Loading...
PA0001-CN000515 MACARTHUR PARK CONSTRUCTION Parks and Recreation Department City of Coppall, Texas PROJECT MANUAL FOR MACARTHUR PARK CONSTRUCTION ~. Per The City of Coppell Specifications At ,--- The City of Coppell Town Center Purchasing Department BID OPENING DATE: MONDAY, MAY 15, 2000 2:00 P.M. Schrickel, Rollins and Associates, Inc. Landscape Architecture- Planning. Engineering 1161 Corporate Drive West · Suite 200 - Arlington, Texas 76006 (817) 649-3216/Metro 640-8212/FAX (817) 649-7645 Project No. 4017 CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 75019 000002-CERTIFICATION The Texas Board of Architectural Examiners, P.O. Box 12337, Austin, Texas 78711-2337 or 333 Guadalupe, Suite 2-350, Austin, Texas 78701-3942, (512) 305-9000, has jurisdiction over individuals licensed under the Landscape Architects Registration Law, Texas Civil Statutes, Article 249c, and the Architects Registration Law, Article 249a, Vemon's Texas Civil Statutes. PROJECT MANUAL TABLE OF CONTENTS INTRODUCTORY INFORMATION 00001 - Title Page 00002 - Certification Page 00003 - Table of Contents BIDDING REQUIREMENTS ~ 00030 - Invitation to Bid 00100 Instructions to Bidders 00200 Geotechnical Data "" CONTRACT FORMS 00300 Bid Form 00410 List of Alternates 00420 Bidder's Statement of Qualifications 00510 Standard Fixed Price Agreement 00610 Performance Bond ,k 00620 Payment Bond 00630 Maintenance Bond CONDITIONS OF THE CONTRACT 00700 General Provisions 00810 Special Conditions ,', 00815 Contractor Safety Specification 00822 Temporary Erosion, Sediment and Water Pollution Control 00900 Addenda (to be added as issued) " SPECIFI~ ;ATIONS DIVISION I - GENERAL REQUIREMENTS 01010 Summary of the Work 01021 Cash Allowances 01340 Shop Drawings, Product Data, and Samples "' 01410 Testing Laboratory Services 01510 Temporary Utilities and Facilities 01532 Tree Protection _ 01630 Substitutions and Product Options General Contractor's Request for Substitution 01710 - Cleaning Up DIVISION 2 - SITEWORK 02100 - Site Preparation ,._, 02200 - Earthwork 02240 - Lime Treated Subgrade 02545 Interlocking Concrete Pavers 02660 - Pavement Markings and Signs 4017 02800 02830 02861 02870 02900 02970 Turfgrass Planting Galvanized Chain Link Fencing Poured-in-Place Playground Safety Surfacing Miscellaneous Park Equipment Tree, Shrub and Groundcover Planting Irrigation System DIVISION 3 - CONCRETE 03100 - Concrete Formwork 03200 - Concrete Reinforcement 03300 - Cast-in-Place Concrete DIVISION 4 - MASONRY 04100 - Mortar and Grout 04200 - Unit Masonry DIVISION 5 - METALS 05500 - Miscellaneous Metal DIVISION 6 - WOOD 06100 - Rough Carpentry 06400 - Architectural Woodwork DIVISION 7 -THERMAL AND MOISTURE PROTECTION 07150 07400 07920 - Liquid Water Repellent - Preformed Metal Roofing - Caulking and Sealants DIVISION 8 - DOORS AND WINDOWS 08110 08334 08625 08710 08730 08810 Metal Doors and Frames Rolling Counter Doors Tubular Skylights Finish Hardware Weatherstripping and Thresholds Glazing DIVISION 9 * FINISHES 09800 09860 09900 Special Coatings - Graffiti Resistant Coatings - Painting DIVISION 10 - SPECIALTIES 10170 - Toilet Compartments 10800 - Toilet and Bath Accessories 10990 Miscellaneous Specialties 4017 2 DIVISION 11 - EQUIPMENT 11452 - Appliances DIVISION 13 - SPECIAL CONSTRUCTION 13122 Shade Structures DIVISION 15 - MECHANICAL 15040 15050 15055 15056 15057 15100 15251 15371 15401 15405 15421 15424 15450 15760 15771 15829 15841 15860 15867 15950 15953 General Requirements for Mechanical Work Basic Materials and Methods Project Closeout Submittal Data Cleaning Valves Insulation Refrigerant Piping Domestic Water Piping System Waste Water Piping System Floor Drains Domestic Water Heaters Plumbing Fixtures Electric Unit Heaters Split System Heating and Cooling Units Fans Low Velocity Metal Ductwork Ductwork Accessories Air Diffusers HVAC Control Sequence HVAC Test-Adjust-Balance DIVISION 16 - ELECTRICAL 16040 16050 16053 16054 16055 16056 16059 16110 16120 16121 16140 16164 16170 16450 16510 16930 General Requirements for Electrical Work Basic Materials and Methods Electrical Standards and Symbols Project Closeout Submittal Data Electrical Identification Electrical Testing and Load Balancing Raceways, Conduits and Boxes Cable, Wire and Connectors, 600 Volt Electrical Connections to Equipment Wiring Devices Branch Circuit Panelboards Motor and Circuit Disconnects Grounding Lighting Fixtures Lighting Control Equipment 4017 3 I SECTION 00030 INVITATION TO BID Return Bid To: City of Coppell Purchasing Department PO Box 478 Coppell, Texas 75019 The enclosed Invitation To Bid and accompanying Specifications with Bid Sheets are for your convenience in bidding the enclosed referenced products and/or services for the City of Coppell. Sealed bids shall be received no later than: 2:00 P.M., MONDAY, MAY 15, 2000. Please reference Bid No. 0400-3, "MACARTHUR PARK CONSTRUCTION," in all correspondence pertaining to this bid and affix this number to outside front of bid envelope for identification. All bids shall be to the attention of the Purchasing Department. The City of Coppelt appreciates your time and effort in preparing a bid. Please note that all bids must be received at the designated location by the deadline shown. Bids received after the deadline will be returned unopened and shall be considered void and unacceptable. Bid opening is scheduled to be held in the Office of the Purchasing Agent, 255 Parkway Boulevard, Coppell, Texas. You are invited to attend. If Bidder desires not to bid at this time, but wishes to remain on the commodity bid list, please submit a "NO BID" response (same time/location). The City of Coppell is always very conscious and extremely appreciative of the time and effort expended to submit a bid. However, on "NO BID" responses please communicate any bid requirement(s) which may have influenced your decision to "NO BID." If response is not received in the form of a "BID" or "NO BID" for three (3) consecutive Invitation TO Bid, Bidder shall be removed from said bid list. However, if you choose to "NO BID" at this time but desire to remain on the bid list for other commodities, please state the specific product/service for which your firm wishes to be classified. Awards should be made approximately three weeks following the bid opening date. To obtain results, or if you have any questions, please contact the Purchasing Department at 972-304-3644. Bid documents are available at the office of Schrickel, Rollins and Associates, Inc., 1161 Corporate Drive West, Suite 200, Arlington, Texas 76006. Bid documents may be CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 75019 Page 2 examined without charge. A set of Bid Documents consists of the project manual and plans. A fee of $100.00 (nonrefundable) will be required for each set of Bid Documents. A pre-bid conference will be held in the Council Chamber of Town Center, 255 Parkway Boulevard, at 2:00 P.M., Monday, May 8, 2000. After discussions at Town Center are concluded, those who wish to participate will move to the MacArthur Park site for the conclusion of the pre-bid conference. CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARK1NAY BOULEVARD · COPPELL, TEXAS 75019 Page 3 INVITATION TO BID INSTRUCTIONS/TERMS OF CONTRACT BID NO. Q-0400-3 MACARTHUR PARK CONSTRUCTION By order of the City Council of the City of Coppell, Texas, sealed bids will be received for: MACARTHUR PARK CONSTRUCTION TO PROVIDE FOR an annual Contract commencing (30) thirty days after the date of the award and continuing for a twelve (12) month period. The City of Coppell reserves the right to extend this Contract for (4) four additional one year periods as it deems to be in the best interest of the City. IT IS UNDERSTOOD that the City Council of the City of Coppell, Texas reserves the right to reject any and/or all bids for any/or all products and/or services covered in this bid request and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City of Coppell. BIDS MUST BE submitted on the pricing forms included for that purpose in this packet. Each bid shall be placed in a separate sealed envelope, with each page manually signed by a person having the authority to bind the firm in a Contract, and marked clearly on the outside as shown below. FACSIMILE TRANSMI'I'I'ALS SHALL NOT BE ACCEPTED! SUBMISSION OF BIDS: Sealed bids shall be submitted no later than 2:00 P.M., MONDAY, MAY 15, 2000 to the address as follows: City of Coppell Purchasing Department 255 Parkway Blvd. Coppell, Texas 75019 MARK ENVELOPE: "BID NO. Q-0400-3, MACARTHUR PARK CONSTRUCTION" ALL BIDS MUST BE RECEIVED IN THE CITY'S PURCHASING DEPARTMENT BEFORE OPENING DATE AND TIME. CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARIGNAY BOULEVARD ° COPPELL, TEXAS 750t9 Pltge 4 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION PUBLIC NOTICE STATEMENT FOR ADA COMPLIANCE The City of Coppell acknowledges its responsibility to comply with the Americans With Disabilities Act of 1990. Thus, in order to assist individuals with disabilities who require special services (i.e. sign interpretative services, alternative audio/visual devices, and amanuenses) for participation in or access to the City of Coppell sponsored public programs, services and/or meetings, the City requests that individuals make request for these services forty-eight (46) hours ahead of the scheduled program, service and/or meeting. To make arrangements, contact Vivyon V. Bowman, ADA Coordinator or other designated official at (214) 462-0022, or (TDD 1-800-RELAY, TX 1-800-735-2989). CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD * COPPELL, TEXAS 75019 Page 5 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION FUNDING: Funds for payment have been provided through the City of Coppell budget approved by the City Council for this fiscal year only. State of Texas statutes prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. Therefore, anticipated orders or other obligations that may arise past the end of the current fiscal year shall be subject to budget approval. LATE BIDS: Bids received in the City of Coppell Purchasing Department after submission deadline will be considered void and unacceptable. The City of Coppell is not responsible for lateness or non-delivery of mail, carrier, etc., and the date/time stamp in the Purchasing Department shall be the official time of receipt. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineat/on, alteration, or erasure made before opening time must be initialed by the signer of the bid, guarenteeing authenticity. WITHDRAWAL OF BID: A bid may not be withdrawn or canceled by the Bidder without the permission of the City for a period of ninety (90) days following the date designated for the receipt of bids, and Bidder so agrees upon submittal of their bid. SALES TAX: The City of Coppell is exempt by law from payment of Texas State Sales Tax and Federal Excise Tax. Bidder shall include any sales taxes from concession sales of taxable items on City property in the total price of the sale, and shall be responsible to report and pay such taxes in a timely manner. BID AWARD: The City reserves the right to award any combination of the bid alternates as is deemed in the best interest of the City. The City also reserves the right to not award one or any of the sections. CONTRACT: This bid, when properly accepted by the City of Coppell, shall constitute a Contract equally binding between the successful Bidder and the City. No different or additional terms will become a part of this Contract with the exception of Change Orders. CHANGE ORDERS: No oral statement of any individual shall modify or otherwise change, or affect the terms, conditions or Specifications stated in the resulting Contract. All Change Orders to the Contract will be made in writing by the City's Purchasing Agent. IF DURING THE life of the Contract, the successful Bidder's net prices to other customers for items awarded herein are reduced below the Contracted price, it is understood and agreed that the benefits of such reduction shall be extended to the City of CoppelL CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 75019 Page 6 BID Q-0400-3 MACARTHURPARK CONSTRUCTION A PRICE redetermination may be considered by the City only at the anniversary date of the Contract and shall be substantiated in writing (i.e., Manufacturer's direct cost, postage rates, Railroad Commission rates, Wage/Labor rates, etc.). The Bidder's past history of honoring Contracts at the bid price will be an important consideration in the evaluation of the lowest and best bid. The City reserves the right to accept or reject any/all of the price redetermination as it deems to be in the best interest of the City. DELIVERY: all delivery and freight charges (F.O.B. City of Coppell) are to be included in the bid price. ~ DELIVERY TIME: Bids shall show number of days required to place goods ordered at the City's designated location. Failure to state delivery time may cause bid to be rejected. Successful Bidder shall notify the Purchasing Department immediately if delivery schedule cannot be met. If delay is foreseen, successful Bidder shall give written notice to the Purchasing Agent. The City has the right to extend delivery time if reason appears valid. Successful Bidder must keep the Purchasing Department advised at all times of the status of the order. CONFLICT OF INTEREST: No public official shall have interest in this Contract, in accordance with Vernon's Texas Codes Annotated, Local Government Code Title 5. Subtitle C, Chapter 171. ETHICS: The Bidder shall not offer or accept gifts of anything of value nor enter into any business arrangement with any employee, official or agent of the City of Coppell. EXCEPTIONS/SUBSTITUTIONS: All bids meeting the intent of this invitation To Bid will be considered for award. Bidders taking exception to the Specifications, or offering substitutions, shall state these exceptions in the section provided or by attachment as part of the bid. In the absence of such, a list shall indicate that the Bidder has not taken exceptions and shall hold the Bidder responsible to perform in strict accordance with the Specifications of the Invitation. The City of Coppell reserves the right to accept any and all, or none, of the exception(s)! substitution(s) deemed to be in the best interest of the City. ADDENDA: Any interpretations, corrections or changes to this Invitation To Bid and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Coppell Purchasing Agent. Addenda will be mailed to all who are known to have received a copy of this Invitation To Bid. Bidders shall acknowledge receipt of all addenda. CITY OF COPPELL ° PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 75019 Page 7 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION DESCRIPTIONS: Any reference to model and/or make/manufacturer used in bid Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City's Purchasing Agent. Addenda will be mailed to all who are known to have received a copy of this invitation to Bid. Bidders shall acknowledge receipt of all addenda. BID MUST COMPLY with all federal, state, county, and local laws concerning these types of service(s). DESIGN, STRENGTH, QUALITY of materials must conform to the highest standards of manufacturing and engineering practice. All items supplied against credit must be new and unused, unless otherwise specified, in first- class condition and of current manufacturer. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective Bidder must affirmatively demonstrate Bidder's responsibility. A prospective Bidder must meet the following requirements: 1. Have adequate financial resources, or the ability to obtain such resources as required; 2. be able to comply with the required or proposed delivery schedule; 3. have a satisfactory record of performance; 4. have a satisfactory record of integrity and ethics; 5. be otherwise qualified and eligible to receive an award. The City may request representation and other information sufficient to determine Bidder's ability to meet these minimum standards listed above. REFERENCES: The City requests Bidder to supply, with this Invitation To Bid, a list of at least three (3) references where like products and/or services have been supplied by their firm. Include name of firm, address, telephone number and name of r~presentative. BIDDER SHALL PROVIDE with this bid response, all documentation required by this Invitation To Bid. Failure to provide this information may result in rejection of bid. SUCCESSFUL BIDDER SHALL defend, indemnify and save harmless the City of Coppell and all its officers, agents and employees from all suits, actions, or other claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property on account of any negligent act or fault of the successful Bidder, or of any agent, employee, subcontractor or supplier in the execution of, or performance under, any COntract which may result from bid award. Successful Bidder indemnifies and will indemnify and save harmless the City from liability, claim or demand on CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARK~/AY BOULEVARD · COPPELL, TEXAS 15019 Page BID Q-0400-3 MACARTHUR PARK CONSTRUCTION their part, agents, servants, customers, and/or employees whether such liability, claim or demand arise from event or casualty happening or within the occupied premises themselves or happening upon or in any of the halls, elevators, entrances, stairways or approaches of or to the facilities within which the occupied premises are located. Successful Bidder shall pay any judgment with costs which may be obtained against the City growing out of such injury or damages. WAGES: Successful Bidder shall pay or cause to be paid, without cost or expense to the City of Coppell, all Social Security, Unemployment and Federal Income Withholding Taxes of all such employees and all such employees shall be paid wages and benefits as required by Federal and/or State Law. TERM/NATION OF CONTRACT: This Contract shall remain in effect until Contract expires, delivery and acceptance of products and/or performance of services ordered or terminated by either party with a thirty (30) day written notice prior to any cancellation. The successful Bidder must state therein the reasons for such cancellation. The City of Coppell reserves the right to award canceled Contract to next lowest and best Bidder as it deems to be in the best interest of the City of Coppell. TERMINATION FOR DEFAULT: The City of Coppell reserves the right to enforce the performance of this Contract in any manner prescribed by law or deemed to be in the best interest of the City in the event of breach or default of this Contract. The City of Coppell reserves the right to terminate the Contract immediately in the event the successful Bidder fails to: 1. Meet schedules; 2. defaults in the payment of any fees; or 3. otherwise perform in accordance with these Specifications. Breach of Contract or default authorizes the City of Coppell to exercise any or all of the following rights: 1. The City may take possession of the assigned premises and any fees accrued or becoming due to date; 2. the City may take possession of all goods, fixtures and materials of successful Bidder therein and may foreclose its lien against such personal property, applying the proceeds toward fees due or thereafter becoming due. CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 75019 Page 9 I BID Q-0400-3 MACARTHUR PARK CONSTRUCTION In the event the successful Bidder shall fail to perform, keep or observe any of the terms and conClitions to be performed, kept or observed, the City shall give the successful Bidder written notice of such default; and in the event said default is not remedied to the satisfaction and approval of the city within two (2) working days of receipt of such notice by the successful Bidder, default will be declared and all the successful Bidder's rights shall terminate. Bidder, in submitting this bid, agrees that the City of Coppell shall not be liable to prosecution for damages in the event that the City declares the Bidder in default. NOTICE: Any notice provided by this bid (or required by law) to be given to the successful Bidder by the City of Coppell shall conclusively deemed to have been given and received on the next day after such written notice has been deposited in the mail in the City of Coppell, Texas by Registered or Certified Mail with sufficient postage affixed thereto, addressed to the successful Bidder at the address so provided; provided this shall not prevent the giving of actual notice in any other manner. PATENTS/COPYRIGHTS: The successful Bidder agrees to protect the City of Coppell from claims involving infringement of patents and/or copyrights. CONTRACT ADMINISTRATOR: Under this Contract, the City of Coppell may appoint a Contract Administrator with designated responsibility to ensure compliance with Contract requirements, such as but not limited to, acceptance, inspection and delivery. The Contract Administrator will serve as liaison between the City of Coppell Purchasing Department (which has the overall Contract Administration responsibilities) and the successful Bidder. PURCHASE ORDER: A Purchase Order(s) shall be generated by the City of Coppell to the successful Bidder. The Purchase Order number must appear on all itemized invoices and packing slips. The City of Coppell will not be held responsible for any orders placed/delivered without a valid current Purchase Order number. PACKING SLIPS or other suitable shipping documents shall accompany each special order shipment and shall show: (a) name and address of successful Bidder, (b) name and address of receiving department and/or delivery location, (c) Purchase Order number, and (d) descriptive information as to the item(s) delivered, including product code, item number, quantity, number of CoRtaineFs, etc. INVOICES shall show all information as stated above, shall be issued for each Purchase Order and shall be mailed directly to the City of Coppell Finance/Accounts Payable Department, 255 Parkway Blvd., Coppell, Texas 75019. CITY OF COPPELL ° PURCHASING DEPARTMENT ° 255 PARKWAY BOULEVARD ° COPPELL, TEXAS 75019 Page 10 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION PAYMENT will be made upon receipt and acceptance by the City of Coppell for any item(s) ordered and receipt of a valid invoice, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. Successful Bidder(s) required to pay subcontractors within ten (10) days. ITEMS supplied under this Contract shall be subject to the City's approval. Items found defective or not meeting Specifications shall be picked up and replaced by the successful Bidder at the next service date at no expense to the City of Coppell. If item is not picked up within one (1) week after notification, the item will become a donation to the City for disposition. SAMPLES: When requested, samples shall be furnished free of expense to the City of Coppell. WARRANTY: Successful Bidder shall warrant that all items/services shall conform to the proposed Specifications and/or all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship and title. A copy of the warranty for each item being bid must be enclosed. Failure to comply with the above requirements for literature and warranty information could cause bid to be rejected. REMEDIES: The successful Bidder and the City of Coppell agree that both parties have all rights, duties and remedies available as stated in the Uniform Commercial Code. VENUE: This Agreement will be governed and construed according to the laws of the State of Texas. This Agreement is performable in the City of Coppell, Texas. ASSIGNMENT: The successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without prior written consent of the City of Coppell. SPECIFICATIONS and model numbers are for description only. Bidder may bid on description only. Bidder may bid on alternate model but must clearly indicate alternate model being bid. Bidder must enclose full descriptive literature on alternate item(s). SILENCE OF SPECIFICATION: The apparent silence of these Specifications as to any detail or to the apparent omission of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these Specifications shall be made on the basis of this statement. Each insurance policy to be furnished by successful Bidder shall include, by endorsement to the policy, a statement that a notice shall be given to the City of Coppell by Certified Mail thirty (30) days prior to cancellation or upon any material change in coverage. CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 75019 Page 11 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION ANY QUESTIONS concerning this Invitation To Bid and Specifications should be directed to the Purchasing Department at 972-304-3643. CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 75019 Page 12 SECTION 00100 INSTRUCTIONS TO BIDDERS Defined Terms Terms used in these Instructions to Bidders which are defined in the General Provisions have the meanings assigned to them in the General Provisions. The term "Bidder" means one who submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term "Successful Bidder' means the lowest, qualified, responsible and responsive Bidder to whom Owner makes an award. The term "Bidding Documents" includes the Invitation to Bid, the Instructions to Bidders, the Bid Form, and the proposed Contract Documents, including all Addenda issued prior to receipt of Bids. Copies of Bidding Documents Complete sets of the Bidding Documents in the number and for the nonrefunciable sum stated in the Invitation to Bid may be obtained from the office of Schrickel, Rollins and Associates, Inc., 1161 Corporate Dr. West, Suite 200, Arlington, Texas 76006. B, Complete sets of Bidding Documents must be used in preparing bids; neither Owner nor Architect/Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. Owner and Architect/Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. Qualification of Bidders To demonstrate qualifications to perform the Work, each Bidder must submit with the bid, written evidence, such as financial data, previous experience, present commitments and other such data as may be called for on the "Bidders Statement of Qualifications Form." Each Bid must contain evidence of Bidder's qualification to do business in the state of Texas to obtain such qualification prior to award of the contract. Examination of Contract Documents and Site It is the responsibility of each Bidder before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with Contract Documents, and (e) notify Architect/Engineer of all conflicts, errors or discrepancies in the Contract Documents. Before submitting a Bid, each Bidder may, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work which Bidder deems necessaryto determine its bid for performing and finishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 4017 INSTRUCTIONS TO BIDDERS 00100 - 1 I ]r C, On request in advance, Owner will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations. The land upon which the Work is to be performed, rights-of-way and easements for access thereto and other land designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional land and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by Contractor. E= The submission of a Bid will constitute an incontestable representation by Bidder that Bidder has complied with every requirement of this Article, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Interpretations and Addenda All questions about the meaning or intent of the Contract Documents are to be directed to Schdckel, Rollins and Associates, inc. Interpretations or clarifications considered necessary by Architect/Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Architect/Engineer as having received the Bidding Documents. Questions received less than seven days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Architect/Engineer, Bid Security Each Bid must be accompanied by Bid Security made payable to Owner in an amount of five percent of the Bidder's maximum Bid price and in the form of a cashier's check or a Bid Bond issued by a surety meeting the requirements of General Provisions. The Bid security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within fifteen days after the Notice of Award, Owner may annul the Notice of Award and the Bid security of that Bidder will be forfeited. The Bid security of other Bidders whom Owner betieves to have a reasonable chance of receiving the award may be retained by Owner until the earlier of the seventh day after the Effective Date of the Agreement or the ninety-first day after the Bid opening, whereupon Bid security furnished by such Bidders will be returned. Bid security with Bids which are not competitive will be returned within seven days after the Bid opening. Contract Time The dates by which stages of the Work are to be completed are set forth in the Bid Form and in Section 01010, Summary of Work. INSTRUCTIONS TO BIDDERS 00100 - 2 10. 11. Liquidated Damages A. Provisions for liquidated damages are set forth in the Special Conditions and the Agreement. Substitutions Each Bidder upon submitting a bid represents that his Bid is based upon the materials and equipment described in the Bidding Documents. B, No substitution will be considered unless written request for substitution has been received by the Architect/Engineer at least seven (7) days prior to the date for receipt of Bids. Requests for substitutions shall be submitted in accordance with requirements of Section 01630. Submit Request for Substitution on a copy of the form attached to Section 01630 - Substitutions and Product Options. If a proposed substitution is accepted, such acceptance will be set forth in an Addendure prior to the Bid Date. E. Bidders shall not rely on approvals made in any manner other than written Addendum. Subcontractors, Suppliers and Others The apparent Successful Bidder and any other Bidder so requested, shall within twenty-four (24) hours after the Bid Opening submit to the Owner and Architect/Engineer a list of all Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is required. B. Refer to the General Provisions for additional requirements. Bid Form The Bid Form is included with the Bidding Documents; additional copies may be obtained from the Owner. B. All blanks on the Bid Form must be completed in ink or by typewriter. Bids by corporations must be executed in the corporate name by the president or a vice- president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. Bids by partnerships must be executed in the partnership name signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. E. All names must be typed or printed below the signature. The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). G. The address and telephone number for communications regarding the Bid must be shown. 4017 INSTRUCTIONS TO BIDDERS 00100- 3 I 12. 13. 14. 15. 16. Bids must be priced as indicated on the Bid Form for th'e base contract and include a separate price for each alternative described in the Specifications as provided for in the Bid Form. The price of the bid for each alternative will be the amount to be added to or deducted from the price of the Base Bid if the Owner selects the alternative. The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances named in the Contract Documents. Submission of Bids A. Submission of Bid shall include: Two copies of a completed and executed Bid Form, and Bid security as stipulated in Item 6.A. Completed Statement of Bidder's Qualifications. B. The Bid Form shall be submitted unbound. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope, marked as directed, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. Any Bid received after the time indicated in the invitation will be considered ineligible and returned unopened. No bids will be considered that are qualified with conditions, clauses, or alterations, or items not called for in the proposal, or irregularities of any kind which in the Owner's opinion may disqualify the bidder. E. FACSIMILE TRANSMITTALS SHALL NOT BE ACCEPTED! Modifications and Withdrawal of Bids Bids may be modified or withdrawn by an appropriate document duly executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. Opening of Bids A. Bids will be opened and read aloud publicly. Bids to Remain Subject to Acceptance All bids will remain subject to acceptance for up to ninety (90) days after the day of the Bid opening, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to that date. Award of Contract Owner reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. In the event that there is a conflict in the statement of a price within the bid the Owner reserves the right to select the amount most advantageous to the Owner. Also, INSTRUCTIONS TO BIDDERS 4017 00100 - 4 17. 18. 19. Owner reserves the right to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. C, Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Supplementary Conditions. Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. If the contract is to be awarded, it will be awarded to the lowest bidder whose evaluation by Owner indicates to Owner that the award will be in the best interests of the Project. If the contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within ninety (90) days after the day of the Bid opening. Contract Security The General Provisions set forth Owner's requirements as to Performance and Payment Bonds. When the Successful Bidder delivers the executed Agreement to Owner, it must be accompanied by the required Performance and Payment Bonds. Signing of Agreement W hen Owner gives a Notice of Award to the Successful Bidder, it will be accompan led by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. In accordance with the schedule indicated in the notice of award the Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner with the required Bonds. Thereafter Owner shall deliver one fully signed counterpart to Contractor. Notice of Special Provisions Bidder is requested to refer to the General Provisions for requirements in reference to the following Special Conditions. The successful Bidder will be required to execute all documents associated with these clauses. Those associated documents are contained herein. 