67
ATTENTION ALL BIDDERS RETURN THE ENCLOSED PROPOSAL IN A SEALED ENVELOPE TO: JACK C. COLLAR, PURCHASING MANAGER ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NORTH BIRMINGHAM, AL 35203 YOU MUST MARK ON THE ENVELOPE: SEALED BID #061-07 “Detention Doors & Frames for Jefferson County Bessemer Courthouse Complex” RETURN BY 5:00 P.M. ON FRIDAY, DECEMBER 15, 2006 For questions concerning this ITB

ATTENTION ALL BIDDERS - Jefferson County, Alabamajeffconline.jccal.org/onlinebidsearch/pacabids/itbs/1403.doc · Web viewAWS D1.3, "Structural Welding Code - Sheet Steel." Retain

Embed Size (px)

Citation preview

ATTENTION ALL BIDDERS

RETURN THE ENCLOSED PROPOSAL IN A SEALED ENVELOPE TO:

JACK C. COLLAR, PURCHASING MANAGER

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NORTH

BIRMINGHAM, AL 35203

YOU MUST MARK ON THE ENVELOPE:SEALED BID #061-07

“Detention Doors & Frames for Jefferson County Bessemer Courthouse Complex”

RETURN BY 5:00 P.M. ONFRIDAY, DECEMBER 15, 2006

For questions concerning this ITB Contact: Darryl Tavel, Principal Buyer

Phone: (205) 521-7530 Email: [email protected]

No faxed or email responses will be accepted

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 2

INVITATION TO BID – Continued

Sealed bids marked "DETENTION DOORS & FRAMES FOR JEFFERSON COUNTY BESSEMER COURTHOUSE COMPLEX" will be received by the Purchasing Manager, Room 830 * 716 Richard Arrington Jr Blvd N, Birmingham, Alabama.

Bids will be accepted until 5:00 P.M. central time (standard or daylight savings time, as applicable) on December 15, 2006. Bids submitted after this date and time will not be considered.

Bids will be publicly opened at 2:00 P.M. on December 18, 2006.

PRE-BID CONFERENCEA mandatory Pre-Bid Conference will be held at Jefferson County Courthouse Room# 1 General Services Department, 716 Richard Arrington Jr Blvd North, Birmingham, AL 35203 @ 2:00 P.M. on Monday, December 11, 2006.

CONTACTS FOR JEFFERSON COUNTY COMMISSION Darryl Tavel, Principal Buyer Jefferson County 205-521-7530 Dan Price or Gary Garrett, Brice Building Company 205-930-9911 Jeff Smith, Deputy Director of General Services for Jefferson County 205-325-5544

SPECIFICATIONS:Jefferson County Bessemer Courthouse Complex

Early Release Material PackagesJail Renovations

Detention Doors & Frames, Electric Locking Door Slider System, Glazing and Hardware Package

Miscellaneous Provisions for materials provided as a part of this work

1. Billings – Payment: Materials furnished as a part of this work will be paid for by the Jefferson County Commission in accordance with attached billing requirements.

2. Submittals: All submittals required by the bid documents will be compiled by the fabricator and sent to the Project Construction Manager (CM), Brice Building Company, for their review and transmission on to the Architect for their review and action. Submittals received by the Construction Manager that clearly do not comply with the contract documents will be returned to the fabricator for re-submittal and not forwarded to the Architect. Once the Architect completes the review of the submittal, it will be transmitted to the Construction Manager, who in turn, will return it to the fabricator for their use.

Fabricators are to send their submittals to the Construction Manager in a timely manner that will allow their materials to be fabricated and delivered to the jobsite in accordance with the required delivery dates below. All fabricators must allow up to a total of 3 weeks for submittal review by the Construction Manager and Architect. A total of six (6) copies of all submittals are required. One will be returned to the fabricator for his files and use.

Continued on Sheet 3JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 3

INVITATION TO BID – Continued

3. Schedule: The following dates outline when the materials are to be delivered to the jobsite for storage and installation by the 1A Trade Contractor:

A. Security Hollow Metal Frames & Electric Locking Sliding Door Hardware. All are to be delivered no later than March 1, 2007

B. Detention Hollow Metal Doors and Frames, Security Glass, Security Hardware, Security Sliding doors. All are to be delivered no later than April 18, 2007

4. Deliveries: All deliveries for materials to jobsite are to be coordinated with the Construction Manager's jobsite Personnel. Notice of pending delivery is to be confirmed in writing to the Construction Manager one week before delivery. Material deliveries are to be inspected at time of delivery by 1A Trade Contractor. Any deficiencies in count or any damage will be noted at that time to the Construction Manager who in turn, will notify the fabricator.

5. Agreement: A Jefferson County Purchase Order will be executed as a part of this work.

SECTION 083463 - DETENTION DOORS AND FRAMES

PART 1 - GENERAL

1.1 SUMMARY

A. This package is to provide materials for the Jefferson County Bessemer Jail Expansion including detention hollow metal doors, door frames, side lights, window frames and related items of work necessary for a complete package delivered to the Owner. Related items include embedded anchor bars and other shapes as indicated on the drawings and in the specifications to firmly anchor all devices and miscellaneous security framing to concrete or masonry.

B. Installation is not included in this package.

C. If any contradiction exists among the products specified for this project, the product with the highest quality rating will prevail.

D. Coordinate the work under this section with Section 088853 Security Glazing Hardware and Section 087163 Detention Door Hardware.

Continued on Sheet 4

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 4

INVITATION TO BID – Continued

1.2 DEFINITIONS

A. Minimum-Thickness Steel: Indicated as the specified minimum thicknesses for base metal without coatings, according to HMMA 803.

B. Nominal-Thickness Stainless Steel: Indicated as the specified thicknesses for which over- and under-thickness tolerances apply, according to ASTM A 480/A 480M.

C. Nominal Surface of Floor Covering: Top surface of floor; for resilient tile and carpet, nominal surface of floor covering is defined as top of concrete slab.

1.3 PERFORMANCE REQUIREMENTS

A. Detention Doors and Frame Assemblies: Provide detention doors and frames that comply with the following, based on testing manufacturer's standard units in assemblies similar to those indicated for this Project:

1. Security Grade: Comply with gauges as shown on drawings and noted below.2. Bullet Resistance: Comply with Level 3 rating when tested according to UL 752.

a. Listed and labeled, by a testing agency acceptable to authorities having jurisdiction, as bullet resisting.

3. Tool-Attack Resistance: Comply with small-tool-attack-resistance rating when tested according to UL 437 and UL 1034.

B. Detention Frames: Provide sidelight and borrowed-light detention frames that comply with ASTM F 1592 and removable stop test according to HMMA 863, based on testing manufacturer's standard units in assemblies similar to those indicated for this Project.

1.4 SUBMITTALS

A. Product Data: For each type of product indicated. Include construction details, material descriptions, core descriptions, label compliance and finishes for each type of detention doors and frames specified.

B. Shop Drawings:1. In addition to requirements below, provide a schedule using same reference numbers for details and

openings as those on Drawings:a. Elevations of each door design.b. Direction of swing or slide.

Continued on Sheet 5JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 5

INVITATION TO BID – Continued

c. Inmate and non-inmate sides.d. Details of doors, including vertical and horizontal edge details, and metal thicknesses.e. Details of frames, including dimensioned profiles, and metal thicknesses.f. Locations of reinforcement and preparations for hardware.g. Details of each different wall opening condition.h. Details of anchorages, joints, field splices, and connections.i. Details of removable stops and glazing.j. Details of conduit, junction boxes, and preparations for electrified and mechanical door hardware.

2. The door number as shown on Architectural floor plans shall be used at each opening or submittal will be returned as non-responsive and a re-submittal will be required.

C. Samples for Verification:

1. For each type of exposed finish required, prepared on Samples not less than 3 by 5 inches.2. For the following items, prepared on Samples about 12 by 12 inches to demonstrate compliance with

requirements for quality of materials and construction:

a. Detention Doors: Show vertical-edge, top, and bottom construction; insulation; face stiffeners; and hinge and other applied hardware reinforcement. Include separate section showing glazing if applicable.

b. Detention Frames: Show profile, welded corner joint, welded hinge reinforcement, grout-cover boxes, floor and wall anchors, and silencers. Include separate section showing fixed steel panels and glazing if applicable.

D. Coordination Drawings: Drawings of each detention door and frame, drawn to scale, on which connections and interface with electrified and mechanical control systems are shown.

E. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency for detention doors and frames. Indicate metal thickness of each component of tested assembly and describe construction methods.

F. Other Informational Submittals:

1. Examination reports documenting inspection of substrates, areas, and conditions.2. Anchor inspection reports documenting inspections of built-in and cast-in anchors.

Continued on Sheet 6

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 6

INVITATION TO BID – Continued

1.5 QUALITY ASSURANCE

A. Source Limitations: Obtain detention doors and frames from single source from single manufacturer.

B. Welding Qualifications: Qualify procedures and personnel according to the following:

1. AWS D1.1/D1.1M, "Structural Welding Code - Steel."2. AWS D1.3, "Structural Welding Code - Sheet Steel."

1.6 DELIVERY, STORAGE, AND HANDLING

A. Confirm delivery date with Construction Manager prior to shipping. Do not deliver without prior approval.

B. Deliver detention doors and frames palleted, wrapped, or crated to provide protection during transit and Project-site storage. Do not use nonvented plastic.

C. Deliver detention frames with two removable spreader bars across bottom of frames, tack welded to jambs and mullions.

D. Inspect units, on delivery, for damage. Minor damage may be repaired provided refinished items match new work and are approved by Architect; otherwise, remove and replace damaged items as directed. Notify Construction Manager of damaged or missing items within 2 days (written).

