specified above. All Bids received after specified Bid Opening Date and Time shall not be opened. 5. Bid Attachments: The sealed bid shall included duplicates of the following attachments: a. Non Collusion Certificate (included as Bid Form Attachment #1) b. Certified Corporate resolution indicating the Contractor's intention to submit a bid for the project (included as Bid Form Attachment #2) c. Stockholder/Partnership Disclosure Statement (included as Bid Form Attachment #3) d. Certificate pursuant to NJSA 18A:18A-32 (included as Bid Form Attachment #4) e. Affirmative Action Affidavit (included as Bid Form Attachment #5) f. Sworn contractor certification regarding qualifications and credentials pursuant to NJSA 18A:7G- 37 (included as Bid Form Attachment #6) 1) Attach the Public Works contractor s registration certificate pursuant to NJSA 34: et seq to the Bid Form Attachment #6 2) Out of state contractors must attach the "Certificate of Authority to perform work in New Jersey" issued by the Department of the Treasury to the Bid Form Attachment #6 3) Attach any valid trade licenses required under applicable New Jersey law to the Bid Form Attachment #6 4) Attach the New Jersey Business Registration Certificate to the Bid Form Attachment #6 g. Sworn statement indicating contractor s debarment status (included as Bid Form Attachment #7) h. Contractor s Qualification Questionnaire (included as Bid Form Attachment #8) I. Equipment Certification (included as Bid Form Attachment #9) j. NJ DPMC Prequalification Certificate k. Uncompleted Contracts Certificates l. Certificate from the Bidder's Surety indicating the Surety's intent to provide a Performance Bond, as indicated above (Article 3, #3, b. of this document) m. Certificate of Compliance with New Jersey Prevailing Wage Act North Hanover Township Board of Education Page 3 of 8 Instructions to Bidders

10 P.W. Moss & Associates New Endeavour School General Construction Phase II (included as Bid Form Attachment #10) n. Certificate of Equal Opportunity (included as Bid Form Attachment #11) o. Certificate of Insurance Certificate (included as Bid Form Attachment #12) p. Iran Disclosure of Investment Activities (included as Bid Form Attachment #13) 6. Withdrawal of Bid a. Any Bid may be withdrawn anytime prior to Bid Opening Date and Time specified above or authorized postponement. b. Bids may not be withdrawn before 60 days after Bid Opening Date and Time, unless a mistake or error is claimed by Bidder. (1) If Bidder claims to have made a mistake or error in his Bid, he shall deliver to the Engineer within 24 hours after Bid Opening and Time, written notice describing in detail the nature of the mistake or error with documentary evidence or proof. (2) Failure to deliver notice and evidence or proof specified above within the specified time period constitutes a waiver of the Bidder's right to claim error or mistake. (3) Upon receipt of the specified notice and evidence or proof within the specified time period the Engineer and District shall conduct an appropriate hearing and determine if an excusable error or mistake has been made; and, if so, District may permit the Bid to be withdrawn. The determination of the District shall be conclusive upon the Bidder, his surety, and all who claim rights under the Bidder. ARTICLE 4 BIDDING DOCUMENTS 1. Definition of Bidding Documents: Includes Bidding Requirements and Proposed Contract Documents. a. Bidding Requirements - Consists of: (1) Notice to Bidders (2) Instructions to Bidders (3) Bid Forms with attachments b. Proposed Contract Documents - Consists of: (1) Form of Agreement between the District and the Contractor (2) Conditions of the Contract (General Conditions, Supplementary Conditions, and other conditions). (3) Division 1 - General Requirements (4) Drawings and Technical Specifications. (5) All Addenda issued prior to execution of the Contract. 2. Bidding Documents are available: a. Electronic documents for download will be available on or about January 18, Free Electronic copies of the documents can be requested and accessed by Bidders on the same date using a username and password protected website, made by written request only via at North Hanover Township Board of Education Page 4 of 8 Instructions to Bidders

11 P.W. Moss & Associates New Endeavour School General Construction Phase II 3. Interpretation or Correction of Bidding Documents a. Submit requests for interpretation of the meaning of the plans, specifications or other Bidding Documents to the Construction Manager, in writing via to Rick Takakjy at no later than February 6, b. Interpretations or corrections to Bidding Documents will be issued in the form of written Addenda to the Project Manual and Drawings as specified below. No interpretation or correction will be made to any Bidder orally. 4. Addenda: Written or graphic instruments issued by Engineer prior to execution of the Contract which modify or interpret the Bidding Documents by additions, deletions, clarifications, or corrections. a. Addenda will be submitted to all Bidders by certified facsimile, meaning that the sender's facsimile machine produces a receipt showing date and time of transmission and that the transmission was successful. All Addenda will be sent no later than seven days, Saturdays, Sundays, and holidays excepted, prior to the specified Bid Opening Date and Time. All addenda, so issued, shall become part of the proposed Contract Documents. b. Failure of any Bidder to receive any such addendum by reason of not having provided the Engineer with the proper Facsimile number and responsible person to whom such Addendum should be transmitted shall not relieve the Bidder from any obligation required by the Addendum. 5. Equivalents: The use of manufacturer's brand names, catalog numbers, and similar proprietary identifying data in the Contract Documents is intended to establish a standard of quality, appearance, and function for those items. It is not the intention of the District to eliminate from consideration products that are equivalent in quality, appearance and function to those specified. a. Equivalents: 1) If a Bidder proposes to use products other than those listed in the Project Manual, the three (3) lowest Bidders are required to submit the Equivalent Listing form within 48 hours after the bid opening. The completed Equivalent Listing form, of proposed equivalent products, must include the following information: (a) (b) (c) Applicable Project Manual section numbers and paragraph number. Proposed manufacturer's name, product brand name, and manufacturer's catalog/model number. Any aspect of the Contract Documents that cannot be complied with by the manufacturer or supplier of the proposed equivalent product. 2) Failure to list and identify proposed equivalents shall be deemed to mean that the Bidder will furnish the materials or products indicated in the Contract Documents. ARTICLE 5 BIDDER'S REPRESENTATIONS 1. By submitting a Bid at the specified Bid Opening Date and Time, each Bidder represents that he: a. Has visited and thoroughly inspected the site and has fully informed himself of the conditions relating to the Project, b. Has received, read, and is thoroughly familiar with the Contract Documents and any Addenda North Hanover Township Board of Education Page 5 of 8 Instructions to Bidders

12 P.W. Moss & Associates New Endeavour School General Construction Phase II issued, c. And has prepared his Bid based on the materials, equipment and systems specified on the Contract Documents or equivalents. 2. Failure to have taken the actions described in Paragraph 1 of this article will not relieve a successful Bidder of his obligation to complete the Work of his Prime Contract as specified in the Contract Documents. 3. Insofar as possible, the Bidder agrees to employ such means and methods in carrying out Work of his Prime Contract as will not cause any interruptions of, or interference with, any other project being accomplished at the site, or the Districts normal operations. 4. Bidders are warned that the General and Supplementary Conditions and other provisions of the Contract Documents will be rigidly enforced. ARTICLE 6 CONSIDERATION OF BIDS 1. Opening of Bids: At the Bid Opening Date and Time specified above, all bids received will be publicly opened and read aloud. 2. Rejection of Bids a. The District requires that all Bids comply with the specified bidding requirements. However, the District may, in its discretion, waive informalities in Bids; but is not obligated to do so and does not represent that it will do so. Under no circumstances will the District waive any informalities which would give one a Bidder material or substantial advantage or benefit not enjoyed by all Bidders. b. The District reserves the right, if in its judgment, the public interest will be promoted thereby, to reject any and all Bids not deemed in the best interests of the District, and to reject as nonresponsive any bids as, in its opinion, are incomplete, conditional, obscure, or contain irregularities of any kind. c. In rejecting a Bid, the District does not forfeit its right to accept the Bid of an individual Bidder for any other prime contract contained in this Project; and the rejection of a Bid is not necessarily a finding by the District of any facts or circumstances which would preclude that Bidder from bidding on future projects, or from being an acceptable subcontractor on any portion of this Project. 3. Acceptance of Bid (Award): This contract will be awarded to the responsible Bidders whose Bids shall comply with all conditions to render them responsive, who is able to furnish approved surety bonds, and whose Bid is the lowest number of dollars as defined below. a. Lowest Bid may be: (1) Base Bid as described in the contract documents, or (2) Bid for the Base Bid plus any Alternates. or (3) Bid for the Base Bid plus the total of all Lease Payments. b. In the event there is a discrepancy between the Bid written in words and the Bid written in figures, the Bid in words shall govern. Bid Forms without the Bid written in words will not be accepted. 4. Notice to Proceed: The District shall issue a "Notice to Proceed" between February 27, 2019 and March 6, No Bidder may withdraw or amend his bid. Written acceptance shall constitute a contract between the District and the Bidder/s. North Hanover Township Board of Education Page 6 of 8 Instructions to Bidders

13 P.W. Moss & Associates New Endeavour School General Construction Phase II ARTICLE 7 POST-BID INFORMATION 1. Contractor's Qualifications a. The District may make such investigations as He deems necessary to determine the ability of the Bidder to perform the Work. b. The Bidder shall furnish to the District all such information and data for this purpose as the District may request. c. The District reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the District that such Bidder is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein. 2. District's Financial Capability: Successful Bidders shall submit requests to the District for information regarding the District's financial arrangements for this Project in accordance with Article 2, Paragraph of General Conditions no later than 30 days after the specified Bid Opening Date and Time. 3. Submittals a. The three apparent lowest responsible Bidders shall submit the following completed forms attached to the Bid Form no later than 48 hours after the specified Bid Opening Date and Time: (1) Equivalent Listing: Refer to Article 4 above. (2) Contractor s Subcontractors List (3) Quick Assets and Liabilities Statement (4) A statement of current claims made against the Bidders insurance aggregate (5) Ahera notification acknowledgement 4. Time for making awards, deposit returned (NJSA 18A:18A-36) a. The Contract shall be signed by all parties within the time limits set forth in the specifications, which shall not exceed 21 days, Sundays and holidays excepted, after the making of the award; provided, however, that all parties to the contract may agree to extend the limit set forth in the specifications beyond the 21 day limit required. The contractor, upon written request to the District, is entitled to receive, within seven days of the request, an authorization to proceed pursuant to the terms of the contract on the date set forth in the contract for work to commence, or, if no date is set forth in the contract, upon receipt of authorization. If for any reason the contract is not awarded and the Bidders have paid for or paid a deposit for plans and specifications to the District, the payment or deposit shall immediately be returned to the bidders when the plans and specifications are returned in reasonable condition within 14 days of notice that the contract has not been awarded. 1. Bond Requirements ARTICLE 8 PERFORMANCE BOND, PAYMENT BOND, AND MAINTENANCE BOND a. The successful Bidder shall furnish and maintain a Performance Bond and Labor and Material Bond in the amount of at least 100 percent of the Contract Amount; and a separate maintenance bond in an amount equal to ten percent (10%) of the accepted bid for guaranteeing repairs and North Hanover Township Board of Education Page 7 of 8 Instructions to Bidders

14 P.W. Moss & Associates New Endeavour School General Construction Phase II correction of defective work and material in connection with the contract, for the period of two (2) years, with all premiums therefore paid by Bidder. b. The surety for these bonds shall be a duly authorized surety company satisfactory to the District and licensed to do business in the State of New Jersey. c. Attorneys-in-fact who signs bonds must file with each bond a certified copy of their power of attorney to sign the bond. 2. Time of Delivery and Form of Bonds a. Deliver required bonds prior to the beginning construction activity at the site, but no later than 7 days after execution of the Contract. 8. Use AIA Document A312, Performance Bond and Labor and Material Payment Bond, unless otherwise approved by District. ARTICLE 9 MISCELLANEOUS PROVISIONS 1. All applicable laws, ordinances, rules, and regulations of federal, state, and municipal authorities having jurisdiction over this Project shall apply to the Contract throughout, and will be deemed to be included in the Contract as though herein written out in full. This Project shall be subject to and governed by applicable provisions of New Jersey State Law, including, but not limited to, the laws and regulations referenced in the Bidding and Contract Documents and the following: a. Public Schools Contract Law (PSCL) NJSA 18A:18A-1et seq b. Prequalification of bidders NJSA 18A: 18A-29. c. Prevailing wage rates NJSA 34: et seq: 34:1B-5.1 et seq., 55: d. Affirmative action NJSA 10:5-31 et seq.: P.L c END OF SECTION North Hanover Township Board of Education Page 8 of 8 Instructions to Bidders

15 P.W. Moss & Associates New Endeavour School General Construction Phase II NORTH HANOVER TOWNSHIP BOARD OF EDUCATION NEW ENDEAVOUR ELEMENTARY SCHOOL GENERAL CONSTRUCTION PHASE II SINGLE OVERALL CONTRACT BID FORM (Submit in Duplicate) BID FROM (Bidders name) (Address) (Phone & Fax) CONTRACT: Single Overall Contract DOCUMENT DATE: January 18, 2019 I, (We), the undersigned certify meeting vendor qualifications and submit the following firm, fixed price in strict accordance with the terms and conditions of the Project Manual, dated September 14, I, (We), certify that I, (We), have examined and fully understand the requirements and intent of the Bidding and Contract Documents, including Drawings, Project Manual, and Addenda; and propose to furnish all labor, materials, and equipment necessary to complete the Work on, or before the dates specified in the Contract Documents for the Base Bid sums of: BASE BID - All Work Associated with the New Endeavour Elementary School General Construction Phase II Project (Base Bid Price Includes BOTH General Allowances See Spec Section) (words) (figures) Alternate #1 - All Work to Furnish and Install Yemm & Hart Toilet Partitions, with the Custom Colors as Specified, WITH NO APPROVED SUBSITUTE MANUFACTURERS AND/OR COLORS, at all Bathroom Locations shown on the Contract Drawings. (words) (figures) North Hanover Township Board of Education Page 1 of 3 Bid Form

16 P.W. Moss & Associates New Endeavour School General Construction Phase II ATTACHMENTS 1. Attachment #1 - Non-Collusive Bidding Certificate: ( ) Yes ( ) No 2. Attachment #2 - Certified Corporate Resolution: ( ) Yes ( ) No 3. Attachment #3 - Stockholder/Partnership Disclosure Statement: ( ) Yes ( ) No 4. Attachment #4 - Certificate Pursuant To N.J.S.A. 18A: 18A-32: ( ) Yes ( ) No 5. Attachment #5 - Affirmative Action Questionnaire: ( ) Yes ( ) No 6. Attachment #6 - Certification Regarding Qualifications and Credentials: ( ) Yes ( ) No -Public Works Registration ( ) Yes ( ) No -Certificate of Authority ( ) Yes ( ) No -Valid trade licenses ( ) Yes ( ) No -Certificates of Registration from NJ Dept. of the Treasury, All Prime and Subcontractors ( ) Yes ( ) No 7. Attachment #7 - Certification Regarding Disbarment, Suspension, Disqualification: ( ) Yes ( ) No 8. Attachment #8 - Contractor's Qualification Questionnaire enclosed: ( ) Yes ( ) No 9. Attachment #9 - Equipment Certification: ( ) Yes ( ) No 10. Attachment #10 - Prevailing Wage Act & Davis- Bacon Certificate: ( ) Yes ( ) No 11. Attachment #11 - Equal Opportunity Certificate: ( ) Yes ( ) No 12. Attachment #12 - Certificate of Insurance Statement: ( ) Yes ( ) No 13. Attachment #13 Disclosure of Iran Investment Activities: ( ) Yes ( ) No 14. NJ DPMC Notice of Classification and Uncompleted Contracts Form: ( ) Yes ( ) No 15. Bidder's Surety Certificate: ( ) Yes ( ) No 16. Affidavits/Statements 00454,00455,00457,00458,00459 and Quick Assets/ Liability ( ) Yes ( ) No North Hanover Township Board of Education Page 2 of 3 Bid Form

17 P.W. Moss & Associates New Endeavour School General Construction Phase II LIST OF ADDENDA RECEIVED No. Date No. Date No. Date No. Date BID BOND OR SURETY (10% OF THE SUM BID) - ENCLOSED IS: $ 1. I am the of (Title) (Name of Bidder) 2. If Corporation: If Individual or Partnership: Type name of Corporation Type Name of Firm President or Vice President Signature Authorized Signature Type Name and Title Type Name and Title Date Date Address Address Telephone Telephone Fax Fax ( ) ( ) ( ) ( Corporate Seal ) ( ) ( ) Notarized by: Subscribed and sworn to before me this day of,20 My commission expires,20 North Hanover Township Board of Education Page 3 of 3 Bid Form

18 P.W. Moss & Associates New Endeavour School General Construction Phase II BID FORM ATTACHMENT #1 GENERAL CONDITIONS TO BID NON-COLLUSION BIDDING CERTIFICATE No Bid will be accepted that does not have this form completely executed. By submission of this bid, each Bidder and each person signing on behalf of any Bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (a) (b) (c) (d) (e) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or any competitor; Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly disclosed by the Bidder prior to opening, directly or indirectly, to any other Bidder or competitor; No attempt has been made or will be made by the Bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition; The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the Bidder as well as to the person signing on his behalf; That attached hereto (if corporate Bidder) is a certified copy of a resolution authorizing the execution of this certified signature of this bid or proposal on behalf of the corporate Bidder. (Individual) (Corporation) Dated: By This Non-Collusion Bidding Certificate must be submitted with the bid. North Hanover Township Board of Education Page 1 of 1 Bid Form Attachment #1

19 P.W. Moss & Associates New Endeavour School General Construction Phase II BID FORM ATTACHMENT #2 CERTIFIED CORPORATE RESOLUTION Resolved that proposal of this corporation for the following project: be authorized to sign and submit the bid or and to include in such bid the certificate as to non-collusion as to the act and deed of such corporation, as for any intentional inaccuracies or mis-statements in such certificate this corporate Bidder shall be liable under the penalties of perjury. The forgoing is a true and correct copy of the resolution and adopted by at the meeting of its board of directors held on the day of 20. (Secretary) This Corporate Resolution must be submitted with the bid. Township of Ocean BOE Page 1 of 1 Bid Form Attachment #2

20 P.W. Moss & Associates New Endeavour School General Construction Phase II BID FORM ATTACHMENT #3 STOCKHOLDER/PARTNERSHIP DISCLOSURE STATEMENT Pursuant to and in accordance with NJSA 52: , Bidders to supply public agencies; statement of ownership of 10% interest in corporation or partnership. No Corporation or partnership shall be awarded any contract nor shall any agreement be entered into for the performance of any work or the furnishings of any materials or supplies, the cost of which is to be paid with or out of any public funds, by the State, or any county, municipality or school district, or any subsidiary or agency of the State, or of any county, municipality or school district, or by any authority, board, or commission which exercises governmental functions, unless prior to the receipt of the bid or accompanying the bid, of said corporation or said partnership there is submitted a statement setting forth the names and addresses of all stockholders in the corporation partnership who own 10% or more of its stock, of any class or of all individual partners in the partnership who own 10% or greater interest therein, as the case may be. If one or more such stockholder or partner is itself a corporation or partnership, the stockholders holding 10% or more of that corporation's stock, or the individual partners owning 10% or greater interest in that partnership, as the case may be, shall also be listed. The disclosure shall be continued until names and addresses of every noncorporate stockholder, and individual partner exceeding 10% ownership criteria established in this act, has been listed. NAME & % OWNERSHIP ADDRESS (Continue listing additional names and addresses on separate sheet attached to this form.) No individual stockholder or partner owns 10% or more of this corporation or partnership. (Authorized Signature) (Title) (Corporate Seal) Representing: Address This Stockholder/Partnership Disclosure Statement must be submitted with the bid. North Hanover Township Board of Education Page 1 of 1 Bid Form Attachment #3

21 P.W. Moss & Associates New Endeavour School General Construction Phase II BID FORM ATTACHMENT #4 CERTIFICATE PURSUANT TO NJSA 18A:18A-32 The undersigned hereby certifies as follows: 1. I am the of (Title) (Name of Bidder) 2. I hereby certify that there has been no material change in the qualification information last submitted to the New Jersey Department of Treasury pursuant to NJSA 18A:18A-32, except as follows: (List changes or put "none".) 3. I certify that the forgoing statements are true and I am aware that if any such statements are willfully false, I may be subject to punishment. Date ( ) Name of Bidder ( ) ( ) ( Corporate Seal ) (Corporate Name, if Bidder is Corporation) ( ) Bidders Signature ( ) ( ) ( ) (Corporate Officer, if Bidder is Corporation) (Title of Officer, if Bidder is a Corporation) Notarized by: Subscribed and sworn to before me this day of 20. My commission expires 20. This Certificate Pursuant to NJSA 18A:18A-32 must be submitted with the bid. North Hanover Township Board of Education Page 1 of 1 Bid Form Attachment #4

22 P.W. Moss & Associates New Endeavour School General Construction Phase II BID FORM ATTACHMENT #5 AFFIRMATIVE ACTION QUESTIONNAIRE Bidders are required to comply with the requirements of P.L. 1975, c. 127 (N.J.A.C. 17:27). I hereby certify compliance with the requirements of the State of New Jersey, Department of Treasury, Affirmative Action Regulation P.L. 1975, c. 127 (N.J.A.C. 17:27). I also acknowledge, if awarded the contract, within three (3) days after signing the contract, form AA201-A (Building Construction) and/or AA201-B (Heavy Construction) shall be completed and submitted to the Owner and the Affirmative Action Office. Name of Firm Signature Title Address of Firm Date This Affirmative Action Questionnaire must be submitted with the bid. North Hanover Township Board of Education Page 1 of 1 Bid Form Attachment #5

23 P.W. Moss & Associates New Endeavour School General Construction Phase II BID FORM ATTACHMENT #6 SWORN CONTRACTOR CERTIFICATION REGARDING QUALIFICATIONS AND CREDENTIALS Pursuant to NJSA 18A:7G-37 Submission of sworn contractor certification; requirements; A Prequalified contractor seeking to bid school facilities projects, and any subcontractors required to be named under P.L.2000, c.72 (C.18A:7G-1 et-al.) shall, as a condition of bidding, submit a sworn contractor certification regarding qualifications and credentials. 1. We have a valid certificate of registration issued pursuant to "The Public Works Contractor Registration Act", P.L.1999, c.238 (C et seq), a copy of which shall be attached to this certification form. Yes No 2. We have a current, valid "Certificate of Authority to perform work in New Jersey" issued by the Department of Treasury, a copy of which shall be attached to this certification form. Yes No 3. We have current, valid contractor trade licenses required under applicable New Jersey law for any trade or specialty area in which the firm seeks to perform work, a copy of which shall be attached to this certification form. Yes No 4. During the term of construction of the school facilities project, the contractor will have in place a suitable quality control and quality insurance program and an appropriate safety and health plan. Yes No 5. I, as a principal owner or officer of this company and at the time of bidding this project, certify that the amount of this bid and the value of all outstanding incomplete contracts do not exceed the firm's existing aggregate rating limit. Yes No 6. We, Along with ALL of our listed Subcontractors have a valid certificate of registration issued by the State of New Jersey Department of the Treasury pursuant to P.L.2004, c.57, all copies of which shall be attached to this certification form. Yes No I certify that the forgoing statements are true and I am aware that if any such statements are willfully false, I may be subject to punishment. Date ( ) Name of Bidder ( ) ( ) ( Corporate Seal ) (Corporate Name, if Bidder is Corporation) ( ) Bidders Signature ( ) ( ) ( ) (Corporate Officer, if Bidder is Corporation) (Title of Officer, if Bidder is a Corporation) This Sworn Contractor Certification Regarding Qualifications and Credentials must be submitted with the bid. North Hanover Township Board of Education Page 1 of 1 Bid Form Attachment #6

24 P.W. Moss & Associates New Endeavour School General Construction Phase II BID FORM ATTACHMENT #7 SWORN CONTRACTOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, DISQUALIFICATION 1. By signing and submitting this certification the Contractor is bound by the requirements set forth by this certification and by all applicable statues, laws, and rules that apply. 2. Indicate if, at the time of bidding this project, is the bidding Contractor or any of its principals, included on the State Treasurer's, or the Federal Government's List of Debarred, Suspended, or Disqualified Bidders as a result of action taken by any State or Federal agency. Yes No Pursuant to applicable regulations; 1. The District shall award all Contracts for the school facilities Project accordance with the Public School Contracts Law, 18A:18A-18-1 et seq., and the rules and regulations adopted pursuant thereto. 2. All Contractors engaged by the District and Subcontractors named in the branches specified in N.J.S.A. 18A:18A-18 who performs any work on the School Facilities Project shall be prequalified. The District shall not enter into a Contract with such Contractor or Subcontractor who has not been prequalified. 3. The District and its Consultants or Contractors shall not enter into a contract for work on the School Facilities project with any person or firm who has been debarred, suspended, or disqualified from State, or Federal government contracting. 4. The District shall insert in all Contracts with all Contracted Parties, and shall cause all contractors and Consultants to insert into all of their Contracts with all Subconsultants and Subcontractors, a clause stating that the contracted Party, its Subconsultants or Subcontractors may be debarred, suspended or disqualified from contracting and/or working on the school Facilities Project if found to have committed any of the acts listed in N.J.A.C. 17: et seq., or any applicable regulation. 5. The District's bid specification for any work on the School Facilities Projects shall require all bidders to submit a sworn statement by the Bidder, or an officer or partner of the Bidder, indicating whether or not the Bidder is, at the time of the bid, included on the State Treasurer's, or the Federal government's List of Debarred, Suspended, or Disqualified Bidders as a result of action taken by any state or Federal agency. Bid specifications for the School Facilities Project shall also state that the District shall immediately notify the State, and the Unit of Fiscal Integrity in writing whenever it appears that a bidder is on the Treasurer's or the Federal government's List. The State reserves the right in such circumstances to immediately suspend such Bidder from contracting and to take such other action as is seemed appropriate pursuant to N.J.A.C. 17: et seq., or any applicable regulation. 6. The District shall have a continuing and affirmative obligation so long as this Agreement is in effect to immediately notify the State, and the Unit of Fiscal Integrity in writing whenever it obtains knowledge that any Contracted Party, Subconsultant, or Subcontractor is on the Treasurer's, or the Federal government's List. The State reserves the right in such circumstances to immediately suspend such Contracted Party, Subconsultant, or Subcontractor from contracting and/or engaging in work on the School Facilities Project and to take such action as it deems appropriate pursuant to N.J.A.C. 17: et seq. or any applicable regulation. North Hanover Township Board of Education Page 1 of 2 Bid Form Attachment #7

25 P.W. Moss & Associates New Endeavour School General Construction Phase II SWORN CONTRACTOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, DISQUALIFICATION (CONT'D) Please check one of the following: I certify that the forgoing statements are understood and the information provided is true and I am aware that if any such statements are willfully false, I may be subject to punishment. OR I am not able to certify that the forgoing statements are understood and the information provided is true. Date ( ) Name of Bidder ( ) ( ) ( Corporate Seal ) (Corporate Name, if Bidder is Corporation) ( ) Bidders Signature ( ) ( ) ( ) (Corporate Officer, if Bidder is Corporation) (Title of Officer, if Bidder is a Corporation) Notarized by: Subscribed and sworn to before me this day of 20. My commission expires 20. This Sworn Contractor Certification Regarding Debarment, Suspension, and Disqualification must be submitted with the bid. North Hanover Township Board of Education Page 2 of 2 Bid Form Attachment #7

26 P.W. Moss & Associates New Endeavour School General Construction Phase II BID FORM ATTACHMENT #8 CONTRACTOR'S QUALIFICATIONS QUESTIONNAIRE Answer all questions, if not applicable write N/A. 1. Name of Bidder 2. Address 3. Phone # 4. Fax # 5. E- Mail 6. What is your organization's primary business? 7. How long have you been in business under the present name? 8. Provide complete information (name, address, and time in business) on former names for your organization. Attach additional sheets if more room is required. 9. List the categories of work your organization normally performs with its own workforce. Attach additional sheets if more room is required. 10. Attach a list of current projects currently under construction. Include with that list: -Project and Owner's Name -Project Address -Architects Name and Phone # -Construction Managers Name & Phone # -Brief Project Description -Contract Value -Percentage of Completion -Contract Completion Date 11. Attach a list of projects completed in the past five (5) years with similar requirements, size, and cost. Include with that list: -Project and Owner's Name -Project Address -Architects Name and Phone # -Construction Managers Name & Phone # -Brief Project Description -Contract Value -General Comments about the Project -Project Completion Date 12. Have there been any liens placed on your organization, or by your organization to another North Hanover Township Board of Education Page 1 of 2 Bid Form Attachment #8

27 P.W. Moss & Associates New Endeavour School General Construction Phase II contractor or Owner, in the past five (5) years? If so indicate when, by or to whom, current status, and explain why. Attach additional sheets if more room is required. Date ( ) Name of Bidder ( ) ( ) ( Corporate Seal ) (Corporate Name, if Bidder is Corporation) ( ) Bidders Signature ( ) ( ) ( ) (Corporate Officer, if Bidder is Corporation) (Title of Officer, if Bidder is a Corporation) Notarized by: Subscribed and sworn to before me this day of 20. My commission expires 20. This Contractor Qualification Questionnaire must be submitted with the bid. North Hanover Township Board of Education Page 2 of 2 Bid Form Attachment #8

28 P.W. Moss & Associates New Endeavour School General Construction Phase II BID FORM ATTACHMENT #9 EQUIPMENT CERTIFICATION Pursuant with N.J.S.A. 18A:18A-23. Certificate of bidder showing ability to perform contract. "There may be required from any Bidder submitting a bid on public work to any board of education, duly advertised for in accordance with law, a certificate showing that he owns, leases, or controls all necessary equipment required by the plans, specifications and advertisements under which bids are asked for and if Bidder is not the actual owner of leasee of any such equipment, his certificate shall state the source from which the equipment will be obtained, and shall be accompanied by a certificate from the owner or person in control of the equipment definitely granting to the Bidder the control of the equipment required during such time as may be necessary for the completion of that portion of the contract for which it is necessary." CHECK ONE ( ) I of (Name) (Contractor's Name) certifies that we own, lease, or control all necessary equipment required by the plans, specifications and advertisements under which bids are asked for. OR ( ) I of (Name) (Contractor's Name) certify that we are not the actual owners, lessee, or have control of all necessary equipment required by the plans, specifications and advertisements under which bids are asked for. We will be obtaining such equipment from (List names of the sources of the equipment required. If additional space is required attach a separate sheet.) Provide certificates from each owner or person in control of the equipment definitely granting you control of the required equipment. This Contractor Equipment Certification must be submitted with the bid. North Hanover Township Board of Education Page 1 of 1 Bid Form Attachment #9

29 P.W. Moss & Associates New Endeavour School General Construction Phase II BID FORM ATTACHMENT #10 COMPLIANCE WITH NEW JERSEY PREVAILING WAGE ACT Bidder's Past Record under the New Jersey Prevailing Wage Act (N.J.S.A. 34: ), inclusive and all acts amendatory thereof and supplemental hereto. Special Instructions: Answer each question with a "yes" or "no" entered in the space provided and furnish additional information when required. 1. Has the bidder been notified by the Commissioner of Labor by notice issued pursuant to N.J.S.A. 34: that he has been blacklisted for failure to pay prevailing wages as required by the New Jersey Prevailing Wages Act or Davis-Bacon Act? 2. Has any person having an "interest" in the bidder within the meaning of N.J.S.A. 34: been blacklisted as aforesaid? 3. Has any person having an interest in the bidder within the meaning of N.J.S.A. 34: had any "interest" as aforesaid in any firm, corporation, or partnership which has been blacklisted as aforesaid? 4. If the answer to any of the aforesaid questions is "Yes" annex a full statement showing the date of action taken by the Commissioner of Labor, the subsequent action, if any, taken with respect to such action of the Commissioner, the name of the person, firm, corporation or partnership blacklisted by the Commissioner, and the nature, character and extent of the interest existing between the bidder and the name which was blacklisted as aforesaid. 5. Have you made application for certification pursuant to "The Public Works Contractor Registration Act" (PL 1999 C238)? Attach copy of current certificate, or, if pending, a copy of the completed application and proof of payment of the application fee. BIDDER (Signature) Print Name of Bidder North Hanover Township Board of Education Page 1 of 1 Bid Form Attachment #10

30 P.W. Moss & Associates New Endeavour School General Construction Phase II BID FORM ATTACHMENT #11 CERTIFICATE OF EQUAL OPPORTUNITY Name of Bidder Project No. INSTRUCTIONS This certification is required pursuant to 41 C.F.R Each Bidder is required to state in his Bid whether he has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether he has filed all compliance reports due under applicable filing requirements. Contractor's Name: CONTRACTOR'S CERTIFICATE Address: 1. Bidder has participated in previous contract or subcontract subject to the equal opportunity clause. Yes No 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes No If yes, state what reports were filed and with what agency. 3. Bidder has filed all compliance reports due under applicable instructions. Yes No 4. If the answer to Item 3 is "no", please explain in detail on reverse side of this certification.. Certification: The information above is true and complete to the best of my knowledge and belief. A willingly false statement is punishable by law. (Name and Title of Signer - Please Type) (Signature) Date: North Hanover Township Board if Education Page 1 of 1 Bid Form Attachment #11

31 P.W. Moss & Associates New Endeavour School General Construction Phase II BID FORM ATTACHMENT #12 NORTH HANOVER TOWNSHIP BOARD OF EDUCATION CERTIFICATE OF INSURANCE STATEMENT The Bidder fully understands the North Hanover Township Board of Education insurance requirements as stated in the Supplementary Conditions and agrees to provide all insurance required by these documents prior to award of contract. BIDDER (Signature) BIDDER - Print Name NOTE: Failure to sign this document may result in the rejection of your proposal North Hanover Township Board of Education Page 1 of 1 Bid Form Attachment #12

32 P.W. Moss & Associates New Endeavour School General Construction Phase II BID FORM ATTACHMENT #13 NORTH HANOVER BOARD OF EDUCATION IRAN DISCLOSURE OF INVESTMENT ACTIVITIES Proposer: Pursuant to Public Law 2012, c. 25, and N.J.S.A. 18A:18A-49.4, any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a contract must complete the certification below to attest, under penalty of perjury, that the person or entity, or one of the person or entity's parents, subsidiaries, or affiliates, is not identified on a list created and maintained by the New Jersey Department of the Treasury as a person or entity engaging in investment activities in Iran. If the Director finds a person or entity to be in violation of the principles which are the subject of this law, s/he shall take action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the person or entity. I certify, pursuant to Public Law 2012, c. 25, and N.J.S.A. 18A:18A-49.4, that the person or entity listed above for which I am authorized to submit a proposal: ( ) is not providing goods or services of $20,000,000 or more in the energy sector of Iran, including a person or entity that provides oil or liquefied natural gas tankers, or products used to construct or maintain pipelines used to transport oil or liquefied natural gas, for the energy sector of Iran, AND ( ) is not a financial institution that extends $20,000,000 or more in credit to another person or entity, for 45 days or more, if that person or entity will use the credit to provide goods or services in the energy sector in Iran. In the event that a person or entity is unable to make the above certification because it or one of its parents, subsidiaries, or affiliates has engaged in the above-referenced activities, a detailed, accurate and precise description of the activities must be provided in part 2 below to the Owner under penalty of perjury. Failure to provide such will result in the proposal being rendered as non-responsive and appropriate penalties, fines and/or sanctions will be assessed as provided by law. PART 2: PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN You must provide a detailed, accurate and precise description of the activities of the proposer, or one of its parents, subsidiaries or affiliates, engaging in the investment activities in Iran outlined above by completing the boxes below. Name: Description of Activities: Relationship to Proposer: Duration of Engagement: Proposer Contact Name: Anticipated Cessation Date: Contact Phone Number: Certification: I, being duly sworn upon my oath, hereby represent and state that the foregoing information and any attachments thereto to the best of my knowledge are true and complete. I attest that I am authorized to execute this certification on behalf of the above-referenced person or entity. I acknowledge that the Owner is relying on the information contained herein and thereby acknowledge that I am under a continuing obligation from the date of this certification through the completion of any contracts with the District to notify the District in writing of any changes to the answers of information contained herein. I acknowledge that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification, and if I do so, I recognize that I am subject to criminal prosecution under the law and that it will also constitute a material breach of my agreement(s) with the Owner and that the Owner at its option may declare any contract(s) resulting from this certification void and unenforceable. Full Name (Print): Title: Date: Signature: North Hanover Township Board of Education Page 1 of 1 Bid Attachment #13

33 P.W. Moss & Associates New Endeavour School General Construction Phase II CONTRACTOR SUBCONTRACTOR LIST SINGLE OVERALL CONTRACT NOTARIZED AND SUBMITTED BY ALL BIDDERS AT TIME OF BID Approval of proposed subcontractors shall be in accordance with Article 5.2 of General Conditions and Supplementary Conditions. Instructions: 1. List below various subcontractors whose figures have been used in preparing the Bid, and to whom subcontracts are expected to be awarded, upon Construction Manager's approval, should contract be awarded to the Bidder. 2. List only one (1) subcontractor for each item, unless otherwise indicated. Changes on approved subcontractors will not be permitted. General Work (if a subcontract, name subcontractor with DPMC Qualifications.) Other (if a subcontract, name subcontract) Other (if a subcontract, name subcontract) Other (if a subcontract, name subcontract) Other (if a subcontract, name subcontract) Other (if a subcontract, name subcontract) Other (if a subcontract, name subcontract) Other (if a subcontract, name subcontract) Other (if a subcontract, name subcontract) North Hanover Township Board of Education Page 1 of 1 Subcontractor List

34 P.W. Moss & Associates New Endeavour School General Construction Phase II NORTH HANOVER TOWNSHIP BOARD OF EDUCATION NEW ENDEAVOUR ELEMENTARY SCHOOL PROJECT EQUIVALENT LISTING SUBMITTED BY 3 LOW BIDDERS WITHIN 48 HOURS AFTER BID OPENING In accordance with Article 7 of the Instructions to Bidders, list proposed equivalents and corresponding specified products below. Specified Products Equivalent Product North Hanover Township Board of Education Page 1 of 1 Equivalent Listing

35 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION AFFIDAVIT OF TOTAL AMOUNT OF UNCOMPLETED CONTRACTS (This form is to be used with the NOTICE OF CLASSIFICATION when submitting bids to the Department of Education). I certify that the amount of uncompleted work on contracts is: Dollars ($ ) I further certify that the amount of this bid proposal, including all outstanding incomplete contracts, does not exceed my prequalification dollar limit. Respectfully Submitted: Affix Corporate Seal Name of Firm: By:(signature) Title: Date: Address: Sworn to and subscribed before me this day of,2011. Notary Public END OF SECTION North Hanover Township Board of Education Page 1 of 1 Uncompleted Contracts

36 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION AFFIDAVIT OF NO CHANGE IN STATUS The Undersigned states by this Affidavit that subsequent to the latest such statement submitted by him (The Bidder) there has been no material adverse change in his qualification information, except as set forth in said Affidavit (NJSA 18:18A-32). Indicate No Change or Changes as Follows : Subscribed and sworn before me this day of, 20. Notary Public Very truly yours, Firm Name By Signature (Proprietor / General Partner / Or Duly Authorized Principal Officer) Typed Name (Same as Signature) (Business Address) END OF SECTION North Hanover Township Board of Education Page 1 of 1 Affidavit of No Change in Status

37 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION AHERA NOTIFICATION To all Contractors / Workers: Pursuant to AHERA (Asbestos Hazard Emergency Response Act) Regulations, you are hereby informed that the Owner has conducted an inspection of its buildings for asbestos containing building materials. A Management Plan has been developed and approved. The Plan identifies asbestos containing building materials, assesses their friability (the potential to be crumbled or reduced to powder by hand pressure), and recommends actions based upon the potential release of asbestos fibers. You are hereby informed that you have the right to inspect our Management Plan prior to the commencement of your work in our District. You are also directed to inform someone if you are going to be working in an area that may cause you to disturb any existing asbestos containing building materials. Your signature below acknowledges that you have been informed prior to the commencement of work that you have been made aware of your rights under the AHERA Regulations. Name: Signature: Company: Address: Date: END OF SECTION North Hanover Township Board of Education Page 1 of 1 Ahera Notification 00457

38 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION WORKER AND COMMUNITY RIGHT TO KNOW ACT REQUIREMENTS 1. It is required that the Contractor and/or Subcontractors ensure that containers of substances belonging to the Contractor and/or Subcontractors that are stored at the Owner s facility are properly RTK labeled. Refer to N.J.A. C. 8: Surveys of hazardous substances stored at the Owner s facility by the Contractor and/or Subcontractor are to be provided to the Owner of the facility. Refer to N.J.A.C. 8:59-2.2(h). 3. Material Safety Data Sheets (MSDS) from manufacturers, suppliers, Contractors and/or Subcontractors must be provided to the Owner for all products present at, purchased for, and brought on site at the Owner s facility, prior to the delivery of the subject material to the site. Refer to N.J.A.C. 8:59-2.2(1). 4. All Contractors are to keep on file all MSDS s in their field office at the location where the material is used. END OF SECTION North Hanover Township Board of Education Worker & Community Right to Know Act 00458

39 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION C.271 POLITICAL CONTRIBUTION DISCLOSURE FORM To all Contractors / Workers: All Bidders must complete the attached C.271 Political Contribution Disclosure Form as soon as possible and transmit the form to the North Hanover Township Board of Education via (609) The completed form must be received by the District prior to ten (10) business days from the award of the Contract to the lowest responsible bidder. Failure of the lowest responsible bidder to transmit this form within this time frame will not result in an extension of time for the project. Attach a copy of this page to the facsimile as identification. Name: Signature: Company: Address: Date: COMPLETE THE ATTACHED C.271 STANDARD DISCLOSURE FORM North Hanover Township Board of Education Political Contribution Disclosure 00459

40 P.W. Moss & Associates New Endeavour School General Construction Phase II C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant To N.J.S.A. 19:44A This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. Part I Vendor Information Vendor Name: Address: City: State: Zip: The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the provisions of N.J.S.A. 19:44A and as represented by the Instructions accompanying this form. Signature Printed Name Title Part II Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit. Check here if disclosure is provided in electronic form. Contributor Name Recipient Name Date Dollar Amount Check here if the information is continued on subsequent page(s) North Hanover Township Board of Education Political Contribution Disclosure 00459

41 P.W. Moss & Associates New Endeavour School General Construction Phase II END OF SECTION North Hanover Township Board of Education Political Contribution Disclosure 00459

42 P.W. Moss & Associates New Endeavour School General Construction Phase II NORTH HANOVER TOWNSHIP BOARD OF EDUCATION NEW ENDEAVOUR ELEMENTARY SCHOOL PROJECT PREVAILING WAGE RATES The New Jersey Department of Labor Prevailing Wage Rate Determination is available for review at the Board of Education Offices at 331 Monmouth Road, Wrightstown, NJ North Hanover Township Board of Education Page 1 of 1 Prevailing Wage Rates

43 P.W. Moss & Associates New Endeavour School General Construction Phase II QUICK ASSETS AND LIABILITIES (To be submitted by successful bidders) Statement of Quick Assets and Current Liabilities at close of business on Submitted by (The Bidder) ( ) An Individual ( ) A Copartnership ( ) A Corporation TO BE COMPLETED FOR A COPARTNERSHIP Date of Organization State whether partnership is general, limited, or association Name of Partners Address TO BE COMPLETED FOR A CORPORATION Date Incorporated State Capital paid in cash Present officers of the corporation: Title Name Address President Vice President Secretary Treasurer If the by-laws of the corporation provide for other offices, attach statement listing their titles, names, and addresses. North Hanover Township Board of Education 1 of 1 Quick Asset Statement

44 AIA Document A105 TM 1993 Standard Form of Agreement Between Owner and Contractor for a Small Project where the Basis of Payment is a STIPULATED SUM This is made: (Date) the Owner: and the Contractor for the following Project: Standard The Architect is: The Owner and Contractor agree as follows. ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. ELECTRONIC COPYING of any portion of this AIA Document to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document. AIA Document A Copyright 1993 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:22:12 on 12/08/2005 under Order No _1 which expires on 11/18/2006, and is not for resale. User Notes: ( ) 1

45 The Contractor shall complete the Work described in the Contract Documents for the project. The Contract Documents consist of: this Agreement signed by the Owner and Contractor; AIA Document A205, General Conditions of the Contract for Construction of a Small Project, current edition; the Drawings and Specifications prepared by the Architect, dated, and enumerated as follows: Drawings: Specifications:! " # $ % & addenda prepared by the Architect as follows: # $ % ' written change orders or orders for minor changes in the Work issued after execution of this Agreement; and ( other documents, if any, identified as follows: ) # The date of commencement shall be the date of this Agreement unless otherwise indicated below. The Contractor shall substantially complete the Work not later than ( ) days, subject to adjustment by Change Order. (Insert the date or number of calendar days after the date of commencement.) *Subject to additions and deductions by Change Order, the Contract Sum is: ($ ) *For purposes of payment, the Contract Sum includes the following values related to portions of the Work: #!! "! +!, -./ *The Contract Sum shall include all items and services necessary for the proper execution and completion of the Work. &# 2 *&Based on Contractor's Applications for Payment certified by the Architect, the Owner shall pay the Contractor as follows: (Here insert payment procedures and provisions for retainage, if any.) *&Payments due and unpaid under the Contract Documents shall bear interest from the date payment is due at the rate of ( ) per annum, or in the absence thereof, at the legal rate prevailing at the place of the Project. (Usury laws and requirements under the Federal Truth in Lending Act, similar state and local consumer credit laws and other regulations at the Owner's and Contractor's principal places of business, the location of the Project and elsewhere may affect the validity of this provision.) AIA Document A Copyright 1993 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:22:12 on 12/08/2005 under Order No _1 which expires on 11/18/2006, and is not for resale. User Notes: ( ) 2

46 ' *'The Contractor shall provide Contractor's Liability and other Insurance as follows: (Insert specific insurance required by the Owner.) 3 4! +" % "! + 3./ *'The Owner shall provide Owner's Liability and Owner's Property Insurance as follows: (Insert specific insurance furnished by the Owner.) 3 4! +" % "! + 3./ *'The Contractor shall obtain an endorsement to its general liability insurance policy to cover the Contractor's obligations under Section 3.12 of AIA Document A205, General Conditions of the Contract for Construction of Small Projects. *'&Certificates of insurance shall be provided by each party showing their respective coverages prior to commencement of the Work. ( (Insert any other terms or conditions below.) This Agreement entered into as of the day and year first written above. (If required by law, insert cancellation period, disclosures or other warning statements above the signatures.) (Signature) (Signature) (Printed name and title) (Printed name and title) LICENSE NO.: JURISDICTION: AIA Document A Copyright 1993 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 14:22:12 on 12/08/2005 under Order No _1 which expires on 11/18/2006, and is not for resale. User Notes: ( ) 3

47

48

49

50

51

52

53 P.W. Moss & Associates New Endeavour School General Construction - Phase II SUPPLEMENTARY GENERAL CONDITIONS INTRODUCTION: The Supplementary General Conditions and the Specifications bound herewith shall be subject to all the requirements of the General Conditions of the Contract for Construction, Construction Manager as Adviser Edition, Document A , as issued by the American Institute of Architects, Washington, DC, except that the Supplementary Conditions shall take precedence over and modify any pages or statements of the General Conditions of the Contract for Construction and shall be used in conjunction with them as part of the Contract Documents. Where any subparagraph, or clause is modified or deleted by these supplementary conditions, the unaltered provisions of that article, paragraph, subparagraph, or clause remain in effect. The following supplements modify, change or delete from or add to the General Conditions of the Contract for Construction. Add the following to Article 1: 1.2. EXECUTION, CORRELATION AND INTENT ARTICLE 1 GENERAL PROVISIONS During the bidding period, questions or discrepancies called to the Construction Manager's attention, in writing, by the Bidder, will be answered by the Construction Manager by means of an addendum issued to all Bidders prior to receiving bids. All Addenda shall become a part of the Contract Documents. If any item of work is shown on the Drawings and not specified, or mentioned in the Specifications and not shown on the Drawings, the matter shall be brought to the attention of the Construction Manager during the bidding period so an addendum can be issued correcting the omission. If such correction is not made, the work in question shall be considered to be required as if it has been specified and shown on the Drawings Titles to sections and paragraphs in these specifications are introduced for reference only and shall not be construed as a complete aggregation and segregation of the several units of material and labor. The Contractor shall be responsible for installation of all Work regardless of real or alleged error in arrangements of the Specifications The General Conditions, Supplementary Conditions, Specifications and Drawings contemplate a finished piece of work of such character and quality as is described in and is reasonably inferable from them. The Contractor, recognizing the impossibility of producing Drawings and Specifications with perfect accuracy, agrees that his submitted price for the Work hereunder includes sufficient money allowance to make his work complete. He agrees that inadvertent discrepancies or the failure to repeat on any Drawing the figures or notes given on another, shall not be the cause for additional charges or claims For any items which may, through oversight, be omitted from the schedule, Drawings, or Specifications or for which no symbol or other designation is given for identification, but in the absence of any definite instructions from the Architect or Construction Manager, such items shall be figured and finished to correspond with similar items for which information is given. The Drawings are intended to show the general arrangement, design, and extent of the work and are partly diagrammatic. They are not intended to be scaled for roughing-in measurements nor to serve as shop drawings. Add the following to Article 2: Modify Paragraph 2.3 as follows: ARTICLE 2 OWNER North Hanover Township Board of Education Page 1 of 12 Supplementary Conditions