1. Agreement 2. Performance Bond 3. Payment Bond 4. Maintenance Bond 4017 INSTRUCTIONS TO BIDDERS 00100-5 I 20. 21. 22. Prevailing Wage Rate for Public Works Projects The City shall ascedain the general prevailing rate of wages for each craft of type of workman, or mechanic needed to execute this contract and shall specify in the call for bids of this contract what the general prevailing rate of wages is sin the City of Coppell, The City shall also specify the prevailing rate for legal holiday and overtime work. The contractor must pay the said specified rate to all laborers, workmen, and mechanics employed by him or any subcontractor under him in the execution of this contract. Penalty for Violation The contractor or subcontractor in violation of these rules is liable to the City for a penalty of Sixty Dollars ($60.00) for each laborer, workman, or mechanic employed for each calendar day or portion thereof, that such laborer, workman, or mechanic is paid less than the stipulated rates for any work done under this contract. The money collected shall be used to offset the costs of administering these requirements. If the City receives a complaint by a laborer, workman. or mechanic it shall determine within thirty (30) days after receipt whether good cause exists to believe that the contractor or any subcontractor has committed a violation of these specifications. The City shall provide written notice of its determination to the contractor or subcontractor and any affected laborer, workman, or mechanic. the City shall retain any amounts due under the contract pending a final determination. If the contractor or subcontractor and any affected laborer, workman, or mechanic fail to resolve the alleged violation by agreement within fourteen (14) days of the determination by the City, the issues of the alleged violation, any penalties owed to the public body, and any amounts owed to any affected laborer, workman, or mechanic shall be submitted to binding arbitration in accordance with the provisions of the Texas General Arbitration Act. If the parties fail to agree upon an arbitrator within ten (10) days, the arbitrator shall be designated by the District Court upon petition of any party. The decision and award of the arbitrator is final and binding upon all parties and may be enforced in any court of competent jurisdiction. The City shall not be a party in the arbitration. Arbitration The arbitrator shall assess and award all reasonable costs, including the arbitrator's fee, against the party or parties who fail to prevail in the proceeding. Costs may be assessed against the laborer, workman. or mechanic only if the arbitrator finds that the claim was frivolous. If the arbitrator does not find that the claim is frivolous and does not make an award to the laborer, workman, or mechanic, costs will be shared equally by the parties. If the arbitrator determines that a violation of the specification has occurred, the arbitrator shall assess and award penalties as provided in the Act and all amounts awed to the affected laborer, workman, or mechanic against the contractor or subcontractor. The City shall use any amounts retained under this provision to reimburse the laborer, workman, or mechanic for the amount owed to that person because of the failure to pay the person the general prevailing rate of wages as provided in the arbitrator's award. If the amounts withheld by the City are insufficient to fully reimburse the laborer, workman, or mechanic for amounts owed, the person has a right of action against the contractor or subcontractor and the surety of that person to recover any amounts owed. INSTRUCTIONS TO BIDDERS 00100 - 6 SECTION 00200 GEOTECHNICAL DATA INVESTIGATION: An investigation of subsurface soil conditions at the site was made by a geotechnical engineering firm in the employ of the City of Coppell. REPORTS: At the time of issue of this Project Manual, the subsurface investigation report was not available. If it becomes available during the bidding period, logs of the test borings and the text of the subsurface investigation report may be examined by qualified Bidders in the office of the Owner's representative. INTERPRETATION: Bidders are expected to examine the site and the subsurface investigation reports and then decide for themselves the character of the materials to be encountered. The Owner and Architect/Engineer disclaim any responsibility for the accuracy, true location and extent of the soils investigation that has been prepared by others. They further disclaim responsibility for interpretation of that data by Bidders, as in projecting soil-bearing values, rock profiles, soil stability and the presence, level and extent of underground water. 4017 GEOTECHNICAL DATA 00200 - 1 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION SECTION 00300 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION BIDDERS PLEASE NOTE: ONE COPY OF THE FOLLOWING BID SHEETS HAVE BEEN ENCLOSED FOR YOUR CONVENIENCE (SPECIFICATIONS, BID AFFIDAVIT AND INSURANCE AFFIDAVIT) TWO COPIES MUST BE RETURNED TO THE PURCHASING DEPARTMENT NO LATER THAN 2:00 P.M., MONDAY, MAY 15, 2000. CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD ° COPPELL, TEXAS 75019 Page 13 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation To Bid. The period of acceptance of this bid will be calendar days from the date of the bid opening. (Period of acceptance will be ninety (90) calendar days unless otherwise indicated by Bidder.) STATE OF COUNTY OF BEFORE ME, the undersigned authority, a Notary Public in and for the State of , on this day personally appeared who after being by me duly sworn, did depose and say: "1, am a duly authorized office~agent for and have been duly authorized to execute the foregoing on behalf of the said I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and address of Bidder: Telephone: ( ) by: Title: Signature: SUBSCRIBED AND SWORN to before me by the above named on this the day of 2000. Notary Public in and for the State of CITY OF COPPELL · PURCHASING DEPARTMENT ° 255 PARKWAY BOULEVARD · COPPELL, TEXAS 75019 Page 14-A BID Q 0400-03 MACARTHUR PARK CONSTRUCTION INSURANCE REQUIREMENT AFFIDAVIT I, the undersigned agent, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified bidder, If the below identified bidder is awarded this contract by City of Coppell, I wil) be able, within ten (10) days after bidder is notified of such award, to furnish a valid insurance certificate to the City meeting all of the requirements contained in this IFB, Agent (Signature) Agent (Print) Name of Insurance Carrier Address of Agency City/State Phone Number Where Agent May Be Contacted Bidder's Name (Print or Type) SUBSCRIBED AND SWORN to before me by the above named on this the day of ,2000, Notary Public in and for the State of CITY OF COPPELL · PURCHASING DEPARTMENT. 255 PARKWAY BOULEVARD. COPPELL, TEXAS 7501g Page BID NO. Q 0400-03 MACARTHUR PARK CONSTRUCTION THIS BID IS SUBMITTED TO: Jim Ragsdill, Purchasing Agent City of Coppell Town Center 255 Parkway Boulevard Coppell, Texas BID FORM The undersigned, as BIDDER, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm, or corporation, that he has carefully examined the Form of Contract, Notice to Contractors, and specifications therein referred to, and has carefully examined the location, and conditions, of the proposed work, and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to work, and will do all work and furnish all the materials called for in the contract and specifications in the manner prescribed therein. It is understood by BIDDER that the phases of Work are to be substantially completed by the completion dates identified in Section 0'1010, Summary of Work. It is understood by BIDDER that failure of the Contractor to complete the phase(s) of Work by the respective stipulated completion date will result in the payment of liquidated damages to the Owner per paragraph SC.07 "Time for Completion and Liquidated Damages" of Section 00810, SPECIAL CONDITIONS. Accompanying this proposal is a (Certified or Cashier's Check payable to the Owner) (Bid Bond) in the amount of Dollars ($ ). The bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal the bidder shall fail to execute a contract and file a performance and payment bond within ten (10) days after its acceptance, in which case the bid security shall become the property of the Owner and shall be considered as payment for damages due to delay and other inconvenience suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any and all bids. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the stipulated Contract Time and in accordance with the other terms and conditions of the Contract Documents., BIDDER accepts all of the terms and conditions of the Notice to Contractors and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This BID FORM .... ,o~z 00300 - 1 (a) BID NO. Q 0400-03 Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen days after the date of OWNER's Notice of Award. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): Date Number Date Number (b) (c) (e) (f) (g) BIDDER has become familiar with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. BIDDER has obtained (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies that pertain to the subsurface or physical conditions at the site that may affect the cost, progress, performance or furnishing of the Work, as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. No additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by BIDDER for such purposes. BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. BIDDER has given ARCHITECT/ENGINEER written notice of all conflicts, errore or discrepancies that it has discovered in the Contract Documents, and the written resolution thereof by ARCHITECT/ENGINEER is acceptable to BIDDER. BID FORM 00300 - 2 BID NO. Q 0400-03 BIDDER will complete the Work for the following price(s): A. (1) BASE BID FOR ALL WORK IN THE CONTRACT DOCUMENTS ($ ) (use words) (2) TRENCH SAFETY is included in the Base Bid [Item 8.A.(1)] and is the sum of ($ ) (use words) B. ALTERNATES (Refer to Section 00410 - List of Alternates) (1) CASH ALLOWANCE: BONUS FOR ACCELERATED COMPLETION OF THE "EARLY COMPLETION PACKAGE" PORTION OF THE WORK. This is a Cash Allowance to provide for payment of a bonus of $1,200.00 per day for each day, up to a maximum of forty-five (45) days, that the entire "Early Completion Package" is complete before the date of August 31,2000. (ADD) Fifty-four Thousand and No/100 dollars (use words) ($ 54,000.00 ) (2) DELETE ALL TREES AND SHRUBS FROM THE WORK (DEDUCT) ($ ) (use words) (3) DELETE PRACTICE BALLFIELDS NO. I AND NO. 2 AND DELETE PRACTICE SOCCER FIELDS NO. I AND NO. 2 FROM THE WORK (DEDUCT) (use words) ($ ) (4) DELETE PRACTICE SOCCER FIELD NO. 3 FROM THE WORK (DEDUCT (use words) ($ ) BID FORM 00300 - 3 BID NO. Q 0400-03 (5) DELETE THE PLAYGROUND EQUIPMENT AND SAFETY SURFACING FROM THE WORK (DEDUCT) (use words) per cubic yard($ ) (6) DELETE THE EIGHT FOOT (8') HEIGHT "WROUGHT IRON" FENCE THAT IS LOCATED PARALLEL TO MACARTHUR BLVD., AND IS ON THE SOUTH, EAST AND NORTH PROPERTY LINE OF THE FIRE STATION; AND INSTALL EIGHT FOOT (8') HEIGHT CHAIN LINK FENCING AS PER DETAIL ON PLANS. THIS INCLUDES THE FOUR FOOT (4') WIDE GATES AND THE TWELVE FOOT (12') WIDE DOUBLE GATE. (DEDUCT THE DIFFERENCE IN PRICE) per cubic yard($ ) (use words) C. UNIT PRICES: In the event that certain quantities of Work are ordered to be increased (or decreased), the following Unit Prices shall apply as additive (or deductive) bid items, respectively. (1) Imported unclassified fill in place: A unit price of (2) (use words) Imported topsoil in place: A unit price of per cubic yard($ nY) (3) per cubic yard($ C..Y) (use words) Five-inch (5") thick dry brush concrete pavement for walks and bleacher pads: A unit price of (4) per square yard($ ~Y) (use words) Six-inch (6") thick concrete pavement with monolithic curb and lime stabilized subgrade for drives and parking lots: A unit price of per square yard($ (use words) ~Y) BID FORM 00300 - 4 (5) BID NO. Q 0400-03 Five-inch (5") thick concrete pavement with monolithic curb and lime stabilized subgrade for drives and parking lots: A unit price of: (6) per square yard($ SY) (use words) "Primavera" Bermuda seed, fine graded, planted and maintained until established and accepted by Owner: A unit price of (7) per square foot($ SE) (use words) Ryegrass seed, fine graded, planted and maintained until established and accepted by Owner: A unit price of per square foot($ SE) (use words) (8) Tifway 419 rolled sod, fine graded and planted: A unit price of per square yard($ SY) (use words) (9) Concrete paverstones including the concrete subsurface: A unit price of (use words) (10) "Wrought Iron" fence: A unit price of per square foot($ 4017 per linear foot($ (11 ) Eight-foot (8') ht. chain link fence: A unit price of per linear foot($ (use words) (12) Eighteen-inch (18") wide concrete edging under fence: A unit price of (use words) BID FORM 00300 - 5 i F) per linear foot($ I F) BID NO. Q 0400-03 9. The following documents are attached to and made a condition of this Bid: (a) Required Bid Security in the form of bid bond or cashier's check. (b) Required BIDDER's Statement of Qualifications with supporting data. (c) Bid Affidavit. (d) Insurance Requirement Affidavit. 10. Communications concerning this Bid shall be addressed to: Mr. Delbert Hirst, RLA Schrickel, Rollins and Associates, Inc. 1161 Corporate Drive West, Suite 200 Arlington, Texas 76006 (817) 649-3216/FAX (817) 649-7645 11. SUBMITTED on ,2000. (Date) 12. Respectfully submitted, By Title Address Phone No.: Fax No.: E-maih 13. Submitted by Doing business as [] an individual [] a corporation [] a partnership 4017 BID FORM 00300-6 ' T SECTION 00410 LIST OF ALTERNATES GENERAL ALTERNATE REQUIREMENTS: General: The description herein for each alternate is recognized to be incomplete and abbreviated, but implies that each change must be complete for the scope of Work affected. Refer to the applicable specification sections (Division 1 through 16), and to applicable drawings, for specific requirements of the Work, regardless of whether references are so noted in description of each alternate. Coordinate related Work and modify surrounding Work as required to properly integrate with Work of each alternate. It is recognized that descriptions of alternates are primarily scope definitions, and do not necessarily detail the full range of materials and processes needed to complete the Work as required. SCHEDULE OF ALTERNATES: Alternate No. 1: CASH ALLOWANCE: BONUS FOR ACCELERATED COMPLETION OF THE "EARLY COMPLETION PACKAGE" PORTION OF THE WORK. It will be of additional benefit to the Owner to have this portion of the Work completed at an earlier date. As an Alternate Bid item, a Cash Allowance of $54,000 is provided in the Bid Form. This allowance is for payment by the Owner to the Contractor of a bonus of $1,200.00 per day for each day, up to a maximum of forty-five (45) days, that the entire "Early Completion Package" is complete before the date of August 31,2000. Alternate No. 2: DELETE ALL TREES AND SHRUBS FROM THE WORK. This alternate deletes the planting of all trees and shrubs that are included in the Base Bid for the Work. THIS IS A DEDUCTIVE ALTERNATE. Alternate No. 3: DELETE PRACTICE BALLFIELDS NO, 1 AND NO. 2 AND DELETE PRACTICE SOCCER FIELDS NO. 1 AND NO. 2 FROM THE WORK. This alternate deletes the named practice fields that are included in the Base Bid for the Work. The earthwork to construct the fields to rough grades remains in the Base Bid. The trees are not part of this alternate. The items deleted are the fine grading, the irrigation systems for the area, the seeded "Primavera" Bermudagrass planting and establishment, and the backstops. THIS IS A DEDUCTIVE ALTERNATE. LIST OF ALTERNATES 00410 - 1 Alternate No. 4: DELETE PRACTICE SOCCER FIELD NO. '3 FROM THE WORK. This alternate deletes the named practice field that is included in the Base Bid for the Work. The earthwork to construct the field to its rough grades remains in the Base Bid. The items to be deleted include the fine grading, the irrigation systems for the area, and the seeded "Primavera" Bermudagrass planting and establishment. THIS IS A DEDUCTIVE ALTERNATE. Alternate No. 5: DELETE THE PLAYGROUND EQUIPMENT AND SAFETY SURFACING FROM THE WORK. This alternate deletes the playground equipment and safety surfacing with concrete base that are included in the Base Bid. The earthwork to construct the playground and the perimeter walks around the playground remain in the Base Bid. THIS IS A DEDUCTIVE ALTERNATE Alternate No. 6: DELETE EIGHT FOOT (8') HT. "WROUGHT IRON" FENCE THAT IS LOCATED PARALLEL TO MACARTHUR BLVD., AND IS ON THE SOUTH, EAST AND NORTH SIDE OF THE FIRE STATION; AND INSTALL EIGHT FOOT (8') HT. CHAIN LINK FENCE. This alternate deletes the "wrought iron" fence located along the west side of the project that is included in the Base Bid. Construct in its place a chain link fence as detailed on the plans. The 4' wide gates and 12' wide double gate shall also be constructed with chain link material. THE DIFFERENCE IN PRICE IS A DEDUCTIVE ALTERNATE. END OF SECTION LIST OF ALTERNATES 00410 - 2 Firm Name BID NO. Q 0400-03 Section 00420 BIDDER'S STATEMENT OF QUALIFICATIONS Address City State Telephone Number Number of years in business under presem name: Former name(s) of organization: CLASSIFICATION: [] General [] Building [] Utilities [] Eax~work Titles, names and complete addresses of all principals in firnl: 1. 2. 3. 4. Number of full time employees: I.R.S. Number: FINANCIAL STATUS: Bonding Capacity: Date Organized [] PARTNERSHIP [] CORPORATION Zip Code [] Electrical [] Plumbing [] HVAC ~ [] Paving [] Other Bonding Capacity Remaining: Name and Full Address of Bonding Company: ATTACH A SUMMARY OF FIRM'S LATEST FINANCIAL STATEMENT. Date of Financial Statement: ATTACH A LIST OF SIMILAR COMPLETED PROJECTS. (Addresses, phone numbers and contact person.) ATTACH A LIST OF SIMILAR PROJECTS UNDER CONSTRUCTION OR UNDER CONTRACT. (Addresses, phone numbers and contact person.) 4017 BIDDER'S STATEMENT OF QUALIFICATIONS 00420-1 ATTACH CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE. ATTACH QUALIFICATIONS FOR SUBCONTRACTORS NAMED IN THE BID FORM. REFERENCES: (Bank and Wade; give complete names and addresses.) 1. 2. 3. 4. I here by certify as of Tifie Firm Name that all information provided above aRached herewith is t~'ue and correct, Signature Printed Name Date BIDDER'S STATEMENT OF QUALIFICATIONS 00420 - 2 SECTION 00510 CITY OF COPPELL, TEXAS STANDARD FIXED PRICE AGREEMENT FOR THE CONSTRUCTION OF THE MACARTHUR PARK CONSTRUCTION CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 75019 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION _ City of Coppell, Texas This Agreement is made by and between the City of Coppell, Texas, a home-rule municipality (hereinafier referred to as the "Owner") and , (hereina~er referred to as the "Contractor") for construction of , (hereinafter referred to as the "Project"), the Owner and the Contractor hereby agreeing as follows: ARTICLE I 1.4 No PRIVITY WITH OTHERS THE CONTRACT AND THE CONTRACT 1.4.1 Nothing contained in this Contract shall DOCUMENTS create, or be interpreted to create, privity or any other contractual agreement between the Owner and any 1.1 THE CONTRACT person or entity other than the Contractor. 1.1.1 The Contract between the Owner and 1.5 INTENT AND INTERPRETATION the Contractor, of which this Agreement is a part, consists of the Contract Documents. It shall be 1.5.1 The intent of this Contract is to require effective on the date this Agreement is executed by complete, correct and timely execution of the Work. the last party to execute it. Any Work that may be required, implied or inferred by the Contract Documents, or any one or more of 1.2. THE CONTRACT DOCUMENTS them, as necessary to produce the intended result shall be provided by the Contractor for the Contract 1.2.1 The Contract Documents consist of this Price. Agreement, the Invitation to Bid, Requirements and Instructions to Bidders, the Specifications, the 1.5.2 This Contract is intended to be an Drawings, the Project Manual, all Change Orders and integral whole and shall be interpreted as internally Field Orders issued hereafter, any other amendments consistent. What is required by any one Contract hereto executed by the parties hereafter, together with Document shall be considered as required by the the following (if any): Contract. Documents not enumerated in this Paragraph 1.2.1 1.5.3 When a word, term or phrase is used in are not Contract Documents and do not form part of this Contract, it shall be interpreted or construed, this Contract. first, as defined herein; second, if not defined, according to its generally accepted meaning in the 1.3 ENTIRE AGREEMENT construction industry; and third, if there is no generally accepted meaning in the construction 1.3.1 This Contract, together with the industry, according to its common and customary Contractor's performance and payment bonds for the usage. Project, all General Conditions, Special Conditions, Plans and Specifications, and Addenda attached 1.5.4 The words "include", "includes", or thereto, constitute the entire and exclusive agreement "including", as used hi this Contract, shall be deemed between the Owner and the Contractor with reference to be followed by the phrase, "without limitation". to the Project. Specifically, but without limitation, this Contract supersedes any bid documents and all 1.5.5 The specification herein of any act, prior written or oral communications, representations failure, refusal, omission, event, occurrence or and negotiations, if any, between the Owner and condition as constituting a material breach of this Contractor not expressly made a part hereof. Contract shall not imply that any other, non-specified act, failure, refusal, omission, event, occurrence or CITY OF COPPELL · PURCHASING DEPARTMENT · 255PARKWAY BOULEVARD · COPPELL, TEXAS 75019 Page 16 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION condition shall be deemed not to constitute a material breach of this Contract. 1.5.6 Words or terms used as nouns in this Contract shall be inclusive of their singular and plural forms. unless the context of their usage clearly requires a contrary meaning. 1.5.9 Neither the organization of any of the Contract Documents into divisions, sections, paragraphs, articles, (or other categories), nor the organization or arrangement of the Design, shall control the Contractor in dividing the Work or in establishing the extent or scope of the Work to be performed by Subcontractors. 1.5.7 The Contractor shall have a continuing 1.6 OWNERSHIP OF duty to read, carefully study and compare each of the Contract Documents, the Shop Drawings, the Product Data, and any Plans and Specifications, and shall give written notice to the Owner of any inconsistency, ambiguity, error or omission which the Contractor may discover with respect to these documents before proceeding with the affected Work. The issuance, or the express or implied approval by the Owner or the Architect of the Contract Documents, Shop Drawings or Product Data shall not relieve the Contractor of the continuing duties imposed hereby, nor shall any such approval be evidence of the Contractor's compliance with this Contract. The Owner has requested the Architect to only prepare documents for the Project, including the Drawings and Specifications for the ARTICLE II Project, which are accurate, adequate, consistent, coordinated and sufficient for construction. THE WORK HOWEVER, THE OWNER MAKES NO REPRESENTATION OR WARRANTY OF ANY NATURE WHATSOEVER TO THE CONTRACTOR CONCERNING SUCH DOCUMENTS. By the execution hereof, the Contractor acknowledges and represents that it has 2.2 WORK received, reviewed and carefully examined such documents, has found them to be complete, accurate, adequate, consistent, coordinated and sufficient for construction, and that the Contractor has not, does not, and will not rely upon any representation or warranties by the Owner concerning such documents as no such representation or warranties have been or are hereby made. Further, the Contractor represents and warrants that it has had a sufficient opportunity to inspect the Project site and assumes any and all responsibility for inadequacies or ambiguities in the plans, drawings or specifications as well as for latent conditions of the site where the work is to be performed. 1.5.8 As between numbers and scaled measurements on the Drawings and in the Design, the numbers shall govern, as between larger scale and smaller scale drawings, the larger scale shall govern. CONTRACT DOCUMENTS 1.6.1 The Contract Documents, and each of then~ shall remain the property of the Owner. The Contractor shall have the right to keep one record set of the Contract Documents upon completion of the Project; provided, however, that in no event shall Contractor use, or permit to be used, any or all of such Contract Documents on other projects without the Owner's prior written authorization. 2.1 The Contractor shall perform all of the Work required, implied or reasonably inferable from, this Contract. 2.2.1 The term "Work" shall mean whatever is done by or required of the Contractor to perform and complete its duties under this Contract. including the following: construction of the whole or a designated part of the Project; furnishing of any required surety bonds and insurance, and the provision or furnishing of labor, supervision, services, materials, supplies, equipment, fixtures, appliances, facilities, tools, transportation, storage, power, permits and licenses required of the Contractor, fuel, heat, light, cooling and all other utilities as required by this Contract. The Work to be performed by the Contractor is generally described as follows: CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS ?~019 Page 17 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION 2.2.2 The Contractor shall be responsible for paying for and procuring all materials and labor and furnishing all services necessary or appropriate for the full performance of the Work and the for the full completion of the Project. All materials shall be new and materials and workmanship shall be of good quality. Upon request, the Contractor shall furnish satisfactory proof of the type, kind, and quality of materials. ARTICLE IH CONTRACT TIME 3.1 TIME AND LIQUIDATED DAMAGES 3.1.1 The Contractor shall commence the Work within 10 days of receipt of a written Notice to Proceed, and shall achieve Substamial Completion of the Work no later than ~ calendar days from the date specified in the Notice to Proceed. The parties acknowledge that time is of the essence in the performance of the terms of this Contract. The term "calendar days" shall mean any and all days of the week or month, no days being excepted. It is contemplated by the parties that the progress of the Work may be delayed by certain conditions beyond the control of the panics; these delays have been contemplated by the parties and considered in the time allotted for performance specified herein and includes, but is not limited to delays occasioned on account of adverse weather, temporary unavailability of materials, shipment delays, and the presence and potential interference of other contractors who may be performing work at the Project site unrelated to this agreement, The number of calendar days from the date on which the Work is permitted to proceed, through the date set forth for Substantial Completion, shall constitute the "Conlract Time". 3.1.2 The Contractor shall pay the Owner the sum of $ per day for each and every calendar day of unexcused delay in achieving Substantial Completion beyond the date set forth herein for Substantial Completion of the Work. Any sums due and payable hereunder by the Contractor shall be payable, not as a penalty, but as liquidated damages representing an estimate of delay damages likely to be sustained by the Owner, estimated at or before the time of executing this Contract. When the Owner reasonably believes that Substantial Completion will be inexcusably delayed, the Owner shall be entitled, but not required, to withhold from any amounts otherwise due the Contractor an mount then believed by the Owner to be adequate to recover liquidated damages applicable to such delays. if and when the Contractor overcomes the delay in achieving Substantial Completion, or any part thereof, for which the Owner has withheld payment, the Owner shall promptly release to the Contractor those funds withheld, but no longer applicable, as liquidated damages. 3. 1.3 In the event that the Contractor achieves certification of substantial completion prior to the scheduled completion date, the Owner shall pay to the Contractor the sum of $__ per day for each calendar day that substantial completion is certified in advance of the scheduled completion date. 3.1.4 No claim shall be made by the Contractor to the Owner, and no damages, costs or extra compensation shall be allowed or paid by the Owner to the Contractor for any delay or hindrance from any cause in the progress or completion of the Work or this Contract. The Contractor's sole remedy in the event of any delay or hindrance shall be to request time extensions by written change orders as provided for hereinafter. Should the Contractor be delayed by an act of the Owner, or should the Owner order a stoppage of the Work for sufficient cause, an extension of time shall be granted by the Owner by written authorization upon written application, which extension shall not be unreasonably denied, to compensate for the delay. 3.1.5 The Owner shall have the authority to suspend the Work wholly or in part for such period or periods of time as it may deem appropriate due to unsuitable conditions considered unfavorable for the proper prosecution of the Work or for the failure of the Contractor to carry out instructions from the Owner or Owner's representative. During any period in which the Work is stopped or during which any of the Work is not actively in progress for any reason, Contractor shall properly protect the site and the Work from damage, loss or harm. CITY OF COPPELL * PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL. TEXA~ 15019 Page t6 I T BID Q-0400-3 MACARTHUR PARK CONSTRUCTION 3.2 SUBSTANTIAL COMPLETION 3.2.1 "Substantial Completion" shall mean that stage in the progression of the Work when the Work is sufficiently complete in accordance with this Contract that the Owner can enjoy beneficial use or occupancy of the Work and can utilize the Work for its intended purpose, even though minor miscellaneous work and/or adjustment may be required. 3.3 TIME IS OF THE ESSENCE 3.3.1 All limitations of time set forth in the Contract Documems are of the essence of this Contract. constitute a material breach of this Contract. The Schedule of Values shall be used only as a basis for the Contractor's Applications for Payment and shall only constitute such basis after it has been acknowledged and accepted in writing by the Architect and the Owner. 5.2 PAYMENTPROCEDURE 5.2.1 The Owner shall pay the Contract Price to the Contractor as provided below. 5.2.2 PROGRESS P,4 FMENTS ~ Based upon the Contracmr's Applications for Payment submitted m the Architect and upon Certificates for Payment subsequently issued to the Owner by the Architect, the Owner shall make progress payments to the Contractor on account of the Contract Price. ARTICLE IV CONTRACT PRICE 4.1 THE CONTRACT PRICE 4.1.1 The Owner shall pay, and the Contractor shall accept, as full and complete payment for all of the Work required herein, the fixed sum of $ The sum set forth in this Paragraph 4.1 shall constitute the Contract Price which shall not be modified except by wriuen Change Order as provided in this Contract. ARTICLE V PAYMENT OF THE CONTRACT PRICE 5.1 SCHEDULE OF VALUES 5.1.1 Within ten (10) calendar days of the effective date hereof, the Contractor shall submit to the Owner and to the Architect a Schedule of Values allocating the Contract Price to the various portions of the Work. The Contractor's Schedule of Values shall be prepared in such form, with such detail, and supported by such data as the Architect or the Owner may require to substantiate its accuracy. The Contractor shall not mibalance its Schedule of Values nor artificially inflate any element thereof. The violation of this provision by the Contractor shall 5.2.3 On or before the 251h day of each month after commencement of the Work, the Contractor shall submit an Applicafion for Payment for the period ending the 15th day of the month to the Architect in such form and manner, and with such supporting data and content, as the Owner or the Architect may require. Therein, the Contractor may request payment for ninety percent (90%) of that portion of the Contract Price properly allocable to Contract requirements properly provided, labor, materials and equipment properly incorporated in the Work, tess the total amount of previous payments received from the Owner. Such Application for Payment shall be signed by the Contractor and shall constitute the Contractor's representation that the Work has progressed to the level for which payment is requested in accordance with the Schedule of Values, that the Work has been properly installed or performed in full compliance with this Contract, and that the Contractor knows of no reason why payment should not be made as requested. Thereafter, the Architect will review the Applicafion for Payment and may also review the Work at the Project site or elsewhere to determine whether the quantity and quality of the Work is as represented in the Application for Payment and is as required by this Contract. The Architect shall determine and certify to the Owner the amount properly owing to the Contractor. The Owner shall make partial payments on account of the Contract Price to the Contractor within thirty (30) days following the Architect's receipt and approval of each Application for Payment. The amount of each partial payment shall be the amount certified for payment by the Architect CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 75019 Page '19 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION less such amounts, if any, otherwise owing by the Contractor to the Owner or which the Owner shall have the right to withhold as authorized by this Contract. The Architect's certification of the Contractor's Application for Payment shall not preclude the Owner from the exercise of any of its rights as set forth in Paragraph 5.3 hereinbelow. 