E. Store detention doors and frames under secure cover at building site. Place units in a vertical position with heads up, spaced by blocking, on minimum 4-inch- high wood blocking. Avoid using nonvented plastic or canvas shelters that could create a humidity chamber.

1. Provide minimum 1/4-inch space between each stacked unit to permit air circulation.

1.7 COORDINATIONCoordinate delivery of anchorages for detention frames with Construction Manager and 1A Contractor. 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 and masonry. Deliver such items to Project site with detention doors and frames.

Continued on Sheet 7JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 7

INVITATION TO BID – Continued

1.8 MAINTENANCE TOOLS

A. Tool Kit: Provide six sets of tools for use with security fasteners, each packaged in a compartmented kit configured for easy handling and storage.

1.9 EXTRA MATERIALS

A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

1. Security Fasteners: Furnish not less than 1 box for each 50 boxes or fraction thereof, of each type and size of security fastener installed.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Habersham Metal Products Co., Cornelia, GA.2. Trussbilt; an ASSA ABLOY Group Co., New Brighten, MN.3. American Steel, Demorest, GA.4. Chief Correctional Products, Grand Island, NE.5. Willo Products Co., Decatur, AL.

2.2 MATERIALS

A. Hot-Rolled Steel Sheet: ASTM A 1011/A 1011M, CS (Commercial Steel), Type B; free of scale, pitting, or surface defects; pickled and oiled.

B. Cold-Rolled Steel Sheet: ASTM A 1008/A 1008M, CS (Commercial Steel), Type B.

C. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M.

D. Concealed Bolts: ASTM A 307, Grade A unless otherwise indicated.

Continued on Sheet 8

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 8

INVITATION TO BID – Continued

E. Masonry Anchors: Fabricated from same steel sheet as door face.

F. Embedded Anchors: Fabricated from mild steel shapes and plates, hot-dip galvanized according to ASTM A 153/A 153M.

G. Postinstalled Expansion Anchors: With capability to sustain, without failure, a load equal to 4 times the load imposed, as determined by testing per ASTM E 488, conducted by a qualified independent testing agency.

1. Corrosion Protection: Carbon-steel components zinc plated to comply with ASTM B 633, Class Fe/Zn 5 (0.005 mm) for Class SC 1 service condition (mild).

2. Corrosion Protection: Stainless-steel components complying with ASTM F 593 and ASTM F 594, Alloy Group 1 or 2 for bolts and nuts; ASTM A 276 or ASTM A 666, Type 304 or 316, for anchors.

3. Corrosion Protection: Components fabricated from nickel-copper-alloy rods complying with ASTM B 164 for UNS No. N04400 alloy.

H. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded.

I. Glazing: Comply with Division 08 Section "Security Glazing."

J. Insulation: Slag-wool-fiber/rock-wool-fiber or glass-fiber blanket insulation. ASTM C 665, Type I (unfaced); with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively; passing ASTM E 136 for combustion characteristics. Minimum 1.5-lb/cu. ft. density.

2.3 DETENTION DOORS

A. General: Provide flush-design detention doors of seamless hollow construction, 2 inches thick unless otherwise indicated. Construct detention doors with smooth, flush surfaces without visible joints or seams on exposed faces or stile edges.

1. For single-acting swinging detention doors, bevel both vertical edges 1/8 inch in 2 inches.2. For sliding detention doors, square both vertical edges.

B. Core Construction: Provide the following core construction of same material as detention door face sheets, welded to both detention door faces:

1. Steel-Stiffened Core: 0.042-inch- thick, steel vertical stiffeners extending full-door height, with vertical webs spaced not more than 4 inches apart, spot welded to face sheets a maximum of 3 inches o.c. Fill spaces between stiffeners with insulation.

Continued on Sheet 9

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 9

INVITATION TO BID – Continued

2. Truss-Stiffened Core: 0.013-inch- thick, steel, truncated triangular stiffeners extending between face sheets and for full height and width of door; with stiffeners welded to face sheets not more than 3 inches o.c. vertically and 2-3/4 inches horizontally. Fill spaces between stiffeners with insulation.

C. Vertical Edge Channels: 0.123-inch- thick, continuous channel of same material as detention door face sheets, extending full-door height at each vertical edge; welded to top and bottom channels to create a fully welded perimeter channel. Noncontiguous channel is permitted to accommodate lock-edge hardware only if lock reinforcement is welded to and made integral with channel.

D. Top and Bottom Channels: 0.123-inch- thick metal channel of same material as detention door face sheets, spot welded, not more than 4 inches o.c., to face sheets.

1. Reinforce top edge of detention door with 0.053-inch- thick closing channel, inverted and nesting in top channel; welded so channel web is flush with top door edges.

E. Hardware Reinforcement: Fabricate reinforcing plates from same material as detention door face sheets to comply with the following minimum thicknesses:

1. Full-Mortise Hinges and Pivots: 0.187 inch thick.2. Maximum-Security Surface Hinges: 0.250 inch thick.3. Strike Reinforcements: 0.187 inch thick.4. Slide-Device Hanger Attachments: As recommended by device manufacturer.5. Lock Fronts, Concealed Holders, and Surface-Mounted Closers: 0.093 inch thick.6. All Other Surface-Mounted Hardware: 0.093 inch thick.7. Lock Pockets: 0.123 inch thick at non-inmate side, welded to face sheet.

F. Hardware Enclosures: Provide enclosures and junction boxes for electrically operated detention door hardware of same material as detention door face sheets, interconnected with UL-approved, 1/2-inch- diameter conduit and connectors.

1. Where indicated for installation of wiring, provide access plates to junction boxes, fabricated from same material and thickness as face sheet and fastened with at least 4 security fasteners spaced not more than 6 inches o.c.

G. Interior and Exterior Detention Door Face Sheets: Fabricated from cold-rolled steel sheets.1. Security Grade 3: 0.067-inch- minimum-thickness steel (14 gauge).

Continued on Sheet 10

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 10

INVITATION TO BID – Continued

2.4 DETENTION FRAMES

A. General: Provide fully welded detention frames with integral stops, of seamless construction without visible joints or seams. Fabricate detention frames with contact edges closed tight and corners mitered, reinforced, and continuously welded full depth and width of detention frame.

B. Provide two temporary steel spreaders spot welded to bottom of jambs to act as bracing during shipping and storage. Remove prior to installation.

C. Stop Height: Provide minimum stop height of 0.625 inch for detention door openings and minimum stop height of 1-1/4 inches in security glazing or detention panel openings unless otherwise indicated.

D. Interior and Exterior Detention Frames: Fabricated from cold-rolled steel sheets.

1. Security Grade 1: 0.093-inch- minimum-thickness steel (12 gauge).

E. Hardware Reinforcement: Fabricate reinforcing plates from same material as detention frame to comply with the following minimum thicknesses:

1. Hinges and Pivots: 0.187 inch thick by 1-1/2 inches wide by 10 inches long.2. Strikes, Flush Bolts, and Closers: 0.187 inch thick.3. Surface-Mounted Hardware: 0.093 inch thick.4. Lock Pockets: 0.123 inch thick at non-inmate side, welded to face sheet. Provide 0.123-inch- thick, lock

protection plate for attachment to lock pocket with security fasteners.

F. Hardware Enclosures: Provide enclosures and junction boxes for electrically operated detention door hardware, interconnected with UL-approved, 1/2-inch- diameter conduit and connectors.

1. Where indicated for installation of wiring, provide access plates to junction boxes, fabricated from same material and thickness as face sheet and fastened with at least 4 security fasteners spaced not more than 6 inches o.c.

G. Mullions and Transom Bars: Provide closed or tubular mullions and transom bars where indicated. Fasten mullions and transom bars at crossings and to jambs by butt welding. Reinforce joints between detention frame members with concealed clip angles or sleeves of same metal and thickness as detention frame.

H. Jamb Anchors: Weld jamb anchors to detention frames near hinges and directly opposite on strike jamb or as required to secure detention frames to adjacent construction.

Continued on Sheet 11

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 11

INVITATION TO BID – Continued

1. Number of Anchors:

a. Detention Door Frames: As shown on drawings.b. Detention Frames with Security Glazing: As shown on drawings.

2. Masonry Anchors: Adjustable, to suit detention frame size; formed of same material and thickness as detention frame; with strap not less than 2 inches wide by 10 inches long.

3. Embedded Anchors: Provide detention frames with removable faces at jambs where embedded anchors are indicated. Anchors consist of three parts:

a. Embedded Plates: Steel plates, 0.188 inch thick by 4 inches wide by 6 inches long. Continuously weld 2 steel bars, 1/2 inch in diameter and 10 inches long with 2-inch 90-degree turndown on ends, to the embedded end of each plate. Weld steel angles, 0.188 inch thick by 2 by 2 by 4 inches long, to the exposed end of each plate. Embed at locations to match frame angles.

b. Frame Angles: Steel angles, 0.188 inch thick by 2 by 2 by 4 inches long, welded to detention frames with 1-inch- long welds at each end of angle.

c. Connector Angles: Steel angles, of size required, to connect frame angles and embedded plates.

4. Postinstalled Expansion Anchors: Minimum 1/2-inch- diameter concealed bolts with expansion shields or inserts. Provide conduit spacer from detention frame to wall, welded to detention frame. Reinforce detention frames at anchor locations.

I. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor, formed of same material and thickness as detention frame, and as follows:

1. Monolithic Concrete Slabs: Clip anchors, with two holes to receive fasteners, welded to bottom of jambs and mullions with at least four spot welds per anchor.

2. Separate Topping Concrete Slabs: Adjustable anchors with extension clips, allowing not less than 2-inch height adjustment, welded to jambs and mullions with at least 4 spot welds per anchor. Terminate bottom of detention frames at finish floor surface.

