HomeMy WebLinkAboutWestern Flooring Inc; 2008-06-18;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
2008 WOOD FLOOR REFINISHING AT THREE CITY FACILITIES
This is not an order.
Project Manager Dale A. Schuck Date Issued: April 7, 2008
(760) 434-2949 Request For Bid No,; FAC 08-02
Mail To: CLOSING DATE: May 7, 2008
General Services Department Please use typewriter or black ink.
City of Carlsbad
405 Oak Avenue Envelope MUST include Request For Bid
Carlsbad, California 92008 No. ___.
Award will be made to the lowest responsive,
responsible contractor based on total price.
DESCRIPTION
Labor, materials and equipment to refinish and recoat wood floors at three City of Carlsbad facilities
in accordance with the attached specifications.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Inspector: 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
- 441- 4
Name ^j Telephone
Address Fax
pin vp.l
City/State/Zip
vp.lUu Cfl tyl^&Z. dugn&g> toe stern- Flooring.
e/Zip -"' * ~ E-Mail Address U
-1- Revised 03/13/02
Name and Title of Person
contracts.
icrized to sign
Title
Name Date
JOB QUOTATION
ITEM NO.
1.
2.
3.
4.
5.
UNIT
Lump Sum
Lump Sum
Lump Sum
Lump Sum
Lump Sum
QTY
1 EA
1 EA
1 EA
1 EA
1 EA
DESCRIPTION
Screen and Coat Calavera Gymnasium
Completely Refinish Calavera Activity
Room
Screen and Coat Stagecoach Gymnasium
Completely Refinish Stagecoach Activity
Room
Screen and Coat Harding Activity Room
TOTAL PRICE
3^0^
^ loa.012-
3 31o-a
3,,53.m
*U>HO.=£
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. Note: Please do not sign the
contract document (last page) at this time. The successful contractor will execute the contract after
bid award.
SUBMITTED BY:
Contractor's License Number
Classification(s)
Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.fc IV
-2-Revised 03/13/02
(Individuals) Social Security #:
OR
U\A
-3- Revised 03/13/02
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
M D
SUBCONTRACTOR*
% of Total
Contract
ki£
Business Name and Address
- KJ A
License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted:
* Indicate Minority Business Enterprise (MBE) of subcontractor.
.4.Revised 03/13/02
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
2008 WOOD FLOOR REFINISHING AT THREE CITY FACILITIES
(Less than $25,000)
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: Dale A. Schuck
(Project Manager)
Wage Rates:
The general prevailing rate of wages for each craft or type of worker needed to execute the contract
shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773
and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the
applicable wage rates in on file in the Office of the City Engineer. The contractor to whom the
contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers
employed by him or her in execution of the contract.
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 fi8qtrac1e«»£r subcontractor from participating in
contract bidding.
Signature:
: Name:
-5- Revised 03/13/02
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 perform the work in accordance with the attached Specifications.
Completion: I agree to complete the work in accordance with the attached Specifications.
-6- Revised 03/13/02
CONTRACTOR:
(e-mail address))
By.vZXMbt
(telephone no.)
T>0 ATTEST:
(address)
va\\f>*> TA
(city/state/zip) J LORRAINE M. WOOD
City Clerk
(telephone no.)
(fax no.)
- r J
-mail address)
nQ.
J
(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 offlcer(s) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD RypALL, City Attorney
BY:
Deputy City Aft
-7-Revised 03/13/02
SPECIAL CONSTRUCTION PROVISIONS &
TECHNICAL SPECIFICATIONS
FOR
2008 WOOD FLOOR REFINISHING AT THREE CITY
FACILITIES
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 refmishing 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 Three locations in the City of Carlsbad.
Location #1 is the Calavera Community Center at 2997 Glasgow Drive.
Location #2 is the Stagecoach Community Center located at 3420 Camino
de los Coches and location #3 is the Harding Community Center at 3096
Harding Street. 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
-8- Revised 03/13/02
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 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.