5.2.4 The Contractor warrants that title to all Work covered by an Application for Payment will pass to the Owner no later than the time of payment. The Contractor further warrants that upon submittal of an Application for Payment, all Work for which payments have been received from the Owner shall be flee and clear of liens, claims, security interest or other encumbrances in favor of the Contractor or any other person or entity whatsoever. 5.2.5 The Contractor shall promptly pay each Subcontractor out of the amount paid to the Contractor on account of such Subcontractor's Work, the amount to which such Subcontractor is entitled. In the event the Owner becomes informed that the Contractor has not paid a Subcontractor as herein provided, the Owner shall have the right, but not the duty, to issue future checks in payment to the Contractor of amounts otherwise due hereunder naming the Contractor and such Subcontractor as joint payees. Such joint check procedure, if employed by the Owner, shall create no rights in favor of any person or entity beyond the fight of the named payees to payment of the check and shall not be deemed to comn'at the Owner to repeat the procedure in the future. 5.2.6 No progress payment, nor any use or occupancy of the Project by the owner, shall be interpreted to constitute an acceptance of any Work not in strict accordance with this Contract. 5.3 WITHHELD PAYMENT 5.3.1 The Owner may decline to make payment, may withhold funds, and, if necessary, may demand the return of some or all of the amounts previously paid to the Contractor, to protect the Owner from loss because of: (a) defective Work not remedied by the Contractor nor, in the opinion of the Owner, likely to be remedied by the Contractor; (b) claims of third parties against the Owner or the Owner's property; (c) failure by the Contractor to pay Subcontractors or others in a prompt and proper fashion; (d) evidence that the balance of the Work cannot be completed in accordance with the Contract for the unpaid balance of the Contract Price, (e) evidence that the Work will not be completed in the time required for substantial or final completion; (f) persistent failure to carry out the Work in accordance with the Contract; (g) damage to the Owner or a third party to whom the Owner is, or may be, liable. In the event that the Owner makes written demand upon the Contractor for amounts previously paid by the Owner as contemplated in this Subparagraph 5.3.1, the Contractor shall promptly comply with such demand. The Owner shall have no duty to third parties to withhold payment to the Contractor and shall incur no liability for a failure to withhold funds. 5.4 UNEXCUSED FAILURE TO PAY 5.4.1 If within fifteen (15) days after the date established herein for payment to the Contractor by the Owner, the Owner, without cause or basis hereunder, fails to pay the Contractor any amount then due and payable to the Contractor, then the Contractor may afrer ten (10) additional days' writlen notice to the Owner and the Architect, and without prejudice to any other available rights or remedies it may have, stop the Work until payment of those amounts due from the Owner have been received. Late payments shall not accrue interest or other late charges. 5.5 SUBSTANTIAL COMPLETION 5.5.1 When the Contractor believes that the Work is substantially complete, the Contractor shall submit to the Architect a list of items to be completed or corrected. When the Architect on the basis of an inspection determines that the Work is in fact CITY OF COPPELL · PURCHASING DEPARTMENT * 255 PARKWAY BOULEVARD · COPPELL, TEXAS 75019 P~e20 ! T BID Q-0400-3 MACARTHUR PARK CONSTRUCTION substantially complete, it will prepare a Certificate of Substantial Completion which shall establish the date of Substantial Completion, shall state the responsibilities of the Owner and the Contractor for Project security, maintenance, heat. utilities, damage to the Work, and insurance, and shall fix the time within which the Contractor shall complete the items listed therein. Guarantees required by the Contract shall commence on the date of Substantial Completion of the Work. The Certificate of Substantial Completion shall be submitted to the Owner and the Contractor for their written acceptance of the responsibilities assigned to them in such certificate. Upon Substantial Completion of the Work, and execution by both the Owner and the Contractor of the Certificate of Substantial Completion, the Owner shall pay the Contractor an amount sufficient to increase total payments to the Contractor to one hundred percent (100%) of the Contract Price less three hundred percent (300%) of the reasonable cost as determined by the Owner and the Architect for completing all incomplete Work, correcting and bringing into conformance all defective and nonconforming Work, and handling all unsettled claims. 5.6 COMPLETION AND FINAL PAYMENT 5.6.1 When all of the Work is fmally complete and the Contractor is ready for a final inspection, it shall notify the Owner and the Architect thereof in writing. Thereupon, the Architect will make final inspection of the Work and, if the Work is complete in full accordance with this Contract and this Contract has been fully performed, the Architect will promptly issue a final Certificate for Payment certifying to the Owner that the Project is complete and the Contractor is entitled to the remainder of the unpaid Contract Price, less any amount withheld pursuant to this Contract. If the Architect is unable to issue its final Certificate for Payment and is required to repeat its final inspection of the Work, the Contractor shall bear the cost of such repeat final inspection(s) which cost may be deducted by the Owner from the Contractor's final payment. 5.6.1.1 If the Contractor fails to achieve final completion within the time fixed therefor by the Architect in its Certificate of Substantial Completion, the Contractor shall pay the Owner the sum set forth hereinabove as liquidated damages per day for each and every calendar day of unexcused delay in achieving final completion beyond the date set forth herein for final completion of the Work. Any sums due and payable hereunder by the Contractor shall be payable, not as a penalty, but as liquidated damages representing an estimate of delay damages likely to be sustained by the Owner, estimated at or before the time of executing this Contract. When the Owner reasonably believes that final completion will be inexcusably delayed, the Owner shall be entitled, but not required, to withhold from any amounts otherwise due the Contractor an amount then believed by the Owner to be adequate to recover liquidated damages applicable to such delays. If and when the Contractor overcomes the delay in achieving final completion, or any part thereof, for which the Owner has withheld payment, the Owner shall promptly release to the Contractor those funds withheld, but no longer applicable, as liquidated damages. 5.6.2 The Contractor shall not be entitled to final payment unless and until it submits to the Architect its affidavit that all payrolls, invoices for materials and equipment, and other liabilities connected with the Work for which the Owner, or the Owner's property might be responsible, have been fully paid or otherwise satisfied; releases and waivers of lien from all Subcontractors of the Contractor and of any and all other parties required by the Architect or the Owner; consent of Surety, if any, to final payment. If any third party fails or refuses to provide a release of claim or waiver of lien as required by the Owner, the Contractor shall furnish a bond satisfactory to the Owner to discharge any such lien or indemnify the Owner from liability. 5.6.3 The Owner shall make final payment of all sums due the Contractor within ten (10) days of the Architect's execution of a final Certificate for Payment. 5.6.4 Acceptance of final payment shall constitute a waiver of all claims against the Owner by the Contractor except for those claims previously made in writing against the Owner by the Contractor, pending at the time of final payment, and identified in writing by the Contractor as unsettled at the time of its request for final payment. 5.6.5 Under no circumstance shall Contractor be entitled to receive interest on any payments or monies due Contractor by the Owner, whether the amount on which the interest may accrue is timely, CITY OF COPPELL * PURCHASING DEPARTMENT · 255 PARK1NAY BOULEVARD · COPPELL, TEXAS 70019 Page 21 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION late, wrongfully withheld, or an assessment of damages of any kind. ARTICLE VI THE OWNER 6.1 INFORMATION, SERVICES AND THINGS REQUIRED FROM OWNER 6.1.1 The Owner shall furnish to the Contractor, at the time of executing this Contract, any and all written and tangible material in its possession concerning conditions below ground at the site of the Project. Such written and tangible material is furnished to the Contractor only in order to make complete disclosure of such material and for no other purpose. By furnishing such material, the Owner does not represent. warrant, or guarantee its accuracy either in whole, in part, implicitly or explicitly, or at all, and shall have no liability therefor. The Owner shall also furnish surveys, legal limitations and utility locations (if known), and a legal description of the Project site. 6.1.2 Excluding permits and fees normally the responsibility of the Contractor, the Owner shall obtain all approvals, easements, and the like required for construction and shall pay for necessary assessments and charges required for construction, use or occupancy of permanent structures or for permanent changes in existing facilities. 6.1.3 The Owner shall furnish the Contractor, free of charge, one copy of the Contract Documents for execution of the Work. 6.2 RIGHT TO STOP WORK 6.2.1 If the Contractor persistemly fails or refuses to perform the Work in accordance with this Contract, or if the best interests of the public health, safety or welfare so require, the Owner may order the Contractor to stop the Work, or any described portion thereof, until the cause for stoppage has been corrected, no longer exists, or the Owner orders that Work be resumed. In such event, the Contractor shall immediately obey such order. 6.3 OWNER'S RIGHT TO PERFORM WORK 6.3.1 If the Contractor's Work is stopped by the Owner under Paragraph 6.2, and the Contractor fails within seven (7) days of such stoppage to provide adequate assurance to the Owner that the cause of such stoppage will be eliminated or corrected, then the Owner may, without prejudice to any other rights or remedies the Owner may have against the Contractor, proceed to carry out the subject Work. In such a situation, an appropriate Change Order shall be issued deducting from the Contract Price the cost of correcting the subject deficiencies, plus compensation for the Architect's additional services and expenses necessitated thereby, if any. If the unpaid portion of the Contract Price is insufficient to cover the amount due the Owner, the Contractor shall pay the difference to the Owner. ARTICLE VII THE CONTRACTOR 7.1 The Contractor is again reminded of its cominuing duty set forth in Subparagraph 1.5.7. The Contractor shall perform no part of the Work at any time without adequate Contract Documents or, as appropriate, approved Shop Drawings, Product Data or Samples for such portion of the Work. If the Contractor performs any of the Work knowing it involves a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall bear responsibility for such performance and shall bear the cost of correction. 7.2 The Contractor shall perform the Work strictly in accordance with this Contract. 73 The Conlractor shall supervise and direct the Work using the Contractor's best skill, effort and attention. The Contractor shall be responsible to the Owner for any and all acts or omissions of the Contractor, its employees and others engaged in the Work on behalf of the Contractor. 7.3.1 The Contractor shall give adequate attemion to the faithful prosecution of the Work and the timely completion of this Contract, with authority to detemine the manner and means of performing CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 75019 Page 22 I T BID Q-0400-3 MACARTHUR PARK CONSTRUCTION such Work, so long as such methods insure timely completion and proper performance. 7.3.2 The Contractor shall exercise all appropriate means and measures to insure a safe and secure jobsite in order to avoid and prevent injury, damage or loss to persons or property. 7.4 WARRANTy 7.4.1 The Contractor warrants to the Owner that all labor furnished to progress the Work under this Contract will be competent to perform the tasks undertaken, that the product of such labor will yield only first-class results, that materials and equipment fumished will be of good quality and new unless otherwise permitted by this Contract, and that the Work will be of good quality, free from faults and defects and in strict conformance with this Contract. All Work not conforming to these requirements may be considered defective. 7.5 The Contractor shall obtain and pay for all permits, fees and licenses necessary and ordinary for the Work. The Contractor shall comply with all lawful requirements applicable to the Work and shall give and maintain any and all notices required by applicable law pertaining to the Work. 7.6 SUPERVISION 7.6.1 The Contractor shall employ and maintain at the Project site only competem supervisory personnel. Absent written instruction from the Contractor to the contrary, the superintendent shall be deemed the Contractor's authorized representative at the site and shall be authorized to receive and accept any and all communications from the Owner or the Architect. 7.6.2 Key supervisory personnel assigned by the Contractor to this Project are as follows: NAME FUNCTION So long as the individuals named above mmahi actively employed or retained by the Contractor, they shall perform the functions indicated next to their names unless the Owner agrees to the ~:ontrary in writing. In the event one or more individuals not listed above subsequently assume one or more of those functions listed above, the Contractor shall be bound by the provisions of this Subparagraph 7.6.2 as though such individuals had been listed above. 7.7 The Contractor, within fifteen (15) days of commencing the Work, shall submit to the Owner and the Architect for their information, the Contractor's schedule for completing the Work. The Conuactor's schedule shall be revised no less frequently than monthly (unless the parties otherwise agree in writing) and shall be revised to reflect conditions encountered from time to time and shall be related to the entire Project. Each such revision shall be furnished to the Owner and the Architect. Failure by the Contractor to strictly comply with the provisions of this Paragraph 7.7 shall constitute a material breach of this Contract. 7.8 The Contractor shall continuously maintain at the site, for the benefit of the owner and the Architect, one record copy of this Contract marked to record on a current basis changes, selections and modifications made during construction. Additionally, the Contractor shall maintain at the site for the Owner and Architect the approved Shop Drawings, Product Data, Samples and other similar required submittals. Upon final completion of the Work, all of these record documents shall be delivered to the Owner. 7.9 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 7.9.1 Shop Drawings, Product Dam, Samples and other submittals from the Contractor do not constitute Contract Documents. Their purpose is merely to demonstrate the manner in which the Contractor intends to implement the Work in conformance with information received from the Contract Documents. 7.9.2 The Contractor shall not perform any portion of the Work requiting submittal and review of Shop Drawings, Product Data or Samples unless and CITY OF COPPELL · PURCHASING DEPARTMENT · 25S PARKWAY BOULEVARD · COPPELL, TEXAS 75019 Page 23 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION until such submittal shall have been approved by the Architect. Approval by the Architect, however, shall not be evidence that Work installed pursuant thereto conforms with the requirements of this Contract. 7.10 CLEANING THE SITE AND THE PROJECT 7.10.1 The Contractor shall keep the site reasonably clean during performance of the Work. Upon final completion of the Work, the Contractor shall clean the site and the Project and remove all waste, rubbish, temporary structures, and other materials together with all of the Contractor's property therefrom. Contractor shall dispose of all refuse at a Texas Natural Resource Conservation Cornrmssion approved landfill. The Contractor shall further restore all property damaged during the prosecution of the Work and shall leave the site in a clean and presentable condition. No additional payment shall be made by the Owner for this work, the compensation having been considered and included in the contract price. 7.11 ACCESS TO WORK AND INSPECTIONS 7.11.1 The Owner and the Architect shall have access to the Work at all times from commencement of the Work through final completion. The Contractor shall take whatever steps necessary to provide access when requested. When reasonably requested by the Owner or the Architect, the Contractor shall perform or cause to be performed such testing as may be necessary or appropriate to insure suitability of the jobsite or the Work's compliance with the Contract requirements. 7.12 INDEMNITY AND DISCLAIMER 7.12.1 OWNER SHALL NOT BE LIABLE OR RESPONSIBLE FOR, AND SHALL BE INDEMNIFIED, DEFENDED, HELD HARMLESS AND RELEASED BY CONTRACTOR FROM AND AGAINST ANY AND ALL SUITS, ACTIONS, LOSSES, DAMAGES, CLAIMS, OR LIABILITY OF ANY CHARACTER, TYPE, OR DESCRIPTION, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, AND ATTORNEY'S FEES FOR INJURY OR DEATH TO ANY PERSON, OR INJURY OR LOSS TO ANY PROPERTY, RECEIVED OR SUSTAINED BY ANY PERSON OR PERSONS, INCLUDING THE CONTRACTOR, OR PROPERTY, ARISING OUT OF, OR OCCASIONED BY, DIRECTLY OR INDIRECTLY, THE PEREOR.MANCE OF CONTRACTOR UNDER THIS AGREEMENT, INCLUDING CLAIMS AND DAMAGES ARISING IN WHOLE OR IN PART FROM THE NEGLIGENCE OF OWNER, WITHOUT, HOWEVER, WAIVING ANY GOVERN-MENTAL IMMUNITY AVAILABLE TO THE OWNER UNDER TEXAS LAW AND WITHOUT WAIVING ANY DEFENSES OF THE PARTIES UNDER TEXAS LAW. THE PROVISIONS OF THIS INDEMNI-FICATION ARE SOLELY FOR THE BENEFIT OF THE PARTIES HERETO AND NOT INTENDED TO CREATE OR GRANT ANY RIGHTS, CONTRACTUAL OR OTHERWISE, TO ANY OTHER PERSON OR ENTITY. IT IS THE EXPRESSED INTENT OF THE PARTIES TO THIS AGREEMENT THAT THE INDEMNITY PROVIDED FOR IN THIS CONTRACT IS AN INDEMNITY EXTENDED BY CONTRACTOR TO INDEMNIFY AND PROTECT OWNER FROM THE CONSEQUENCES OF THE CONTRACTOR'S AS WELL AS THE OWNER'S NEGLIGENCE, WHETHER SUCH NEGLIGENCE IS THE SOLE OR PARTIAL CAUSE OF ANY SUCH INJURY, DEATH, OR DAMAGE. 7.12.2 The Contractor will secure and maintain Contractual Liability insurance to cover this indemmfication agreement that will be primary and non-contributory as to any insurance maintained by the Owner for its own benefit, including self- insurance. In addition, Contractor shall obtain and file with Owner a City of Coppell Standard Certificate of Insurance evidencing the required coverage. 7.12.3 In claims against any person or entity indemnified under this Paragraph 7.12 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Paragraph 7.12 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 7S019 Page 24 ~ BID Q-0400-3 MACARTHUR PARK CONSTRUCTION 7.13 NONDISCRIMINATION 7.13.1 The Contractor shall not discriminate in any way against any person, employee or job applicant on the basis of race, color, creed, national original, religion, age, sex, or disability where reasonable accommodations can be effected to enable the person to perform the essential functions of the job. The Contractor shall further insure that the foregoing nondiscrimination requirement shall be made a part and requirement of each subcontract on this Project. 7.14 PREVAILING WAGE RATES 7.14.1 The Contractor shall comply in all respects with all requirements imposed by any laws, ordinances or resolutions applicable to the Project with regard to the minimum prevailing wage rates for all classes of employees, laborers, subcontractors, mechanics, workmen and persons furnislfmg labor and services to the Project. The City of Coppell has adopted a Prevailing Wage Rate Schedule, available to the Contractor by request, which specifies the classes and wage rates to be paid to all persons. The Contractor shall pay not less than the minimum wage rates established thereby for each class, craft or type of labor, workman, or mechanic employed in the execution of this Contract. The failure of the Contractor to comply with this requirement shall result in the forfeiture to the City of Coppell of a sum of not less than Sixty Dollars ($60.00) for each person per day, or portion thereof, that such person is paid less than the prevailing rate. Upon request by the Owner, Contractor shall make available for inspection and copying its books and records, including but not limited to its payroll records, account information and other documents as may be required by the Owner to insure compliance with this provision. 7.15 JOB SITE SAFETY PRECAUTIONS 7.15.1 The Contractor shall at all times exercise reasonable precautions for the safety of its employees, laborers, subcontractors, mechanics, workmen and others on and near the jobsite and shall comply with all laws, ordinances, regulations, and standards of federal, state and local safety laws and regulations. The Contractor shall provide such machinery guards, safe walk-ways, ladders, bridges, and other safety devices as may be necessary or appropriate to insure a safe and secure jobsite and shall require its subcontractors to comply with this requirement. The Contractor shall trmnediately comply with any and all safety requirements imposed by the Architect during the profess of the Work. 7.16 WARNING DEVICES AND BARRICADES 7.16.1 The Contractor shall furnish and maintain such waming devices, barricades, lights, signs, pavement markings, and other devices as may be necessary or appropriate or required by the Architect to protect persons or property in, near or adjacent to the jobsite, including . No separate compensation shall be paid to the Contractor for such measures. Where the Work is being conducted in, upon or near streets, alleys, sidewalks, or other rights-of-way, the Contractor shall insure the placement, maintenance and operation of any and all such warning devices as may be required by the City of Coppell and shall do so until no longer required by the City. Such devices shall be in compliance with and conform to the manual and specifications for the uniform system of traffic control devices adopted by the Texas Department of Transportation. 7.17 PROTECTION OF UTILITIES AND OTHER CONTRACTORS 7.17. l The Contractor shall use best efforts to leave undisturbed and uninterrupted all utilities and utility services provided to the jobsite or which presently exists at, above or beneath the location where the Work is to be performed. In the event that any utility or utility service is disturbed or damaged during the progress of the Work, the Contractor shall forthwith repair, remedy or restore the utility at Contractor's sole expense. 7.17.2 The Contractor understands and acknowledges that other contractors of the Owner or of other entities may be present at the jobsite performing other work unrelated to the Project. The Contractor shall use best efforts to work around other contractors without impeding the work of others while still adhering to the completion date established herein. In the event that the Contractor's work is or may be delayed by any other person, the Contractor shall immediately give notice thereof to the Architect and shall request a written Change Order in accordance with the procedures set forth by this Contract. The Contractor's failure to provide such notice and to request such Change Order shall CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 75019 Page 25 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION constitute a waiver of any and all claims associated therewith, ARTICLE VIII CONTRACT ADMINISTRATION 8.1 THE ARCHITECT 8.1.1 When used in this Contract the term "Architect" does not necessarily denote a duly licensed, trained or certified architect; as used herein, the term shall be used interchangeably and shall mean a designated Architect, Engineer, or Contract Administrator (who may not be an architect or engineer) for the Owner, said person to be designated or redesignated by the Owner prior to or at any time during the Work hereunder. The Architect may be an employee of the Owner or may be retained by the Owner as an independent contractor but, in either event, the Architect's duties and authority shall be as set forth hercinafter. The Contractor understands and agrees that it shall abide by the decisions and instructions of the Architect notwithstanding the contractual relationship between the Owner and Architect. All of the Owner's instructions to the Contractor shall be through the Architect. In the event the Owner should find it necessary or convenient to replace the Architect, the Owner shall retain a replacement Architect and the status of the replacement Architect shall be that of the former Architect. 8.2 ARCHITECT'S ADMINISTRATION 8.2.1 The Architect, unless otherwise directed by the Owner in writing, will perform those duties and discharge those responsibilities allocated to the Architect as set forth in this Contract. The Architect shall be the Owner's representative from the effective date of this Contract until final payment has been made. 8.2.2 The Owner and the Contractor shall communicate with each other in the first instance through the Architect. 8.2.3 The Architect shall be the initial interpreter of the requirements of the drawings and specifications and the judge of the performance thereunder by the Contractor. The Architect shall render written or graphic interpretations necessary for the proper execution or progress of the Work with reasonable promptness on request of the Contractor. 8.2.4 The Architect will review the Contractor's Applications for Payment and will certify to the Owner for payment to the Contractor, those amounts then due the Contractor as provided in this Contract. 8.2.5 The Architect shall have authority to reject Work which is defective or does not conform to the requirements of this Contract. If the Amhitect deems it necessary or advisable, the Architect shall have authority to require additional inspection or testing of the Work for compliance with Contract requirements. 8.2.6 The Architect will review and approve, or take other appropriate action as necessary, concerning the Contmctor's submittals including Shop Drawings, Product Data and Samples. Such review, approval or other action shall be for the sole purpose of determining conformance with the design concept and information given through the Contract Documents. 8.2.7 ' The Architect will prepare Change Orders and may authorize minor changes in the Work by Field Order as provided elsewhere herein. 8.2.8 The Architect shall, upon written request from the Contractor, conduct inspections to determine the date of Substantial Completion and the date of final completion, will receive and forward to the Owner for the Owner's review and records, written warranties and related documents required by this Contract and will issue a fmal Certificate for Payment upon compliance with the requirements of this Contract. 8.2.9 The Architect's decisions in matters relating to aesthetic effect shall be final if consistent with the intent of this Contract. 8.3 CLAIMS BY THE CONTRACTOR 8.3.1 The Architect shall deterrmne all claims and matters in dispute between the Contractor and Owner with regard to the execution, progress, or sufficiency of the Work or the interpretation of the Contract Docun~ents, including but not limited to the CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD * COPPELL, TEXAS 15011 P~e26 I T BID Q-0400-3 MACARTHUR PARK CONSTRUCTION plans and specifications. Any dispute shall be submined in writing to the Architect within seven (7) days of the event or occurrence or the first appearance of the condition giving rise to the claim or dispute who shall render a written decision within a reasonable time thereafter. The Arehitect's decisions shall be final and binding on the panics. In the event that either party objects to the Architect's determination as to any submitted dispute, that party shall submit a written objection to the Architect and the opposing party within ten (10) days of receipt of the Architect's written determination in order to preserve the objection. Failure to so object shall constitute a waiver of the objection for all purposes. 8.3.2 Pending final resolution of any claim of the Contractor, the Contractor shall diligently proceed with performance of this Contract and the Owner shall continue to make payments to the Contractor in accordance with this Cnnuact. 8.3.3 CLAIMS FOR CONCEALED, LATENT OR UNKNOWN CONDITIONS - The Contractor expressly represents that it has been provided with an adequate oppommity to inspect the Project site and thoroughly review the Contract Documents and plans and specifications prior to submission of its bid and the Owner's acceptance of the bid. Subject to the conditions hereof, Contractor assumes full responsibility and risk for any concealed, latent or unknown condition which may affect the Work. No claims for extra work or additional compensation shall be made by Contractor in connection with concealed, latent or unknown conditions except as expressly provided herein. Should concealed, latent or unknown conditions encountered in the performance of the Work (a) below the surface of the ground or (b) in an existing structure be at variance with the conditions indicated by this Contract, or should unknown conditions of an nnusnal nature differing materially fi'om those ordinarily encountered in the area and generally recognized as inherent in Work of the character provided for in this Contract, be encountered, the Contract Price shall be equitably adjusted by Change Order upon the written notice and claim by either party made within seven (7) days after the first observance of the condition. As a condition precedent to the Owner having any liability to the Contractor for concealed or unknown conditions, the Contractor must give the Owner and the Architect written notice of, and an opportunity to observe, the condition prior to disturbing it. The failure by the Contractor to make the written notice and claim as provided in this Subparagraph shall constitute a waiver by the Contractor of any claim arising out of or relating to such concealed, latent or unknown condition and the Contractor thereby assumes all risks and additional costs associated therewith. 8.3.4 CLAIMS FOR ADDITIONAL COSTS - If the Contractor wishes to make a claim for an increase in the Contract Price, as a condition precedent to any liability of the Owner therefor, the Contractor shall give the Architect written notice of such claim within seven (7) days after the occurrence of the event, or the first appearance of the condition, giving rise to such claim. Such notice shall be given by the Contractor before proceeding to execute any additional or changed Work. The failure by the Contractor to give such notice and to give such notice prior to executing the Work shall constitute a waiver of any claim for additional compensation. 8.3.4.1 In connection with any claim by the Contractor against the Owner for compensation in excess of the Contract Price, any liability of the Owner for the Contractor's costs shall be strictly limited to direct costs incurred by the Contractor and shall in no event include indirect costs or consequential damages of the Contractor. The Owner shall not be liable to the Contractor for claims of third parties, including Subcontractors. The Owner shall not be liable to the Contractor for any claims based upon delay to the Contractor for any reason whatsoever including any act or neglect on the part of the Owner. 