J. Grout Guards: Provide factory-installed grout guards of same material as detention frame, welded to detention frame at back of hardware cutouts, silencers, and glazing-stop screw preparations to close off interior of openings and prevent mortar or other materials from obstructing hardware operation or installation.

2.5 ANGLE STOPS

A. Provide fixed moldings on inmate side of glazed openings and removable stops on non-inmate side and as coordinated with Architect.

Continued on Sheet 12

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 12

INVITATION TO BID – Continued

1. Height: As detailed on Architectural drawings. 2. Removable Stops: Formed from 0.123-inch- thick angle, of same material as detention door face sheets.

Secure with button head security fasteners spaced uniformly not more than 6 inches o.c. and not more than 2 inches from each corner, and as necessary to satisfy performance requirements. Form corners with notched or mitered hairline joints.

B. Coordinate rabbet width between fixed and removable stops with type of glass or panel and type of installation indicated.

2.6 ACCESSORIES

A. Pass-Through Openings: Fabricate flush openings using 0.093-inch- thick interior channels of same material as detention door faces, inverted to be flush with openings, welded to inside of both face sheets and with corners fully welded. Mount shutters on non-inmate side of detention doors. Reinforce for locks and food-pass hinges.

1. Inset Shutters: Fabricate from 2 steel plates, 0.123 inch thick, of same material as detention door face sheets, spot welded together and sized to inset inside opening and to prevent inmate tampering of lock and hinges.

2. Overlapping Shutters: For surface application on non-inmate side of door. Fabricate from a single steel plate, of same material as detention door face sheets, 0.187 inch thick, sized to overlap food-pass openings 1/2 inch.

2.7 SECURITY FASTENERS

A. Security Fasteners: Operable only by tools produced for use on specific type of fastener by fastener manufacturer or other licensed fabricator.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Holo-Krome; a Danaher Corporation.b. Safety Socket Screw Corporation.c. Tamper-Pruf Screws, Inc.d. Textron Fastening Systems; Textron, Inc.

B. Drive-System Type, Head Style, Material, and Protective Coating: Provide as required for assembly, installation, and strength, and as follows:

1. Drive-System Types: Allen head.2. Fastener Strength: Grade 8.

3. Socket Button Head (Allen Head) Fasteners:

Continued on Sheet 13JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 13

INVITATION TO BID – Continued

a. Heat-treated alloy steel, ASTM F 835.b. Stainless steel, ASTM F 879, Group 1 CW.

4. Protective Coatings for Heat-Treated Alloy Steel:

a. Zinc and clear trivalent chromium, for exterior applications and interior applications where indicated.

b. Zinc phosphate with oil, ASTM F 1137, Grade I, or black oxide unless otherwise indicated.

2.8 FABRICATION

A. Fabricate detention doors and frames rigid, neat in appearance, and free of defects, warp, or buckle. Accurately form metal to required sizes and profiles, with minimum radius for thickness of metal. Weld exposed joints continuously; grind, fill, dress, and make smooth, flush, and invisible. Where practical, fit and assemble units in manufacturer's plant. To ensure proper assembly at Project site, clearly identify work that cannot be permanently factory assembled before shipment.

B. Tolerances: Fabricate detention doors and frames to comply with manufacturing tolerances indicated in HMMA 863.

C. Fabricate multiple-opening detention frames with mullions that have closed tubular shapes and with no visible seams or joints.

D. Exterior Detention Doors: Provide weep-hole openings in bottom of detention doors to permit entrapped moisture to escape. Seal joints in top edges of detention doors against water penetration.

E. Hardware Preparation: Factory prepare detention doors and frames to receive mortised hardware, including cutouts, reinforcement, mortising, drilling, and tapping, according to final door hardware schedule and templates provided by detention door hardware supplier.

1. Reinforce detention doors and frames to receive surface-mounted door hardware. Drilling and tapping may be done at Project site.

2. Locate door hardware as indicated or, if not indicated, according to HMMA 831.

F. Factory cut openings in detention doors.

G. Weld components to comply with referenced AWS standard. Weld before finishing components to greatest extent possible. Remove weld spatter and welding oxides from exposed surfaces by descaling or grinding.

Continued on Sheet 14JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 14

INVITATION TO BID – Continued

2.9 GENERAL FINISH REQUIREMENTS

A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes.

B. Finish detention doors and frames after assembly.

2.10 STEEL SHEET FINISHES

A. Surface Preparation: Clean surfaces to comply with SSPC-SP 1, "Solvent Cleaning"; remove dirt, oil, grease, or other contaminants that could impair paint bond. Remove mill scale and rust, if present, from uncoated steel, complying with SSPC-SP 3, "Power Tool Cleaning," or SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning."

B. Factory Priming for Field-Painted Finish: Apply shop primer specified below immediately after surface preparation and pretreatment. Apply a smooth coat of even consistency to provide a uniform dry film thickness of not less than 0.7 mils.

1. Shop Primer: Manufacturer's or fabricator's standard, fast-curing, corrosion-inhibiting, lead- and chromate-free, universal primer complying with ANSI A250.10 acceptance criteria; compatible with substrate and field-applied finish paint system indicated; and providing a sound foundation for field-applied topcoats despite prolonged exposure.

PART 3 - EXECUTION

3.1 EXAMINATION AT TIME OF DELIVERY TO OWNER

A. Detention Security Contractor (DSC) supplier will deliver and field inspect materials on site with DSC installer and the Construction Manager to verify all items are free from defect and replace as required. Notify Construction Manager of unsuitable conditions within 2 day (written).

B. Examine substrates, areas, and conditions, with DSC Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of detention doors and frames.

C. Prepare written report, endorsed by DSC Installer, listing conditions detrimental to performance of detention door hardware.

D. Installation can only begin after unsatisfactory conditions have been corrected.

Continued on Sheet 15JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 15

INVITATION TO BID – Continued

SECTION 087163 - DETENTION DOOR HARDWARE

PART 4 - GENERAL

4.1 SUMMARY

A. This package is to provide detention hardware for the Jefferson County Bessemer Jail Expansion. Provide hardware for swinging detention doors, sliding detention doors, and detention cylinders for doors specified in other sections.

B. Installation is not included in this package.

C. This expansion is to match the existing hardware; therefore Southern Folger Detention Equipment Company and Portland Security Hardware are the only two acceptable manufacturer for the work included in this package. Equal manufacturers will not be considered. See the “Detention Hardware Set Schedule” attached to this section for products included in this section.

D. No solenoid hardware will be used on this Project.

E. If any contradiction exists among the products specified for this project, the product with the highest quality rating will prevail.

F. Coordinate the work under this section with Section 083463 Detention Doors and Frames and Section 088853 Security Glazing.

4.2 SUBMITTALS

A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of detention door hardware.

B. Shop Drawings: For each type of detention door hardware. Include plans, elevations, sections, details, and attachments to other work.

1. Wiring Diagrams: For power, signal, and control wiring; differentiate between manufacturer-installed and field-installed wiring for electrified detention door hardware. Include the following:

a. System schematic.

b. Point-to-point wiring diagram, including location of connections.

Continued on Sheet 16JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 16

INVITATION TO BID – Continued

c. Riser diagram.d. Elevation of each detention door type.

2. The door number as shown on Architectural floor plans shall be used at each opening or the submittal will be returned as non-responsive and a re-submittal will be required.

C. Samples: For each type of exposed finish for each type of detention door hardware indicated below, full size. Tag with full description for coordination with the detention door hardware sets. Submit Samples before, or concurrent with, submission of the final Door Hardware Schedule.

1. Detention Door Hardware:

a. Detention hinges.b. Detention locks and latches.c. Cylinders and keys.d. Detention operating trim.e. Security door closers.

2. Samples will be returned to Detention Hardware Contractor (DHC) supplier. Units that are acceptable and remain undamaged through submittal, review, and field comparison process may, after final check of operation, be incorporated into the Work, within limitations of keying requirements.

D. Schedules:

1. Door Hardware Schedule: Prepared by or under the supervision of supplier, detailing fabrication and assembly of door hardware, as well as procedures and diagrams. Coordinate the final Door Hardware Schedule with detention doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware.

a. Integrate detention door hardware indicated in "Detention Door Hardware Sets" Article into the Door Hardware Schedule, and indicate complete designations of every item required for each door and opening.

2. Keying Schedule: Comply with requirements specified in Division 08 Section "Door Hardware." Coordinate detention keying with other door hardware in the final Keying Schedule.

a. Indicate each lock and type of key using the following prefixes: "P" for paracentric, "M" for mogul and "C" for commercial.

Continued on Sheet 17

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 17

INVITATION TO BID – Continued

E. Qualification Data: For Architectural Hardware Consultant (AHC).

F. Product Certificates: For each type of electrified detention door hardware, from manufacturer.

1. Certify that detention door hardware approved for use on types and sizes of labeled fire doors complies with listed fire door assemblies.

G. Product Test Reports: Based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency or performed by a qualified testing agency, for each type of detention lock and latch, security door closer, and sliding detention door device.

H. Operation and Maintenance Data: For electrified and mechanical detention door hardware to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 01 Section "Operation and Maintenance Data," include the following:

1. Normal remote security operation.2. Normal local security operation.3. Emergency security operation.

I. Warranties: Sample of all warranties.

4.3 QUALITY ASSURANCE

A. The following DHC suppliers are Pre-approved to perform work of this Section:

Cornerstone Detention Company, Huntsville, ALU S Security, Montgomery, ALNorment Security Group, Montgomery, ALWillo Products Company, Inc., Decatur, AL

B. Regulatory Requirements: Comply with provisions of the following:

1. NFPA 101: Comply with the following for means-of-egress doors:

a. Latches and Locks: Not more than 15 lbf to release the latch.b. Security Door Closers: Not more than 30 lbf to set door in motion and not more than 15 lbf to

open door to minimum required width.c. Sliding Detention Door Devices: Not more than 50 lbf to slide door to its fully open position with

a perpendicular force of 50 lbf against door.

