HomeMy WebLinkAboutGeary Floors; 2010-08-17; PEM499CITY OF CARLSBAD
MINOR PUBLIC WORKS PROJECT
PEM 499, 2010 WOOD FLOOR REFINISHING
Project Manager Kelly Brooks Date Issued: March 10, 2010-
(760) 434-2925 Roquoot For Bid No.:_PEM4Ji:
Mail To: CLOSING DATE: March 31,2010
Property & Environmental Management Dept Bid shall be deposited in the Bid Box located
City of Carlsbad in the first floor lobby of the Faraday Center
405 Oak Avenue located at 1635 Faraday Avenue, Carlsbad,
Carlsbad, California 92008 CA 92008 until 4:00 p.m. on the day of Bid
f*loQ [["Iff
Award will be made to the lowest responsive,
responsible contractor based on total price. Please use typewriter or black ink.
Envelope MUST include Request for Bid No._
PEM199 .
DESCRIPTION
Labor, materials and equipment to screen and recoat the activity room floors at Calavera Community
Center. Stagecoach Community Center, Harding Community Center - Recreation Hall. Maaee Park
- Heritage Hall and the gym floors at Stagecoach Community Center and Calavera Community
Center.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Kelly Brooks
Phone No. 760-434-2925
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
619-460-3345
Geary Floors Telephone
Name
619-596-2271
1060 Rippev Street Fax
Address
Gearvfloors@hotmail.com
El Caion. CA 92020 E-Mail Address
City/State/Zip
-1- Revised 08/1 1/09
jo n ggEj jreuijoH
0103/6 l/fr •••
Name and Title of Person Authorized to sign
contracts.
7rt
'^£xjl
Owner
Signature
Frank Geary
Title
Name Date
JOB QUOTATION
ITEM NO.
1
2
3
4
5
6
UNIT
LS
LS
LS
LS
LS
LS
QTY
1
1
1
1
1
1
DESCRIPTION
Screen & Recoat of Calavera Activity Room
Screen & Recoat of Calavera Gym
Screen & Recoat of Magee Park - Heritage
Hall
Screen & Recoat of Harding - Recreation Hall
Screen & Recoat of Stagecoach Activity Room
Screen & Recoat of Stagecoach Gym
Total of Bid Items 1-6:
TOTAL PRICE
$630.00
$3560.00
$643.00
$708.00
$630.00
$3564.00
$9,735.00
Quote Lump Sum, including all applicable taxes. Award is by total price.
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening,
unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the
lowest, responsive, responsible contractor. The City reserves the right to reject any or all bids and to accept
or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price
and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an
error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the
intended bid. The City reserves the right to conduct a pre-award inquiry to determine the contractor's ability to
perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance.
The determination of the City as to the Contractor's ability to perform the contract shall be conclusive.
SUBMITTED BY:
Geary Floors 592705
Company/Business Nam
Printed Name and Title
V/Z2 //U
Contractor's License Number
C-15
Classification(s)
4-30-10
Expiration Date
Date
-2-Revised 08/11/09
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D. #: 33-0406062
OR
(Individuals) Social Security #:
-3- Revised 08/11/09
OIO£/6I/17 "•
DESIGNATION OF SUBCONTRACTORS
Set forth below is the full name and location of the place of business of each sub-contractor whom
the contractor proposes to subcontract portions of the work in excess of one-half of one percent of
the total bid, and the portion of the work which will be done by each sub-contractor for each
subcontract.
NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the
work to be performed under the contract in excess of one-half of one percent of the bid, the
contractor shall be deemed to have agreed to perform such portion, and that the contractor
shall not be permitted to sublet or subcontract that portion of the work, except in cases of
the public emergency or necessity, and then only after a finding, reduced in writing as a
public record of the Awarding Authority, setting forth the facts constituting the emergency or
necessity in accordance with the provisions of the Subletting and Subcontracting Fair
Practices Act (Section 4100 et seq. of the California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
PORTION OF WORK
TO BE
SUBCONTRACTED
Item
No.