-9- Revised 03/13/02
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 Contractor'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.
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
-10- Revised 03/13/02
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 refmishing, reinstallation of finish and
restoration of all court markings. Preparation of the existing activity room
floor surfaces for 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.
-11- Revised 03/13/02
• Calavera Gymnasium *9,370 SF
• Stagecoach Gymnasium *9,380 SF
• Calavera Activity Room *1,576 SF
• Stagecoach Activity Room *1,576 SF
• Harding Center Activity Room *1770SF
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
-12- Revised 03/13/02
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 after hours 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.
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
-13- Revised 03/13/02
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
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:
-14- Revised 03/13/02
1. Screening and Recoating of Calavera and Stagecoach
Gymnasiums will begin on Saturday August 23. 2008 and shall
be completed on Friday August 9. 2008.
2. Screening and Recoating of the Activity Room at Harding
Community Center shall begin on Saturday August 23. 2008 and
shall be completed on Friday September 5.2008.
3. Complete Refinishina of the Activity Rooms at Stagecoach and
Calavera Community Centers shall begin on Saturday August 23.
2008 and shall be completed on Friday September 5. 2008.
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
Complete Refinishing of Activity Room Floors at Stagecoach and Calavera:
A. The Contractor shall remove and legally dispose of all coping and
baseboard materials in the Activity Rooms at Stagecoach and Calavera
Community Center. (Removal of coping in Gymnasiums at Stagecoach
Community Center, Calavera Community Center, and the activity room at
Harding Community Center is not required). The City will replace coping
and baseboards after contract completion).
B. Remove all layers of finish down to raw wood. Next, repair/replace any
split boards or seriously damaged areas of the surface or sub-floor. The
maple surface shall be lightly sanded to remove accumulated minor dents
and scratches. Once the sanding process is completed, the resurfacing
process follows the same general sealing, and finishing procedures used
during the initial installation of the maple flooring system.
C. All unfinished maple gym floors shall be sealed as soon as possible after
final sanding is completed using two coats of water based Urethane
product designed specifically for Sports Court Surfaces (Hillyard 1907
Gym Finish as manufactured by Hillyard Inc. 302 North Fourth
-15- Revised 03/13/02
Street, St. Joseph, Mo. 1-800-365-1555). Thoroughly clean the floor
surface prior to applying the first coat of sealer. Using a clean lamb's wool
applicator, apply a liberal and uniform coat of penetrating sealer with at
least the minimum coverage per the manufacturers' instructions. Allow to
dry completely. Use a "2-2" specification, buff with screenback disk, pad
or as recommended by your finish manufacturer and thoroughly clean.
Do not use steel wool. Apply the second coat of penetrating sealer in the
same manner as the first. The entire surface shall then be lightly machine
disked with #100 or #120 grit screenback under a buffing or polishing
pad, and finally vacuumed and tack ragged.
D. Immediately before applying the first coat of finish, maple floors shall be
thoroughly tack ragged, giving particular attention to edges and corners.
Apply an even coat of a water based Urethane finish in accordance with
your finish manufacturers' instructions. Allow to dry completely.
E. Lightly abrade with a screen to break the surface tension for bonding with
the next coat. Vacuum, then double tack rag the floor. Subsequent coats
shall be applied in accordance with the finish manufacturers'
specifications. The final 2 coats will require the addition of Cross Linker
for added durability (Hillyard Contender Gym Finish as manufactured
by Hillyard Inc. 302 North Fourth 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 four
(4) coats of finish will be required. The Contractor shall install
more than the minimum four (4) coats if required by the finish
manufacturer's recommendations.
F. 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.
G. 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
Screen and Recoat of Gymnasium Floors at Calavera and Stagecoach
Community Center and Activity Room at Harding Community Center:
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
-16- Revised 03/13/02
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. 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
-17- Revised 03/13/02