Specifications include, but are not limited to: 9.1 Construction and on-site placement of a prefabricated concrete vault toilet building at the 3 sites indicated in Attachment C. 9.2 The concrete mix design shall be designed to ACI 211.1 to produce concrete of good workability or a pre-approved equal quality. 9.2.1.Concrete will contain a minimum of 675 pounds of cementitious material per cubic yard. Cement shall be a low alkali type I/II or III conforming to ASTM C-150. 9.2.2.Coarse aggregates used in the concrete mix design will conform to ASTM C33 with the designated size of coarse aggregate #67. 9.2.3.Minimum water/cement ratio shall not exceed .45. 9.2.4.Air-entraining admixtures will conform to ASTM C260. Water reducing admixtures will conform to ASTM C494, Type A. 9.3 The manufacturer shall be an NPCA Certified Plant or equal with verifiable references demonstrating quality, design, and service upon request. 9.4 Manufacturer will provide a written warranty providing 20 years structural, manufacturer’s warranty on all hardware and components not produced at precast concrete manufacturer’s plant, and 3 years against defects in paint, caulk, and grout. 9.5 Building will be manufactured using precast concrete including the roof. Building’s structural design will be relevant to the region and properties associated with its final placement. Design will also meet ADA and building code requirements. 9.6 Manufacturershall provide submittals and engineering if requested. Doors shall be 18ga galvanized metal, louvered with 16ga frames. Doors and frames shall include one coat of rust inhibitive primer and two finish coats of enamel paint. 9.7 Door Hardware 9.7.1 Aluminum drip cap. Reese or equal. 9.7.2 Door closure with hold open. Cal-Royal or equal. 9.7.3 Stainless hinges with non-removable pin. Cal-Royal or equal. 9.7.4 Grade 1 lockset. Function and keying to be verified with owner. 9.7.5 Brush style sweep. Reese or equal. 9.7.6 ADA compliant threshold. Reese or equal. 9.8 Windows=Vinyl frame, bug screen and security mesh. Parco or equal 9.9 Interior Hardware9.9.1. Stainless 3 roll toilet paper dispensers 9.9.2. ADA toilet stalls should have (1) 18” stainless vertical grab bar, (1) 36” stainless horizontal grab bar, (1) 42” stainless horizontal grab bar. 9.9.3. Plastic handicap toilet riser. Romtec or equal 9.10 Vent Pipes shall be 12” and made of HDPE. Vent pipe shall extend approximately 36” above the roof line. 9.11 Access/Clean Out Hatch shall have 24” x 24” clear opening, made from aluminum and be rated for a 300 psf pedestrian load. Cover shall be hinged with a kickstand to prevent accidental closing. Cover shall include a slam lock with T-Handle for locking or equivalent. 9.12 Sealers-Floor shall be sealed using a deep penetrating, high alkali resistant, low volatility product. TK-290 or equal. 9.13 Caulks and Grout 9.13.1. All joints between precast panels shall be caulked using a durable, flexible polyurethane sealant. BASF Onomastic NP-1 or equal. 9.13.2. Weld plate panel connections shall be grouted flush with interior wall surface. Speed Crete Red or equal. 9.14 Vault shall be lined with factory installed membrane. MEL-ROL LM or equal. 9.15 Finishes 9.15.1. Interior will be smooth trowel finish 9.15.2. Exterior Wall appearance to be approved by owner using an architectural form liner and roof shall be cedar shake or approved liner. 9.15.3. Paint Interior wall panels shall be primed with a premium quality water based acrylic bonding primer moisture and alkali resistant. Finish coat shall be a high performance acrylic enamel. 9.15.4. Exterior Roof shall be covered with a quality 100% acrylic satin paint. Owner to determine color. 9.15.5. Walls shall be covered with quality concrete stain. Owner to determine color. 9.15.6. Doors shall be covered using 2 coats of high performance 100% acrylic satin enamel. Owner to determine color 9.16 Execution-Precast Concrete Vault Toilet Buildings manufacturer shall construct, assemble, and paint so that it may be transported to the jobsite as a finished module and placed using a crane or other delivery system. 9.17 Vendor will install HDPE vent pipes and perform any shipping and handling adjustments and repairs. 9.18 The County will accept delivery anytime between June 1, 2024 to October 15, 2024. The vendor must be flexible to work with the county and the other vendor who is providing site prep for the installation of the units.