Description of
Work
SUBCONTRACTOR*
%of
Total
Contract
Business Name and Address
N/a
License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted: 0%
Indicate Minority Business Enterprise (MBE) of subcontractor.
-4-Revised 08/11/09
0103/6 l/fr
CITY OF CARLSBAD
MINOR PUBLIC WORKS PROJECT
PEM 499, 2010 WOOD FLOOR REFINISHING
(Less than $30,000)
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
governing labor, including paying the general prevailing rate of wages for each craft or type of worker
needed to execute the contract.
Guarantee:
I guarantee all labor and materials furnished and agree to complete work in accordance with
directions and subject to inspection approval and acceptance by: Kelly Brooks
(project manager)
The Payment of Prevailing Wages is not Required
The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the
provisions of the California Labor Code when the public work is not a statewide concern. The City
Manager has determined that it is not in the best interest of the city to require the payment of
prevailing wages for this project. Payment of prevailing wages is at contractor's discretion.
False Claims
Contract hereby agrees that any contract claim submitted to the City must be asserted as part of the
contract process as set forth in this agreement and not in anticipation of litigation or in conjunction
with litigation.
Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims
Act, provides for civil penalties where a person knowingly submits a false claim to a public entity.
These provisions include false claims made with deliberate ignorance of the false information or in
reckless disregard of the truth or falsity of the information.
The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028
pertaining to false claims are incorporated herein by reference.
Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an
administrative debarment proceeding wherein the contractor may be prevented from further bidding
on public contracts for a period of up to five years and that debarment by another jurisdiction is
grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in
contract bidding.
Signature:
Print Name:
-5- Revised 08/11/09
9 i jo
0103/6l/fr •"0000-0000-00000000=aF9Pl°JZ,xdsB'lMsnxoquI/IFm/lu03'9AH'ni3UJ'SZllus'M53lus//:dWM
Commercial General Liability, Automobile Liability and Workers' Compensation Insurance:
The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General
Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance
indicating coverage in a form approved by the California Insurance Commission. The certificates
shall indicate coverage during the period of the contract and must be furnished to the City prior to the
start of work. The minimum limits of liability Insurance are to be placed with insurers that have: (1) a
rating in the most recent Best's Key Rating Guide of at least A-: V and (2) are admitted and
authorized to transact the business of insurance in the State of California by the Insurance
Commissioner.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in
an amount not less than $500,000
Subject to the same limit for each person on account of one accident in an amount not less than
$500,000
Property damage insurance in an amount of not less than $100,000
Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for
"any auto" and cannot be limited in any manner.
The above policies shall have non-cancellation clause providing that thirty (30) days written notice
shall be given to the City prior to such cancellation.
The policies shall name the City of Carlsbad as additional insured.
Indemnity:
The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of
every kind, nature and description, directly or indirectly arising from or in connection with the
performance of the Contract or work; or from any failure or alleged failure of Contractor to comply
with any applicable law, rules or regulations including those related to safety and health; and from
any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by the Contract, except for loss or damage
caused by the sole or active negligence or willful misconduct of the City. The expenses of defense
include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute
resolution method.
Jurisdiction:
The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of
any disputes between the parties arising out of this agreement is San Diego County, California.
Start Work: I agree to start within 30 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within the time periods specified in the contract documents.
-6- Revised 08/11/09
9 j jo 9 sSej ireuijofj 3Aiq
CONTRACTOR:
Geary Floors
(nameof Contractor)
(sign here)
(e-mail address)
By: iS2tv+4^
(sign here)
(print name and title)
1060RippevSt
(address)
El Caion, Ca 92020
(city/state/zip)
619-460-3345
(telephone no.)
619-596-2271
(fax no.)
Gearyfloors@hotmail.com
CITY OF CARLSBAD a municipal
corporation of the State of California:
(print name and title) f
Gearvfloors@.hotmail.com
By:_
Assistant City Manager
(address)
(telephone no.)
ATTEST:
, /
LORRAINE M.
City ClerkLx ^ J *t)
(e-mail address)
(Proper notarial acknowledgment of execution by Contractor must be attached.