8.3.5 CLAIMS FOR ADDITIONAL TIME - If the Contractor is delayed in progressing any task which at the time of the delay is then critical or which during the delay becomes critical, as the sole result of any act or neglect to act by the Owner or someone acting in the Owner's behalf, or by changes ordered in the Work, unusual delay in transportation, unusually adverse weather conditions not reasonably anticipated, fire or any causes beyond the Contractors control, then the date for achieving Substantial Completion of the Work shall be extended upon the written notice and claim of the Contractor to the Owner and the Architect, for such reasonable time as the Architect may determine. Any notice and claim for an extension of time by the Contractor shall be made not more than seven (7) days after the occurrence of the event or the first appearance of the condition giving rise to the claim and shall set forth in detail the Contractor's basis for requiring additional CITY OF COPPELL · PURCHASING DEPARTMENT · 255 pARKVVAY BOULEVARD · COPPELL, TEXAS 79019 Page 27 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION time in which to complete the Project. In the event the delay to the Contractor is a continuing one, only one notice and claim for additional time shall be necessary. If the Contractor fails to make such claim as required in this Subparagraph, any claim for an extension of time shall be waived. The procedures and remedies provided by this provision shall be the sole remedy of Contractor and Contractor shall not assert nor be entitled to any additional delays or damages associated therewith. 8.4 FIELD ORDERS 8.4.1 The Architect shall have authority to order minor changes in the Work not involving a change in the Contract Price or in Contract Time and not inconsistent with the intent of the Contract. Such changes shall be effected by Field Order and shall be binding upon the Contractor. The Contractor shall carry out such Field Orders promptly. 8.5 MEDIATION 8.5.1 In the event that a dispute arises under the terms of this Contract, following an adverse determination by the Architect and proper preservation of the issue as required herein, the parties agree to submit to mediation. In such event, the parties shall agree to a designated person to serve as mediator and each party shall be responsible for payment of one-half of the total mediation fees. The parties shall submit the dispute to mediation as soon as practical and in no event later than one (1) year after the Architect's written decision on the matter. At least one designated representative of each party must attend and participate in good faith in an effort to resolve the matters in dispute. 8.5.2 In no event shall the foregoing provision justify or authorize any delay in the progress of the Work; the parties shall abide by the decision of the Architect in accornplistfmg the timely completion of the Project. ARTICLE IX SUBCONTRACTORS 9.1 DEFINITION 9.1.1 A Subcontractor is an entity which has a direct contract with the Contractor to perform a portion of the Work. No Subcontractor shall be in privity with the Owner. 9.2 AWARD OF SUBCONTRACTS 9.2.1 Upon execution of the Contract, the Contractor shall furnish the Owner, in writing, the names of persons or entities proposed by the Contractor to act as a Subcontractor on the Project. The Owner shall promptly reply to the Contractor, in writing, stating any objections the Owner may have to such proposed Subcontractor. The Contractor shall not enter into a subcontract with a proposed Subcontractor with reference to whom the Owner has made timely objection. The Contractor shall not be required to subcontract with any party to whom the Contractor has objection. 9.2.2 All subcontracts shall afford the Contractor fights against the Subcontractor which correspond to those rights afforded to the Owner against the Contractor herein, including those fights afforded to the Owner by Subparagraph 12.2.1 below. All subcontracts shall incorporate by reference the provisions hereof and shall provide that no clam, causes or demands shall be made by any Subcontractor against the Owner. 9.2.3 The Contractor shall indemnify, defend and hold harmless the Owner from and against any and all claims, demands, causes of action, damage, and liability asserted or made against the Owner by or on behalf of any Subconu'actor. CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKINAY BOULEVARD · COPPELL, TEXAS 75019 Page 28 I T BID Q-0400-3 MACARTHUR PARK CONSTRUCTION ARTICLE X CHANGES IN THE WORK 10.1 CHANCES PERMITTED 10.1.1 Changes in the Work within the general scope of this Contract, consisting of additions, deletions, revisions, or any combination thereof, may be ordered without invalidating this Contract, by Change Order or by Field Order. 10.1.2 Changes in the Work shall be performed trader applicable provisions of this Contract and the Contractor shall proceed promptly with such changes. 10.2 CHANGE ORDER DEFINED 10.2.1- Change Order shall mean a wriHen order to the Contractor executed by the Owner and the Architect, issued after execution of this Contract, authorizing and directing a change in the Work or an adjusnnent in the Contract Price or the Contract Time, or any combination thereof. The Contract Price and the Contract Time may be changed only by wrinen Change Order. 10.3 CHANGES IN THE CONTRACT PRICE 10.3.1 Any change in the Contract Price resulting from a Change Order shall be determined as follows: (a) by mutual agreement between the Owner and the Contractor as evidenced by (1) the change in the Contract Price being set forth in the Change Order, (2) such change in the Contract Price, together with any conditions or requirements related thereto, being initialed by both parties and (3) the Contractor's execution of the Change Order, or (b) if no mutual agreement occurs between the Owner and the Contractor, then, as provided in Subparagraph 10.3.2 below. 10.3.2 If no mutual agreement occurs between the Owner and the Contractor as contemplated in Subparagraph 10.3.1 above, the change in the Contract Price, if any, shall then be determined by the Architect on the basis of the reasonable expenditures or savings of those performing, deleting or revising the Work attributable to the change, including, in the case of an increase or decrease in the Contract Price, a reasonable allowance for direct job site overhead and profit. In such case, the Contractor shall present, in such form and with such content as the Owner or the Architect requires, an itemized accounting of such expenditures or savings, plus appropriate supporting data for inclusion in a Change Order. Reasonable expenditures or savings shall be limited to the following: reasonable costs of materials, supplies, or equipment including delivery costs, reasonable costs of labor, including social security, old age and unemployment insurance, fringe benefits required by agreement or custom, and workers' compensation insurance, reasonable rental costs of machinery and equipment exclusive of hand tools whether rented from the Contractor or others, reasonable costs of preminn~ for all bonds and insurance, permit fees, and sales, use or other taxes related to the Work, and reasonable cost of direct supervision and jobsite field office overhead directly attributable to the change. In no event shall any expenditure or savings associated with the Contractor's home office or other non-jobsite overhead expense be included in any change in the Contract Price. Pending final determination of reasonable expenditures or savings to the Owner, payments on account shall be made to the Contractor on the Architect's Certificate for Payment. 103.3 If unit prices are provided in the Contract, and if the quantities contemplated are so changed in a proposed Change Order that application of such unit prices to the quantities of Work proposed will cause substantial inequity to the Owner or to the Contractor, the applicable unit prices shall be equitably adjusted. 10.4 MINOR CHANGES 10.4.1 The Architect shall have authority to order minor changes hi the Work not involving a change in the Conrtact Price or an extension of the Contract Time and not inconsistent with the intent of this Contract. Such minor changes shall be made by Written Field Order, and shall be binding upon the owner and the Contractor. The Contractor shall promptly carry out such written Field Orders. 10.5 EFFECT OF EXECUTED CHANGE ORDER 10.5.1 The execution of a Change Order by the Contractor shall constitute conclusive evidence of the Contractor's agreement to the ordered changes in the Work, this Contract as thus amended, the Contract Price and the Contract Time. The Contractor, by executing the Change Order, waives and forever CITY OF COPPELL * PURCHASING DEPARTMENT * 255 PARK1NAY BOULEVARD · COPPELL, TEXAS 75019 Page 29 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION releases any claim against the Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. 10.6 NOTICE TO SURETY; CONSENT 10.6.1 The Contractor shall notify and obtain the consent and approval of the Contractor*s surety with reference to all Change Orders if such notice. consent or approval are required by the Contractor's surety or by law. The Contractor's execution of the Change Order shall constitute the Contractor's warranty to the Owner that the surety has been notified of and consents tu, such Change Order and the surety shall be conclusively deemed to have been notified of such Change Order and to have expressly consented thereto. ARTICLE XI UNCOVERING AND CORRECTING WORK 11.1 UNCOVERING WORK 11.1.1 If any of the Work is covered contrary to the Architect's request or to any provisions of this Contract, it shall, if required by the Architect or the Owner, be uncovered for the Architect's inspection and shall be properly replaced at the Contractor's expense without change in the Contract Time. 11.1.2 If any of the Work is covered in a manner not inconsistent with Subparagraph 11.1.1 above, it shall, if required by the Architect or Owner, be uncovered for the Architect's inspection. If such Work conforms strictly with this Contract, costs of uncovering and proper replacemere shall by Change Order be charged to the Owner. If such Work does not strictly conform with this Contract, the Contractor shall pay the costs of uncovering and proper replacement. 11.2 CORRECTING WORK 11.2.1 The Contractor shall immediately proceed to correct Work rejected by the Architect as defective or failing to conform to this Confract. The Contractor shall pay all costs and expenses associated with correcting such rejected Work, including any additional testing and inspections, and reimbursement to the Owner for the Architect's services and expenses made necessary thereby. 11.2.2 If within one (1) year after Substantial Completion of the Work any of the Work is found to be defective or not in accordance with this Contract, the Contractor shall correct it promptly upon receipt of written notice from the Owner. This obligation shall survive final payment by the Owner and termination of this Contract. With respect to Work first performed and completed after Substantial Completion, this one year obligation to specifically correct defective and nonconforming Work shall be extended by the period of time which elapses between Substantial Completion and completion of the subject Work. 11.2.3 Nothing contained in this Paragraph 11.2 shall establish any period of limitation with respect to other obligations which the Contractor has under this Contract. Establishment of the one year time period in Subparagraph 11.2.2 relates only to the duty of the Contractor to specifically correct the Work. 11.3 OWNER MAY ACCEPT DEFECTIVE OR NONCONFORMING WORK I 1.3.1 If the Owner chooses to accept defective or nonconforming Work, the Owner may do so. In such event, the Contract Price shall be reduced by the greater of (a) the reasonable cost of removing and correcting the defective or nonconforming Work, and (b) the difference between the fair market value of the Project as constructed and the fair market value of the Project had it not been constructed in such a manner as to include defective or nonconforming Work. If the remaining portion of the unpaid Contract Price, if any, is insufficient to compensate the Owner for its acceptance of defective or nonconforming Work, the Contractor shall, upon written demand from the Owner, pay the Owner such remaining compensation for accepting defective or nonconforming Work. ARTICLE XII CONTRACT TERMINATION 12.1 TERMINATION BY THE CONTRACTOR 12.1.1 If the Work is stopped for a period of ninety (90) days by an order of any court or other public authority, or as a result of an act of the Government, through no fault of the Contractor or CITY OF COPPELL · PURCHASING DEPARTMENT * 255 PARKWAY GOULEVARD * COPPELL, TEXAS 75019 Page3o BID Q-0400-3 MACARTHUR PARK CONSTRUCTION any person or entity working directly or indirectly for the Contractor, the Contractor may, upon ten (10) days' written notice to the Owner and the Architect, temunate performance under this Contract and recover from the Owner payment for the actual reasonable expenditures of the Contractor (as limited in Subparagraph 10.3.2 above) for all Work executed and for materials, equipment, tools, construction equipment and machinery actually purchased or rented solely for the Work, less any salvage value of any such items. 12.1.2 If the Owner shall persistently or repeatedly fail to perform any material obligation to the Contractor for a period of fifteen (15) days after receiving written notice from the Contractor of its intent to terminate hereunder, the Contractor may terminate performance under this Contract by written notice to the Architect and the Owner. In such event, the Contractor shall be entitled to recover from the Owner as though the Owner had terminated the Contractor's performance under this Contract for convenience pursuant to Subparagraph 12.2.1 hereunder. 12.2 TERMINATION BY THE OWNER 12.2.1 FOR CONVENIENCE 12.2.1.1 The Owner may for any reason whatsoever terminate performance under this Contract by the Contractor for convenience. The Owner shall give written notice of such termination to the Contractor specifying when termination becomes effective. 12.2.1.2 The Contractor shall incur no further obligations in connection with the Work and the Contractor shall stop Work when such termination becomes effective. The Contractor shall also terminate outstanding orders and subcontracts. The Contractor shall settle the liabilities and claims arising out of the termination of subcontracts and orders. The Owner may direct the Contractor to assign the Contractors right, title and interest under terrmnated orders or subcontracts to the Owner or its designee. 12.2.1.3 The Contractor shall transfer title and deliver to the Owner such completed or partially completed Work and materials, equipment, parts, fixtures, information and Contract rights as the Contractor has. 12.2.1.4 (a) The Contractor shall submit a termination claim to the Owner and the Architect specifying the mounts due because of the termination for convenience together with costs, pricing or other data required by the Architect. If the Contractor fails to file a termination claim within one (1) year from the effective date of termination, the Owner shall pay the Contractor, an amount derived in accordance with subparagraph (c) below. (b) The Owner and the Contractor may agree m the compensation, if any, due to the Contractor hereunder. (c) Absent agreement to the amount due to the Contractor, the Owner shall pay the Contractor the following amounts: (i) Contract prices for labor, materials, equipment and other services accepted under this Contract; (ii) Reasonable costs incurred in preparing to perform and in performing the terminated portion of the Work, and in terminating the Contractur's performance, plus a fair and reasonable allowance for overhead and profit thereon (such profit shall not include anticipated profit or consequential damages), provided however, that if it appears that the Contractor would have not profited or would have sustained a loss if the entire Contract would have been completed, no profit shall be allowed or included and the amount of compensation shall be reduced to reflect the anticipated rate of loss, if any; (iii) Reasonable costs of settling and paying clam arising out of the termination of subcontracts or orders pursuant to Subparagraph 12.2.1.2 of this Paragraph. These costs shall not include amounts paid in accordance with other provisions hereof. CITY OF COPPELL ' PURCHASING DEPARTMENT · 25S PARKWAY BOULEVARD · COPPELL, TEXAS ?S0'I9 Page BID Q-0400-3 MACARTHUR PARK CONSTRUCTION The total sum to be paid the Contractor under this Subparagraph 12.2.1 shall not exceed the total Contract Price, as properly adjusted, reduced by the amount of payments otherwise made, and shall in no event include duplication of payment. 12.2.2 FOR CAUSE 12.2.2.1 If the Contractor persistently or repeatedly refuses or fails to prosecute the Work in a timely manner, abandons the jobsite and fails to resume work within five (5) days of written notice thereof by the Owner, fails to grant or allow access to the jobsite by the Owner or Architect, fails to supply enough properly skilled workers, supervisory personnel or proper equipment or materials, fails to make prompt payment to Subcontractors or for materials or labor, persistently disregards laws, ordinances, roles, regulations or orders of any public authority having jurisdiction, or otherwise is guilty of a violation of a material provision of this Contract, then the Owner may by written notice to the Contractor, without prejudice to any other right or remedy, terrmnate the employment of the Contractor and take possession of the site and of all materials, equipment, toolsl construction equipment and machinery thereon owned by the Contractor and may finish the Work by whatever methods it may deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the Work is finished. 12.2.2.2 If the unpaid balance of the Contract Price does not exceed the cost of finishing the work, including compensation for the Architect's additional services and expenses made necessary thereby, such difference shall be paid by the Contractor to the Owner. This obligation for payment shall survive the ternunation of the Contract. 12.2.2.3 In the event the employment of the Contractor is terminated by the Owner for cause pursuant to Subparagraph 12.2.2 and it is subsequently determined by a Court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a Terrmnation for Convenience under Subparagraph 12.2.1 and the provisions of Subparagraph 12.2.1 shall apply. 13.1 ARTICLE XIII INSURANCE CONTRACTOR SHALL MAINTAIN INSURANCE 13.1.1 The Contractor at his own expense shall purchase, maintain and keep in force during the life of this contract, adequate insurance that will protect the Contractor and/or any Additional Insured from claims which may arise out of or result from operations under this contract. The insurance required shall provide adequate protections from all claims, whether such operations be by the Contractor or by any Additional Insured or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone whose acts of any of them may be liable and from any special hazards, such as blasting, which may be encountered in the performance of this contract in the amounts as shown below in Paragraph 13.2.1. 13.1.2 The Contractor shall not commence work on any Contract in the City of Coppell until the Contractor has obtained all the insurance required under this paragraph and such insurance has been approved by the City. 13.2 TYPES AND AMOUNTS OF CONTRACTOR'S INSURANCE 13.2.1. The Contractor shall furnish and maintain during the life of the contract adequate Worker's Compensation and Commercial General Liability (Public) Insurance in such amonnts as follows: Type of lnsurance Amount Worker's Compensation as set forth in the Worker's Compensation Act. Commercial General $1,000,000 Each Accident/Occurrence, Liability (Public) $1,000,000 Aggregate $1,000,000 Products & Completed Operations Aggregate. Owner' s Protective Liability Insurance $600,000 per occurrence $1,000,000 aggregate CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 75019 Page32 i 7 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION Excess/Umbrella Liability $1,000,000 per occurrence w/drop down coverage Endorsement CG 2503 Automobile Liability Amendment Aggregate Limit of Insurance per Project or Owner's and Contractor's Protective Liability Insurance for the Project. $500,000 Combined single limit per occurrence. 13.3 ADDITIONAL INSURED The Owner shall be named as an additional insured on the Commercial General Liability (Public), Owner's Protective Liability, and Excess/Umbrella Liability Insurance Policies furnished by the Contractor. 13.4 WRITTEN NOTIFICATION Each insurance policy shall contain a provision requiring that thirty (30) days prior to expiration, cancellation, non-renewal or any material change in coverage, a notice there of shall be given by certified mail to the Division of Purchasing, City of Coppell, 255 Parkway Blvd., Coppell, Texas, 75019. 13.5 PREMIUMS AND ASSESSMENTS Companies issuing the insurance policies shall have no recourse against the City for payment of any premimns or assessments for any deductibles which are at the sole responsibility and risk of the Contractor. 13.6 CERTIFICATE OF INSURANCE Proof that the insurance is in force shall be timfished to the City on City of Coppell Standard Certificate of Insurance Forms. In the event any insurance policy shown on the Certificate of Insurance has an expiration date that is prior to the completion and final acceptance of the project by the City of Coppell, the contractor shall fur~zsh the City proof of identical continued coverage no later than thirty(30) days prior to the expiration date shown on the Certificate of Insurance. 13.7 PRIMARY COVERAGE The coverages provided herein shall be primary and noncontributory with any other insurance maintained by the City of Coppell, Texas, for its benefit, including self insurance. 13.8 WORKER'S COMPENSATION INSURANCE COVERAGE 13.8.1 The Contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 750'19 Page 33 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION (6) (7) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; post a notice on each project site infornung all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission roles. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the Texas Worker's Compensation Comm- ission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insmance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employers failure to provide coverage." and (A) (B) (c) (D) (E) (F) (8) contractually require each person with (G) whom it contracts to provide services on a project, to: provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; provide a certificate of coverage to the contractor prior to that person beginning work on the project; include in all contracts to provide services on the project the language in subsection (e)(3) of this rule; provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; obtain from each other person with whom it contracts, and provide to the Contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; retain all required certificates of coverage on file for the duration of the project and for one year thereafter; notify the governmental emity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 75019 Page 34 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION affects the provision of coverage of any person providing services on the project; and contractually require each other person with whom it contracts, to perform as required by sub- paragraphs (A) (H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. ARTICLE XIV MISCELLANEOUS 14.1 LAWS AND ORDINANCES 14.1.1 The Contractor shall at all times and in all respects observe and comply with all federal, state and local laws, ordinances, and regulations applicable to the Project and Work. The Contractor shall further insure that all Subcontractors observe and comply with said laws, ordinances and regulations. 14.2 GOVER/NING LAW 14.2.1 The Contract shall be governed by the laws of the State of Texas. Venue for any causes of action arising under the terms or provisions of this Contract or the Work to be performed hereunder shall be in the courts of Dallas County, Texas. 14.3 SUCCESSORS AND ASSIGNS 14.3.1 The Owner and Contractor bind themselves, their successors, assigns and legal representatives to the other party hereto and to successors, assigns and legal representatives of such other party in respect to covenants, agreements and obligations contained in this Contract. The Contractor shall not assign this Contract without written consent of the Owner. 14.4 SURETY BONDS 14.4.1 If the Contract Price exceeds the sum of $25,000.00, the Contractor shall furnish separate performance and payment bonds to the Owner, according to the requirements set out in the bid documents and state statutes to guaranty full and faithful performance of the Contract and the full and final payment of all persons supplying labor or materials to the Project. Each bond required by the bid documents or state statute shall set forth a penal sum in an amount not less than the Contract Price. Each bond fumished by the Contractor shall incorporate by reference the terms of this Contract as fully as though they were set forth verbatim in such bonds. In the event the Contract Price is adjusted by Change Order executed by the Contractor, the penal sum of both the performance bond and the payment bond shall be deemed increased by like amount. The performance and payment bonds furnished by the Contractor shall be in form suitable to the Owner and shall be executed by a surety, or sureties, reasonably suitable to the Owner and authorized to do business in the State of Texas by the State Board of Insurance. 14.4.2 If the Contract Price exceeds the sum of $25,000.00, the Contractor, upon execution of the Contract and prior to commencement of the Work, shall furnish to the Owner a two-year maintenance bond in the amount of one hundred percent (100%) of the Contract Price covering the guaranty and maintenance prescribed herein, written by an approved surety authorized and duly licensed to conduct business in the State of Texas. The cost of said maintenance bond shall be included in the Contractor's unit bid prices and shall be paid by the Contractor. 14.5 SEVERABILITY 14.5.1 The provisions of this Contract are herein declared to be severable; in the event that any term, provision or part hereof is determined to be invalid, void or unenforceable, such determination shall not affect the validity or enforceability of the remaining terms, provisions and parts, and this Contract shall be read as if the invalid, void or unenforeeable portion had not be included herein. 14.6 AMENDMENTS 14.6.1 This Contract may be amended by the parties only by a written agreement duly executed by --- CITY OF COPPELL · PURCHASING DEPARTMENT · 255 pARK1NAy BOULEVARD · COPPELt., TEXAS 75019 Page 35 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION both parties. The failure of the Owner to object to any nonperformance or nonconforming work or to enforce any provision hereof shall in no event be regarded as or construed to be a waiver, release or modification of any term or provision in this Contract, nor shall such failure to object or enforce estop the Owner from insisting on strict compliance with this Contract or from recovering damages, costs or expenses arising as a result of such nonperformance or nonconforming work. 14.7 NOTICES 14.6.1 All notices required by this Contract shall be presumed received when deposited in the mail properly addressed to the other party or Architect at the address set forlh herein or set forth in a written designation of change of address delivered to all parties and the Architect. CITY OF COPPELL ' PURCHASING DEPARTMENT · 255 PARKSNAY BOULEVARD * COPPELL, TEXAS 1501S BID Q-0400-3 MACARTHUR PARK CONSTRUCTION EXECUTED in single or multiple originals, this __ day of CITY OF COPPELL CONTRACTOR: ,20 -- APPROVED: Mayor ATTEST: City Secretary (Signature) (Type/Prim Name and Title) (Street Address) (City/State/Zip) 2 CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD ° COPPELL, TEXAS Page 37 BID Q-0400-3 MACARTHUR PARK CONSTRUCTION CORPORATE ACKNOWLEDGMENT THE STATE OF COUNTY OF BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared: (Print Name) (Print Title) of , the Contractor designated hereinabove, known to me to be the person and officer whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of the said Contractor, a corporation, that he was duly authorized to perform the same by appropriate resolution of the board of directors of such corporation and that he executed the same as the act and deed of such corporation for the purposes and consideration therein expressed, and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the __ 200__. day of , A.D., Notary Public In and For County, My Commission expires: [V1AYOR'S ACKNOWLEDGMENT THE STATE OF TEXAS COUNTY OF DALLAS BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared the undersigned, Mayor of the City of Coppell, Texas, a municipal corporation, known to me to be the person and officer whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of the said City of Coppeli, Texas, a municipal corporation, that he/she was duly authorized to perform the same by appropriate resolution of the City Council of the City of Coppell and that he/she executed the same as the act of the said City for purpose and consideration therein expressed, and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this __ day of 200__. Notary Public in and for'the State of Texas My Commission expires: CITY OF COPPELL · PURCHASING DEPARTMENT · 255 PARKWAY BOULEVARD · COPPELL, TEXAS 160'19 Page 38 i T BID NO. Q 0400-03 00610 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DALLAS § KNOW ALL MEN BY THESE PRESENTS: That whose address is hereinafter called Principal, and a corporation organized and existing under the laws of the State of , and fully license~l to transact business in the State of Texas, as Surety, are held and firmly bound unto the CITY OF COPPELL, TEXAS, e municipal corporation organized and existing under the laws of the State of Texas, hereinaf~er called "Owner," in the penal sum of dollars ($ ) plus percent of the stated penal sum as an additional sum of money representing additional court expenses, attorney's fees, and liquidated damages arising out of or connected with the below identified Contract in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppall, the Owner, dated the day of . A.D., 2000, which is made a part hereof by reference, for the NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty material and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnity and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the Work to be performed thereunder or the Specifications accompanying the same shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. 00610 - 1 BID NO. Q 04004)3 This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statues of the State of Texas. The undersigned and designated agent is heroby designated by the Surety herein as the Resident Agent in Tarrant County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vemon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be deemed an original, this, the day of ,2000. PRINCIPAL ATTEST: By: Name: Title: SURETY ATTEST: By: Name: Title: The Resident Agent of the Surety in Tarrant or Dallas County, Texas, for delivery of notice and service of the process is: Name: Street Address: NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name. 4017 00610 - 2 BID NO. Q 0400-03 00620 PAYMENT BOND STATE OF TEXAS § COUNTY OF DALLAS § KNOW ALL MEN BY THESE PRESENTS: That whose address is hereinafter called Principal, and . a corporation organized and existing under the laws of the State of , and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the CITY OF COPPELL, TEXAS, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Owner," in the penal sum of dollars ($ ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Owner. dated the day of , A.D., 2000, which is made a part hereof by reference. for the NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived; the this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond. exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to Contract or to the Work performed thereunder, or the Plans, Specifications, Drawings. etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statues of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herain as the Resident Agent in Tarrant County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7,1 g-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. 