Continued on Sheet 18

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 18

INVITATION TO BID – Continued

2. Electrified and mechanical Door Hardware: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

C. Fire-Rated Detention Door Assemblies: Provide detention door hardware for assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency, for fire-protection ratings indicated, based on testing at positive pressure according to NFPA 252 UBC Standard 7-2.

D. Keying Conference: Conduct conference at Project site as coordinated by the Construction Manager. Incorporate keying conference decisions into the final Keying Schedule after reviewing detention door hardware keying system including, but not limited to, the following:

1. Function of building, flow of traffic, purpose of each area, degree of security required, and plans for future expansion.

2. Preliminary key system schematic diagram.3. Requirements for key-control system including key exclusivity and duplication control.4. Address for delivery of keys.5. Key into existing systems as directed.

4.4 DELIVERY, STORAGE, AND HANDLING

A. DHC supplier will deliver and field inspect materials on site with Detention Hardware installer to verify all items are free from defect and replace as required. Notify the Construction Manager of damaged or missing items within 2 days (written).

B. Inventory detention door hardware on receipt and provide secure lockup for detention door hardware delivered to Project site.

C. Tag each item or package separately with identification related to the final Door Hardware Schedule, and include basic installation instructions with each item or package.

D. Deliver keys to Owner by registered mail or overnight package service, addressed as follows: Mr. Wes Freeman, 520 Medco Road, Tarrant, AL 35217. Tel. (205)849-2380

4.5 COORDINATION

A. Templates: Obtain and distribute, to the parties involved, templates for detention doors, frames, and other work specified to be factory prepared for installing detention door hardware.

Continued on Sheet 19JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 19

INVITATION TO BID – Continued

4.6 WARRANTY

A. Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of detention door hardware that fail in materials or workmanship within specified warranty period.

1. Failures include, but are not limited to, the following:

a. Structural failures including excessive deflection, cracking, or breakage.b. Faulty operation of operators and detention door hardware.c. Deterioration of metals, metal finishes, and other materials beyond normal weathering or detention

use.

B. Warranty Period: One year from date of the building’s expansion Substantial Completion. Exception: 10 years from date of the building’s expansion Substantial Completion for closers.

4.7 EXTRA MATERIALS

A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

1. Detention Door Hardware: Supply one each of every detention hardware item to include, but not restricted to the following:a. Hingesb. Motor operated electro-mechanical deadlatch c. Recessed Pull d. Raised Pull e. Door position switch f. Deadlock g. Escutcheon h. Privacy lock i. Lockset j. Deadlock k. Head or foot bolt l. Foot bolt receptacle m. Lockset n. Closer LCN 4040 SEo. Locksetp. Keeper switch

Continued on Sheet 20

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 20

INVITATION TO BID – Continued

2. Electrical Parts: Southern Folger Detention Equipment Co. or Portland Security Hardware.3. Security Fasteners: Furnish not less than one box for every 50 boxes or fraction thereof, of each type and

size of security fastener installed.

PART 5 - PRODUCTS

5.1 GENERAL

A. At all door frames that have lock operation from both sides supply proper size extenders.

5.2 SECURITY FASTENERS

A. General: Operable only by tools produced for use on specific type of fastener by fastener manufacturer or other licensed fabricator. Drive-system type, head style, material, and protective coating as required for assembly, installation, and strength, and as follows:

1. Manufacturers: Subject to compliance with requirements, provide products by the following:

a. Holo-Krome; a Danaher corporation.b. Safety Socket LLC.c. Tamper-Pruf Screws.d. Textron Fastening Systems; Textron Inc.e. Southern Folger Detention Equipment Co.

2. Fastener Strength: 120,000 psi.3. Socket Button Head (Allen Head) Fasteners:

a. Heat-treated alloy steel, ASTM F 835.b. Stainless steel, ASTM F 879, Group 1 CW.

5.3 CYLINDERS AND KEYING

A. General: Subject to compliance with requirements, provide cylinders and keying for paracentric and mogul cylinders by the same manufacturer as for detention locks and latches.

B. Paracentric Cylinders: Manufacturer's standard lever-tumbler type, constructed from one-piece spring-tempered brass; with tumblers activated by phosphor bronze springs; five tumblers per lock unless otherwise indicated.

Continued on Sheet 21JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 21

INVITATION TO BID – Continued

C. Mogul Cylinders: Manufacturer's standard pin-tumbler type, minimum 2-inch diameter; body constructed from brass or bronze, stainless steel, or nickel silver; with stainless-steel tumblers and engaging cylinder balls; complying with the following:

1. Number of Pins: Five.2. Mortise Type: Threaded cylinders with rings and straight- or clover-type cam.

a. High-Security Grade: Listed and labeled as complying with pick- and drill-resistant testing requirements in UL 437 (Suffix A); where indicated.

3. Finish: BHMA 606.

D. Keying System: All keying shall be keyed into the existing system or systems.

1. Paracentric cylinders operated by change keys only. No Master Key System.2. Master Key System: Mogul cylinders operated by a change key and a master key.3. Mogul cylinders operated by a change key, a master key, or as directed in keying meeting.4. Existing System: Master key mogul-cylinder locks to Owner's existing system.

E. Keys: Provide cast silicon-bronze copper alloy keys complying with the following:

1. Stamping: Permanently inscribe each key with a visual key-control number and include the following notation:

a. Notation: "DO NOT DUPLICATE." Information to be furnished by Owner.

2. Quantity: In addition to one extra blank key for each lock, provide the following:

a. Cylinder Change Keys: Three.b. Master Key(s): Owner will advise.

DETENTION OPERATING TRIM

F. Standard: BHMA A156.6, Grade 1.

1. Material: Cast bronze with BHMA 606 finish.

Continued on Sheet 22JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 22

INVITATION TO BID – Continued

5.4 FABRICATION

A. Manufacturer's Nameplate: Do not provide products that have manufacturer's name or trade name displayed in a visible location (omit removable nameplates) except in conjunction with required fire-rated labels and as otherwise approved by Architect.

B. Security Fasteners: Fabricate detention door hardware using security fasteners with head style appropriate for fabrication requirements, strength, and finish of adjacent materials.  Provide stainless-steel security fasteners in stainless-steel materials.

C. Concealed Fasteners: For detention door hardware units that are exposed when detention door is closed except for units already specified with concealed fasteners. Do not use through bolts for installation where bolt head or nut on opposite face is exposed unless it is the only means of securely attaching detention door hardware. Where through bolts are used on hollow-metal detention door and frame construction, provide sleeves for each through bolt.

1. Steel Machine Screws: For the following fire-rated applications:

a. Mortise detention hinges to detention doors.b. Strike plates to detention frames.c. Security door closers to detention doors and frames.

2. Steel Through Bolts: For the following fire-rated applications unless door blocking is provided:

a. Surface detention hinges to detention doors.b. Security door closers to detention doors and frames.

3. Spacers or Sex Bolts: For through bolting of hollow-metal detention doors.4. Fasteners for Wood Detention Doors: Comply with DHI WDHS.2.

5.5 FINISHES

A. Standard: Comply with BHMA A156.18.

B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping.

C. BHMA Designations: Comply with base material and finish requirements indicated by the following:

Continued on Sheet 23JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 23

INVITATION TO BID – Continued

1. BHMA 600: Primed for painting, over steel base metal.2. BHMA 606: Satin brass, clear coated, over brass base metal.3. BHMA 630: Stainless steel, satin, over stainless-steel base metal.

PART 6 - EXECUTION

6.1 EXAMINATION

A. Examine detention door hardware with the DHC Installer and Construction Manager present for compliance with requirements.

B. Prepare written report, endorsed by DHC Installer, listing conditions not acceptable per these specifications of the detention door hardware and a course of action with completion dates identified. Notify the Construction Manager of damaged or missing items within 2 days (written).

6.2 PREPARATION

A. Steel Detention Doors and Frames: Comply with ANSI/DHI A115 Series.

1. Surface-Applied Detention Door Hardware: Drill and tap detention doors and frames according to ANSI/SDI A250.6.

6.3 DETENTION DOOR HARDWARE SETS (See attached)

SECTION 088853 - SECURITY GLAZING

PART 7 - GENERAL

7.1 SUMMARY

A. This package is to provide security glazing for the Jefferson County Bessemer Jail Expansion. Provide security glazing for swinging detention doors, sliding detention doors and interior windows.

B. Installation is not included in this package.

Continued on Sheet 24JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 24

INVITATION TO BID – Continued

C. If any contradiction exists among the products specified for this project, the product with the highest quality rating will prevail.

D. Coordinate the work under this section with Section 083463 Detention Doors and Frames and Section 087163 Detention Door Hardware.

7.2 PERFORMANCE REQUIREMENTS

A. Human Impact Load Resistance: Provide Category II glazing materials based on complying with testing requirements in 16 CFR 1201.

B. Attack Resistance: Provide glazing materials capable of resisting attack of type and at security-grade levels indicated as determined from testing identical materials according to ASTM F 1915.

C. Forced-Entry Resistance: Provide glazing materials capable of resisting forced entry at ratings indicated as determined from testing identical materials according to ASTM F 1233 or HPW-TP-0500.02.

D. Ballistics Resistance: Provide glazing materials capable of resisting ballistic impact at levels indicated as determined from testing identical materials according to ASTM F 1233 or UL 752.

7.3 SUBMITTALS

A. Product Data: For each glazing material indicated.

B. Samples: For each exposed glazing material in each color indicated.

C. Glazing Schedule: Use same designations indicated on Drawings.

D. Product test reports.

E. Warranties specified in this Section.

7.4 QUALITY ASSURANCE

A. Installer Qualifications: An entity who employs glazing installers for this Project who are certified under the National Glass Association Glazier Certification Program as Level 2 (Senior Glaziers) or Level 3 (Master Glaziers).