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer
must sign for corporations. Otherwise, the corporation must attach a resolution certified by the
secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD R^BALL, City Attorney
BY:
Deputy City Attorney
-7-Revised 08/11/09
OlOS/61/t' '"
SPECIAL CONSTRUCTION PROVISIONS &
TECHNICAL SPECIFICATIONS
FOR
PEM 499, 2010 WOOD FLOOR REFINISHING
PART I - SPECIAL CONSTRUCTION PROVISIONS
1. The Work
The Contract work to be performed hereunder includes the furnishing of all labor and
equipment and furnishing and installing all materials, unless herein specifically excepted,
necessary for the complete and satisfactory gymnasium and activity room wood floor
refinishing at two separate community centers as specified in this contract.
The work shall consist complete removal of the existing finish, sanding and repairing defects
in the wood flooring and underlayment (if needed), and completely refinishing all areas of the
floors as detailed in these specifications at the locations specified. Or to provide screening
and coating at the locations specified. Contractor is advised to read these requirements
carefully and bid the job according.
2. Work Sites
The Contract work site is located in four locations in the City of Carlsbad. Location #1 is the
Calavera Community Center at 2997 Glasgow Drive. Location #2 is at Magee Park's Heritage
Hall located at 2650 Garfield Street. Location #3 is at the Harding Community Center's
Recreation Hall located at 3096 Harding Street. Location #4 is the Stagecoach Community
Center at 3420 Camino de los Coaches. Work areas, Special Construction requirements are
detailed below. Quantities listed are for informational purposes only. Actual quantities shall be
verified in the field.
3. Construction Plans (Drawings)
No separate construction plans are included. Work shall be governed by these reference
specifications.
4. Data to be Submitted by Contractor
Contractor shall furnish Owner submittals for all materials to be furnished for review and
acceptance by Owner prior to Contractor performing work to which data pertains. Submittals
shall be provided in accordance with the Special Provisions. Prior to beginning construction,
Contractor shall submit emergency phone numbers for the construction superintendent,
construction foreman, and all company principals.
5. Contractor Cooperation and Coordination
Contractor shall cooperate with Owner, San Diego Gas and Electric, and all other
jurisdictional agencies. Owner will have representatives on site to observe and verify
compliance with Contract Documents. Contractor shall perform work in a manner not to
interfere with operation of said facilities except as detailed in this section.
Contractor shall perform his work in accordance with the sequence of work as specified
herein. Contractor shall coordinate all work with the Owner. A detailed weekly schedule of
-8- Revised 08/11/09
9 j jo p Srd jreuijoH 3Aiq
proposed work shall be provided to the Owner each Thursday indicating the work to be
performed in the following week. Contractor shall not interfere with normal community center
operations during the completion of his work. The contractor is advised that the community
center will be in operation during his work. Work generating extensive noise dust or intrusion
into the public areas of the community center shall be scheduled for early morning hours,
prior to 9:00 AM whenever possible.
6. Permits, Licenses, Certificates, Laws and Ordinances
A. Contractor and all subcontractors shall procure and maintain a valid City of Carlsbad
Business License for the duration of the Contract.
B. California Regional Water Quality Control Board, San Diego Region
Contractor shall not allow any discharges from the construction site, which may have an
adverse effect on receiving waters of the United States. Contractor shall incorporate and
comply with all applicable Best Management Practices (BMPs) during the completion of
this agreement. All work must be in compliance with the most current San Diego
Regional Water Quality Control Board (RWQCB) permit, Carlsbad Municipal code and
the City of Carlsbad Jurisdictional Urban Runoff Management Plan (JURMP)
incorporated herein by reference.
Contractor shall indicate in his proposal methods of compliance, equipment utilized to
insure compliance, training of staff and experience in compliance with environmental
regulations. If in the opinion of the Project Manager, the Contractor is not in compliance
with this provision City reserves the right to implement BMPs to the maximum extent
practical, and deduct payment due or back charge the Contractor for implementation
with a 15% markup for administration and overhead.
C. In the event of conflict between the Contract and Permit requirements, the most
stringent shall prevail. All permit requirements shall be satisfied by Contractor and
accepted by all issuing agencies, and the Owner before project will be accepted and a
Notice of Completion filed.