00620-1 BID NO. Q 0400-03 IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be deemed an original, this, the day of .2000. PRINCIPAL ATTEST: By: Name: Title: SURETY ATTEST: By: Name: Title: The Resident Agent of the Surety in Tarrant or Dallas County, Texas, for delivery of notice and service of the process is: Name: Street Address: NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name. 00620 - 2 THE STATE OF TEXAS § COUNTY OF DALLAS § THAT BID NO. Q 0400.03 Maintenance Bond KNOW ALL MEN BY THESE PRESENTS: of County, Texas hereina~er referred to as "PRINCIPAL," and , a corporation organized under the laws of the State of and authorized to do business in the State of Texas, hereinafter referred to as "SURETY," are held and firmly bound unto the CITY OF COPPELL. TEXAS, a municipal corporation located in Dallas County, Texas, hereina~er referred to as "CITY," in the penal sum of DOLLARS ($ ), lawful money of the United States, to be paid in Coppell, Dallas County, Texas, for the payment of which sum well and truly to be made. we bind ourselves, our heirs, executors, administrators and successors, jointly and severally; and firmly by these presents, the condition of this obligation is such that, WHEREAS. PRINCIPAL entered into a certain Contract with dated the day of ,2000, in the proper performance of which the CiTY OF COPPELL has an interest for the construction of: NOW THEREFORE, If PRINCIPAL will maintain and keep in good repair the work herein Contracted to be done and performed for a period of one (1) year for Public Works Construction (paving, drainage and all other park improvements) from the date of acceptance and do all necessary backfilling that may arise on account of sunken conditions in ditches, or otherwise, and do and perform all necessary work and repair any defective condition growing out of or arising from the improper joining of same, or on account of any breaking of same caused by said Contractor in laying or building same, or on account of any defect arising in any of said work laid or constructed by said Contractor, or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor performed by said Contractor, then this obligation shall be void, otherwise to remain in full force and effect; and in case said Contractor shall fail to do so, it is agreed that CITY may do said work and supply such materials and charge the same against said Contractor and SURETY on this obligation, and said Contractor and SURETY herein shall be subject to the liquidated damages mentioned in said Contract for each day's failure on its part to comply with the terms of said provisions of said Contract, 4017 00630 - 1 BID NO. Q 0400-03 Provided, further, that if any legal action be filed on this Bond, venue shall lie in Dallas County, Texas. And, that said SURETY, for value received, hereby stipulates and agrees that no change, extension of time, alteration of addition to the terms of the Contract or to the work performed thereunder, or the plans, specifications, drawings, etc. accompanying same shall in any way affect its obligation on this Bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder. The Undersigned and designated agent is hereby designated by SURETY herein as the agent resident in either Tarrant or Dallas County to whom any requisite notice may be delivered and on whom service of process may be had in matters arising out of such suretyship. tN WITNESS WHEREOF, this instrument is executed on this the day of ,2000. WITNESS: PRINCIPAL By Signature Typed/Printed Name Company By Signature Typed/Printed Name Title Address Title Address City State Zip City State Zip 4017 00630 - 2 ! T BID NO. Q 0400-03 WITNESS: SURETY Company By By Signature Signature Typed/Printed Name Typed/Printed Name Title Title Address Address City State Zip City State Zip 00630 - 3 1.0 SECTION 00700 GENERAL PROVISIONS The provisions of PART 1, Division 1, of the Standard Specifications for Public Works Construction as issued by the North Central Texas Council of Governments, as currently amended, shall constitute the general conditions of the construction contract. 4017 GENERAL PROVISIONS 00700-1 SECTION 00810 SPECIAL CONDITIONS These special conditions amend or supplement the General Provisions of the Construction Contract, as referred to in Section 00700. and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. SC.01 DEFINITION OF TERMS Calendar Day: A calendar day is defined in Item 1.0 of the General Provisions. Workina Day: A working day is defined in Item 1.0 of the General Provisions. SC.02 LOCATION OF PROJECT The project is located on the State Rd. south of Sandy Lake Drive. SC.03 SCOPE OF WORK The work to be performed under this contract consists of furnishing all materials, labor, supervision, tools, equipment, and all incidentals required and performing all work necessary for the construction of Wagon Wheel Park as set forth in the plans and specifications and the Agreement. SC.04 CONFLICT OF INTEREST City Charter states that no officer of employee of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office of position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The Contractor represents that no employee or officer of the City has an interest in the Contractor. SC.05 AWARD OF CONTRACT AND COMMENCEMENT OF WORK The Owner will notify the successful bidder of the City's acceptance of the Proposal in writing within sixty (60) days after the date of opening bids. If the total contract amount exceeds $25,000, the Contractor shall complete the execution of the required performance and payment bonds and contract within ten (10) days from the date specified in a written work order to be issued by the Owner. No work shall commence prior to the issuance of such work order or before the required insurance has been obtained by the Contractor, with certificates filed with the Owner evidencing the required coverage to be in force. Should the Owner unreasonably delay the issuance of the work order through no fault of the Contractor, the Contractor shall be entitled only to an equitable extension of contract time, the contract amount to remain unchanged. SC,06 TIME AND ORDER OF COMPLETION At such time as actual construction has been started, the work will not be stopped or delayed without written permission of the Owner, excluding delays caused by adverse weather conditions. The Contractor shall maintain at all times sufficient equipment and personnel on the project to produce satisfactory progress during the construction period. 4017 SPECIAL CONDITIONS 00810-1 All items of work included in the Base Bid and Alternate Bids shall be completed as identified in the Bid Proposal Form. The work order shall consist of a written request by the Owners Representative for the Contractor to proceed with the construction of the project. SC.07 TIME FOR COMPLETION AND LIQUIDATED DAMAGES Dates for Substantial Completion of the two phases of work in the Contract: (a) "Early Completion Package" portion of the Work in the Contract and (b) Remainder of the Work in the Contract are stipulated in Section 01010, "Summary of Work." Failure of the Contractor to complete the Work within the numbers of calendar days calculated from the date of the issuance of the work order will result in damages being sustained by the Owner. Two numbers of calendar days for the Contract will be calculated. They will be the numbers of days between the date of issuance of the work order and each of the two stipulated dates of completion in Section 01010. As illustrated in Section 01010, two sets of liquidated damages are possible - one set for each of the two phases of the Work. Such damages are, and will continue to be, impracticable and extremely difficult to determine. The Contractor will pay the Owner EIGHT HUNDRED dollars ($800.00) for each day of delay in finishing the Work in excess of time specified for substantial completion, plus any authorized time extensions, Execution of the contract under these specifications shall constitute agreement by the Owner and Contractor that EIGHT HUNDRED dollars ($800.00) per day for each of the two described phases of Work is the minimum value of the costs and actual damage caused by failure of the Contractor to complete the Work within the allotted time, that such sum is liquidated damages and shall not be construed as a penalty, and that such sum may be deducted from payments due the Contractor if such delay occurs. The Owner will be the sole judge as to whether the work has been completed within the allotted time. The amount or amounts of liquidated damages shall be recovered by deducting same from the monies due, or that may become due the Contractor from Owner and, if said monies be insufficient to cover the amount owning, then the Contractor or his surety shall pay any additional damages due. SC.08 BONDS The following bonds shall be required for this project, in amounts at least equal to the Contract Price, and shall conform to the requirements of paragraphs 14.3 of the General Conditions. 3.1 Performance Bond 3.2 Payment Bond 3.3 Maintenance Bond SC.09 CONSTRUCTION SCHEDULE Prior to starting work, the Contractor shall submit a proposed schedule for the work included herein and shall submit any major revisions to this schedule as the project progresses. This schedule shall provide for completion of the project with the time provided in the specifications. SC.10 INTERPRETATIONS AND ADDENDA All questions about the meaning or intent of the Contract Documents are to be directed to Schrickel, Rollins and Associates, Inc. Interpretations or clarifications considered necessary by Architect/Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by ArchitectJEngineer as having received the Bidding Documents. Questions racaived less than seven days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 4017 SPECIAL CONDITIONS 00810 - 2 I T Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Architect/Engineer. SC.11 SUBSTITUTIONS Materials and equip ment of other Suppliers may be accepted by the Architect/Eng ineer if sufficient information is submitted at the appropriate time as specified in the General Provisions and Instructions to Bidders by CONTRACTOR to allow the Architect/Engineer to determine that the material or equipment proposed is an acceptable substitute to that named. SC.12 EQUAL EMPLOYMENT OPPORTUNITY During the performance of this contract, the Contractor agrees as follows: (a) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, age or national origin. The Contractor shall take affirmative action to insure that applicants are employed, that employees are treated during employment without regard to their race, color, sex, religion, age or national origin. Such action shall include, but not limited to, the following: Employment, upgrading, demotion or transfer; recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees or applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (b) The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants shall receive consideration for employment without regard to race. color, religion, sex, national origin or age. (c) The Contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided, advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The Contractor shall include the provisions of this section in all subcontracts pertaining to the work. SC.13 COPIES OF PLANS AND SPECIFICATIONS Five (5) sets of plans and specifications shall be furnished to the Contractor, at no charge. for construction purposes. Additional copies may be obtained at the cost of reproduction upon request. SC.14 STATE AND CITY SALES TAX The Contractor's attention is directed to Section 15.311 of the Tax Code of the State of Texas. Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City-owned realty. It is still possible, however, for a contractor to make tax-free purchases of tangible personal property which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one which separates charges for materials from charges for labor. Under such a cantract, the contractor becomes a "seller" of those materials which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The contractor then receives an exemption certificate from the City for those materials. (This procedure may not be used, however, for materials which SPECIAL CONDITIONS 00810 - 3 do not become a pad of the finished product. For example, equipment rentals, form materials, etc., are not considered as becoming "incorporated" into the project.) Utilization of this "separated contract" approach eliminates the need for bidders to figure sales tax for materials which are to be incorporated into the project. The bidder should therefore be certain, when completing the bid form, to separate the bid as provided on the bid form. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. SC.15 INSURANCE REQUIRED: The Contractor shall not commence Work under this Contract until he/she has obtained all insurance required under 13.2.1 of the City of Coppell's Standard Fixed Price Agreement. SC.16 CLEANUP Upon completion of the work, the Contractor shall remove from the site all materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the Owner. SC.17 COORDINATION WITH OTHERS In the event other contractors are doing work in the same area simultaneouslywith this project, the Contractor shall coordinate his proposed construction with other contractors. SC.18 BARRICADES, SIGNS AND TRAFFIC HANDLING Barricades, signs, and traffic handling shall conform to 1994 - Texas Manual on Uniform Traffic Control Devices except that no separate pay item is provided. This work shall be considered as subsidiary to the other work. SC.19 INSPECTION The word "Inspection," or other forms of the word as used in the Contract Documents for this project, shall be understood as meaning the Owner's Representative will observe the construction on behalf of the Owner. The Owner's Representative will observe and check the construction in sufficient detail to satisfy themselves that the work is proceeding in general accordance with the Contract Documents, but he will not be a guarantor of the Contractor's performance. SC.20 LIGHTS AND POWER The Contractor shall provide, at his own expense, temporary lighting and power facilities required for the proper prosecution of the work. SC.21 SMALL CLAIMS FOR DAMAGES OR INJURY Item 1.24.3 SMALL CLAIMS FOR DAMAGE OR INJURY is amended to read as follows: If any person files a claim against the OWNER or CONTRACTOR for personal injury or property damage resulting from, arising out of, or caused by the operations of the Contractor, or any work within the limits of the project, the Contractor must either submit to the Owner a duly executed full release within thirty (30) days from the date of written claim, or immediately report the claim to his liability insurance carrier for their action in adjusting the claim. If the Contractor fails to comply with these provisions within the stipulated time limit, it will be automatically deemed that the Contractor has appointed the Owner as its irrevocable Attorney-in-Fact authorizing the Owner to report the claim directly with the liability insurance carrier. This provision is in and of itself a Power of Attorney from the Contractor to the Owner which authorized the Owner to take said action on behalf of the Contractor without the necessity of the execution of any other document. If the Contractor fails to comply with the provisions of this item the Owner, at its own discretion, may terminate this contract or take any other actions it deems appropriate. Any payment or portion thereof due the Contractor, whether it is a final SPECIAL CONDITIONS 4017 00810 - 4 payment, progress payment, payment out of retainage or refund payment may be withheld by the Owner as is authorized by Item 1.52. Bankruptcy, insolvency or denial of liability by the insurance carrier shall not exonerate the Contractor from liability. SC,22 PROJECT COORDINATION The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of reading and thoroughly understanding the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such Superintendent shall be furnished irrespective of the amount of work subcontracted. The Superintendent and the Contractor shall be responsible for all work performed by the subcontractor(s) at all times during construction. SC.23 EXTENT OF WORK AND THE CONTRACT DOCUMENTS All work that may be called for in the Specifications but not shown on the Drawings, or, all work that may be shown on the Drawing but not called for in the Specifications, shall be performed by the Contractor as if described in both. Should work be raquirad which is not set forth in either document, but which work is nevertheless raquirad for fulfilling of the intent thereof, then the Contractor shall perform all work as fully as if it wero specifically set forth in the Contract Documents. SC.24 MATERIAL ON-SITE BURIAL No concrete or other construction debris can be buried on the site unless specific permission is granted by the Owner. SC.25 MATERIAL HAUL-OFF All construction debris shall be hauled to an appropriate land fill, and these fees shall be the Contractors' responsibility and should be included in the bid amount. SC.26 WAGE RATES All employees of the Contractor on the work to be performed under this contract shall be paid the prevailing wage rates per the attached schedule, "Prevailing Wage Rates 3/12/99." 4017 SPECIAL CONDITIONS 00810-5 Prevailing Wage Rates 3/12/99 Air- Tool Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Carpenter Concrete Finisher-Paving Concrete Finisher-Stmcwres Concrete Rubber Electrician Flagget Form Builder-Swuctures Form Liner-Paving and Curb Foma Setter-Paving and Curb Form Setter-Structures Laborer-Common Laborer-Utility Mechanic Oiler Servicer painter-Structures Pipe Layer Blaster Asphalt Disnibutor Operator Asphalt Paving Machine Broom or Sweeper Operator Bulldozer Concrete Curing Machine Concrete Finishing Machine Concrete Paving Joint Machine Concrete Paving Joint Sealer Concrete Paving Saw Concrete Paving Spreader Slipform Machine Operator Crane, Clamshell, Baeldaoe, Derrick, Dragline, Shovel Foundation Drill Operator Crawler Mounted Foundation Drill Operator Truck Mounted Front End Loader Milling Machine Operator Mixer Motor Grader Opmtor Fine Grade Motor Grade Operator Pavement Marking Machine Roller, Steel Wheel Plant-Mix pavements Roller, Steel Wheel Other Flatwheel or Tamping Roller, Pneumatic, Self-Propelled Scraper Tractor-Crawler Type Tractor-Pneumatic Traveling Mixer Wagon-Drill, Boring Machine Reinforcing Steel Setter Paving Reinforcing Steel Setter Structures $9.00 9.55 8.80 11.51 10.30 10.50 9.83 8.84 15.37 7.55 9.82 9.00 9.24 9.09 7.32 8.94 12.68 10.17 9.41 11.00 8.98 11.50 10.29 9.25 8.72 10.29 9.25 11.13 10.42 9.00 10.39 10.50 9.52 11.04 10.00 11.83 9.96 8.62 10.30 11.97 10.96 7.32 9.06 8.59 8.48 9.63 10.58 9.15 8.83 12.00 13.21 13.31 Steel Worker- Structural 14.80 Spreader Box Operator 10.00 Work Zone Bamcade 7.32 Truck Driver-Single Axle Light 8.965 Truck Driver-Single Axle Heavy 9.02 Truck Driver -Tandem Axle Semi Trailer 8.77 Truck Driver Lowboy/Float 10.44 Truck Driver-Transit Mix 9.47 Truck Driver- Winch 9.00 Vibrator Operator-Hand Type 7.32 Welder 11.57 SECTION 00815 CONTRACTOR SAFETY SPECIFICATION GENERAL: The Contractor shall comply with all Occupational Safety and Health Act (OSHA) Standards and any other Federal, State, or Local rules and regulations applicable to construction and/or maintenance activities in the State of Texas. City Safety Personnel or any supervisor may, but are not required to, order that the work be stopped if a condition of immediate danger is found to exist. Nothing contained herein shall be construed to shift responsibility or risk of loss for injuries or damage sustained as a result of a violation of this Article from the Contractor to the City of Coppell. The Contractor shall remain solely and exclusively responsible for compliance with all safety requirements and for the safety of all persons and property at the project site. The parties hereto expressly agree that the obligation to comply with applicable safety provisions is a material provision of this Contract and a duty of the Contractor. The City of Coppell reserves the right to require demonstration of compliance upon reasonable request. In the event the Contractor is unable to demonstrate compliance with the safety provisions of this Contract, the parties agree that such failure is deemed to be a material breach of this Agreement; and the Contractor agrees that upon such breach, all work pursuant to the Contract shall terminate until demonstration to the City of Coppell that the safety provisions of this Agreement have been complied with. In no event shall action or failure to act on the part of the City of Coppell be construed as a duty to enforce the safety provisions of this Agreement nor shall it be construed to create liability for the City for any act or failure to act in respect to the safety provisions of this Agreement. SAFETY EQUIPMENT: The Contractor shall be responsible for the Safety Equipment to be used by its employees and/or all of its subcontractors working on the City of Coppell' property. This equipment will include, but may not be limited to, hard hats, safety belts or harnesses. eye, face, hand, ear or hearing protection. Sport or athletic type shoes are no__t considered suitable work shoes on any construction site. CONTRACTOR SAFETYSPECIFICATION 00815-1 1.01 1.02 1.03 1.04 1.05 SECTION 00822 TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Architect/Engineer for duration of the contract. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices typically used to prevent erosion. CONSTRUCTION REQUIREMENTS: The Amhitect/Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material. The Contractor will be required to incorporate temporary pollution control measures to prevent or correct erosion that may develop during construction. All labor, tools, equipment and incidentals to complete the work will not be paid for directly but shall be considered subsidiary work to the various items included in the contract. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering public streets and storm sewer systems. All streets shall be cleared as soon as practicable of falsework, piling, debris or other obstruction placed during construction operations that are not a part of the finished work. The Contractor shall take sufficient precautions to prevent pollution with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, storm sewer lines, and adjacent streets. The Contractor shall use NCTCOG STORM WATER QUALITY - Best Manac~ement Practices For Construction Activities for acceptable erosion control practices. Construction of perimeter swales and straw bale check dams are a temporary measure to prevent sediment and debris from leaving the site. The Contractor is responsible for achieving the proposed grades as shown on the grading plan. Location of high points, center lines of perimeter swales and outfalls are approximate. During construction, swales shall be adjusted in the field as necessary to allow positive drainage in the swale and prevent sediment and debris from leaving the construction site. END OF SECTION 4017 TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL 00822 - 1 SECTION 01010 SUMMARY OF WORK MacArthur Park Construction PART 1 - GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS Base Bid: The work to be included in the Base Bid consists of the furnishing of all labor, materials, services and equipment required in conjunction with or properly incidental to the construction of the MacArthur Park in Coppell, Texas. Items to be constructed include, but are not limited to, site preparation, earthwork, fencing, concrete paving, irrigation system, tuff planting, restroom-concession building and utility services. Alternate Bid Items: The work to be included as a part of the Alternate Bids consists of the furnishing of all labor, materials, services and equipment required in conjunction with or properly incidental to the construction of Work in the Base Bid. 1.02 EXPLANATION OF ALTERNATES Bidding alternates are provided in the Bid Proposal and notated on the Plan Sheets. Be General Requirements for Alternates and a Schedule of Alternates are found in Section 00410 - LIST OF ALTERNATES. 1.03 OWNER RESPONSIBILITIES The Owner will be responsible for the following construction items to be done by City forces or by separate contract: Primary electrical power and transformers (by agreement between Owner and power company). Maintenance of solid sodded Tifway 419 tuffgrass after it is planted by Contractor and accepted by Owner. 1.04 OWNER'S EXPECTATION OF BIDDER'S QUALIFICATIONS The Ownerwill closely examine the qualifications and records of Bidders who wish to become the Successful Bidder for this project. The Owner will weigh the bids and the qualifications in their decision of whom to select to do the work. Any bidderwith serious intent of becoming the Successful Bidder must SUMMARY OF WORK 01010 - 1 4017 prove that they have an experience record of having successfully completed projects similar in nature, size and complexity. Each Bidder must demonstrate the competence and experience of his own forces and that of the subcontractors. Each Bidder must submit WITH THE BID the required list of subcontractors. Failure to submit the list may cause disqualification. The City requests that bidders without the necessary qualifications not submit bids, as they will be disqualified or passed over for consideration of qualified bidders. 1.05 COMPLETION DATES FOR PHASES OF THE WORK The Successful Bidde~Contractor agrees to begin work within the stipulated time from the date of the written work order or notice to proceed. If a Successful Bidder is selected by the Owner, the award of contract is expected to occur on or about May 23, 2000, and the notice to proceed is expected to be issued on or about June 5, 2000. The following dates are for substantial completion: 1. August 31, 2000, for completion of the "Early Completion Package" portion of the Work in the Contract. See paregraph 1.06, below. 2. February 28, 2001, for completion of the "Remainder of the Work" in the Contract. Failure to meet these completion dates will cause separate liquidated damages to be assessed for each day the construction is delayed for each phase of the Work, Refer to Section 00810 - SPECIAL CONDITIONS, paragraph SC.07: "TIME FOR COMPLETION AND LIQUIDATED DAMAGES." Example of a liquidated damages situation: a. If all of the "Early Completion Package" portion of Work is not substantially complete by August 31, 2000, liquidated damages of $800.00 per day will be assessed by the Owner until completion of that phase of the Work. Furthermore, if all of the "Remainder of the Work" in the Contract is not substantially complete by February 28, 2001, an additional set of liquidated damages of $800.00 per day will be assessed by the Owner until completion of that phase of the Work. SUMMARY OF WORK 01010 - 2 1.06 IMPORTANCE OF TIMELY COMPLETION OF THE "EARLY COMPLETION PACKAGE" PORTION OF WORK IN THE CONTRACT: SCHEDULE AND WORK Each of the seven fenced baseball fields must be completely planted by the Contractor with Tifway 419 Bermuda Rolled Sod and be accepted by the Owner on or before August 31,2000. Due to the importance to the Owner of establishing tuffgrass on all seven of the fenced baseball fields during the. summer of 2000, the Contractor must complete the "Early Completion Package" in its entirety on or before August 31, 2000. The "Early Completion Package" is part of the Base Bid. It includes, but is not limited to, the Work described below. Areas in which various portions of the Work are located are graphically depicted on the plan sheets. It is understood that Work in addition to these items may also be necessary to accomplish the "Early Completion Package." In general, the "Early Completion Package" is the area which includes the seven fenced baseball fields and their three fenced warm-up areas. Site Work · Site preparation for the fenced baseball fields area · Earthwork, including fine grading for the fenced baseball fields · Galvanized fence posts on the perimeters of the baseball fields and "warm-up" areas - Fence posts along portions of foul lines and for the outfields - Gate posts (no gates) at outfield corners - Foul poles - (No permanent chain-link fabric is included in this Work) Concrete edging pavements below the fencing Headerboards Tuffgrass irrigation system and contrels, fully tested and operational Tifway 419 rolled sod turfgrass Erosion control measures Irrigation main and ancillary items All related and ancillary items necessary to utilize and operate the irrigation water supply system and the turfgrass irrigation systems serving the seven fenced baseball fields Temporary chain-link construction fencing (including temporary posts and gates) around each ballfield to protect the area of Work and to discourage unauthorized/inappropriate access to the areas of Work Electrical Power and Controls · Primary-power conduit and transformer pads · All conduit, circuits, panels and controls necessary to utilize and operate the turfgrass irrigation system which serves the seven fenced baseball fields and their '~varm-up" areas. SUMMARY OF WORK 01010 - 3 Primary power and transformer to be by power company through agreement with the Owner Civil Work · Portions of the Civil Work will need to be completed as necessary to avoid construction conflicts with Work included in the "Eady Completion Package." This Work includes, but is not limited to: - Portions of the sanitary sewer system - Portions of the water supply lines Bidders are advised that it is highly recommended to have the irrigation- water supply system and the turfgrass irrigation system fully tested and operational several weeks prior to planting the rolled sod turfgrass. Bidders are reminded that the planting of the rolled sod turfgrass can proceed only afterthe irrigation system and fine grading have been approved by the Owner's representative. The Owner will be responsible for the establishment and maintenance of the turfgrass sod after it is completely and propedy planted. However, the Contractor will be responsible for the maintenance of all of the irrigation system and all of the irrigation-water supply system with regard to installation, materials and workmanship throughout the period of the entire Contract. This includes settlement of trenches and replanting that may become necessary. Within 24 hours of notification, any repairs, replacements or corrections of deficiencies in the described systems (which are related to installation, materials or workmanship) will be immediately performed by the Contractor so that the Owner will not experience damages, delays or losses of efficiency in the ability to irrigate and maintain the planted turfgrass sod in the critical establishment period which is expected to occur in typical mid-summer climatic conditions of drought and high temperatures. Should the Contractor fail to immediately perform appropriate repairs, replacements or corrections in the described systems, and thereby cause the Owner to be unable to successfully irrigate, establish and maintain the sodded tuffgrass, the Contractor will be charged with the costs for Work the Owner must accomplish in order to successfully irrigate, establish and maintain the sodded turfgrass. Items which are damaged orwhich require repairs or adjustments as a result of the Owner's maintenance operations will be the responsibility of the Owner. SUMMARY OF WORK 01010 - 4 The Contractor will cooperate with the Owner to maintain a clear access to each field that the Owner is responsible to maintain. Failure of the Contractor to complete the "Early Completion Package" portion of Work in the Contract by August 31,2000, will result in liquidated damages as stipulated in the Agreement. 1.07 THE REMAINDER OF WORK IN THE CONTRACT: SCHEDULE AND WORK The Remainder of Work in the Contract must be substantially complete by February 28, 2001. Failure of the Contractor to complete the Remainder of Work in the Contract by February 28, 2001, will result in liquidated damages as stipulated in the Agreement. Any "Primavera" Bermudagrass seed areas not successfully established by the Contractor by the cut-off date of September 15, 2000, will be planted with ryegrass upon completion of construction. In the growing season of the following year, ryegrass areas will be tilled under and regraded, and "Primavera" Bermudagrass will be fully established to a uniform stand before July 15, 2001. The Contractor will be responsible for protecting the seeded areas and for producing an acceptable stand of seeded Bermudagrass as specified. Liquidated damages will not apply if the only item of incomplete work on February 28, 2001, is the establishment of "Primavera" Bermudagrass in the seeded areas, and if ryegrass planting and the subsequent establishment of the seeded "Pdmavera" Bermudagrass areas in the following growing season are successful. However, monies will be retained from the Contractor's payment until the Work is complete per provisions of the Contract. The Contractor will cooperate with the Owner to maintain clear access to each field that the Owner is responsible to maintain. Bidders are advised that the Owner will be conducting frequent maintenance operations such as mowing, watering, edging, fertilizing, etc., during the period in which the Contractor is constructing the Remainder of Work in the Contract. The Contractor will coordinate his schedule with the Owner so that maintenance operations will not interfere with critical construction operations such as the placement and finishing of concrete, etc. SUMMARY OF WORK 01010 - 5 1.08 CASH ALLOWANCE: BONUS FOR ACCELERATED COMPLETION OF THE "EARLY COMPLETION PACKAGE" PORTION OF THE WORK It will be of additional benefit to the Owner to have the Work described above in paragraph 1.06 completed at an earlier date. As an Alternate Bid item, a Cash Allowance of $54,000 is provided in the Bid Form. This allowance is for payment by the Owner to the Contractor of a bonus of $1,200,00 per day for each day, up to a maximum of forty-five (45) days, that the entire "Early Completion Package" is complete before the date of August 31, 2000. 