Continued on Sheet 25

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 25

INVITATION TO BID – Continued

B. Glazing Sealant Product Testing: Obtain sealant test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency based on testing current sealant formulations within a 36-month period.

1. Sealant Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated, as documented according to ASTM E 548.

2. Test elastomeric glazing sealants for compliance with requirements specified by reference to ASTM C 920 and, where applicable, to other standard test methods.

C. Safety Glass: Category II materials complying with testing requirements in 16 CFR 1201.

D. Glazing Publications: Comply with published recommendations of glazing product manufacturers and organization below, unless more stringent requirements are indicated.

1. GANA Publications: GANA'S "Glazing Manual" and "Laminated Glass Design Guide."2. Fire-Test-Response Characteristics: Provide plastic sheets identical to those tested for the following fire-

test-response characteristics per test method indicated below by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. Identify plastic sheets with appropriate markings of applicable testing and inspecting agency.

a. Self-Ignition Temperature: 650 deg F or more when tested per ASTM D 1929 on plastic sheets in thicknesses indicated for the Work.

b. Smoke density of 75 or less when tested per ASTM D 2843 on plastic sheets in thicknesses indicated for the Work.

c. Relative Burning Characteristics: As follows, when tested per ASTM D 635.

E. Source Limitations: Obtain Glazing Specification in this section from single source from single manufacturer.

7.5 WARRANTY

A. Submit written warranty agreeing to repair or replace glass and glazing materials which fail to perform as specified, including leakage of water, or failure of joint adhesion, cohesion, abrasion resistance, extrusion resistance, migration resistance, stain resistance, delamination, yellowing, breakage, coating failure and loss of light transmission for all assemblies extending for five years after completion of Project.

B. Show endorsement of Glazier/Detention Security Contractor (DSC) supplier on all warranties.

Continued on Sheet 26

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 26

INVITATION TO BID – Continued

PART 8 - PRODUCTS

8.1 GLASS PRODUCTS

A. Heat-Treated Float Glass (Fully Tempered Glass): ASTM C 1048; Type I (transparent flat glass); Quality q3; class, ¼” thickness located on Isolation /Medical doors as noted on schedule.

1. Fabrication Process: By horizontal (roller-hearth) process with roll-wave distortion parallel to bottom edge of glass as installed, unless otherwise indicated.

B. Glass-Clad Polycarbonate: ASTM C 1349 and other requirements as specified. 1. 13/16” clear security glass (Provide mirror tinted at Central Control #355.) Products from the following

manufacturers are acceptable:a. Global Security Glazingb. GE Polymershapes/Insulgardc. Sheffield Plastics Inc./Makrolon

8.2 ELASTOMERIC GLAZING SEALANTS

A. Provide products recommended by Sealant manufacturer and approved by Glazing manufacturer, complying with the following requirements:

1. Compatibility: Select glazing sealants that are compatible with one another and with other materials they will contact, including glazing lites, seals of insulating-glass and air-gap glazing units, and glazing channel substrates, under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience.

2. Suitability: Comply with sealant and glazing unit manufacturers' written instructions for selecting glazing sealants suitable for applications indicated and for conditions existing at time of installation.

3. VOC Content: For sealants used inside of the weatherproofing system, not more than 250 g/L when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

4. Colors of Exposed Glazing Sealants: As selected by Architect from manufacturer's full range.

B. Elastomeric Glazing Sealant Standard: Comply with ASTM C 920 and other requirements indicated for each liquid-applied, chemically curing sealant, including those referencing ASTM C 920 classifications for type, grade, class, and uses.

Continued on Sheet 27

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 27

INVITATION TO BID – Continued

8.3 GLAZING GASKETS

A. Dense Compression Gaskets: Molded or extruded gaskets of material indicated below, complying with standards referenced with name of elastomer indicated below, and of profile and hardness required to maintain watertight seal. Gaskets are to be compatible with glazing sealant, of size and hardness required to limit lateral movement of glass:

1. Neoprene or EPDM dense compression gaskets complying with ASTM C 864.2. Silicone dense compression gaskets complying with ASTM C 1115.

B. Soft Compression Gaskets: Extruded or molded, closed-cell, integral-skinned gaskets of neoprene, EPDM or silicone; complying with ASTM C 509, Type II, black; and of profile and hardness required to maintain watertight seal.

8.4 MISCELLANEOUS GLAZING MATERIALS

A. General: Provide products of material, size, and shape complying with referenced glazing standard and requirements of manufacturers of glazing materials for application indicated, and with a proven record of compatibility with surfaces contacted in installation.

B. Cleaners, Primers, and Sealers: Types recommended by sealant or gasket manufacturer.

C. Setting Blocks: Elastomeric material with a Shore A durometer hardness of 85, plus or minus 5.

D. Spacers: Elastomeric blocks or continuous extrusions with a Shore A durometer hardness required by glazing unit manufacturer to maintain glazing units in place for installation indicated.

E. Edge Blocks: Elastomeric material of hardness needed to limit lateral movement (side walking) of glazing units.

F. Cylindrical Glazing Sealant Backing: ASTM C 1330, Type O (open-cell material), of size and density to control glazing sealant depth and otherwise produce optimum glazing sealant performance.

8.5 FABRICATION OF GLAZING UNITS

A. General: Fabricate glazing units in sizes required to glaze openings indicated for Project, with edge and face clearances, edge and surface conditions, and bite complying with written instructions of product manufacturer and referenced glazing standard.

Continued on Sheet 28

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 28

INVITATION TO BID – Continued

PART 9 - EXECUTION

9.1 GLAZING, GENERAL

A. Comply with combined written instructions of manufacturers of glazing lites, sealants, gaskets, and other glazing materials, unless more stringent requirements are indicated, including those in referenced glazing publications.

B. Glazing channel dimensions, as indicated on Drawings or determined by glazing material thicknesses and by other requirements indicated, provide necessary bite on lites, minimum edge and face clearances, and adequate sealant thicknesses, with reasonable tolerances. Adjust as required by Project conditions during installation.

C. Protect glazing-lite edges from damage during handling and installation. Remove damaged glazing lites from Project site and legally dispose of off Project site. Damaged glazing lites are those with edge damage or other imperfections that, when installed, could weaken glazing lites and impair performance and appearance.

D. Apply primers to joint surfaces where required for adhesion of sealants, as determined by preconstruction sealant-substrate testing.

E. Install setting blocks in sill rabbets, sized and located to comply with referenced glazing publications, unless otherwise required by glazing unit manufacturer. Set blocks in thin course of compatible sealant suitable for heel bead.

F. Do not exceed edge pressures stipulated by glazing unit manufacturers for installing lites.

G. Provide spacers for glazing lites where the length plus width is larger than 50 inches as follows:

1. Locate spacers directly opposite each other on both inside and outside faces of glazing lites. Install correct size and spacing to preserve required face clearances unless gaskets and glazing tapes are used that have demonstrated ability to maintain required face clearances and to comply with system performance requirements.

2. Provide 1/8-inch minimum bite of spacers on glazing lites and use thickness equal to sealant width. With glazing tape, use thickness slightly less than final compressed thickness of tape.

H. Provide edge blocking where indicated or needed to prevent glazing lites from moving sideways in glazing channel, as recommended in writing by glazing unit manufacturer and according to requirements in referenced glazing publications.

Continued on Sheet 29JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 29

INVITATION TO BID – Continued

I. Set glass lites in each series with uniform pattern, draw, bow, and similar characteristics.

J. Where wedge-shaped gaskets are driven into one side of channel to pressurize sealant or gasket on opposite side, provide adequate anchorage so gasket cannot walk out when installation is subjected to movement.

1. Square cut wedge-shaped gaskets at corners and install gaskets in a manner recommended by gasket manufacturer to prevent corners from pulling away; seal corner joints and butt joints with sealant recommended by gasket manufacturer.

9.2 TAPE GLAZING

A. Position tapes on fixed stops so that, when compressed by glazing units, their exposed edges are flush with or protrude slightly above sightline of stops.

B. Install tapes continuously, but not necessarily in one continuous length. Do not stretch tapes to make them fit opening.

C. Where framing joints are vertical, cover joints by applying tapes to heads and sills first and then to jambs. Where framing joints are horizontal, cover joints by applying tapes to jambs first and then to heads and sills.

D. Place joints in tapes at corners of opening with adjoining lengths butted together, not lapped. Seal joints in tapes with compatible sealant approved by tape manufacturer.

E. Do not remove release paper from tape until just before each glazing unit is installed.

F. Center glazing units in openings on setting blocks and press firmly against tape by inserting dense compression gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at corners and work toward centers of openings.

9.3 SEALANT GLAZING (WET)

A. Use in wet areas and exterior applications.

B. Install continuous spacers, or spacers combined with cylindrical sealant backing, between glazing units and glazing stops to maintain face clearances and to prevent sealant from extruding into glazing channel and blocking weep systems until sealants cure. Secure spacers or spacers and backings in place and in position to control depth of installed sealant relative to edge clearance for optimum sealant performance.

Continued on Sheet 30

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 30

INVITATION TO BID – Continued

C. Force sealants into glazing channels to eliminate voids and to ensure complete wetting or bond of sealant to glazing unit and channel surfaces.

D. Tool exposed surfaces of sealants to provide a substantial wash away from glazing units.

9.4 PROTECTION AND CLEANING

A. Protect exterior glazing units from damage immediately after installation by attaching crossed streamers to framing held away from glazing unit. Do not apply markers to glazing unit surfaces. Remove nonpermanent labels, and clean surfaces.