D. Contractor shall, at his own expense, procure any additional permits, certificates, and
licenses required of him by law for the execution of the work. He shall comply with all
Federal, State and local laws, ordinances or rules and regulations relating to the
performance of said work.
7. Storage of Materials and Equipment
Contractor shall not store materials or equipment on private or public property without written
permission from the affected property owners approving such use. Said written permission
shall be submitted to Owner prior to Contractor moving materials or equipment onto site.
Contractor's equipment shall be removed from the interior of the community center and
placed in the Contractoi's designated storage areas at the end of each workday. No paint,
solvents or other liquid materials shall be stored outdoors at any time. These materials must
be stored in a locked container or removed from the project site daily.
Contractor may utilize a storage area in the parking lot of the Calavera and Stagecoach
Community Centers. No on site storage is available at the Harding Community Center. The
contractor shall provide temporary fencing and a lockable container for solvents, paints or
any other chemicals for any and all storage areas located at the work site at its expense.
-9- Revised 08/11/09
91 jo £ Sxj jremjOH 3Aiq
8. Preservation of Existing Improvements, Restoration of Work Site and Disposal of Spoil
and Waste Materials
A. Contractor shall perform his operations so that existing improvements including walls,
carpet or flooring, equipment and furnishings adjacent to or in the vicinity of the work site
are not damaged. Contractor shall repair and restore any disturbed or damaged
improvements, which result from his operations to the satisfaction of the Owner, or the
agency having jurisdiction over said improvements, all at his expense.
B. All work sites shall be restored to pre-job conditions and shall meet the requirements of
Owner. Owner is obligated to keep visual impact of the work sites to a minimum;
therefore, Contractor is required to restore all areas altered by construction to pre-
existing conditions. Such areas shall include, but shall not be limited to, areas used for
travel, parking, and storage of vehicles, equipment and materials.
C. Contractor shall be responsible for the proper and legal disposal of all waste materials
resulting from his operations, including rubbish, packaging materials, discarded
equipment parts, and damaged construction materials, in a manner and at locations
suitable to the Owner and all health and other regulatory agencies at the Contractor's
expense.
9. Construction Water & Power
Contractor may utilize the City's water and power outlets at the construction location for his
work. The Contractor is advised that outlets and water sources for his use must be pre-
approved 24-hours in advance of his forces utilizing said sources. The Project Inspector shall
make the final determination of the suitability and availability of these sources. If the
contractor has specialized power needs, a letter detailing the needed sources shall be affixed
to this bid.
10. Progress Schedule
Contractor shall submit a schedule per the requirements of SSPWC and shall update this
schedule on a weekly basis. The Contractor shall provide this updated schedule to the
Project Inspector on Thursday.
11. Salvage
Contractor shall meet with the Owner prior to removal of any material or equipment from the
community center, and the Owner shall designate which material and equipment (if any) are
to be salvaged by the Contractor. Salvage shall be delivered, unloaded, and stored by the
Contractor as directed by Owner at the Owner's Operations Yard at 405 Oak Avenue. All
other equipment and materials removed shall be considered waste and disposed of by the
Contractor.
12. Sequence of Work
A. Introduction
Project Work includes the following major components: Contract Execution and Product
Submittal, installation of site fencing (if required for Contractor storage), delivery and storage
of materials, removal of all coping or baseboards in the gymnasiums (City will replace after
contract completion), removal of the existing gymnasium floor finish to bare wood, repair of
surface defects, preparation of the surface for refinishing, reinstallation of finish and
restoration of all court markings. Preparation of the existing activity room floor surfaces for
-10- Revised 08/11/09
91 jo i 9Ej jreuijOH
recoating, recoating activity room floor surfaces. Some of these project components may be
constructed simultaneously.
The approximate square footage of each facility component is detailed below. Contractor
shall verify actual square footage before bidding.