54 P.W. Moss & Associates New Endeavour School General Construction - Phase II Delete the word "repeatedly" in the first sentence. Add the following to Article 2: Work that is not in accordance with the Contract Documents shall include conformance to the Drawings and Specifications, work not properly coordinated with other trades, and work not properly scheduled. The Architect shall decide whether work is in conformance to the Plans and Specifications. The Construction Manager shall make all decisions regarding coordination or schedule. In the event of a dispute between Architect and Contractor regarding conformance with the Drawings and Specifications, the Construction Manager shall be the sole judge and arbiter. All decisions by the Construction Manager shall be final If, in the opinion of the Construction Manager, work to be corrected by the Owner is judged to be crucial or time critical, the Construction Manager will inform the Owner, Contractor, and Architect of the crucial nature of the work. Upon notification, the ten day period noted in Article 2.4 will be reduced to five days. Delete Paragraph 3.6 and replace with the following: ARTICLE 3 CONTRACTOR 3.6 The Owner is exempt from payment of Federal, State, Local Taxes, and from payment of Sales and Compensating Use Taxes of the State of New Jersey and of Cities and Counties on all materials and supplies sold to the Owner pursuant to the provisions of this Contract. These taxes are not to be included in bids. This exemption does not, however, apply to tools, machinery, equipment, or other property leased by, or to the Contractor or a subcontractor; and the Contractor and his subcontractor shall be responsible for, and pay, any and all applicable taxes, including sales and compensating use taxes, on such leased tools, machinery, equipment or other property. Delete Paragraph and replace with the following: The Contractor will secure and pay for all permits, governmental fees, licenses, inspections, and connection fees, excluding NJ DCA training fees, which will be paid by the Owner. Add the following to Article 3: For purposes of indemnification, the Owner shall be considered to be the North Hanover Township Board of Education To the fullest extent permitted by law, the Contractor shall indemnify, protect, defend, and save harmless the State of New Jersey, the Authority, and the Owner, as well as their respective agents, servants, officers, directors, and employees, from and against any loss, damage, injury, cost or expense; and from and against any Claim, demand, liability, lawsuit, judgment, action or other proceeding arising, to rise form, in connection with, or as a result of any of the following: 1.1 the acts or omissions of the Contractor, its agents, servants, officers, employees, subcontractors, subconsultants or any other person acting at the Contractor's request, subject to its direction, or on its behalf; 1.2 the loss of life or property, or injury or damage to the person, body or property of any person or persons whatsoever, that arises or results directly or indirectly from performance of the work or delivery of deliverables by the Contractor, its agents, servants, officers, employees, subcontractors, subconsultants, or any other person acting at the Contractor's request, subject to its direction, or on its behalf; North Hanover Township Board of Education Page 2 of 12 Supplementary Conditions

55 P.W. Moss & Associates New Endeavour School General Construction - Phase II 1.3 any negligence, default, breach, or errors or omissions of the Contractor, its agents, servants, officers, employees, subcontractors, subconsultants, or any other person acting at the Contractor's request, subject to its direction, or on its behalf; 1.4 violation or non-compliance, with Federal, State, local, municipal laws and regulations, ordinances, building codes (including without limitation the American Disabilities Act, OSHA, Environmental Protection Act) arising from the performance or non-performance of; or arising out of conditions created or caused to be created by, the Contractor, its agents, servants, officers, employees, subcontractors, subconsultants, or any other person acting at the Contractor's request, subject to its direction, or on its behalf; and 1.5 the use of copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article or appliance furnished or used in the performance of the work The Contractor's indemnification obligation is not limited by, but is in addition to the insurance obligations contained in the Contract Documents The Contractor agrees that any approval by the Owner of the work performed, and/or reports, plans, or Specifications provided by the Contractor shall not operate to limit the obligations of the Contractor under the Contract Documents; and that the Owner assumes no obligations to indemnify or save harmless the Contractor, its agents, servants, officers, employees, subcontractors, subconsultant against all claims that may arise out of its performance or nonperformance under the Contract Documents; and that the provisions of this indemnification clause shall in no way limit the Contractor's obligations under the Contract Documents, nor shall they be construed to relieve the Contractor from any liability, nor preclude the Owner from taking any other actions available to it under any other provisions of the Contract Documents or otherwise at law or equity The provision of this Section shall survive the termination of the Contract Documents. Delete paragraph in its entirety. Delete paragraph and replace it with the following: ARTICLE 4 ADMINISTRATION OF THE CONTRACT The Construction Manager will provide for coordination of the activities of the Owner's own forces with the work of the Contractor, who will cooperate with them. Delete paragraph and replace it with the following: The Construction Manager and the Architect will take appropriate action on Change Orders or Construction Change Directives in accordance with Article 7. and the Architect and the Construction Manager will have authority to order minor changes in the Work as provided in Section 7.4. The Architect, in consultation with the Construction Manager, will investigate and make determinations and recommendations regarding concealed and unknown conditions as provided in Section Add the following to Article 4: In the event of a dispute between Architect and Contractor concerning performance, compliance with the documents, or quality of work, the Construction Manager shall review the issue and render a decision. The Construction Manager shall be the sole judge and arbiter in such matters. All decisions by the Construction Manager shall be final. North Hanover Township Board of Education Page 3 of 12 Supplementary Conditions

56 P.W. Moss & Associates New Endeavour School General Construction - Phase II ARTICLE 5 SUBCONTRACTORS No modification to this contract is required. No modification to this article is required. ARTICLE 6 CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS 7.2 Change Orders and Markup: ARTICLE 7 CHANGES IN THE WORK For all (extra or deleted) work by the Contractor s own forces and/or work performed by any/all subcontractors, the markup of the gross of all work items (cost or credit) for each tier of subcontractor to the Owner shall include the net cost of the work of the contractor plus an allowance for overhead of 10% (maximum), plus then an allowance of for profit of 5% (maximum) and then an allowance for bond costs of 1.5% (maximum). Add the following to paragraph 7.4: The Construction Manager has authority to order minor changes in the Work not involving adjustment in the Contract Sum or extension of the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes will be effected by written order issued through the Construction Manager and shall be binding on the Owner and Contractor. Add the following to Article 8: ARTICLE 8 TIME The Contractor is required to commence work on with adequate forces to complete all contracted work no later than the dates established in Section Construction Schedule. The Contractor shall include all overtime and other premiums with the bid. The work site will be available twenty four (24) hours a day throughout the duration of the project, subject to local ordinances. 8.4 COMPLETION AND DAMAGES The Contractor shall substantially complete all of his Work included in the Contract Documents as defined in the General Conditions as established in Section Construction Schedule, subject to extensions of contract time as provided in the General Conditions Pursuant to the provisions above, for each calendar day delay in said full and total completion of each milestone date, the Contractor shall pay to the Owner as liquidated damages, and not as a penalty, the sums as follows: $ per day. North Hanover Township Board of Education Page 4 of 12 Supplementary Conditions

57 P.W. Moss & Associates New Endeavour School General Construction - Phase II and the Contractor and his surety shall be liable for the amount thereof. 9.3 APPLICATIONS FOR PAYMENT Add the following: ARTICLE 9 PAYMENTS AND COMPLETION Until Final Completion and acceptance of Work in accordance with Paragraph 9.10, the Owner shall pay 98 percent of the amount of each progress payment due the Contractor when the outstanding balance of the Contract exceeds $500,000 if the Contractor has the bonds identified in Paragraph When the outstanding balance of the Contract is $500,000 or less, the Owner shall pay 95 percent of the amount of each progress payment due the Contractor Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Contract has been fully performed by the Contractor, including all punch list items, except for the Contractor's responsibility to correct nonconforming Work as provided in Subparagraph of the General Conditions and to satisfy other requirements, if any, which necessarily survive final payment; (2) a final Project Certificate has been issued by the Construction Manager and Architect; and (3) after the Contractor's issuance of the final Project Certificate of Payment and all associated close-out documents required by the Contract Documents. 9.5 DECISIONS TO WITHHOLD CERTIFICATION Modify Paragraph as follows: In line 1, delete the word repeated. 9.8 SUBSTANTIAL COMPLETION Add the Following to the end of Paragraph 9.8.1: "Substantial Completion shall be determined by the Construction Manager and Architect upon request from the Contractor." When the Work, or designated portion thereof is determined to be substantially complete, the Architect will prepare a Certificate of Substantial Completion which shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and Contractor for security, maintenance, heat, utilities, damage to Work and insurance, and shall fix the time within which the Contractor shall finish all items on the list accompanying the Certificate. Warranties required by the Contract Documents shall commence on the day of the Substantial Completion of the Work or designated portion thereof unless provided in the Certificate of Substantial Completion. The Substantial Completion shall be submitted to the Owner and Contractor for their written acceptance of responsibilities assigned to them in such certificate. Delete Paragraph in its entirety and replace with the following: When the Contractor considers that the Work, or a portion thereof which the Owner agrees to accept separately, is substantially complete, the Contractor shall prepare and submit to the Construction Manager a comprehensive list of all items to be completed or corrected. Failure to include an item on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. Together with this list, the Contractor shall provide a written request to the Construction Manager together with the Architect to perform an inspection of the Work. If this inspection discloses additional items beyond that submitted by the Contractor, a list of deficient or noncompliant items shall be provided to the Contractor within seven (7) days after the inspection. Failure for the Construction Manager or Architect to include an item on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. North Hanover Township Board of Education Page 5 of 12 Supplementary Conditions

58 P.W. Moss & Associates New Endeavour School General Construction - Phase II The Contractor shall proceed promptly to correct the items. All items must be corrected by the Contractor within fourteen (14) days after receipt of the list from the Construction Manager or within an acceptable time frame established by the Contractor and Construction Manager and approved by the Construction Manager. Upon completion of those items the Contractor shall request, in writing, a re-inspection of the Work. This re-inspection shall commence within fourteen (14) days after receipt of notice. If upon the re-inspection, the Construction Manager or Architect finds that the previous items, or new items, do not conform the Construction Documents, a revised list shall be provided to the Contractor within seven (7) days. This sequence of actions shall take place until all items conform to the Contract Documents. The Contractor shall be liable to reimburse the Owner, by means of a Change Order, for all the costs and fees of the Construction Manager, Architect, Engineers and all professionals associated with re-inspections of Work beyond one (1) initial inspection and one (1) re-inspection of the Work If during the sequences of inspection and correction of Work, the Contractor defaults or neglects to carry out the correction of Work in accordance with the time frames established in or in accordance with the approved schedule of correction, the Contractor shall be considered in default and the Owner shall exercise all rights under these Contract Documents. This shall also include Section Owner's Right To Carry Out The Work. Add the following to Article 10: ARTICLE 10 PROTECTION OF PERSONS AND PROPERTY The Contractor is responsible for the safety and conduct of his employees and subcontractors. The Contractor shall conduct his work in accordance with all applicable laws and codes The Contractor shall endeavor to protect his employees, other workers, and the public from all unsafe or perceived unsafe conditions created by the Contractor The Contractor shall endeavor to protect his employees from all unsafe or perceived unsafe conditions created by persons other than the Contractor. Conditions believed to create a financial hardship shall be brought to the attention of the Construction Manager When leaving any area of the Work, temporarily or permanently, the Contractor shall leave the area in a safe condition for other workers and the public The facility will remain in operation and open to the public during the Work. The Contractor will take all necessary precautions to protect the patrons who use the facility during the Work The Contractor will not be relieved of responsibility for safety of his employees, the public, or property by agreements or conversations with employees or patrons of the facility The Contractor shall notify, in writing, the Construction Manager of all conditions and progress of the Work as they affect the safety and condition of the facility and the public CONTRACTOR'S LIABILITY INSURANCE Add the following clauses: ARTICLE 11 INSURANCE AND BONDS North Hanover Township Board of Education Page 6 of 12 Supplementary Conditions

59 P.W. Moss & Associates New Endeavour School General Construction - Phase II The Contractor shall maintain in force and effect for life of the Project the following minimum types and levels of coverage. These coverages shall be maintained from one or more insurance companies licensed to do business in the State and rated as A or better as determined by A.M. Best Company or through formal, fully funded self- insurance programs authorized by law. All policies shall incorporate a provision requiring the giving of written notice to the Owner by certified mail, return receipt requested, at least thirty (30) days prior to the cancellation or re-newal of any such policies. No payments shall be made under this Agreement until acceptable documentation of insurance coverage is received. The Minimum required coverages are: i) Commercial General Liability Insurance. Basic coverage shall not be less than $1 million per occurrence and excess/umbrella bringing total to $1 million. Policy shall name the State, and the Department of Education as Additional insured. ii) Workers Compensation Insurance. Such coverage shall be as follows: A. Workers Compensation Statutory B. Employer's Liability $500,000 iii) Comprehensive Automobile Liability Insurance. Such policy shall include coverage for all owned, non-owned and hired vehicles, covering bodily injury and property damage in the amount of $1 million combined single limit. Policy shall name the State, and the Department of Education as Additional insured. Add the following clauses to Subparagraph : All liability policies purchased by the Contractor must be purchased on an occurrence basis The following must be listed on the Contractor's certificate of insurance as additional insured: New Jersey State New Jersey Department of Education North Hanover Township Board of Education P.W. Moss & Associates No modification to this article is required. ARTICLE 12 UNCOVERING AND CORRECTION OF THE WORK ARTICLE 13 MISCELLANEOUS PROVISIONS 13.1 GOVERNING LAW Add the following paragraphs to 13.1: The Contractor agrees to comply fully with the Affirmative Action requirements of P.L. 1975, C. 127, and all implementing regulations thereunder, all as amended and supplemented from time to time In Accordance with requirements of N.J.S.A. 10:5-31 et seq. and related regulations, the following provisions taken from the New Jersey Department of the Treasury are included in this Project Contractor's attention is directed to Paragraph below for submission requirements for Form AA-201. During the performance of this contract, the contractor agrees as follows: Affirmative Action Regulations P.L. 1975, c. 127: North Hanover Township Board of Education Page 7 of 12 Supplementary Conditions

60 P.W. Moss & Associates New Endeavour School General Construction - Phase II CONSTRUCTION CONTRACTS EXHIBIT B (REVISED 4/10) MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L.1975, c.127) N.J.A.C. 17: et seq. During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and employment, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such equal employment opportunity shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer, pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act. When hiring or scheduling workers in each construction trade, the contractor or subcontractor agrees to make good faith efforts to employ minority and women workers in each construction trade consistent with the targeted employment goal prescribed by N.J.A.C. l7:27-7.2; provided, however, that the Dept. of LWD, Construction EEO Monitoring Program, may, in its discretion, exempt a contractor or subcontractor from compliance with the good faith procedures prescribed by the following provisions, A, B, and C, as long as the Dept. of LWD, Construction EEO Monitoring Program is satisfied that the contractor or subcontractor is employing workers provided by a union which provides evidence, in accordance with standards prescribed by the Dept. of LWD, Construction EEO Monitoring Program, that its percentage of active card carrying members who are minority and women workers is equal to or greater than the targeted employment goal established in accordance with N.J.A.C. 17: The contractor or subcontractor agrees that a good faith effort shall include compliance with the following procedures: (A) If the contractor or subcontractor has a referral agreement or arrangement with a union for a construction trade, the contractor or subcontractor shall, within three business days of the contract award, seek assurances from the union that it will cooperate with the contractor or subcontractor as it fulfills its affirmative action obligations under this contract and in accordance with the rules promulgated North Hanover Township Board of Education Page 8 of 12 Supplementary Conditions

61 P.W. Moss & Associates New Endeavour School General Construction - Phase II by the Treasurer pursuant to N.J.S.A. 10:5-31 et. seq., as supplemented and amended from time to time and the Americans with Disabilities Act. If the contractor or subcontractor is unable to obtain said assurances from the construction trade union at least five business days prior to the commencement of construction work, the contractor or subcontractor agrees to afford equal employment opportunities minority and women workers directly, consistent with this chapter. If the contractor's or subcontractor's prior experience with a construction trade union, regardless of whether the union has provided said assurances, indicates a significant possibility that the trade union will not refer sufficient minority and women workers consistent with affording equal employment opportunities as specified in this chapter, the contractor or subcontractor agrees to be prepared to provide such opportunities to minority and women workers directly, consistent with this chapter, by complying with the hiring or scheduling procedures prescribed under (B) below; and the contractor or subcontractor further agrees to take said action immediately if it determines that the union is not referring minority and women workers consistent with the equal employment opportunity goals set forth in this chapter. (B) If good faith efforts to meet targeted employment goals have not or cannot be met for each construction trade by adhering to the procedures of (A) above, or if the contractor does not have a referral agreement or arrangement with a union for a construction trade, the contractor or subcontractor agrees to take the following actions: (l) To notify the public agency compliance officer, the Dept. of LWD, Construction EEO Monitoring Program, and minority and women referral organizations listed by the Division pursuant to N.J.A.C. 17:27-5.3, of its workforce needs, and request referral of minority and women workers; (2) To notify any minority and women workers who have been listed with it as awaiting available vacancies; (3) Prior to commencement of work, to request that the local construction trade union refer minority and women workers to fill job openings, provided the contractor or subcontractor has a referral agreement or arrangement with a union for the construction trade; (4) To leave standing requests for additional referral to minority and women workers with the local construction trade union, provided the contractor or subcontractor has a referral agreement or arrangement with a union for the construction trade, the State Training and Employment Service and other approved referral sources in the area; (5) If it is necessary to lay off some of the workers in a given trade on the construction site, layoffs shall be conducted in compliance with the equal employment opportunity and nondiscrimination standards set forth in this regulation, as well as with applicable Federal and State court decisions; (6) To adhere to the following procedure when minority and women workers apply or are referred to the contractor or subcontractor: (i) The contactor or subcontractor shall interview the referred minority or women worker. (ii) If said individuals have never previously received any document or certification signifying a level of qualification lower than that required in order to perform the work of the construction trade, the contractor or subcontractor shall in good faith determine the qualifications of such individuals. The contractor or subcontractor shall hire or schedule those individuals who satisfy appropriate qualification standards in conformity with the equal employment opportunity and non-discrimination principles set forth in this chapter. However, a contractor or subcontractor shall determine that the individual at least possesses the requisite skills, and experience recognized by a union, apprentice program or a referral agency, provided the referral agency is acceptable to the Dept. of LWD, Construction EEO Monitoring Program. If necessary, the contractor or subcontractor shall hire or schedule minority and women workers who qualify as trainees pursuant to these rules. All of the requirements, however, are limited by North Hanover Township Board of Education Page 9 of 12 Supplementary Conditions

62 P.W. Moss & Associates New Endeavour School General Construction - Phase II the provisions of (C) below. (iii) The name of any interested women or minority individual shall be maintained on a waiting list, and shall be considered for employment as described in (i) above, whenever vacancies occur. At the request of the Dept. of LWD, Construction EEO Monitoring Program, the contractor or subcontractor shall provide evidence of its good faith efforts to employ women and minorities from the list to fill vacancies. (iv) If, for any reason, said contractor or subcontractor determines that a minority individual or a woman is not qualified or if the individual qualifies as an advanced trainee or apprentice, the contractor or subcontractor shall inform the individual in writing of the reasons for the determination, maintain a copy of the determination in its files, and send a copy to the public agency compliance officer and to the Dept. of LWD, Construction EEO Monitoring Program. (7) To keep a complete and accurate record of all requests made for the referral of workers in any trade covered by the contract, on forms made available by the Dept. of LWD, Construction EEO Monitoring Program and submitted promptly to the Dept. of LWD, Construction EEO Monitoring Program upon request. (C) The contractor or subcontractor agrees that nothing contained in (B) above shall preclude the contractor or subcontractor from complying with the union hiring hall or apprenticeship policies in any applicable collective bargaining agreement or union hiring hall arrangement, and, where required by custom or agreement, it shall send journeymen and trainees to the union for referral, or to the apprenticeship program for admission, pursuant to such agreement or arrangement. However, where the practices of a union or apprenticeship program will result in the exclusion of minorities and women or the failure to refer minorities and women consistent with the targeted county employment goal, the contractor or subcontractor shall consider for employment persons referred pursuant to (B) above without regard to such agreement or arrangement; provided further, however, that the contractor or subcontractor shall not be required to employ women and minority advanced trainees and trainees in numbers which result in the employment of advanced trainees and trainees as a percentage of the total workforce for the construction trade, which percentage significantly exceeds the apprentice to journey worker ratio specified in the applicable collective bargaining agreement, or in the absence of a collective bargaining agreement, exceeds the ratio established by practice in the area for said construction trade. Also, the contractor or subcontractor agrees that, in implementing the procedures of (B) above, it shall, where applicable, employ minority and women workers residing within the geographical jurisdiction of the union. After notification of award, but prior to signing a construction contract, the contractor shall submit to the public agency compliance officer and the Dept. of LWD, Construction EEO Monitoring Program an initial project workforce report (Form AA-201) electronically provided to the public agency by the Dept. of LWD, Construction EEO Monitoring Program, through its website, for distribution to and completion by the contractor, in accordance with N.J.A.C. 17:27-7. The contractor also agrees to submit a copy of the Monthly Project Workforce Report once a month thereafter for the duration of this contract to the Dept. of LWD, Construction EEO Monitoring Program, and to the public agency compliance officer. The contractor agrees to cooperate with the public agency in the payment of budgeted funds, as is necessary, for on-the-job and/or off the job programs for outreach and training of minorities and women. (D) The contractor and its subcontractors shall furnish such reports or other documents to the Dept. of LWD, Construction EEO Monitoring Program as may be requested by the Dept. of LWD, Construction EEO Monitoring Program from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Dept. of LWD, Construction EEO Monitoring Program for conducting a compliance investigation pursuant to N.J.A.C. 17: et seq PREVAILING WAGES North Hanover Township Board of Education Page 10 of 12 Supplementary Conditions

63 P.W. Moss & Associates New Endeavour School General Construction - Phase II All Construction Contracts shall contain provisions that the Contractor and Subcontractor, as applicable, shall comply with the New Jersey Prevailing Wage Act, N.J.S.A. 34: et seq. The District shall not hire any Contractor or Subcontractor to perform any work for the District who is listed or is on record in the Office of the Commissioner, Department of Labor, as failing to pay prevailing wages in accordance with the provision of the New Jersey Prevailing Wage Act. [3.4] All Construction Contracts shall contain provisions that the Contractor and Subcontractor, as applicable, shall comply with the Davis-Bacon Act (DBA). The DBA is intended to protect communities and workers from the economic disruption caused by competition arising from non-local contractors coming into an area and obtaining federal construction contracts by underbidding local wage levels. The DBA, as amended, requires each contract over $2, to which the United States or the District of Columbia is a party for the construction, alteration, and/or repair (including painting or decorating) of public buildings or public works shall contain a clause setting forth the minimum wages to be paid to various classes of laborers and mechanics employed under the Contract. Under the provisions of the DBA, contractors and their contractors are required to pay laborers and mechanics employed directly upon the site of work no less than the locally prevailing wages and fringe benefits paid on projects of similar character PREQUALIFICATION LAW Bidder on public work in the State of New Jersey must be qualified by the New Jersey State Department of Treasury. The Bidder must submit, with his bid, a notarized affidavit setting forth the type of work and the amount of work for which he has been qualified, that there has been no material change in his qualification information, and the total amount of incompleted work on contracts at the time and date of classification. [3.3.2] All Contractors and Subcontractors who bid School Facilities Project shall be registered pursuant to N.J.S.A. 34: et seq. [3.9] AMERICAN GOODS AND PRODUCTS TO BE USED WHERE POSSIBLE Notwithstanding any in consistent provision of any law, and unless the public officer charged with the duty of law shall determine it to be consistent with the public interest or the cost to be reasonable, only domestic materials shall be used for public work, as noted in N.J.S.A. 50:30-2 and Public School Contract Laws 18A:18A- 20 et seq. Delete Paragraph 13.6 in its entirety. Modify Paragraph as follows: Delete the word "repeatedly". Modify Paragraph as follows: Delete the word "repeatedly". ARTICLE 14 TERMINATION OR SUSPENSION OF THE CONTRACT ARTICLE 15 CLAIMS AND DISPUTES Delete Article 15.4 in its entirety and all references to arbitration. Add the following: North Hanover Township Board of Education Page 11 of 12 Supplementary Conditions

64 P.W. Moss & Associates New Endeavour School General Construction - Phase II All legal actions hereunder shall be conducted only in the New Jersey Superior Court, Law Division in Burlington County, New Jersey or the U.S. District Court in New Jersey, if applicable. The choice of jurisdiction and venue described in the preceding paragraph shall be mandatory and not permissive in nature, thereby precluding the possibility of litigation or trial in any jurisdiction or venue other than as specified herein. The parties waive any right to a jury trial and agree that all legal actions shall be tried as to factual and legal issues only to the court. Unless otherwise agreed to in writing by the Construction Manager and the Owner, any dispute shall not be subject to arbitration or mediation. However, in case of any dispute, claim, question or disagreement arising from or relating to the project or arising out of the contract for Construction Manager s services or breach thereof, the parties shall first attempt resolution through mutual discussion. North Hanover Township Board of Education Page 12 of 12 Supplementary Conditions

65 P.W. Moss & Associates New Endeavour School General Construction - Phase II SECTION SUMMARY OF WORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 PROJECT IDENTIFICATION A. The Project consists of General Construction - Phase II at the New Endeavour Elementary School. All work must be of top quality with premium workmanship. The Project is located at 1 School Road, JB-MDL, NJ. 1. The Work includes but is not limited to: All work associated with the Landscaping Project including, but not limited to, General and Site Work, Toilet Partitions & Column Covers. 2. Owner: North Hanover Township Board Of Education 331 Monmouth Road Wrightstown, NJ Construction Manager: P.W. Moss & Associates 7 Plumridge Drive Doylestown, PA C. Prime Contracts are separate contracts that represent significant construction activities performed concurrently with and closely coordinated with construction activities performed on the Project under other prime Contracts. Prime Contracts for this Project include: 1. Single Overall Contract. D. Single Overall Contract Work: Each prime Contract can be summarized as follows: 1. The Single Overall Contract includes all of the construction work included in the Project Specifications and Drawings.. E. Definition of the extent of Contract Work: The extent of the Contract is indicated in the Contract Documents, including, but not limited to: 1. General construction as shown on Taylor Design drawings and sketches Sk to Furnish and install toilet partitions as shown on Netta drawings A401, A402, A704, and Sk Furnish and install column covers as shown on Netta drawings A222, A223, A224, A226 and Column Cover Data Sheet (Included at the End of this Specification Section). 1.3 WORK UNDER OTHER CONTRACTS A. A separate Contract may be issued to another Contractor to perform certain construction operations at the site. Those operations may or may not coincide with certain aspects of the Project and may or may not be scheduled to be substantially completed at the same time as North Hanover Township Board of Education Page 1 of 5 Summary of Work 01010

66 P.W. Moss & Associates New Endeavour School General Construction - Phase II construction operations under this Contract. 1.4 WORK SEQUENCE 1. Building Contracts 1. General Construction Boro Construction 2. Structural Steel Construction Arnold Steel 3. Mechanical Construction Preferred Mechanical 4. Electrical Construction MJF Electrical 5. Plumbing Construction CJ Schmidt & Sons. 6. Sitework Phase I Mount Construction 7. IT State Contract Johnston Communications 8. Audio / Video Contract AVT 9. Any Owner s Forces for Furniture Moving or New FFE. A. Required to properly install all work in accordance with the manufacturer s recommendations within scheduled milestone dates and during school hour operations. Proper coordination with the Owner and Other Contractors must take place. 1. Existing Inlets and Roof Drains in Work Areas As work progresses with this Contract, and conditions and site improvements proceed and are brought to final elevations and grades, roof drains and existing storm inlets that are currently not in use will have to be implemented and modified accordingly to allow for proper draining in all areas. This includes, but is not limited to, temporary filtering and protection in accordance with the Burlington County Soils Conservation District. It is the responsibility of the Contractor to modify and maintain these areas and existing drainage areas accordingly. Please see attached sketch for inlet protection. 2. Coordination & Protection The General Contractor for the New Building is tentatively scheduled to install new terrazzo floors on the ground floor in the corridors on or about November 15, All new finished floors must be protected by this Contractor during all construction activities when accessing the Courtyards over all finished floor areas. See all Temporary Facilities Requirements in Section Temporary Facilities. 1.5 SCHEDULE MILESTONE DATES A. Each phase listed above must be completed by the specified dates. Failure to meet the milestone dates specified will be construed a contract default and subject to all remedies provide for in the General Conditions and Supplemental General Conditions, including but not limited to liquidated damages. 1. Commence Work (Notice to Proceed): February 27, Transmit All Project Submittals, Product Data and Samples by: March 31, Installation of Work (Construction Schedule): Start: March 1, 2019 Project Completion July 15, 2019 North Hanover Township Board of Education Page 2 of 5 Summary of Work 01010

67 P.W. Moss & Associates New Endeavour School General Construction - Phase II 1.6 CONTRACTOR USE OF PREMISES A. General: Limit use of the premises to construction activities to areas as indicated the four (4) phasing drawings located in this specification section.; the premises are to be in continuous use and operation during the Work, allow for full Owner occupancy and use by the public. 1. Confine operations to areas within Contract limits indicated. Portions of the site beyond areas in which construction operations are indicated are not to be disturbed. 2. Keep driveways and entrances serving the premises clear and available to the Owner, Owner's employees, and students at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on site. Schedule deliveries to minimize the impact upon the Owner's deliveries. 3. At all times the contractor is to maintain a clear separation of Work area and the Owner, Owner's employees, and students. A physical dust free barrier is to be erected to separate the Work area from the public areas. B. Use of the Existing Premises: Repair damage caused by construction operations. Take all precautions necessary to protect the premises, its equipment, and its occupants during the construction period. 1. Schedule all activities so as to minimize disruption to the use of the Premises and as noted herein: 2. Provide advance notice of all construction activities to person or persons as designated by the Construction Manager. C. Contractor Deliveries: Delays caused by lost deliveries or rejected items by the Construction Manager or Administration is the Contractor's responsibility. E. Security 1) DO NOT DELIVER materials unless the Contractor has means on site to unload, store, and handle all products being delivered. 2) DO NOT DELIVER materials via an overnight service such as UPS, DHL, Federal Express, US Mail, etc., or common carrier. All of these services must be sent to and offsite office or warehouse. 3) DO NOT DELIVER materials if the Contractor does not have a representative onsite to receive the delivery. 4) NO DELIVERIES will be received by the Construction Manager, Administration, or Architect. All deliveries that arrive to the project site without a contractor's representative available to receive the delivery will be refused and sent back to the sender. The Contractor is responsible for deliveries and responsible for any materials that may be lost as a result of misdirected goods. The Contractor is responsible to meet all schedules regardless of materials refused by the Construction Manager, Administration, or Architect. 1. All persons on site are required to sign in to a log every day. The Contractor will furnish the sign in log, will remain on school premises at all times. The sign in log will contain pertinent information such as name, address and phone and other information as the Owner may deem necessary for security. 2. All persons on site will wear identification badges at all times. Badges will be furnished by the Owner. Lost badges will be replaced by the Owner at a cost of $25.00 per badge per loss, to be paid by the Contractor. 3. No persons are permitted to work outside of designated areas without the Construction Manager s permission. North Hanover Township Board of Education Page 3 of 5 Summary of Work 01010

68 P.W. Moss & Associates New Endeavour School General Construction - Phase II PART 2 - PRODUCTS (Not applicable). PART 3 - EXECUTION (Not applicable). END OF SECTION Any person failing to follow these security procedures will be removed from the site and not permitted to return. North Hanover Township Board of Education Page 4 of 5 Summary of Work 01010

69 Column Cover Data Sheet New Endeavour School - General Construction Phase II Rm # Room Type Grid Height Section Comments 093 Atrium 33 F '-4" 9/A Atrium 33 F9-15 9'-4" 9/A Atrium 33 J " 16/A224 Low 8'-8 1/2" High 093 Atrium 33 J '-5 1/4" 17/A Atrium 33 J '-5 1/4" 17/A Atrium 33 J " 16/A224 Low 8'-8 1/2" High 096 Media Center 33 L4-15 9'-4" 14/A224 Low 7'-3 1/2" High 096 Media Center 33 L '-4" 14/A224 Low 7'-3 1/2" High 081 Cafeteria 27 Q '-6" 27/A Cafeteria 33 Q '-6" 27/A Cafeteria 26 Q '-0" 28/A Cafeteria 33 Q '-0" 28/A Cafeteria 28 R '-0" 32A/A Cafeteria 28 R '-0" 32A/A Cafeteria 29 R '-0" 32A/A Discovery Center 33 F9-17 9'-6" 203 Discovery Center 33 H5-17 9'-6" 18-Jan-19 North Hanover Township Board of Education

70 P.W. Moss & Associates New Endeavour School General Construction - Phase II SECTION ALLOWANCES PART I. - GENERAL A. RELATED DOCUMENTS 1. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. B. SUMMARY 1. This Section specifies administrative and procedural requirements governing handling and processing allowances. a. Selected materials and equipment, and in some cases, their installation are shown and specified in the Contract Documents by Allowances. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when additional information is available for evaluation. Additional requirements, if necessary, will be issued by Change Order. b. All Allowances shall cover the cost to the Contractor of materials and equipment delivered at the site, all materials, labor and equipment for a complete installation, and all required taxes, less applicable trade discounts. c. For General Allowance Work only, all Contractor s costs for delivery, unloading and handling at the site, overhead, profit and other expenses contemplated for stated allowance amounts shall be included in the Contract Sum but not in the General Allowance Line Item. d. Whenever costs are more than or less than allowances, the Contract Sum shall be adjusted accordingly by Change Order. The amount of the Change Order shall reflect (1) the difference between actual costs and the allowances under Section and (2) changes in Contractor s costs under Section Types of allowances required include the following: a. Lump sum allowances. b. Unit-cost allowances. 3. Procedures for submitting and handling Change Orders are included in Section "Change Order Procedures." C. SELECTION AND PURCHASE 1. At the earliest feasible date after Contract award, advise the Construction Manager of the date when the final selection and purchase of each product or system described by an allowance must be completed in order to avoid delay in performance of the Work. a. When requested by the Construction Manager, obtain proposals for each allowance for use in making final selections; include recommendations that are relevant to performance of the Work. b. Purchase products and systems as selected by the Architect from the designated North Hanover Township Board of Education Page 1 of 2 Allowances 01020

71 P.W. Moss & Associates New Endeavour School General Construction - Phase II supplier. D. SUBMITTALS 1. Submit proposals for purchase of products or systems included in allowances, in the form specified for Change Orders. 2. Submit invoices or delivery slips to indicate actual quantities of materials delivered to the site for use in fulfillment of each allowance. PART II. - PRODUCTS (Not Applicable) PART III. - EXECUTION A. INSPECTION 1. Inspect products covered by an allowance promptly upon delivery for damage or defects. B. PREPARATION 1. Coordinate materials and their installation for each allowance with related materials and installations to ensure that each allowance item is completely integrated and interfaced with related construction activities. C. SCHEDULE OF ALLOWANCES 1. Allowances - Include as part of the Base Bid. a. Item No. G1 - $ 40, General Work Allowance. Additional Work to be as directed by the Construction Manager and / or Owner related to the Contract. b. Item No. G2 - $ 40, General Work Allowance. Additional Work to be as directed by the Construction Manager and / or Owner unrelated to the Contract. END OF SECTION North Hanover Township Board of Education Page 2 of 2 Allowances 01020

72 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION APPLICATIONS FOR PAYMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements governing the Contractor's Applications for Payment. B. The Contractor's Construction Schedule and Submittal Schedule are included in Section "Submittals". 1.3 SCHEDULE OF VALUES A. Coordinate preparation of the Schedule of Values with preparation of the Contractor's Construction Schedule. 1. Submit the Schedule of Values to the Engineer for approval at the earliest feasible date, but in no case later than 28 days before the date scheduled for submittal of the initial Application for Payment. 2. Sub-Schedules: Where the Work is separated into phases that require separately phased payments, provide sub-schedules showing values correlated with each phase of payment. B. Identification: Include the following Project identification on the Schedule of Values: 1. Project name and location. 2. Name of the Engineer 3. Project number. 4. Contractor's name and address. 5. Date of submittal. C. The Schedule of Values must include the following information. 1. Arrange the Schedule of Values in a tabular form with separate columns to indicate the following for each item listed: a. Generic name. b. Related Specification Section. c. Name of subcontractor. d. Name of manufacturer or fabricator. e. Name of supplier. f. Change Orders (numbers) that have affected value. g. Dollar value. h. Percentage of Contract Sum to the nearest one-hundredth percent, adjusted to total 100 percent. 2. Provide a breakdown of the Contract Sum in sufficient detail to facilitate continued North Hanover Township Board of Education Page 1 of 3 Applications for Payment 01027

73 P.W. Moss & Associates New Endeavour School General Construction Phase II evaluation of Applications for Payment and progress reports. Break principal subcontract amounts down into several line items. 3. Round amounts off to the nearest whole dollar; the total shall equal the Contract Sum. 4. For each part of the Work where an Application for Payment may include materials or equipment, purchased or fabricated and stored, but not yet installed, provide separate line items on the Schedule of Values for initial cost of the materials, for the labor to install the materials, and for total installed value of that part of the Work. 5. Margins of Cost: Show line items for indirect costs, and margins on actual costs, only to the extent that such items will be listed individually in Applications for Payment. Each item in the Schedule of Values and Applications for Payment shall be complete including its total cost and proportionate share of general overhead and profit margin. 6. Schedule Updating: Update the Schedule of Values when Change Orders or Construction Change Directives result in a change in the Contract Sum. Each Change Order will result in an additional line item. 1.4 APPLICATIONS FOR PAYMENT: A. Each Application for Payment shall be consistent with previous applications and payments as certified by the Architect and paid for by the Owner. 1. The initial Application for Payment, the Application for Payment at time of Substantial Completion, and the final Application for Payment involve additional requirements. B. Payment Application Times: A preliminary copy of each Application for Payment is to be submitted by the thirtieth day of each month for review. Three notarized final copies of each Application are to be submitted by the first Monday of each month for Owner approval by the third week of that month. Payments are to be made within two to three weeks following approval of the Application. C. Payment Application Forms: Use AIA Document G 702 and Continuation Sheets G 703 as the form for Application for Payment. D. Application Preparation: Complete every entry on the form, including notarization and execution by person authorized to sign legal documents on behalf of the Owner. Incomplete applications will be returned without action. 1. Entries shall match data on the Schedule of Values and Contractor's Construction Schedule. Use updated schedules if revisions have been made. 2. Include amounts of Change Orders and Construction Change Directives issued prior to the last day of the construction period covered by the application. E. Transmittal: Submit three (3) executed copies of each Application for Payment to the Engineer by means ensuring receipt within 24 hours; each copy shall be complete, including waivers of lien and similar attachments, when required. 1. Transmit each copy with a transmittal form listing attachments, and recording appropriate information related to the application in a manner acceptable to the Engineer. F. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of the first Application for Payment include the following: 1. List of subcontractors. 2. List of principal suppliers and fabricators. 3. Schedule of Values. 4. Contractor's Construction Schedule (preliminary if not final). 5. Schedule of principal products. North Hanover Township Board of Education Page 2 of 3 Applications for Payment 01027

74 P.W. Moss & Associates New Endeavour School General Construction Phase II 6. Submittal Schedule (preliminary if not final). 7. List of Contractor's staff assignments. 8. List of Contractor's principal consultants. 9. Copies of building permits 10. Copies of authorizations and licenses from governing authorities for performance of the Work. 11. Initial progress report. 12. Report of pre-construction meeting. 13. Certificates of insurance and insurance policies. 14. Performance and payment bonds. G. Application for Payment at Substantial Completion: Following issuance of the Certificate of Substantial Completion, submit an Application for Payment; this application shall reflect any Certificates of Partial Substantial Completion issued previously for Owner occupancy of designated portions of the Work. H. Administrative actions and submittals that shall proceed or coincide with this application include: 1. Occupancy permits and similar approvals. 2. Warranties (guarantees) and maintenance agreements. 3. Test/adjust/balance records. 4. Maintenance instructions. 5. Start-up performance reports. 6. Change-over information related to Owner's occupancy, use, operation and maintenance. 7. Final cleaning. 8. Application for reduction of retainage, and consent of surety. 9. List of incomplete Work, recognized as exceptions to Certificate of Substantial Completion. I. Final Payment Application: Administrative actions and submittals which must precede or coincide with submittal of the final payment Application for Payment include the following: 1. Completion of Project closeout requirements. 2. Completion of items specified for completion after Substantial Completion. 3. Assurance that unsettled claims will be settled. 4. Assurance that Work not complete and accepted will be completed without undue delay. 5. Transmittal of required Project construction records to Owner. 6. Removal of temporary facilities and services. 7. Removal of surplus materials, rubbish and similar elements. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION North Hanover Township Board of Education Page 3 of 3 Applications for Payment 01027

75 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION ALTERNATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS 1.2 SUMMARY A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. A. This Section specifies administrative and procedural requirements for Alternates. B. Definition: An Alternate is an amount proposed by Bidders and stated on the Bid Form for certain construction activities defined in the Bidding Requirements that may be added to or deducted from Base Bid amount if the Owner decides to accept a corresponding change in either the amount of construction to be completed, or in the products, materials, equipment, systems or installation methods described in Contract Documents. C. Coordination: Coordinate related Work and modify or adjust adjacent Work as necessary to ensure that Work affected by each accepted Alternate is complete and fully integrated into the project. D. Notification: Immediately following the award of the Contract, prepare and distribute to each party involved, notification of the status of each Alternate. Indicate whether Alternates have been accepted, rejected or deferred for consideration at a later date. Include a complete description of negotiated modifications to Alternates. E. Schedule: A "Schedule of Alternates" is included at the end of this Section. Specification Sections referenced in the Schedule contain requirements for materials and methods necessary to achieve the Work described under each Alternate. PART 2 - PRODUCTS (Not Applicable). PART 3 - EXECUTION 1. Include as part of each Alternate, miscellaneous devices, accessory objects and similar items incidental to or required for a complete installation whether or not mentioned as part of the Alternate. 3.1 SCHEDULE OF ALTERNATES If it is a credit price, please indicate the cost figure as a negative figure on the Bid Form. All positive numbers will indicate an increase it cost. Please indicate $0.00 or No Change if the price will not change for the alternate from the base bid item. A. General Construction (GC): 1. Alternate #1 - All Work to Furnish and Install Yemm & Hart Toilet Partitions, with the Custom Colors as Specified, WITH NO APPROVED SUBSITUTE MANUFACTURERS AND/OR COLORS, at all Bathroom Locations shown on the Contract Drawings. END OF SECTION North Hanover Township Board of Education Page 1 of 2 Alternates

76 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification sections, apply to this section. 1.2 SUMMARY A. This section specifies administrative and procedural requirements for handling and processing Contract modifications. B. Related Sections: The following sections contain requirements that relate to this section: 1. Division 1 Section "Unit Prices" for administrative requirements governing use of unit prices. 2. Division 1 Section "Submittals" for requirements for the Contractor's Construction Schedule. 3. Division 1 Section "Application for Payment" for administrative procedures governing applications for payment. 4. Division 1 Section "Product Substitutions" for administrative procedures for handling requests for substitutions made after award of the Contract. 1.3 MINOR CHANGES IN THE WORK A. Supplemental instructions authorizing minor changes in the Work, not involving an adjustment to the Contract Sum or Contract Time, will be issued by the Engineer. 1.4 CHANGE ORDER PROPOSAL REQUESTS A. Owner-Initiated Proposal Requests: Proposed changes in the Work that will require adjustment to the Contract Sum or Contract Time will be issued by the Engineer, with a detailed description of the proposed change and supplemental or revised Drawings and Specifications, if necessary. 1. Proposal requests issued by the Engineer are for information only. Do not consider an them instruction either to stop work in progress, or to execute the proposed change. 2. Unless otherwise indicated in the proposal request, within 14 days of receipt of the proposal request, submit to the Engineer for the Owner's review an estimate of cost necessary to execute the proposed change. a. Include a list of quantities of products to be purchased and unit costs, along with the total amount of purchases to be made. Where requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. c. Include a statement indicating the effect the proposed change in the Work will have on the Contract Time. North Hanover Township Board of Education Page 1 of 3 Modification Procedures 01035

77 P.W. Moss & Associates New Endeavour School General Construction Phase II B. Contractor-Initiated Change Order Proposal Requests: When latent or other unforeseen conditions require modifications to the Contract, the Contractor may propose changes by submitting a request for a change to the Engineer. 1. Include a statement outlining the reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and Contract Time. 2. Include a list of quantities of products to be purchased and unit costs along with the total amount of purchases to be made. Where requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Comply with requirements in Section "Product Substitutions" if the proposed change in the Work requires the substitution of one product or system for a product or system specified. C. Proposal Request Form: Use AIA Document G 709 for Change Order Proposal Requests. 1.5 UNIT PRICES A. Base each Change Order Proposal Request for a Unit Price cost adjustment solely on the amount of the actual work performed, except as noted in Section When requested, prepare explanations and documentation to substantiate the quantities claimed. 2. Submit substantiation of a change in scope of work claimed in the Change Orders related to unit-price work. 3. The Owner reserves the right to establish the actual quantity of work-in-place by independent quantity survey, measure, or count. B. Submit claims for increased costs because of a change in scope or nature of the allowance described in the Contract Documents, whether for the purchase order amount or Contractor's handling, labor, installation, overhead, and profit, within 20 days of receipt of the change order or construction change directive authorizing work to proceed. Claims submitted later than 20 days will be rejected. 1.6 CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive: When the Owner and Contractor are not in total agreement on the terms of a Change Order Proposal Request, the Engineer may issue a Construction Change Directive, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. The Construction Change Directive will contain a complete description of the change in the Work and designate the method to be followed to determine change in the Contract Sum or Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. 1. After completion of the change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. North Hanover Township Board of Education Page 2 of 3 Modification Procedures 01035

78 P.W. Moss & Associates New Endeavour School General Construction Phase II 1.7 CHANGE ORDER PROCEDURES A. Upon the Owner's approval of a Change Order Proposal Request, the Engineer will issue a Change Order for signatures of the Owner and Contractor, as provided in the Conditions of the Contract. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION North Hanover Township Board of Education Page 3 of 3 Modification Procedures 01035

79 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION PROJECT COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and supervisory requirements necessary for Project coordination including, but not necessarily limited to: 1. Coordination. 2. Submittals 3. Contractor's Use of Premises 4. Owner Occupancy 5. Administrative and supervisory personnel. 6. General installation provisions. 7. Cleaning and protection. B. Progress meetings, coordination meetings and pre-installation conferences are included in Section "Project Meetings". C. Requirements for the Contractor's Construction Schedule are included in Section "Submittals". 1.3 COORDINATION A. Coordination: Coordinate construction activities included under various Sections of these Specifications to assure efficient and orderly installation of each part of the Work. Coordinate construction operations included under different Sections of the Specifications that are dependent upon each other for proper installation, connection, and operation. 1. Where installation of one part of the Work is dependent on installation of other components, either before or after its own installation, schedule construction activities in the sequence required to obtain the best results. 2. Where availability of space is limited, coordinate installation of different components to assure maximum accessibility for required maintenance, service and repair. a. Coordination diagrams showing space allocations in constricted areas for various trades are included in this section. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Where necessary, prepare memoranda for distribution to each party involved outlining special procedures required for coordination. Include such items as required notices, reports, and attendance at meetings. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of schedules. North Hanover Township Board of Education Page 1 of 5 Project Coordination 01040

80 P.W. Moss & Associates New Endeavour School General Construction Phase II 2. Installation and removal of temporary facilities. 3. Delivery and processing of submittals. 4. Progress meetings. 5. Project Close-out activities. 1.4 SUBMITTALS A. Emergency contacts: Within 15 days of Notice to Proceed, submit a list of the Contractor's principal emergency contacts; identify individuals, their duties and responsibilities; list their telephone numbers on a 24 hour basis. 1.5 CONTRACTOR USE OF PREMISES A. General: Limit use of the premises to construction activities in areas indicated; the premises are to be in continuous use and operation during the Work, allow for Owner occupancy and use by the public. Schedule all construction activities with the Construction Manager and the Owner to allow Owner's full use of the buildings and systems for normal educational process and normal operations. 1. Confine operations to areas within Contract limits indicated. Portions of the site beyond areas in which construction operations are indicated are not to be disturbed. 2. Keep driveways and entrances serving the premises clear and available to the Owner, Owner's employees, and students at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on site. Schedule deliveries to minimize the impact upon the Owner's deliveries. 3. At all times the contractor is to maintain a clear separation of Work area and the Owner, Owner's employees, and students. A physical barrier is to be erected to separate the Work area from the public areas.. 4. Owner acknowledges the Contractor will require access to Owner-occupied areas, rooms, and systems, and intends to cooperate in making rooms and systems available for construction activities. 5. The Contractor shall notify the construction Manager and the Owner in advance of any requirements for access to any building outside of normal working hours. The Contractor is required to coordinate with the Avon by the Sea Borough s Construction Office and follow and obey all local work and noise ordinances. B. Use of the Existing Premises: Repair damage caused by construction operations. Take all precautions necessary to protect the premises, its equipment, and its occupants during the construction period. 1. Schedule all activities so as to minimize disruption to the use of the Premises. 2. Provide advance notice of all construction activities to person or persons as designated by the Construction Manager. 3. Schedule all construction activities at the Site with the Construction Manager and Owner to avoid interference with Owner s operations and to meet specified completion dates. It is the responsibility of the Contractor to meet the completion schedule within the Owners Educational and summer activity schedule. 4. Coordinate construction activities with daily and semester calendars issued by the Owner to avoid interference with Owner s educational process and normal operations within the buildings and campus. 5. Extra payment for overtime outside normal working hours required to complete the project by the completion date will not be paid by the Owner. Contractor requiring overtime shall do so at his own cost. 6. Coordinate all interruptions of building services with Construction Manager and Owner, and obtain written approval of proposed schedule for interruptions from Construction North Hanover Township Board of Education Page 2 of 5 Project Coordination 01040