1.09 CRITICAL SCHEDULE OF THE OWNER The Owner intends to occupy the Project and to have it opened for play on or about March 1,2001. Thus, the performance of the Contractor in meeting the completion dates for the "Early Completion Package" and the "Remainder of the Work" is crucial to the success of the Project. END OF SECTION SUMMARY OF WORK 01010 - 6 SECTION 01021 CASH ALLOWANCES PART 1 - GENERAL 1.01 SUMMARY To provide adequate budget and bonding to cover items not precisely determined by the Owner prior to bidding, allow within the proposed Contract Sum the amounts described in this Section. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2. Other provisions concerning Cash Allowances also may be stated in other Sections of these Specifications. 1.02 SPECIFIC CASH ALLOWANCES Finish hardware: 1. Provide within the proposed Contract Sum the amount of Three Hundred Fifty Dollars ($350.00) per door leaf for purchase and delivery to the job site of finish hardware to be selected later by the Owner, and include within the proposed Contract Sum an amount sufficient to cover the costs of all other items (including installation) associated with that portion of the Work as described in Section 08710 of these Specifications. END OF SECTION 4017 CASH ALLOWANCES 01021 - 1 1.01 GENERAL SECTION 01340 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES A. Refer to General Conditions, Paragraph 3.12. Submit to the Architect/Engineer shop drawings, product data, and samples required by specification sections. 1.02 SHOP DRAWINGS A. Prepared by a qualified detailer. B. Identify details by reference to sheet and detail numbers shown on Contract Documents. Shop Drawings shall be submitted only to clarify, amplify, or revise information shown or called for in the contract documents. 1.03 PRODUCT DATA 1.04 Manufacturers standard schematic drawings and diagrams: 1. Modify drawings to delete information which is not applicable to the work. 2. Supplement standard information to provide additional information specifically applicable to the work. Manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, and other standard descriptive data: 1. Clearly mark each copy to identify pertinent materials, products or models. 2. Show dimensions and clearances required. 3. Show performance characteristics and capacities, 4. Show wiring or piping diagrams and controls. SAMPLES Office samples shall be of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of product or material, with integrally related parts and attachment devices. 2. Full range of color samples. Field Samples and Mock-ups: 1. Erect at project site at location acceptable to the Owner. 2. Construct each sample or mock-up complete, including work of all trades required in finish work. 1.05 SUBMISSION REQUIREMENTS 4017 Submit shop drawing and product data as soon as practicable after award of contract but not later than 30 days before dates reviewed submittals will be needed. Submit all office samples as soon as practicable but not later than 60 days after award of contract in order to facilitate color selections and coordination of the various materials. Final color selections and release of shop drawings contingent upon color selection will not be made until all office samples have been submitted, coordinated, and approved. SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 - 1 Number of submittals required: 1. Shop Drawings: Submit 5 prints and one sepia only of each shop drawing, unless otherwise indicated. 2. Product Data: Submit 5 copies of product data. 3. Samples: Submit the number stated in each specification section, minimum of throe samples for each item. Submittals shall include: 1. Date and revision dates. 2. Project title and number. 3. Names of Contractor, subcontractor, supplier, and manufacturer. 4. Identification of product or material and specification section number. 5. Relation to adjacent structure, materials or other critical features. 6. Field dimensions, clearly identified as such. 7. Applicable referonce standards. 8. A blank space 4" x 8" for Architect/Engineer's stamp. 9. Other pertinent data roquired by specifications. 10. Identification of variation from contract documents. 11. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of field measurements, compliance with contract documents, and coordination with requirements of the work. Note: Absence of the Contractors stamp shall constitute grounds for rejection of the submittal until such time as the submittal has been processed in accordance with this requirement. 1.06 RESUBMISSION REQUIREMENTS Resubmission: Make corrections and changes in submittals required by Architect/Engineer and rosubmit until approved. Shop Drawings: 1. Revise initial drawings and resubmit as specified for initial submittal. 2. Indicate on drawings any changes which have been made, other than those requested by Architact/Engineer. C. Product Data and Samples: Submit new data and samples as specified for initial submittal. 1.07 DISTRIBUTION OF SUBMITTALS AFTER REVIEW A. Distribute reviewed copies of shop drawings and product data which carry ArchitectJEngineer's stamp as follows: 1. Job Site File. 2. Record Documents File. 3. Other affected contractors. 4. Subcontractors. 5. Supplier or Fabricator. Architect/Engineer will retain three (3) copies: one for his file, one for his consultants, and one for the owner. END OF SECTION SHOP DRAWINGS. PRODUCT DATA AND SAMPLES 01340 - 2 SECTION 01410 TESTING LABORATORY SERVICES PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED Contractor shall employ and pay for the services of an Independent Testing Laboratory to perform specified testing of work and materials at the Project Site. 1.02 RELATED REQUIREMENTS Conditions of the Contract: Inspections and testing required by laws, ordinances, rules, regulations, order or approvals of public authorities. B. Respective sections of specifications: Certification of products. C. Each specification section listed: Laboratory test required, and standards for testing, 1.03 LABORATORY DUTIES Cooperate with Owner and Contractor; provide qualified personnel after due notice from Contractor. Perform specified inspections, sampling and testing of materials and methods of construction: 1. Comply with specified standards. 2. Ascertain compliance of malerials with requirements of Contract Documents. Promptly notify Owner and Contractor of observed irregularities or deficiencies of work or products. Promptly submit written report of each test and inspection; one copy each to Owner, Architect/Engineer, Contractor, and one copy to Record Documents File. Each report shall include: 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Date issued. Project title and number. Testing laboratory name, address and telephone number. Name and signature of laboratory inspector. Date and time of sampling or inspection. Record of temperature and weather conditions. Date of test. Identification of product and specification section. Location of sample or test in the Project. Type of inspection or test. Results of tests and compliance with Contract Documents. Interpretation of test results, when requested by Architect/Engineer. E. Perform additional tests as required by the Owner. 4017 TESTINGLABORATORY SERVICES 01410-1 1.04 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: 1. Release, revoke, alter or enlarge on requirements of Contract Documents. 2. Approve or accept any portion of the Work. 3. Perform any duties of the Contractor. 4. Stop the Work, 1.05 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel, provide access to Work, to manufacturer's operations. B. Furnish copies of Products test reports as required. C. Furnish incidental labor and facilities: 1. To provide access to Work to be tested, 2,To obtain and handle samples at the Project site or at the source of the product to be tested. 3.To facilitate inspections and tests. 4,For storage and curing of test samples, D. Notify laboratory sufficiently in advance of operations to allow for laboratory assignment of personnel and scheduling of tests. 1. When tests or inspections cannot be performed after such notice, reimburse Owner for laboratory personnel and travel expenses incurred due to Contractor's negligence. END OF SECTION TESTING LABORATORY SERVICES 01410 - 2 SECTION 01510 TEMPORARY UTILITIES AND FACILITIES PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED Furnish, install and maintain temporary utilities and facilities required for construction; remove on completion of Work. 1.02 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with National Electric Code. Comply with Federal, State and local codes and regulations and with utility company requirements. PART 2 - GENERAL 2.01 FIELD OFFICE The Contractor may furnish a weather tight job office with operative windows, provided with light and gas or electric heat when necessary, with smooth tables for using drawings and specifications and with approved means for filing same and provide and pay for all necessary fuel and electrical energy. A complete set of all drawings and specifications shall be kept on the job at all times. Upon completion of the work, the office shall be removed from the premises. The Contractor shall examine the site plan before locating the office and shall not place it within five (5') feet of any underground lines. Owner's approval is required on final location of field office. The job office shall be equipped with a telephone at all times during the course of the work, The telephone and facsimile machine shall be in operation from the commencement of construction until final acceptance of the project. 2.02 STORAGE SHED The Contractor may provide on the premises at convenient locations with respect to construction areas, suitable watertight storage sheds for storage of materials, equipment, and tools which might be damaged by exposure to the weather, and shall maintain same in good condition, and shall remove same when no longer needed, or shall relocate same from time to time where preliminary location might interfere with subsequent work. Owner's approval is required on final location(s) of such storage facilities. 2.03 POWER AND LIGHT The Contractor shall obtain and have installed a temporary power service line to a point convenient for and available to all trades, including mechanical and other contractors. The cost of current used shall be paid by the Contractor, and he may apportion the charge among the trades using the current in a manner agreed upon. 2.04 SANITARY FACILITIES The General Contractor shall provide adequate toilet facilities for the use of all persons employed on the job. He shall post notices, take such precautions as may be necessary, 4017 TEMPORARY UTILITIES AND FACILITIES 01510-1 2.05 remove any refuse deposited in or about the buildings, and maintain the premises in a sanitary conditions. WATER The Contractor shall be responsible for obtaining temporary water from the local utility authority or the Owner. All costs for temporary water connections, water usage fees, etc,, shall be paid by the Contractor. 2.06 TEMPORARY TELEPHONE SERVICE A. Refer to Paragraph 2.01 above. B. The Contractor shall pay all equipment costs and service charges for all calls. 2.07 STORAGE AND STOCKPILE OF EXCAVATED DIRT All dirt excavated during the construction process shall be stockpiled as directed by the Owner. All excess soil not used in construction operations shall be classified as spoils and shall be removed from the site. 2.08 SCAFFOLDING Each contractor shall provide and install all scaffolding, ramps, platforms, rails, guards, stairs, and ladders necessary for the performance of the work. All safety standards, ordinances, codes. and insurance requirements must be met. All items shall be so constructed as to afford safety and protection to both craftsmen and their work and to the work of other contractors. 2.09 DE-WATERING 2.10 Surface or subsurface water or other fluid shall not be permitted to accumulate in excavations under or adjacent to any structures. Should such conditions develop, water and other fluids shall be centrolled and disposed of by means of temporary pumps, piping, drain lines. ditches, dams, or other approved methods. SHORING All temporary shoring raquirad for the installation of work shall be included in this Contract and the General Contractor must assume all responsibility for this work and make good any damage caused by improper supports or failure of shoring in any respect. 2.11 BARRICADES The Contractor shall erect and maintain sufficient barricades to protect adjacent structures, paving, lawns, etc., from damage by construction vehicles and operations. Barricades must also be erected where raquirad to prevent injury to the public. 2.12 TRAFFIC CONTROL AND SAFETY The Contractor shall be responsible for all traffic control and safety during construction. The Contractor shall meet all City requirements for public safety, barriers, and traffic control. The Contractor shall coordinate with the City of Midlothian and Midlothian Independent School District dudng necessary street control. TEMPORARY UTILITIES AND FACILITIES 4017 01510-2 2.13 LIFTING AND HOISTING The Contractor shall supply all hoists, lifts, cranes, towers, etc., as required for the handling of the various materials. Installation of all equipment shall meet all applicable safety requirements. 2.14 WATCHMAN The Contractor or subcontractor, at his own expense and option, may employ a watchman at such time as he deems necessary to protect or attend his work. The Contractor shall be responsible for making all other security arrangements that he will raquira during the progress of the work. 2.15 REMOVAL OF TEMPORARY FACILITIES When any temporary facility is no longer needed for the proper conduct of the work, the Contractor shall completely remove it from the project and shall repair or replace any material, equipment, or finished surface damaged by doing so. 2.16 TEMPORARY FIRE PROTECTION Provide and maintain temporary fire protection during construction in accordance with requirements of the local Fire Protection Code. 2.17 PARKING FACILITIES A. Restrict parking of construction personnel vehicles to areas designated by the Owner. 2.19 FUEL STORAGE TANKS Above fuel storage tanks shall be surrounded by a two-foot tall earlhen berm for spill containment. END OF SECTION 4017 TEMPORARY UTILITIES AND FACILITIES 01510 - 3 SECTION 01532 TREE PROTECTION PART 1 - GENERAL 1.01 SCOPE Protect trees and shrubs that are to remain in place from foliage, trunk, and root damage that may result from construction operations. 1.02 FENCING Typical fencing shall be steel posts with chain link fabric set three (3') feet outside the drip line or as directed by the Owner. Contractor will be held strictly liable for damage to any existing vegetation within the project boundaries. 1.03 PROTECTION OF REMAINING TREES AND SHRUBS A. Protect such trees and shrubs that are to remain from the following damage: 2. 3. 4: 5. 6. Compaction of root area by equipment or material storage. Trunk damage by moving equipment, material storage, nailing, or bolting. Strangling by tying ropes or guy wires to trunks or large branches. Poisoning by pouring solvents, gas. paint, etc., on or around trees and roots. Cutting of roots by excavating, ditching, etc. Drought from failure to water or by cutting or changing normal drainage pattern past roots. Changes of soil pH factor b.,v disposal of lime base material such as concrete, plaster, etc. Do not cut roots 1 ~" in diameter or over. All excavation and earthwork within the drip line of trees will be done by hand. All pruning will be done under the Ow. ner's direction. 1.04 DAMAGES - SPECIAL REQUIREMENTS When trees other than those approved for removal are destroyed, killed, or badly damaged as a result of construction operations, the Contract sum will be reduced by the amount determined from the following International Shade Tree Conference formula: D x 0.7854 x $36.00, where D is the diameter in inches of the trunk of each shade tree measured 12" above grade. Damage to any branches larger than two (2") inches in diameter will result in a fine of $300.00 to $800.00 per branch depending on the size. 1.05 PARKING Parking vehicles or material storage under trees will not be permitted. Contractor will be fined $100.00 for each violation. 1.06 UTILITY TRENCHING Trenching for utilities in wooded areas must be staked and approved by the Owner prior to trenching. The Owner reserves the right to adjust the line locations to avoid damage to existing trees. 4017 TREE PROTECTION 01532 - 1 1.07 ROOT REMOVAL Am Where plans call for disturbance of the mot system of trees to remain, roots must be pruned (by a machine manufactured for that purpose) prior to any other construction activity. Immediately after excavation, exposed roots must be covered with a finely shredded mulch and kept moist until backfilling is complete. 1.08 BRANCH INTERFERENCE All branches that interfere with construction activity should be temporarily tied back to prevent damage. Branch removal is permitted only as approved by the Owner. 1.09 LOCATION OF SITE IMPROVEMENTS In heavily wooded areas the site improvements should be field staked, including cut/fill depth, prior to the start of clearing. The Owner must observe this staking to determine if any field adjustment is necessary to save any significant existing trees. END OF SECTION TREE PROTECTION 01532 - 2 SECTION 01630 SUBSTITUTIONS AND PRODUCT OPTIONS 1.01 REQUIREMENTS INCLUDED Furnish and install Products specified, under conditions for options and substitutions stated in this Section. 1.02 PRODUCTS LIST Within 15 days after Notice to Proceed, submit to Architect/Engineer five copies of complete list of major Products which are proposed for installation. B. Tabulate Products by Specification Section number and title. For products specified only by reference standards, list for each such Product: 1. Name and address of manufacturer. 2. Trade name. 3. Model or catalogue designation. 4. Manufacturer's data: a. Reference standards. b. Performance test data. 1.03 CONTRACTOR'S OPTIONS For Products specified only by reference standard, select Product meeting that standard, by any manufacturer. For Products specified by naming several Products or manufacturers, select any one of products and manufacturers named which complies with Specifications. For Products specified by naming only one Product and manufacturer, there is no option and no substitution will be allowed (unless substitution is approved prior to bid opening). 1.04 SUBSTITUTION PROCEDURE Prior to the Bid Date: Architect/Engineer will consider substitutions as specified in the instructions to Bidders and General Conditions. After the Bid Date: Architect/Engineer will consider formal written requests from Contractor for substitution of products in place of those specified only when submitted in accordance with the requirements of this Section. One or more of the following conditions must be documented. The substitution must be required for compliance with final interpretation of code requirements or insurance regulations. The substitution must be due to the unavailability of the specified products, through no fault of the Contractor. Long delivery period will not qualify as unavailability. The substitution may be requested when subsequent information discloses the inability of the specified products to perform propedy or to fit in the designated space. 4017 SUBSTITUTIONS AND PRODUCT OPTIONS 01630-1 4. The substitution may be due to the manufacturer's or fabricator's refusal to certify or guarantee performance of the specified product as required. 5. The substitution may be requested when it is clearly seen, in the judgement of the Architect/Engineer, that a substitution would be substantially to the Owner's best interests in terms of cost, time or other considerations. C. Submit a separate request for each substitution on a copy of the request form attached to this section. Support each request with: 1. Complete data substantiating compliance of proposed substitution with requirements stated in Contract Documents: a. Product identification, including manufacturer's name and address. b. Manufacturer's literature; c. Samples, as applicable. d. Name and address of similar projects on which product has been used, and date of each installation, 2. Itemized comparison of the proposed substitution with product specified; list significant variations. 3. Data relating to changes in construction schedule. 4. Any effect of substitution on separate contracts. 5. List of changes required in other work or Products. 6. Accurate cost data comparing proposed substitution with product specified, a. Amount of any net change to Contract Sum. 7. Designation of required license fees or royalties. 8, Designation of availability of maintenance services, sources of replacement materials. D. Substitutions will not be considered for acceptance when: 1. They are indicated or implied on shop drawings or product data submittals without a formal request from Contractor, 2. They are requested directly by a subcontractor or supplier. 3. Acceptance will require substantial revision of Contract Documents. E. Substitute products shall not be ordered or installed without written acceptance of Architect/Engineer and Owner. F. Architect/Engineer and Owner will determine acceptability of proposed substitutions. 1.05 CONTRACTOR'S REPRESENTATION A. In making formal request for substitution Contractor represents that: 1. He has investigated proposed product and has determined that it is equal to or superior in all respects to that specified. 2. He will provide same warranties or bonds for substitution as for product specified. 3. He will coordinate installation of accepted substitution into the Work, and will make such changes as may be required for the Work to be complete in all respects. 4. He waives claims for additional costs caused by substitution which may subsequently become apparent. 5. Cost data is complete and includes related costs under his Contract, but not: a. Costs under separate contracts. b. Architect/Engineer's costs for redesign or revision of Contract Documents, 6. He will reimburse the Owner separately for fees paid to the Architect/Engineer for redesign, revision of Contract Documents, and review of each substitution request. SUBSTITUTIONS AND PRODUCT OPTIONS 01630 - 2 1.06 ARCHITECT/ENGINEER'S DUTIES A. Review Contractor's requests for substitutions with reasonable promptness. B. Notify Contractor, in writing, of decision to accept or reject requested substitution. END OF SECTION 4017 SUBSTITUTIONSAND PRODUCT OPTIONS 01630-3 GENERAL CONTRACTOR'S REQUEST FOR SUBSTITUTION (Submit five copies.) Request No. Date Project Name: Project Name: Contractor Name and Address: Heraby requests approval of the following product or system as an "approved substitution." Specification Section No. Page(s) Paragraph Drawing No(s). Detail or Section No(s). USE SEPARATE FORM FOR EACH SUBMITTAL. Name and description of submittal for substitutions. Manufacturer: Address: Telephone: Vendor: Address: Telephone: Are maintenance services and replacement parts available through vendor? Differences between proposed substitution and specified item? For finish materials and prefinished equipment, list the colors available for the specified item and the colors available for the proposed substitution: Manufacturer's guarantees of the proposed and specified items are: [] Same [] Differant. Explain differences on an attachment. Reason for not giving priority to specified item: Substitution affects other material or systems: [] No [] Yes (If yes, attach complete data.) SUBSTITUTIONS AND PRODUCT OPTIONS 01630 - 4 Enclosed data is (with specific marks related to substitution): [] Catalog [] Drawings [] Sample [] Tests [] Other List items or elements that are the same as the specified item. [] Reports Attach list of similar projects using the product attachment. Include Owner, and Owner's representative to contact. State effects of substitution on construction schedule, and changes in other work or project. What license fees or royalties are required? The undersigned states that the function, appearance, quality and results are equivalent or superior to the specified items and that Substantial Completion will not be affected. Submitted by: Firm Owner's Signature: For the Design Professional rn Accepted rn Accepted as noted [] Not Accepted [] Received late By: Date: Remarks: 4017 SUBSTITUTIONSAND PRODUCT OPTIONS 01630- 5 PART 1 - GENERAL 1.01 WORK INCLUDED SECTION 01710 CLEANING UP Execute cleaning, during progress of Work, and at completion of Work, as required by the General Conditions. 1.02 RELATED REQUIREMENTS SPECIFIED ELSEWHERE A. General Conditions and Supplementary Conditions of the Contract. B. Cleaning up required for specific Products or work; Specification Section for that work. 1.03 REQUIREMENTS OF REGULATORY AGENCIES Fire Protection: Store volatile waste in covered metal containers and remove from the premises daily. Pollution Control: Conduct clean-up and disposal operations to comply with local codes, ordinances and anti-pollution laws. 1. Burning or burying of rubbish and waste materials on the project site is prohibited. 2. Disposal of volatile fluid wastes, (such as mineral spirits, oil or paint thinner), in storm or sanitary sewer systems or into streams or waterways is prohibited. PART 2 - PRODUCTS 2.01 CLEANING MATERIALS A. Use only cleaning materials which will not create hazards to health or property and which will not damage surfaces. B. Use only those cleaning materials recommended by the manufacturer of the surface to be cleaned. C. Use cleaning materials only on surfaces recommended by the cleaning material manufacturer. PART 3 - EXECUTION 3.01 DURING CONSTRUCTION A. Execute periodic cleaning to keep Work, site and adjacent properties free from accumulations of waste materials, rubbish and debris, resulting from construction operations. B. At not less than every week during the progress of Work, clean up the site and legally dispose of waste materials, rubbish and debris away from the site. C. Provide on-site dump containers for collection of waste materials, rubbish and debris. CLEANING UP 01710 - 1 3.02 3.02 3.03 D. Do not allow waste materials, rubbish and debris to accumulate and become an unsightly or hazardous condition. E. Lower waste materials in a controlled manner with as few handlings as possible; do not drop or throw materials from heights. CLEAN-OUT FOR CONCRETE TRUCKS A. Concrete trucks must be cleaned out off-site. DUST CONTROL A. Sprinkle dusty debris with water. B. Schedule operations so that dust and other contaminants resulting from the cleaning process will not fall on wet or newly painted surfaces. FINAL CLEANING Employ skilled workmen far final cleaning. Remove grease, mastics, adhesives, dust, dirt, stains, labels, fingerprints and other foreign materials from sight on exposed surfaces, Repair, patch and touch up marred surfaces to match adjacent finishes. Broom clean paved surfaces; rake clean other surfaces of grounds. Polish glossy surfaces to a clear shine. Prior to final completion, or Owner occupancy, conduct an inspection of sight-exposed surfaces, and all work areas, to verify that the entire Work is clean. D. E. F. END OF SECTION CLEANING UP 01710 - 2 SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required for clearing and grubbing, minor demolition, removal and disposal of items as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02200 - Earthwork. PART2-PRODUCTS 2.01 No products are required to execute this work, except as the Contractor may deem necessary. PART 3 - EXECUTION 3.01 CLEARING AND GRUBBING: Cleadng and grubbing shall consist of removing all natural and artificial objectionable materials from the project site or from limited areas of construction specified within the site. In general, clearing and grubbing shall be performed in advance of grading and earthwork operations and shall be performed only in the area of earthwork operations. Buried material such as logs, stumps, roots of downed trees that are greater than one and one-half (1~") inches in diameters, matted roots, rubbish, and foreign debris shall be grubbed and removed to a minimum depth of twenty-four (24") inches below proposed finished grades. De Ground covers of weeds, grass, and other herbaceous vegetation shall be removed prior to the start of earthwork operations. Such removal shall be accomplished by "blading" off the uppermost layers of sod or root-matted soil for removal. 3.02 PAVEMENT REMOVAL: Concrate or asphalt pavements shall be removed to neatly sawed edges. Saw cuts shall be made to a minimum depth of one and one-half (1'/2") inches. If a saw cut in concrete pavement falls within three (3') feet of an existing score joint, construction joint, saw joint, cold joint, expansion joint, or edge, the concrete shall be removed to that joint or edge. All saw cuts shall be parallel and/or perpendicular to the line of existing pavement. If the edge of a cut is damaged subsequent to saw cutting, the pavement shall again be sawed to a neat, straight line for the purpose of removing the damaged area. Be Concrete curb and gutter shall be removed as specified above. No section to be replaced shall be smaller than thirty (30") inches in length or width. 3.03 MINOR DEMOLITION: There may be certain undetermined structures and improvements on the site that must be removed before construction can commence. Unless otherwise specified, such items become the property of the Contractor for subsequent disposal, 4017 SITE PREPARATION 02100 - 1 3.04 3.05 3.06 3.07 3.08 USE OF EXPLOSIVES: The use of explosives will not be permitted in site preparation operations unless specifically permitted by the Owner in writing. BACKFILLING: All holes, cavities, and depressions in the ground caused by site preparation operations will be backfilled and tamped to normal compaction and will be graded to prevent ponding of water and to promote drainage. In areas that are to be immediately excavated. the Owner may permit holes, etc., to remain open. DISPOSAL OF WASTE MATERIALS: Unless otherwise stated, materials generated by clearing, grubbing, removal, and demolition shall be known as "waste" or "spoils" and shall be removed from the site and legally disposed of by the Contractor. Similar materials may be unearthed or generated by earthwork or~eretions. Unless otheRvise specified any merchantable items become the property of the Contractor. STORM WATER MANAGEMENT PRACTICES: During the progress of the work the Contractor shall provide erosion control barriers, silt fences, and other techniques in accordance with best management practices. Refer to Section 02200 for additional requirements. PROTECTION OF EXISTING IMPROVEMENTS AND UTILITIES: During construction, the Contractor shall use extreme caution to protect the existing improvements and utilities. Prior to the start of construction the Contractor shall coordinate and vedfy, with the City, and local utility companies, the location of all existing utilities to remain. Also prior to construction, the Contractor shall visually inventory all damage to existing surrounding improvements and shall make a written or video record of this damage and present it to the Owner. If existing utilities or improvements are damaged during construction the Contractor shall repair it at no cost to the Owner. All repair shall, to the Owner's satisfaction, equal or exceed the condition of the improvements or utilities prior to the damage. END OF SECTION SITE PREPARATION 02100 - 2 SECTION 02200 EARTHWORK PART 1 - GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape. and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 00200 - Subsurface Investigation. B. Section 02100 - Site Preparation. C. Section 02210 - Fine Grading. D. Grading Plan: Refer to plan sheets. 1.03 TEST REPORTS: The Contractor will bear the cost of all testing requirements and will submit test reports from a commercial testing laboratory as specified herein and in the Conditions of the Contract. 1.04 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work. The total cost will be included in the Bid Proposal. Payment will not be made on a unit price basis nor by any other separate measured payment method. PART 2 o PRODUCTS 2.01 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation. unless separately designated, within the limits of the work. Unclassified excavation includes all material encountered regardless of its nature or the manner in which it is to be excavated. 2.02 UNCLASSIFIED FILL: Unclassified fill shall consist of all fill within the limits of the work. All suitable native materials removed in unclassified excavation, or similar imported materials, shall be used insofar as practicable as unclassified fill. Properly deposited, conditioned. and compacted fill is hereinafter referred to as "earth embankment." Rock: Minor quantities of rock not greater than four (4") inches in greatest dimension are permissible in fill materials used to construct earth embankment, Minor quantities of rock of greater dimensions may be placad in the deeper fills in accordance with the State Department of Highways and Public Transportation requirements for construction of rock embankments, provided such placement of rock is not immediately adjacent to structures or piers, Also, rock may be placed in the portions of embankments outside the limits of the completed graded width where the size of the rock prohibits their incorporation in the normal embankment layers. 