B. Protect glazing units from contact with contaminating substances resulting from construction operations, including weld splatter. If, despite such protection, contaminating substances do come into contact with glazing units, remove substances immediately as recommended in writing by glazing unit manufacturer.

C. Examine glazing unit surfaces adjacent to or below exterior concrete and other masonry surfaces at frequent intervals during construction, but not less than once a month, for build-up of dirt, scum, alkaline deposits, or stains; remove as recommended in writing by glazing unit manufacturer.

D. Remove and replace glazing units that are broken, chipped, cracked, or abraded or that are damaged from natural causes, accidents, or vandalism during construction period.

DETENTION HARDWARE SETSSET 1

3 HINGES SOUTHERN STEEL (SS)  204FMSS – SOUTHERN FOLGERPSH745 HINGE W/STUD – PORTLAND

 1 LOCK SS 10120AM D-1 – SOUTHERN FOLGER

PSH120W/STRIKE – PORTLAND

1 PULL SS 212C – SOUTHERN FOLGERPSH701 RAISED PULL – PORTLAND

1 PULL SS214A - SOUTHERN FOLGERPSH705 RECESS PULL – PORTLAND

         1 DOOR POSITION SWITCH SS220S – SOUTHERN FOLGER

PSH201 – PORTLAND

Continued on Sheet 31JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 31

INVITATION TO BID – Continued

3 SILENCERS IVES SR64

1 FOOD PASS 262 X 1010AM – 1 – SOUTHERN FOLGERPSH790 FP W/10 – PORTLAND(SEE DRS 5 & 6 ON DOOR SCHEDULE FOR FOOD PASS LOCATIONS)

SET 2

3 HINGES SS 204FMSS – SOUTHERN FOLGERPSH745 – PORTLAND

1 LOCK SS 10120AMD-2 X EXTENDER – SOUTHERN FOLGERPSH120 – PORTLAND

2 PULLS SS 212C – SOUTHERN FOLGERPSH701 – PORTLAND

1 DOOR POSITION SWITCH SS 200MRSTB – SOUTERN FOLGERPSH201 – PORTLAND

1 CLOSER LCN 4040SE3 SILENCERS IVES SR64

SET 3 – NOT USED

SET 4

3 HINGES                                        SS 204FMSS – SOUTHERN FOLGERPSH745 – PORTLAND

1 LOCK SS 10120AMD-2 x EXTENDER – SOUTHERN FOLGERPSH120 – PORTLAND

2 PULLS SS 212C – SOUTHERN FOLGERPSH701 – PORTLAND

1 DOOR POSITION SWITCH SS 200MRSTB – SOUTHERN FOLGERPSH201 – PORTLAND

Continued on Sheet 32JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 32

INVITATION TO BID – Continued

1 CLOSER LCN 4040SE3 SILENCERS IVES SR64

SET 5 – NOT USED

SET 6 – NOT USED

SET 7

3 HINGES SS 204FMSS – SOUTHERN FOLGERPSH745 – PORTLAND

1 LOCK SS 10120AMD-2 – SOUTHERN FOLGERPSH120 – PORTLAND

1 PULL SS212C – SOUTHERN FOLGERPSH701 – PORTLAND

1 PULL SS 214S – SOUTHERN FOLGERPSH705 SSRP – PORTLAND

1 DOOR POSITION SWITCH SS 200MRSTB – SOUTHERN FOLGERPSH201 – PORTLAND

1 CLOSER LCN 4040SE

1 THRESHOLD SIA 804            1 WEATHERSTRIP NG 122N1 SWEEP NG C 6271 DRIP NG 16 (mount on frame hardware)                                            

SET 8

ELECTRIC LOCKING SLIDING

DOOR SYSTEM SS 3165LXPK – SOUTHERN FOLGERE-1C - WILLO                 

2 PULLS SS 214S – SOUTHERN FOLGERPSH705 SSRP – PORTLAND

Continued on Sheet 33

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 33

INVITATION TO BID – Continued

SET 9

3 HINGES SS 204FMSS – SOUTHERN FOLGERPSH745 – PORTLAND

1 LOCK SS 1080 A-2 – SOUTHERN FOLGERPSH80K2S – PORTLAND

1 ESCUTCHEON SS 218-2 – SOUTHERN FOLGERPSH ESCUTCHEON – PORTLAND

2 PULLS SS 212C – SOUTHERN FOLGERPSH701 – PORTLAND

3 SILENCERS IVES SR64

SET 10 – NOT USED

SET 11

3 HINGES SS 204FMSS – SOUTERN FOLGERPSH745 – PORTLAND

1 LOCK 10564K – SOUTHERN FOLGERPSH564 – PORTLAND

1 CLOSER LCN 4040SE3 SILENCERS IVES SR64

SET 12 – NOT USED

SET 13 – NOT USED

SET 14

3 HINGES SS 204FMSS – SOUTHERN FOLGERPSH745 – PORTLAND

1 LOCK SS 10563K – SOUTHERN FOLGERPSH563 – PORTLAND

Continued on Sheet 34JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 34

INVITATION TO BID – Continued

1 CLOSER LCN 4040SE3 SILENCERS IVES SR64

SET 15 – NOT USED

SET 16 – NOT USED

SET 17 – NOT USED

SET 18 – NOT USED

SET 19

3 HINGES SS 204FMSS – SOUTHERN FOLGERPSH745 – PORTLAND

1 LOCK 1010 A-1 – SOUTHERN FOLGERPSH10 – PORTLAND

1 ESCUTCHEON SS218-1 – SOUTHERN FOLGERPSHESCUTCHEON – PORTLAND

1 PULL 214S – 32D – SOUTHERN FOLGERPSH705 SSRP – PORTLAND

3 SILENCERS IVES SR 64

SET 20

6 HINGES SS204FMSS – SOUTHERN FOLGERPSH745 – PORTLAND

1 LOCK 1070 A-2 – SOUTHERN FOLGERPSH70 – PORTLAND

1 CLOSER LCN4040SE – MT ACTIVE LEAF

2 HEAD & FOOT BOLTS SS10105 – SOUTHERN FOLGERPSH105 – PORTLAND

Continued on Sheet 35JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 35

INVITATION TO BID – Continued

1 FOOT BOLT RECEPTACLE SS10105R – SOUTHREN FOLGERPSH105R – PORTLAND – PORTLAND

2 DOOR POSITION SWITCHES 200 MRSTB – SOUTERN FOLGERPSH201 – PORTLAND

1 KEEPER SWITCH 470CL – SOUTHERN FOLGERPSHKEEPER SWITCH – PORTLAND

1 TRANSFER HINGE 204E – SOUTHERN FOLGERPSH747 – PORTLANDNote: 4 hinges on inactive leaf.

SET 21

6 HINGES SS204FMSS – SOUTHERN FOLGERPSH745 – PORTLAND

1 LOCK 1080 A-2 – SOUTHERN FOLGERPSH80 – PORTLAND

2 HEAD & FOOT BOLTS SS10105 – SOUTHERN FOLGERPSH105 – PORTLAND

1 FOOT BOLT RECEPTACLE SS10105R – SOUTHERN FOLGER

PSH105R – PORTLAND

1 CLOSER 4040 SE – MT ACTIVE LEAF

2 DOOR POSITION SWITCHES 200MRSTB – SOUTHERN FOLGERPSH201 – PORTLAND

1 KEEPER SWITCH STRIKE 4CL – SOUTHERN FOLGERPSHKS – PORTLAND

1 TRANSFER HINGE 204E – SOUTHREN FOLGERPSH747 – PORTLANDNote: 4 hinges on inactive leaf.

Continued on Sheet 36

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 36

INVITATION TO BID – Continued

SET 22

3 HINGES SS204FMSS – SOUTHERN FOLGERPSH745 – PORTLAND

1 LOCK 10120AM-2 – SOUTHERN FOLGERPSH120K2S - PORTLAND

1 DOOR POSITION SWITCH 200 MRS TB – SOUTHERN FOLGERPSH201 – PORTLAND

1 OVERHEAD STOP GJ 79*1 SET WEATHERSTRIPPING NATL GUARD 122 N*1 THRESHOLD SIA 804*1 SWEEP NATL GUARD C 627*1 DRIP NATL GUARD 16 (mount on frame hd)*1 CLOSER LCN4040SE*Omit these items on interior door.

SET 23

1 FOOD PASS ASSEMBLY 262 X 1010 – SOUTHERN FOLGERPSH790XPSH10 - PORTLAND

            SET 24

3 HINGES 205 (WELD ON TYPE) – SOUTHERN FOLGERPSH750WO – PORTLAND

1 LOCKSET 1080A-2 X G MOUNTING – SOUTHERN FOLGERPSH80 W/GMTGPLATE - PORTLAND

SET 25

Note: To receive new frame only – Existing door to move South.Note: Detention Equipment Contractor to coordinate where 2M Door moves North. See Sheet A104.