81 P.W. Moss & Associates New Endeavour School General Construction Phase II Manager and Owner. 7. If, at the Owner s opinion, any shutdown or interruption of services is not acceptable, schedule the shutdown or interruption of service after such shutdown or interruption would not effect normal operations. 8.Extra payment for overtime outside normal working hours required by any such shutdown or interruption of service will not be made by the Owner. The Contractor shall do so at his own cost and shall be responsible for extra costs incurred by his subcontractors. C. Contractor Deliveries 1. DO NOT DELIVER materials unless the Contractor has means on site to unload, store, and handle all products being delivered. 2. DO NOT DELIVER materials via an overnight service such as UPS, DHL, Federal Express, US Mail, etc., or common carrier. All of these services must be sent to and offsite office or warehouse. 3. DO NOT DELIVER materials if the Contractor does not have a representative onsite to receive the delivery. 4. NO DELIVERIES will be received by the Districts employees. All deliveries that arrive to the school and not received by the Contractor will be refused and sent back to the sender. The Contractor is responsible for deliveries and responsible for any materials that may be lost as a result of misdirected goods. The Contractor is responsible to meet all schedules regardless of materials refused by the District. D. Contractor Clean-up E. Security 1.04 OWNER OCCUPANCY 1. Each Prime Contractor is responsible for daily clean-up and disposal of all debris created as a result of this contract. No debris shall be dispensed in Owner's dumpsters. 2. The Contractor is responsible for the restoration of any grass areas, flower beds, and plantings disturbed as part of this work. The contractor is required to fill any ruts with topsoil, reseed bare grass areas, and replace any plantings disturbed. 1. All persons on site are required to sign in to a log every day. The Contractor will furnish the sign in log, will remain on school premises at all times. The sign in log will contain pertinent information such as name, address and phone and other information as the Owner may deem necessary for security. 2. All person on site will wear identification badges at all times. Badges will be furnished by the Owner. Lost badges will be replaced by the Owner at a cost of $25.00 per badge per loss, to be paid by the Contractor. 3. No persons are permitted to work outside of designated areas without the Construction Manager s permission. 4. Any person failing to follow these security procedures will be removed from the site and not permitted to return. A. Owner does not intend to maintain summer programs during the period of this contract. However, administration personnel will be working in or around the existing building. 1. Owner acknowledges the Contractor will require access to Owner-occupied areas, rooms, and systems, and intends to cooperate in making rooms and systems available North Hanover Township Board of Education Page 3 of 5 Project Coordination 01040

82 P.W. Moss & Associates New Endeavour School General Construction Phase II PART 2 - PRODUCTS (Not Applicable). for construction activities. 2. Notify Construction Manager and the Owner in advance of any requirements for access to any building outside normal working hours. 3. The Owner will occupy the premises during the entire period of construction for the conduct of its normal summer operations. Contractor must schedule and coordinate work in a pre-planned manner to minimize disruption to the normal operations of the school 4. The Owner will cooperate with providing access to the work site at other than normal working hours, including Saturday, Sunday, and should the contractor determine it advantageous to perform work during evening, night, or weekend hours. However, such arrangements must be approved and authorized in writing by the Owner's Representative. PART 3 - EXECUTION 3.1 GENERAL INSTALLATION PROVISIONS A. Inspection of Conditions: Require the Installer of each major component to inspect both the substrate and conditions under which Work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in an acceptable manner. Work placed over unacceptable substrates is the responsibility the Installer, regardless of who installed the substrate. B. Manufacturer's Instructions: Comply with manufacturer's installation instructions and recommendations, to the extent that those instructions and recommendations are more explicit or stringent than requirements contained in Contract Documents. C. Inspect materials or equipment immediately upon delivery and again prior to installation. Reject damaged and defective items. D. Provide attachment and connection devices and methods necessary for securing Work. Secure Work true to line and level. Allow for expansion and building movement. E. Visual Effects: Provide uniform joint widths in exposed Work. Arrange joints in exposed Work to obtain the best visual effect. Refer questionable choices to the Architect for final decision. F. Recheck measurements and dimensions, before starting each installation. G. Install each component during weather conditions and Project status that will ensure the best possible results. Isolate each part of the completed construction from incompatible material as necessary to prevent deterioration. H. Coordinate temporary enclosures with required inspections and tests, to minimize the necessity of uncovering completed construction for that purpose. I. Mounting Heights: Where mounting heights are not indicated, install individual components at standard mounting heights recognized within the industry for the particular application indicated. Refer questionable mounting height decisions to the Architect for final decision. 3.2 CLEANING AND PROTECTION A. During handling and installation, clean and protect construction in progress and adjoining materials in place. Apply protective covering where required to ensure protection from damage or North Hanover Township Board of Education Page 4 of 5 Project Coordination 01040

83 P.W. Moss & Associates New Endeavour School General Construction Phase II deterioration at Substantial Completion. B. Clean and maintain completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. C. Limiting Exposures: Supervise construction activities to ensure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. Where applicable, such exposures include, but are not limited to, the following: 1. Excessive static or dynamic loading. 2. Excessive internal or external pressures. 3. Excessively high or low temperatures. 4. Thermal shock. 5. Excessively high or low humidity. 6. Air contamination or pollution. 7. Water or ice. 8. Solvents. 9. Chemicals. 10. Light. 11. Radiation. 12. Puncture. 13. Abrasion. 14. Heavy traffic. 15. Soiling, staining and corrosion. 16. Bacteria. 17. Rodent and insect infestation. 18. Combustion. 19. Electrical current. 20. High speed operation, 21. Improper lubrication, 22. Unusual wear or other misuse. 23. Contact between incompatible materials. 24. Destructive testing. 25. Misalignment. 26. Excessive weathering. 27. Unprotected storage. 28. Improper shipping or handling. 29. Theft. 30. Vandalism. 4.1 North Hanover Township and JB-MDL A. Noise and Local Ordinances The Contractor is responsible to obtain a copy of all local ordinances and obey, follow and coordinate with all local officials. This includes, and is not limited to, vehicle registrations and permits based on size, personnel sign in and registrations, access to site, etc.. A preconstruction meeting will be held with JB-MDL to review all required procedures. SECTION North Hanover Township Board of Education Page 5 of 5 Project Coordination 01040

84 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION CUTTING AND PATCHING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for cutting and patching. B. Refer to other Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work. 1. Requirements of this Section apply to mechanical and electrical installations. Refer to Division - 15 and 16 Section for other requirements and limitations applicable to cutting and patching mechanical and electrical installations. 2. Requirements of this Section apply to demolition of existing equipment. Refer to the Contract Documents for other requirements and limitations applicable to cutting, patching, and demolition of existing equipment. C. Cutting and Patching refers to all removal and reinstallation of any existing finished and unfinished surface upon which the Contractor must access and install work. 1.3 SUBMITTALS A. Cutting and Patching Proposal: Where approval of procedures for cutting and patching is required before proceeding, submit a proposal describing procedures well in advance of the time cutting and patching will be performed and request approval to proceed. Include the following information, as applicable, in the proposal: 1. Describe the extent of cutting and patching required and how it is to be performed; indicate why it cannot be avoided. 2. Describe anticipated results in terms of changes to existing construction; include changes to structural elements and operating components as well as changes in the building's appearance and other significant visual elements. 3. List products to be used and firms or entities that will perform Work. 4. Indicate dates when cutting and patching is to be performed. 5. List utilities that will be disturbed or affected, including those that will be relocated and those that will be temporarily out-of-service. Indicate how long service will be disrupted. 6. Where cutting and patching involves addition of reinforcement to structural elements, submit details and engineering calculations to show how reinforcement is integrated with the original structure. 7. Approval by the Engineer to proceed with cutting and patching does not waive the Engineer's right to later require complete removal and replacement of a part of the Work found to be unsatisfactory. North Hanover Township Board of Education Page 1 of 3 Cutting and Patching 01045

85 P.W. Moss & Associates New Endeavour School General Construction Phase II 1.4 QUALITY ASSURANCE A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that would reduce their load-carrying capacity or load-deflection ratio. B. Operational and Safety Limitations: Do not cut and patch operating elements or safety related components in a manner that would result in reducing their capacity to perform as intended, or result in increased maintenance, or decreased operational life or safety. C. Visual Requirements: Do not cut and patch construction exposed on the exterior or in occupied spaces, in a manner that would, in the Engineer's opinion, reduce the building's aesthetic qualities, or result in visual evidence of cutting and patching. Remove and replace Work cut and patched in a visually unsatisfactory manner. PART 2 - PRODUCTS 2.1 MATERIALS A. Use materials that are identical to existing materials. If identical materials are not available or cannot be used where exposed surfaces are involved, use materials that match existing adjacent surfaces to the fullest extent possible with regard to visual effect. Use materials whose installed performance will equal or surpass that of existing materials. PART 3 - EXECUTION 3.1 INSPECTION A. Before cutting existing surfaces, examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed. Take corrective action before proceeding, if unsafe or unsatisfactory conditions are encountered. 1. Before proceeding, meet at the site with parties involved in cutting and patching. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. 3.2 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Project that might be exposed during cutting and patching operations. C. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Take all precautions necessary to avoid cutting existing pipe, conduit or ductwork serving the building, but scheduled to be removed or relocated until provisions have been made to bypass them. North Hanover Township Board of Education Page 2 of 3 Cutting and Patching 01045

86 P.W. Moss & Associates New Endeavour School General Construction Phase II 3.3 PERFORMANCE A. General: Employ skilled workmen to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay. 1. Cut existing construction to provide for installation of other components or performance of other construction activities and the subsequent fitting and patching required to restore surfaces to their original condition. B. Cutting: Cut existing construction using methods least likely to damage elements to be retained or adjoining construction. Where possible review proposed procedures with the original installer; comply with the original installer's recommendations. 1. In general, where cutting is required use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut holes and slots neatly to size required with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces. 3. Cut through concrete and masonry using a cutting machine such as a carborundum saw or diamond core drill. 4. Comply with requirements of applicable Sections of Division-2 where cutting and patching requires excavating and backfilling. 5. By-pass utility services such as pipe or conduit, before cutting, where services are shown or required to be removed, relocated or abandoned. Cut-off pipe or conduit in walls or partitions to be removed. Cap, valve or plug and seal the remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after by-passing and cutting. 6. Remove all materials to be reinstalled and store those materials in a safe place. C. Patching: Patch with durable seams that are as invisible as possible. Comply with specified tolerances. 1. Where feasible, inspect and test patched areas to demonstrate integrity of the installation. 2. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. 3.4 CLEANING A. Thoroughly clean areas and spaces where cutting and patching is performed, used as access, or affected by the process of cutting and patching. Remove completely paint, mortar, oils, putty and items of similar nature. Thoroughly clean piping, conduit and similar features before painting or other finishing is applied. Restore damaged pipe covering to its original condition. END OF SECTION North Hanover Township Board of Education Page 3 of 3 Cutting and Patching 01045

87 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION PROJECT MEETINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for project meetings including but not limited to: 1. Pre-Construction Conference. 2. Pre-Installation Conferences. 3. Coordination Meetings. 4. Progress Meetings. 1.3 PRE-CONSTRUCTION CONFERENCE A. The Construction Manager will schedule a pre-construction conference and organizational meeting at the Project site or other convenient location no later than 15 days after execution of the Agreement and prior to commencement of construction activities. The meeting will be conducted to review responsibilities and personnel assignments. B. Attendees: The Owner, Owner's Representative, consultants, each Prime Contractor and its superintendent, major subcontractors, manufacturers, suppliers and other concerned parties shall each be represented at the conference by persons familiar with and authorized to conclude matters relating to the Work. C. Agenda: Discuss items of significance that could affect progress including such topics as: 1.4 PROGRESS MEETINGS 1. Tentative construction schedule. 2. Critical Work sequencing. 3. Designation of responsible personnel. 4. Procedures for processing field decisions and Change Orders. 5. Procedures for processing Applications for Payment. 6. Distribution of Contract Documents. 7. Submittal of Shop Drawings, Product Data and Samples. 8. Preparation of record documents. 9. Use of the premises. 10. Office, Work and storage areas. 11. Equipment deliveries and priorities. 12. Safety procedures. 13. First aid. 14. Security. 15. Housekeeping. 16. Working hours. A. Conduct progress meetings at the Project site at biweekly intervals. The Construction North Hanover Township Board of Education Page 1 of 2 Project Meetings

88 P.W. Moss & Associates New Endeavour School General Construction Phase II Manager shall coordinate the meeting schedule and provide meeting minutes. Coordinate dates of meetings with preparation of the payment request. B. Attendees: In addition to representatives of the Owner and Architect, each subcontractor, supplier or other entity concerned with current progress or involved in planning, coordination or performance of future activities shall be represented at these meetings by persons familiar with the Project and authorized to conclude matters relating to progress. C. Agenda: Review and correct or approve minutes of the previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to the current status of the Project. 1. Contractor's Construction Schedule: Review progress since the last meeting. Determine where each activity is in relation to the Contractor's Construction Schedule, whether on time or ahead or behind schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 2. Review the present and future needs of each entity present, including such items as: a. Interface requirements. b. Time. c. Sequences. d. Deliveries. e. Off-site fabrication problems. f. Access. g. Site utilization. h. Temporary facilities and services. I. Hours of Work. j. Hazards and risks. k. Housekeeping. l. Quality and Work standards. m. Change Orders. n. Documentation of information for payment requests. D. Reporting: No later than 3 days after each progress meeting date, distribute copies of minutes of the meeting to each party present and to other parties who should have been present. Include a brief summary, in narrative form, of progress since the previous meeting and report. PART 2 - PRODUCTS (Not Applicable) 1. Schedule Updating: Revise the construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue the revised schedule concurrently with the report of each meeting. PART 3 - EXECUTION (Not Applicable) END OF SECTION North Hanover Township Board of Education Page 2 of 2 Project Meetings

89 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION SUBMITTALS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for submittals required for performance of the Work, including; 1. Submittal schedule. 2. Daily construction reports. 3. Shop Drawings. 4. Product Data. 5. Samples. B. Administrative Submittals: Refer to other Division-1 Sections and other Contract Documents for requirements for administrative submittals. Such submittals include, but are not limited to: 1. Permits. 2. Applications for payment. 3. Performance and payment bonds. 4. Insurance certificates. 5. List of Subcontractors. C. The Schedule of Values submittal is included in Section "Applications for Payment." 1.3 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. 1. Submit a minimum of three (3) copies of each submittal, for use by the Owner and Engineer, directly to the Engineer. Add to the above amount additional submittals required by the Contractor. 2. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals and related activities that require sequential activity. 3. Coordinate transmittal of different types of submittals for related elements of the Work so processing will not be delayed by the need to review submittals concurrently for coordination. a. The Engineer reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. 4. Processing: Allow sufficient review time so that installation will not be delayed as a result of the time required to process submittals, including time for resubmittals. North Hanover Township Board of Education 1 of 3 Submittals 01300

90 P.W. Moss & Associates New Endeavour School General Construction Phase II a. Allow 5 days for initial review. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. The Engineer will promptly advise the Contractor when a submittal being processed must be delayed for coordination. b. No extension of Contract Time will be authorized because of failure to transmit submittals to the Engineer sufficiently in advance of the Work to permit processing. B. Submittal Preparation: Place a permanent label or title block on each submittal for identification. Indicate the name of the entity that prepared each submittal on the label or title block. 1. Provide a space approximately 4" x 5" on the label or beside the title block on Shop Drawings to record the Contractor's review and approval markings and the action taken. 2. Include the following information on the label for processing and recording action taken. a. Project name. b. Date. c. Name and address of Engineer. d. Name and address of Contractor. e. Name and address of supplier. f. Name of manufacturer. g. Number and title of appropriate Specification Section. h. Drawing number and detail references, as appropriate. 3. Include Contractor's certification that review, verification of Products required, field dimensions, adjacent construction work, existing building lines and coordination of information is in accordance with the requirements of the Work and contract documents. 4. Identify variations from Contract Documents and project or system limitations which may be detrimental to successful performance of the completed work. C. Submittal Transmittal: Package each submittal appropriately for transmittal and handling. Transmit each submittal from Contractor to Engineer using a transmittal form. Submittals received from sources other than the Contractor will be returned without action. 1.5 PRODUCT DATA 1. On the transmittal Record relevant information and requests for data. On the form, or separate sheet, record deviations from Contract Document requirements, including minor variations and limitations. Include Contractor's certification that information complies with Contract Document requirements. 2. Sequentially number transmittal forms. Resubmittals to have original number with alphabetic suffix. A. Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing-in diagrams and templates, standard wiring diagrams and performance curves. Where Product Data must be specially prepared because standard printed data is not suitable for use, submit as "Shop Drawings." 1. Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products, some of which are not required, mark copies to indicate the applicable information. Include the following information: a. Manufacturer's printed recommendations. b. Compliance with recognized trade association standards. North Hanover Township Board of Education 2 of 3 Submittals 01300

91 P.W. Moss & Associates New Endeavour School General Construction Phase II c. Compliance with recognized testing agency standards. d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. f. Notation of coordination requirements. 2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. 3. Submittals: Submit 4 copies of each required submittal; submit 4 copies where required for maintenance manuals. a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. 4. Distribution: Furnish copies of final submittal to installers, subcontractors, suppliers, manufacturers, fabricators, and others required for performance of construction activities. Show distribution on transmittal forms. a. Do not proceed with installation until an applicable copy of Product Data applicable is in the installer's possession. b. Do not permit use of unmarked copies of Product Data in connection with construction. 1.6 SAMPLES A. Submit full-size, fully fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color, texture and pattern. 1.7 ENGINEER'S ACTION A. Except for submittals for record, information or similar purposes, where action and return is required or requested, the Engineer will return each submittal with the following designations: 1. Reviewed: Further submission not required. 2. Reviewed as Noted: Correction must be incorporated in final installation. Further submission is not required unless specifically noted. 3.Review not Required: Placed in project files for information only. 4.Revise and Resubmit: Make necessary changes and resubmit prior to fabrication. 5. Rejected: Does not meet project requirements. Resubmit in accordance with Contract Documents. PART 2 - PRODUCTS (Not Applicable). PART 3 - EXECUTION (Not Applicable). END OF SECTION North Hanover Township Board of Education 3 of 3 Submittals 01300

92 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION CONSTRUCTION SCHEDULE PART 1 - GENERAL 1.1 RELATED DOCUMENTS 1.2 SUMMARY A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. A. General: This Section specifies administrative and procedural requirements for construction schedules required for proper performance of the Work. B. Coordination: The General Work Contractor shall closely coordinate scheduling with Construction Manager C. Schedules required include: 1. Preliminary Construction Schedule. 2. Contractor's Construction Schedule. D. The schedule of values is included in Section "Applications for Payment." E. Other schedules and submittals are included in the Section "Submittals". 1.3 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Bar-Chart Schedule: The General Contractor shall prepare a Construction Schedule for the entire Project. The Schedule shall be a comprehensive, multi-sheet, integrated, fully developed horizontal bar-chart type schedule based on the Preliminary Construction Schedules and reflecting updating and feedback received from the Owner, Architect and Construction Manager. The construction schedule shall be submitted to the Construction Manager for approval. 1. Submit the schedule within 10 days of the date established for commencement of the Work. 2. Provide a separate time bar for each significant construction activity. Provide a continuous vertical line to identify the first working day of each week. 3. Prepare the Schedule on a sheet, or series of sheets, of stable transparency, or other reproducible media, of sufficient width to show data clearly for the entire construction period. 4. Secure time commitments for performing critical elements of the Work from parties involved. Coordinate each element on the schedule with other portions of the Work; include minor elements involved in the overall sequence of the Work. Show each construction activity in proper sequence. Indicate graphically sequences necessary for completion of related portions of the Work. 5. Coordinate the Contractor's Construction Schedule with the schedule of values, list of North Hanover Township Board of Education Page 1 of 3 Construction Schedule 01310

93 P.W. Moss & Associates New Endeavour School General Construction Phase II subcontracts, Submittal Schedule, progress reports, payment requests and other required schedules and reports. 6. Indicate completion of the Work in advance of the date established for Substantial Completion. Indicate Substantial Completion on the Schedule to allow ample time for the Architect's administrative procedures necessary for Certification of Substantial Completion. C. Provide notations on the Schedule to show how the sequence of the Work is affected by the following: 1. Requirements for phased completion. 2. Work by separate Contractors. 3. Work by the Owner. 4. Pre-purchased materials. 5. Coordination with existing construction. 6. Limitations of continued occupancies. 7. Uninterruptible services. 8. Partial occupancy prior to Substantial Completion. 9. Site restrictions. 10. Provisions for future construction. 11. Seasonal variations. 12. Environmental control D. Work Stages: Use crosshatched bars to indicate important stages of construction for each major portion of the Work. Such stages include, but are not necessarily limited to: 1. Subcontract awards. 2. Purchases. 3. Mockups. 4. Fabrication. 5. Sample testing. 6. Deliveries. 7. Installation. 8. Testing. 9. Adjusting. 10. Curing. 11. Start-up and placement into final use and operation. E. Distribution: Following the Construction Manager's response to initial submittal of the Contractor's Construction Schedule, print and distribute copies to the Construction Manager, Architect, Owner, separate contractors, subcontractors, suppliers, fabricators, and other parties required to comply with scheduled dates. 1. Post copies of the Schedule in the Project meeting room and temporary field office. 2. When revisions are made, distribute the updated Schedule to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. F. Schedule Updating: Revise the Schedule immediately after each meeting or other activity, where revisions have been recognized or made and as directed by the Construction Manager. Issue the updated Schedule concurrently with report of each meeting. North Hanover Township Board of Education Page 2 of 3 Construction Schedule 01310

94 P.W. Moss & Associates New Endeavour School General Construction Phase II 1.4 SCHEDULE MILESTONE DATES A. Each phase listed above must be completed by the specified dates. Failure to meet the milestone dates specified will be construed a contract default and subject to all remedies provide for in the General Conditions and Supplemental General Conditions, including but not limited to liquidated damages. 1. Commence Work (Notice to Proceed): February 27, Transmit All Project Submittals, Product Data and Samples by: March 31, Installation of Work (Construction Schedule): Start: March 1, 2019 Project Completion : July 15, 2019 PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION North Hanover Township Board of Education Page 3 of 3 Construction Schedule 01310

95 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION TEMPORARY FACILITIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies requirements for temporary services and facilities, including utilities, construction and support facilities, security and protection. B. Temporary construction and support facilities required include but are not limited to: 1. Temporary electricity. 2. Temporary water. 3. Temporary weather protection. 4. Sanitary facilities. 5. Denaturing facilities and drains. 6. Temporary protection and enclosures. 7. Waste disposal services. 8. Construction aids and miscellaneous services and facilities. D. Security and protection facilities, include but are not limited to: 1.3 QUALITY ASSURANCE 1. Temporary fire protection. 2. Barricades, warning signs. 3. Environmental protection. 4. Overhead protection A. Regulations: Comply with industry standards and applicable laws and regulations if authorities having jurisdiction, including but not limited to: 1. Building Code requirements. 2. Health and safety regulations. 3. Utility company regulations. 4. Police, Fire Department and Rescue Squad rules. 5. Environmental protection regulations. 6. Freehold Regional Soil Conservation District 7. NJ Department of Environmental Protection B. Standards: Comply with NAPA Code 241, "Building Construction and Demolition Operations", ANSI-A10 Series standards for "Safety Requirements for Construction and Demolition", and NECA Electrical Design "Temporary Electrical Facilities." 1. Refer to "Guidelines for Bid Conditions for Temporary Job Utilities and Services", prepared jointly by AGC and ASC, for industry recommendations. 2. Electrical Service: Comply with NEMA, NECA and UL standards and regulations for temporary electric service. Install service in compliance with National Electric Code North Hanover Township Board of Education Page 1 of 4 Temporary Facilities 01500

96 P.W. Moss & Associates New Endeavour School General Construction Phase II (NAPA 70). C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.4 PROJECT CONDITIONS A. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Take necessary fire prevention measures. Do not overload facilities, or permit them to interfere with progress. Do not allow hazardous dangerous or unsanitary conditions, or public nuisances to develop or persist on the site. 1. Existing Inlets and Roof Drains in Work Areas As work progresses with this Contract, and conditions and site improvements proceed and are brought to final elevations and grades, roof drains and existing storm inlets that are currently not in use will have to be implemented and modified accordingly to allow for proper draining in all areas. This includes, but is not limited to, temporary filtering and protection in accordance with the Burlington County Soils Conservation District. It is the responsibility of the Contractor to modify and maintain these areas and existing drainage areas accordingly. Please see attached sketch for inlet protection. 2. Coordination & Protection The General Contractor for the New Building is tentatively scheduled to start and install new terrazzo floors on the ground floor in the corridors on or about November 30, All new finished floors must be protected by this Contractor during all construction activities when accessing the Courtyards over all finished floor areas. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Provide materials suitable for the use intended. B. Water: Provide potable water approved by local health authorities. C. Open-Mesh Fencing: Chain link fencing 8'-0" high with steel fence posts. D. Overhead protection: Provide overhead protection from falling materials at all required locations shown on Structures to be capable of supporting a uniform load of 100 pounds per square foot. 2.2 EQUIPMENT A. General: Provide new equipment; if acceptable to the Construction Manager, undamaged, previously used equipment in serviceable condition may be used. Provide equipment suitable for use intended. B. Electrical Outlets: Provide properly configured NEMA polarized outlets to prevent insertion of volt plugs into higher voltage outlets. Provide receptacle outlets equipped with ground-fault circuit interrupters, reset button and pilot light, for connection of power tools and equipment. C. Electrical Power Cords: Provide grounded extension cords; use "hard-service" cords where North Hanover Township Board of Education Page 2 of 4 Temporary Facilities 01500

97 P.W. Moss & Associates New Endeavour School General Construction Phase II PART 3 - EXECUTION exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords, if single lengths will not reach areas where construction activities are in progress. D. Temporary Toilet Units: Provide self-contained single-occupant toilet units of the chemical, aerated recirculation, or combustion type, properly vented and fully enclosed with a glass fiber reinforced polyester shell or similar nonabsorbent material. E. First Aid Supplies: Comply with governing regulations. F. Fire Extinguishers: Provide hand-carried, portable UL-rated, class "A" fire extinguishers for temporary offices and similar spaces. In other locations provide hand-carried, portable, UL-rated, class "ABC" dry chemical extinguishers, or a combination of extinguishers of NAPA recommended classes for the exposures. 3.1 INSTALLATION 1. Comply with NAPA 10 and 241 for classification, extinguishing agent and size required by location and class of fire exposure. A. Use qualified personnel for installation of temporary facilities. Locate facilities where they will serve the Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. Do not remove until facilities are no longer needed, or are replaced by authorized use of completed permanent facilities. 3.2 TEMPORARY UTILITY INSTALLATION A. Electric Power Service: Electrical power may be obtained from existing facilities. B. Water Service: Water service may be obtained from existing facilities. 3.3 TEMPORARY CONSTRUCTION AND SUPPORT FACILITIES INSTALLATION A. Sanitary facilities include temporary toilets, wash facilities and drinking water fixtures. Comply with regulations and health codes for the type, number, location, operation and maintenance of fixtures and facilities. Install where facilities will best serve the Project's needs. 1. Provide toilet tissue, paper towels, paper cups and similar disposable materials for each facility. Provide covered waste containers for used material. B. Toilets: Use of the Owner's existing toilet facilities will be not permitted. C. Toilets: Install self-contained toilet units. Shield toilets to ensure privacy. Use of pit-type privies will not be permitted. D. Collection and Disposal of Waste: Collect waste from construction areas and elsewhere daily. Comply with requirements of NAPA 241 for removal of combustible waste material and debris. Enforce requirements strictly. Do not hold materials more than 7 days during normal weather or 3 days when the temperature is expected to rise above 80 deg F (27 deg C). Handle hazardous, dangerous, or unsanitary waste materials separately from other waste by containerizing properly. Dispose of material in a lawful manner. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION North Hanover Township Board of Education Page 3 of 4 Temporary Facilities 01500

98 P.W. Moss & Associates New Endeavour School General Construction Phase II A. Temporary Fire Protection: Install and maintain temporary fire protection facilities of the types needed to protect against reasonably predictable and controllable fire losses. Comply with NAPA 10 "Standard for Portable Fire Extinguishers," and NAPA 241 "Standard for Safeguarding Construction, Alterations and Demolition Operations." 1. Locate fire extinguishers where convenient and effective for their intended purpose, but not less than one extinguisher on each floor at or near each usable stairwell. 2. Store combustible materials in containers in fire-safe locations. 3. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire protection facilities, stairways and other access routes for fighting fires. Prohibit smoking in hazardous fire exposure areas. 4. Provide supervision of welding operations, combustion type temporary heating units, and similar sources of fire ignition. B. Barricades, Warning Signs and Lights: Comply with standards and code requirements for erection of structurally adequate barricades. Paint with appropriate colors, graphics and warning signs to inform personnel and the public of the hazard being protected against. Where appropriate and needed provide lighting, including flashing red or amber lights. C. Enclosure Fence: Prior to beginning any work, install an enclosure fence. Install in a manner that will prevent people, dogs and other animals from easily entering the site. D. Security Enclosure and Lockup: Install substantial temporary enclosure of partially completed areas of construction. Provide locking entrances to prevent unauthorized entrance, vandalism, theft and similar violations of security. 1. Storage: Where materials and equipment must be stored, and are of value or attractive for theft, provide a secure lockup. Enforce discipline in connection with the installation and release of material to minimize the opportunity for theft and vandalism. E. Environmental Protection: Provide protection, operate temporary facilities and conduct construction in ways and by methods that comply with environmental regulations, and minimize the possibility that air, waterways and subsoil might be contaminated or polluted, or that other undesirable effects might result. Avoid use of tools and equipment which produce harmful noise. Restrict use of noise making tools and equipment to hours that will minimize complaints from persons or firms near the site. F. Overhead protection: Provide overhead protection from falling materials. G. Temporary partitions: Prior to any construction activities, the Contractor will provide wood partitions (2 x 4 studs at 16 c/c) with plywood sheathing on the occupied side of every interior door adjacent to occupied areas including, but not limited to, the Gymnasium, the Trainer s Room, all adjoining corridors and fire exits. All openings must be sealed at all joints and be dust proof. Doors are to be hollow metal with lockable panic hardware and weather stripping. Provide keys for the Construction Manager and Owner. Provide exit signs and emergency signage as required by local officials. All inspections with local code and fire enforcement must be coordinated and approved by the Contractor prior to any work activities. 3.5 OPERATION, TERMINATION AND REMOVAL A. Maintenance: Maintain facilities in good operating condition until removal. B. Termination and Removal: Unless the Engineer requests that it be maintained longer, remove each temporary facility when the need has ended, or when replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore North Hanover Township Board of Education Page 4 of 4 Temporary Facilities 01500

99 P.W. Moss & Associates New Endeavour School General Construction Phase II permanent construction that may have been delayed because of interference with the temporary facility. Repair damaged Work, clean exposed surfaces and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of the Contractor. END OF SECTION North Hanover Township Board of Education Page 5 of 4 Temporary Facilities 01500

100 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION PRODUCT SUBSTITUTIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for handling requests for substitutions made after award of the Contract. B. The Contractor's Construction Schedule and the Schedule of Submittals are included under Section "Submittals." C. Standards: Refer to Section "Definitions and Standards" for applicability of industry standards to products specified. D. Procedural requirements governing the Contractor's selection of products and product options are included under Section "Materials and Equipment." 1.3 DEFINITIONS A. Definitions used in this Article are not intended to change or modify the meaning of other terms used in the Contract Documents. B. Substitutions: Requests for changes in products, materials, equipment, and methods of construction required by Contract Documents proposed by the Contractor after award of the Contract are considered requests for "substitutions." The following are not considered substitutions: 1. Revisions to Contract Documents requested by the Owner or Engineer. 2. Specified options of products and construction methods included in Contract Documents. 3. The Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. 1.4 SUBMITTALS A. Substitution Request Submittal: Requests for substitution will be considered if received within 30 days after commencement of the Work and only if the "Equivalent Listing" form was submitted within 48 hours after the bid opening. Requests received more than 30 days after commencement of the Work may be considered or rejected at the discretion of the Engineer. 1. Submit 3 copies of each request for substitution for consideration. Submit requests in the form and in accordance with procedures required for Change Order proposals. 2. Identify the product, or the fabrication or installation method to be replaced in each request. Include related Specification Section and Drawing numbers. Provide complete documentation showing compliance with the requirements for substitutions, and the following information, as appropriate: North Hanover Township Board of Education Page 1 of 3 Product Substitutions 01631

101 P.W. Moss & Associates New Endeavour School General Construction Phase II a. Product Data, including Drawings and descriptions of products, fabrication and installation procedures. b. Samples, where applicable or requested. c. A detailed comparison of significant qualities of the proposed substitution with those of the Work specified. Significant qualities may include elements such as size, weight, durability, performance and visual effect. d. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by the Owner and separate Contractors that will become necessary to accommodate the proposed substitution. e. A statement indicating the substitution's effect on the Contractor's Construction Schedule compared to the schedule without approval of the substitution. Indicate the effect of the proposed substitution on overall Contract Time. f. Cost information, including a proposal of the net change, if any in the Contract Sum. g. Certification by the Contractor that the substitution proposed is equal-to or better in every significant respect to that required by the Contract Documents, and that it will perform adequately in the application indicated. Include the Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of the failure of the substitution to perform adequately. 3. Engineer's Action: Within 5 days of receipt of the request for substitution, the Engineer will notify the Contractor of acceptance or rejection of the proposed substitution. If a decision on use of a proposed substitute cannot be made or obtained within the time allocated, use the product specified by name. Acceptance will be in the form of a Change Order. The Engineer will judge whether a substitution request is acceptable. a. Contractor shall not assume that a piece of equipment by a manufacturer submitted as a substitution will be automatically accepted. If the substituted material is considered to be unacceptable, the Contractor shall provide the equipment as originally specified. 4. By submitting a substitution, the Contractor automatically agrees to the following: a. The Owner shall be reimbursed by the Contractor for any additional costs incurred by the Engineer to review the substituted materials, in accordance with the then current hourly rates of the Engineer. b. The Owner shall be reimbursed by the Contractor for any additional costs incurred by the Engineer and his consultants for field or office conferences caused by the substituted materials, in accordance with the then current hourly rates of the Engineer. c. The consideration of substitutions does not obligate the Engineer to accept same. d. In the event that a brand is approved and substituted, it is the responsibility of the Contractor to so coordinate his substituted material into the original work at no extra cost to the Owner. PART 2 - PRODUCTS 2.1 SUBSTITUTIONS North Hanover Township Board of Education Page 2 of 3 Product Substitutions 01631

102 P.W. Moss & Associates New Endeavour School General Construction Phase II A. Conditions: The Contractor's substitution request will be received and considered by the Engineer when one or more of the following conditions are satisfied, as determined by the Engineer; otherwise requests will be returned without action except to record noncompliance with these requirements. 1. Extensive revisions to Contract Documents are not required. 2. Proposed changes are in keeping with the general intent of Contract Documents. 3. The request is timely, fully documented and properly submitted. 4. The specified product or method of construction cannot be provided within the Contract Time. The request will not be considered if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. 5. The specified product or method of construction cannot receive necessary approval by a governing authority, and the requested substitution can be approved. 6. A substantial advantage is offered the Owner, in terms of cost, time, energy conservation or other considerations of merit, after deducting offsetting responsibilities the Owner may be required to bear. Additional responsibilities for the Owner may include additional compensation to the Engineer for redesign and evaluation services, increased cost of other construction by the Owner or separate Contractors, and similar considerations. 7. The specified product or method of construction cannot be provided in a manner that is compatible with other materials, and where the Contractor certifies that the substitution will overcome the incompatibility. 8. The specified product or method of construction cannot be coordinated with other materials, and where the Contractor certifies that the proposed substitution can be coordinated. 9. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where the Contractor certifies that the proposed substitution provide the required warranty. B. The Contractor's submittal and Engineer's acceptance of Shop Drawings, Product Data or Samples that relate to construction activities not complying with the Contract Documents does not constitute an acceptable or valid request for substitution, nor does it constitute approval. PART 3 - EXECUTION (Not Applicable) END OF SECTION North Hanover Township Board of Education Page 3 of 3 Product Substitutions 01631

103 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION PROJECT CLOSE-OUT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for project closeout, including but not limited to: 1. Inspection procedures. 2. Project record document submittal. 3. Operating and maintenance manual submittal. 4. Submittal of warranties. 5. Final cleaning. B. Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions-2 through SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. Include supporting documentation for completion as indicated in these Contract Documents and a statement showing an accounting of changes to the Contract Sum. a. If 100 percent completion cannot be shown, include a list of incomplete items, the value of incomplete construction, and reasons the Work is not complete. 2. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications and similar documents. 3. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities; include occupancy permits, operating certificates and similar releases. 4. Submit record drawings, maintenance manuals, final project photographs, damage or settlement survey, property survey, and similar final record information. 5. Deliver tools, spare parts, extra stock, and similar items. 6. Complete start-up testing of systems, and instruction of the Owner's operating and maintenance personnel. Discontinue or change over and remove temporary facilities from the site, along with construction tools, mock-ups, and similar elements. 7. Complete final clean up requirements, including touch-up painting. Touch-up and otherwise repair and restore marred exposed finishes. B. Inspection Procedures: On receipt of a request for inspection, the Engineer will either proceed North Hanover Township Board of Education Page 1 of 3 Project Closeout 01700

104 P.W. Moss & Associates New Endeavour School General Construction Phase II with inspection or advise the Contractor of unfilled requirements. The Engineer will prepare the Certificate of Substantial Completion following inspection, or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. 1. The Engineer will repeat inspection when requested and assured that the Work has been substantially completed. 2. Results of the completed inspection will form the basis of requirements for final acceptance. 1.4 FINAL ACCEPTANCE A. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. 1. Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. 2. Submit an updated final statement, accounting for final additional changes to the Contract Sum. 3. Submit a certified copy of the Engineer's final inspection list of items to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance, and the list has been endorsed and dated by the Engineer. 4. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the date of Substantial Completion, or when the Owner took possession of and responsibility for corresponding elements of the Work. 5. Submit consent of surety to final payment. 6. Submit a final liquidated damages settlement statement. 7. Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Reinspection Procedure: The Engineer will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except items whose completion has been delayed because of circumstances acceptable to the Engineer. 1. Upon completion of reinspection, the Engineer will prepare a certificate of final acceptance, or advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. If necessary, reinspection will be repeated. Reinspections by the Engineer will be charged to the Contractor at current hourly rates. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 CLOSEOUT PROCEDURES A. Submit (in duplicate) the following forms: a. AIA G706, Contractor's Affidavit of Payment of Debts and Claims. b. AiAG706A,Contractor's Affidavit of Release of Liens. c. AIAG707,Consent of Surety to Final Payment. d. Copies of all final inspection reports and certificates. 3.2 FINAL CLEANING North Hanover Township Board of Education Page 2 of 3 Project Closeout 01700

105 P.W. Moss & Associates New Endeavour School General Construction Phase II A. General: General cleaning during construction is required by the General Conditions. B. Final Cleaning: General Work Contractor shall employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with manufacturer's instructions. 1. Clean the site of rubbish, litter and other foreign substances. Sweep paved areas broom clean; remove stains, spills and other foreign deposits. Rake disturbed grounds that are neither paved nor planted, to a smooth even-textured surface. C. Removal of Protection: Remove temporary protection and facilities installed for protection of the Work during construction. D. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful or dangerous materials into drainage systems. Remove waste materials from the site and dispose of in a lawful manner. 1. Where extra materials of value remaining after completion of associated Work have become the Owner's property, arrange for disposition of these materials as directed. END OF SECTION North Hanover Township Board of Education Page 3 of 3 Project Closeout 01700

106 P.W. Moss & Associates New Endeavour School General Construction Phase II SECTION WARRANTIES AND BONDS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies general administrative and procedural requirements for warranties and bonds required by the Contract Documents, including manufacturer s standard warranties on products and special warranties. 1. Refer to the General Conditions for terms of the Contractor's special warranty of workmanship and materials. 2. General closeout requirements are included in Section "Project Closeout." 3. Specific requirements for warranties for the Work and products and installations that are specified to be warranted, are included in the individual Sections of Divisions-2 through Certifications and other commitments and agreements for continuing services to Owner are specified elsewhere in the Contract Documents. B. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the Work that incorporates the products, nor does it relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the Contractor. 1.3 WARRANTY REQUIREMENTS A. Related Damages and Losses: When correcting warranted Work that has failed, remove and replace other Work that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted Work. B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether the Owner has benefited from use of the Work through a portion of its anticipated useful service life. D. Owner's Recourse: Written warranties made to the Owner are in addition to implied warranties, and shall not limit the duties, obligations, rights and remedies otherwise available under the law, nor shall warranty periods be interpreted as limitations on time in which the Owner can enforce such other duties, obligations, rights, or remedies. 1. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit selections to products with warranties not in conflict with requirements of the Contract North Hanover Township Board of Education Page 1 of 2 Warranties and Bonds 01740

107 P.W. Moss & Associates New Endeavour School General Construction Phase II Documents. E. The Owner reserves the right to refuse to accept Work for the Project where a special warranty, certification, or similar commitment is required on such Work or part of the Work, until evidence is presented that entities required to countersign such commitments are willing to do so. 1.4 SUBMITTALS A. Submit written warranties to the Engineer prior to the date certified for Substantial Completion. If the Certificate of Substantial Completion designates a commencement date for warranties other than the date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of the Engineer. 1. Regardless of when a designated portion of the Work is completed or occupied or used by the Owner, all warranties shall commence from the date of Substantial Completion. B. When a special warranty is required to be executed by the Contractor, or the Contractor and a subcontractor, supplier or manufacturer, prepare a written document that contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to the Owner through the Engineer for approval prior to final execution. 1. Refer to individual Sections of Divisions-2 through -16 for specific content requirements, and particular requirements for submittal of special warranties. C. Form of Submittal: At Final Completion compile three copies of each required warranty and bond properly executed by the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer. PART 2 - PRODUCTS (Not Applicable). PART 3 - EXECUTION (Not Applicable) END OF SECTION North Hanover Township Board of Education Page 2 of 2 Warranties and Bonds 01740

108 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey TABLE OF CONTENTS- TECHNICAL SPECIFICATIONS DIVISION 05 - METALS SECTION Metal Fabrications SECTION Decorative Metal DIVISION 06 WOOD, PLASTICS, AND COMPOSITES SECTION Exterior Rough Carpentry SECTION Fiberglass Reinforced Plastics Fabrications DIVISION 10 - SPECIALTIES SECTION Exterior Sun Control Devices SECTION Site Amenities SECTION Decorative Concrete Pavement DIVISON 12 - FURNISHINGS SECTION Site Furnishings DIVISON 13 SPECIAL CONSTRUCTION SECTION Tensioned Fabric Structures DIVISION 31 EARTHWORK SECTION Earthwork DIVISION 32 EXTERIOR IMPROVEMENTS SECTION Unit Paving SECTION Stabilized Stone Paths SECTION Site Concrete Work SECTION Pavement Markings SECTION Synthetic Grass Surfacing SECTION Landscape Stone SECTION Soil Preparation DIVISION 33 - UTILITIES SECTION Storm Utility Drainage Piping Table of Contents

109 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION METAL FABRICATIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Overhead Trough B. Products furnished, but not installed, under this Section include the following: 1. Anchor bolts, steel pipe sleeves, slotted-channel inserts, and wedge-type inserts indicated to be cast into concrete or built into unit masonry. C. Related Requirements: 1. Section "Cast-in-Place Concrete" for installing anchor bolts, steel pipe sleeves, slotted-channel inserts, wedge-type inserts, and other items cast into concrete. 1.3 COORDINATION A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with one another. B. Coordinate installation of metal fabrications that are anchored to or that receive other work. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. 1.4 ACTION SUBMITTALS A. Product Data: For the following: 1. Paint products. 2. Grout. Metal Fabrications

110 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey B. Shop Drawings: Show fabrication and installation details. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. Provide Shop Drawings for the following: 1. Overhead Trough C. Delegated-Design Submittal: For overhead trough, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For professional engineer. B. Welding certificates. C. Paint Compatibility Certificates: From manufacturers of topcoats applied over shop primers, certifying that shop primers are compatible with topcoats. 1.6 QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." B. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.1/D1.1M, "Structural Welding Code - Steel." 2. AWS D1.2/D1.2M, "Structural Welding Code - Aluminum." 3. AWS D1.6/D1.6M, "Structural Welding Code - Stainless Steel." 1.7 FIELD CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with metal fabrications by field measurements before fabrication. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Section "Quality Requirements," to design Overhead Trough. B. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes acting on exterior metal fabrications by preventing buckling, opening of joints, overstressing of components, failure of connections, and other detrimental effects. Metal Fabrications

111 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 2.2 METALS A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. B. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. C. Stainless-Steel Sheet, Strip, and Plate: ASTM A 240/A 240M or ASTM A 666, Type 304 D. Stainless-Steel Bars and Shapes: ASTM A 276, Type 304. E. Rolled-Steel Floor Plate: ASTM A 786/A 786M, rolled from plate complying with ASTM A 36/A 36M or ASTM A 283/A 283M, Grade C or D. F. Rolled-Stainless-Steel Floor Plate: ASTM A 793. G. Steel Tubing: ASTM A 500/A 500M, cold-formed steel tubing. H. Steel Pipe: ASTM A 53/A 53M, Standard Weight (Schedule 40) unless otherwise indicated. I. Zinc-Coated Steel Wire Rope: ASTM A Wire-Rope Fittings: Hot-dip galvanized-steel connectors with capability to sustain, without failure, a load equal to minimum breaking strength of wire rope with which they are used. J. Cast Iron: Either gray iron, ASTM A 48/A 48M, or malleable iron, ASTM A 47/A 47M, unless otherwise indicated. K. Aluminum Plate and Sheet: ASTM B 209 (ASTM B 209M), Alloy 6061-T6. L. Aluminum Extrusions: ASTM B 221 (ASTM B 221M), Alloy 6063-T6. M. Aluminum-Alloy Rolled Tread Plate: ASTM B 632/B 632M, Alloy 6061-T6. N. Aluminum Castings: ASTM B 26/B 26M, Alloy F. 2.3 FASTENERS A. General: Unless otherwise indicated, provide Type 304 stainless-steel fasteners for exterior use and zinc-plated fasteners with coating complying with ASTM B 633 or ASTM F 1941 (ASTM F 1941M), Class Fe/Zn 5, at exterior walls. Select fasteners for type, grade, and class required. 1. Provide stainless-steel fasteners for fastening aluminum. 2. Provide stainless-steel fasteners for fastening stainless steel. Metal Fabrications

112 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey B. Steel Bolts and Nuts: Regular hexagon-head bolts, ASTM A 307, Grade A (ASTM F 568M, Property Class 4.6); with hex nuts, ASTM A 563 (ASTM A 563M); and, where indicated, flat washers. C. Steel Bolts and Nuts: Regular hexagon-head bolts, ASTM A 325, Type 3 (ASTM A 325M, Type 3); with hex nuts, ASTM A 563, Grade C3 (ASTM A 563M, Class 8S3); and, where indicated, flat washers. D. Stainless-Steel Bolts and Nuts: Regular hexagon-head annealed stainless-steel bolts, ASTM F 593 (ASTM F 738M); with hex nuts, ASTM F 594 (ASTM F 836M); and, where indicated, flat washers; Alloy Group 1 (A1). E. Anchor Bolts: ASTM F 1554, Grade 36, of dimensions indicated; with nuts, ASTM A 563 (ASTM A 563M); and, where indicated, flat washers. 1. Hot-dip galvanize or provide mechanically deposited, zinc coating where item being fastened is indicated to be galvanized. F. Anchors, General: Anchors capable of sustaining, without failure, a load equal to six times the load imposed when installed in unit masonry and four times the load imposed when installed in concrete, as determined by testing according to ASTM E 488/E 488M, conducted by a qualified independent testing agency. G. Cast-in-Place Anchors in Concrete: Either threaded type or wedge type unless otherwise indicated; galvanized ferrous castings, either ASTM A 47/A 47M malleable iron or ASTM A 27/A 27M cast steel. Provide bolts, washers, and shims as needed, all hot-dip galvanized per ASTM F H. Post-Installed Anchors: Torque-controlled expansion anchors or chemical anchors. 1. Material for Interior Locations: Carbon-steel components zinc plated to comply with ASTM B 633 or ASTM F 1941 (ASTM F 1941M), Class Fe/Zn 5, unless otherwise indicated. 2. Material for Exterior Locations and Where Stainless Steel Is Indicated: Alloy [Group 1 (A1) stainless-steel bolts, ASTM F 593 (ASTM F 738M), and nuts, ASTM F 594 (ASTM F 836M). 2.4 MISCELLANEOUS MATERIALS A. Polyester Powder-coating Process: Per AAMA All powder-coated parts shall be completely cleaned using multi-stage cleaning and pretreatment, amorphous chromium phosphate pretreatment. Powder-coating shall be then electrostatically applied and ovencured at 375 to 425 degrees Fahrenheit, 1.2 mils. Polyester powders shall meet or exceed ASTM standards for Adhesion, Hardness, Impact, Flexibility, Overbake Resistance, and Salt Spray Resistance. Design Color: Blue Streak (to match shade sail supports). Final color to be selected by Owner from manufacturer s full range. Metal Fabrications