2.03 TOPSOIL: Shall be as follows: On-Site Topsoil: Topsoil shall consist of an average depth of six (6") inches of native surface soil left in place after the ground cover of herbaceous vegetation and other objectionable matter has been cleared by "blading," as specified in Section 02100. "Site Preparation," 4017 EARTHWORK 02200-1 Topsoil may be greater or less than the upper six (6") inches in depth. However, it must be removable without contamination by the subsoil or substratum or other objectionable matter that would render it as "unsuitable material" as described herein. _ B. Imported Topsoil: Imported topsoil shall be a natural, fertile, friable soil possessing characteristics of representative productive soils in the vicinity. It shall be obtained from approved naturally well-drained areas. Only the top twelve (12") inches of earth shall be ' removed and used. It shall not be excessively acid or alkaline or contain toxic substances which may be harmful to plant growth. Topsoil shall be without admixture of subsoil and shall contain a minimum of lumps, stones, stumps, roots, or similar substances one (1") inch or more in diameter. Acceptability of topsoil shall be determined by the Architect/Engineer or Owner's Representative. Topsoil shall not be collected from sites that are infected with a growth of, or the reproductive parts of, noxious weeds such as nut sedge, Johnson grass, Bermuda grass or the like. Topsoil shall not be stripped, collected, or deposited while wet. '- The Contractor shall furnish to the Architect/Engineer, in writing, the location where topsoil is to be obtained, as well as a one (1) gallon sample of such soil. 2.04 IMPORTED FILL: A. Imported fill materials shall be used for the construction of earth embankment in the event that (1) the volume of unclassified excavation is less than the volume of fill required for earth _ embankment and/or (2)the condition of materials removed in unclassified excavation makes them unsuitable for use in the construction of earth embankment. B. The Contractor shall haul and place imported fill obtained from off-site sources as necessary to construct the embankment and various other details of the construction plans. All costs related to such imported fill will be included in the contract price, and no additional or separate payment for imported fill will be due the Contractor. _ C. A sample of the proposed imported fill must be provided by the Contractor and be approved by the Architect/Engineer. In general, imported material must be equal to or better than native material in quality and engineering characteristics. The Architect/Engineer may also require the Contractor to provided a material analysis test of the proposed fill. 2.05 SELECT MATERIALS: A. Select materials shall be imported from off-site sources, unless they are available from specifically designated areas on the site as marked on the plans. B. Select Fill: Select fill shall be used for the construction of subgrades under building foundations, slabs on grade, and other concrete construction as shown and detailed on the plans. All select fill shall be sandy material or other suitable granular material (more than fifty (50%) percent by weight retained on a No. 200 sieve) and shall have a plasticity index not less than four (4) nor more than fifteen (15). Properly deposited, conditioned, and compacted select fill is hereinafter referred to as "select embankment." C. Testing Requirements: 1. The Contractor shall have the testing lab to provide a material analysis test of a pit sample of select fill prior to hauling it to the site. This test will include the percentage by weight retained on a No. 200 sieve, the plasticity index, a physical description of the material, and the Standard AASHTO Density and optimum moisture content as required in the execution of "DENSITY CONTROL" in this specification. Tests performed on samples of fill material used for other projects are unacceptable. EARTHWORK 4o17 02200 - 2 The Contractor shall have the testing lab to provide a maximum of eight (8) additional material analysis tests as described above for specimens chosen by the Owner or AmhitectJEngineer after an entire lift of select fill material is hauled and deposited on the prepared subgrade, and all steps have been executed except for conditioning and compaction as required in the execution of "EARTH EMBANKMENT" and "SELECT EMBANKMENT" of this specification. The Owner or Architect/Engineer may cell for a series of tests from the same lift or from any given lift of deposited material. Sand Cushion: Sand cushion shall be placed to the depth indiceted on the plans and details as a leveling course between soil subgrade and concrete pavement. Cushion sand shall be clean, coarse construction sand containing not more than five (5%) percent clay and shall be free of unsuitable material. 2.06 UNSUITABLE MATERIALS: Topsoil, select material, imported fill, or unclassified fill will be declared as "unsuitable" by the Owner if, in his opinion, any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material. 2. 3. 4. 5. 6. 7. 8. 9. Moisture. Decayed or undecayed vegetation. Hardpan day, heavy clay, or clay balls. Rubbish. Construction rubble. Sand or gravel. Rocks, cobbles, or boulders. Cementious matter. Foreign matter of any kind. B. Unsuitable materials will be disposed of as "waste" as specified in Section 02100. Wet Matedah If fill material is unsatisfactory for use as embankment solely beceuse of high moisture content, the Architect/Engineer may grant the Contractor permission to process the material to reduce the moisture content to a usable optimum condition. PART 3 - EXECUTION 3.01 SITE PREPARATION: In general, "site preparation," as specified in Section 02100, shall be performed in advance of grading and earthwork operations and shall be completed over the entire area of earthwork operations. 3.02 TOPSOIL: The removal and storage of topsoil shall occur after site preparation is complete and before excevation and embankment construction begin. Likewise, topsoil will be replaced after excevation and embankment construction are complete. Removal: Topsoil shall be stripped to an average depth of six (6") inches from areas where excevation and embankment construction are plan ned. Topsoil may be obtained from greater depths if it is uncentaminated by the substratum and it is of good quality, in the opinion of the Architect/Engineer. Storage: Topsoil shall be stored in stockpiles conveniently Ioceted to areas that will later receive the topsoil. Stockpiles shall be out of the way of earthwork operations in Iocetions 4017 EARTHWORK 02200- 3 approved by the Owner or Architect/Engineer. Stored topsoil shall be kept separate from other excavated materials and shall be protected from contamination by objectionable materials that would render it unsuitable. Timing: Topsoil will not be raplaced (deposited) until construction activities are complete that would create undesirable conditions in the topsoil, such as overcompaction or contamination. Trenching for items such as electrical conduit and irrigation prassure lines must be complete before topsoil replacement may begin. Replacement: Topsoil will be deposited in a single layer or lift. It will be placed, processed, compacted, and graded to leave a finished layer of topsoil not less than five (5") inches in depth. Unless otherwise indicated, topsoil will be replaced over all areas of earthwork (including slopes), except where pavement is planned. Grading: Topsoil will be final graded to the elevations shown on the plans. Unless otherwise indicated, the final plane of compacted topsoil will be between 0.10 foot and one (1") inch below adjacent paved surfaces. Fine grading will be accomplished with a weighted spike harrow, weighted drag, tractor box blade, light maintainer, or other acceptable machinery. Grad ing operations and equipment will be such that topsoil does not become overcompacted. Bulldozer blades and front-end loader buckets are not acceptable devices for topsoil grading operations. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade, true in plane, even in gradient (slope), uniform in surface texture, and of normal compaction. Areas of loose granular pockets or of overcompacted soils are not acceptable and will be reworked. Finished areas will promote surface drainage and will be ready for turfgrass planting. 3.03 UNCLASSIFIED EXCAVATION: All excavated areas shall be maintained in a condition to assure proper drainage at all times, and ditches and sumps shall be constructed and maintained to avoid damage to the areas under construction. B. Surplus Material: Surplus excavation is that quantity of material that may be left over after the grading plan is executed, and all earthwork operations, including excavation, embankment construction, topsoil replacement. and final grading, are completed. Unless otherwise specified, the Contractor shall dispose of surplus material as "waste" as specified in Section 02100. In certain cases, if the on-site excavation and embankment quantities are not balanced and there is a surplus of excavated material, the Architect/Engineer may permit the Contractor to "waste" the surplus by constructing additional embankment in an approved location. No additional payment for such work would be due that Contractor. Excavation in Rock: The use of explosives will not be permitted unless specifically permitted in writing by the Owner. Unless otherwise indicated on the plans, excavation in solid rock shall extend six (6") inches below required subgrade elevation for the entire width of the area under construction and shall be backfilled with suitable materials as indicated on the plans. EARTHWORK 02200 - 4 3.04 EARTH A, EMBANKMENT: Earth embankment is defined as embankment composed of suitable materials removed in unclassified excavation and/or imported fill. The construction of embankment includes preparing the area on which fill is to be placed and the depositing, conditioning, and compaction of fill material. General: Except as otherwise required by the plans, all embankment shall be constructed in layers approximately parallel to the finished grade of the graded area, and each layer shall be so constructed as to provide a uniform slope as shown on the grading plan. Embankments shall be constructed to correspond to the general shape of the typical sections shown on the plans, and each section of the embankment shall correspond to the detailed section or slopes established by the drawings. After completion of the graded area, embankment shall be continuously maintained to its finished section and grade until the project is accepted. Preparation: Prior to placing any embankment, all preparatory operations will have been completed on the excavation sources and areas over which the embankment is to be placed. Stump holes or other small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed, loosened ground, or surfaces toughened by small washes or otherwise, shall be restored to approximately its original slope by blading or other methods, and, where indicated on the plans or required by the Architect/Engineer, the ground surface, thus prepared, shall be compacted by sprinkling and rolling. Scarification: The surface of all areas and slopes over which fill is to be placed, other than rock, shall be scarified to a depth of four (4") to six (6") inches to provide a bond between the existing surface and the proposed embankment. Scarification shall be accomplished by plowing, discing, or other approved means. The material that has been loosened shall be recompacted with the new embankment. Benching: Scarification is normally adequate for sloping surfaces. However, in certain cases where fill is to be placed against hillsides or existing embankment with slopes greater than four to one (4:1), the Architect/Engineer may direct the Contractor to key the fill material to the existing slopes by benching. A minimum of two (2') feet normal to the slope shall be removed and recompacted to insure that the new work is constructed on a firm foundation free of loose or disturbed material. Depositing: Fill material shall be placed in horizontal layers or lifts, evenly spread, not to exceed eight (8") inches in loose depth before conditioning and compaction. Unless otherwise permitted, each layer of fill material shall cover the length and width of the area to be filled and shall be conditioned and compacted before the next higher layer of fill is placed. Adequate drainage shall be maintained at all times. Watering: At the time of compaction, the moisture content of fill material shall be such that the specified compaction will be obtained, and the fill will be firm, hard, and unyielding. Fill material which contains excessive moisture shall not be compacted until it is dry enough to obtain the specified compaction. Compacting: Each layer of earth fill shall be compacted by approved tamping or sheepsfoot rollers, pneumatic tire rollers, or other mechanical means acceptable to the Architect/Engineer. Hand-directed compaction equipment shall be used in areas inaccessible to vehicular compactors. 4017 EARTHWORK 02200 ~ 5 3.05 Grading: Embankments shall be constructed in proper sequence and at proper densities for their respective functions. All embankment serves in one capacity or another as subgrade (e.g., under topsoil, under concrete and asphalt pavement, under structures, etc.). Accordingly, the upper layer of embankment shall be graded to within plus or minus 0.10 foot of proper subgrade elevation prior to depositing topsoil, and prior to the construction of pavements, slabs, etc. SELECT EMBANKMENT: Select embankment is defined as embankment constructed of select fill material. In general, it is constructed the same as earth embankment, except as described below. Subgrade: In cases where select fill is to be placed on a subgrade surface that is proposed to be within 0.50 foot in elevation of the existing surface grade, the top six (6") inches of soil shall be stripped and removed as unsuitable waste. A minimum of six (6") inches of fill comprising the subgrade for the select embankment shall be prepared and compacted as "earth embankment under select embankment" (see Density Control paragraph). Mixing: If the select fill is non-uniform in material composition, the Contractor may elect to mix with discing or pulverizing machinery to ensure that it meets the specified density and material analysis testing requirements. During mixing, care shall be taken not to disturb the subgrade nor to incorporate the subgrade material into the select material. Mixing would occur between the depositing and watering steps described in the embankment construction process. Also. see "Testing Requirements" under "S ELECT MATE RIALS" of the PROD UCTS section of this specification. 3.06 DENSITY CONTROL: 3.07 Earth Embankment in General: Earth embankment shall be compacted in lifts at eighty-eight (88%) to ninety-two (92%) percent of Standard Density ASTM D698 with plus or minus two (2) percentage points of optimum moisture content. Earth Embankment Under Structures and Pavement: The top six (6") inches of natural earth comprising the subgrade for structural slabs or for areas of pavement shall be ninety-two (92%) to ninety-eight (98%) percent of Standard AASHTO Density with the moisture content at two (2%) to four (4%) pement above optimum. Sidewalks six (6') feet and less in width and individual paved areas less than one hundred fifty (150) square feet in surface area are excluded from this requirement. Earth Embankment Under Select Embankment: The top six (6") inches of earth embankment under select embankment shall be ninety-two (92%) to ninety-eight (98%) percent of Standard AASHTO Density with the moisture content at two (2%) to four (4%) percent above optimum. Select Embankment: The entire depth of select embankment shall be compacted in lifts to a minimum ninety-five (95%) percent of Standard AASHTO Density with the moisture content plus or minus two (2%) percent of optimum. See "Testing Requirements" under "SELECT MATERIALS" of the PRODUCTS section of this specfficetion. MOISTURE MAINTENANCE: The spec'ffied moisture content shall be maintained in all embankments that are to function as subgrade for structures, areas of pavement, or for select embankment. After completion of the embankment, the Contractor shall prevent excessive loss of moisture in the embankment by sprinkling as required. Loss of moisture in excess of two (2%) percent below optimum in the top twelve (12") inches of the fill will require that the top twelve (12") inches of the embankment be scerified, wetted, and recompacted pdor to placement of the structure, select fill or pavement. If desired, the Contractor may place an asphalt membrane of emulsified oi' cutback asphalt over the completed embankment and thus eliminate the sprinkling requirement. EARTI-BNORK 02200 - 6 3.08 3.09 3,10 TESTING: Spot field tests of embankment densities shall be required of the Contractor by the Owner at the Contractor's expense at the place and time of their choosing. Any area not meeting density control requirements shall be immediately excavated, reconstructed, and retested, at the expense of the Contractor, until satisfactory results are obtained. Up to a total of thirty (30) tests may be required. STORM WATER MANAGEMENT: The Contractor shall perform his construction operations in accordance with best management practices to control pollutants in storm water discharges during construction. The Contractor shall conform to local, state and federal regulations regarding control of storm water pollutsnts, silt and sediments leaving the site. RECORD DRAWl NGS: Upon completion of the grading operations the Contractor must verity the site grading by having a registered public surveyor shoot grades on a 25' grid overlaid over the baseball and soccer playing field areas. The grades must be transferred to a reproducible drawing of the grading plan for approval by the Owner or Architect/Engineer. No construction can proceed until this "Record Drawing" has been approved by the Owner. All cost for surveying must be borne by the Contractor. END OF SECTION 4017 EARTHWORK 02200-7 SECTION 02240 LIME TREATED SUBGRADE PART 1 - GENERAL 1.01 SCOPE: This item shall consist of the treating of subgrade by the pulverizing, addition of thirty-eight (38 Ibs.) pounds or not less than seven (7%) percent by dry weight of hydrated lime per square yard, and mixing and compacting the resulting material to required density. This item applies to natural ground or embankment and shall be constructed as specified herein and in conformance with typical sections, lines and grades as shown on the drawings. Lime treated subgrade applies for all details where called for on the drawings. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02200 - Earthwork. B. Section 03300 - Cast-In-Place Concrete. 1.03 SUBMITTALS: Submit to Architect/Engineer in cOnformance with the requirements of the GENERAL PROVISIONS. A. Test reports from commercial testing laboratory as outlined herein. PART 2 - PRODUCTS 2.01 MATERIALS: All hydrated lime shall be Type A, as defined by Item 264, "Hydrated Lime and Lime Slurry," of the 1982 Standard Specifications for Construction of Highways, Streets, and Bridges adopted by the State Department of Highways and Public Transportation on September 1, 1982, and shall consist of a dry powder obtained by treating quicklime with enough water to satisfy its chemical affinity for water under the conditions of its hydration. This material is to consist essentially of calcium hydroxide or a mixture of calcium hydroxide and a small allowable percentage of calcium oxide, magnesium oxide, and magnesium hydroxide. B. Hydrated lime shall conform to the following chemical and physical requirements: 1. Chemical Composition: Total "active" lime content, percent by weight...Min. 90.0% (i.e., % by wt. (Ca(OH)2 + % by wt. CaO) *2, *Note: No more than 5% by weight calcium oxide (unhydrated lime) will be allowed in determining the total "active" lime content. 3. Unhydrated lime content, percent by weight CaO.,.Max. 5.0% 4. "Free Water" content, percant by weight H20...Max. 4,0% Residue (Wet Sieve): The percent by weight of residue retained shall conform to the fol Iowing requirements: 1. Residue retained on a No. 6 (3360 micron) sieve...Max. 0.1% 4017 LIME TREATED SUBGRADE 02240-1 2. Residue retained on a No. 30 (590 micron) sieve...Max. 3.0% 3. Hydrated lime for stabilization purposes shall be applied, as provided in the _ governing specifications, mixed with water to form a slurry. D. Sampling and Testing: The sampling and testing of lime slurry shall be as determined by Test Method Tex-600-J, "Lime Testing Procedure." " PART 3 - EXECUTION 3.01 GENERAL: A. It is the primary requirement of this specification to secure a completed course of treated subgrade containing a uniform lime mixture, free from loose or segregated areas, of uniform density and moisture, well bound for its full depth and with a smooth surface suitable for placing the hot mix asphaltic concrete surface or concrete surface course. It shall be the responsibility of the Contractor to regulate the sequence of his work, to use the proper amount of lime specified, maintain the work, and re-work the material as necessary to meet the above requirements. B. Prior to beginning any lime treatment, all subgrade surfaces shall be constructed and shaped _ to conform to the typical sections, lines and grades as shown on the plans. After the subgrade has been shaped and prepared, it shall be scarified to full width and depth of stabilization. Full depth will be six (6") inches, and full width shall be one (1') foot outside all new curbs or pavement surfaces, or full width from edge to edge of existing curbs or pavement surfaces. 3.02 APPLICATION: _ A. The lime is to be applied to such an area so that the mixing operation can be completed during the same working day as the application of hydrated lime is made. The application will be accomplished by the "slurry' method at the rate of 27 pounds of lime per square yard for subgrade in accordance with THD Item 260. B. Hydrated lime and water are to be combined to form a mixture for the lime application. Approximately 3,200 pounds of lime to 500-600 gallons of water will produce a satisfactory mixture. C. The slurry is to be applied with an approved distributor or water truck by making successive passes, if necessary, to apply the correct amount of lime. The distributor or water truck is to be equipped with an agitator to keep the slurry in a uniform and consistent mixture. D. Mixing with a pulvimixer must immediately follow the application of lime slurry. 3.03 MIXING: A. First Mixing: The material and lime shall be thoroughly mixed by approved road mixers or other approved equipment, and mixing continued until, in the opinion of the Engineer, a homogenous, friable mixture of material and lime is obtained, free from all clods and lumps. Materials containing plastic clays or other material which will not readily mix with lime shall be mixed as thoroughly as possible at the time of lime application, brought to proper moisture -- content, and left to cure from one (1) to four (4) days, as directed by the Architect/Engineer. During the curing period, the material shall be kept moist, as directed. B. Final Mixing: After the required curing time, material shall be uniformly mixed by approved methods. If the soil binder-lime mixture contains clods, they shall be reduced in size by LIME TREATED SUBGRADE 02240 - 2 raking, blading, discing, harrowing, scarifying, or the use '0f other approved pulverization methods so that when all non-slaking aggregates retained on the No, 4 sieve are removed, the remainder of material shall meet the following requirements when tested dry by laboratory sieves. 1. Minimum passing 1-3/4" sieve .................... 100% 2. Minimum passing No. 4 sieve ..................... 60% During the interval of time between application and mixing, hydrated lime that has been exposed to the open air for a period of six (6) hours or more to excessive loss due to washing or blowing will not be accepted for payment. 3,04 COMPACTION: 3.05 3.06 Compaction of the mixture shall begin immediately after final mixing and, in no case, later than three (3) calendar days after final mixing, unless approval is obtained from the Architect/Engineer. The material shall be aerated or sprinkled as necessary to provide the optimum moisture. Final compaction shall be to a minimum of ninety-five (95%) percent of Standard AASHTO Density as defined by AASHTO Test T-g9. FINISHING, CURING, AND PREPARATION OF SURFACING: After the lime treated subgrade has been compacted, it shall be brought to the required lines and grades, in accordance with the typical sections. The completed sections shall then be finished by rolling as directed with a pneumatic or other suitable roller sufficiently light to prevent hair cracking. The completed section shall be moist-cured for a minimum of seven (7) days before the pavement is placed or traffic is permitted, unless otherwise directed by the Architect/Engineer. In any case, the compacted lime treated subgrade shall be maintained by sprinkling until such time as the paved surface is placed, The paved surface shall be applied within fourteen (14) days, unless otherwise directed by the Architect/Engineer. The moist curing raquirament will be rigidly enforced. TESTING: The laboratory shall furnish to the Architect/Engineer test results of field density tests performed at up to twenty (20) locations (one test per location) selected by the Architect/Engineer. All tests will be performed by an approved laboratory at the expense of the Owner. Areas failing to meet density requirements herein specified shall be reconstructed and re-tested at the expense of the Contractor. END OF SECTION 4017 LIME TREATED SUBGRADE 02240- 3 SECTION 02545 INTERLOCKING CONCRETE PAVERS PART 1 - GENERAL 1.01 SCOPE: Work in this section shall include all labor, materials, equipment. tools, etc., and services necessary to install interlocking concrete pavers and related accessory items as required by the details shown on the drawings. 1.02 SAMPLES AND SUBMITTALS: A. Submit certified test results by an independent testing agency indicating that the pavers meet the National Concrete Manufacturer's Association standards for strength, durability, and size. B. The Contractor shall furnish a one (1) square foot sample for each of the specified paver for approval by the Owner. 1.03 DELIVERY AND HANDLING: Pavers shall be delivered and unloaded at the job site on pallets and bound in such a manner that no damage occurs to the product dudng handling, transporting and unloading. Broken or chipped pavers will not be accepted and shall be disposed of off the Project site at the Contractor's expense. PART 2 - PRODUCTS 2.01 MATERIALS: A. Manufacturer: Interlocking concrete pavers shall be as manufactured by: 1. Pavestone Co., Grapevine, Texas, (817) 481-5802; or, 2. Pavex, Inc., Austin, Texas, (512) 385-8444; or, 3. Approved Equal. B. Shape: Paver shape shall be Holland Stone or equal. C. Thickness: Pavers shall be two and three-eighths (2 %") inches thick. D. Color: Color to be selected by the Owner's Representative. E. Material Requirements: 1. Cement: All units shall contain portland cement and shaft conform to ASTM C 150. 2. Aggregates: Aggregate for each unit shall conform to ASTM C 33, normal weight concrete aggregate, gradation per manufacturer's directions. 3. Strength: The average compressive strength of all units shall not be less than 5,200 psi with no individual unit strength less than 4,680 psi as tested in accordance with ASTM C 140. 4. Absorption: The average absorption shall not be greater than seven (7%) percent with no individual unit greater than ten (10%) percent. 4017 INTERLOCKING CONCRETE PAVERS 02545-1 5. Defects: All units shall be free of defects, cracks, c~ips, etc., or it will be rejected by the Owner's Representative. All rejected units shall be removed from the site. 6. Additional Pavers: The Contractor shall supply the Owner with an additional ten units for the Owner's future use. G. Sand Laying Course: The sand used for the laying course shall be a well-graded, clean washed sharp sand with one hundred (100%) percent passing a three-eights (%") inch sieve and a maximum of three (3%) percent passing a No. 200 sieve, commonly known as manufactured concrete sand. MASON SAND SHALL NOT BE USED H. Concrete Edge Restraint: All concrete used shall be 3,000 psi at twenty-eight (28) days using five (5) sacks of cement per cubic yard of mix with a maximum of seven (7) gallons of water per sack. Concrete reinforcement shall be a No. 3 bar. Concrete work shall conform to Section 02510 - Concrete Paving. PART 3 - EXECUTION 3.01 The Contractor for the installation of the interlocking pavers shall be experienced in paver installation. 3.02 MANUFACTURER°S REPRESENTATIVE: A representative of the manufacturer shall be present at various intervals of paver installation and preparation and shall approve the methods of the various steps of the installation of the pavers. 3.03 INSTALLATION OF CONCRETE PAVERS: Care shall be taken so that adjacent construction activity shall not damage the completed paver installation. 3.04 FINISH SURFACE: The final surface of the finish paver areas shall be uniform and true. Pavers which are clepressed or raised to such a degree that, in the opinion of the Owner's Representative will cause a hazard, will be subject to removal and replacement prior to final acceptance. 3.05 GUARANTEE: All interlocking concrete paver materials and workmanship shall be guaranteed for a period of one year. During the one year guarantee period any pavers or other items which show to be defective shall be replaced with new material at no expense to the Owner. END OF SECTION INTERLOCKING CONCRETE PAVERS 02545 - 2 SECTION 02660 PAVEMENT MARKINGS AND SIGNS PART 1 - GENERAL 1.01 SCOPE: Provide pavement markings and signs as described on the plans and as detailed in this section, 1.02 SUBMITTALS: Submit complete manufacturer's product data sheets for marking paint. PART2-PRODUCTS 2.01 MATERIAL: Marking Paint: Traffic marking paint F.S. TT-P-115c, Type 11, or THD Specifications WPT- 8b white, yellow or red in color as called for. B. Signs: Shall be as detailed on the plans. 2.02 EQUIPMENT: Equipment shall be pressurized, self-contained paint machine capable of applying a straight line from two (2") inches to six (6") inches wide, with consistent coverage of a minimum of 200 square feet per gallon. PART 3 - EXECUTION 3.01 PREPARATION: Upon completion of new pavement installation the Contractor shall stripe, mark or line all pavements per the layput shown on the drawings. Provide a qualified technician to supervise equipment and application of markings. Lay out markings using guide lines, template, and forms. Ce Thoroughly clean surfaces free of dirt, sand, gravel, oil and other foreign matter prior to application of paint. 3.02 APPLICATION OF PAINT: No striping shall be done until the new pavement has been approved by the ArchitectJEngineer. All paint shall be applied in accordance with the recommendations of the paint manufacturer. Surfaces shall be dry. Application shall not be made when weather is foggy or rainy, or ambient or pavement temperatures are below 40 degrees Fahrenheit, nor when such conditions are anticipated during eight hours after application. Apply marking paint at a rate of one gallon per 200 square feet using a power sprayer. Apply markings straight and even in accordance with approved layout. Stripes shall be four (4") inches wide, except where noted otherwise. 3.03 CLEANING: Remove any overspray from surfaces other than those requiring marking paint. 4017 PAVEMENT MARKINGS AND SIGNS 02660 - 1 3.04 SIGNS: Signs shall be installed as located and as detailed on the drawings. END OF SECTION PAVEMENT MARKINGS AND SIGNS 4o17 02660 - 2 SECTION 02800 TURFGRASS PLANTING PART 1 - GENERAL 1.01 SCOPE: This work includes all labor, materials, and equipment for soil preparation, fertilization, planting, and other requirements regarding turfgrass planting areas shown on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02200 - Earthwork. B. Section 02810 - Irrigation System. 1.03 SUBMITTALS: Delivery Receipts and Invoices: All delivery receipts and copies of invoices for materials used for this work shall be subject to checking by the Owner or his representative and shall be subsequently delivered to the office of the Owner. Samples and Producers' Specifications: Various samples, certificates, and specifications of seed, fertilizer and other materials shall be submitted for approval as required by subsequent sections of this specification. PART2-PRODUCTS 2.01 TURFGRASS: Bermudagrass Seed: Turfgrass seed shall be the "PRIMAVERA" cultivar of "Cynodon dactylon" (Bermudagrass). The seed shall be harvested within one (1) year prior to planting, free of Johnsongrass, field bind weed, dodder seed, and free of other weed seed to the limits allowable under the Federal Seed Act and applicable seed laws. The seed shall not be a mixture. The seed shall be hulled, extra fancy grade, treated with fungicide, and have a germination and purity that will produce, after allowance for Federal Seed Act tolerances, a pure live seed content of not less than 85%, using the formula: purity % times (germination % times plus hard or sound seed%). Seed shall be labeled in accordance with U. S. Department of Agriculture rules and regulations. Certificate Submittal: Prior to planting, provide the Owner or his representative with the State Certificate stating analysis of purity and germination of seed. B= Ryegrass Seed: Turfgrass seed shall be "Lolium multiflorum" (Italian or Annual Ryegrass). The seed shall be harvested within one (1) year prior to planting and shall be free of perennial ryegrass seed, other grass seed, and weed seed to the limits allowable under the Federal Seed Act and applicable seed taws. Seed shall be at least 95% pure and shall have a 90% minimum germination rate. Certificate Submittal: Prior to planting, provide the Owner or his representative with the State Certificate stating analysis of purity and germination of seed. Hybrid Bermuda Sod: Tuffgrass sod shall be the Tifway 419 hybrid strain of "Cynodon dactyton" (Hybrid Bermuda grass). Sod shall consist of stolons, leaf blades. rhizomes, and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than three-quarters (%") inch. Sod shall be alive, healthy, vigorous, 4017 TURFGRASS PLANTING 02800 - 1 free of insects, disease, stones, and undesirable foreign materials and grasses. The grass shall have been mowed prior to sod cutting so that the height of the grass shall not exceed two (2") inches. Sod shall have been produced on growing beds of sandy-loam topsoil. Sod shall not be harvested or planted when its moisture condition is so excessively wet or dry that its survival will be affected. All sod is to be harvested, delivered, and planted within a thirty-six (36) hour period of time. Sod shall be protected from exposure to wind, sun, and freezing. If sod is stacked, it shall be kept moist and shall be stacked roots-to-roots and grass-to-grass. 