SET 26

6 HINGES SS204FMSS – SOUTHERN FOLGERPSH745 - PORTLAND

Continued on Sheet 37JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 37

INVITATION TO BID – Continued

1 LOCK 1080 A-2 – SOUTHERN FOLGERPSH80 – PORTLAND

2 HD &FT BOLTS SS10105 – SOUTHERN FOLGERPSH105 – PORTLAND

1 FOOT BOLT RECEPTACLE SS10105R – SOUTHERN FOLGERPSH105R – PORTLAND

1 THRESHOLD SIA 8041 SET WEATHERSTRIPPING NG 122N1 SWEEP NGC 6271 DRIP NG 16 MT ON FRAME1 CLOSER 4040SE MT ACTIVE LEAF – SOUTHERN FOLGER

LCN - PORTLAND

1 OVERHEAD STOP GJ79

SET 27

3 HINGES BB1279 4½ X 4½ – HAGER

1 LOCKSET 42B 606 – SCHLAGE

1 CLOSER 4040SE – LCN

1 BUMPER AS REQUIRED3 DOOR SILENCERS SR64

SET 28

3 HINGES SS204FMSS – SOUTHERN FOLGERPSH745 - PORTLAND

1 LOCKSET 1070AK-2 – SOUTHERN FOLGERPSH70K – PORTLAND

3 SILENCERS IVES SR64

Continued on Sheet 38JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 38

INVITATION TO BID – Continued

SET 29

2 HINGES SS204FMSS – SOUTHERN FOLGERPSH745 - PORTLAND

1 LOCKSET 1070A-1 – SOUTHERN FOLGERPSH70K – PORTLAND

1 CLOSER 4040 SE – LCN

3 DR SILENCERS IVES SR 64NOTE: Install three (3) on doors 61” to 91” high.

Continued on Sheet 39

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530 PRINCIPAL BUYER: DARRYL TAVEL

NOVEMBER 28, 2006BID NO: 061-07 SHEET NO: 39

INVITATION TO BID – Continued

APPLICATION FOR PRE-QUALIFICATION

In anticipation of the request for sealed bids for construction, repair, renovation, demolition, maintenance, or service of the project described below, The Jefferson County Commission as Owner and Awarding Authority, wishes to identify and pre-qualify in advance bidders consistent with the public works laws of the State of Alabama (Title 39, Code of Alabama, 1997): Only approved pre-qualified Trade Contractors will be allowed to submit a bid on this project.

Jefferson County Bessemer Courthouse ComplexJail Expansion

Project# 51205Bessemer, Alabama

Submitted To: Brice Building Company2311 Highland Avenue SouthSuite 200Birmingham, AL 35205Phone: 205-930-9911Fax: 205-918-1850Attention: Dan Price

Submitted By:Corporation [ ]

Name: _________________________________________________________ Partnership [ ]

Address: _______________________________________________________ Individual [ ]

_______________________________________________________________ Joint Venture [ ]

_______________________________________________________________ Other: __________________

Phone: _________________________________________________________

Fax: ___________________________________________________________

Contact: ________________________________________________________

If other than a Corporation or Individual, please explain the relationship, intended roles of the parties involved and defined the principal entrant of the relationship as it pertains to this project. Additional information may be requested.

Package(s) requested by applicant for Pre-qualification approval to bid: (Please check one or more)

EARLY RELEASE PACKAGES

Metals – Structural Steel (5A) ( )

Openings – Detention Equipment (8A) ( )

Provide appropriate information in the following application for each bid package checked above.

PAGE 1 OF 5JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 40

INVITATION TO BID – Continued

APPLICATION FOR PRE-QUALIFICATION

All applicants are required to submit as their initial submittal:1. Completed AIA Document 305 (Contractor Statement of Qualifications)2. This Application for Pre-Qualification form

Where blanks are provided, insert required information. Where “attach additional sheets if necessary” is stated, reference on this form all documents you wish to attach (with an indication such as “see attached company safety manual dated January 01, 2006)”. Additional information may be requested during the review process.

1. Completed the following as issued by the Alabama State Licensing Board for General Contractors:

License Number: _________________________________Bid Limit: _______________________________________Type Business: ___________________________________

A photo static copy of Contractor’s current license to perform work in the State of Alabama as A General Contractor must be attached to this application.

2. Branch Operation and Joint Venture : Where the applicant is a branch operation, that branch must meet the criteria. Applications must reflect only work experience of the branch, which will bid and perform work, and not that of the home office or other branches. Joint Ventures are not discoursed, but qualifications must be met on the merit of the principal entrant.

Is the applicant a stand-alone or branch operation? _________________________________If not stand-alone, give the city and state of all branches and the home office.

____________________________________________________________________________________________ City State Branch/Home

____________________________________________________________________________________________ City State Branch/Home____________________________________________________________________________________________ City State Branch/Home

____________________________________________________________________________________________ City State Branch/Home

(Fill in above and attach additional sheets if necessary).

PAGE 2 OF 5JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 41

INVITATION TO BID – Continued

APPLICATION FOR PRE-QUALIFICATION

3. The name and telephone number of one or two persons on the applicant’s staff (one of which must be named as the Company contact on Page 1) who can answer inquiries and who can attend the pre-bid meeting if so requested by the Owner or Construction Manager._________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

4. Persons, business entity (ies), trusts, etc. currently holding percentage ownership interest(s) in Applicant Company. (Indicate % interest held by each).______________________________________ __________________________________________________________________________ __________________________________________________________________________ ____________________________________

5. Attach a letter from the applicant’s Insurance Carrier attesting to the liability limits and to the financial strength and responsibilities for both its own and applicant’s behalf.

Letter attached dated: _________________________________________________________________

6. Bidders must be able to supply one hundred percent (100%) Performance and one hundred percent (100%) Payment Bonds on the Bid Form included in the Bid Documents. The surety must have a Best Rating A- or better, and a United States Treasury Limit at least equal to the contract sum. A letter form the Surety must attest to that strength for both its own and the applicant’s behalf. Letter is to include name, address, telephone number and contact of Surety Agent.

Letter attached dated: _________________________________________________________________

7. Applicant is required to provide letters from both the applicant’s Bank and from the applicant’s CPA which can attest to the manner in which accounts have been handled with the Banking institution and to the existence, availability, completeness, and (if requested) make available copies of the current CPA certified financial statements.

Letter from Bank attached dated: ________________________________________________________

Letter from CPA attached dated: ________________________________________________________

8. The Applicant must submit to financial inquiries and claims inquiries made by Dun and Bradstreet, Inc.

Dun and Bradstreet Identification Number: ________________________________________________

PAGE 3 OF 5JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 42

INVITATION TO BID – Continued

APPLICATION FOR PRE-QUALIFICATION

9. Project Team Experience and Involvement: Applicant must have available and commit one or more potential superintendents/construction teams who have significant experience in the type and scope of construction to be undertaken (based on anticipated start dates). Include a list of key personnel who the applicant proposes to be involved along with the resume of each. Resumes must reflect that team members are current employees of the applicant. As a minimum, include the following:

Executive in Charge Project Manager (on-site person in charge) Superintendent Quality Control Chief

10. Quality Control : Quality construction by the Trade Contractor and its subcontractors is mandatory. Each applicant must submit its company quality control program and an outline of the program proposed for Owner’s anticipated Project. Architects/Engineers and Owners of prior projects (upon inquiry) must generally agree that the applicant demonstrated intent to meet quality construction standards and an ability to meet those standards.

11. Contract Time Management : Timely execution of the work of the work by the Trade Contractor and all of its subcontractors is mandatory. Each applicant must submit its company contract time management program and an

outline of the program proposed for Owner’s anticipated Project. Each contract time management program shall include procedures that the contractor would propose to use in order to maintain schedule for all of its intermediate schedule activities within the overall Project schedule.

Procedures should also include how the Trade Contractor will ensure that its subcontractors maintain Contractors schedule dates. Interviews with Architects/Engineers and Owners for prior projects (upon inquiry)must show that the applicant demonstrated intent to meet contract time and an ability to meet that contract time.

12. Safety Program : The applicant must demonstrate a good safety record as pertains to its own forces, to subcontracted forces, and to third parties. Request for qualification must include a listing of all OSHA citations, claims filed, etc. that have occurred over the past 5 years’ construction activity. Responses must include the OSHA Accident Frequency Rate for the branch submitting the application, and the Alabama Workmen’s Compensation Modifier Rate (or equivalent).

OSHA Accident Frequency Rate: ________________________________________________________

Alabama Workmen’s Compensation Modifier Rate (or equivalent): ________________________________________________________________________________________________________________

Applicants must have on their staff a full time safety officer and his resume must be attached. Details of the company safety program must be included.

Name of applicant’s full time safety officer: ________________________________________________

PAGE 4 OF 5JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 43

INVITATION TO BID – Continued

APPLICATION FOR PRE-QUALIFICATION

13. Include a list of all current and pending claims, suits, litigation, arbitration, alternative dispute resolution, or similar proceedings against an Owner, Architect, Engineer, Subcontractor or Construction Manager. Include all cases where the litigation or arbitration claims exceed two thousand dollars ($2000.00). A brief explanation of all unresolved litigation will be required (please attach additional pages for explanation).

14. Have there been any judgements, claims, suits, litigation, arbitration, alternative dispute resolution, or similar proceedings pending or outstanding against the applicant company or its officers within the past five (5) years? _________________ If Yes, explain: ______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

15. Has the applicant filed any lawsuits, request arbitration, or other form of alternative dispute resolution and with regard to construction, public works, maintenance, repair, renovation, or other type of similar operations within the last five (5) years? _________________ If Yes, explain: _____________________________________________________

_________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

SUBMISSION AND NOTIFICATION

To be considered, this application, AIA Document 305 and all necessary attachments must be completed in full. Requests for information or clarification regarding the pre-qualification requirements must be submitted in writing to the Contact at Brice Building Company at least four (4) days prior to the due date. The determination of the Owner will be completed as specified in the Advertisement for Pre-Qualification to Bid and Bid Notice.

Submission due date and time for information will be as specified in the Advertisement for Pre-Qualification to Bid and Bid Notice.

Three (3) copies of the application should be forwarded to the address on the first page of this document to the attention of the Brice contact prior to the submission due date and time.

Submittals will be reviewed and either approved or rejected by representatives of The Jefferson County Commission, Architect and the Construction Manager prior to the submission due date and time.