113 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey B. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it. C. Nonshrink, Nonmetallic Grout: Factory-packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107/C 1107M. Provide grout specifically recommended by manufacturer for interior and exterior applications. D. Concrete: Comply with requirements in Section "Cast-in-Place Concrete" for normal-weight, air-entrained, concrete with a minimum 28-day compressive strength of 3000 psi (20 MPa). 2.5 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch (1 mm) unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Form exposed work with accurate angles and surfaces and straight edges. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Where exposed fasteners are required, use Phillips flathead (countersunk) fasteners unless otherwise indicated. Locate joints where least conspicuous. G. Fabricate seams and other connections that are exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. H. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. Metal Fabrications

114 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey I. Provide for anchorage of type indicated; coordinate with supporting structure. Space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. J. Where units are indicated to be cast into concrete or built into masonry, equip with integrally welded steel strap anchors, 1/8 by 1-1/2 inches (3.2 by 38 mm), with a minimum 6-inch (150-mm) embedment and 2-inch (50-mm) hook, not less than 8 inches (200 mm) from ends and corners of units and 24 inches (600 mm) o.c., unless otherwise indicated. 2.6 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. B. Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction. 1. Fabricate units from slotted channel framing where indicated. 2. Furnish inserts for units installed after concrete is placed. C. Galvanize miscellaneous framing and supports where indicated. 2.7 FINISHES, GENERAL A. Finish metal fabrications after assembly. B. Finish exposed surfaces to remove tool and die marks and stretch lines, and to blend into surrounding surface. 2.8 ALUMINUM FINISHES A. As-Fabricated Finish: AAMA PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. B. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size Metal Fabrications

115 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. C. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. D. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. Provide threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag screws, wood screws, and other connectors. E. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. F. Corrosion Protection: Coat concealed surfaces of aluminum that come into contact with grout, concrete, masonry, wood, or dissimilar metals with the following: 1. Cast Aluminum: Heavy coat of bituminous paint. 2. Extruded Aluminum: Two coats of clear lacquer. 3.2 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS A. General: Install framing and supports to comply with requirements of items being supported, including manufacturers' written instructions and requirements indicated on Shop Drawings. B. Anchor supports securely to, and rigidly brace from, building structure. C. Support steel girders on solid grouted masonry, concrete, or steel pipe columns. Secure girders with anchor bolts embedded in grouted masonry or concrete or with bolts through top plates of pipe columns. 1. Where grout space under bearing plates is indicated for girders supported on concrete or masonry, install as specified in "Installing Bearing and Leveling Plates" Article. D. Install pipe columns on concrete footings with grouted baseplates. Position and grout column baseplates as specified in "Installing Bearing and Leveling Plates" Article. 1. Grout baseplates of columns supporting steel girders after girders are installed and leveled. Metal Fabrications

116 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 3.3 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop-painted surfaces. 1. Apply by brush or spray to provide a minimum 2.0-mil (0.05-mm) dry film thickness. B. Touchup Painting: Clean and touchup paint field welds, bolted connections, and abraded areas of shop paint. C. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780/A 780M. END OF SECTION Metal Fabrications

117 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION DECORATIVE METAL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Decorative metal panels. 1.3 COORDINATION A. Coordinate installation of anchorages for decorative metal items. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product, including finishing materials. B. Shop Drawings: Show fabrication and installation details for decorative metal. 1. Include plans, elevations, component details, and attachment details. 2. Indicate materials and profiles of each decorative metal member, fittings, joinery, finishes, fasteners, anchorages, and accessory items. C. Samples for Initial Selection: For products involving selection of color, texture, or design including mechanical finishes. 1.5 QUALITY ASSURANCE A. Fabricator Qualifications: A firm experienced in producing decorative metal similar to that indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. B. Installer Qualifications: Fabricator of products. C. Powder-Coating Applicator Qualifications: A firm experienced in successfully applying powder coatings of type indicated and employing competent control personnel to conduct continuing, effective quality control program to ensure compliance with requirements. Decorative Metal

118 January 2019 Endeavour School- Courtyards Bid Issue North Hanover Township School District North Hanover Township, New Jersey D. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.2/D1.2M, "Structural Welding Code - Aluminum." 1.6 DELIVERY, STORAGE, AND HANDLING A. A. Store decorative metal in a well-ventilated area, away from uncured concrete and masonry, and protected from weather, moisture, soiling, abrasion, extreme temperatures, and humidity. B. Deliver and store cast-metal products in wooden crates surrounded by enough packing material to ensure that products are not cracked or otherwise damaged. 1.7 FIELD CONDITIONS A. A. Field Measurements: Verify actual locations of walls and other construction contiguous with decorative metal by field measurements before fabrication and indicate measurements on Shop Drawings. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURER A. A. Basis of Design: The Basis of Design for decorative metal panels is manufactured by Parasoleil. Subject to compliance with requirements, provide decorative metal work by the Basis of Design manufacturer or approved equal 2.2 METALS, GENERAL A. A. Metal Surfaces, General: Use materials with smooth, flat surfaces unless otherwise indicated. Use materials without seam marks, roller marks, rolled trade names, stains, discolorations, or blemishes. B. Aluminum: Plate and Sheet: ASTM B 209, Alloy 5005-H32. C. Stainless-Steel Sheet, Strip, and Plate: ASTM A 240/A 240M or ASTM A 666, Type 304. D. Stainless-Steel Bars and Shapes: ASTM A 276, Type FASTENERS A. Fastener Materials: Unless otherwise indicated, provide the following: 1. Aluminum Items: Aluminum fasteners. 2. Dissimilar Metals: Type 304 stainless-steel fasteners. Decorative Metal

119 January 2019 Endeavour School- Courtyards Bid Issue North Hanover Township School District North Hanover Township, New Jersey B. Stainless-Steel Bolts and Nuts: Regular hexagon-head annealed stainless-steel bolts, ASTM F 593; with hex nuts, ASTM F 594; and, where indicated, flat washers; Alloy Group 1. C. Fasteners for Anchoring to Other Construction: Unless otherwise indicated, select fasteners of type, grade, and class required to produce connections suitable for anchoring indicated items to other types of construction indicated. Utilize manufacturer s standard fasteners suitable for substrate material. D. Provide concealed fasteners for interconnecting components and for attaching decorative metal items to other work unless otherwise indicated. 2.4 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. 1. For aluminum, provide type and alloy as recommended by producer of metal to be welded and as required for color match, strength, and compatibility in fabricated items. B. Etching Cleaner for Galvanized Metal: Complying with MPI#25. C. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187/D 1187M. 2.5 FABRICATION, GENERAL A. Assemble items in the shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. Use connections that maintain structural value of joined pieces. 1. Provide custom pattern matching Architect s sample. B. Form decorative metal to required shapes and sizes, true to line and level with true curves and accurate angles and surfaces. Finish exposed surfaces to smooth, sharp, well-defined lines and arris. C. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing the Work. D. Form simple and compound curves in bars, pipe, tubing, and extruded shapes by bending members in jigs to produce uniform curvature for each configuration required; maintain cross section of member throughout entire bend without buckling, twisting, cracking, or otherwise deforming exposed surfaces. E. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. Decorative Metal

120 January 2019 Endeavour School- Courtyards Bid Issue North Hanover Township School District North Hanover Township, New Jersey F. Mill joints to a tight, hairline fit. Cope or miter corner joints. Fabricate connections that will be exposed to weather in a manner to exclude water. G. Provide necessary rebates, lugs, and brackets to assemble units and to attach to other work. Cut, reinforce, drill, and tap as needed to receive finish hardware, screws, and similar items unless otherwise indicated. H. Comply with AWS for recommended practices in shop welding. Weld behind finished surfaces without distorting or discoloring exposed side. Clean exposed welded joints of flux, and dress exposed and contact surfaces. 1. Where welding cannot be concealed behind finished surfaces, finish joints to comply with NOMMA's "Voluntary Joint Finish Standards" for Type 1 Welds: no evidence of a welded joint. 2.6 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. 2.7 ALUMINUM FINISHES A. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. B. Powder-Coat Finish: AAMA 2604 except with a minimum dry film thickness of 1.5 mils. Comply with coating manufacturer's written instructions for cleaning, conversion coating, and applying and baking finish. 1. Custom Color and Gloss: Match Architect's sample. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of decorative metal. B. Proceed with installation only after unsatisfactory conditions have been corrected. Decorative Metal

121 January 2019 Bid Issue 3.2 INSTALLATION, GENERAL Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey A. A. Provide anchorage devices and fasteners where needed to secure decorative metal to inplace construction. B. Perform cutting, drilling, and fitting required to install decorative metal. Set products accurately in location, alignment, and elevation, measured from established lines and levels. Provide temporary bracing or anchors in formwork for items to be built into concrete, masonry, or similar construction. C. Fit exposed connections accurately together to form tight, hairline joints or, where indicated, uniform reveals and spaces for sealants and joint fillers. Where cutting, welding, and grinding are required for proper shop fittingand jointing of decorative metal, restore finishes to eliminate evidence of such corrective work. D. Do not cut or abrade finishes that cannot be completely restored in the field. Return items with such finishes to the shop for required alterations, followed by complete refinishing, or provide new units as required. E. Install concealed gaskets, joint fillers, insulation, and flashings as work progresses. F. Restore protective coverings that have been damaged during shipment or installation. Remove protective coverings only when there is no possibility of damage from other work yet to be performed at same location. 1. Retain protective coverings intact; remove coverings simultaneously from similarly finished items to preclude non-uniform oxidation and discoloration. G. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials. 1. Coat concealed surfaces of aluminum that will be in contact with grout, concrete, masonry, wood, or dissimilar metals, with a heavy coat of bituminous paint. 3.3 INSTALLING DECORATIVE METAL PANELS A. Fasten panels to building siding utilizing appropriate fasteners and hardware. Provide sealant at each attachment. B. Mount decorative metal panels at heights and in positions indicated. 3.4 CLEANING AND PROTECTION A. Unless otherwise indicated, clean metals by washing thoroughly with clean water and soap, rinsing with clean water, and drying with soft cloths. B. Restore finishes damaged during installation and construction period so no evidence remains of correction work. Return items that cannot be refinished in the field to the shop; make required alterations and refinish entire unit,or provide new units. END OF SECTION Decorative Metal

122 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION EXTERIOR ROUGH CARPENTRY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Elevated decks including wood decking, railings and support framing. 2. Decks on grade including wood decking, sleepers and support framing. 1.2 SUBMITTALS A. Product Data: For preservative-treated wood products. B. Forest Certification Submittal: 1. Chain-of-custody certificates certifying that IPE wood products comply with forest certification requirements. Include evidence that manufacturer is certified for chain of custody by an FSC-accredited certification body. C. Material Certificates: 1. For preservative-treated wood products. Indicate type of preservative used and net amount of preservative retained. 1.3 QUALITY ASSURANCE A. Forest Certification: Provide IPE wood products obtained from forests certified by an FSCaccredited certification body to comply with FSC STD , "FSC Principles and Criteria for Forest Stewardship." PART 2 - PRODUCTS 2.1 LUMBER, GENERAL A. Lumber: Comply with DOC PS 20 and with applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules-writing agency certified by ALSC's Board of Review. Provide lumber graded by an agency certified by ALSC's Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each item with grade stamp of grading agency. Exterior Rough Carpentry

123 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 2. For items that are exposed to view in the completed Work, mark grade stamp on end or back of each piece. 3. Provide dressed lumber, S4S, unless otherwise indicated. 2.2 DIMENSION LUMBER A. Maximum Moisture Content: 19 percent. B. Deck Framing: No. 2 grade and any of the following species: 1. Hem-fir (North); NLGA. 2. Southern pine; SPIB. 3. Douglas fir-larch; WCLIB or WWPA. 4. Spruce-pine-fir; NLGA. 5. Douglas fir-south; WWPA. 6. Hem-fir; WCLIB or WWPA. 7. Douglas fir-larch (North); NLGA. 8. Spruce-pine-fir (South); NeLMA, WCLIB, or WWPA. C. Deck Framing: Any of the above species and no. 2 grade with a modulus of elasticity of at least 1,300,000 psi (8970 MPa) and an extreme fiber stress in bending of at least 850 psi (5.86 MPa) for 2-inch nominal (38-mm actual) thickness and 12-inch nominal (286-mm actual) width for single-member use. D. Dimension Lumber Posts: No. 2 grade and any of the following species: 1. Hem-fir or hem-fir (North); NLGA, WCLIB, or WWPA. 2. Douglas fir-larch, Douglas fir-larch (North), or Douglas fir-south; NLGA, WCLIB, or WWPA. 3. Mixed southern pine; SPIB. 4. Spruce-pine-fir or spruce-pine-fir (South); NeLMA, NLGA, WCLIB, or WWPA. 5. Western red cedar, Clear Heart; NLGA, WCLIB, or WWPA 2.3 BOARDS A. Maximum Moisture Content: 19 percent. B. Board Decking and Stair Treads: Pre grooved, 1-1/4-inch- (32-mm-) thick radius-edged decking of the following species and grades: 1. IPE lumber: All decking and stair treads to be air dried IPE lumber. All IPE to be certified plantation grown. Store IPE out of direct sunlight and allow to stabilize and acclimate to the installation environment s humidity levels before installation. Use only stainless steel screws with pre-drilled holes. All planks shall be supplied with the end sealed with Anchorseal Mobil CER-M or an equal aqueous wax log sealer. IPE to be finished with Sikkens translucent SDR to all sides prior to installation. Exterior Rough Carpentry

124 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 2.4 PRESERVATIVE TREATMENT A. Pressure treat boards and dimension lumber with waterborne preservative according to AWPA U1. B. Preservative Chemicals: Acceptable to authorities having jurisdiction. 1. Do not use chemicals containing arsenic or chromium. C. Use process that includes water-repellent treatment. D. After treatment, redry dimension lumber to 19 percent maximum moisture content. E. Mark treated wood with treatment quality mark of an inspection agency approved by ALSC's Board of Review. F. Application: Treat all exterior rough carpentry unless otherwise indicated. 2.5 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. Provide nails or screws, in sufficient length, to penetrate not less than 1-1/2 inches (38 mm) into wood substrate. 1. For pressure-preservative-treated wood, use stainless-steel fasteners. 2. For wood decking, use stainless-steel fasteners and Ipe Clip Hidden Deck Fastener System. 3. Use stainless steel fasteners unless otherwise indicated for fastening other wood not specifically indicated. 4. For attaching sleepers to concrete slab use ¼ x 3 ¼ 410 Stainless Hex Head Tapcon Screws. 2.6 METAL FRAMING ANCHORS A. Basis-of-Design Products: Subject to compliance with requirements, provide products indicated on Drawings or comparable products by one of the following: 1. Cleveland Steel Specialty Co. 2. Harlen Metal Products, Inc. 3. KC Metals Products, Inc. 4. Simpson Strong-Tie Co., Inc. 5. Southeastern Metals Manufacturing Co., Inc. 6. USP Structural Connectors. B. Allowable Design Loads: Provide products with allowable design loads, as published by manufacturer, that meet or exceed those of basis-of-design products. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency. Exterior Rough Carpentry

125 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey C. Stainless-Steel Sheet: ASTM A 666, Type 304. PART 3 - EXECUTION 3.1 INSTALLATION A. Set exterior rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit exterior rough carpentry to other construction; scribe and cope as needed for accurate fit. B. Framing Standard: Comply with AF&PA's "Details for Conventional Wood Frame Construction" unless otherwise indicated. C. Install wood decking and stair treads with crown up (bark side up). D. Install metal framing anchors to comply with manufacturer's written instructions. E. Do not splice structural members between supports unless otherwise indicated. F. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative-treated lumber. G. Securely attach exterior rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. NES NER-272 for power-driven fasteners. 2. Table , "Fastening Schedule," in ICC's International Building Code. END OF SECTION EXTERIOR ROUGH CARPENTRY Exterior Rough Carpentry

126 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION FIBERGLASS REINFORCED PLASTICS (FRP) FABRICATIONS PART 1 - GENERAL 1.1 SCOPE OF WORK A. The CONTRACTOR shall furnish, fabricate (where necessary), and install all fiberglass reinforced plastic (FRP) items, with all appurtenances, pedestals, roofing protection, accessories and incidentals necessary to produce a complete, operable and serviceable installation for support of synthetic turf as shown on the Contract Drawings and as specified herein, and in accordance with the requirements of the Contract Documents. 1.2 REFERENCES A. The publications listed below (latest revision applicable) form a part of this specification to the extent referenced herein. The publications are referred to within the text by the designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) Test Methods: ASTM D 635 Rate of Burning and/or Extent and Time of Burning of Self-Supporting Plastics in a Horizontal Position ASTM E 84 Surface Burning Characteristics of Building Materials 1.3 CONTRACTOR SUBMITTALS A. The CONTRACTOR shall furnish shop drawings of all fabricated gratings and accessories in accordance with the provisions of this Section. B. The CONTRACTOR shall furnish manufacturer's shop drawings clearly showing material sizes, types, styles, part or catalog numbers, complete details for the fabrication and erection of components including, but not limited to, location, lengths, type and sizes of fasteners, clip angles, member sizes, and connection details. C. The CONTRACTOR shall submit the manufacturer s published literature including structural design data, structural properties data, grating load/deflection tables, corrosion resistance tables, certificates of compliance, test reports as applicable, concrete anchor systems and their allowable load tables, and design calculations for systems not sized or designed in the contract documents. D. The CONTRACTOR may be requested to submit sample pieces of each item specified herein for acceptance by the ENGINEER as to quality and color. Sample pieces shall be manufactured by the method to be used in the WORK. 1.4 QUALITY ASSURANCE Fiberglass Reinforced Plastics (FRP) Fabrications

127 A. All items to be provided under this Section shall be furnished only by manufacturers having a minimum of ten (10) years experience in the design and manufacture of similar products and systems. Additionally, if requested, a record of at least five (5) previous, separate, similar successful installations in the last five (5) years shall be provided. B. Manufacturer shall offer a 3 year limited warranty on all FRP products against defects in materials and workmanship. C. Manufacturer shall be certified to the ISO standard. D. Manufacturer shall provide proof of certification from at least two other quality assurance programs for its facilities or products (UL, DNV, ABS, USCG, AARR). 1.5 PRODUCT DELIVERY AND STORAGE A. Delivery of Materials: Manufactured materials shall be delivered in original, unbroken pallets, packages, containers, or bundles bearing the label of the manufacturer. Adhesives, resins and their catalysts and hardeners shall be crated or boxed separately and noted as such to facilitate their movement to a dry indoor storage facility. B. Storage of Products: All materials shall be carefully handled to prevent them from abrasion, cracking, chipping, twisting, other deformations, and other types of damage. Adhesives, resins and their catalysts are to be stored in dry indoor storage facilities between 70 and 85 degrees Fahrenheit (21 to 29 degrees Celsius) until they are required. PART 2 - PRODUCTS 2.1 MANUFACTURER 2.2 GENERAL A. Floor Grating shall be 1-1/2 Inch Deep Micro-Mesh as manufactured by: Fibergrate Composite Structures Inc Belt Line Road, Suite 1212 Dallas, Texas USA (800) (972) Fax Website: info@fibergrate.com Or approved equal. A. All FRP items furnished under this Section shall be composed of fiberglass reinforcement and resin in qualities, quantities, properties, arrangements and dimensions as necessary to meet the design requirements and dimensions as specified in the Contract Documents. B. Fiberglass reinforcement shall be continuous roving in sufficient quantities as needed by Fiberglass Reinforced Plastics (FRP) Fabrications

128 the application and/or physical properties required. C. Resin shall be Vinyl Ester, with chemical formulations as necessary to provide the corrosion resistance, strength and other physical properties as required. D. All finished surfaces of FRP items and fabrications shall be smooth, resin-rich, free of voids and without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well covered with resin to protect against their exposure due to wear or weathering. E. All grating products shall have a tested flame spread rating of 25 or less per ASTM E-84 Tunnel Test. Gratings shall also have tested burn time of less than 30 seconds and an extent of burn rate of less than or equal to 10 millimeters per ASTM D635. F. All mechanical grating clips shall be manufactured of Type 316SS (stainless steel). 2.3 MOLDED FRP GRATING A. Manufacture: Grating shall be of a one piece molded construction with tops and bottoms of bearing bars and cross bars in the same plane. Grating shall have a square mesh pattern providing bidirectional strength. Grating shall be reinforced with continuous rovings of equal number of layers in each direction. The top layer of reinforcement shall be no more than 1/8" below the top surface of the grating so as to provide maximum stiffness and prevent resin chipping of unreinforced surfaces. Percentage of glass (by weight) shall not exceed 35% so as to achieve maximum corrosion resistance, and as required to maintain the structural requirements of the CONTRACT. After molding, no dry glass fibers shall be visible on any surface of bearing bars or cross bars. All bars shall be smooth and uniform with no evidence of fiber orientation irregularities, interlaminar voids, porosity, resin rich or resin starved areas. B. Non-slip surfacing: Grating shall be manufactured with a grit top surface. C. Bar intersections of full depth bars are to be filleted to a minimum radius of 1/16 to eliminate local stress concentrations and the possibility of resin cracking at these locations. Intersections of secondary, partial depth bars do not require a fillet. D. Fire rating: Grating shall be fire retardant with a tested flame spread rating of 25 or less when tested in accordance with ASTM E 84. Certifications shall be dated within the past two years and test data performed only on the resin shall not be acceptable. E. Resin system: The resin system used in the manufacture of the grating shall be Vi-Corr. Manufacturer may be required to submit corrosion data from tests performed on actual grating products in standard chemical environments. Corrosion resistance data of the base resin from the manufacturer is not a true indicator of grating product corrosion resistance and shall not be accepted. F. Color: Dark Gray. G. Depth: 1-1/2" with a tolerance of plus or minus 1/16". H. Mesh Configuration: 1-1/2" square mesh bottom, 3/4" square mesh top, with a tolerance Fiberglass Reinforced Plastics (FRP) Fabrications

129 of plus or minus 1/16" mesh centerline to centerline. Top surface meets ADA requirements. Panels shall be 4'-0" x 12'-0. I. Load/Deflection: Load and Deflection capability of grating shall be equal to that of the open mesh 1-1/2 deep, 1-1/2 square mesh molded grating. J. Substitutions: Other products of equal strength, stiffness, corrosion resistance and overall quality may be submitted with the proper supporting data to the engineer for review. 2.4 GRATING FABRICATION A. Measurements: Grating supplied shall meet the dimensional requirements and tolerances as shown or specified. The Contractor shall provide and/or verify measurements in field for work fabricated to fit field conditions as required by grating manufacturer to complete the work. When field dimensions are not required, contractor shall determine correct size and locations of required holes or cutouts from field dimensions before grating fabrication. B. Layout: Each grating section shall be readily removable, except where indicated on drawings. Manufacturer to provide openings and holes where located on the contract drawings. Grating openings which fit around protrusions (pipes, cables, machinery, etc.) shall be discontinuous at approximately the centerline of opening so each section of grating is readily removable. C. Sealing: All shop fabricated grating cuts shall be sealed to provide maximum corrosion resistance. All field fabricated grating cuts shall be coated similarly by the contractor in accordance with the manufacturer's instructions. D. Hardware: For panels installed on structural members, Type 316 stainless steel hold-down clips shall be provided, with a minimum of four per piece of grating, or as recommended by the manufacturer. 2.5 GRATING PEDESTALS A. Manufacturer: Adjustable height pedestals shall be item number Low Height Adjustable Pedestal or item number Adjustable Pedestal as manufactured by Bison Innovative Products (800) or approved equal. Pedestals are available directly from Fibergrate Composite Structures, Inc. B. Hardware: For panels installed on pedestals, Type 316 stainless steel hold-down clips shall be provided, with a minimum of four per piece of grating, or as recommended by the manufacturer. PART 3 - EXECUTION 3.1 INSPECTION A. Shop inspection is authorized as required by the Owner and shall be at Owner's expense. The fabricator shall give ample notice to Contractor prior to the beginning of any Fiberglass Reinforced Plastics (FRP) Fabrications

130 3.2 INSTALLATION fabrication work so that inspection may be provided. The grating shall be as free, as commercially possible, from visual defects such as foreign inclusions, delamination, blisters, resin burns, air bubbles and pits. The surface shall have a smooth finish (except for grit top surfaces). A. Contractor shall install gratings in accordance with manufacturer s assembly drawings. Panels are to be supported with grating legs in each corner or other equivalent support mechanism. Lock grating panels securely in place with hold-down fasteners or as specified herein. Field cut and drill fiberglass reinforced plastic products with carbide or diamond tipped bits and blades. Seal cut or drilled surfaces in accordance with manufacturer's instructions. Follow manufacturer's instructions when cutting or drilling fiberglass products or using resin products; provide adequate ventilation. B. Attach composite nailer and aluminum edging as show on the plans or as recommended by the grating manufacturer. All side mounted mechanical connectors shall pass through a minimum of 2 grating bars. C. Elevations of grating shall be set and coordinated to work with adjacent ipe decking pavers and pedestals by others. Contractor shall fully coordinate with other Contractors performing adjacent work. D. When fully installed all grating, edging and pedestals shall be level or plumb, firmly attached, secure and free of any play whatsoever. E. The Contractor shall coordinate the inspection of the grating by synthetic turf installer to ensure that the grating is ready to receive the synthetic turf work and correct any deficiencies identified by the synthetic turf installer. Fiberglass Reinforced Plastics (FRP) Fabrications

131 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION EXTERIOR SUN CONTROL DEVICES PART 1 - GENERAL 1.01 Related Documents. A. Drawings and general provisions of the contract, including general and Supplementary Conditions and the General Requirements, apply to work of this section SECTION INCLUDES A. Structural Pergola Components. B. Pergola Footings. C. Pergola Canopy Systems RELATED SECTIONS A. Section Cast in Place Concrete: Foundations and floor slab REFERENCES A. ASTM E 84 Standard Test Method for Surface Burning Characteristics of Building Materials. B. ASCE 710 American Society of Civil Engineers, Minimum Design Loads for Buildings and other structures DESIGN/PERFORMANCE REQUIREMENTS 1.06 SUBMITTALS A. Design members to withstand wind loads in accordance with ASCE 710 and applicable code. B. Design foundations in accordance with applicable code and good construction practices for the specific structure and site conditions. C. Cooperate with regulatory agency or authority and provide data as requested. D. Design pergola for required allowable ground snow load in accordance with the applicable code. E. Design pergola in accordance with applicable fire code and provide data on ASTM E 84 testing performance. A. Product Data: Manufacturer's data sheets on each product to be used, Exterior Sun Control Devices

132 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey including: 1. Product specification sheets. 2. Installation instructions. B. Shop Drawings: Indicate assembly dimensions, locations of structural members, connections, and general construction details, anchorages and method of anchorage, and method of installation. C. Selection Samples: For each finish product specified, two complete sets of color samples representing manufacturer's full range of available colors. D. Verification Samples: For each finish product specified, two samples representing actual product and color. E. Engineering drawings, signed and sealed by a NJ Licensed Professional Engineer QUALITY ASSURANCE A. Manufacturer Qualifications: Single source manufacturer for design, engineering, structure fabrication, and shipping. B. Installer Qualifications: Familiar with manufacturer's structures and installation techniques DELIVERY, STORAGE, AND HANDLING A. All packages and pallets should be opened and inspected for hidden damage upon receipt. Any missing or damaged components should be noted on the delivery receipt with the carrier before accepting the shipment. B. Repackage components and carefully store in an area protected from the weather until ready for installation. C. Handle materials so as to protect materials, coatings, and finishes during transportation and installation to prevent damage or staining SEQUENCING 1.10 WARRANTY A. Ensure that footing location plans and other information required for installation of products of this section are furnished to affected trades in time to prevent interruption of construction progress. B. Ensure that products of this section are supplied to affected trades in time to prevent interruption of construction progress. A. Provide manufacturer s warranties, as appropriate, for all pergola components, canopy systems, and finish coatings. Exterior Sun Control Devices

133 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey Year commercial warranty. 0 to 15 years, full purchase price of products. 15 to 25 years, 50% of purchase price of products. 25 to 30 years, 5% of purchase price of products PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Acceptable Manufacturer: Structureworks Fabrication, which is located at: 3300 Dill Smith Dr.; Fredericksburg, VA 22408, , info@structureworksfab.com, or approved equal MATERIALS A. Provide the following pergolas to the overall sizes and configuration indicated on the Drawings. B. Attachment Method. 1. Attached to host structure. C. Overall width (direction of beam) of pergola: D. Overall projection (direction of rafters) of pergola: E. Column Selection 1. Aluminum 6 x 6 x 9 High Post with Mounting Brackets F. Beam Component Selection x 8 Aluminum.. G. Rafter Component Selection x 8 Aluminum... H. Hardware. 1. All exposed hardware to be stainless steel or aluminum FINISH I. Canopy System. 1. Manually Retractable Pergola Canopy System. a. Specify fabric name: Phifertex Plus Mesh Fabric. Color: Selected from manufacturer s full range. Stainless steel cables and hardware. A. Provide all pergola components (columns, beams, rafters, and stringers) with ColorLast Process finish coating applied. 1. Specify standard color: To be selected from manufacturers full range. Exterior Sun Control Devices

134 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey PART 3 EXECUTION 3.01 EXAMINATION A. Do not begin installation until supporting structures have been properly prepared. B. If foundation preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding PREPARATION A. Clean component surfaces thoroughly prior to installation INSTALLATION A. Install in accordance with manufacturer's instructions. B. Construct foundations in accordance with local codes and good construction practices for the specific structure and site conditions CLEANING 1. Surface Mount on New Footings: Surface mount units on new concrete footings as indicated in the on the approved shop drawings. Slab requirements vary according to structure size. Concrete shall conform to Section Anchor bolts for surface mounted units shall be accurately set using manufacturer s instructions. 3. Canopy Systems: Install in accordance with manufacturer s instructions. A. Clean all surfaces and restore any marred surfaces to original conditions as approved by the Architect PROTECTION A. Protect installed products until completion of project. B. Touchup, repair, or replace damaged products before Substantial Completion. END OF SECTION Exterior Sun Control Devices

135 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION SITE AMENITIES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and the General Requirements, apply to work of this section SCOPE OF WORK A. The Contractor shall supply all equipment, materials and labor to complete the site improvements as described herein and as shown on the drawings, which includes the following: 1.03 RELATED SECTIONS 1. Bulletin Boards Art Wall A. Earthwork 1.04 SUBMITTALS A. Certification 1. General a. Certificates of inspection as required by governmental authorities. b. Other data substantiating that materials comply with specified requirements. B. Samples as required in PART 2 - PRODUCTS C. Shop Drawings - As required in PART 3 - EXECUTION D. Product Data 1.05 SUBSTITUTIONS 1. Copies of manufacturer's latest published product data for materials specified in this Section shall be submitted to the Landscape Architect for review. No materials are to be delivered to the site prior to review. All manufacturer s Specifications are included herein by reference, as if written out in there entirety. A. The Contractor shall submit a base bid as per plan. 1. It is the Contractor's responsibility to make every reasonable effort to find the material specified. B. It is the intent to eliminate post - bid substitutions. C. In the event that the contract material has become unavailable, the Contractor may offer substitutions to the Landscape Architect for consideration. If he does so, he must include a Site Amenities

136 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 1.06 QUALITY ASSURANCE complete comparison of each component and aspect of the specified item versus the proposed substitution including a price clarification for such substitutions. Any substitution must be approved in writing by the Landscape Architect. A. Site Amenities work must be done by a single firm specializing in the work DELIVERY, STORAGE AND HANDLING A. All materials shall be delivered to the site in original unopened containers clearly indicating manufacturer's name, brand name, and other identifying information. B. Materials shall be stored in a dry location, off the ground, and in such a manner as to prevent damage or intrusion of foreign matter. C. All materials which have become damaged or otherwise unfit for use, during delivery or storage shall be replaced at the expense of the Contractor PROJECT CONDITIONS A. Contractor shall coordinate with Engineer's Phasing Schedule in order to proceed with, and complete work as rapidly as portions of the site become available. B. Contractor shall determine location of underground utilities and shall perform work in a manner which will avoid possible damage, hand excavating as required. C. Grade stakes shall be maintained until their removal is mutually agreed upon by all parties concerned. D. Do not commence work until all utility lines, backfilling and grading has been completed. Site amenities must be properly coordinated with pavement installation. E. Clean-up and Protection 1. Keep pavements clean and work area in an orderly condition. 2. Protect site amenities work and materials from damage due to operations by other contractors, trades and trespassers. 3. Repair or replace damaged materials as directed by the Landscape Architect INSPECTION AND ACCEPTANCE A. When site amenities work is completed, including maintenance, Landscape Architect will, upon request, make an inspection to determine acceptability. B. Site amenities may be inspected for acceptance in parts agreeable to the Landscape Architect, provided work offered for inspection is complete. C. When inspected work does not comply with requirements, replace rejected work and apply to the Landscape Architect for re-inspection until the area is found to be acceptable. D. Remove rejected materials promptly from project site. Site Amenities

137 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 1.10 WARRANTY A. The Contractor shall guarantee all work under this Section against defects in materials and workmanship for not less than one (1) year from the date of final acceptance by the Landscape Architect, or as required by the contract documents. PART 2 PRODUCTS 2.01 BULLETIN BOARD A. Model # Outdoor, 48 x96 x 4-1/8, 3 Door, 1/8 thick Aluminum Frame, Satin Anodized Finish, vented, keyed lock, with Vinyl Impregnated Cork (Design Color: 831 Mocha, Final color to be selected by Owner from manufacturer s full range), tackboard and ¼ acrylic windows as manufactured by AARCO PRODUCTS, (800) or approved equal RAIN CHAINS A. Rain Chain PART 3 EXECUTION 3.01 BULLETIN BOARD 1. Copper rain chain. Style # 2688 Acorn Cups by: Rain Chains.com 8917 Fullbright Ave. Chatsworth, CA USA Toll Free: (888) 480-RAIN (7246) Or approved equal A. The Bulletin Board shall be constructed in accordance with the plans and specifications, including the architects detailing and associated specifications. B. Surface mount Bulletin Board using stainless steel hardware of size as recommended by manufacturer to support weight of fixture. C. Provide weather tight sealant or gasket at siding penetrations. D. When fully installed, the Bulletin Board shall be level, firmly attached, secure and free of any play whatsoever. All connectors shall be firmly tightened and shall be free of any marks, dents, holes, etc. resulting from transportation to the site and actual on-site construction RAIN CHAINS A. Rain Chain: Install per manufacturer s written instructions. B. Secure top and bottom of rain chain to limit movement. C. Installation shall be tamper-proof. END OF SECTION SITE AMENITIES Site Amenities

138 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION DECORATIVE CONCRETE PAVEMENT PART 1 - GENERAL 1.01 Related Documents. Drawings and general provisions of the contract, including general and Supplementary Conditions and the General Requirements, apply to work of this section Section Includes. A. Soil aggregate base. B. Decorative colored concrete slabs, pads, sidewalks, and driveway aprons Quality Assurance. A. All material and work for concrete shall conform to applicable sections of the Brickform specifications and the New Jersey Department of Transportation Standard Specifications for Road and Bridge Construction, latest edition and all subsequent supplemental specifications unless otherwise noted. B. The contractor shall demonstrate to the satisfaction of the Engineer that he or she has executed at least 100,000 square feet of high quality, colored, textured decorative concrete, in each of the last five years. C. The concrete floor finishing subcontractor Lead Finisher and at least two additional members of the finishing crew shall be certified under the Concrete Flatwork Finisher Training and Certification Program as granted by the American Concrete Institute and shall be present during application. D. Floor Flatness: 50; Floor Levelness: 35, slope to drains as indicated. Tolerance +/- 10%. E. Concrete Testing: 1. The quality control, as specified, shall provide, direct and control all sampling and testing of concrete for quality control during placement, in accordance with field quality control procedures specified therein. 2. Codes and Standards: Comply with provisions of the latest editions of the following codes, specifications and standards, except where more stringent requirements are shown or specified. a. ACI 301 Specifications for Structural Concrete for Buildings. b. ACI 318 Building Code Requirements for Reinforced Concrete. c. Concrete Reinforcing Steel Institute, Manual of Standard Practice. 3. Concrete Testing Service: Employ, at Contractor s expense, a testing laboratory acceptable to Engineer to design concrete mixes and perform material evaluation tests related to the concrete mixes. 4. Materials and installed work may require testing and re-testing, as directed by Engineer, at any time during the progress of work. Allow free access to Decorative Concrete Pavement

139 January 2019 Bid Issue 1.04 Submittals. Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey material stockpiles and facilities. Tests, not specifically indicated to be done at Owner s expense, including re-testing of rejected materials and installed work, shall be done at Contractor s expense. A. Submit product data and manufacturer s instructions for: 1. Color Additives 2. Curing Compounds 3. Concrete Mix Design 4. Fiber Reinforcement material B. Samples for Color Verification Submit a 2 x 2 sample panel of each of the specified colors and or texture combinations indicating color additive number and required dosage rate Delivery, Storage and Handling. Color Additives: Comply with manufacturer s instructions. Deliver color additives in original, unopened packaging. Store in dry conditions Project Conditions. A. Colored Concrete Environmental Requirements: 1. Schedule placement to minimize exposure to wind and hot sun before curing materials are applied. 2. Avoid placing concrete if rain, snow, or frost is forecast within 24 hours. Protect fresh concrete from moisture and freezing. B. Schedule delivery of concrete to provide consistent mix times from batching until discharge. PART 2 - PRODUCTS 2.01 Materials. A. Dense graded aggregate base course: to comply with the engineer s specifications. B. Forms: 1. Steel, wood, or other suitable material of size and strength to resist movement during concrete placement and to retain horizontal straight forms, free of distortion and defects. 2. Use flexible spring steel forms or laminated boards to form radius bends as required. 3. Coat forms with a non-staining form release agent that will not discolor or deface the surface of concrete. C. Reinforcing Steel. 1. Reinforcement Bars: Refer to Site Concrete Work specification. Decorative Concrete Pavement

140 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey D. Concrete Materials: PART 3 EXECUTION 3.01 Inspection. 1. Concrete Mix Design: The concrete shall be NJDOT Class B. The mix design shall contain a synthetic fiber additive for reinforcement. Portland cement shall conform to ASTM C 150. Aggregates shall conform to ASTM C 33. Mixing water shall be fresh, clean and potable. An air-entraining agent complying with ASTM C 260 shall be used to achieve an entrained air content for the particular concrete mix used in accordance with the published recommendations of the Portland Cement Association and the American Concrete Institute. No admixtures containing calcium chloride are permitted. Integral Color to match Color Hardener. 2. Color Hardener: All colored concrete shall have a dry shake color hardener applied in the areas shown on the plans, as manufactured by Brickform or approved equal. Color selections to be provided, from manufacturer s full range. The Grade of Brickform Color Hardener shall be Heavy Duty as specified by the manufacturer. 3. Release agents shall be liquid- if applicable. Dry powder release agents will not be accepted. 4. Construction Joints (control joints): Shall be sawcut as per Brickform and ACI standards. See plans for locations and depths. 5. Isolation Joints (expansion joints): None. Provide 4 mil thick Visqueen plastic joint material adjacent to walls, columns and other structures and obstructions, in accordance with Brickform specifications and ACI specifications. (No bituminous joint materials will be permitted) 6. The sealer must be an acrylic, solvent-based formula, applied in two coats with a non-slip additive. The sealer must comply with all Federal VOC requirements, and the non-slip additive shall not include metal particles or abrasive minerals. 7. All curing, coloring, release, hardening and anti-slip agents shall be as specified by Brickform or approved equal. This specification includes by reference all of the provisions of the Brickform specifications as if written out in their entirety herein. Installer must examine the subgrade and conditions under which the work is to be installed and notify the engineer and landscape architect in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Engineer and/or Landscape Architect Job Conditions. No base course construction shall be performed, and no concrete slabs shall be surfaceplaced, when the subgrade is frozen or thawing or during unfavorable weather conditions, when the temperature of the air is 40 degrees F. and falling, or when temperatures of less than 40 degrees F. are anticipated within 24 hours Soil Aggregate Base Course. A. Excavate and grade as necessary to bring the subgrade to accurate grade. Decorative Concrete Pavement

141 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey B. A dense-graded aggregate base course shall be placed and compacted, and constructed in one layer. Spread base course material with no pockets or fines or otherwise segregated material. Completely remove all segregated material and replace with well-graded material. Compact the base course with approved selfpropelled rollers. Compact places inaccessible to rollers with approved mechanical tampers. Maintain material at optimum moisture. After final compaction, scrape the surface and roll until the surface is thoroughly bound, free from defects, hard, even and at proper grade and contour. Finished surface shall not extend above or below true grade by more than ¼ inch Concrete Pavements. A. All decorative concrete construction shall be performed in accordance with the Engineer s phasing schedule. Coordinate traffic controls as necessary. B. All concrete construction shall be performed in strict accordance with the Brickform specifications, the Standard Specifications, or as directed by the Engineer or Landscape Architect. C. Set forms accurately to line, radius and grade. Securely stake to prevent movement. D. Thoroughly consolidate and screed concrete to the thickness shown on the plans. E. Set ¼ pre-molded polyfoam joints against foundation walls and other vertical surfaces, and 4 mil Visqueen adjacent to curbs. F. Brickform Color Hardener shall be applied evenly to the plastic surface by the dry-shake method using a minimum of 70 lbs. per 100 square feet for colors. It shall be applied in two or more shakes, floated after each, and trowelled only after the final floating. G. Provide medium broom finish, perpendicular to path of travel, unless otherwise specified. H. Provide saw-cut control joints, and decorative score joints as shown on the plans. Tool all edges. Contractor shall protect surface from damage by pedestrians and traffic until fully cured. I. Brickform Surface Sealer shall be applied in 2 coats, and shall contain a slip/skidresistant additive. Apply after any painted graphics. END OF SECTION DECORATIVE CONCRETE PAVEMENT Decorative Concrete Pavement

142 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION SITE FURNISHINGS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and the General Requirements, apply to work of this section SCOPE OF WORK A. The Contractor shall supply all equipment, materials and labor to complete the site improvements as described herein and as shown on the drawings, which includes the following: 1. Linear Bench- 6' Long, Surface Mount 2. Linear Bench- 4' Long, Surface Mount 3. Log Wood Bench- 5 Long 4. Picnic Table- 4 seat 5. Picnic Table- 3 seat 6. Café Table 7. Café Chairs 8. Adirondack Chairs and Table 9. Teacher s Table and Benches 10. Trash/Recycle Receptacles 11. Compost Bin 12. Potting Bench 13. Galvanized Stock Planter 1.03 RELATED SECTIONS A. Earthwork B. Site C. Decorative Colored Concrete Pavement D. Concrete Pavement Base 1.04 SUBMITTALS A. Certification 1. General a. Certificates of inspection as required by governmental authorities. b. Other data substantiating that materials comply with specified requirements. B. Samples as required in PART 2 - PRODUCTS Site Furnishings

143 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey C. Shop Drawings - As required in PART 3 - EXECUTION D. Product Data 1.05 SUBSTITUTIONS 1. Copies of manufacturer's latest published product data for materials specified in this Section shall be submitted to the Landscape Architect for review. No materials are to be delivered to the site prior to review. All manufacturer s Specifications are included herein by reference, as if written out in their entirety. A. The Contractor shall submit a base bid as per plan. 1. It is the Contractor's responsibility to make every reasonable effort to find the material specified. B. It is the intent to eliminate post - bid substitutions. C. In the event that the contract material has become unavailable, the Contractor may offer substitutions to the Landscape Architect for consideration. If he does so, he must include price clarification for such substitutions. Any substitution must be approved in writing by the Landscape Architect QUALITY ASSURANCE A. Site Furnishings work must be done by a single firm specializing in the work DELIVERY, STORAGE AND HANDLING A. All materials shall be delivered to the site in original unopened containers clearly indicating manufacturer's name, brand name, and other identifying information. B. Materials shall be stored in a dry location, off the ground, and in such a manner as to prevent damage or intrusion of foreign matter. C. All materials which have become damaged or otherwise unfit for use, during delivery or storage shall be replaced at the expense of the Contractor PROJECT CONDITIONS A. Contractor shall coordinate with Engineer's Phasing Schedule in order to proceed with, and complete the work as rapidly as portions of the site become available. B. Contractor shall determine location of underground utilities and shall perform work in a manner which will avoid possible damage, hand excavating as required. C. Grade stakes shall be maintained until their removal is mutually agreed upon by all parties concerned. D. Do not install site furnishings until all utility lines, backfilling and grading has been completed. Site furnishings must be properly coordinated with pavement installation. Site Furnishings

144 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey E. Clean-up and Protection 1. During site furnishings work keep pavements clean and work area in an orderly condition. 2. Protect site furnishings work and materials from damage due to operations by other contractors, trades and trespassers. 3. Repair or replace damaged materials as directed by the Landscape Architect INSPECTION AND ACCEPTANCE A. When site furnishings work is completed, including maintenance, Landscape Architect will, upon request, make an inspection to determine acceptability. B. Site furnishings may be inspected for acceptance in parts agreeable to the Landscape Architect, provided work offered for inspection is complete. C. When inspected work does not comply with requirements, replace rejected work and apply to the Landscape Architect for re-inspection until the area is found to be acceptable. D. Remove rejected materials promptly from project site WARRANTY A. The Contractor shall guarantee all work under this Section against defects in materials and workmanship for not less than one (1) year from the date of final acceptance by the Landscape Architect. PART 2 PRODUCTS 2.01 BENCH- 6 LONG, SURFACE MOUNT A. Benches shall be Model No. AE2690LF, 6 length, as manufactured by Anova Inc. (800) , as shown on the plans, or approved equal.. Frame Design Color to be Textured Pewter. Seat Design Color to be Textured Fern. Final color selection by Owner from Manufacturer s full range BENCH- 4 LONG, SURFACE MOUNT A. Benches shall be Model No. AE2690LF, 4 length, as manufactured by Anova Inc. (800) , as shown on the plans, or approved equal. Frame Design Color to be Textured Pewter. Seat Design Color to be Textured Fern. Final color selection by Owner from Manufacturer s full range LOG WOOD BENCH A. Benches shall be TimberCraft Half Round Log Set-5 length, surface mount, as manufactured by Columbia Cascade (800) or approved equal PICNIC TABLE- 4 SEAT A. Picnic Table with 4 Seats shall be Model No.BH1841T, Beacon Hill Thermory Table Site Furnishings

145 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey with Thermory Plank table top and seats w/ umbrella hole, surface mounted as manufactured by Anova Inc. (800) , as shown on the plans, or approved equal. Design Color to be Textured Fern. Final color selection by Owner from Manufacturer s full range PICNIC TABLE- 3 SEAT ADA TABLE A. Picnic Table with 3 Seats shall be Model No.BH1831T, Beacon Hill Thermory Table with Thermory Plank table top and seats w/ umbrella hole, surface mounted as manufactured by Anova Inc. (800) , as shown on the plans, or approved equal. Design Color to be Textured Fern. Final color selection by Owner from Manufacturer s full range CAFE TABLE A. Cafe Table shall be Model No. T2267T, with Thermory Slats, and umbrella hole as manufactured by Anova Inc. (800) , as shown on the plans, or approved equal. Frame Design Color to be Textured Pewter. Final color selection by Owner from Manufacturer s full range CAFÉ CHAIRS A. Cafe Chairs shall be Model No. T2235T, with Thermory Slats, as manufactured by Anova Inc. (800) , as shown on the plans, or approved equal. Frame Design Color to be Textured Pewter. Final color selection by Owner from Manufacturer s full range ADIRONDACK CHAIRS AND TABLE A. Adirondack Chairs shall be Model No. QNA110, Quattro Folding Adirondak Chairs,as manufactured by Polywood, (855) as shown on the plans, or approved equal. Design Color to be Lime. Final color selection by Owner from Manufacturer s full range. B. Table shall be Model No. RCT38, Round 38 Conversation Table, as manufactured by Polywood, (855) as shown on the plans, or approved equal. Design Color to be Lime. Final color selection by Owner from Manufacturer s full range TEACHER S TABLE AND BENCHES C. Teachers Table shall be Model No. 8300H, Harvest Table 39 x 79, factory modified for surface mount,as manufactured by Polywood, (855) as shown on the plans, or approved equal. Slat Design Color to be Mahogany. Frame Design Color to be Mahogany. Final color selection by Owner from Manufacturer s full range. D. Teacher s Bench shall be Model No. 3600H, Harvest Bench 65, as manufactured by Polywood, (855) as shown on the plans, or approved equal. Slat Design Color to be Mahogany. Frame Design Color to be Mahogany. Final color selection by Owner from Manufacturer s full range TRASH/RECYCLE RECEPTACLES A. Trash/Recycling Receptacles shall be Model No. AE2645CT-STX, Airi Stix 45 gallon Dual Trash/Recycler with side Door and Built In top, surface mount. Provide mixed recycling w/ logo and Trash decal as manufactured by Anova Inc. (800) , as shown on the plans, or approved equal. Panel Design Color to be Lime. Frame Design Color to be Textured Pewter. Final color selection by Owner from Manufacturer s full range. Site Furnishings