Calavera Activity Room *1,576 SF
• Calavera Gym *9,370 SF
• Magee Park - Heritage Hall Room *1,608 SF
Harding Community Center - Recreation Hall *1,770 SF
Stagecoach Activity Room *1,576 SF
• Stagecoach Gym *9,380 SF
In addition, due to City's need to provide uninterrupted Community services, disruptive work
activities must be completed during the "low-use" period for the Community Centers. The
"low-use" period and specific construction dates are detailed in Item 18 of these Special
Construction Provisions and Technical Specifications.
B. General
1. Prior to mobilization or installing dust control measures, interior barricades or
temporary fencing, the Contractor shall comply with the following conditions set forth in
this specification. The Contractor shall provide written notice to the Project Inspector of
his intent to begin this phase a minimum of 10 Calendar days prior to commencing with
this work. At this notification, the City shall make preparations to remove items from the
Contractor's work area.
2. Prior to scheduling construction operations at the Community Centers, the Contractor
shall comply with the following conditions set forth in this specification. The Contractor
shall provide written notice to the Project Inspector of his intent to begin this phase a
minimum of 10 Calendar days prior to commencing with this work. All materials for
temporary barricades, dust control and temporary fencing shall be on site. All items and
equipment needed to perform the work must be on site and ready for installation.
3. 10 Calendar days prior to beginning construction operations that will affect the
operation of the Community Centers, the Contractor shall submit in writing his
proposed schedule, methods and work locations, including equipment, to the Owner.
Said schedule, method, and locations shall be approved by Owner prior to beginning
work. Contractor is advised that at his option, weekend and after hours work may be
allowed during this project in accordance with other sections of this contract. The
Project Manager may waive after hours inspection fees if the afterhours work is
determined to be in the best interest of the agency.
4. Sequence of work herein shall be followed by Contractor to limit the impact to
Community services. Sequence of work is not intended to cover every specific item of
work necessary, and shall not relieve the Contractor from responsibility to coordinate
and perform all work in accordance with the plans and specifications.
5. Contractor shall be responsible for repairing any Owner facilities or equipment
damaged as a result of his work performance. Contractor shall be responsible for
maintaining all required electrical systems at all times. Cost incurred by the Owner due
to Contractor's failure to maintain said equipment and facilities shall be deducted from
the Contract.
-11- Revised 08/11/09
6. Any proposed modifications to the Sequence of Work provided herein shall be
submitted in writing to the Owner for approval. If approved, said modified Sequence of
Work shall be implemented by the Contractor at no additional cost to the Owner. Any
proposed modifications to the specified Sequence of Work shall reflect the necessary
changes in all other project components.
13. Temporary Pedestrian Barricades and Dust Control Measures
1. The contractor shall erect barricades constructed of plywood or other suitable materials
delineating his work area from the pubic areas of the Community Centers. These
barricades shall be free standing, a minimum of six-foot in height, and of sufficient
construction to prevent their inadvertent movement by the public, staff or the contractor's
forces during the work. Barricades shall be painted flat white and shall have no protruding
nails, splinters or any other condition which could render injury to the public. These
barricades are required only in the public areas of the community center and are not
required for staff areas.
2. The contractor shall erect plastic floor to ceiling dust control barricades enclosing the
work areas and separating them from the staff and public areas of the Community
Centers. The contractor shall cover all furnishings and equipment in his work area with
suitable dust covers to prevent damage to any of the items caused by dust or other
materials generated by his work.
3. The contractor shall clean any and all dust or materials from his work areas or any areas
adjacent to his work areas daily or more frequently if required. The Contractor shall be
responsible for costs associated with any damaged furnishings or any other items
damaged by failure to adequately control dust or other materials caused by his work.
14. Inspection & Fees
1. Contractor shall bear all costs and fees incurred as a result of inspection services
furnished by utilities or others.
2. In the event the Contractor requests to work outside the stated working hours, or on
holidays, and the Owner agrees to same, the Contractor shall pay for the Inspector's time
at the rate of $100.00 per hour. The agency may waive this fee at its discretion if the after
hours work is determined to be in the best interest of the agency.
15. Compliance With Contract Documents
Contractor shall comply with all instructions of Owner to insure compliance with the Contract
Documents, including timely completion of work each day, work site clean-up, control of
traffic, and placement of signs. If Contractor does not comply with the Contract Documents,
then Owner shall provide the required labor, materials, and equipment to perform same and
shall deduct the cost from monies otherwise due under the Contract.