PAGE 5 OF 5JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 44

INVITATION TO BID – Continued

The Owner has the right to disqualify any Trade Contractor that does not meet the minimum requirements for providing the quality of work expected, or whose solvency is in question. The Owner reserves the right to require additional references or information from the Trade Contractor to clarify their qualification. The Owner reserves the right to waive any technical errors in applications, solicit additional Trade Contractors for approval and approve only those Trade Contractors whom he feels will best promote the Owner’s interest. The Owner also reserves the right to abandon any part of the Pre-Qualification process if the interest of the Owner appears to be promoted thereby.

Each applicant will be notified of the results of its pre-qualification application.

Signature: ____________________________________________________ ________________ (Seal) Name and title-typed or printed Date

Name of applicant organization: ____________________________________________________________

The above provided information is current, accurate, true and sufficiently complete so as not to be misleading.Sworn to and subscribed before me this date: ______________________

Notary Public: ___________________________________________ (Seal) Name and state of registration-typed or printed

My commission expires: _________________________________________

-----------------------------------------------------------------------------End-----------------------------------------------------------------------------

CONTRACTOR QUALIFICATION – See attached sheets: A305-1986 1 through A305-1986 6

BID PROPOSAL FOR DETENTION DOORS & FRAMES, ELECTRIC LOCKING DOOR SLIDER SYSTEM, GLAZING AND HARDWARE PACKAGE

PACKAGE NO. 1Base Bid: Detention Doors & Frames and Glazing $__________________

PACKAGE NO. 2Base Bid: Electric Locking Sliding Door System $__________________

Continued on Sheet 45JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 45

INVITATION TO BID – Continued

PACKAGE NO. 3Base Bid: Detention Door Hardware w/out Sliders $__________________

PACKAGE NO. 4The Owner reserves the right to write a purchase order for providing cylinders only for the project. Provide cost as follows:

Base Bid: Cylinders Only $__________________

Unit Prices:

The following units will be used to determine the amount to be added or deducted from the contract sum as required during the project and as directed by the Architect.

A1. Mogul Cylinders $______________/each

A2. Paracentric Cylinders $______________/each

DEDUCTIVE ALTERNATE:

If applicable, provide a combination bid among any or all of the packages listed above. Bidder must provide an individual base bid on each of the packages that are listed in this combination bid otherwise the combination bid will not be considered.

Combination Package No.'s 1 2 3 4 (Circle No.'s Applicable)

Base Bid Deduct $__________________

If Package No. 4 is part of this combination bid above, complete Unit Prices below.

Unit Prices:

The following units will be used to determine the amount to be added or deducted from the contract sum as required during the project and as directed by the Architect.

Continued on Sheet 46

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 46

INVITATION TO BID – Continued

A1. Mogul Cylinders $______________/each

A2. Paracentric Cylinders $______________/each

Use of specific names and numbers is not intended to restrict the bidding of any seller and/or manufacturer, but is solely for the purpose of indicating the type, size and quality of materials, products, service, or equipment considered best adapted to the County's intended use.

Proprietary specifications may be waived for functional equivalents offered. Functional equivalents are subject to the approval of The General Services Department.

LANGUAGE, WORDS USED INTERCHANGEABLYThe word COUNTY refers to the JEFFERSON COUNTY COMMISSION and/or JEFFERSON COUNTY, ALABAMA throughout this document. Similarly, RESPONDENT, VENDOR, and BIDDER refer to the person or company submitting an offer to sell its goods or services to the COUNTY. The words PROPOSAL, QUOTATION, and BID are all offers from the BIDDER. The County has established for the purposes of this

RPF that the words SHALL, MUST or WILL are equivalent in this RFP and indicate a mandatory requirement or condition, the material deviation from which shall not be waived by the County. A deviation is material if, at the sole discretion of the County, the deficient response is not in substantial accord with this RFP’s mandatory condition requirements. The words SHOULD and MAY are equivalent in the RFP and indicate very desirable conditions or requirements but are permissive in nature. Deviation from, or omission of, such a desirable condition or requirement will not in and of itself cause automatic rejection of a proposal, but may result in being considered as not in the best interest of the County.

PERMITS, CODES & REGULATIONS: All equipment, construction, and installation will comply with City, County, State and Federal codes and Regulations. Successful bidder will obtain and pay for all permits necessary, notify proper authorities for inspections and furnish any certificates required for the work.

TERMINATION OF CONTRACT: This contract may be terminated by the County with a thirty (30) day written notice to the other party regardless of reason. Any violation of this agreement shall constitute a breach and default of this agreement. Upon such breach, the County shall have the right to immediately terminate the contract and withhold further payments. Such termination shall not relieve the contractor of any liability to the County for damages sustained by virtue of a breach by the contractor.

Continued on Sheet 47

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 47

INVITATION TO BID – Continued

TAX: Jefferson County is exempt from all tax. Provided however, bidder shall be responsible for payment of all sales, use, lease, ad valorem and any other tax that may be levied or assessed by reason of this transaction.

If mutually agreed upon within twelve (12) months from bid opening date, this bid may be used as the basis for additional purchases.

GUARANTEE: Bidder certifies by bidding that he is fully aware of the conditions of service and purpose for which equipment, material, installation, and/or construction included in this bid are to be purchased, and that his offering will meet these requirements of service and purpose to the satisfaction of the Jefferson County Commission and its agent.

HOLD HARMLESS AND INDEMNIFICATION:

Contracting party agrees to indemnify, hold harmless and defend Jefferson County, Alabama, its elected officers and employees (hereinafter referred to in this paragraph collectively as “County”), from and against any and all loss expense or damage, including court cost and attorney’s fees, for liability claimed against or imposed upon County because of bodily injury, death or property damage, real or personal, including loss of use thereof arising out of or as a consequence of the breach of any duty or obligations of the contracting party included in this agreement, negligent acts, errors or omissions, including engineering and/or professional error, fault, mistake or negligence of Integrator, its employees, agents, representatives, or subcontractors, their employees, agents or representatives in connections with or incident to the performance of this agreement, or arising out of Worker’s Compensation claims, Unemployment Compensation claims, or Unemployment Disability compensation claims of employees of company and/or its subcontractors or claims under similar such laws or obligations Company obligation under this Section shall not extend to any liability caused by the sole negligence of the County, or its employees. Before beginning work, contract party shall file with the County a certificate from his insurer showing the amounts of insurance carried and the risk covered thereby. Liability insurance coverage must be no less than $1,000,000. During performance the company must effect and maintain insurance from a company licensed to do business in the State of Alabama. Coverage required includes 1) Comprehensive General Liability; 2) Comprehensive Automobile Liability; 3) Worker’s Compensation and Employer’s Liability.

Continued on Sheet 48

JEFFERSON COUNTY COMMISSIONPURCHASING DEPARTMENT

ROOM 830 * 716 RICHARD ARRINGTON JR BLVD NBIRMINGHAM, AL 35203

(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 48

INVITATION TO BID – Continued

BID BOND: Each bidder will furnish a bid bond, or cashier's check for five percent (5%) of bid, and hereby agrees that in case of failure to execute a contract and furnish a performance bond within 14 days after notice of award, the Jefferson County Commission will be paid by this bonding company the difference between the amount of the low bid as submitted, and the amount of the proposal of the next higher bid, or if no other bid is received, the full amount of the proposal guaranty will be recovered as liquidated damages for such default.BID BOND MUST BE SUBMITTED AT TIME OF BID OPENING. BID BOND AMOUNT NOT TO EXCEED $10,000.00 (TEN THOUSAND DOLLARS).

The award will be made on all or none basis. Bidder will quote on all items.

GENERAL:

Jefferson County expressly reserves the right to reject any or all bids, or parts of bids, and to make the award on merit and/or features of design and quality, delivery, and availability of parts and service as the best interest of the County appears.

NEGOTIATIONS: Jefferson County reserves the right to enter into contract negotiations with the selected bidder. If the County and the selected bidder cannot negotiate a successful contract, the County may terminate negotiations and begin negotiation with the next selected bidder. This process will continue until a contract has been executed or all proposals have been rejected. No bidder shall have any rights against the County arising from such negotiations.

__________________________________Darryl Tavel, Principal Buyer

Continued on Sheet 49JEFFERSON COUNTY COMMISSION

PURCHASING DEPARTMENTROOM 830 * 716 RICHARD ARRINGTON JR BLVD N

BIRMINGHAM, AL 35203(205) 521-7530

PRINCIPAL BUYER: DARRYL TAVELNOVEMBER 28, 2006

BID NO: 061-07 SHEET NO: 49

INVITATION TO BID – Continued

The Jefferson County Commission, or it's Agent, shall have the right to waive any informality or irregularity. Under certain limited conditions, the Purchasing Department may apply a local preference option in determining the low bid for purchases of personal property.

All provisions of this Invitation are accepted by bidder as part of any contract or purchase resulting therefrom.

Please specify terms of payment below; otherwise, the terms will be 2% 10th Prox.

Date:_______Company Name:________________________________Web Address:__________________

Terms:_______Address:________________________________________City:______________________

County:_______________State:_____Zip:____________Phone:(_____)_____________________________

If Jefferson County Business Licenses were issued to your company for the past twelve (12) months, please list numbers:_____________________________________________.

Vendor's Federal I.D. Number:____________________________

I certify that ___________________________ has ___ has not ___ been in operation for one year at (Company Name) (Check one)

location(s) zoned for the type of business conducted by my company at the address stated above.

______________________________(Authorized Signature)

______________________________(Print Name)

______________________________(E-Mail Address)

Toll Free Phone:_____________________________Fax Number:_________________________________

Return original bid in sealed envelope. Authorized signature of bidder must be in ink.

Bids received in our office after the specified date and hour will not be considered.

INDICATE THE FOLLOWING ADDRESSES IF DIFFERENT FROM ABOVE:

1. BID AWARD NOTICE ADDRESS2. PURCHASE ORDER ADDRESS3. REMITTANCE ADDRESS (AND NAME IF DIFFERENT THAN ABOVE)