146 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 2.11 COMPOST BIN A. Compost bins shall be Compost Wizard, 50 gallon, Dueling Compost Tumbler Starter Kit, made from recycled plastic and polyethylene. 30 L x 22 W x 25 H, include coco fiber brick, accelerant and thermometer, Item # GID124, available at HayNeedle.com, as shown on the plans, or approved equal POTTING BENCH A. Potting Bench shall be Bali Hai Potting Bench, Item # HMS1079, available at HayNeedle.com. Shorea wood frame, galvanized top., as shown on the plans, or approved equal GALVANIZED STOCK PLANTER A. Galvanized Stock Planter shall be 226 Galvanized Round End Tank, Item number W x 24 H x 72 L. by Behlen Country, (800) as shown on the plans, or approved equal. B. Provide Styrofoam blocking, and Mirafi 140 N soil separation fabric as shown on the plans. C. Provide schedule 40 PVC fill and drain pipe, gaskets and fittings as shown on the plans. D. Provide schedule 20 PVC perforated drain piping for soil wicking. E. Provide sterilized potting mix and potting soil as shown on the plans. PART 3 - EXECUTION 3.01 LINEAR BENCH- 6 LONG, SURFACE MOUNT 3.02 LINEAR BENCH- 4 LONG, SURFACE MOUNT 3.03 LOG BENCH- 5 LONG, SURFACE MOUNT 3.04 PICNIC TABLE- 4 SEAT 3.05 PICNIC TABLE- 3 SEAT 3.06 CAFÉ TABLE 3.07 CAFÉ CHAIRS 3.08 ADIRONDACK CHAIRS AND TABLE 3.09 TEACHER S TABLE AND BENCHES A. Benches, tables and chairs shall be located as shown on the drawings and shall be assembled and installed as per manufacturer's recommendations. All anchors, where required, shall match color of bench leg. B. Contractor shall provide shop drawing to Landscape Architect of attachment for approval prior to installation. C. When fully installed, benches, tables and chairs shall be level, firmly attached, secure and free of any play whatsoever. D. All connectors shall be firmly tightened and the benches, tables and chairs shall be free of any marks, dents, holes, etc. resulting from transportation to the site and actual onsite construction TRASH/RECYCLE RECEPTACLES Site Furnishings

147 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey A. Receptacles shall be located as shown on the drawings and installed as per manufacturer's recommendations. B. Contractor shall provide shop drawing to Landscape Architect of receptacle attachment for approval prior to installation. C. When fully installed, receptacles shall be level, firmly attached, secure and free of any play whatsoever. C. All connectors shall be firmly tightened and trash receptacles shall be free of any marks, dents, holes, etc. resulting from transportation to the site and actual on-site construction POTTING BENCH 3.12 COMPOST BIN A. Potting bench and compost bins shall be located as shown on the drawings and assembled and installed as per manufacturer's recommendations. B. Contractor shall provide shop drawing to Landscape Architect of any attachment for approval prior to installation. C. When fully installed, potting bench and compost bins shall be level, firmly attached, secure and free of any play whatsoever. D. All connectors shall be firmly tightened and potting bench and compost bins shall be free of any marks, dents, holes, etc. resulting from transportation to the site and actual on-site construction GALVANIZED STOCK PLANTER A. Galvanized Stock Planters shall be located as shown on the drawings. B. Modify planter for drain outlet. C. Secure Styrofoam blocking and supports. Install perforated pipe for soil wicking. Install fill tube and separation fabric with cutout at soil wick. D. Fill planters with planting mix to depths indicated. Firmly pack soil wicking pipe. END OF SECTION SITE FURNISHINGS Site Furnishings

148 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION Tensioned Fabric Structures PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and the General Requirements, apply to work of this section SCOPE OF WORK A. The shade structure contractor shall be responsible for design, engineering, fabrication and supply of the work specified herein. The intent of this specification is to have only one manufacturer be responsible for the aforementioned functions. B. The Contractor shall supply all equipment, materials and labor to complete the site improvements as described herein and as shown on the drawings, which includes but not limited to the following: 1.03 RELATED SECTIONS 1. Footings 2. Supports 3. Cables and hardware 4. Fabric A. Earthwork B. Site Concrete 1.04 SUBMITTALS A. Certification 1. General a. Certificates of inspection as required by governmental authorities. b. Other data substantiating that materials comply with specified requirements. B. Samples as required in PART 2 - PRODUCTS C. Shop Drawings - As required in PART 3 - EXECUTION D. Product Data 1. Copies of manufacturer's latest published product data for materials specified in this Section shall be submitted to the Landscape Architect for review. No materials are to be delivered to the site prior to review. All manufacturers Specifications are included herein by reference, as if written Tensioned Fabric Structures

149 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey out in their entirety SUBSTITUTIONS A. The Contractor shall submit a base bid as per plan. 1. It is the Contractor's responsibility to make every reasonable effort to find the material specified. B. It is the intent to eliminate post - bid substitutions. C. In the event that the contract material has become unavailable, the Contractor may offer substitutions to the Landscape Architect for consideration. If he does so, he must include price clarification for such substitutions. Any substitution must be approved in writing by the Landscape Architect QUALITY ASSURANCE A. Work under this section must be done by a single firm specializing in the work. B. Provide proof of installed reference sites with structures for similar scope of project and installation that are engineered to International Building Code (IBC) specifications. Include in reference list of structure dimensions with install dates and project locations. C. Provide proof of all quality assurance items including: 1. A list of at least three (3) reference projects that have been installed a minimum of five (5) years DELIVERY, STORAGE AND HANDLING A. All materials shall be delivered to the site in original unopened containers clearly indicating manufacturer's name, brand name, and other identifying information. B. Materials shall be stored in a dry location, off the ground, and in such a manner as to prevent damage or intrusion of foreign matter. C. All materials which have become damaged or otherwise unfit for use, during delivery or storage shall be replaced at the expense of the Contractor PROJECT CONDITIONS A. Contractor shall coordinate with Engineer's Phasing Schedule in order to proceed with, and complete the work as rapidly as portions of the site become available. B. Field Measurements: verify layout information for shade structures shown on the drawings in relation to the property survey and existing structures. Verify locations by field measurements prior to construction. C. Contractor shall determine location of underground utilities and shall perform work in a manner which will avoid possible damage, hand excavating as required. Tensioned Fabric Structures

150 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey D. Grade stakes shall be maintained until their removal is mutually agreed upon by all parties concerned. E. Do not clear, excavate, or construct any items until after all utility lines, backfilling and grading has been completed. E. Clean-up and Protection 1. Keep pavements clean and work area in an orderly condition. 2. Protect all work and materials from damage due to operations by other contractors, trades and trespassers. 3. Repair or replace damaged materials as directed by the Landscape Architect INSPECTION AND ACCEPTANCE A. When work is completed, including maintenance, Landscape Architect will, upon request, make an inspection to determine acceptability. B. Work may be inspected for acceptance in parts agreeable to the Landscape Architect, provided work offered for inspection is complete. C. When inspected work does not comply with requirements, replace rejected work and apply to the Landscape Architect for re-inspection until the area is found to be acceptable. D. Remove rejected materials promptly from project site WARRANTY A. The Contractor shall guarantee all work under this Section against defects in materials and workmanship for not less than one (1) year from the date of final acceptance by the Landscape Architect. B. A supplemental non-prorated warranty from the manufacturer shall be provided for a period of ten (10) years on fabric including stitching and twenty (20) years on the structural integrity of the steel, from date of substantial completion. C. The warranty shall not deprive the Owner of other rights the Owner may have under the provisions of the Contract Documents, and will be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contractor documents. D. Because of surety requirements, any performance and payment bond that might be required will cover only the first year of the warranty. The manufacturer s warranty will be a separate document, and will be executed at the time of completion of the work. PART 2 PRODUCTS 2.01 GENERAL Tensioned Fabric Structures

151 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey A. The shade products shall be designed and manufactured to the most exacting specifications by skilled craftsmen, and certified by Professional Engineers for structural soundness of designs. All shade products are shipped knocked-down, with complete assembly instructions, and ready for easy in-field installation. B. Bidder s products must be completely manufactured entirely in its own factory by its own employees, including powder-coating, thereby ensuring complete quality control. Bidder must certify that no aspect of its production including powder-coating is contracted out to third parties. C. The proposed structure(s) manufactured by Shade Systems, Inc. or approved equal, shall be modular and pre-fabricated, and include the structural steel frame, fabric roof, steel cables and all fasteners. Manufactured and Distributed by: Shade Systems, Inc SW 19 th Street Ocala, FL (800) Phone (352) Fax LOCAL REPRESENTATIVE: GENERAL RECREATION MICHAEL T. WILEY D. Structures are engineered to meet or exceed the requirements of International Building Code (IBC), and the following specifications: Wind Speed (Frame only): 165 M.P.H. Wind Speed (Frame w/canopy): 110 M.P.H. Live Load: None Snow Load: None E. Material: All materials shall be structurally sound and appropriate for safe use. Product durability shall be ensured by the use of corrosion-resistant metals such as stainless steel, and coatings such as zinc-plating, galvanizing, and power-coating on steel parts, subject to the Product-Specific requirements. Fabrics used shall include UV-stabilizers and fire retardants for longevity and safety. F. Weldments: All tubing members are factory-welded by Certified Welders to American Welding Society (AWS) specifications and to the highest standards of quality workmanship. Weldments are finished with a zinc-rich galvanized coating. No field welding shall be required in the assembly of the shade products. G. Posts, Structural Frame Tubing, and Hardware: All tubing used shall be cold-formed and milled per ASTM A-135 and ASTM A-500. Material testing is in accordance with ASTM E-8. Minimum yield is 40,000 psi with a minimum tensile strength of 45,000 psi on all posts. Support pipes shall be schedule 40 black steel with appropriate pretreatment for powder-coating. All fastening hardware shall be stainless steel. H. Polyester Powder-coating Process: All powder-coated parts shall be completely cleaned and a hot zinc phosphate pretreatment with non-chromic sealer applied. Powder-coating shall be then electrostatically applied and oven-cured at 375 to 425 degrees Fahrenheit. Polyester powders shall meet or exceed ASTM standards for Adhesion, Hardness, Impact, Flexibility, Overbake Resistance, and Salt Spray Tensioned Fabric Structures

152 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey Resistance. Design Color: Blue Streak. Final color to be selected by Owner from manufacturer s full range. I. Standard Footings: Footings shall be designed per stringent International Building Code (IBC) for the specified structure. Columns will be provided as standard direct embedment, suitable for on site soil conditions as noted in the geotechnical report. J. Roofing: Sails are designed by manufacturer only for use with polyethylene shade fabric. Fabric is attached to posts using the Fastening Systems below in conjunction with vinyl covered minimum ¼ diameter stainless steel cables. Cable fasteners are zinc-plated copper for maximum corrosion resistance FASTENING SYSTEM 2.03 FABRIC CoolNetTM Shade Fabric shall be delivered complete with fastening system installed. Fastening System to consist of factory-formed stainless steel tensioning plates preattached to fabric canopies at each corner, and cables per the above hemmed into the fabric at the factory and terminating in the bracket. Posts shall be equipped with an adjustable 360-degree swivel and pivot attachment mechanism to which the tensioning plate fastens. Tensioning plate includes a stainless steel adjustment bolt which, when turned, tensions the fabric for a taut fit. Fabrics, cables, and brackets which are not pre-assembled at the factory are not acceptable. Cables which attach to posts with u-bolts or S hooks, and which do not use a stainless steel bracketing system similar to the above are not acceptable. A. Shade Fabric: Knitted of monofilament and tape construction high density polyethylene with Ultra Violent (U.V.) stabilizers and flame retardant. UV-Block Factor varies by standard color offered from 91% to 99%. Normal Thickness: inches Fabric Mass: Min 340 g/m² Light Fastness: 7-8 (Blue Wool Scale) Weather Fastness: 4-5 (Grey Scale Test) Tear Resistance: Warp 210N Weft 276N Breaking Force: Warp 786N Weft 2494N Bursting Pressure: Mean 3500kPa Bursting Force: Mean 2146N All hems and seams are double row lock stitched using exterior grade UV-stabilized polyethylene GORE TENARA sewing thread (GORE and TENARA are trademarks of W.L. Gore & Associates). B. Flammability: Shade Fabric is treated with fire retardants and passes requirements established under the NFPA 701 Test Method 2 test standards for flammability, including the accelerated water leaching protocol. Written evidence of compliance with this standard, including with accelerated water leaching protocol, must be furnished. Design Color: Eggshell White. Final color to be selected by Owner from manufacturer s full range. Color Weight (g/m²) Shade Factor % UVR Block % Canary Yellow Tensioned Fabric Structures

153 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 2.04 SUBMITTALS PART 3 EXECUTION Eggshell White Lime Green Fire Orange Onyx Black Grape Purple Desert Sand Rivergum Green Bright Red Brick Red Silver Grey Light Blue Navy Blue Aquatic Blue Forest Green A. Provide structural shop drawings, signed and sealed by a NJ Licensed Professional Engineer. B. Provide fabric color and powder coat color selections for final order. C. Provide information to establish desired fabric color and power coat color SHADE SAILS A. Shade sails shall be located as shown on the drawings and installed in strict accordance with the manufacturer's specifications. B. Contractor shall provide shop drawings to Landscape Architect for approval prior to installation. C. When fully installed, shade sail supports shall be plumb, firmly attached, secure and free of any play whatsoever. D. All connectors shall be firmly tightened and shade sail system shall be free of any marks, dents, holes, etc. resulting from transportation to the site and actual on-site construction. E. Installations of shade structure(s) shall be performed by an installer who shall follow the manufacturer s instructions for assembly, installation, and erection, per approved drawings. a. Concrete i. Concrete work shall be executed in accordance with the latest edition of the American Concrete Building Code, ACI 318. ii. All reinforcement shall confirm to ASTM A-615, Grade 60. iii. Reinforcing steel shall be detailed, fabricated, and placed in accordance with the latest ACI Detailing Manual, and Manual of Standard Practice. END OF TENSIONED FABRIC STRUCTURES Tensioned Fabric Structures

154 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION EARTHWORK PART 1 GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Preparing sub-grades for slabs-on-grade, walks, pavements, lawns, and plantings. 2. Excavating and backfilling for buildings, site amenities and structures. 3. Drainage course for slabs-on-grade. 4. Sub-base course for concrete walks and pavements. 5. Base course for asphalt paving. 6. Dense graded aggregate surface courses 7. Subsurface drainage backfill for trenches. 8. Excavating and backfilling trenches within building lines. 9. Excavating and backfilling trenches for buried drains, mechanical and electrical utilities and pits for buried utility structures. 10. Installation of Tensar Triax TX140 or an approved equal. 11. Excavation and grading for stormwater management basin. B. Related Sections include the following: 1. Section Site Clearing for site stripping, grubbing, removing topsoil and protecting trees to remain. 2. Section Planting, Seeding & Sodding for finish grading, including placing and preparing topsoil for lawns and plantings. 3. Section Site Concrete Work 4. Section Soil Erosion and Sediment Control 1.2 DEFINITIONS A. Backfill: Soil materials used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. Earthwork

155 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey B. Base Course: Layer placed between the sub-base course and asphalt paving. C. Bedding Course: Layer placed over the excavated sub-grade in a trench before laying pipe. D. Borrow: Satisfactory soil imported from off-site for use as fill or backfill. E. Drainage Course: Layer supporting slab-on-grade used to minimize capillary flow of pore water. F. Excavation: Removal of material encountered above sub-grade elevations. 1. Additional Excavation: Excavation below sub-grade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavations more than 10 feet (3 m) in width and pits more than 30 feet (9 m) in either length or width. 3. Unauthorized Excavation: Excavation below sub-grade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. G. Fill: Soil materials used to raise existing grades. H. Structures: Buildings, footings, foundations, piers, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. I. Sub-base Course: Layer placed between the sub-grade and base course for asphalt paving, or layer placed between the sub-grade and a concrete pavement or walk. J. Sub-grade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below sub-base, drainage fill, or topsoil materials. K. Utilities include on-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. L. Triax Geotextile: Tensar Triax TX140 or an approved equal. 1.3 SUBMITTALS A. Product Data: For the following: 1. Each type of plastic warning tape. 2. Drainage fabric. 3. Separation fabric. B. Samples: For the following: lb (14-kg) samples, sealed in airtight containers, of each proposed soil material from onsite or borrow sources. Earthwork

156 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey by-12-inch (300-by-300-mm) sample of drainage fabric by-12-inch (300-by-300-mm) sample of separation fabric. C. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: 1. Classification according to ASTM D 2487 of each on-site or borrow soil material proposed for fill and backfill. 2. Laboratory compaction curve according to ASTM D 1557 for each on-site or borrow soil material proposed for fill and backfill. 3. Soil class rating tests for soil replacement material to be placed in bottom of the onsite septic system disposal bed in accordance with the approved onsite septic plan and as directed by the Engineer. 1.4 QUALITY ASSURANCE A. Geotechnical Testing Agency Qualifications: The contractor shall hire an independent testing agency qualified according to ASTM E 329 to conduct soil materials testing, as documented according to ASTM D 3740 and ASTM E 548. B. Pre-excavation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Meetings." 1.5 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Landscape Architect and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Owner not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Owner written permission. 3. Existing utilities may not be as shown on the drawings. 4. Contact utility-locator service for area where Project is located before excavating. B. It is the responsibility of the Contractor to verify the existing site and subsurface conditions prior to proceeding and while progressing with the work. If such conditions are found to deviate from those presented, he shall immediately notify the Owner s Representative and shall not proceed further until direction is given. C. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies to shut off services if lines are active. PART 2 - PRODUCTS 2.1 SOIL MATERIALS Earthwork

157 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. Provide certifications that borrow materials are clean of elevated contaminants as defined by NJDEP or EPA as hazardous materials. B. Protection: Protect sub-grades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. C. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. D. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. E. Backfill and Fill: Satisfactory soil materials approved in advance by the Engineer of record. F. Sub-base: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2- inch sieve and not more than 12 percent passing a No. 200 sieve. G. Base: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 95 percent passing a 1-1/2-inch sieve and not more than 8 percent passing a No. 200 sieve. H. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve. I. Bedding: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; except with 100 percent passing a 1-inch sieve and not more than 8 percent passing a No. 200 sieve. J. Drainage Course/Fill: Washed, narrowly graded mixture of crushed stone, or crushed or uncrushed gravel; ASTM D 448; coarse-aggregate grading Size 57; with 100 percent passing a 1-1/2- inch sieve and 0 to 5 percent passing a No. 8 sieve. K. Filter Material: Narrowly graded mixture of natural or crushed gravel, or crushed stone and natural sand; ASTM D 448; coarse-aggregate grading Size 67; with 100 percent passing a 1-inch sieve and 0 to 5 percent passing a No. 4 sieve. L. Impervious Fill: Clayey gravel and sand mixture capable of compacting to a dense state. M. Granular bedding material: Narrowly graded mixture of natural or crushed sand with 100 percent passing the 3/8-inch sieve. N. Dense Graded Aggregate: As specified in (NJDOT) NJ Department of Transportation Standard Specifications for Road and Bridge Construction (2007) Section Exposed dense graded aggregate shall be virgin dense graded aggregate. Earthwork

158 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey O. Top Soil: Refer to Section Soil Preparation for specifications for topsoil. Section specifications also apply to borrow topsoil required to complete the project. 2.2 ACCESSORIES A. Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, 6 inches (150 mm) wide and 4 mils (0.1 mm) thick, continuously inscribed with a description of the utility; colored as indicated in subsection B below. B. Detectable Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured for marking and identifying non-ferrous underground utilities, minimum 6 inches (150 mm) wide and 4 mils (0.1 mm) thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches (750 mm) deep; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems and plastic roof drains. C. Drainage Fabric: Nonwoven geotextile, specifically manufactured as a drainage geotextile; made from polyolefins, polyesters, or polyamides; and with the following minimum properties determined according to ASTM D 4759 and referenced standard test methods: 1. Grab Tensile Strength: 110 lbf (490 N); ASTM D Tear Strength: 40 lbf (178 N); ASTM D Puncture Resistance: 50 lbf (222 N); ASTM D Water Flow Rate: 150 gpm per sq. ft. (100 L/s per sq. m); ASTM D Apparent Opening Size: No. 50 (0.3 mm); ASTM D D. Separation Fabric: Woven geotextile, specifically manufactured for use as a separation geotextile; made from polyolefins, polyesters, or polyamides; and with the following minimum properties determined according to ASTM D 4759 and referenced standard test methods: 1. Grab Tensile Strength: 200 lbf (890 N); ASTM D Tear Strength: 75 lbf (333 N); ASTM D Puncture Resistance: 90 lbf (400 N); ASTM D Water Flow Rate: 4 gpm per sq. ft. (2.7 L/s per sq. m); ASTM D Apparent Opening Size: No. 30 (0.6 mm); ASTM D Earthwork

159 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey E. Triax Geotextile: Tensar Triax TX140 or an approved equal. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect sub-grades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. C. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soilbearing water runoff or airborne dust to adjacent properties and walkways. 3.2 DEWATERING A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. B. Protect sub-grades from softening, undermining, washout, and damage by rain or water accumulation. 1. Re-route or direct surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 2. Install a dewatering system to keep sub-grades dry and convey ground water away from excavations. Maintain until dewatering is no longer required. Dewatering system is not to discharge directly into existing watercourse or detention basin or perforated under drains or roof drains. At completion of dewatering, flush any accumulated sediment from storm drains. Dewatering operations and methods shall be in conformance with the Standards for Soil Erosion and Sediment Control in New Jersey and as directed by the Landscape Architect/Engineer or County Soil Conservation District. 3.3 EXCAVATION, GENERAL A. Unclassified Excavation: Excavation to sub-grade elevations regardless of the character of surface and subsurface conditions encountered, including rock, soil materials, and obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. B. Classified Excavation: Excavation to sub-grade elevations classified as earth and rock. Rock excavation will be paid for by adjusting the Contract Sum according to unit prices included in the Contract Documents. 1. Earth excavation includes excavating pavements and obstructions visible on surface; underground structures, utilities, and other items indicated to be removed; together with soil, boulders, and other materials not classified as rock or unauthorized excavation. a. Intermittent drilling; blasting, if permitted; ram hammering; or ripping of material not classified, as rock excavation is earth excavation. Earthwork

160 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 2. Rock excavation includes removal and disposal of rock. a. Do not excavate rock until it has been classified and cross-sectioned by Landscape Architect/Engineer. 3.4 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch (25 mm). Extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. 2. Pile Foundations: Stop excavations from 6 to 12 inches (150 to 300 mm) above bottom of pile cap before piles are placed. After piles have been driven, remove loose and displaced material. Excavate to final grade, leaving solid base to receive concrete pile caps. 3. Excavation for Drainage Structures, Basins, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus 1 inch (25 mm). Do not disturb bottom of excavations intended for bearing surface. 3.5 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated cross sections, elevations, and grades. 3.6 EXCAVATION FOR UTILITY TRENCHES A. Excavate trenches to indicated gradients, lines, depths, and elevations. 1. Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line. B. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches (300 mm) higher than top of pipe or conduit, unless otherwise indicated. 1. Clearance: 12 inches (300 mm) on each side of pipe or conduit or as indicated on drawings. C. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape sub-grade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench sub-grade. 1. For pipes and conduit less than 6 inches (150 mm) in nominal diameter and flat-bottomed, multiple-duct conduit units, hand-excavate trench bottoms and support pipe and conduit on an undisturbed sub-grade. 2. For pipes and conduit 6 inches (150 mm) or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. Earthwork

161 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 3. Excavate trenches 6 inches (150 mm) deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 4. Special bedding for plastic piping required and is detailed on the drawings or as recommended by manufacturer. 3.7 APPROVAL OF SUBGRADE A. Notify Engineer when excavations have reached required sub-grade. B. If Engineer determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. 1. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. C. Proof roll sub-grade with heavy pneumatic-tired equipment to identify soft pockets and areas of excess yielding. Do not proof roll wet or saturated sub-grades. D. Reconstruct sub-grades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Engineer. 3.8 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill may be used when required by Engineer. 1. Fill unauthorized excavations under other construction or utility pipe as directed by Engineer. 3.9 STORAGE OF SOIL MATERIALS A. Stockpile borrows materials and satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust BACKFILL 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 2. Provide slit fence around the base of all stockpiles. A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade including, where applicable, damp proofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for record documents. 3. Inspecting and testing underground utilities. 4. Removing concrete formwork. Earthwork

162 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls UTILITY TRENCH BACKFILL A. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. B. Backfill trenches excavated under footings and within 18 inches (450 mm) of bottom of footings; fill with concrete to elevation of bottom of footings. C. Provide 4-inch- (100-mm-) thick, concrete-base slab support for plastic piping or conduit less than 24inches below surface of roadways. After installing and testing, completely encase piping or conduit in a minimum of 4 inches (100 mm) of concrete before backfilling or placing roadway subbase. D. Place and compact initial backfill of sub-base material, free of particles larger than 1 inch (25 mm), to a height of 12 inches (300 mm) over the utility pipe or conduit. 1. Carefully compact material under pipe haunches and bring backfill evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of utility system. E. Coordinate backfilling with utilities testing. F. Fill voids with approved backfill materials while shoring and bracing, and as sheeting is removed. G. Place and compact final backfill of satisfactory soil material to final sub-grade. H. Install warning tape directly above utilities, 12 inches (300 mm) below finished grade, except 6 inches (150 mm) below sub-grade under pavements and slabs FILL A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. C. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use engineered fill. Earthwork

163 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 4. Under building slabs, use engineered fill. 5. Under footings and foundations, use engineered fill MOISTURE CONTROL A. Uniformly moisten or aerate sub-grade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight COMPACTION OF BACKFILLS AND FILLS A. Place backfill and fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches (100 mm) in loose depth for material compacted by hand-operated tampers. B. Place backfill and fill materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 1557: 3.15 GRADING 1. Under structures, building slabs, steps, retaining walls and pavements, scarify and recompact top 12 inches (300 mm) of existing sub-grade and each layer of backfill or fill material at 95 percent. 2. Under walkways, scarify and recompact top 6 inches (150 mm) below sub-grade and compact each layer of backfill or fill material at 92 percent. 3. Under lawn or unpaved areas, scarify and recompact top 6 inches (150 mm) below sub-grade and compact each layer of backfill or fill material at 85 percent. A. General: Uniformly grade areas to a smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 inch (25 mm). 2. Walks: Plus or minus 1 inch (25 mm). 3. Pavements: Plus or minus 1/2 inch (13 mm). Earthwork

164 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey C. Grading inside Building Lines: Finish sub-grade to a tolerance of 1/2 inch (13 mm) when tested with a 10-foot (3-m) straightedge SUBBASE AND BASE COURSES A. Install and Compact as Follows: 1. Place base course material over triax geotextile and sub-base. 2. Compact sub-base and base courses at optimum moisture content to required grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D Shape sub-base and base to required crown elevations and cross-slope grades. 4. When thickness of compacted sub-base or base course is 6 inches (150 mm) or less, place materials in a single layer. 5. When thickness of compacted sub-base or base course exceeds 6 inches (150 mm), place materials in equal layers, with no layer more than 6 inches (150 mm) thick or less than 3 inches (75 mm) thick when compacted. B. Pavement Shoulders: Place shoulders along edges of sub-base and base course to prevent lateral movement. Construct shoulders, at least 12 inches (300 mm) wide, of satisfactory soil materials and compact simultaneously with each sub-base and base layer to not less than 95 percent of maximum dry unit weight according to ASTM D DRAINAGE COURSE/DRAINAGE FILL A. Under slabs-on-grade and behind retaining walls, place drainage course on prepared sub-grade and compact as follows: 1. Compact drainage course to required cross sections and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D When compacted thickness of drainage course is 6 inches (150 mm) or less, place materials in a single layer. 3. When compacted thickness of drainage course exceeds 6 inches (150 mm), place materials in equal layers, with no layer more than 6 inches (150 mm) thick or less than 3 inches (75 mm) thick when compacted. B. Surrounding perforated pipe, place drainage fill over geotextile drainage fabric in prepared trench, surrounding pipe as indicated on drawings FIELD QUALITY CONTROL A. Testing Agency: The Contractor will engage an independent agency to perform field quality-control testing. B. Allow testing agency to inspect and test sub-grades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work complies with requirements. Earthwork

165 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey C. Footing Sub-grade: At footing sub-grades, at least one test of each soil stratum will be performed to verify design-bearing capacities. Subsequent verification and approval of other footing sub-grades may be based on a visual comparison of sub-grade with tested sub-grade when approved by the Engineer. D. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved and Building Slab Areas: At sub-grade and at each compacted fill and backfill layer, at least one test for every 2000 sq. ft. (186 sq. m) or less of paved area or building slab, but in no case fewer than three tests. 2. Foundation Wall Backfill: At each compacted backfill layer, at least one test for each 100 feet (30 m) or less of wall length, but no fewer than two tests. 3. Trench Backfill: At each compacted initial and final backfill layer, at least one test for each 150 feet (46 m) or less of trench length, but no fewer than two tests. E. When testing agency reports that sub-grades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; re-compact and retest until specified compaction is obtained PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Geotechnical Engineer; reshape and re-compact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Transport surplus satisfactory soil to designated storage areas on Owner's property. Stockpile or spread soil as directed by Owner or Engineer. 1. Remove waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. END OF SECTION EARTHWORK Earthwork

166 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION UNIT PAVING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Concrete pavers set in aggregate setting beds. 2. Aluminum edge restraints. 3. Engraved unit pavers. B. Related Requirements: 1. Section "Concrete Paving" [for concrete base under unit pavers] [and] [for cast-in-place concrete curbs and gutters serving as edge restraints for unit pavers]. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.4 ACTION SUBMITTALS A. Product Data: For materials other than water and aggregates. B. Product Data: For the following: 1. Pavers. 2. Joint materials. 3. Edge restraints. C. Sieve Analyses: For aggregate setting-bed materials, according to ASTM C 136. D. Samples for Initial Selection: For each type of unit paver indicated. and the following: 1. Joint materials involving color selection. 2. Exposed edge restraints involving color selection. E. Samples for Verification: For full-size units of each type of unit paver indicated. Assemble no fewer than five Samples of each type of unit on suitable backing and grout joints. Include Samples of the following: Unit Paving

167 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 1. Joint materials. 2. Exposed edge restraints. 1.5 INFORMATIONAL SUBMITTALS A. Material Certificates: For unit pavers. Include statements of material properties indicating compliance with requirements, including compliance with standards. Provide for each type and size of unit. B. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for unit pavers, indicating compliance with requirements. 1. For solid interlocking paving units, include test data for freezing and thawing according to ASTM C QUALITY ASSURANCE A. Mockups: Build mockups to verify selections made under Sample submittals, to demonstrate aesthetic effects, and to set quality standards for materials and execution. 1. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. B. Work under this item must be done by a single firm specializing in the work. 1.7 DELIVERY, STORAGE, AND HANDLING A. Store pavers on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. B. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. D. Store liquids in tightly closed containers protected from freezing. E. Store asphalt cement and other bituminous materials in tightly closed containers. 1.8 FIELD CONDITIONS A. Cold-Weather Protection: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen subgrade or setting beds. Remove and replace unit paver work damaged by frost or freezing. Unit Paving

168 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey B. Contractor shall coordinate with Engineer's Phasing Schedule in order to proceed with, and complete work under this item as rapidly as portions of the site become available. C. Contractor shall determine location of underground utilities and shall perform work in a manner which will avoid possible damage, hand excavating as required. D. Grade stakes shall be maintained until their removal is mutually agreed upon by all parties concerned. E. Do not install unit pavements until after all utility lines, backfilling and grading has been completed. F. Clean-up and Protection 1. During unit pavements work keep pavements clean and work area in an orderly condition. 2. Protect unit pavements work and materials from damage due to operations by other contractors, trades and trespassers. 3. Repair or replace damaged materials as directed by the Landscape Architect. 1.9 INSPECTION AND ACCEPTANCE A. When work is completed, including maintenance, Landscape Architect will, upon request, make an inspection to determine acceptability. B. Unit pavements may be inspected for acceptance in parts agreeable to the Landscape Architect, provided work offered for inspection is complete. C. When inspected work does not comply with requirements, replace rejected work and apply to the Landscape Architect for re-inspection until the area is found to be acceptable. D. Remove rejected materials promptly from project site WARRANTY A. The Contractor shall guarantee all work under this Section against defects in materials and workmanship for not less than one (1) year from the date of final acceptance by the Landscape Architect. Unit Paving

169 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations: Obtain each type of unit paver, joint material, and setting material from single source with resources to provide materials and products of consistent quality in appearance and physical properties. B. Architectural Concrete Pavers by Nitterhouse Masonry Products, LLC (717) or approved equal. 2.2 CONCRETE PAVERS A. Concrete Pavers: Solid interlocking paving units complying with ASTM C 936/C 936M and resistant to freezing and thawing when tested according to ASTM C 67, made from normalweight aggregates. 1. Thickness: 2-3/8 inches 2. Face Size and Shape: As indicated. 3. Color: As selected by Architect from manufacturer's full range 4. Provide custom engraved pavers with ink filled recesses. Copy by Owner. 2.3 CURBS AND EDGE RESTRAINTS A. Aluminum Edge Restraints: Manufacturer's standard L-shaped, 3/16-inch- (4.8-mm-) thick by 2-1/4-inch- (57-mm-) high extruded-aluminum edging with loops pressed from face to receive stakes at 12 inches (300 mm) o.c. and aluminum stakes 12 inches (300 mm) long for each loop. 2.4 ACCESSORIES A. Cork Joint Filler: Preformed strips complying with ASTM D 1752, Type II. B. Compressible Foam Filler: Preformed strips complying with ASTM D 1056, Grade 2A AGGREGATE SETTING-BED MATERIALS A. Graded Aggregate for Subbase: Sound, crushed stone or gravel complying with requirements in Section "Earth Moving" for subbase material. B. Concrete for Base: Sound, concrete complying with requirements in Section "Site Concrete" for base course. C. Sand for Leveling Course: Sound, sharp, washed, natural sand or crushed stone complying with gradation requirements in ASTM C 33/C 33M for fine aggregate. Unit Paving

170 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey D. Sand for Joints: Jointing sand shall be Gator Super Polymeric Sand, color; beige, as manufactured by Alliance Group or approved equal. Submit sample for review and approval. E. Separation Geotextile: Woven geotextile fabric, manufactured for separation applications; made from polyolefins or polyesters, with elongation less than 50 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: 1. Survivability: Class 2, AASHTO M Apparent Opening Size: No. 60 (0.250-mm) sieve, maximum; ASTM D Permittivity: 0.02 per second, minimum; ASTM D UV Stability: 50 percent after 500 hours' exposure, ASTM D F. Drainage Geotextile: Nonwoven needle-punched geotextile fabric, manufactured for subsurface drainage applications, made from polyolefins or polyesters; with elongation greater than 50 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: 1. Survivability: Class 2, AASHTO M Apparent Opening Size: No. 40 (0.425-mm) sieve, maximum; ASTM D Permittivity: 0.5 per second, minimum; ASTM D UV Stability: 50 percent after 500 hours' exposure, ASTM D G. Herbicide: Commercial chemical for weed control, registered with the EPA. Provide in granular, liquid, or wettable powder form. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine surfaces indicated to receive unit paving, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. B. Where unit paving is to be installed over waterproofing, examine waterproofing installation, with waterproofing Installer present, for protection from paving operations, including areas where waterproofing system is turned up or flashed against vertical surfaces. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Remove substances from concrete substrates that could impair mortar bond, including curing and sealing compounds, form oil, and laitance. B. Sweep concrete substrates to remove dirt, dust, debris, and loose particles. C. Proof-roll prepared subgrade according to requirements in Section "Earth Moving" to identify soft pockets and areas of excess yielding. Proceed with unit paver installation Unit Paving

171 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey only after deficient subgrades have been corrected and are ready to receive subbase and base course for unit pavers. 3.3 INSTALLATION, GENERAL A. Do not use unit pavers with chips, cracks, voids, discolorations, or other defects that might be visible or cause staining in finished work. B. Mix pavers from several pallets or cubes, as they are placed, to produce uniform blend of colors and textures. C. Cut unit pavers with motor-driven masonry saw equipment to provide clean, sharp, unchipped edges. Cut units to provide pattern indicated and to fit adjoining work neatly. Use full units without cutting where possible. Hammer cutting is not acceptable. D. Handle protective-coated brick pavers to prevent coated surfaces from contacting backs or edges of other units. If, despite these precautions, coating does contact bonding surfaces of brick, remove coating from bonding surfaces before setting brick. E. Joint Pattern: As indicated. Orient engraved pavers as directed. F. Pavers over Waterproofing: Exercise care in placing pavers and setting materials over waterproofing so protection materials are not displaced and waterproofing is not punctured or otherwise damaged. Carefully replace protection materials that become displaced and arrange for repair of damaged waterproofing before covering with paving. 1. Provide joint filler at waterproofing that is turned up on vertical surfaces unless otherwise indicated; where unfilled joints are indicated, provide temporary filler or protection until paver installation is complete. G. Tolerances: Do not exceed[ 1/16-inch (1.6-mm) unit-to-unit offset from flush (lippage) nor 1/8 inch in 24 inches (3 mm in 600 mm) and] 1/4 inch in 10 feet (6 mm in 3 m) from level, or indicated slope, for finished surface of paving. H. Expansion and Control Joints: Provide for sealant-filled joints at locations and of widths indicated. Provide compressible foam filler as backing for sealant-filled joints unless otherwise indicated; where unfilled joints are indicated, provide temporary filler until paver installation is complete. Install joint filler before setting pavers. Sealant materials and installation are specified in Section "Joint Sealants." I. Expansion and Control Joints: Provide cork joint filler at locations and of widths indicated. Install joint filler before setting pavers. Make top of joint filler flush with top of pavers. J. Provide edge restraints as indicated. Install edge restraints before placing unit pavers. 1. Install edge restraints to comply with manufacturer's written instructions. Install fasteners at intervals required to hold edge restraints in place during and after unit paver installation. 2. For metal edge restraints with top edge exposed, drive stakes at least 1 inch (25 mm) below top edge. Unit Paving

172 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 3.4 AGGREGATE SETTING-BED APPLICATIONS A. Compact soil subgrade uniformly to at least 95 percent of ASTM D 698 laboratory density. B. Proof-roll prepared subgrade to identify soft pockets and areas of excess yielding. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Architect, and replace with compacted backfill or fill as directed. C. Place aggregate subbase, compact by tamping with plate vibrator, and screed to depth indicated. D. Place concrete base, and screed to depth indicated. E. Place leveling course and screed to a thickness of 1 to 1-1/2 inches (25 to 38 mm), taking care that moisture content remains constant and density is loose and uniform until pavers are set and compacted. F. Treat leveling course with herbicide to inhibit growth of grass and weeds. G. Set pavers with a minimum joint width of 1/16 inch (1.5 mm) and a maximum of 1/8 inch (3 mm), being careful not to disturb leveling base. If pavers have spacer bars, place pavers hand tight against spacer bars. Use string lines to keep straight lines. Fill gaps between units that exceed 3/8 inch (10 mm)with pieces cut to fit from full-size unit pavers. 1. When installation is performed with mechanical equipment, use only unit pavers with spacer bars on sides of each unit. H. Vibrate pavers into leveling course with a low-amplitude plate vibrator capable of a to 5000-lbf (16- to 22-kN) compaction force at 80 to 90 Hz. Use vibrator with neoprene mat on face of plate or other means as needed to prevent cracking and chipping of pavers. Perform at least three passes across paving with vibrator. 1. Compact pavers when there is sufficient surface to accommodate operation of vibrator, leaving at least 36 inches (900 mm) of uncompacted pavers adjacent to temporary edges. 2. Before ending each day's work, compact installed concrete pavers except for 36-inch (900-mm) width of uncompacted pavers adjacent to temporary edges (laying faces). 3. As work progresses to perimeter of installation, compact installed pavers that are adjacent to permanent edges unless they are within 36 inches (90 mm) of laying face. 4. Before ending each day's work and when rain interrupts work, cover pavers that have not been compacted and cover leveling course on which pavers have not been placed with nonstaining plastic sheets to protect them from rain. I. Spread dry sand and fill joints immediately after vibrating pavers into leveling course. Vibrate pavers and add sand until joints are completely filled, then remove excess sand. Leave a slight surplus of sand on the surface for joint filling. J. Do not allow traffic on installed pavers until sand has been vibrated into joints. K. Repeat joint-filling process 30 days later until joints are completely full. Unit Paving

173 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey L. The location of brick pavers shall be as shown on the drawings. The aggregate base course, concrete base course, sand setting bed, brick pavers, edge restraint, and joint sand shall be installed as shown on the drawings in strict accordance with the manufacturer s specifications. M. Sand setting beds for pavers shall not be compacted prior to setting of pavers. N. Edge restraint shall be provided in all areas where pavers are adjacent to lawn, loose stone, or planting beds. O. No plate tampers or any other compactor shall be used on top of the pavers without proper precautions being in place to protect finish surfaces from scuffing or damage. All adjustments to pavers shall be made by hand or rubber mallet. P. When fully installed, pavers shall be firmly imbedded and secure. It shall be flush and meet smoothly and evenly with adjacent pavements and/or grade. Pavers shall be free of any marks, holes, etc., as a result of transportation to the site and construction. Q. All joints shall be aligned as shown on the plans, as approved in the field by the landscape architect. Mitered cuts may be required in radial patterns to maintain joint widths. No fractional cuts shall be made on corner pieces, and multiple cuts may be required to maintain relative proportions of units as directed by the landscape architect. 3.5 REPAIRING, POINTING, AND CLEANING A. Remove and replace unit pavers that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Provide new units to match adjoining units and install in same manner as original units, with same joint treatment and with no evidence of replacement. B. Pointing: During tooling of joints, enlarge voids or holes and completely fill with grout. Point joints at sealant joints to provide a neat, uniform appearance, properly prepared for sealant application. C. Cleaning: Remove excess grout from exposed paver surfaces; wash and scrub clean. 1. Remove temporary protective coating as recommended by coating manufacturer and as acceptable to paver and grout manufacturers. 2. Do not allow protective coating to enter floor drains. Trap, collect, and remove coating material. END OF SECTION Unit Paving

174 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION STABILIZED STONE PATHS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplemental Conditions and the General Requirements, apply to work of this section SCOPE OF WORK A. The Contractor shall supply all equipment, materials and labor to complete the site improvements as described herein and as shown on the drawings, which includes the following: 1. Stabilized Stone Paths 1.03 RELATED SECTIONS A. Earthwork B. Site Concrete C. Traffic Signs E. Asphalt Pavements F. Landscaping 1.04 SUBMITTALS A. Certification 1. General a. Certificates of inspection as required by governmental authorities. b. Other data substantiating that materials comply with specified requirements. B. Samples as required in PART 2 - PRODUCTS C. Shop Drawings - As required in PART 3 - EXECUTION D. Product Data 1.05 SUBSTITUTIONS 1. Copies of manufacturer's latest published product data for materials specified in this Section shall be submitted to the Landscape Architect for review. No materials are to be delivered to the site prior to review. All manufacturer s Specifications are included herein by reference, as if written out in there entirety. Stabilized Stone Paths

175 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey A. The Contractor shall submit a base bid as per plan. 1. It is the Contractor's responsibility to make every reasonable effort to find the material specified. B. It is the intent to eliminate post - bid substitutions. C. In the event that the contract material has become unavailable, the Contractor may offer substitutions to the Landscape Architect for consideration. If he does so, he must include a complete comparison of each component and aspect of the specified item versus the proposed substitution including a price clarification for such substitutions. Any substitution must be approved in writing by the Landscape Architect QUALITY ASSURANCE A. Work under this item must be done by a single firm specializing in the work DELIVERY, STORAGE AND HANDLING A. All materials shall be delivered to the site in original unopened containers clearly indicating manufacturer's name, brand name, and other identifying information. B. Materials shall be stored in a dry location, off the ground, and in such a manner as to prevent damage or intrusion of foreign matter. C. All materials which have become damaged or otherwise unfit for use, during delivery or storage shall be replaced at the expense of the Contractor PROJECT CONDITIONS A. Contractor shall coordinate with Engineer's Phasing Schedule in order to proceed with, and complete work under this item as rapidly as portions of the site become available. B. Contractor shall determine location of underground utilities and shall perform work in a manner which will avoid possible damage, hand excavating as required. C. Grade stakes shall be maintained until their removal is mutually agreed upon by all parties concerned. D. Do not install paths until after all utility lines, backfilling and grading has been completed. E. Clean-up and Protection 1. During work keep pavements clean and work area in an orderly condition. 2. Protect work and materials from damage due to operations by other contractors, trades and trespassers. 3. Repair or replace damaged materials as directed by the Landscape Architect. Stabilized Stone Paths

176 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 1.09 INSPECTION AND ACCEPTANCE A. When work is completed, including maintenance, Landscape Architect will, upon request, make an inspection to determine acceptability. B. Pavements may be inspected for acceptance in parts agreeable to the Landscape Architect, provided work offered for inspection is complete. C. When inspected work does not comply with requirements, replace rejected work and apply to the Landscape Architect for re-inspection until the area is found to be acceptable. D. Remove rejected materials promptly from project site WARRANTY A. The Contractor shall guarantee all work under this Section against defects in materials and workmanship for not less than one (1) year from the date of final acceptance by the Landscape Architect. PART 2 PRODUCTS 2.01 STABILIZED STONE PATHS A. The materials for stabilized stone paths shall be as shown on the plans or as approved by the landscape architect. Aggregate/Stone Screenings shall consist of ¼- 3/8 crushed aggregate screenings; Color to be Eastern Walking Trail as supplied by Green Pro Materials (908) , or approved equal. Screenings shall comply with the required composition/gradation standards established by the bonding agent manufacturer. B. Bonding Agent Additive- Stabilizer: As supplied by Stabilizer Solutions Inc. 1(800) , or approved equal. All materials shall meet the specifications of the manufacturer C. Virgin Dense Graded Aggregate; Shall comply with the materials as specified by the NJDOT or engineer s documents. PART 3 EXECUTION 3.01 STABILIZED STONE PATHS A. The location of the paths shall be as shown on the drawings, as field located by the landscape architect. The DGA sub-base, aggregate and binder shall be installed as shown on the drawings in strict accordance with the stabilizer manufacturer s specifications. B. If trees, tree or vegetative root systems, or other existing landscape or subsurface impediments are encountered in the alignment of the path or paved area layout, the location of the pavement may be altered. All path and paved area layouts shall be approved in the Field by the Landscape Architect prior to clearing, site grading operations and installation of materials. C. The entire finished grade of all path surfaces shall be cross pitched to insure positive drainage. The contractor shall commence construction of the pavement by Stabilized Stone Paths

177 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey establishing required grades, compacting the subgrade, and installing and compacting the stabilized aggregate. The aggregate and binder shall be mixed thoroughly prior to placement as specified by the manufacturer. D. Finished grade shall exactly match finish grade of adjacent vegetated areas, curbs, or pavements. If, upon inspection, the installation of any paths or other paved areas is deemed unacceptable by the Landscape Architect, it shall be removed and/or replaced or reset by the contractor at no additional expense to the owner. This shall apply up to and including final job inspection. E. When fully installed, paths shall be firmly imbedded and secure, and shall be flush and meet smoothly and evenly with adjacent pavements and/or grade. Paths pavement shall be free of any weeds, holes, ruts, or foreign material etc. END OF SECTION STABILIZED STONE PATHS Stabilized Stone Paths

178 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION SITE CONCRETE WORK PART 1 GENERAL 1.01 SUMMARY A. This Section includes exterior cement concrete for the following: 1. Slabs 2. Concrete Curb 3. Reinforced Concrete Paving 4. Foundations B. Related Sections include the following: 1. Section Site Clearing 2. Section Unit Paving 3. Section Decorative Concrete Pavement C. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast-furnace slag, and silica fume SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. B. Design Mixes: For each concrete pavement or structure mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. Indicate amounts of mix water to be withheld for later addition at the Project site. Design mixes shall include materials with batch weights, sieve analysis for coarse and fine aggregate and test results indicating that proposed mix will meet project requirements. 1. Submit written reports to Landscape Architect and Engineer of each proposed mix for each class of concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed by Landscape Architect. Written reports shall indicate class of concrete, batch ingredients with weights, sieve analysis for coarse and fine aggregates, manufacturer s cut sheets for all admixtures, and results of (30) compressive strength tests showing that proposed mix will meet project requirements. Compressive strength test results to be based upon use of 6 x 12 cylinders. Mixes based upon other cylinder sizes will not be accepted. Site Concrete Work