16. Conditions at Work Site
Personal investigation by Contractor is mandatory. Contact the Owner to arrange for access
to site. Neither the information contained in the drawings, or from Owner, his agents or
employees shall act to relieve Contractor from any responsibility in fulfilling any and all of the
terms and requirements specified herein.
17. Safety Requirement of Equipment Furnished by Contractor
-12- Revised 08/11/09
The equipment furnished by Contractor shall comply with the applicable requirements of the
Safety Orders of the Division of Industrial Safety of the State of California. Copies of the
Safety Orders as available at the Printing Division, Documents Section, State of California,
Sacramento, California 95814, and any other applicable safety requirements of Federal,
State and Local government.
18. Project Duration
The total project duration shall be as indicated in this section. The actual construction period
within the gymnasiums and activity rooms will be limited to the following specific dates:
1. Screening and Recoatinq of Calavera Activity Room will begin on Monday
August 23. 2010 and shall be completed on Saturday August 28.. 2010.
2. Screening and Recoatinq of Calavera Gym will begin on Saturday August 21.
2010 and shall be completed on Saturday August 28. 2010.
3. Screening and Recoatinq of the Magee Park's Heritage Hall Room will begin on
Tuesday August 31. 2010 and shall be completed on Saturday September 4. 2010.
4. Screening and Recoatinq of Harding Community Center's Recreation Hall will
begin on Tuesday August 24. 2010 and shall be completed on Saturday August
28. 2010.
5. Screening and Recoatinq of Stagecoach Activity Room will begin on Sunday
August 29. 2010 and shall be completed on Tuesday September 7. 2010.
6. Screening and Recoating of Stagecoach Gym will begin on Saturday August 28.
2010 and shall be completed on Saturday September 4. 2010.
19. Disincentive Clause
For each and every calendar day or portion thereof that he actual construction period for
Each bid item within the Community Centers exceeds the scheduled completion dates
indicated in Item 18, the Contractor shall be penalized a fixed sum of Two Hundred Fifty
dollars ($250.00) per location. Disincentives are separate from liquidated damages and shall
be assessed in addition to liquidated damages if the disincentive period extends into
liquidated damage periods.
PART 2 - TECHNICAL SPECIFICATIONS
1. Material and Construction Specifications
Screen and Recoat of the Activity Room Floors at Calavera, Stagecoach, Recreation Hall and
Heritage Hall. Screen and Recoat of the Gym Floors at Stagecoach and Calavera:
A. Lightly abrade with a screen to break the surface tension for bonding with the first coat.
Vacuum, then double tack rag the floor. Apply an even coat of a water based Urethane
finish in accordance with your finish manufacturers' instructions. Allow to dry completely
Subsequent coats shall be applied in accordance with the finish manufacturer's
specifications. The final coat will require the addition of Cross Linker for added durability
(Hillyard Contender Gym Finish as manufactured by Hillyard inc. 302 North Fourth
-13- Revised 08/11/09
Street, St Joseph, Mo 1-800-365-1555). Do not abrade the final coat of finish. After
applying the final coat, do not allow foot traffic on the floor until finish manufacturers'
recommended cure time has elapsed. *Note that a minimum of two (2) coats of finish
will be required. The Contractor shall install more than the minimum two (2) coats
if required by the finish manufacturer's recommendations.
B. Note: During finishing and drying time, the floor surface must be free of dust and dirt.
Avoid air currents that carry dust and dirt. Indoor temperatures and all sealers, paints and
finishes should be approximately 65 degrees Fahrenheit or higher during application.
Allow adequate ventilation for proper drying. Maintain normal humidity conditions inside
the facility to avoid blistering, flaking and abnormally long drying and cure times.
C. All products and work shall comply with the requirements of:
The Maple Flooring Manufacturers Association, 60 Revere Drive, Suite 500 Northbrook,
Illinois 60062 USA 847/480-9138 Fax: 847/480-9282.
-14- Revised 08/11/09