179 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey C. Steel Reinforcement Shop Drawings: Details of fabrication, bending, and placement, prepared according to ACI 315, Details and Detailing of Concrete Reinforcement. Include material, grade, bar schedules, stirrup spacing, bent bar diagrams, arrangement, and supports of concrete reinforcement. Include special reinforcement required for openings through concrete structures. Details showing complicated reinforcing arrangements shall be shown at ¼ = 1-0 or greater scale. Show all concrete wall reinforcement on elevation drawings at a scale not less than ¼ = 1-0. Do not submit placement plans showing only piece marks referencing a cut list. Submit description of reinforcement supports. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials. E. Material Certificates: Signed certifying that each of the following materials complies with requirements: 1. Cementitious material and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 5. Curing compounds. 6. Applied finish materials. 7. Form materials and form-release agents. 8. Bonding agent or adhesive. 9. Joint fillers QUALITY ASSURANCE A. Installer Qualifications: Experienced installers including mixing and placement of stamped concrete pavement, who has completed pavement work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing of ready-mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. Manufacturer must be certified according to the National Ready Mixed Concrete Association s Certification of Ready Mixed Concrete Production Facilities. 1. Acquire cement and aggregate from same source for all work. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-1. Site Concrete Work

180 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source, and each admixture from the same manufacturer. E. Codes and Standards: Comply with provisions of the following codes; specifications and standards, except where more stringent requirements as shown or specified: 1. ACI 117, Standard Specifications for Tolerances for Concrete Construction and Materials. 2. ACI 301, Specification for Structural Concrete. 3. ACI 304, Guide for Measuring, Mixing, Transporting and Placing Concrete. 4. ACI 305, Hot Weather Concreting. 5. ACI 306, Cold Weather Concreting. 6. ACI 308, Standard Specification for Curing Concrete. 7. ACI 315, Details and Detailing of Concrete Reinforcement. 8. ACI 318, Building Code Requirements for Structural Concrete. 9. ACI 347, Guide to Formwork for Concrete. 10. CRSI, Concrete Reinforcing Steel Institute, Manual of Standard Practice. F. Concrete Testing Service: Contractor to engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. G. Any concrete which does not satisfactorily meet the tests shall be removed and replaced at contractor s expense and as directed by the Owner s Representative. H. Professional Engineer Qualifications: A New Jersey licensed professional engineer who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for formwork and shoring that are similar to those indicated for this Project in material, design, and extent. I. Contract Closeout submittals: Comply with requirements of SECTION , including submission of maintenance instructions as item in General Construction Instructions manual described in that section DELIVERY, STORAGE AND HANDLING PART 2 PRODUCTS 2.01 FORM A. Deliver, store, and handle steel reinforcement to prevent bending and damage. B. Store to avoid contact with the ground and in a location protected from vehicular traffic. C. Cover reinforcement to protect from inclement weather. Site Concrete Work

181 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey A. Form Materials: Plywood, metal, metal-framed plywood, or other approved panel-type materials to provide full-depth, continuous, straight, smooth exposed surfaces. 1. Use flexible or curved forms for curves of a radius 100 feet (30.5 m) or less. B. Smooth-Formed Finished Concrete: Form-facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. C. Rough-Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. D. Chamfer Strips: Wood, metal, PVC, or rubber strips, ¾ by ¾ inch, minimum. E. Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. Formulate form-release agent with rust inhibitor for steel form facing materials. F. Form Ties: Factory-fabricated, removable or snap-off metal or glass-fiber-reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. 1. Furnish units that will leave no corrodible metal closer than 1 ½ inch (25 mm) to the plane of the exposed surface. 2. Furnish ties that, when removed, will leave holes not larger than 1 inch (25 mm) in diameter in concrete surface STEEL REINFORCEMENT A. Plain-Steel Welded Wire Fabric: ASTM A 185, fabricated from as-drawn steel wire into sheets, 6 X 6 W2.9 x W2.9 W.W.F. B. Reinforcement Bars: ASTM A615/A615M, Grade 60, deformed. Each reinforcing bar shall have an embossed identifying symbol indicating grade. Steel without such symbols may be rejected. C. Reinforcement Accessories: Bar supports: Bolsters. Chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Manufacture bar supports according to CRSI s Manual of Standard Practice from steel wire, or plastic. Use CRSI Class 1 plastic-protected or CRSI Class 2 stainless-steel bar supports CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I or II. B. Normal-Weight Aggregate: ASTM C 33, uniformly graded, and as follows: 1. Coarse Aggregate Size: ASTM C Fine Aggregate: Natural washed sand of hard and durable particles varying from fine to particles passing a 3/8 screen, of which at least 12% shall pass a #50 mesh screen. Site Concrete Work

182 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey C. Water: Clean, potable, free from injurious amounts of oils, acids, alkalis, salts, organic materials or other substances that are deleterious to concrete or reinforcement and complying with ASTM C 94. D. Pozzolanic mineral admixture, ASTM C 618, Class C or F (Flyash) shall be permitted only in mixes for foundations, grade beams, pile caps, column pedestals, and piers, and shall not exceed 15% of a design mixes cementitious material. E. Calcium Chloride, Thiocyanates, or Admixtures containing more than 0.05% Chloride ions are not permitted in the concrete ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.15 percent for exterior concrete and 0.30 percent for other concrete, water-soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. All concrete to contain water reducing admixture or high range water reducing admixture. Do not use admixtures containing calcium chloride. B. Air-Entraining Admixture: ASTM C 260. Acceptable products include, but are not limited to: 1. Air Mix by The Euclid Chemical Co., Cleveland, OH. 2. Daravair by Grace Construction Products, Cambridge, MA. 3. Sika AER or AEA-15 by Sika, Lyndhurst, NJ. 4. Or Approved Equal. Note the following: Provide air entrainment for all other concrete applications where concrete is exposed to the elements. C. Water-Reducing Admixture: ASTM C 494, Type A. Acceptable products include, but are not limited to: 1. Eucon WR-75 by Euclid Chemical Company, Cleveland, OH. 2. WRDA w/hycol by Grace Construction Products, Cambridge, MA. 3. Pozzolith by Master Builders, Cleveland, OH. 4. Or Approved Equal. D. Water-Reducing and Accelerating Admixture: ASTM C 494, Type E. Acceptable products include, but are not limited to: 1. Accelguard 80 by The Euclid Chemical Company, Cleveland, OH. 2. Daraset by Grace Construction Products, Cambridge, MA. 3. Trimix-NCA by Sonneborn, Shakopee, MN. Site Concrete Work

183 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 4. Or Approved Equal. E. Water-Reducing and Retarding Admixture: ASTM C 494, Type D. Acceptable products include, but are not limited to: 1. Eucon Retarder by Euclid Chemical Company, Cleveland, OH. 2. Daratard 17 by Grace Construction Products, Cambridge, MA. 3. Polyheed by Master Builders, Cleveland, OH. 4. Or Approved Equal F. The slump of the concrete from the truck shall be checked prior to the field installation of any admixtures. The required slump shall be in accordance with the specified measurements prior to the addition of the admixture. No water shall be added to the mixture after admixture has been added to the mix in the field CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete, equal to: 1. Cimfilm; Axim Concrete Technologies. 2. Finishing Aid Concentrate; Burke Group, LLC (The). 3. Spray-Film; ChemMasters. 4. Or Approved Equal. B. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. C. Water: Clean, potable, free of injurious amounts of oils, acids, alkalis, salts, organic materials or other substances that are deleterious to concrete or reinforcement RELATED MATERIALS A. Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber, or flexible, closed cell foam in accordance with ASTM D 5249, Type I and Type 3. B. Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene. C. Non-shrink Grout: ASTM C 1107, Grade A, non-metallic, non-shrink, high strength grout, suitable for interior and exterior, above and below grade applications. Minimum compressive strength of 6,000 psi in 28 days. Acceptable products include or equal to: 1. Dry Pack Grout or NS Grout by The Euclid Chemical Co., Cleveland, OH. 2. Set Grout by Master Builders, Cleveland, OH. 3. SikaGrout 212 by Sika, Lyndhurst, NJ. Site Concrete Work

184 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 4. Or Approved Equal. D. Sealers single component, colorless liquid specifically formulated to seal concrete surfaces. Acceptable products include or equal to: 1. Diamond Clear by The Euclid Chemical Co., Cleveland, OH. 2. Kue-N-Seal by Sonneborn, Shakopee, MN. 3. Luster Seal by Tamms Industries, Mentor, OH 4. Or Approved Equal. E. Bond breakers Waterbourne, VOC complaint form release agent. Acceptable products include, or equal to: 2.07 CONCRETE MIXES 1. Eucoslip VOX by The Euclid Chemical Co., Cleveland, OH. 2. Cast-Off WB by Sonneborn, Shakopee, MN. 3. Aquafoam by Tamms Industries, Mentor, OH 4. Or Approved Equal. A. Mixture proportion data Submit for acceptance for each type and strength of concrete, either field test data or trial mix data used to establish required average compressive strength of the mixture in accordance with ACI 301 section Documentation of average compressive strength. Proportion normal-weight concrete according to ACI and ACI 301. Submitted mixes must be based upon testing of 6 X 12 test cylinders. Testing based upon other test cylinder sizes will not be accepted. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the laboratory trial mix basis. C. Foundations, abutments, retaining walls, piers & curb: 1. Compressive Strength (28 Days): 4,000 psi. 2. Maximum Slump: 4 inches. 3. Maximum Slump for Concrete Containing High-Range Water-Reducing Admixture: 8 inches after admixture is added to concrete with 2- to 4-inch slump. D. Sidewalks, Aprons, Exterior Slabs: Proportion normal-weight concrete mix as follows: 1. Compressive Strength (28 Days): 5,000 psi. (Air-entrained) 2. Maximum Slump: 4 inches 3. Maximum Water-Cementitious Materials Ratio = Site Concrete Work

185 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey E. Air Content: Add air-entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5~7% with a tolerance of plus 1 or minus 1.5 percent, unless otherwise indicated. F. Do not allow entrapped air content to exceed 3 percent (naturally occurring) FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." B. Heat bending and/or straightening or reinforcement is not permitted 2.09 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94 and ASTM C 1116, and furnish batch ticket information to Owner s on-site representative. B. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. C. Concrete will be rejected if more than 1-1/2 hours has elapsed from the time water was first added to mix at the Concrete Batch Plan, or as noted above. D. Discharge all wash water at the Batch Plan or other prearranged discharge point, not at jobsite. Concrete discharge shall be done in strict compliance with all local, state, and national environmental laws BASE COURSE A. Provide dense graded aggregate conforming to NJDOT Specifications, Section JOINT FILLER A. Expansion- and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber, or ASTM D 1752, cork or self-expanding cork. Use standard color, which closely matches adjacent concrete color. PART 3 EXECUTION 3.01 PREPARATION A. Proof-roll prepared sub-base surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions have been corrected and sub-grade is ready to receive pavement. B. Remove loose material from compacted sub-base surface immediately before placing concrete FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. Site Concrete Work

186 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Construct forms tight enough to prevent loss of concrete mortar. D. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Kerf wood inserts for forming keyways, reglets, recesses, and the like, for easy removal. Do not use rust-stained steel form-facing material. E. Chamfer exterior corners and edges of permanently exposed concrete. Provide 3/4 bevel on all re-entrant corners of formed concrete surfaces exposed to public view. F. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. Provide additional bracing at openings and discontinuities in formwork. G. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. H. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. I. Coat contact surfaces of forms with form-release agent, according to manufacturer's written instructions, before placing reinforcement EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form release agent to ensure separation from concrete without damage EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded or by Trades requiring such embedded items. Install anchor bolts, accurately located, to elevations required. Bridge anchor rods shall be set using the approved anchor bolt layout drawing provided by the bridge fabricator. The foundation plans prepared by the Engineer shall not be used to set anchor rods. A. Anchors rods, leveling plates, railing sleeves and brackets and all other embedded steel items shown on Contract Drawings. Install at location and elevations shown on the Contract Drawings within allowable tolerances as specified in SECTION Structural Steel. Survey of embedded items is required, refer to , section REMOVING AND REUSING FORMS A. General: Formwork, for sides of beams, walls, columns, and similar parts of the Work, that does not support weight of concrete may be removed after concrete is hard enough to not be damaged Site Concrete Work

187 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey by form-removal operations and provided curing and protection operations are loads are to be placed on such items until seven (7) days after casting. maintained. No B. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new formrelease agent. C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. Field bending or straightening of bars partially embedded in concrete is permitted only where shown on the Contract Drawings. Do not field cut reinforcement unless specifically pre-approved by Landscape Architect. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. E. Do not use reinforcement having any of the following defects: 1. Bar lengths, depths, and bends which exceed fabrication tolerances. 2. Reinforcing bars with reduced cross sectional area due to rust or other cause. F. Install reinforcing in the forms before concrete is placed. No reinforcing bars shall be driven or forced into concrete after the concrete has attained its initial set. G. Scheduling Place reinforcement sufficiently in advance of placing concrete to permit inspection, and correction, if required. H. Use bars of single length, except where the length required is greater than stock length. Lap necessary splices as shown on the drawings sufficiently to develop the strength of the bars by bond. Lap splices in accordance with ACI 318. No splices shall be made unless shown on the drawings and shop drawings. Where continuous bars are called for, lap splices shall meet requirements of ACI 318 but not be less than 48 diameters. I. Minimum concrete cover for reinforcement, except for extremely corrosive atmospheres, other severe exposures, or fire protection, shall be as follows: 1. Footings and other principal structural members in which concrete is deposited against the ground 3 inches between steel and ground. 2. Where concrete surfaces, after removal for forms, are exposed to weather or ground: a. For bar more than 5/8 inches in diameter 2 inches Site Concrete Work

188 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 3.07 JOINTS J. All corners and intersections of concrete walls are to be reinforced with corner bars per contract documents. K. Field bending or straightening of bars partially embedded in concrete is not permitted. Do not field cut reinforcement unless specifically pre-approved by Engineer. L. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. M. Comply with the specified codes and standards, and Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars", for details and methods of reinforcement placement and supports, and as herein specified. A. General: Construct construction, isolation, and contraction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints. 1. Provide preformed galvanized steel or plastic keyway-section forms or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches (38 mm) into concrete. 2. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 3. Provide tie bars at sides of pavement strips where indicated. 4. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 5. Use epoxy bonding adhesive at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Isolation Joints: Form isolation joints of preformed joint-filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. 1. Locate expansion joints at intervals of 20 feet unless otherwise indicated. 2. Extend joint fillers full width and depth of joint. 3. Terminate joint filler 1/2 inch below finished surface if joint sealant is indicated. 4. Place top of joint filler ½-inch below finished surface and place colored caulk, matching color of concrete over joint filler in areas designated for stamped concrete. 5. Place top of joint filler 1/4-inch below finished concrete surface if joint sealant or colored caulk is not indicated. 6. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint-filler sections together. Site Concrete Work

189 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 7. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt-coat one-half of dowel length to prevent concrete bonding to one side of joint. E. Contraction Joints: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness, as follows: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. a. Radius: 1/4 inch (6 mm). 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch- (3-mm-) wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before developing random contraction cracks. 3. Location: For slabs or wide pavements, locate control/contraction joints 10-feet center to center or as indicated on drawings. For sidewalks locate control/contraction joints ever 4- linear feet. F. Edging: Tool edges of pavement, gutters, curbs, and joints in concrete after initial floating with an edging tool to the following radius. Repeat tooling of edges after applying surface finishes. Eliminate tool marks on concrete surfaces. 1. Radius: 1/4 inch (6 mm) CONCRETE PLACEMENT A. Verification of Conditions (By Installer): Examine conditions under with structural concrete is to be placed and notify prime contractor in writing of any conditions detrimental to proper and timely concrete placement. Do not proceed with placement until unsatisfactory conditions have been corrected in manner acceptable to Installer. B. Notify other Prime Contractors, Subcontractors, and other parties involved in the Project in ample time to allow installation of their work prior to concrete placement. C. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. Refer to specification SECTION Earthwork for required in-place density of footing sub-grade. D. Do not add water to concrete during delivery, at project site, or during placement, unless approved by engineer. Do not add water to concrete after adding high-range water-reducing admixtures to mix. Site Concrete Work

190 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey E. Do not use concrete that has stood for over 30 minutes after leaving the mixer or concrete that has contained its water content for more than 1 ½ hours in work. Independent testing agency will reject such concrete. F. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation. G. Deposit concrete in forms in horizontal layers no deeper than 12 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. 1. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. H. Cold-weather placement: comply with ACI and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. I. Hot-weather placement: place concrete according to recommendations in ACI 305R and as follows, when hot-weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water-soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. J. General: Concrete shall not be places until forms, reinforcing, piping, pipe sleeves, condui inserts, anchors, and all embedments have been inspected and approved. Water and for- eign matter shall be removed from forms and excavations. No concrete for foundations shall be placed on earth Site Concrete Work

191 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey that has been backfilled or otherwise disturbed. All soil bottoms for footings shall be approved by professional soils engineer before placing concrete. K. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry-shake surface treatments. L. Curbs and Gutters: When automatic machine placement is used for curb and gutter placement, submit revised mix design and laboratory test results that meet or exceed requirements. Produce curbs and gutters to required cross section, lines, grades, finish, and jointing as specified for formed concrete. If results are not approved, remove and replace with formed concrete FINISHING FORMED SURFACES A. General: Wetting of concrete surfaces during screening, initial floating, or finishing operations is prohibited. B. Float Finish: Begin the second floating operation when bleed-water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Float surface with powerdriven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture. 1. Burlap Finish: Drag a seamless strip of damp burlap across float-finished concrete, perpendicular to line of traffic, to provide a uniform, gritty texture. 2. Medium-to-Fine-Textured Broom Finish: Draw a soft bristle broom across float-finished concrete surface perpendicular to line of traffic to provide a uniform, fine-line texture. 3. Medium-to-Coarse-Textured Broom Finish: Provide a coarse finish by striating float-finished concrete surface 1/16 to 1/8 inch (1.6 to 3 mm) deep with a stiff-bristled broom, perpendicular to line of traffic. C. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch in height. 1. Exposed portions of concrete abutments shall receive rubbed finish in accordance with ACI standards. Monolithic finish by stripping forms while concrete is still green and by steel troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. D. Related Unformed Surfaces: At tops of abutment, walls, horizontal offsets, and similar un formed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with inplace construction. Provide other miscellaneous concrete filling indicated or required to complete Work. Site Concrete Work

192 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey B. Curbs: Provide monolithic finish to curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI for cold-weather protection and with recommendations in ACI 305R for hot-weather protection during curing. B. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the following methods: 1. Moisture Curing: Keep surfaces continuously moist with water for not less than seven days. 2. Protect concrete surfaces from damage from construction equipment, materials, and methods, from application of curing procedure, and from rain or running water CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Landscape Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. All costs associated with repair of defective concrete surfaces are to be borne by contractor. B. Perform structural repairs of concrete, subject to Landscape Architect s approval, using epoxy adhesive and patching mortar. C. Repair materials and installation not specified above may be used, subject to Landscape Architect's prior approval PAVEMENT TOLERANCES A. Comply with tolerances of ACI 117 and as follows: 1. Elevation: 1/4 inch (6 mm). 2. Thickness: Plus 3/8 inch (9 mm), minus 1/4 inch (6 mm). 3. Surface: Gap below 10-foot- (3-m-) long, unleveled straightedge not to exceed 1/4 inch (6 mm). 4. Lateral Alignment and Spacing of Tie Bars and Dowels: 1 inch (25 mm). 5. Vertical Alignment of Tie Bars and Dowels: 1/4 inch (6 mm). 6. Alignment of Tie-Bar End Relative to Line Perpendicular to Pavement Edge: 1/2 inch (13 mm). 7. Alignment of Dowel-Bar End Relative to Line Perpendicular to Pavement Edge: Length of dowel 1/4 inch per 12 inches (6 mm per 300 mm). 8. Joint Spacing: 3 inches (75 mm). 9. Contraction Joint Depth: Plus 1/4 inch (6 mm), no minus. 10. Joint Width: Plus 1/8 inch (3 mm), no minus FIELD QUALITY CONTROL A. Testing Agency: Contractor will engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control may include those specified in this Article. Site Concrete Work

193 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 1. Testing Frequency: Obtain one composite sample (6 cylinders) for each day's pour of each concrete mix exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd. or fraction thereof. a. Testing agency will cast one set of (4) cylinders for each abutment even if such pours are done from one truck. 2. Slump: ASTM C 143; one test at point of placement for each composite sample, but not less than one test for each day's pours of each concrete mix. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231, pressure method, for normal-weight concrete; ASTM C 173, volumetric method; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each composite sample. 5. Compression Test Specimens: ASTM C 31/C 31M; cast and laboratory cure one set of six standard cylinder specimens for each composite sample. 6. Compressive-Strength Tests: ASTM C 39; test two laboratory-cured specimens at 7 days for information and three at 28 days for acceptance. Compressive strength test results for acceptance shall be the average of the compressive strengths from the three (3) specimens tested at 28 days. If one specimen in the test shows evidence of improper sampling, molding or testing. Discard the specimen and consider the strength of the remaining cylinder to be the test result. If more than one specimen in a test shows any defects, discard the entire test. Retain one (1) specimen for testing at 56 days as deemed necessary by Architect. Accelerated testing of concrete as an alternate to standard testing is not allowed. a. Retaining wall: Test (1) cylinder at 7 days, Test (3) cylinders at 28 days. 7. Strength of each concrete mix will be satisfactory if every average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. 8. Testing Agency will report all test and inspection results to the Architect, Prime Contractor and Owner s Representative within seven (7) days after tests and inspections are performed except that test results that do not meet project requirements shall be reported in writing to Architect, concrete manufacturer, and Prime Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-and 28-day tests. 9. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. 10. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with Site Concrete Work

194 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey ASTM C 42 or by other methods as directed by Architect. Costs associated with all additional testing shall be borne by the Contractor. 11. Reinforcement: Testing and inspection agency shall visually inspect all reinforcement and welded wire fabric for proper size, spacing, concrete cover and lap splice lengths as shown on Contract Documents prior to placement of concrete. Testing agency to provide signed & sealed Letter of Certification that all reinforcement was placed in accordance with the Contract Documents. 12. Contractor s Duties Relative to Testing: a. Contractor shall designate one individual in his organization to be responsible for conducting Contractor s duties relative to testing. Individual will be instructed in his duties by testing agency. Individual shall not be changed without notice to Landscape Architect. b. Delivering of materials to testing agency s laboratory for use in verifying design mixes. c. Furnishing labor to obtain and handle samples for compression testing, performing slump tests, and air content tests. d. The Contractor shall notify the inspection and testing agency at least 36 hours prior to each anticipated pour in order to allow the agency adequate time for inspection of concrete form work, reinforcing, steel and concrete placement. e. Storing cylinders at project site in storage box for 24 hours after molding. Temperature controlled, insulated storage box shall be furnished by the Contractor for use by the testing agency. f. Maintaining field test data sheet for each set of concrete specimens CERTIFIED SURVEY OF ANCHOR BOLTS, LEVELING PLATES AND BEARING PLATES A. Upon completion of the setting of anchor bolts, leveling plates and bearing plates the Contractor will obtain a certified survey, prepared by a surveyor licensed in the Project State, of the following: 1. Location and elevation of anchor bolts. 2. Levelness and elevation of leveling plates. 3. Location, levelness and elevation of bearing plates. B. As-built survey shall show proposed design location of item and as-built location. As-built location shall be given in two orthogonal directions. (North-South & East-West). As-built survey shall be submitted to the Landscape Architect for review and approval. Contractor shall allow for ten (10) standard working days for review of as-built survey prior to proceeding with any corrective repairs. C. Contractor shall correct any deficiencies in location, levelness and elevation at his own cost and at the direction of the Architect. The corrected work will be resurveyed at the Contractor s cost. All proposed corrective repairs are to be submitted to the Landscape Architect & Engineer for review prior to the start of any corrective work. All corrective work must have full-time inspection by Owner s Testing Agency. All costs associated with the review, approval, and inspection of corrective repairs will be borne by the Contractor REPAIRS AND PROTECTION Site Concrete Work

195 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey A. Remove and replace concrete pavement that is broken, damaged, or defective, or does not meet requirements in this Section. B. Drill test cores where directed by Architect when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with portland cement concrete bonded to pavement with epoxy adhesive. C. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material. Sweep concrete pavement not more than two days before date scheduled for Substantial Completion inspections BACKFILLING A. After the concrete has attained the required strength, the spaces in front and back of the curb, and paving, where applicable, shall be backfilled with approved material in layers of not more than 4-inches in depth, which shall be thoroughly compacted mechanically to the required elevation and cross section. END OF SECTION SITE CONCRETE WORK Site Concrete Work

196 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION PAVEMENT MARKINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes painted markings applied to concrete pavement. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1. Review methods and procedures related to marking pavement including, but not limited to, the following: a. Pavement aging period before application of pavement markings. b. Review requirements for protecting pavement markings, including restriction of traffic during installation period. c. Final layout of pavement markings. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include technical data and tested physical and performance properties. B. Shop Drawings: For pavement markings. 1. Indicate pavement markings, colors, text, designs, sizes and dimensions to adjacent work. 1.5 QUALITY ASSURANCE A. Regulatory Requirements: Comply with materials, workmanship, and other applicable requirements of NJ DOT for pavement-marking work. B. Work shall be installed by Contractors specializing in pavement marking, with at least 5 years experience. Pavement Markings

197 January 2019 Bid Issue 1.6 FIELD CONDITIONS Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey A. Environmental Limitations: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 55 deg F (12.8 deg C), and not exceeding 95 deg F (35 deg C), unless otherwise noted by the manufacturer. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Preformed Thermoplastic Playground Surface Designs as manufactured by EDUmarking (833) or approved equal. 2.2 PAVEMENT-MARKING PAINT A. Preformed Thermosplastic, 125 mil thickness. B. Color: Multi colored designs, using manufacturer s full range for designs. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that pavement is dry and in suitable condition to begin pavement marking according to manufacturer's written instructions. B. Proceed with pavement marking only after unsatisfactory conditions have been corrected. 3.2 PAVEMENT MARKING A. Apply thermoplastic paint per manufacturer s instructions. B. Do not apply pavement-marking paint until layout, colors, and placement have been verified with Architect. C. Allow paving to age for a minimum of 30 days before starting pavement marking. D. Sweep and clean surface to eliminate loose material and dust. Ensure no moisture is present. E. Apply primer to surface. F. Position thermoplastic paint on surface. G. Apply heat to bond thermoplastic to surface. Do not overheat or scorch surface. Pavement Markings

198 January 2019 Endeavour School- Courtyards Bid Issue North Hanover Township School District North Hanover Township, New Jersey H. Chisel test to ensure proper bond. Remove and replace thermoplastic that has not completed bonded to surface. I. Apply UV sealant. 3.3 PROTECTING AND CLEANING A. Protect pavement markings from damage and wear during remainder of construction period. B. Clean spillage and soiling from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. END OF SECTION Pavement Markings

199 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION SYNTHETIC GRASS SURFACING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes synthetic grass surfacing. B. The contractor shall provide all labor, materials, equipment and tools necessary for the complete installation of an in-filled (if specified) synthetic grass surface with a stable draining base. The complete synthetic grass system shall consist of, but not necessarily be limited to, the following: 1. Site construction with the extent of artificial turf work as shown on the drawings. 2. Subgrade, base, and drainage construction as specified in Part 2 and Part 3 of this document. 3. Quality synthetic grass product manufactured in the USA according to specifications in Part 2 of this document. Product shall meet or exceed all guidelines as established herein, or for characteristics not specifically stated, shall meet or exceed all guidelines published by the Synthetic Turf Council. 4. The synthetic grass surface shall be specifically designed, manufactured and installed for the intended use. 5. A resilient infill system. C. SYSTEM PERFORMANCE: Contractor shall ensure that products for synthetic turf system meet the following performance requirements: 1. All components and their installation method shall be designed and manufactured for landscape use. The materials as hereinafter specified shall withstand full climatic exposure in the location of the installation, be resistant to insect infestation, rot, fungus, mold and mildew, shall also withstand ultra-violet rays and extreme heat, and allow the free flow of water vertically through the surface and into the drainage system below the surface. 2. The seams of all system components shall provide a permanent, tight, secure, and hazard free surface. 3. The installed synthetic grass and drainage system shall allow for drainage and water flow through the system at a rate of not less than 10 inches per hour. 4. Based on independent laboratory tests, the synthetic grass product must be shown to meet or exceed ASTM testing standards as specified by architect or owner. Synthetic Grass Surfacing

200 January 2019 Bid Issue D. Related Requirements: Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 1. Section "Earth Moving" for preparation, compaction, and grading of granular base. 2. Section Fiberglass Reinforced Plastics (FRP) Fabrications for FRP grating and pedestal supports. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product B. Synthetic grass vendor must submit the following to owner or owner s representative: 1. One (1) copy of the most recent installation reference list for projects of similar scope to this project completed in last three years. 2. One (1) 12 x12 loose sample of proposed synthetic grass product and one (1) 12 x12 boxed sample including infill representative of finished synthetic grass system. 3. One (1) copy of independent test report from a certified independent laboratory certifying the proposed surface system is fully compliant with ASTM 1951 Standardized test for ADA Compliance. 4. One (1) of the product warranty for proposed synthetic grass product. 5. One (1) copy of their maintenance instructions. These instructions will include all necessary instructions for the proper care and maintenance of the newly installed synthetic turf system. 6. One (1) copy of edge details of proposed installation and terminations of synthetic grass system. 7. One (1) copy of a signed letter from synthetic grass vendor certifying that the proposed synthetic grass product is manufactured in the USA. 8. One (1) copy of independent laboratory test reports on system or components. 9. Seam Sample: 24 inches square with seam centered in sample. C. Shop Drawings: For synthetic grass surfacing. 1. Include sections and details. 2. Show locations of seams and method of seaming. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Product Test Reports: For each synthetic grass surfacing assembly. Synthetic Grass Surfacing

201 January 2019 Bid Issue C. Field quality-control reports. Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey D. Sample Warranties: For special warranties. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For synthetic grass surfacing, including maintenance cleaning instructions, to include in maintenance manuals. 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Turf Fabric: Minimum of 30 sq. ft. for each type indicated. 2. Infill: Minimum of two bags of each type. 3. Seaming Tape and Adhesive: One roll of seaming tape and one gallon of adhesive. 4. One new set of maintenance tools, of type recommended by synthetic grass surfacing manufacturer for installation. 1.8 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. B. SERVICE AND QUALITY ASSURANCE: Synthetic grass vendor shall provide ongoing service quality assurance and warranty consisting of, but not necessarily be limited to, the following: 1. The synthetic grass vendor must provide competent workmen skilled in this type of installation. The synthetic grass vendor shall provide a qualified installation foreman to coordinate and review the component parts of the synthetic grass system. Foreman shall be introduced to owner or owner s representative prior to start of construction. 2. The synthetic grass vendor and installer must be experienced with no less than ten completed installations. Installer must be competent in the installation of this material, including attachment of seams and proper installation of infill material prior to the start of turf installation. 1.9 DELIVERY, STORAGE, AND HANDLING A. Store materials in location and manner to allow installation of synthetic grass surfacing without excess disturbance of granular base. Synthetic Grass Surfacing

202 January 2019 Bid Issue 1.10 WARRANTY Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey A. Special Warranty: Manufacturer agrees to repair or replace synthetic grass surfacing that fails in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Deterioration and excessive wear. b. Deterioration from UV light. c. Excessive loss of shock attenuation. d. Seam separation, including game lines and markings. 2. The synthetic grass vendor shall submit its manufacturer s warranty, which warrants the usability of the synthetic grass system for its intended uses with the following minimum characteristics: a. Warrant that the materials installed meet or exceed the product specifications. b. Be from a single source covering workmanship and all materials. c. Assure the availability of exact or substantially the same replacement materials for the synthetic grass system for the full warranty period. d. Include general wear and damage caused by UV degradation. The warranty may specifically exclude vandalism and Acts of God beyond the control of the manufacturer or installer. 3. Warranty Period: 8 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 SYNTHETIC GRASS SURFACING A. Synthetic grass DuPont ForeverLawn Select VR or approved equal. 1. Pile Weight: 70 oz/sy 2. Face Yarn Type: Primary: Polyethylene monofilament memory fiber. Secondary: Heat set textured nylon monofilament. 3. Yarn Count: Primary 10,800/6; Secondary 5,040/12 4. Pile Height (tufted): 2.0 inch (finish height may be slightly lower) 5. Color: Primary: Field/Clover Green; Secondary: Turf green/tan blend 6. Construction: Broadloom tufted, Dual yarn, same row 7. Tufting Gauge: 3/8 inch 8. Backing: 3-layer backing with geotex laminate 9. Seaming: Micromechanical bonding 10. Total Product Weight: 130 oz /sy (+/- 2 oz) 11. Finished Roll Width: 15 feet (4.6 m) 12. Finished Roll Length: Up to 240 feet (73 m) 13. The synthetic grass shall be delivered in 15 foot wide rolls. The rolls will be laid out and installed as specified in the site layout and equipment placement drawings. 14. All seams shall be installed and secured with micromechanical bonding. Seams secured with adhesive or stitching alone shall not be acceptable. Synthetic Grass Surfacing

203 January 2019 Endeavour School- Courtyards Bid Issue North Hanover Township School District North Hanover Township, New Jersey 15. Design Color: Green. Final colors to be selected by Owner from manufacturer s full range. 16. Infill material for best play and performance. Recommended infill amount is not to exceed 1.0 pounds of mesh granulated rubber per square foot. a. Contact: Tim Bast ForeverLawn of South Jersey Mobile: Office: Tim@foreverlawnsj.com B. Surface: Rated according to ASTM F 1951 Standardized Test For ADA Compliance 2.2 MATERIALS A. Sand Infill: Uniformly size acryclic-coated silica sand free of silts, clays, and contaminants, and of subangular or rounder shape according to ASTM F 1632; mesh size as recommended by synthetic grass surfacing manufacturer. Manufacturer s warranty 16 years. 1. Envirofill,color: TAN, as manufactured by: USGreentech 5076 Wooster Road Cincinnati OH Or approved equal B. Seam Adhesive: One- or two-part urethane, recommended or approved by synthetic grass surfacing manufacturer, and suitable for ambient conditions at time of installation. C. Seam Tape: Synthetic grass manufacturer's recommended seam tape, minimum 12 inches wide for inlaid game lines. D. Seaming Cord: Seaming cord or thread, recommended by the synthetic grass surfacing manufacturer. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine base and other conditions, with Installer present, for compliance with requirements for installation tolerances, permeability, and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. Synthetic Grass Surfacing

204 January 2019 Bid Issue 3.2 INSTALLATION Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey A. Avoid disturbance of base during installation of turf fabric. B. Roll out turf fabric and allow to relax at least four hours prior to seaming. C. Synthetic grass rolls shall be joined via micromechanical bond seaming and reinforced with specialty turf adhesive where necessary. 1. Seams shall be flat, tight and permanent with no separation or fraying. 2. Seams shall be rolled with weighted roller to ensure adhesion. 3. Synthetic turf yarn fabric that is trapped or glued between seams shall be freed from the seams by hand or other approved method to an upright position prior to the commencement of brushing and top dressing synthetic grass rolls by the manufacturer wherever possible. D. Provide seams flat and snug, with no gaps or fraying. Remove yarns that are trapped within seams. Attach turf fabric to perimeter restraint system as recommended by the manufacturer. E. Synthetic Turf Perimeter Attachment: 1. After final layout and seaming of the synthetic grass product, the synthetic turf material shall at a minimum be secured to the top of a synthetic wood or plastic material nailer board firmly anchored to sidewalk, curb or wall making up the perimeter of the synthetic turf area. As an alternate installation method the synthetic turf may be wrapped over the edge of the curb nailer board and secured the full depth of the nailer board. 2. The turf shall be attached to the synthetic wood or plastic nailer board by stainless steel staples, screws, and/or nails. 3. Soil or surfacing material outside of the defined synthetic turf area shall be backfilled against turf wrapped perimeter edge and have zero transition edge to synthetic turf unless otherwise specified. F. Repair loose seams and bubbles formed due to expansion of turf fabric prior to installation of infill. G. Evenly broadcast and groom infill by machine in proportions and depth after settling as recommended by the manufacturer, and to meet indicated performance requirements. Rake fibers trapped by infill to surface. 3.3 CLOSEOUT A. The synthetic grass vendor must verify that a qualified representative has inspected the installation and that the finished synthetic surface conforms to the manufacturer's requirements. B. Grass vendor shall provide Owner with completed warranty forms for all synthetic turf components for Owner s signature. Synthetic Grass Surfacing

205 January 2019 Endeavour School- Courtyards Bid Issue North Hanover Township School District North Hanover Township, New Jersey C. Extra materials: Owner shall be given option to retain and store excess materials such as excess turf and infill ordered for project, but not installed. 3.4 DEMONSTRATION A. Train Owner's maintenance personnel in proper maintenance procedures for synthetic grass surfacing. 3.5 DEMONSTRATION A. Contractor shall provide the labor, supplies and equipment as necessary for final cleaning of surfaces and installed items. B. During the contract and at intervals as directed by the owner or owner s representative and as synthetic grass system installation is completed, clear the site of all extraneous materials, rubbish, or debris and leave the site in a clean, safe, well draining, neat condition. C. Surfaces, recesses, enclosures, etc. shall be cleaned as necessary to leave the work area in a clean, immaculate condition ready for immediate occupancy and use by the owner. END OF SECTION Synthetic Grass Surfacing

206 September 2018 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION LANDSCAPE STONE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following types of landscape stone: 1. Boulders. 2. Stepping Stones B. Related Sections include the following: 1. Division 2 Section "Earthwork" for excavation and backfill material 1.3 DEFINITIONS A. Definitions contained in ASTM C 119 apply to this Section. 1.4 SUBMITTALS A. Product Data: For each variety of stone, stone accessory, and other manufactured products indicated. B. Photographs of stone Samples for Initial Selection: Sets for each color, grade, finish, and variety of stone required. 1. Sets shall consist of at least five Samples, exhibiting extremes of the full range of color and other visual characteristics expected and will establish the standard by which stone will be judged. Each photographs shall be numbered and indicate type of stone, and location of quarry. C. Physical Samples for Verification: 1. For each stone type indicated. Include at least five samples in for each type of stone, exhibiting extremes of the full range of color and other visual characteristics expected in completed Work. Samples will establish the standard by which stone provided will be judged. Landscape Stone

207 September 2018 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey D. List of Materials Used in Constructing Mockups: List generic product names together with manufacturers, manufacturers' product names, sources of supply, and other information as required to identify materials used. 1. Submittal is for information only. Neither receipt of list nor approval of mockups constitutes approval of deviations from the Contract Documents unless such deviations are specifically brought to the attention of Architect and approved in writing. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who employs experienced stonemasons and stone fitters. Stone masons must have minimum ten years experience placing natural stone. B. Source Limitations for Stone: Obtain stone from a single local source. Quarry shall have the resources to provide materials of consistent quality in appearance and physical properties. The Contractor shall be responsible for sourcing the appropriate stone and shall be prepared to provide alternate sources, without delaying progress of the project, if previously submitted stone or source is not acceptable to the Landscape Architect. C. Mockups: Build mockups to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Build mockup of typical wall or feature. 2. Build mockups in sizes approximately 24 inches by 48 inches by full thickness, including face, cap, corners and accessories. 3. Approval of mockups is for color, texture, and blending of stone; relationship of stone and method of laying stone, and aesthetic qualities of workmanship. a. Approval of mockups is also for other material and construction qualities Architect specifically approves in writing. b. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 4. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. D. Preinstallation Conference: Conduct conference at Project site to review proposed work and materials to match existing conditions. Do not start work until conference has been conducted and all items have been resolved to the satisfaction of the Owner and Landscape Architect. Landscape Stone

208 September 2018 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 1.6 DELIVERY, STORAGE, AND HANDLING A. Store and handle stone and related materials to prevent deterioration or damage due to moisture, temperature changes, contaminants, corrosion, breaking, chipping, and other causes. 1. Lift stone with wide-belt slings; do not use wire rope or ropes that might cause staining or marring of finished surfaces. Move stone, if required, using dollies with cushioned wood supports. 1.7 PROJECT CONDITIONS A. Protect stone during erection and placement as follows: 1. Prevent staining of stone from mortar, grout, concrete, asphalt, sealants, and other sources. Immediately remove such materials without damaging stone. 2. Protect base of walls from rain-splashed mud and mortar splatter by coverings spread on ground and over wall surface. PART 2 - PRODUCTS 2.1 GENERAL A. General: Stone shall comply with ASTM C 615. Contractor shall furnish boulders similar in appearance, color, type, and approximate size as shown on Drawings or specified in the Contract Documents. No evidence of drilling, scrapes, large flakes, or cracks shall be visible after the boulder or stepping stones are set in place. B. Description: Stone shall be weathered smooth, with some flat faces for fitting joints at boulder retaining walls. Broken or cut faces of stone that are exposed to view will not be accepted. C. Variety and Source: Subject to compliance with requirements, provide stone from a single source. D. Finish: Weathered. E. Match Architect's samples for color, finish, and other stone characteristics relating to aesthetic effects. F. Boulders- Shall be Pennsylvania Fieldstone and have an approximate size range of: ht x 2-3 width x 1-2 depth. G. Stepping Stones- Shall be irregularly shaped and have a minimum surface area of 4 square feet, with a minimum dimension of 18 and 4 thickness. Landscape Stone

209 September 2018 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 2.2 STONE FABRICATION A. General: Fabricate or collect stone units in sizes and shapes required to comply with requirements indicated, including details on Drawings and Shop Drawings. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine surfaces to receive stone and conditions under which stone will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. B. The Contractor shall coordinate with the Landscape Architect prior to setting boulders and stepping stones to ensure desired face and orientation is achieved. Boulders shall be placed on site as directed by the Landscape Architect. 3.2 INSTALLING BOULDERS A. The Contractor shall form a pocket for boulder, insuring that boulder is even and true to line, buried to one-third to one-half of the boulder depth, and in accordance with the Standard Detail, or as shown on the Drawings. B. Prepare and compact subgrade. C. Place and compact base material. D. Handle boulders using slings and other equipment to prevent the marring or damage of the exposed surfaces of the boulders. E. Set boulders firmly in place providing uniform bearing under the entire boulder. Set boulders shall be plumb and the tops of each piece shall be set to match the plane and grain of adjacent stones in order to achieve the appearance of a natural rock outcropping. F. Butt boulders together to form tight joints. At retaining wall areas, use smaller matching stone as chinking and clean stone at the backside of open joints as necessary. Provide separation geotextile at back side of wall to prevent migration of soil through the joint to the face of wall. G. Backfill or install pavement as indicated. Landscape Stone

210 September 2018 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 3.3 INSTALLING STEPPING STONES A. The Contractor shall form a pocket for stepping stones, insuring that the stone is even and true to line, buried to full depth, and in accordance with the Standard Detail, or as shown on the Drawings. B. Prepare and compact subgrade. C. Place and compact base material. D. Handle stepping stones using slings and other equipment to prevent the marring or damage of the exposed surfaces of the stones. E. Set stones firmly in place providing uniform bearing under the entire stone. Set stones shall be plumb and the tops of each piece shall be set to match the plane and grain of adjacent stones in order to achieve the appearance of a natural rock outcropping. F. Space stones together as indicated in the plans.. Fill joints completely. 3.4 ADJUSTING AND CLEANING A. Final Cleaning: Do not clean weathered stone finish. Remove only stains or dirt caused by construction activities. END OF LANDSCAPE STONE Landscape Stone

211 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION SOIL PREPARATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes planting soils specified according to performance requirements of the mixes. B. Related Requirements: 1. Section "Earthwork for sub grade requirements. 1.3 DEFINITIONS A. AAPFCO: Association of American Plant Food Control Officials. B. Backfill: The earth used to replace or the act of replacing earth in an excavation. This can be amended or unamended soil as indicated. C. CEC: Cation exchange capacity. D. Compost: The product resulting from the controlled biological decomposition of organic material that has been sanitized through the generation of heat and stabilized to the point that it is beneficial to plant growth. E. Duff Layer: A surface layer of soil, typical of forested areas, that is composed of mostly decayed leaves, twigs, and detritus. F. Imported Soil: Soil that is transported to Project site for use. G. Layered Soil Assembly: A designed series of planting soils, layered on each other, that together produce an environment for plant growth. H. Manufactured Soil: Soil produced by blending soils, sand, stabilized organic soil amendments, and other materials to produce planting soil. I. NAPT: North American Proficiency Testing Program. An SSSA program to assist soil-, plant-, and water-testing laboratories through interlaboratory sample exchanges and statistical evaluation of analytical data. Soil Preparation

212 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey J. Organic Matter: The total of organic materials in soil exclusive of undecayed plant and animal tissues, their partial decomposition products, and the soil biomass; also called "humus" or "soil organic matter." K. Planting Soil: Existing, on-site soil; imported soil; or manufactured soil that has been modified as specified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. L. RCRA Metals: Hazardous metals identified by the EPA under the Resource Conservation and Recovery Act. M. SSSA: Soil Science Society of America. N. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. O. Subsoil: Soil beneath the level of subgrade; soil beneath the topsoil layers of a naturally occurring soil profile, typified by less than 1 percent organic matter and few soil organisms. P. Surface Soil: Soil that is present at the top layer of the existing soil profile. In undisturbed areas, surface soil is typically called "topsoil"; but in disturbed areas such as urban environments, the surface soil can be subsoil. Q. USCC: U.S. Composting Council. 1.4 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include recommendations for application and use. 2. Include test data substantiating that products comply with requirements. 3. Include sieve analyses for aggregate materials. 4. Material Certificates: For each type of imported soil and soil amendment and fertilizer before delivery to the site, according to the following: a. Manufacturer's qualified testing agency's certified analysis of standard products. b. Analysis of fertilizers, by a qualified testing agency, made according to AAPFCO methods for testing and labeling and according to AAPFCO's SUIP #25. c. Analysis of nonstandard materials, by a qualified testing agency, made according to SSSA methods, where applicable. B. Samples: For each bulk-supplied material, 1-quart volume of each in sealed containers labeled with content, source, and date obtained. Each Sample shall be typical of the lot of Soil Preparation

213 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey material to be furnished; provide an accurate representation of composition, color, and texture. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For each testing agency. B. Preconstruction Test Reports: For preconstruction soil analyses specified in "Preconstruction Testing" Article. C. Field quality-control reports. 1.7 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent, state-operated, or university-operated laboratory; experienced in soil science, soil testing, and plant nutrition; with the experience and capability to conduct the testing indicated; and that specializes in types of tests to be performed. 1. Laboratories: Subject to compliance with requirements, provide testing by the following: a. Rutgers University or approved equal. 1.8 PRECONSTRUCTION TESTING A. Preconstruction Testing Service: Engage a qualified testing agency to perform preconstruction soil analyses on imported soil. 1. Notify Architect seven days in advance of the dates and times when laboratory samples will be taken. B. Preconstruction Soil Analyses: For each unamended soil type, perform testing on soil samples and furnish soil analysis and a written report containing soil-amendment and fertilizer recommendations by a qualified testing agency performing the testing according to "Soil-Sampling Requirements" and "Testing Requirements" articles. 1. Have testing agency identify and label samples and test reports according to sample collection and labeling requirements. 1.9 SOIL-SAMPLING REQUIREMENTS A. General: Extract soil samples according to requirements in this article. B. Sample Collection and Labeling: Have samples taken in accordance with the testing laboratories written procedures under the direction of the testing agency by trained personnel. Soil Preparation

214 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 1. Number and Location of Samples: Minimum of eight representative soil samples from varied locations for each soil to be used or amended for landscaping purposes. 2. Procedures and Depth of Samples: According to USDA-NRCS's "Field Book for Describing and Sampling Soils." 3. Division of Samples: Split each sample into two, equal parts. Send half to the testing agency and half to Owner for its records. 4. Labeling: Label each sample with the date, location keyed to a site plan or other location system, visible soil condition, and sampling depth TESTING REQUIREMENTS A. General: Perform tests on soil samples according to requirements in this article. B. Physical Testing: 1. Soil Texture: Soil-particle, size-distribution analysis by one of the following methods according to SSSA's "Methods of Soil Analysis - Part 1-Physical and Mineralogical Methods": C. Chemical Testing: a. Sieving Method: Report sand-gradation percentages for very coarse, coarse, medium, fine, and very fine sand; and fragment-gradation (gravel) percentages for fine, medium, and coarse fragments; according to USDA sand and fragment sizes. b. Hydrometer Method: Report percentages of sand, silt, and clay. 1. CEC: Analysis by sodium saturation at ph 7 according to SSSA's "Methods of Soil Analysis - Part 3- Chemical Methods." 2. Metals Hazardous to Human Health: Test for presence and quantities of RCRA metals including aluminum, arsenic, barium, copper, cadmium, chromium, cobalt, lead, lithium, and vanadium. If RCRA metals are present, include recommendations for corrective action. 3. Phytotoxicity: Test for plant-available concentrations of phytotoxic minerals including aluminum, arsenic, barium, cadmium, chlorides, chromium, cobalt, copper, lead, lithium, mercury, nickel, selenium, silver, sodium, strontium, tin, titanium, vanadium, and zinc. D. Fertility Testing: Soil fertility analysis according to standard laboratory protocol of SSSA NAPT NEC-67, including the following: 1. Percentage of organic matter. 2. CEC, calcium percent of CEC, and magnesium percent of CEC. 3. Soil reaction (acidity/alkalinity ph value). 4. Buffered acidity or alkalinity. 5. Nitrogen ppm. 6. Phosphorous ppm. 7. Potassium ppm. 8. Manganese ppm. 9. Manganese-availability ppm. Soil Preparation

215 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 10. Zinc ppm. 11. Zinc availability ppm. 12. Copper ppm. 13. Sodium ppm[ and sodium absorption ratio]. 14. Soluble-salts ppm. 15. Presence and quantities of problem materials including salts and metals cited in the Standard protocol. If such problem materials are present, provide additional recommendations for corrective action. 16. Other deleterious materials, including their characteristics and content of each. E. Organic-Matter Content: Analysis using loss-by-ignition method according to SSSA's "Methods of Soil Analysis - Part 3-Chemical Methods." F. Recommendations: Based on the test results, state recommendations for soil treatments and soil amendments to be incorporated to produce satisfactory planting soil suitable for healthy, viable plants indicated. Include, at a minimum, recommendations for nitrogen, phosphorous, and potassium fertilization, and for micronutrients. 1. Fertilizers and Soil Amendment Rates: State recommendations in weight per 1000 sq. ft. (100 sq. m) for 6-inch (150-mm) depth of soil. 2. Soil Reaction: State the recommended liming rates for raising ph or sulfur for lowering ph according to the buffered acidity or buffered alkalinity in weight per 1000 sq. ft. (100 sq. m) for 6-inch (150-mm)depth of soil DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and compliance with state and Federal laws if applicable. B. Bulk Materials: 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2. Provide erosion-control measures to prevent erosion or displacement of bulk materials, discharge of soil-bearing water runoff, and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3. Do not move or handle materials when they are wet or frozen. 4. Accompany each delivery of bulk fertilizers and soil amendments with appropriate certificates. PART 2 - PRODUCTS 2.1 PLANTING SOILS SPECIFIED ACCORDING TO PERFORMANCE REQUIREMENTS A. Planting-Soil Type: Imported, naturally formed soil from off-site sources and consisting of sandy loam (maximum 65% sand) soil according to USDA textures; and modified to produce Soil Preparation

216 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey viable planting soil. Amend imported soil with materials specified in other articles of this Section to become planting soil complying with the following requirements: 1. Sources: Take imported, unamended soil from sources that are naturally well-drained sites where topsoil occurs at least 4 inches (100 mm) deep, not from agricultural land, bogs, or marshes; and that do not contain undesirable organisms; diseasecausing plant pathogens; or obnoxious weeds and invasive plants including, but not limited to, quackgrass, Johnsongrass, poison ivy, nutsedge, nimblewill, Canada thistle, bindweed, bentgrass, wild garlic, ground ivy, perennial sorrel, and bromegrass. 2. Additional Properties of Imported Soil before Amending: Minimum of 4 percent organic-matter content, friable, and with sufficient structure to give good tilth and aeration. Clean soil to be of the following: a. Unacceptable Materials: Concrete slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, acid, and other extraneous materials that are harmful to plant growth. b. Unsuitable Materials: Stones, roots, plants, sod, clay lumps, and pockets of coarse sand that exceed a combined maximum of 8 percent by dry weight of the imported soil. c. Large Materials: Stones, clods, roots, clay lumps, and pockets of coarse sand exceeding 1 inch in any dimension. 3. Particle Size Distribution by Separates: a. Total Sand: 55% - 65% maximum percent by dry weight. b. Silt: 25 percent by dry weight. c. Clay: 10 percent by dry weight. 4. Percentage of Organic Matter: Minimum 4 percent by volume. 5. Soil Reaction: ph of 6 to CEC of Total Soil: Minimum 10 meq/100 ml at ph of CEC of Clay Fraction: Maximum 15 meq/100 ml at ph of Soluble-Salt Content: 5 to 10 ds/m measured by electrical conductivity. 9. Bulk Density: 1.1 g/cu. cm to 1.3 g/cu. cm at 85 percent compaction. 10. Total Porosity: Minimum 50 percent at 85 percent compaction. 11. Macro Porosity: Minimum 10 percent at 85 percent compaction. 12. RCRA Metals: Below maximum limits established by the EPA and NJDEP. 13. Phytotoxicity: Below phytotoxicity limits established by SSSA. 2.2 INORGANIC SOIL AMENDMENTS A. Lime: ASTM C 602, agricultural liming material containing a minimum of 80 percent calcium carbonate equivalent and as follows: 1. Class: T, with a minimum of 99 percent passing through a No. 8 (2.36-mm) sieve and a minimum of 75 percent passing through a No. 60 (0.25-mm) sieve. 2. Class: O, with a minimum of 95 percent passing through No. 8 (2.36-mm) sieve and a minimum of 55 percent passing through a No. 60 (0.25-mm) sieve. Soil Preparation

217 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 3. Form: Provide lime in form of ground dolomitic limestone. B. Sulfur: Granular, biodegradable, and containing a minimum of 90 percent elemental sulfur, with a minimum of 99 percent passing through a No. 6 (3.35-mm) sieve and a maximum of 10 percent passing through a No. 40 (0.425-mm) sieve. C. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. D. Agricultural Gypsum: Minimum 90 percent calcium sulfate, finely ground with 90 percent passing through a No. 50 (0.30-mm) sieve. E. Sand: Clean, washed, natural or manufactured, free of toxic materials, and according to ASTM C 33/C 33M. 2.3 ORGANIC SOIL AMENDMENTS A. Compost: Well-composted, stable, and weed-free organic matter produced by composting feedstock, and bearing USCC's "Seal of Testing Assurance," and as follows: 1. Feedstock: Limited to leaves 2. Reaction: ph of 5.5 to Soluble-Salt Concentration: Less than 4 ds/m. 4. Moisture Content: 35 to 55 percent by weight. 5. Organic-Matter Content: 50 to 60 percent of dry weight. 6. Particle Size: Minimum of 98 percent passing through a 1-inch (25-mm) sieve. B. Sphagnum Peat: Partially decomposed sphagnum peat moss, finely divided or of granular texture with 100 percent passing through a 1/2-inch (13-mm)sieve, a ph of 3.4 to 4.8, and a soluble-salt content measured by electrical conductivity of maximum 5 ds/m. C. Manure: Well-rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, debris, and material harmful to plant growth. 2.4 FERTILIZERS A. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 33 percent available phosphoric acid. B. Slow-Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent waterinsoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified testing agency. C. Chelated Iron: Commercial-grade FeEDDHA for dicots and woody plants, and commercialgrade FeDTPA for ornamental grasses and monocots. Soil Preparation

218 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey PART 3 - EXECUTION 3.1 GENERAL A. Place planting soil and fertilizers according to requirements in other Specification Sections. B. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in planting soil. C. Proceed with placement only after unsatisfactory conditions have been corrected. 3.2 PREPARATION OF UNAMENDED, ON-SITE SOIL BEFORE AMENDING A. Excavation: Excavate soil from designated area(s) to receive topsoil to a depth of 6 inches (150 mm). Dispose of excess material. B. Unacceptable Materials: Clean soil of concrete slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, acid, and other extraneous materials that are harmful to plant growth. C. Unsuitable Materials: Clean soil to contain a combined maximum of [8] <Insert number> percent by dry weight of stones, roots, plants, sod, clay lumps, and pockets of coarse sand. D. Screening: Pass unamended soil through a [2-inch (50-mm)] [3-inch (75-mm)] <Insert dimension> sieve to remove large materials. 3.3 PLACING AND MIXING PLANTING SOIL OVER EXPOSED SUBGRADE A. General: Apply and mix unamended soil with amendments on-site to produce required planting soil. Do not apply materials or till if existing soil or subgrade is frozen, muddy, or excessively wet. B. Subgrade Preparation: Till subgrade to a minimum depth of 6 inches (150 mm). Remove stones larger than 2 inches (50 mm) in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Apply, add soil amendments, and mix approximately half the thickness of unamended soil over prepared, loosened subgrade according to "Mixing" Paragraph below. Mix thoroughly into top 4 inches (100 mm) of subgrade. Spread remainder of planting soil. C. Mixing: Spread unamended soil to total depth of 6 inches (150 mm), but not less than required to meet finish grades after mixing with amendments and natural settlement. Do not spread if soil or subgrade is frozen, muddy, or excessively wet. Soil Preparation

219 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 1. Amendments: Apply soil amendments, except compost, and fertilizer, if required, evenly on surface, and thoroughly blend them with unamended soil to produce planting soil. a. Mix lime and sulfur with dry soil before mixing fertilizer. b. Mix fertilizer with planting soil no more than seven days before planting. 2. Lifts: Apply and mix unamended soil and amendments in lifts not exceeding 8 inches (200 mm) in loose depth for material compacted by compaction equipment, and not more than inches (150 mm)] in loose depth for material compacted by handoperated tampers. D. Compaction: Compact each blended lift of planting soil to 75 to 82 percent of maximum Standard Proctor density according to ASTM D 698 except where a different compaction value is indicated on Drawings. E. Finish Grading: Grade planting soil to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. 3.4 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Perform the following tests and inspections: 1. Compaction: Test planting-soil compaction after placing each lift and at completion using a densitometer or soil-compaction meter calibrated to a reference test value based on laboratory testing according to ASTM D 698. Space tests at no less than one for each 1000 sq. ft. (100 sq. m) of in-place soil or part thereof. 2. Performance Testing: For each amended planting-soil type, demonstrating compliance with specified performance requirements. Perform testing according to "Soil-Sampling Requirements" and "Testing Requirements" articles. C. Soil will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. E. Label each sample and test report with the date, location keyed to a site plan or other location system, visible conditions when and where sample was taken, and sampling depth. 3.5 PROTECTION A. Protect areas of in-place soil from additional compaction, disturbance, and contamination. Prohibit the following practices within these areas except as required to perform planting operations: 1. Storage of construction materials, debris, or excavated material. 2. Parking vehicles or equipment. 3. Vehicle traffic. Soil Preparation

220 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 4. Foot traffic. 5. Erection of sheds or structures. 6. Impoundment of water. 7. Excavation or other digging unless otherwise indicated. B. If planting soil or subgrade is overcompacted, disturbed, or contaminated by foreign or deleterious materials or liquids, remove the planting soil and contamination; restore the subgrade as directed by Architect and replace contaminated planting soil with new planting soil. 3.6 CLEANING A. Protect areas adjacent to planting-soil preparation and placement areas from contamination. Keep adjacent paving and construction clean and work area in an orderly condition. B. Remove surplus soil and waste material including excess subsoil, unsuitable materials, trash, and debris and legally dispose of them off Owner's property unless otherwise indicated. 1. Dispose of excess subsoil and unsuitable materials on-site where directed by Owner. END OF SECTION Soil Preparation

221 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey SECTION STORM UTILITY DRAINAGE PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Pipe and fittings. 2. Cleanouts. 3. Replacement grates and adjustment. 4. Pipe outlets. 1.3 DEFINITIONS A. FRP: Fiberglass-reinforced plastic. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: 1. Stormwater inlets. Include plans, elevations, sections, details, frames, covers, and grates. 1.5 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Show pipe sizes, locations, and elevations. Show other piping in same trench and clearances from storm drainage system piping. Indicate interface and spatial relationship between piping, and proximate structures. 1.6 DELIVERY, STORAGE, AND HANDLING A. Do not store plastic manholes, pipe, and fittings in direct sunlight. B. Protect pipe, pipe fittings, and seals from dirt and damage. C. Handle stormwater inlets frames according to manufacturer's written rigging instructions. Storm Utility Drainage Piping

222 January 2019 Bid Issue 1.7 PROJECT CONDITIONS Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey A. Interruption of Existing Storm Drainage Service: Do not interrupt service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary service according to requirements indicated: 1. Notify Construction Manager no fewer than two days in advance of proposed interruption of service. 2. Do not proceed with interruption of service without Construction Manager's written permission. PART 2 - PRODUCTS 2.1 PVC PIPE AND FITTINGS A. PVC Gravity Sewer Piping: 1. Pipe and Fittings: ASTM F 679, T-1 wall thickness, PVC gravity sewer pipe with belland-spigot ends and with integral ASTM F 477, elastomeric seals for gasketed joints. Match materials used at existing roof drain connections. Verify existing material in field. 2.2 NONPRESSURE TRANSITION COUPLINGS A. Comply with ASTM C 1173, elastomeric, sleeve-type, reducing or transition coupling, for joining underground nonpressure piping. Include ends of same sizes as piping to be joined, and corrosion-resistant-metal tension band and tightening mechanism on each end. B. Sleeve Materials: 1. For Concrete Pipes: ASTM C 443 (ASTM C 443M), rubber. 2. For Cast-Iron Soil Pipes: ASTM C 564, rubber. 3. For Fiberglass Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC. 4. For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC. 5. For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe materials being joined. C. Unshielded, Flexible Couplings: 1. Description: Elastomeric sleeve with[ stainless-steel shear ring and] corrosionresistant-metal tension band and tightening mechanism on each end. D. Ring-Type, Flexible Couplings: 1. Description: Elastomeric compression seal with dimensions to fit inside bell of larger pipe and for spigot of smaller pipe to fit inside ring. 2.3 EXPANSION JOINTS AND DEFLECTION FITTINGS A. Plastic Cleanouts: Storm Utility Drainage Piping

223 January 2019 Endeavour School- Courtyards Bid Issue North Hanover Township School District North Hanover Township, New Jersey 1. Description: PVC body with PVC threaded plug. Include PVC sewer pipe fitting and riser to cleanout of same material as sewer piping. 2.4 CONCRETE A. General: Cast-in-place concrete according to ACI 318, ACI 350/350R (ACI 350M/350RM), and the following: 1. Cement: ASTM C 150, Type II. 2. Fine Aggregate: ASTM C 33, sand. 3. Coarse Aggregate: ASTM C 33, crushed gravel. 4. Water: Potable. B. Portland Cement Design Mix: 4000 psi (27.6 MPa) minimum, with 0.45 maximum water/cementitious materials ratio. 1. Reinforcing Fabric: ASTM A 185/A 185M, steel, welded wire fabric, plain. 2. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (420 MPa) deformed steel. C. Ballast and Pipe Supports: Portland cement design mix, 3000 psi (20.7 MPa) minimum, with 0.58 maximum water/cementitious materials ratio. 1. Reinforcing Fabric: ASTM A 185/A 185M, steel, welded wire fabric, plain. 2. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (420 MPa) deformed steel. 2.5 STORMWATER INLETS A. Standard Precast Concrete: 1. Description: ASTM C 478 (ASTM C 478M), precast, reinforced concrete, of depth indicated, with provision for sealant joints. 2. Riser Sections: 4-inch (102-mm) minimum thickness, sized to match existing inlets and frame to provide depth as necessary to bring inlet grates to proposed elevations. 3. Joint Sealant: ASTM C 990 (ASTM C 990M), bitumen or butyl rubber. B. Replacement Grates: ASTM A 48, Gray Iron, Model # 7590M2, product number ADA compliant grate as manufactured by EJ Group Inc. (800) /4 x 21-3/4 heavy duty loading. Available at The Campbell Group, Bridgestate Foundry Corporation (856) with ½ with short-slotted drainage openings. Verify dimensions of existing grate frames in field. 1. Grate Free Area: 244 sq inches. 2.6 PIPE OUTLETS A. Riprap Basins: Broken, irregularly sized and shaped, graded stone according to NSSGA's "Quarried Stone for Erosion and Sediment Control." Storm Utility Drainage Piping

224 January 2019 Bid Issue Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey 1. Average Size: NSSGA No. R-5, screen opening 5 inches (127 mm). PART 3 - EXECUTION 3.1 EARTHWORK A. Excavation, trenching, and backfilling are specified in Section "Earth Moving." 3.2 PIPING INSTALLATION A. General Locations and Arrangements: Drawing plans and details indicate general location and arrangement of underground storm drainage piping. Location and arrangement of piping layout take into account design considerations. Install piping as indicated, to extent practical. Where specific installation is not indicated, follow piping manufacturer's written instructions. B. Install piping beginning at low point, true to grades and alignment indicated with unbroken continuity of invert. Place bell ends of piping facing upstream. Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements. C. Use fittings for branch connections unless direct tap into existing sewer is indicated. D. Install proper size increasers, reducers, and couplings where different sizes or materials of pipes and fittings are connected. Reducing size of piping in direction of flow is prohibited. E. Install gravity-flow, nonpressure drainage piping according to the following: 1. Install piping pitched down in direction of flow. 2. Install piping NPS 6 (DN 150) and larger with restrained joints at tee fittings and at changes in direction. Use corrosion-resistant rods, pipe or fitting manufacturer's proprietary restraint system, or cast-in-place concrete supports or anchors. 3. Install PVC sewer piping according to ASTM D 2321 and ASTM F PIPE JOINT CONSTRUCTION A. Join gravity-flow, nonpressure drainage piping according to the following: 1. Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomericseal joints or ASTM D 3034 for elastomeric-gasketed joints. 2. Join dissimilar pipe materials with nonpressure-type flexible couplings. 3.4 CLEANOUT INSTALLATION A. Install cleanouts and riser extensions from sewer pipes to cleanouts at grade. Use cast-iron soil pipe fittings in sewer pipes at branches for cleanouts and cast-iron soil pipe for riser extensions to cleanouts. Install piping so cleanouts open in direction of flow in sewer pipe. Storm Utility Drainage Piping

225 January 2019 Endeavour School- Courtyards Bid Issue North Hanover Township School District North Hanover Township, New Jersey 1. Use Light-Duty, top-loading classification cleanouts in earth or unpaved foot-traffic areas. B. Set cleanout frames and covers in earth in cast-in-place concrete block, 18 by 18 by 12 inches deep. Set with tops 1 inch (25 mm) above surrounding earth grade. C. Set cleanout frames and covers in concrete pavement and roads with tops flush with pavement surface. 3.5 FRAME AND GRATE INSTALLATION A. Remove and adjust grate frames to proposed elevations using concrete rings. Install replacement grates in locations indicated. B. Fasten grates to drains if indicated. C. Set drain frames and covers with tops flush with pavement surface. 3.6 CONCRETE PLACEMENT A. Place cast-in-place concrete according to ACI CONNECTIONS A. Connect nonpressure, gravity-flow drainage piping in building's storm building drains specified in Section "Facility Storm Drainage Piping." B. Make connections to existing piping and underground manholes. 1. Protect existing piping, manholes, and structures to prevent concrete or debris from entering while making tap connections. Remove debris or other extraneous material that may accumulate. C. Pipe couplings, expansion joints, and deflection fittings with pressure ratings at least equal to piping rating may be used in applications below unless otherwise indicated. 1. Use nonpressure-type flexible couplings where required to join gravity-flow, nonpressure sewer piping unless otherwise indicated. a. Unshielded flexible couplings for same or minor difference OD pipes. b. Unshielded, increaser/reducer-pattern, flexible couplings for pipes with different OD. c. Ring-type flexible couplings for piping of different sizes where annular space between smaller piping's OD and larger piping's ID permits installation. Storm Utility Drainage Piping

226 January 2019 Bid Issue 3.8 FIELD QUALITY CONTROL Endeavour School- Courtyards North Hanover Township School District North Hanover Township, New Jersey A. Inspect interior of piping to determine whether line displacement or other damage has occurred. Inspect after approximately 24 inches (610 mm) of backfill is in place, and again at completion of Project. 1. Replace defective piping using new materials, and repeat inspections until defects are within allowances specified. 2. Reinspect and repeat procedure until results are satisfactory. B. Test new piping systems, and parts of existing systems that have been altered, extended, or repaired, for leaks and defects. 1. Do not enclose, cover, or put into service before inspection and approval. 2. Test completed piping systems according to requirements of authorities having jurisdiction. 3. Schedule tests and inspections by authorities having jurisdiction with at least 24 hours' advance notice. 4. Submit separate report for each test. 5. Gravity-Flow Storm Drainage Piping: Test according to requirements of authorities having jurisdiction, UNI-B-6, and the following: a. Exception: Piping with soiltight joints unless required by authorities having jurisdiction. b. Option: Test plastic piping according to ASTM F c. Option: Test concrete piping according to ASTM C 924 (ASTM C 924M). C. Leaks and loss in test pressure constitute defects that must be repaired. D. Replace leaking piping using new materials, and repeat testing until leakage is within allowances specified. 3.9 CLEANING A. Clean interior of piping of dirt and superfluous materials. Flush with potable water. END OF SECTION Storm Utility Drainage Piping

227 March 2017 Bid Issue January 17, 2019 [BULLETIN NO. 5] Revised Endeavour School North Hanover Township School District North Hanover Township, New Jersey SECTION COLUMN COVERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes snap-together metal column covers. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product, including finishing materials. B. Samples for Initial Selection: For products involving selection of color, texture, or design, including mechanical finishes. 1.4 QUALITY ASSURANCE A. Fabricator Qualifications: A firm experienced in producing column covers similar to that indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. B. Mockups: Build mockups to verify selections made under Sample submittals, to demonstrate aesthetic effects, and to set quality standards for fabrication and installation. 1. Build mockups of typical column covers. 2. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver column covers wrapped in protective coverings and strapped together in suitable packs or in heavyduty cartons. Remove protective coverings before they stain or bond to finished surfaces. PART 2 - PRODUCTS 2.1 SNAP-TOGETHER COLUMN COVERS A. Acceptable Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: COLUMN COVERS

228 March 2017 Bid Issue January 17, 2019 [BULLETIN NO. 5] Revised Endeavour School North Hanover Township School District North Hanover Township, New Jersey 1. Construction Services, Inc. 2. Fry Reglet Corporation. 3. Pittcon Industries. B. Form column covers to shapes indicated from metal of type and minimum thickness indicated below. Return vertical edges and bend to form hook that engages continuous mounting clips. 1. Stainless-Steel Sheet: ASTM A 240/A 240M or ASTM A 666, Type 304, inch thick. Aluminum Sheet: ASTM B 209, with not less than strength and durability properties of Alloy 5005-H32, inch thick. [BULLETIN NO.5] a. Finish: No. 4. Baked enamel or powder coat. 2. Column covers may be fabricated from prefinished metal sheet in lieu of finishing after fabrication provided unfinished edges are concealed from view. 3. Increase metal thickness or reinforce with concealed stiffeners, backing materials, or both, as needed to provide flat surfaces where indicated. 4. Support joints with concealed stiffeners as needed to hold exposed faces of adjoining sheets in flush alignment. 5. Form returns at vertical joints to provide hairline V-joints. 6. Fabricate column covers with hairline horizontal V-joints produced by forming returns on mating ends of column cover sections. Locate horizontal joints as indicated. 7. Fabricate base and ceiling rings to match column covers. 2.2 MISCELLANEOUS MATERIALS A. Fasteners: Fabricated from same basic metal and alloy as fastened metal unless otherwise indicated. Do not use metals that are incompatible with materials joined. 1. Provide concealed fasteners for interconnecting column covers and for attaching them to other work unless otherwise indicated. 2. Provide Phillips flat-head machine screws for exposed fasteners unless otherwise indicated. B. Backing Materials: Provided or recommended by column cover manufacturer. 2.3 FABRICATION, GENERAL A. Coordinate dimensions and attachment methods of column covers with those of adjoining construction to produce integrated assemblies with closely fitting joints and with edges and surfaces aligned unless otherwise indicated. B. Form metal to profiles indicated, in maximum lengths to minimize joints. Produce flat, flush surfaces without cracking or grain separation at bends. 2.4 GENERAL FINISH REQUIREMENTS A. Complete mechanical finishes of flat sheet metal surfaces before fabrication where possible. After fabrication, finish all joints, bends, abrasions, and other surface blemishes to match sheet finish. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. COLUMN COVERS

229 March 2017 Bid Issue January 17, 2019 [BULLETIN NO. 5] Revised Endeavour School North Hanover Township School District North Hanover Township, New Jersey C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 2.5 STAINLESS-STEEL ALUMINUM FINISHES [BULLETIN NO.3] A. Surface Preparation: Remove tool and die marks and stretch lines, or blend into finish. Baked-Enamel or Powder-Coat Finish: AAMA 2603 except with a minimum dry film thickness of 1.5 mils. Comply with coating manufacturer's written instructions for cleaning, conversion coating, and applying and baking finish. 1. Color and Gloss: As selected by Architect from manufacturer's full range. B. Polished Finishes: Grind and polish surfaces to produce uniform finish, free of cross scratches. 1. Run grain of directional finishes with long dimension of each piece. 2. When polishing is completed, passivate and rinse surfaces. Remove embedded foreign matter and leave surfaces chemically clean. C. Dull Satin Finish: No. 4. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of column covers. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Locate and place column covers plumb and in alignment with adjacent construction. Perform cutting, drilling, and fitting required to install column covers. 1. Do not cut or abrade finishes that cannot be completely restored in the field. Return items with such finishes to the shop for required alterations, followed by complete refinishing, or provide new units as required. B. Use concealed anchorages where possible. C. Form tight joints with exposed connections accurately fitted together. Provide reveals and openings for sealants and joint fillers as indicated. D. Corrosion Protection: Apply bituminous paint or other permanent separation materials on concealed surfaces where metals would otherwise be in direct contact with substrate materials that are incompatible or could result in corrosion or deterioration of either material or finish. COLUMN COVERS

230 March 2017 Bid Issue January 17, 2019 [BULLETIN NO. 5] Revised Endeavour School North Hanover Township School District North Hanover Township, New Jersey 3.3 ADJUSTING AND CLEANING A. Restore finishes damaged during installation and construction period so no evidence remains of correction work. Return items that cannot be refinished in the field to the shop; make required alterations and refinish entire unit or provide new units. 3.4 PROTECTION A. Protect finishes from damage during construction period. Remove temporary protective coverings at time of Substantial Completion. END OF SECTION COLUMN COVERS

231 March 2017 Bid Issue January 17, 2019 [BULLETIN NO. 5] Revised Endeavour School North Hanover Township School District North Hanover Township, New Jersey SECTION TOILET COMPARTMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Solid-polymer toilet compartments configured as toilet enclosures and urinal screens. B. Related Sections: 1. Division 10 Section "Toilet Room Accessories" for toilet tissue dispensers, grab bars and similar accessories. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: For toilet compartments. Include plans, elevations, sections, details, and attachments to other work. 1. Show locations of cutouts for compartment-mounted toilet accessories. 2. Show locations of centerlines of toilet fixtures. 3. Show overhead support or bracing locations. C. Samples for Verification: For the following products, in manufacturer's standard sizes unless otherwise indicated: 1. Each type of material, color, and finish required for units, prepared on 6-inch- square Samples of same thickness and material indicated for Work. a. Refer to Finish Schedule for all colors required for sample submission. [ADDENDUM NO.1] 2. Each type of hardware and accessory. 1.4 CLOSEOUT SUBMITTALS A. Maintenance Data: For toilet compartments to include in maintenance manuals. TOILET COMPARTMENTS

232 March 2017 Bid Issue January 17, 2019 [BULLETIN NO. 5] Revised Endeavour School North Hanover Township School District North Hanover Township, New Jersey 1.5 QUALITY ASSURANCE A. Surface-Burning Characteristics: As determined by testing identical products according to ASTM E 84, or another standard acceptable to authorities having jurisdiction, by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Flame-Spread Index: 25 or less. 2. Smoke-Developed Index: 450 or less. B. Regulatory Requirements: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's "Americans with Disabilities Act (ADA) and Architectural Barriers Act (ABA) Accessibility Guidelines for Buildings and Facilities" and ICC/ANSI A117.1 for toilet compartments designated as accessible. 1.6 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of toilet fixtures, walls, columns, ceilings, and other construction contiguous with toilet compartments by field measurements before fabrication. PART 2 - PRODUCTS 2.1 MATERIALS A. Aluminum Castings: ASTM B 26/B 26M. B. Aluminum Extrusions: ASTM B 221. C. Brass Castings: ASTM B 584. D. Brass Extrusions: ASTM B 455. E. Steel Sheet: Commercial steel sheet for exposed applications; mill phosphatized and selected for smoothness. 1. Electrolytically Zinc Coated: ASTM A 879/A 879M, 01Z. 2. Hot-Dip Galvanized: ASTM A 653/A 653M, either hot-dip galvanized or galvannealed. F. Stainless-Steel Sheet: ASTM A 666, Type 304, stretcher-leveled standard of flatness. G. Stainless-Steel Castings: ASTM A 743/A 743M. H. Zamac: ASTM B 86, commercial zinc-alloy die castings. I. Plastic Laminate: NEMA LD 3, general-purpose HGS grade, inch nominal thickness. 2.2 SOLID-POLYMER UNITS (TP1, TP2) A. Basis-of-Design Product: Subject to compliance with requirements, provide the basis of design toilet compartments as indicated on Finish Schedule or by one of the following or approved comparable product: [BULLETIN #5] TOILET COMPARTMENTS

233 March 2017 Bid Issue January 17, 2019 [BULLETIN NO. 5] Revised Endeavour School North Hanover Township School District North Hanover Township, New Jersey 1. Scranton Products Yemm & Hart Ltd. 2. Bradley B. Toilet-Enclosure Style: Overhead braced. C. Urinal-Screen Style: Wall hung. D. Door, Panel, Screen, and Pilaster Construction: Solid, high-density polyethylene (HDPE) panel material, not less than 1 inch thick, seamless, with eased edges, and with homogenous color and pattern throughout thickness of material. 1. Heat-Sink Strip: Manufacturer's standard continuous, extruded-aluminum or stainless-steel strip fastened to exposed bottom edges of solid-polymer components to prevent burning. 2. Color and Pattern: One color and pattern in each room as selected by Architect from manufacturer's full range Stainless, EX Texture. E. Pilaster Shoes: Manufacturer's standard design; stainless steel. F. Brackets (Fittings): 1. Full-Height (Continuous) Type: Manufacturer's standard design; stainless steel. G. Overhead Cross Bracing for Ceiling-Hung Units: As recommended by manufacturer and fabricated from solid polymer. 2.3 ACCESSORIES A. Hardware and Accessories: Manufacturer's standard design, heavy-duty operating hardware and accessories. 1. Material: Stainless steel. 2. Hinges: Manufacturer's standard. 3. Latch and Keeper: Manufacturer's standard surface-mounted latch unit designed for emergency access and with combination rubber-faced door strike and keeper. Provide units that comply with regulatory requirements for accessibility at compartments designated as accessible. 4. Coat Hook: Manufacturer's standard combination hook and rubber-tipped bumper, sized to prevent in-swinging door from hitting compartment-mounted accessories. 5. Door Bumper: Manufacturer's standard rubber-tipped bumper at out-swinging doors. 6. Door Pull: Manufacturer's standard unit at out-swinging doors that complies with regulatory requirements for accessibility. Provide units on both sides of doors at compartments designated as accessible. B. Overhead Bracing: Manufacturer's standard continuous, extruded-aluminum head rail with antigrip profile and in manufacturer's standard finish. C. Anchorages and Fasteners: Manufacturer's standard exposed fasteners of stainless steel or chrome-plated steel or brass, finished to match the items they are securing, with theft-resistant-type heads. Provide sextype bolts for through-bolt applications. For concealed anchors, use stainless steel, hot-dip galvanized steel, or other rust-resistant, protective-coated steel. 2.4 FABRICATION TOILET COMPARTMENTS

234 March 2017 Bid Issue January 17, 2019 [BULLETIN NO. 5] Revised Endeavour School North Hanover Township School District North Hanover Township, New Jersey A. Overhead-Braced Units: Provide manufacturer's standard corrosion-resistant supports, leveling mechanism, and anchors at pilasters to suit floor conditions. Provide shoes at pilasters to conceal supports and leveling mechanism. B. Door Size and Swings: Unless otherwise indicated, provide 24-inch- wide, in-swinging doors for standard toilet compartments and 36-inch- wide, out-swinging doors with a minimum 32-inch- wide, clear opening for compartments designated as accessible. PART 3 - EXECUTION 3.1 INSTALLATION A. General: Comply with manufacturer's written installation instructions. Install units rigid, straight, level, and plumb. Secure units in position with manufacturer's recommended anchoring devices. 1. Maximum Clearances: a. Pilasters and Panels: 1/2 inch. b. Panels and Walls: 1 inch. B. Overhead-Braced Units: Secure pilasters to floor and level, plumb, and tighten. Set pilasters with anchors penetrating not less than 1-3/4 inches into structural floor unless otherwise indicated in manufacturer's written instructions. Secure continuous head rail to each pilaster with no fewer than two fasteners. Hang doors to align tops of doors with tops of panels, and adjust so tops of doors are parallel with overhead brace when doors are in closed position. 3.2 ADJUSTING A. Hardware Adjustment: Adjust and lubricate hardware according to hardware manufacturer's written instructions for proper operation. Set hinges on in-swinging doors to hold doors open approximately 30 degrees from closed position when unlatched. Set hinges on out-swinging doors to return doors to fully closed position. END OF SECTION TOILET COMPARTMENTS

235 NORTH HANOVER TOWNSHIP BOARD OF EDUCATION CHARLES SCHROEDER, PRESIDENT WILLIAM SULLIVAN, SR., VICE PRESIDENT NANCY MORROW JANET W. BRUDER NOREEN WEST SUPERINTENDENT OF SCHOOLS HELEN PAYNE SCHOOL BUSINESS ADMINISTRATOR/ BOARD SECRETARY AMY LERNER SHEET INDEX LA-01 SITE PLAN LA-02 MAIN COURTYARD PLANS LA-03 MAIN COURTYARD PLANS LA-04 SMALL COURTYARD PLANS LA-05 TEACHERS COURTYARD PLANS LA-06 ROOF TERRACE PLANS SD-01 SITE DETAILS SD-02 SITE DETAILS SD-03 SITE DETAILS SD-04 SITE DETAILS CONSTRUCTION MANAGER P.W. MOSS & ASSOCIATES 7 PLUMRIDGE DRIVE DOYLESTOWN, PA LANDSCAPE ARCHITECT TAYLOR DESIGN GROUP, INC. 127 CHURCH ROAD, SUITE 100 MARLTON, NJ Hartford Road Mount Laurel, NJ Phone: tdgplanning.com Planning Landscape Architecture Municipal Consulting Parks and Recreation

236 RAL OF FICE CE Main Student Courtyard, Refer to Sheets LA-02 & LA-03 for Layout T SERV ICE AR EA R Z Y X W V U T S R Q P O 1 10 N M 2 9 L K 3 J 8 I H 4 7 G F E D C B A NORTH HANOVER TOWNSHIP, BURLINGTON COUNTY, NEW JERSEY CENT EAST ENTR AN Teachers Courtyard, Refer to Sheets LA-05 for Layout BLOCK/LOT SITE PLAN Small Student Courtyard, Refer to Sheets LA-04 for Layout NORTH HANOVER TOWNSHIP SCHOOL DISTRICT R ENDEAVOUR SCHOOL T Revised for Rebid No. Date Revision 127 Church Road Suite 100 Marlton, NJ Phone: Planning Landscape Architecture Municipal Consulting Parks and Recreation Scott D. Taylor, LLA & PP NJ Licensed Landscape Architect #AS NORTH 01 LA-01 SITE PLAN 40' 0 20' SCALE: 1" = 40'-0" 1 Inch = 40 ft. 40' 80' LA-01 SCALE: 1" = 40'-0" DRAWN BY: GCR/JMB DATE: JOB NO:

237 03 SD-02 6' Linear metal bench Thermoplastic playground markings, see note above Thermoplastic playground markings, see note above Thermoplastic playground markings, see note above Note: Provide 10 thermoplastic playground marking play events as shown on plans. Final colors, locations, and designs to be selected by owner and landscape architect. Refer to specifications. (2) 4'x8' Bulletin boards/art wall, mounted to building facade above precast coping, final mounting height /location to be approved in field by L.A. EQUAL EQUAL 2'-4" 9'-8" 3' 4'-7" 3'-6" EQUAL EQUAL MAIN COURTYARD PLANS (2) 4'x8' Bulletin boards/art wall, mounted to building facade above precast coping, final mounting height /location to be approved in field by L.A. 04 SD SD SD SD SD SD SD SD SD SD-01 Litter / Recycling Receptacle Thermoplastic playground markings, see note above Curved built-in wood seating bench Thermoplastic playground markings, see note above Log wood bench Existing stormwater inlet & grate, replace grate to pedestrian friendly/ada grate 18"x18" Precast concrete pavers on concrete slab Wood decking on concrete slab Synthetic turf on grade Building overhang above, see Arch. dwg's 12" Dia. concrete pavers in wood decking Downspout location daylight to dry stream, (see Arch. dwg's) 12" x 12" Precast concrete pavers on concrete slab 8" Tall Thermoplastic 'Numbers' playground markings, see note above Existing stormwater inlet & grate, replace grate to pedestrian T R 9 SEPTEMBER OCTOBER 8 AUGUST 11 NOVEMBER JULY 12 DECEMBER 6JUNE 1 JANUARY 5MAY 9 friendly/ada grate Fieldstone boulders 18"x18" Precast concrete pavers on concrete slab PL PL 2 FEBRUARY 4APRIL 3 MARCH U V T W S R PL X F E D Y Q G PL Z P H O I N M J L K C PL PL B A 6' Linear metal bench Compost bin 09 SD-02 Stabilized stone path 03 SD-01 18"x18" Precast concrete pavers on concrete slab Post location for shade sail, avoid storm sewar piping; verify in field Shade sail canopy system 03 SD-03 Decorative colored concrete pavement, 3'-0" width Wood decking on concrete slab Fieldstone boulders Tiered built-in wood seating benches Wooden foot bridge 08 SD SD-04 Gravel dry stream 09 SD SD SD-02 Gravel basin with concrete curb at SWM inlet 02 SD-01 12" Tall thermoplastic alphabet playground markings within score joints, see note above 01 SD-01 Downspout location modify downspout to daylight to dry stream. Extend existing piping to surface and provide clean out cap. Overhead trough w/ vertical rain chain to direct water into gravel dry stream 04 SD-01 SD SD-01 Outdoor picnic table & chairs 05 SD-02 8' T R 8' 8' 8' Z C L 15' 6' 15' 15' 3'-6" 3'-10" 14'-8" 15' 18' 4' 15' 11'-5" 6'-4" 9 SEPTEMBER OCTOBER 8 AUGUST 8" 11 NOVEMBER 18'-6" R15' JULY 2' 1'-8" 10'-8" 10" 12 DECEMBER C L 4'-6" 1'-5" 15' 6JUNE 22' 2' 7' 1'-7" 10'-4" 8'-9" 1 JANUARY 5MAY 2'-3" 5' R17' 2'-9" 2 FEBRUARY 4APRIL 6" 3'-6" 15' 22' 2' R5' C L 4'-11" 3'-8" 2'-3" U 8" 3 MARCH 10'-8" 2' 12'-3" R12' V T R31' R. PT. 1 W S 9'-3" 1'-5" R15' R9' R R34' 11'-6" X R12' F E 5" D Y 8'-6" Q 2'-1"1'-3" I G 9'-1" P H O R9'-1" N M L 3' K J R20' C 3' B A 3' 7'-6" 9'-6" 2'-8" 8'-3" R17' 5'-6" 3'-5" 4'-1" 6'-6" 15' 6' 4'-9" R. PT. 2 4' ENDEAVOUR SCHOOL NORTH HANOVER TOWNSHIP SCHOOL DISTRICT BLOCK/LOT NORTH HANOVER TOWNSHIP, BURLINGTON COUNTY, NEW JERSEY 01 LA-02 MAIN COURTYARD SITE PLAN SCALE: 1" = 10'-0" 02 LA-02 MAIN COURTYARD LAYOUT PLAN SCALE: 1" = 10'-0" No. Date Revision Revised for Rebid 127 Church Road Suite 100 Marlton, NJ Phone: Planning Landscape Architecture Municipal Consulting Parks and Recreation Scott D. Taylor, LLA & PP NJ Licensed Landscape Architect #AS ' 0 NORTH 5' 10' 20' LA-02 1 Inch = 10 ft. SCALE: 1" = 10'-0" DRAWN BY: GCR/JMB DATE: JOB NO:

238 MARCH F.F.E ' ' ' ' F.F.E ' F.F.E ' ' ' ' F.F.E ' MAIN COURTYARD PLANS ' ' ' ' ' F.F.E ' Provide 6" of topsoil at all un-paved areas (typical). Refer to specifications F.F.E ' F.F.E ' T R V ' ' ' ' ' ' U SLOPE 1.5% SLOPE 2.0% ' T ' ' ' ' ' ' ' ' ' 9 SEPTEMBER ' SLOPE 1.5% ' K ' ' J ' ' SLOPE 1.37% 3 SLOPE 2.6% SLOPE 1.5% I F.F.E ' ' ' ' ' ' H ' ' ' OCTOBER 8 AUGUST ' 11 NOVEMBER F.F.E ' 7JULY ' ' 12 DECEMBER 6JUNE ' HPS ' ' 1 JANUARY 5MAY ' ' ' ' SEAT ' SEAT ' INLET 2 FEBRUARY 4APRIL ' SEAT ' SEAT ' INLET ' T.C ' SEAT ' SEAT S ' ' ' W Adjust existing grate elevations and alignment as necessary R X F E D ' Y Q G Z P O ' SLOPE 1.5% N M L C108.83' B A ' ' ' F.F.E ' HPS ' Provide 6" of topsoil at all un-paved areas (typical). Refer to specifications F.F.E ' Adjust existing grate elevations and alignment as necessary F.F.E ' ENDEAVOUR SCHOOL NORTH HANOVER TOWNSHIP SCHOOL DISTRICT BLOCK/LOT NORTH HANOVER TOWNSHIP, BURLINGTON COUNTY, NEW JERSEY 01 LA-03 MAIN COURTYARD GRADING PLAN SCALE: 1" = 10'-0" No. Date Revision Revised for Rebid 127 Church Road Suite 100 Marlton, NJ Phone: Planning Landscape Architecture Municipal Consulting Parks and Recreation Scott D. Taylor, LLA & PP NJ Licensed Landscape Architect #AS ' 0 NORTH 5' 10' 20' LA-03 1 Inch = 10 ft. SCALE: 1" = 10'-0" DRAWN BY: GCR/JMB DATE: JOB NO:

239 01 LA SD SD SD SD SD SD SD SD SD SD-02 Fieldstone stepping stone path to hose bib, locate in field Log wood bench Fieldstone boulders Curved built-in wood seating bench Synthetic turf on grade 18"x18" Precast concrete pavers on concrete slab Synthetic turf on grade 4' Linear metal bench Fieldstone boulders Log wood bench Building overhang, (see Arch. dwg's) SMALL COURTYARD SITE PLAN SCALE: 1" = 10'-0" PL PL ' TS ' TS ' ' ' SLOPE 2.0% ' ' ' T R ' ' ' ' INLET PL PL ' ' ' Building overhang, (See Arch. Dwg's) 6' Linear metal bench Synthetic turf on grade 4' Linear metal bench Synthetic turf on grade 03 SD-02 Synthetic turf on grade 05 SD-01 Etching in concrete pavers 11 SD-01 Existing stormwater inlet & grate, replace grate to pedestrian friendly/ada grate 6' Linear metal bench 03 SD SD SD SD-01 Fieldstone stepping stone path to hose bib, locate in field 10 SD-01 Litter / Recycling Receptacle 04 SD-02 Provide 6" of topsoil at all un-paved areas (typical). Refer to specifications Adjust existing grate elevations and alignment as necessary 02 LA-04 SMALL COURTYARD LAYOUT PLAN SCALE: 1" = 10'-0" C L 8'-6" 6' 7'-6" 7'-6" 10'-6" 6' 6' 10'-6" 4'-6" 3'-6" R6' 2' 5'-3" 9' 5' 8'-6" 10'-6" C L 1'-6" 6' 3' 4' 3' 8' 6' 3' 7' 3'-9" 5'-3" 3' 4'-6" 3' 9' 4'-6" 10'-6" 4'-6" ENDEAVOUR SCHOOL SMALL COURTYARD PLANS NORTH HANOVER TOWNSHIP SCHOOL DISTRICT BLOCK/LOT NORTH HANOVER TOWNSHIP, BURLINGTON COUNTY, NEW JERSEY Provide 6" of topsoil at all un-paved areas (typical). Refer to specifications ' ' SLOPE 1.39% ' ' ' ' ' No. Date Revision Revised for Rebid 03 LA-04 SMALL COURTYARD GRADING PLAN SCALE: 1" = 10'-0" 127 Church Road Suite 100 Marlton, NJ Phone: Planning Landscape Architecture Municipal Consulting Parks and Recreation Scott D. Taylor, LLA & PP NJ Licensed Landscape Architect #AS ' 0 NORTH 5' 10' 20' LA-04 1 Inch = 10 ft. SCALE: 1" = 10'-0" DRAWN BY: GCR/JMB DATE: JOB NO:

240 02 SD SD SD SD SD-01 Vertical decorative panel screen attached to building (NOT IN CONTRACT) Built-in wood seating bench Wood decking on concrete slab Moveable table & chairs 18"x18" Precast concrete pavers on concrete slab PL PL PL PL Synthetic turf on grade Adirondack chairs 07 SD SD-01 Existing stormwater inlet & grate, replace grate to pedestrian friendly/ada grate ' ' ' ' SLOPE 2.0% T.S ' ' ' SLOPE 1.5% ' ' INLET ' Provide 6" of topsoil at all un-paved areas (typical). Refer to specifications Adjust existing grate elevations and alignment as necessary TEACHERS COURTYARD PLANS 04 SD-01 Wood decking on concrete slab PL ' ' 01 LA LA-05 TEACHERS COURTYARD SITE PLAN SCALE: 1" = 10'-0" 3'-9" 8'-2" 7' 15' 5'-7" 3'-4" 12' 6' 2'-8" 6'-7" 3'-4" 1'-8" 7'-6" TEACHERS COURTYARD LAYOUT PLAN SCALE: 1" = 10'-0" 3'-3" 3' 12' 3' 15'-4" 4' 1'-6" C L R5'-6" 3'-1" 6' C L 03 LA-05 TEACHERS COURTYARD GRADING PLAN SCALE: 1" = 10'-0" ENDEAVOUR SCHOOL NORTH HANOVER TOWNSHIP SCHOOL DISTRICT BLOCK/LOT NORTH HANOVER TOWNSHIP, BURLINGTON COUNTY, NEW JERSEY No. Date Revision Revised for Rebid 127 Church Road Suite 100 Marlton, NJ Phone: Planning Landscape Architecture Municipal Consulting Parks and Recreation Scott D. Taylor, LLA & PP NJ Licensed Landscape Architect #AS ' 0 NORTH 5' 10' 20' LA-05 1 Inch = 10 ft. SCALE: 1" = 10'-0" DRAWN BY: GCR/JMB DATE: JOB NO:

241 10 SD SD SD SD LA-06 Freestanding potting bench Compost bin Galvanized stock planters Ipe wood deck tiles set on pedestals in basket weave pattern, by others Viewing stations, by others Synthetic turf on structure Parapet wall and decorative railing, see Arch. dwg's Provide opening in panel \system for viewing. Height and size to be determined ROOF TERRACE SITE PLAN SCALE: 1" = 10'-0" 3'-10" 16'-4" 16'-4" 01 SD-03 6'-7" 24' 6" 24' 12' 6' T R Litter / recycling receptacle Aluminum post with base plate bolted to concrete footing T R 04 SD-02 Roof drain & overflow drain, see Arch. dwg's Outdoor whiteboard mounted to wall, by owner C L C L 12' 18' 6' C L of Structure C L 13' C L 13' C L C L of Wall Between Windows 6" offset 4'-3" Ipe wood deck tiles set on pedestals in basket weave pattern, by others Aluminum structure with shade sail 01 SD-03 Galvanized stock planters Outdoor picnic table & chairs 08 SD SD-02 Teachers desk and benches 11 SD-02 Starting point for Ipe deck tiles C L of Bldg. Roof ENDEAVOUR SCHOOL ROOF TERRACE PLANS NORTH HANOVER TOWNSHIP SCHOOL DISTRICT BLOCK/LOT NORTH HANOVER TOWNSHIP, BURLINGTON COUNTY, NEW JERSEY 02 LA-06 ROOF TERRACE LAYOUT PLAN SCALE: 1" = 10'-0" No. Date Revision Revised for Rebid 127 Church Road Suite 100 Marlton, NJ Phone: Planning Landscape Architecture Municipal Consulting Parks and Recreation Scott D. Taylor, LLA & PP NJ Licensed Landscape Architect #AS ' 0 NORTH 5' 10' 20' LA-06 1 Inch = 10 ft. SCALE: 1" = 10'-0" DRAWN BY: GCR/JMB DATE: JOB NO:

242 NOTES: 1. Sawcut control joints where indicated on plan 1/3 the depth of the concrete. Saw cutting shall be completed 12 to 24 hours after finishing. 2. Provide 1 2" expansion joint at walls, curbs, change in material, and as indicated on plans (20' o.c. Max.) Sealant to match concrete color. 3. 4" Concrete Strength: Air entrained 4,000 psi with synthetic fiber mesh reinforcement Finish: Tooled edge, with a medium broom finish, perpendicular to path of travel. Color to be selected from manufacturer's full range. 4. Contractor shall submit shop drawings to Landscape Architect for approval prior to installation. 1" Deep x 1 4" wide sawcut control / score joint (typ.) 1 4 " Radius tooled edge 4" 4" 1" 1/4" VARIES 1/2" 1 2 " Expansion joint full depth of paving w/ backer rod and sealant; color to match concrete color Concrete paving, width as noted on the plan 4" Compacted DGA base Undisturbed or 98% compacted subgrade 1 1 2" 4" 4" 1" 1 4 " Gap spacing Slope Adjacent precast concrete pavers on setting bed, see detail this sheet 1" Sand setting bed 4" Concrete slab, 4,000 psi 4" Compacted DGA base Undisturbed or 98% compacted subgrade 11 SD-01 BETULA LENTA - SWEET BIRCH ETCHING IN PRECAST PAVERS SCALE: 1" = 1'-0" RACCOON FOOTPRINTS Precast concrete pavers 3 4 "-1" HT. text description sandblasted to 1 8" depth, stain etched area Native species/wildlife paw prints sandblasted to 1 8 " depth. Final locations & prints to be provided by Landscape Architect. Stain etched areas SITE DETAILS 01 SD-01 DECORATIVE COLORED CONCRETE PAVEMENT SCALE: 1 1/2" = 1'-0" 06 SD-01 WOOD DECKING TO UNIT PAVER TRANSITION SCALE: 1/2" = 1'-0" Rain chain from channel above, see detail this sheet Provide 2"x3" weir w/ concrete curb Existing inlet metal grate, see civil dwg's; replace grate to pedestrian friendly/ada grate Provide permaloc structure edge aluminum paver restraint ( 3 16" x 2 1 4" w/.0210") ramset/hilti 3 4" - 1" nail 12" O.C. Adjacent lawn or planting area, see layout plans 02 SD SD-01 Tie into max. 4:1 slope Compacted subgrade 3" Min. 4" Dense graded aggregate 1" 2" 4" 4" 1" 1 1 2" 4" 4" Slope Slope PRECAST CONCRETE PAVER ON CONCRETE SLAB SCALE: 1 1/2" = 1'-0" STABILIZED STONE PATH SCALE: 1/2" = 1'-0" 4" Dia. opening spaced at 2" O.C. between sleepers at low points 5 4 " x 2 Ipe fascia board, fastened to wood joist Adjacent lawn or planting area, see layout plans. Allow for slab drainage 1'-0" Typ. Varies, See Layout Plan 3 32 "Gap Spacing Pavers to be 12"x12" or 18"x18" architectural concrete pavers by Nitterhouse masonry products (color to be PG-23) or approved equal. Refer to layout plans for patterns 2" Thick precast concrete pavers, set hand tight with polymeric soft sand joints; color to match pavers 1" Sand setting bed Smooth existing grade to fill in ruts, topsoil to match adjacent grade. 4" Concrete slab, 4,000 psi 4" Compacted DGA base Undisturbed or 98% compacted subgrade 3" Min. compacted crushed stone screenings top course with stabilizer binder additive. Bonding agent additive, stabilizer, as manufactured by Stabilizer Solutions, Inc. (800) or approved equal. The color & type of stone screenings shall be 'Calgary Tan or Eastern Walking Trail' as supplied by Green Pro Materials., Inc. or approved equal. Deck boards to be ipe ( 5 4" x 6") pre-grooved deck board supplied by Advantage Lumber, natural finish (PH: ) or approved equal. Boards to be installed with ipe clip hidden deck fastener system Flashing tape, cont. at each sleeper Slope 5 4 " x 6 Ipe deck board, fastened to wood joist with ipe clips 2x6 Pressure treated #2 pine bolted to concrete slab every 2'-0" O.C. w/ Tap-con 1 4" x 3 3 4" 410 S. Stl or approved equal 1 2 " Composite shim to raise decking from concrete slab to allow for drainage; 1 per screw 4" Concrete slab, 4,000 psi 4" Compacted DGA base Undisturbed or 98% compacted subgrade 1" Long S.S. staple every 1" O.C. 2x3 composite nailer, continuous 1 4 point screws through two grating bars;at 12" o.c. per manufacturers recommendations Synthetic turf with perforated drainage holes & Envirofill infill applied at 2lbs/Sq. Ft. (per manufacturer) Micromesh molded grating #260791, 1 1 8" x 4' x 12' as manufactured by Fibergrate Composite Structures (800) or approved equal. Panels per manufacturer's recommendations Adjustable pedestals spaced every 24" O.C.; pedestal varies by location (577196) Low height adjustable pedestal or (577183) adjustable pedestal; provide roofing protection if & where recommend by roofing manufacturer 07 SD SD-01 SYNTHETIC TURF ON STRUCTURE SCALE: 1 1/2" = 1'-0" Notes: 1. Boulders to be min. 24"-30" tall & approximately 24" W x 36" L min. Pennsylvania Mountain Stone fromtri-state Stone. ( ) or approved equal. Install boulders with natural weathered face exposed w/ a min. of 1 3 of the stone below finish grade Adjacent planting area, see layout plans 4" Min. compacted DGA gravel base Undisturbed or 98% compacted Subsoil FIELDSTONE BOULDERS SCALE: 1" = 1'-0" 3 16 " Thick x 4" high steel edging by Permaloc; black finish, provide on both sides of gravel where applicable, round all exposed edges Adjacent lawn or planting area, see layout plans Filter fabric continuous along dry stream gravel 15" Long steel stakes, every 3'-0" O.C. 4" Min. compacted DGA gravel base Undisturbed or 98% compacted Subsoil 3" 1 2 " Slope to drain 4" TYP. 2"-3" Varies, see notes 4" min. VARIES, SEE PLANS Notes: 1. Install artificial turf per manufacturer's instructions. 2. Turf to be Dupont Select VR by Forever Lawn or approved equal V o i d Cleanline, aluminum landscape edging, 1 8" x 3" black dura flex finish as manufactured by Permaloc (800) or approved equal, continuous; smooth any sharp edges prior to installation Adjacent ipe deck tile on pedestals, by others Existing waterproofing, drainage board, protection board, & insulation; by others Existing sloped structural slab to drain 2/3 Overallheight 1/3 Note: Decorative gravel to be 1"-3" delaware river gravel supplied by A&J Landscape Supply or approved equal 4" Depth decorative gravel, sizes vary 1"-3" Flush Install F-2 clips as recommended by manufacturer Bison 2'-0" o.c. each way Note: Trim micromesh bars as necessary to accommodate clips. 4" x 4" x 1 4" Thick 'L' bracket bolted to facade to support aluminum channel 7" x 3.5" x.210 web 6061 T6 aluminum channel; slope channel away from building 4" x 3" x 1 8" Thick aluminum bracket with 3" x 2" tabs, tapped to receive (4) 1 4" S. Stl. Hex bolts Note: Channel, brackets, and post to be powder coated to match shade sail posts; provide color samples to L.A & Arch for review. 4" x 4" x 1 4" Thick tubular aluminum post bolted to concrete curb with base plate Adjacent unit paving, see layout plans Slope Adjacent planting area w/ steel edging, see detail this sheet 12 SD-01 Varies, See Plans Typical roof eave detail, (see Arch. dwg's) Preformed metal gutter, (see Arch. dwg's) Continuous weld 1 4" aluminum plate to channel edge, grid smooth Provide 2" dia. hole w/ extension pipe/elbow to drain Slope 1 4" per Ft '-10" 4" 2'-6" 3'-0" Min ' T.C ' T.C. + Inlet ' + 6" Typ " Varies, See Civil Plans + - 6" Inlet ' + Reinforced concrete curb, 4,000 psi around entire inlet; provide 1 4" radius on each side; 4,000 psi 4" Decorative gravel w/ filter fabric & DGA gravel base Existing stormwater management inlet & concrete basin &, see civil dwg's GRAVEL BASIN WITH CONCRETE CURB AT SWM INLET SCALE: 1" = 1'-0" 12" Dia. (6) #5 vertical, #4 8" o.c. 6" 1 1/4" 2" 3 1/2" 2" Adjacent concrete basin w/ pedestrian friendly grate, (see Civil dwg's) 3" Continuous weld 2" x 2" aluminum angle to channel edge; grid smooth center of the channel to allow water to drain onto rain chain Decorative rain chain connected to aluminum channel above and metal grate below with quick link 7" x 7" x 1 2" Base plate bolted to concrete curb with (4) 5 8 galvanized anchor bolts 8" x 8" Reinforced concrete curb; 4,000 psi provide 1 4" chamfer on all side Connect rain chain to grate with quick link connect 3" 3" 4" 7" 4" 6" Typ. #4 Rebar continuous 1 4 " x 1 1 4" S. Stl. hex bolts 7" x 3.5" x.210 web 6061 T6 aluminum channel 4" x 3" x 1 8" Thick aluminum bracket with 3" x 2" tabs, tapped to receive (4) 1 4" S. Stl. Hex bolts 4" x 4" x 1 4" aluminum post with eased edges Provide continuous weld, grid smooth Leveling nuts and washers, smooth and cover exposed bolt ends 1 2 " thick 7" x 7" aluminum base plate with eased edges Non shrink grout (4) 5 8 anchor bolts ENDEAVOUR SCHOOL NORTH HANOVER TOWNSHIP SCHOOL DISTRICT BLOCK/LOT No. Date Revision Revised for Rebid NORTH HANOVER TOWNSHIP, BURLINGTON COUNTY, NEW JERSEY 04 SD-01 Synthetic furf with perforated drainage holes & acrylic sand infill applied at 2lbs/Sq. Ft. (Per Manufacturer) Free draining compacted gravel base (2" Min.) Filter fabric w/ 12" min. overlap Adjacent planting area or paving, see layout plans Wrap turf down side and staple, confirm w/ manufacture detail 4" Compacted DGA base WOOD DECKING ON CONCRETE SLAB SCALE: 1 1/2" = 1'-0" 1" 2" 4" 4" Slope Notes: 1. Install synthetic turf per manufacturer's instructions. 2. Turf to be Dupont Select VR by Forever Lawn or approved equal. Flush Continuous 2x6 synthetic nailer board, countersink and bolt nailer board to concrete slab w/ Tap-con 1 4" x 3 3 4" 410 S. Stl or approved equal, min. 2 per board; every 24" O.C. 1" Long staple every 1" O.C. Adjacent wood decking on concrete slab, see detail this sheet 4" Concrete slab, 3,000 psi 3 8 " Neoprene washer to raise nailer board off concrete slab, min. (1) at each bolt location 4" Dia. opening filled with free draining open graded gravel spaced 24" O.C. at low points Undisturbed or 98% compacted subgrade 09 SD-01 GRAVEL DRY STREAM SCALE: 1 1/2" = 1'-0" Adjacent lawn or planting area, see layout plans Varies 4" 4"-6" Typ. Stone to be natural irregular fieldstone supplied by New Jersey Sand & Gravel Co. or approved equal. Lawn or planting in-between paving, see plans 2" Thick fieldstone paver 1" Sand Setting Bed 4" Compacted DGA base, extend 4" beyond edge of stone Undisturbed or 98% compacted subgrade 13 SD-01 OVERHEAD TROUGH WITH VERTICAL RAIN CHAIN SCALE: 1" = 1'-0" Edge of decking at synthetic turf Filter fabric Sand setting bed 8" Min. 12 DECEMBER 1" 2" 12" DIA. 4" 4" A-A 1.5" Spacing 5" Ht. Numbering 2" Spacing 1.5" Ht. Lettering Adjacent wood decking, see details this sheet pavers by Nitterhouse masonry products (color to be PG-23) or approved equal. Refer to layout plans for patterns Text & numbers etched to 1 8 " depth, stain etched areas Adjacent wood decking on sleepers with 1 8" eased edges, see detail this sheet 2" Thick concrete paver engraved with ink; cut from square paver if necessary 4" Concrete slab, 4,000 psi 2x6 blocking between sleepers at pavers 4" Compacted DGA base 127 Church Road Suite 100 Marlton, NJ Phone: Planning Landscape Architecture Municipal Consulting Parks and Recreation Scott D. Taylor, LLA & PP NJ Licensed Landscape Architect #AS Undisturbed or 98% compacted subgrade 05 SD-01 SYNTHETIC TURF ON GRADE SCALE: 1/2" = 1'-0" 10 SD-01 FIELDSTONE STEPPING STONE PATH SCALE: 1 1/2" = 1'-0" 14 SD-01 12" DIA. CONCRETE PAVER IN WOOD DECKING SCALE: 1" = 1'-0" SD-01 SCALE: AS NOTED DRAWN BY: GCR/JMB DATE: JOB NO:

243 3.5" 17.03" Adjacent concrete sidewalk, see layout plans Adjacent concrete sidewalk, see layout plans 0.75" R20' 5 1/2" 5'-9 1/4" 1" 2" Typ. 4" Typ. 1/4" 3'-0" width 2'-6" min. clearance R17' Provide 1 2" chamfer at ends, typ. 2" 4 5/8" 1" 2"x2" Ipe board as curbing, bend/curve wood to match edge of decking or 2x6 ipe board cut to shape; provide min. of 2'-6" clearance between curbs 5 4 " x 6" ipe boards fastened to wood joists with ipe clips; rip boards to size as shown to fit along radius 1 4 " Spacing between boards, typ. Extend of concrete ledge below for joist to rest on 5'-1 1/8" 2'-7 1/2" 1'-0" O.C. 2x4 Pressure treated #2 pine ledger board bolted to concrete ledge w/ 1 2 "x6" anchor bolt every 24" O.C. 2x6 Pressure treated #2 pine every 1'-0" O.C.; attached to 2x4 ledger board Extend of cut ipe deck boards above Extend of concrete ledge 31.08" 28.83" 32.95" 1.5" 19.75" FRONT ELEVATION 33.5" 18.53" 36" 20.43" 23.79" SIDE ELEVATION 16.58" UMBRELLA HOLE Notes: 1. Compost bin to be 52 Gallon Compost Wizard from Good Ideas or approved equal. 2. Installation to be completed in accordance with manufacturer's specifications. 09 SD-02 COMPOST BIN SCALE: N.T.S. SITE DETAILS Adjacent concrete sidewalk, see layout plans Adjacent concrete sidewalk, see layout plans 2" DECKING PLAN FRAMING & DECKING PLAN - SCALE: 1" = 1'-0" Deck boards to be Ipe ( 5 4" x 6") pre-grooved deck board supplied by Advantage Lumber, natural finish (PH: ) or approved equal. Install with ipe clip system 2"x2" Ipe board as curbing, bend/curve wood or 2x6 ipe board cut to shape; provide 1 2" chamfer on ends 2"x2"x2" Ipe blocking to support ipe curb 4" 4" 4" 6" PLAN VIEW 8" 3" SECTION - SCALE: 1" = 1'-0" 01 SD-02 WOODEN FOOT BRIDGE SCALE: As Noted 5' 8" A A ~4" 5 1/2" 1" Typ. 5'-0" Typical, see layout plans 4" ISOMETRIC VIEW 4" Depth of decorative gravel dry stream w/ filter fabric 3" Min. compacted DGA gravel base FRAMING PLAN Boulders beyond, typ. 5 4 " x 6" Ipe boards fastened to wood joists with ipe clips; rip boards to size as shown to fit along radius 2x6 Pressure treated #2 pine every 1'-0" O.C.; attached to 2x4 ledger board Adjacent concrete sidewalk, provide turndown at edges to receive wood joists; 4,000 psi 2x4 Pressure treated #2 pine ledger board bolted to concrete ledge w/ 1 2" x 6" S.S. anchor bolt every 24" O.C. 4" 4" Wide concrete ledge for joist bracket to rest on 4" Min. compacted DGA gravel base Undisturbed or 98% compacted subsoil Notes: 1. Benches to be half-round log seat from TimberForm (PH: ) or approved equal. 2. All wood members to be treated w/ clear preservative. 3. Installation to be completed in accordance with manufacturer's specifications. 2'-7 7/8" 51" or 75" 48" or 72" Extend of wood decking above 5 4 " x 6" Ipe boards fastened to wood joists with ipe clips 2"x2" Linear ipe curb; attached w/ 2 1 2" long stainless steel screw (2) per block; plug and fill 2" x 4" Ipe blocking to support linear ipe curb every 12" O.C.; attached w/ (2) 2 1 2" L stainless steel wood screw from underneath CURB ATTACHMENT ENLARGEMENT - SCALE: 3" = 1'-0" 17.9" 17.5" 22" NOTES: 1. Tables shall be Tuscany 36" Bamboo Bistro Table and chairs to be Tuscany Bamboo Chair as manufactured by Anova Site Furnishings (800) or approved equal. 2. Powder coated steel and aluminum components 3. Color to be selected from manufacturer full color range 4. Contractor shall provide color samples and shop drawings to Landscape Architect for approval prior to purchase & installation. 06 SD-02 1" 31.5" FRONT ELEVATION MOVEABLE TABLE AND CHAIRS SCALE: N.T.S. Notes: 1. Chairs to be Classic Folding Adirondack 5-Piece Conversation Group by Polywood of Syracuse, IN (PH: ) or approved equal. 2. Color to be Mahogany. 07 SD-02 ADIRONDACK CHAIR SCALE: N.T.S. 3" 10" 2'-0" Typ..25" PLAN VIEW 3.5" Potting Mix 80% Sterile pre-blended potting mix - (Pinebark, peat moss, perlite or vermicolite) - No styrofoam pellets 20% Bagged Potting soil 1 1 2" Dia. PVC pipe fill tube with angle cut bottom 226 Galvanized rounded end tank (24"x24"x72" 169. gal.) Separation fabric 3" Styrofoam sheet cut to fit tightly Notes: 1. Potting bench Bali Hai Potting Bench by Home Styles or approved equal. Measurements 49.75" W x 22" D x 44.25" H 10 SD-02 Table 11 SD-02 FREESTANDING POTTING BENCH SCALE: N.T.S. TEACHERS DESK AND BENCHES SCALE: N.T.S. Notes: 1. Planters to be 226 Galvanized Round Edge Tanks Planters (Item ) from Behlen Country or approved equal. Bench Notes: 1. Table to be 39" x 78" Harvest Dining Table (SKU:8300H) from Polywood, LLC of Syracuse, IN or approved equal. 2. Benches to be 65" Harvest Bench (SKU:3600H) from Polywood, LLC of Syracuse, IN or approved equal. 3. Color for tables and benches to be Mahogany. ENDEAVOUR SCHOOL NORTH HANOVER TOWNSHIP SCHOOL DISTRICT BLOCK/LOT NORTH HANOVER TOWNSHIP, BURLINGTON COUNTY, NEW JERSEY 1'-0 1/2" ELEVATION VIEW 3' SECTION VIEW (2)- Log seat to log stand (2)- 9/16" I.D cut washer (2)- 1/2" Dia. x 10" lag screw (2)- 1 7/16" Dia /16" dia. x 3/4" thick wood plug 5/8" Dia. holes provided for anchors by others (Typ-4) FRONT ELEVATION SIDE ELEVATION NOTES: 1. Benches shall be Airi Stix 4' & 6' flat bench as manufactured by Anova Site Furnishings (800) or approved equal. 2. Powder coated steel and aluminum components 3. Provide 1 2" X 3 3 4" expansion anchor bolts. 4. Color to be selected from manufacturer full color range 5. Contractor shall provide color samples and shop drawings to Landscape Architect for approval prior to purchase and installation. 3" 7" 7" 4" Perforated PVC pipe filled solid with planting soil; 3 per planter 1" PVC threaded coupler over flow 3" Styrofoam blocking, void, 12" O.C. Adjacent finished grade No. Date Revision Revised for Rebid 02 SD-02 LOG WOOD BENCH SCALE: N.T.S. 03 SD-02 LINEAR METAL BENCH - 4' & 6' SCALE: N.T.S. 08 SD-02 GALVANIZED STOCK PLANTER SCALE: N.T.S. 3" 20" 11" SURFACE MOUNT 52.24" 45.7" 41.77" 22" 36.95" 9.63" 46.72" 26" 22.01" NOTES: 1. Tables shall be Beacon Hill Thermory Table as manufactured by Anova (800) or approved equal. 2. Powder coated steel, aluminum components, & wood slats 3. Provide 1 2" X 3 3 4" expansion anchor bolts. 4. Color to be selected from manufacturer full color range 5. Contractor shall provide color samples and shop drawings to Landscape Architect for approval prior to purchase and installation. 1.13" 20.08" 86.97" 3.5" 64.25" 41.52" 86.97" 127 Church Road Suite 100 Marlton, NJ Phone: Planning Landscape Architecture Municipal Consulting Parks and Recreation 3.5" DOOR SWING SIDE ELEVATION FRONT ELEVATION NOTES: 1. Receptacles shall be Airi Stix 45 Gal. Litter/Recycle receptacle with side door as manufactured by Anova. (800) or approved equal 2. Powder coated steel and Aluminum components 3. Provide 1 2" X 3 3 4" expansion anchor bolts. 4. Color to be selected from manufacturer full color range 5. Installation to be completed in accordance with manufacturer's specifications 6. Contractor shall provide samples and shop drawings to Landscape Architect for approval prior to purchase or installation 51.39" FRONT ELEVATION 18.98" 30.27" 3.5" 20.5" PLAN VIEW 20.5" PLAN VIEW 20.08" Scott D. Taylor, LLA & PP NJ Licensed Landscape Architect #AS SD-02 LITTER/RECYCLING RECEPTACLE SCALE: N.T.S. 05 SD-02 OUTDOOR PICNIC TABLE & CHAIRS (4 SEAT / 3 SEAT) SCALE: N.T.S. SD-02 SCALE: AS NOTED DRAWN BY: GCR/JMB DATE: JOB NO:

244 K U T L S A-A' C L 10" Dia. tubular steel pole embedded into concrete footing, sizing and depth per structural eng & manufacturer J I 12" x 12" x 1 2" Thick base plate bolted to concrete footing 6" x 8" Tubular aluminum beam with chamfer on end; Powdercoated, color to match arch. elements Cloth shade system with stainless steel cable support wire, see manufacturer dwg's Stainless steel cable connected to beams for shade system; min. of (3) per canopy Plan B-B' C L 6" x 6" Tubular aluminum post; powdercoated, color to match arch. elements 6" x 8" Tubular aluminum beam with chamfer on end; Powdercoated, color to match arch. elements 6" x 6" Tubular aluminum post; powdercoated, color to match arch. elements 12" x 12" x 1 2" Thick base plate bolted to concrete footing, (Refer to Arch. Dwg's) Adjacent precast concrete pavers on pedestals, typ. Section B-B SECTION B-B - SCALE: 1/4" = 1'-0" 11" 13' 13' 11" 11" 9' 9' 11" 8" 6" 6" PERGOLA ENLARGEMENT PLAN - SCALE: 1/4" = 1'-0" 01 SD-03 3" 5'-5" ALUMINUM STRUCTURE WITH SHADE SAIL SCALE: As Noted 4" 19'-10" 5'-6" 19'-10" 4" 5'-5" 3" 6" 8" 11" 18' 11" Stainless steel cable connected to beams for shade system; min. of (3) per canopy Cloth shade system with stainless steel cable support wire, see manufacturer dwg's 8" 8" 9' 10'-4" 28' NOTES: 1. The pergola shade canopy shall be supplied by Structure Works Fabrication of Fredericksburg, Virginia (PH: ) or approved equal. Color of shade canopy to be determined and coordinated with owner and landscape architect. 2. The pergola information shown is provided for bidding purposes only. The contractor shall be required to provide shop drawings consisting of final drawings signed & sealed by a NJ Licensed Professional Engineer, and shall include necessary design elements, calculations, materials, specifications, connections, and attachments to comply with all applicable building codes. 3. Contractor responsible for all coordination between building Architect, Structural Eng, and Manufacturer. 4. All structural and building connections and water proofing/roof penetrations shall be fully coordinated with structural eng. and architect. Refer to Engineers Dwg's for building attachments and roofing details. STRUCTURE WORKS FABRICATION - MANUALLY RETRACTABLE SHADE CANOPY 6" x 8" Tubular aluminum beam with chamfer on end; Powdercoated, color to match arch. elements 6" x 6" Tubular aluminum post; powdercoated, color to match arch. elements 12" x 12" x 1 2" Thick base plate bolted to concrete footing, (Refer to Arch. Dwg's) Adjacent precast concrete pavers on pedestals, typ. Section A-A SECTION A-A - SCALE: 1/4" = 1'-0" 11" 13' 13' 11" Stainless steel cable connected to beams for shade system; min. of (3) per canopy Cloth shade system with stainless steel cable support wire, see manufacturer dwg's 27'-10" 8" 8" 9' 10'-4" 13'-6" 13'-6" 15'-6" 1'-6" 03 SD-03 2'-6" 6'-7" 8' 2' 4'-1" SHADE SAIL CANOPY SYSTEM SCALE: 1/4" = 1'-0" Notes: 1. Decorative panel to be supplied by Parasoleil of Westminster, CO. (P.H ) 2. Panel design and color to be determined and approved by Landscape Architect. 12 DECEMBER 1 (1) Custom sized shade sail Adjacent built-in wood bench, see details on sheet SD-04 Reinforced concrete footing, sizing by structural eng. JANUARY 40'-5" 33'-10" 33'-10" 2 FEBRUARY Notes: - Shade sail to be manufactured by Shade Systems, Inc. of Ocala, Florida or approved equal - Color to be selected from manufacturers full color range/pallet, provide samples to Landscape Architect for review & approval. - Include in base bid, contractor to provide final engineering design and calculations suitable for site conditions, and install footings in accordance with final design. 42" Dia. reinforced concrete footing; final depth of footing to be determined by engineer (5'-0" to 9'-0") Manufacturer shall provide final footing design and significant sealed drawings from a New Jersey Licensed Professional Engineer (1) Custom sized shade sail 3MARCH Stainless steel turnbuckle to attach to post and shade sail; provide (1) turnbuckle at each post & sail connection 5 16 " Galvanized wire 10" Dia. tubular steel pole embedded into concrete footing, sizing and depth per structural eng & manufacturer 10" +/- 3'-6" H 4APRIL G 12' 2' ENDEAVOUR SCHOOL SITE DETAILS NORTH HANOVER TOWNSHIP SCHOOL DISTRICT BLOCK/LOT NORTH HANOVER TOWNSHIP, BURLINGTON COUNTY, NEW JERSEY 4' 4' 4' 4' 4' 4' 4' Face of building, (See Arch. Dwg's) 3" PLAN ENLARGEMENT - SCALE: 1/2" = 1'-0" 28' 4' 4' 4' 4' 4' 4' 4' Standoff bracket mounted to fiber cement panel, provided by panel manufacturer 4' Wide x 8' Ht. decorative steel panel bolted to steel mounting plate, per manufacturer Standoff bracket mounted to fiber cement panel, provided by panel manufacturer No. Date Revision Revised for Rebid See Arch. Dwg's 2" 8'-0" Refer to architectural dwg's for building elevations Standoff bracket mounted to fiber cement panel, provided by panel manufacturer 4' Wide x 8' Ht. decorative steel panel bolted to steel mounting plate, per Manufacturer; Orient panels to prevent repeating pattern Precast stone cap, (See Arch. Dwg's) Stone water table building veneer beyond, (See Arch. Dwg's) See Arch. Dwg's 8'-0" Typ. 2" 4' Wide x 8' Ht. decorative steel panel bolted to steel mounting plate, per manufacturer Precast stone cap, (See Arch. Dwg's) Stone water table building veneer beyond, (See Arch. Dwg's) Adjacent finish grade 127 Church Road Suite 100 Marlton, NJ Phone: Planning Landscape Architecture Municipal Consulting Parks and Recreation Scott D. Taylor, LLA & PP NJ Licensed Landscape Architect #AS ELEVATION - SCALE: 1/2" = 1'-0" SECTION - SCALE: 1/2" = 1'-0" 02 SD-03 VERTICAL DECORATIVE PANEL SCREEN SCALE: 1/2" = 1'-0" (NOT IN CONTRACT) SD-03 SCALE: AS NOTED DRAWN BY: GCR/JMB DATE: JOB NO:

245 2'-0" Typical See Layout Plans Framing Plan Decking Plan 1'-4" O.C. 5 4 " x 4" Ipe boards w/ S.S. screws into P.T. pine posts; provide 1 4" spacing between boards. Provide (2) S.S. screws per board per post 2x4 P.T. Pine 1'-4" O.C. max to rest on concrete slab 2" 3 1/2" 4x4 P.T. pine post attached to post base with galvanized nails Simpson ABA44Z adjustable post base bolted to concrete slab w/ anchor bolts 1/2" Dia. anchor bolt; 2" embedment Section R19' 2'-0" Typ. 1' 1' R18' R17' Radius of wood bench varies, see layout plans for radius of each bench 1 4 " Spacing between boards, typ. 5 4 " x 4" Ipe boards; cut boards to size as shown to fit along radius Provide 1 8" round over edge on both sides of boards, typ. 2" 3 1/2" 4x4 P.T. pine post attached to post base with galvanized nails Simpson ABA44Z adjustable post base bolted to concrete slab w/ anchor bolts 1/2" Dia. anchor bolt; 2" embedment SITE DETAILS FRAMING & DECKING PLAN - SCALE: 1" = 1'-0" 01 SD-04 1'-9 1/2" Typical See Layout Plans Varies, See Layout Plans Adjacent Deck Below Section MAIN COURTYARD - TIERED BUILT-IN WOOD SEATING BENCHES SCALE: As Noted Framing Plan Decking Plan 1'-4" O.C. Varies, See Layout Plans 1'-4" O.C. 1'-0" 1'-4" O.C. 1'-0" 2x4 P.T. Pine stiffener at base & under seat at each post Framing Plan Decking Plan 5 4 " x 4" Ipe boards w/ S.S. screws into P.T. pine posts; provide 1 4" spacing between boards. Provide (2) S.S. screws per board per post 5 4 " x 6" Ipe boards w/ S.S. screws into P.T. pine posts; provide 1 4" spacing between boards. Provide (2) S.S. screws per board per post Decking Plan Framing Plan 4x4 P.T. Pine post at corners w/ Simpson ABA44Z 4x4 adjustable post base bolted into concrete slab 5 4 " x 4" Ipe boards w/ S.S. screws into P.T. pine posts; 4x4 P.T. pine post at corners w/ Simpson ABA44Z 4x4 adjustable post base bolted into concrete slab 5 4 " x 4" Ipe boards w/ S.S. screws into P.T. pine posts; provide 1 4" spacing between boards. Provide (2) S.S. screws per board per post 2x4 P.T. pine 1'-4" O.C. max to rest on concrete slab 2x4 P.T. pine stiffener at base & under seat at each post POST CONNECTION ENLARGEMENT - SCALE: 3" = 1'-0" Adjacent ipe decking on sleepers, SECTION - SCALE: 1" = 1'-0" 2" 3 1/2" Varies, see grading plans 1'-0" Typ. 1'-0" V o i d 1'-0" 4x4 P.T. pine post attached to post base with galvanized nails POST CONNECTION ENLARGEMENT - SCALE: 3" = 1'-0" Simpson ABA44Z adjustable post base bolted to concrete slab w/ anchor bolts 1/2" Dia. anchor bolt; 2" embedment 5 4 " x 4" Ipe boards w/ S.S. screws into P.T. pine posts; provide 1 4" Spacing between Boards. Provide (2) S.S. Screws per Board per Post 4x4 P.T. Pine post at corners w/ Simpson ABA44Z 4x4 adjustable post base bolted into concrete slab 2x4 P.T. Pine 1'-4" O.C. max to rest on concrete slab See enlargement detail this sheet for base connection Adjacent planting area FRAMING & DECKING PLAN - SCALE: 1" = 1'-0" 02 SD-04 Decking Plan Framing Plan CURVED BUILT-IN WOOD SEATING BENCH SCALE: As Noted 5 4 " x 4" Ipe boards w/ S.S. screws into P.T. pine posts; provide 1 4" spacing between boards. Provide (2) S.S. screws per board per post 2x4 P.T. pine 1'-4" O.C. max to rest on concrete slab 2x4 P.T. pine stiffener at base & under seat at each post 4x4 P.T pine post at corners w/ Simpson ABA44Z 4x4 adjustable post base bolted into concrete slab 5 4 " x 4" Ipe boards w/ S.S. screws miter at corners, Typ. Adjacent planting area, see layout plans POST CONNECTION ENLARGEMENT - SCALE: 3" = 1'-0" SECTION - SCALE: 1" = 1'-0" 1'-0" V o i d 1'-0" Varies, see grading plans 1'-0" Typ. 2x4 P.T. pine stiffener at base & under seat at each post 5 4 " x 4" Ipe boards w/ S.S. screws into P.T. pine posts; provide 1 4" spacing between boards. Provide (2) S.S. screws per board per post 2x4 P.T. pine stiffener at base & under seat at each post 2x4 P.T. pine 1'-4" O.C. max to rest on concrete slab Adjacent unit pavers or synthetic turf, see plans ENDEAVOUR SCHOOL NORTH HANOVER TOWNSHIP SCHOOL DISTRICT BLOCK/LOT NORTH HANOVER TOWNSHIP, BURLINGTON COUNTY, NEW JERSEY Adjacent Deck Below Section 1'-9 1/2" Framing Plan Decking Plan 5 4 " x 4" Ipe boards w/ S.S. screws into P.T. pine posts; provide 1 4" spacing between boards. Provide (2) S.S. screws per board per post Adjacent ipe decking on sleepers, Varies, see grading plans 1'-9 1/2" V o i d 5 4 " x 4" Ipe boards w/ S.S. screws into P.T. pine posts; Provide 1 4" spacing between boards. Provide (2) S.S. screws per board per post 2x4 P.T. pine stiffener at base & under seat at each post 2x4 P.T. pine 1'-4" O.C. max to rest on concrete slab See enlargement detail this sheet for base connection Adjacent planting area No. Date Revision Revised for Rebid Decking Plan Framing Plan FRAMING & DECKING PLAN - SCALE: 1" = 1'-0" 4x4 P.T. pine post at corners w/ Simpson ABA44Z 4x4 adjustable post base bolted into concrete slab 5 4 " x 4" Ipe boards w/ S.S. screws into P.T. pine posts; SECTION - SCALE: 1" = 1'-0" 127 Church Road Suite 100 Marlton, NJ Phone: Planning Landscape Architecture Municipal Consulting Parks and Recreation 03 SD-04 TEACHERS COURTYARD - BUILT-IN WOOD SEATING BENCH SCALE: As Noted Scott D. Taylor, LLA & PP NJ Licensed Landscape Architect #AS SD-04 SCALE: AS NOTED DRAWN BY: GCR/JMB DATE: JOB NO:

246 13 B.4 KEYNOTES THIS DRAWING NETTAARCHITECTS MX1B WALL SECTION MX1B A.9 B D.5 F WALL SECTION WALL SECTION 16 MX1B WALL SECTIONS NORTH HANOVER SCHOOL DISTRICT ENDEAVOUR SCHOOL DOE #3650-N F.7 SCHOOL ROAD JOINT BASE MCGUIRE-DIX-LAKEHURST NORTH HANOVER TWP, NJ MX1B MX1A MX1A WALL SECTION WALL SECTION WALL SECTION WALL SECTION A.222

247 KEYNOTES THIS DRAWING D.4 D.5 D.6 E.8 F ENDEAVOUR SCHOOL NETTAARCHITECTS WALL SECTION B.4 D.5 D.6 E.8 F WALL SECTIONS WALL SECTION NORTH HANOVER SCHOOL DISTRICT ENDEAVOUR SCHOOL DOE #3650-N SCHOOL ROAD JOINT BASE MCGUIRE-DIX-LAKEHURST NORTH HANOVER TWP, NJ SX1 MX1B MX1B MX1A MX1A WALL SECTION WALL SECTION WALL SECTION A.223

248 KEYNOTES THIS DRAWING NETTAARCHITECTS L.1 N.3 WALL SECTION 15 WALL SECTION 15 WALL SECTIONS NORTH HANOVER SCHOOL DISTRICT ENDEAVOUR SCHOOL DOE #3650-N SCHOOL ROAD JOINT BASE MCGUIRE-DIX-LAKEHURST NORTH HANOVER TWP, NJ MX1A WALL SECTION WALL SECTION WALL SECTION WALL SECTION A.224

249 18 P.8 Q Q Q.7 KEYNOTES THIS DRAWING SX1 SX1 NETTAARCHITECTS SX1 WALL SECTION WALL SECTION WALL SECTION WALL SECTION R.7 R WALL SECTIONS R.7 R.8 SX1 NORTH HANOVER SCHOOL DISTRICT ENDEAVOUR SCHOOL DOE #3650-N SX1 SCHOOL ROAD JOINT BASE MCGUIRE-DIX-LAKEHURST NORTH HANOVER TWP, NJ WALL SECTION WALL SECTION WALL SECTION WALL SECTION WALL SECTION A.226

250 D D.7 P.2 P WALL ELEVATION WALL ELEVATION NETTAARCHITECTS WALL ELEVATION WALL ELEVATION TYP. TOILETS #045, #046, #225 & #226 ENLARGED PLAN 15.1 WALL ELEVATION WALL ELEVATION WALL ELEVATION 14 BASIS OF DESIGN FOR TOILET ACCESSORIES TOILET PLANS, WALL ELEVATIONS AND ACCESSORIES SCHEDULE NORTH HANOVER SCHOOL DISTRICT ENDEAVOUR SCHOOL DOE #3650-N WALL ELEVATION SCHOOL ROAD JOINT BASE MCGUIRE-DIX-LAKEHURST NORTH HANOVER TWP, NJ WALL ELEVATION TOILETS #083, #084, #102 & #103: ENLARGED PLAN WALL ELEVATION A.401

251 TYP. PRE-K & KINDERGARTEN CLASSROOM ENLARGED TOILET LAYOUT PLAN NETTAARCHITECTS TOILETS #015A & #015B: ENLARGED PLAN TOILETS #059, #060, #237 & #238 ENLARGED PLAN WALL TILE PATTERN ENLARGED PLAN TOILETS #185, #186 & #187 WALL ELEVATION WALL ELEVATION WALL ELEVATION WALL ELEVATION WALL ELEVATION WALL ELEVATION WALL ELEVATION WALL ELEVATION WALL ELEVATION WALL ELEVATION WALL TILE PATTERN TOILETS #005A & #005B: ENLARGED PLAN TOILETS #131A ENLARGED PLAN TOILET PLANS & WALL ELEVATIONS WALL ELEVATION NORTH HANOVER SCHOOL DISTRICT ENDEAVOUR SCHOOL DOE #3650-N SCHOOL ROAD JOINT BASE MCGUIRE-DIX-LAKEHURST NORTH HANOVER TWP, NJ WALL ELEVATION WALL ELEVATION TOILETS #149 ENLARGED PLAN TOILETS #111 ENLARGED PLAN WALL ELEVATION TOILETS #121 & #122 ENLARGED PLAN WALL TILE PATTERN STANDARD MOUNTING HEIGHT FOR TOILET ACCESSORIES A.402

252 FINISH SCHEDULE FINISH SCHEDULE MATERIAL TYPE QSAVE BASE OF DESIGN MANUFACTURER CONTACT REMARKS MATERIAL TYPE QSAVE BASE OF DESIGN MANUFACTURER CONTACT REMARKS WALL WINDOW & STAGE TREATMENT FLOOR MAT STAIR B A S E MILLWORK SPECIALTIES COUNTER TOP DOOR DOOR FRAME C E I L I N G F L O O R W A L L NETTAARCHITECTS FINISH SCHEDULE NORTH HANOVER SCHOOL DISTRICT ENDEAVOUR SCHOOL DOE #3650-N SCHOOL ROAD JOINT BASE MCGUIRE-DIX-LAKEHURST NORTH HANOVER TWP, NJ A.704

253 TP1-1 TP1-1 TP1-1 TP1-1 TP1-3 TP1-2 TP1-4 TP1-5 TP1-6 TP1-7 TP1-4 TP1-2 TP1-3 WALL ELEVATION WALL ELEVATION TP1-1 TP1-1 TP1-1 TP1-3 TP1-2 TP1-4 TP1-5 TP1-6 TP1-7 TP1-5 TP1-4 TP1-2 TP1-3 WALL ELEVATION WALL ELEVATION LEGEND COLOR ITEM DESCRIPTION TP1-1 TP1-2 TP1-3 TP1-4 TP1-5 TP1-6 TP LIMESTONE, YEMM & HART 112 BLUEBIRD, YEMM & HART 117 LIME, YEMM & HART 102 LEMON, YEMM & HART 110 AMETHYST, YEMM & HART 105 PERSIMMON, YEMM & HART 115 MALACHITE, YEMM & HART

254

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via e-mail and will be accepted no later than 10:00 AM on Wednesday, January

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the NJDOT buyer via the e-mail noted in the solicitation. Proposals sent to any other e-mail

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 Maintenance and Operations 1302 Service Road Tustin, California 92780 (714) 730-7515 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Tustin Unified School District ( District ) has determined that

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

More information

PREQUALIFICATION PACKAGE FOR MECHANICAL, ELECTRICAL OR PLUMBING CONTRACTORS WARM SPRINGS/ SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT

PREQUALIFICATION PACKAGE FOR MECHANICAL, ELECTRICAL OR PLUMBING CONTRACTORS WARM SPRINGS/ SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT PREQUALIFICATION PACKAGE FOR MECHANICAL, ELECTRICAL OR PLUMBING CONTRACTORS WARM SPRINGS/ SOUTH FREMONT COMMUNITY NEW ELEMENTARY SCHOOL PROJECT JUNE 23, 2016 NOTICE TO CONTRACTORS TO PREQUALIFY FOR MECHANICAL,

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL WASHINGTON COMMUNITY SCHOOLS Washington, Indiana PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

More information

The Bid Date has changed to 03/16/2010 at 2:30 PM.

The Bid Date has changed to 03/16/2010 at 2:30 PM. , Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Consultant for Municipal Engineering Services

Consultant for Municipal Engineering Services BOROUGH OF STONE HARBOR 2018 PROFESSIONAL SERVICES REQUEST FOR PROPOSAL RFQ OPENING DATE: THURSDAY, December 14, 2017 AT 12:00PM NOTICE TO BIDDERS The Borough of Stone Harbor is soliciting proposals through

More information

BID NO FOOD SERVICEE

BID NO FOOD SERVICEE INVITATION TO BID BID NO. 9809 FOOD SERVICEE POINT OF SALE EQUIPMENT TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing and delivering new Food Servicee Point of

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT FOR N-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY

More information

Pennsylvania Turnpike Commission Harrisburg, Pennsylvania

Pennsylvania Turnpike Commission Harrisburg, Pennsylvania Pennsylvania Turnpike Commission Harrisburg, Pennsylvania NOTICE TO CONTRACTORS REQUEST FOR PREQUALIFICATION PLYMOUTH MEETING MAINTENANCE FACILITY RELOCATION AND CONSTRUCTION PLYMOUTH TOWNSHIP, MONTGOMERY

More information

Route 66 Signage Project

Route 66 Signage Project Community Development Department Route 66 Signage Project Project #: 2016-01 Bid Date: June 21, 2016 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4. Plan Holders List 5. Bid Summary NOTICE INVITING

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

Faculty Student Association

Faculty Student Association State University of New York College at Fredonia 280 Central Ave. Fredonia, New York 14063 PROJECT SPECIFICATIONS BID SET CHAINTREUIL JENSEN STARK ARCHITECTS, LLP 54 SOUTH UNION ST. ROCHESTER, NEW YORK

More information

Albany Unified School District Contractor Prequalification

Albany Unified School District Contractor Prequalification Albany Unified School District Contractor Prequalification The Albany Unified School District ( District ) has determined that contractors providing construction services ( Contractor(s) or Firm(s) ) must

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR

BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR SOUTHPORT ELEMENTARY SCHOOL ELECTRONIC MARQUEE AT SOUTHPORT ELEMENTARY SCHOOL 2747 Linden Road, West Sacramento, CA 95961 BCA Architects

More information

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Exhibit A PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Submission of Pre-Qualification Packet Deadline: TBD Newcomb Academy AB300 New Construction Project Place of Pre-Qualification

More information

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION QUESTIONNAIRE PREQUALIFICATION QUESTIONNAIRE FOR HUENEME ROAD RECYCLED WATER PIPELINE PROJECT PHASE II THE PROJECTS AND PREQUALIFICATION In the coming months, the City of Oxnard ( City ) will be bidding a project for

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019 DENNIS M. LARIOS, P.E. CHRISTOPHER J. ZELL, L.L.S. Lic. No. 58747 Lic. No. 49629 BRINNIER and LARIOS, P.C. PROFESSIONAL ENGINEERS & LAND SURVEYORS 67 MAIDEN LANE DESIGN KINGSTON, NEW YORK 12401 SUBDIVISIONS

More information

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 ADDENDUM #4 CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553 CLASSROOM NOTIFICATION DEVICE INSTALLATION - DISTRICTWIDE Contra Costa College / Diablo College / Los Medanos College Date: May

More information

REQUEST FOR BIDDER QUALIFICATIONS

REQUEST FOR BIDDER QUALIFICATIONS CITY OF OCEAN CITY CAPE MAY COUNTY, NEW JERSEY 08226 REQUEST FOR BIDDER QUALIFICATIONS Phase II Improvements at the Ocean City Life Saving Station 801 4 th Street, Ocean City, NJ 08226 Pursuant to N.J.S.A.

More information

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor 2375 Roosevelt Street Dubuque, IA 52001 Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor Kitchen Ventilation SUNNYCREST MANOR KITCHEN VENTILATION 2375

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

OAK PARK HIGH SCHOOL. Planetarium Upgrade from Analog to Digital

OAK PARK HIGH SCHOOL. Planetarium Upgrade from Analog to Digital PROJECT MANUAL For OAK PARK HIGH SCHOOL Planetarium Upgrade from Analog to Digital OWNER: OAK PARK SCHOOLS 13900 Granzon Oak Park, MI 48237 ARCHITECT: 65 Market Street Mount Clemens, MI 48043 P. (586)

More information

BID DOCUMENTS FOR CASTLE HEAD START REROOFING REROOFING PROJECT, BID # CASTLE HEAD START 2050 ACADEMY DRIVE ATWATER, CA 95301

BID DOCUMENTS FOR CASTLE HEAD START REROOFING REROOFING PROJECT, BID # CASTLE HEAD START 2050 ACADEMY DRIVE ATWATER, CA 95301 BID DOCUMENTS FOR CASTLE HEAD START REROOFING REROOFING PROJECT, BID # 2018-11 AT CASTLE HEAD START 2050 ACADEMY DRIVE ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION 632 W. 13 th STREET MERCED, CA

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW Pursuant to Education Code section 17406 and Public Contract Code section 20111.6, the Manhattan Beach Unified School District

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017 REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 23, 2018 UPDATE: JANUARY 29, 2017 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD

More information

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement. MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included

More information

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No.

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No. Date: 12 th July 2017 #1069265 To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project Addendum No. 5 Addendum no. 5 is issued for inclusion into the tender documents.

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications from Engineering Firms Interested in Serving as Borough Engineer to the Borough of Park Ridge For the Period January 1, 2019 through December 31, 2019 Dated:

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

PUBLIC SAFETY BUILDING BUILDING DEMOLITION

PUBLIC SAFETY BUILDING BUILDING DEMOLITION Contract No. BE19-117 File No. 2003 SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT REQUIREMENTS No.

More information

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016 WILLIE A. HOPKINS, JR., Director COUNTY OF ALAMEDA ADDENDUM No. 2 DATE: October 26, 2016 to Project No. CPP14C130230000 for Lead and Pesticide Contaminated Soil Remediation Cherryland Community Center

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

More information

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings Spring Lake Public Schools Spring Lake, MI March 2018 RE: High School Storage Buildings Advertisement for bids Bid Proposal Sealed bids for Spring Lake Public Schools-High School Storage Buildings will

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications From Engineering Firms Interested in Serving as Environmental Engineer to the Borough of Park Ridge Board of Public Works For the Period January 1, 2019

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY. Normal, Alabama

BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY. Normal, Alabama BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY Normal, Alabama MIMS ENGINEERING, INC., 112B Southside Square, Huntsville, AL 35801 May 2, 2018 BOILER REPLACEMENT AT SCHOOL OF ENGINEERING

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

ADDENDUM NO. 1. Please acknowledge receipt of this addendum on page 10 of the Invitation for Pre-Qualification of Bidders

ADDENDUM NO. 1. Please acknowledge receipt of this addendum on page 10 of the Invitation for Pre-Qualification of Bidders ADDENDUM NO. 1 Date: May 22, 2017 To: Re: Prospective Bidders Peachtree City Lake Spillway Replacement Please acknowledge receipt of this addendum on page 10 of the Invitation for Pre-Qualification of

More information

SANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California (805)

SANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California (805) SANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California 93060 (805) 933-3908 Annual Pre-Qualification for MEP Contractors per Public Contract Code 20111.6 License Classifications:

More information

CITY OF AZUSA. Azusa Gateway Improvements (CIP #66111B)

CITY OF AZUSA. Azusa Gateway Improvements (CIP #66111B) CITY OF AZUSA Azusa Gateway Improvements (CIP #66111B) CONTRACT DOCUMENTS TABLE OF CONTENTS Page No. NOTICE INVITING BIDS... 1 INSTRUCTIONS TO BIDDERS... 3 BID FORM... 10 BID SCHEDULE... 10 CONTRACTOR

More information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES July 23, 2012 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE PRESTRESSED CONCRETE CYLINDER PIPE (PCCP) PRESSURIZED WATER MAINS 48 AND LARGER AND APPURTENANCES Gwinnett County is soliciting applications

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS 1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR, 2018 I. BACKGROUND AND OVERVIEW

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR, 2018 I. BACKGROUND AND OVERVIEW PROSPECTIVE MEP SUBCONTRACTORS FOR LEASE-LEASEBACK PROJECTS, 2018 I. BACKGROUND AND OVERVIEW Pursuant to Education Code section 17406 and Public Contract Code section 20111.6, all prospective first tier,

More information

NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015

NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015 NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT Revised February 11, 2015 For Projects to be bid from February 12, 2015 to February 11, 2016 Alisal

More information