1. Dimensions: All sod placed on baseball fields shall have been machine cut in rolls to uniform soil thickness of one (1") inch plus or minus one-quarter (¼") inch. All sod shall be of the same thickness. Rectangular sections of sod may vary in length, but all shall be of equal width and of a size that permits the sod to be lifted, handled, and rolled without breaking. Typical roll size shall be 42" wide by 100' long. Broken pads and torn, uneven ends will be unacceptable. 2. Architect/Engineer must approve sod and supplier prior to shipment. 2.02 FERTILIZER: A. General: Fertilizer shall be a commercial product, uniform in composition, free flowing, and suitable for application with approved equipment. Fertilizer shall be delivered to the site in fully labeled original containers. Fertilizer which has been exposed to high humidity and moisture, has become caked or otherwise damaged making it unsuitable for use, will not be acceptable. B. Initial Planting Application: Fertilizer for the initial planting application shall be of an organic base containing by weight the following (or other approved) percentages of nutrients: 15-15-15 (N-P-K), also containing 10-15% sulphate and traces of iron and zinc as required and approved by the Owner. 1. Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. C. Post Planting Application: Fertilizer for the post planting application will be a chemical base fertilizer containing by weight the following ratio of nutrients: 3-1-2 (N-P-K). 1. Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. 2.03 HYDROMULCH MATERIALS: A, Mulch: All mulch will be manufactured from hardwoods only and will be refined specifically for tuff hydromulch applications. Three approved mulches are manufactured by Conwed, Weyerhauser, and Texas Fiber Co. 1. Submittal: Submit a sample label or specification and a sample packet of the proposed mulch for the Owner's approval. PART 3 - EXECUTION 3.01 GENERAL: All tufting operations are to be executed across the slope, parallel to finished grade contours. TURFGRASS PLANTING 02800 - 2 3.02 SCHEDULE: A. The seven baseball fields must be planted with Tifway419 Bermuda sod by or before August 31,2000. B. Any seed areas not established by September 15, 2000, will be seeded and established with ryegrass upon completion of construction. All ryegrass areas will be tilled under, regraded and Bermuda grass seed (PRIMAVERA) established to a uniform stand before July 15, 2001. The Contractor will be responsible for producing an acceptable stand of Bermuda grass as specified. C. Grass planting can proceed only after the fine grading has been approved by the Architect/Engineer. 3.03 SOIL PREPARATION: A. Tillage: Tillage shall be accomplished to loosen the soil, destroy existing vegetation, and prepare an acceptable seed/sod bed. All areas shall be tilled with a heavy duty disc or a chisel-type breaking plow, chisels set not more than ten (10") inches apart. Initial tillage shall be done in a crossing pattern for double coverage, then followed by a disc harrow. Depth of tillage shall be five (5") inches. B. Cleaning: Soil shall be further prepared by the removal of debris, building materials, rubbish, weeds, and stones larger than three-quarter (3,/.,,) inches in diameter. C. Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the elimination of ruts, depressions, humps, and objectionable soil clods. This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting. D. Rock Removal: During the soil preparation process, a "Rock Pick" or other approved piece of machinery shall be used to gather surface stones as small as three-quarter (~") inch in diameter. The Contractor shall be responsible for the disposal of collected materials as waste per "Clean Up," Paragraph 3.12. 3.04 FERTILIZING: A. Initial Planting Application: The fertilizer shall be applied at the rate of nine (9) pounds per one thousand (1000) square feet (400 pounds per acre). 1. Timing: The initial planting application of fertilizer for seeded areas shall be applied after the soil preparation, but not more than two (2) days prior to turfgrass planting. Fertilizer shall be applied over sodded areas after planting, but not more than two (2) days later. B. Post Planting Application: Thirty (30) days after planting, turfgrass areas shall receive the specified post planting fertilizer at the rate of one (1) pound of nitrogen per one thousand (1,000) square feet (45 pounds per acre). 1. Timing: The Owner or his representative will determine if it is too late in the growing season for the post planting application. In the event that it is, the application shall be made in the spring of the next year, or the cost of the application may become a credit due to the Owner. TURFGRASS PLANTING 02800 - 3 2. Post Planting Maintenance: See Paragraph 3.9. Areas without a uniform stand (complete coverage) that must be maintained later than thirty (30) days after the initial planting shall receive subsequent applications of fertilizer, as described above, every thirty (30) days until a uniform stand is achieved. 3.05 PLANTING: A. Seeding: Within two (2) days of soil preparation and initial fertilizing apply Bermuda grass seed at the rate of three (3) pounds per one thousand (1000) square feet (130 pounds per acre)/ryegrass seed at the rate of eight (8) pounds per one thousand (1000) square feet (350 pounds per acre), Seed shall be uniformly placed with a Brillion seeder-cultipacker. B. Hydromulch Capping: Immediately following seeding operations, all seeded tuff areas are to be capped with wood fiber mulch, using conventional "Hydro-Mulch" equipment as manufactured by the Bowie Machine Works, or an approved equal. The hydromulch cap shall be applied at the rate of forty-six (46) pounds per one thousand (1,000) square feet (2,000 pounds per acre), using water at the rate of twenty-three (23) gallons per one thousand (1,000) square feet (1,000 gallons per acre). "' C. Solid Sodding: 1. Laying sod: Prior to laying the sod, the planting bed shall be raked smooth to true grade and moistened to a depth of four (4") inches, but not to the extent causing puddling. The sod shall be laid smoothly, tightly butted edge to edge, and with staggered joints. 2. Rolling: The sod shall be pressed firmly into contact with the sod bed by rolling so as to eliminate all air pockets, provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. All transitions between sod and existing tuff areas shall be undercut and rolled to provide a smooth, level transition. 3. Smoothing: Following compaction, fine screened soil of good quality shall be used to fill all cracks between sod sections. Excess soil shall be worked into the grass with suitable equipment and shall be well watered. The quantity of fill soil shall be such that it will cause no smothering of the grass. 4. Topdressing: Approximately one week after initial planting of sod the entire sodded area shall be mowed to a height of one half (~") inch, then topdressed with a fine sandy loam material that is similar to the topsoil on the field. Topdressing shall be - applied at a rate of approximately 0.3 cubic yards per thousand square feet, (0.1" deep). Subsequently, the topdressing shall be worked in and smoothed over with a flexible steel drag mater by brushing. 5. Topdressing and/or rolling shall be repeated at no cost to the owner if the NE determines additional smoothing is required. 3.06 PROTECTION: No heavy equipment shall be moved over the planted tuff area unless the soil is again prepared, graded, leveled, and replanted. It will be the responsibility of this Contractor to protect all paving surfaces, curbs, utilities, plant materials, and any other existing improvements from damage. Any damages shall be repaired or replaced at no cost to the Owner. This Contractor will also locate and stake all irrigation heads, valve risers, etc., prior to beginning any soil preparation work. TURFGRASS PLANTING 02800 - 4 3.07 IRRIGATION SYSTEM: A. The proposed irrigation system must be complete in al_l respects and must be completely operational before turfgrass planting may begin. After planting, any breakdowns in the irrigation system attributable to warranty items must be immediately repaired by the Contractor. Otherwise, the cost of replacing the lost turf caused by the Contractor's failure to promptly repair the irrigation system will be fully borne by the Contractor. B. All tuff areas not covered by the proposed irrigation systems must be irrigated with a temporary above-ground irrigation system. The above-ground temporary irrigation system shall remain in place until all non-irrigated turf areas have established an acceptable stand of turfgrass. Contractor shall be responsible for installation, operation and removal of the temporary system. All cost associated with the temporary system shall be borne by the Contractor. 3.08 ESTABLISHMENT AND ACCEPTANCE: A. Regardless of unseasonable climatic conditions or other adverse conditions affecting planting operations and the growth of the turfgrass, it shall be the sole responsibility of the Contractor to establish a uniform stand of turfgrass as herein specified. When adverse conditions such as drought, cold weather, high winds, excessive precipitation, or other factors prevail to such an extent that satisfactory results are unlikely, the Owner may, at his own discretion, stop any phase of the work until conditions change to favor the establishment of turfgrass. B. A uniform stand with complete coverage of the specified grass in seeded areas shall be defined as not less than 80% coverage in a ten foot square area. Growing plants shall be defined as healthy grass plants of two blades or more at least 1¼" inches tall. C. Complete coverage of sodded areas shall be defined as no visible joints showing or felt between individual sections of sod and all sections of sod must be firmly rooted to the prepared subgrade. 3.09 POST-PLANTING MAINTENANCE: Maintenance shall begin immediately after each grass area is planted. All planted areas will be protected and maintained by watering, weed control, and replanting as necessary for at least thirty (30) days after initial planting and for as long as necessary to establish a UNIFORM STAND OF THE SPECIFIED GRASS and until the entire project has been accepted by the Owner. It is anticipated that a minimum of one (1) mowing will occur before the grass are accepted by the Owner. All areas which are not completely covered with the specified grass at the end of thirty (30) days will continue to be replanted and maintained by the Contractor until complete coverage and acceptance are achieved. A. Water: Apply at least one-half (V2") inch of water over the entire planted area every three days. Contractor shall water thoroughly and infrequently once grass is established to encourage deep root growth. B. Mowing: Once grass is established the planted area shall be mowed at least twice a week during the growing season. Grass shall be mowed to a height of one-half (Y2") inch. Mowing during dormant season will be done as necessary. Contractor shall include at least eight (8) mowings in his bid. C. Weed Control: No sooner than 45 days after grass has germinated any weed growth shall be arrested by applying MSMA broadcasted over the entire planted area. Additional applications of MSMA will be required to eliminate weed growth that continues to grow after the initial application. MSMA will only be used during the growing season. All week growth TURFGRASS PLANTING 4017 02800 - 5 3.10 3.11 3.12 3.13 during the dormant season will be controlled with spot applications of "Round-Up." "Round- Up" will not be used until the grass is totally dormant. Replanting: All areas that do not produce a UNIFORM STAND OF GRASS must be replanted until a UNIFORM STAND OF GRASS is established. The Project is not "Substantially Complete" until the turfgrass exists in a uniform stand. E. Edging: All tuff areas adjacent to paved areas shall be edged to maintain a neat appearance. GRADING: All grading and placing of topsoil on any given area will be done prior to the turfgrass installation. It will be this Contractor's responsibility to maintain the existing grades and leave them in a true and even condition after planting turfgrass. EROSION CONTROL: Throughout the project and the maintenance period for turfgrass, it is the Contractor's responsibility to maintain the topsoil in place at specified grades. Topsoil and turfgrass losses due to erosion will be replaced by the Contractor until establishment and acceptance is achieved. CLEAN UP: This Contractor shall remove any excess material or debris brought onto the site or unearthed as a result of his turfgrass operations. GUARANTEE: This Contractor shall guarantee all materials used for this work to be the type, quality, and quantity specified. END OF SECTION TURFGRASS PLANTING 02800 - 6 SECTION 02830 GALVANIZED CHAIN LINK FENCING PART 1 - GENERAL 1.01 SCOPE: This section covers the furnishing of all labor and materials necessary to install the chain link fencing as shown on the plans. 1.02 SUBMITTALS: Shop drawings shall be furnished on all fencing and gates to be installed, and the Contractor shall submit samples of each component part of the various fencing if so required by the Owner. PART 2 - PRODUCTS 2.01 FABRIC: A. All chain link fabric shall be zinc or aluminum coated steel wire with a minimum tensile strength of 75,000 psi. 1, Zinc-coated: Minimum 1.2 ounces of zinc coating per square foot of coated surface area (ASTM A392). 2. Aluminum-coated: Minimum 0.40 ounces of aluminum coating per square foot of coated surface area (ASTM A491 ). B. Fabric shall be helically wound and interwoven into a diamond mesh in the following gauges and mesh sizes determined by measuring the clear distance between parallel sides of the mesh. Site Fencing No. 9 gauge - 2" mesh Backstop No. 6 gauge - 2" mesh (where called for on the plans) C. All fabric shall have knuckled top and bottom selvage. D. The Contractor shall submit a manufacturer°s certified test result that the zinc and aluminum coatings meet specified standarcls. 2.02 POSTS: A. All fence posts shall be Schedule 40 steel pipe. B. Terminal posts shall be defined as end, pull, corner, and line posts defined as the vertical posts installed between terminal posts. C. All posts shall be hot-dip zinc coated on all surfaces after fabrication with a minimum of 1.8 ounces of zinc per square foot of coated surface area, conforming to ASTM A120. D. All posts shall conform to the following sizes as called for on the plans: 6" o.d. 18.97 Ibs. per foot 4" o.d. 9.11 Ibs. per foot 3" o.d. 6.83 Ibs. per foot E. Spacing for line posts shall be as shown on the plans. GALVANIZED CHAIN LINK FENCING 02830- I F. All exposed ends of fence posts shall be fitted with a formed steel, malleable iron, or aluminum hot-dip galvanized alloy cap. All line posts shall be fitted with a cap suitable for passage of the continuous top rail. All terminal posts shall be capped with a domed terminal top. 2.03 RAILS: A. All chain link fencing shall have a 1-5/8" o.d. (2.27 Ibs. per foot), continuous top rail. Outside sleeve-type couplings 7" long, spaced at 20' maximum intervals, of the same material as the rail shall be used to allow for expansion and contraction. Every fifth coupling shall have a spring to take up rail expansion or contraction. B. Intermediate and bottom rails will be installed as shown on the plans and attached to the line and terminal posts with galvanized end, corner, and line rail clamps. _ C. All rails shall be Schedule 40 steel pipe hot-dip zinc coated after fabrication with a minimum of 1.8 ounces of zinc per square foot of coated surface area. 2.04 WIRE TIES: Wire ties shall be used to attach fence fabric to rails and line posts. Wire tie gauge size shall not be less than gauge of the fence fabric. Spacing for wire ties along rails shall not be greater than 24" and shall not exceed 15" when attaching to line posts. Ties shall be aluminum or zinc coated steel. 2.05 TENSION BARS: All fence fabric shall be tied to terminal posts with tension bars and tension bands. All tension bars shall be galvanized steel strip ¼" thick and %" wide. Tension bar shall be threaded through the chain link fabric and attached to the terminal post with I" wide, No. 11 gauge, tension bands at 15" intervals or less. Tension bands shall be closed with a %" x 1¼" galvanized carriage bolt and nut. 2.06 TRUSS RODS: Where shown on the plans a three-eighths (3/8") inch diameter galvanized steel truss rod and tightener will be installed between the terminal post and the adjacent line posts. 2.07 FITTINGS: All fittings to be hot-dip zinc coated malleable cast iron or pressed steel conforming to ASTM A153. Hot-dip zinc coating shall be 1.2 ounces of zinc per square foot of coated area. 2.08 CONCRETE POST FOOTINGS: All concrete used shall conform to Section 03300 - Cast-In-Place Concrete. 2.09 FOUL POLES: Foul pole support post shall be Schedule 40, galvanized steel post. Exposed top of "- support post shall be capped with a formed steel or malleable iron hot-dip galvanized dome cap. PART 3 - EXECUTION 3.01 ERECTION: All fencing shall be installed by skilled and experienced fence erectors to the lines and grades shown on the drawings. 3.02 COORDINATION: Fence erectors shall coordinate work with the concrete subcontractor for the placement and location of fence post footings and the void forms. Fence post erectors shall coordinate with the Owner and General Contractor in locating all existing underground utilities prior to drilling holes for fence post footings. 3.03 FABRIC: All fabric shall be placed on the inside of the ballfield except at the dugouts where fabric on the back and sides shall be placed on the outside. _ GALVANIZED CHAIN LINK FENCING 02830 - 2 3.04 FABRIC CLEARANCE: All fence fabric shall have a one-half to three-fourths ('/'2"-%") inch clearance from the bottom of the fence fabric to the finish grade. Fence fabric shall extend above the top of top rail no more than one (1") inch. 3.05 FOUL POLES: Foul poles will be installed and fabricated as shown and detailed on the plans. All welds shall be coated with Galvacon after fabrication. Prior to painting, the foul poles shall be etched with a solution of ¼ pound of copper sulphate to one gallon of water. Poles, fabric, frame and hardware shall be painted with two coats of yellow, Benjamin Moore exterior latex paint. 3.06 CLEANUP: Upon completion of the fence installation, any splattered concrete shall be removed from fence posts, all wire ties and fence hardware shall be picked up, and all excess fence fabric and equipment removed from the construction site. END OF SECTION GALVANIZED CHAIN LINK FENCING 4017 02830 - 3 SECTION 02861 POURED-IN-PLACE PLAYGROUND SAFETY SURFACING PART I - GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to install all playground safety surfacing as specified. 1.02 SUBMITTALS: A. The Contractor shall supply shop drawings, color samples, and product data sheets for approval by the Owner. B. The Contractor shall supply a letter from each vendor of playground equipment assuring that the equipment to be supplied complies with CPSC Guidelines. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING: Deliver materials with clearly labeled manufacturer's unopened containers. Store and handle in a manner which will prevent intrusion of foreign matter and will assure protection from weather. 1.04 JOB CONDITIONS: The Contractor shall be responsible for protection of unfinished work. 1.05 SCHEDULING: Coordinate materials deliverywith the scheduled time of installation to effect minimum storage time at the project site. PART 2 - PRODUCTS 2.01 RUBBER PLAY SURFACE: A. General: Rubber safety surfacing shall be "Tot Turf" poured-in-place rubber surfacing as manufactured and installed by Robertson Industries, Inc., (800) 858-0519, or approved equal. 1. To satisfy accessibility standards, playground surfaces must meet the guidelines established by the Americans With Disabilities Act (ADA). Product shall evaluated for shock absorbing properties in accordance with the procedures outlined in ASTM F-1292-91, Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment, as well as U.S. Consumer Product Safety Commission (CPSC) guidelines. In addition, Manufacturer shall supply information showing that the surface material meets all handicapped accessible requirements of the Civil Rights Restoration Act of 1687. 2. Product shall carry a two year warranty on installation and materials. All materials under this section shall be installed by the Manufacturer's employees. Playground surfacing installation shall not be performed by subcontractors, "Certified Licensed Applicators" or anyone not employed full time by the Manufacturer. Manufacturer shall provide payroll records form previous installations to document compliance. 3. Manufacturer shall provide all product specifications and MSDS documentation to establish compliance with specifications. 4. Provide documentation that shows that Manufacturer's employees have installed playground surfacing on projects exceeding 15,000 square feet in scope as well as experience with projects in various climates. POURED-IN-PLACE PLAYGROUND SAFETY SURFACING 4017 02861 - 1 B. Base Course: Base course shall consist of shredded styrene 'butadiene rubber (SBR) strands adhered with a polyurethane binder. Stranded rubber shall vary from 0.5mm - 2mm in thickness and 3mm-20mm in length. Binder shall be 100 percent solids and shall be not less than 12 percent nor more than 16 percent of the total weight of the rubber, and shall provide a 100 percent coating of the SBR strands. C. Wearing Course: Wear surface shall consist of ethylene propylene diene monomer (EPDM) particles adhered with a polyurethane binder. The EPDM particles shall meet the following requirements: 1. ASTM D 412 for tensile strength and elongation. 2. ASTM D 2240 for a shore A hardness of 50-70. 3. Not less than 25 percent rubber hydrocarbons. 4. Peroxide cured. Rubber granules shall be not less than 1 mm nor greater than 3mm in size. Binder shall be not less than 15 nor greater than 20 percent of the total weight of rubber and shall provide a 100 percent coating of the EPDM granules. D. Binder: Binder for rubber surfacing shall be nontoxic, weather-resistant, ultraviolet stable, non-hardening, 100 percent solid polyurethane, methyl diphenel isocynate (MDI). No TDI shall be used. Weight of polyurethane shall be not less than 8.5 Ibs./gal. nor more than 9.5 Ibs ./gal. E. Color: Top course shall consist of 50% black granules. Other color(s) shall be as selected by the Owner. PART 3 - EXECUTION 3.01 PREPARATION: Clean the concrete base as required. 3.02 RUBBER SURFACING: A. Prior to placing the rubber surfacing the Contractor shall verify that the concrete base is properly installed with the required cross-slope for drainage. B. Concrete base must cure for a minimum of thirty (30) days before the surfacing is placed. C. Components of the poured-in-place rubber surfacing shall be thoroughly mixed in a rotating tumbler as per the manufacturer's recommendation. D. Rubber surfacing base course shall be installed in one continuous pour. E. The wear surface (top course) shall be bonded to the base course with adhesive applied in small quantities to the base course. The wear surface shall be quickly troweled on before the adhesive dries, Wear surface shall be hand-troweled for a smooth even continuous surface. Seams between different colors shall be even and neat. Adjacent colors of surfacing shall be placed as soon as possible before the initial pour has cured. The initial pour edge shall be coated with the adhesive and the adjacent surfacing applied immediately. F. The thickness of the base course and wearing surface shall correspond with the detail shown on the plan. POURED-IN-PLACE PLAYGROUND SAFETY SURFACING 4017 02861 - 2 G. No adhesive shall be allowed on adjacent paved surfaces. Any spills of surfacing material shall be cleaned up immediately. H. The rubber surfacing shall be allowed to cure a minimum of forty-eight (48) hours before any traffic is allowed on it. I. The rubber surfacing manufacturer shall provide a representative experienced in the safety surfacing installation to supervise the installation. 3.03 CLEANUP: Upon completion of work in this section, remove all tools, equipment, unused material, and debris from the site; broom clean immediate area. Training will be provided to on site maintenance personnel in the event they might need to make occasional repairs. Extra material will be provided for this purpose. END OF SECTION POURED-IN-PLACE PLAYGROUND SAFETY SURFACING 02861 - 3 SECTION 02870 -- MISCELLANEOUS PARK EQUIPMENT PART 1 - GENERAL 1.01 SCOPE: The work to be performed under this section of the specification consists of furnishing and installing various miscellaneous park equipment. _ 1.02 SUBMITTALS: Submit shop drawings for each product. Indicate details of fabrication, anchorage, and related construction. Indicate accessories and finishes. PART 2 - PRODUCTS 2.01 DUGOUT BENCHES: Dugout benches are twenty (20') feet length and shall have one piece fiat 2xl 0 and 2x12 clear anodized aluminum planks for seats and backrest. The frames shall be 2%" o.d. _ Schedule 40 round steel tube, hot dip galvanized after fabrication with an extension for a seat support on top of the backrest, and with extension on the frame for permanent embedment in concrete. The frames shall be spaced at 4'-0" o,c., maximum. The seats and backrests shall be one piece planks with no splices. Benches shall be manufactured by Ed Cummings and Associates, Stephenville, --- Texas, (817) 968-8617, or approved equal. 2.02 SCORING TABLE AND BENCH: A. Plastisol Coated Planks: All five (5') foot planks for scoring table shall be 2x6 plastisol coated. Planks shall be attached to the support frame with galvanized countersunk %" diameter carriage bolts. B. Support Frame: All members of the support frame shall be 2 %" o.d. Schedule 40 powder coated pipe in the sizes shown on the plans. ~ C. Bench: Custom make a five (5') foot length straight leg park bench, Model P1835 frames and 2x4 plastisol coated planks, as manufactured by Game Time. Contact Modlin Recreation Equipment, Inc., P.O. Box 50048, Denton, Texas, 76206-0048, (800) 433-5347. 2.03 DRINKING FOUNTAIN: Provide one (1) Most Dependable Fountain, Model No. 493, as manufactured by MDF, Memphis, TN, (800) 552-6331. Fountain to be painted dark blue by the manufacturer. Refer to Section 09900 - Painting. Color to be approved by Owner. 2.04 PLAYGROUND: Provide "Little Tikes" play equipment as shown on the plans (or approved equal). Play equipment is manufactured in Farmington, Missouri, by Iron Mountain Forge. Representative is _ Jim Lea & Associates, (800) 237-4739, Install per manufacturer's specifications and recommendations. 2.05 PICNIC TABLES: Provide five (5) portable picnic tables with concrete pads by Wabash Valley #S511 -- and provide one (1) accessible picnic table, Wabash Valley #S535 (or approved equal). The table base and top shall be coated with l/.,, plastisol coating. Color to be selected by Owner. Contact The Playwell Group at (972) 488-9355. 2.06 LITTER RECEPTACLES: Provide six (6) litter receptacles Model LRD55, 55-gal. Receptacle with 10056 in-ground post package and covered with Model DTL32, 32-gal. dome top; manufactured by Wabash Valley or approved equal. Color to be selected by Owner. Contact The Playwell Group at A (972) 488-9355. MISCELLANEOUS PARK EQUIPMENT 02870-1 2.07 PICNIC TABLE GRILL: Provide six (6) Model 200-X rotating grill as manufactured by Iron Mountain Forge, or approved equal. Contact Jim Lea & Associates at (800) 237-4739. PART 3 - EXECUTION 3.01 INSTALLATION: All items shall be supplied and installed by the Contractor as shown on the plans and as recommended by the manufacturer. -- END OF SECTION MISCELLANEOUS PARK EQUIPMENT 02870 - 2 SECTION 02900 TREE, SHRUB AND GROUNDCOVER PLANTING PART 1 - GENERAL 1.01 SCOPE:Thisw~rkinc~udesa~~fina~finegradingandmin~rleve~ing~fpIantingareas~s~i~preparati~n~ and planting. Furnish all labor, materials, equipment and services required as herein specified and indicated on the drawings. Refer to planting details on plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02200 - Earthwork. B. Section 02970 - Irrigation System. PART 2 - PRODUCTS 2.01 TOPSOIL: Existing topsoil at the site will be used. If sufficient quantities of on-site topsoil are not available, off-site sources may be used. upon approval by the Landscape Architect. 2.02 SOIL AMENDMENTS: A. Compost: Shall be decomposed, organic material composed of twenty (20%) percent animal manure and eighty (80%) percent vegetative material, or other approved formulation. This material shall have been composted at least nine (9) months and shall be free of fungus, grass, weed seed, debris, nut sedge tubers, and any toxic substances, as produced by Soil Building Systems, Inc., Dallas, Texas; Quality Mulch Products, Hillsboro, Texas; Living Earth Technologies, Inc., Dallas, Texas; or approved equal. B. Rock Powder: Shall be lava sand. C. Fertilizer: Shall be a one hundred (100%) percent organic based product containing the following minimum percentages of available nutrients (N-P-K) 6-3-3 such as Sustain, Garden-ville Soil Food, or Green Sense. D. Root Stimulator: Shall be liquid seaweed (kelp). 1. Sample and Specification Submittal: Submit a producer's specification and a one (1 quart sample of the soil amendments proposed to be used for the Owner's approval. 2.03 MULCH: A. Standard Mulch: Shall be shredded hardwood bark mulch for all planting areas. B. Submittal: Submit a one (1) quart sample of proposed mulch for approval by Owner. 2.04 WATER: Water shall be available at the site via irrigation system. Water required in connection with planting will be furnished and paid for by the Owner provided it is not used in a wasteful manner. Any hose or other watering equipment shall be provided by the Landscape Contractor to water planting areas until the job is accepted by the Owner. TREE, SHRUB AND GROUNDCOVER PLANTING 4017 02900-1 2.05 PLANT MATERIALS: A. Plant Name and Location: The names and locations of all plants are noted on the drawings. _ The nomenclature of all plant materials is per Hortus Third by L. H. Bailey. Plant materials not conforming with this reference will be rejected by the Architect/Engineer. B. Quality and Size: All plant materials shall be first class representatives of their normal species -- or variety unless otherwise specified. They shall have a habit of growth that is normal for the species and shall be healthy, shapely, well-rooted, and vigorous. All plant materials shall be free from insect pests, plant diseases, and injuries. The containers and balls of all plants _ delivered to the site shall be free from any weeds or grasses which could be considered noxious or objectionable; i.e., nutgrass or Johnsongrass. ALL PLANT MATERIALS SHALL BE EQUAL TO OR EXCEED THE MEASUREMENTS SPECIFIED ON THE PLANTING PLAN WHICH ARE THE MINIMUM ACCEPTABLE SIZES. They shall be measured after -- pruning with the branches in normal position. The requirements for measurement, branching, grading, quality, bailing and burlapping of plants specified generally follow the code of the standards currently recommended by the American Association of Nurserymen, Inc., in the American Standards for Nursery Stock. C. Packaging: 1. Container Grown Plants: Plants designated as "Cont." on the plans shall be full or heavy grade and shall have been growing in the specified size container for one full season prior to delivery to the site. 2. Bailed and Burlapped Plants (B&B): Plants designated "B&B" on the plans shall be bailed and burlapped. They shall be dug with firm, natural balls of earth of sufficient diameter and depth to encompass the fibrous and feeding root system necessary for ~ full recovery of the plant. Balls shall be firmlywrapped with burlap or similar materials and bound with twine, cord, or wire mesh. Where necessary, to prevent breading or cracking of the ball during the process of planting, the ball may be secured to a platform. -- 3. Trees grown in root control bags will not be accepted as container grown. They will be accepted as "bailed and burlapped" if they meet the American Standards for _ Nursery Stock standards for bailed and burlapped trees. 4. Alternate to B&B: Plants grown in containers may be accepted as B&B provided that the plant has been growing in the container for one full growing season prior to "'- delivery. Alternate must be approved by Owner, D. Substitutions: Substitutions will be permitted only upon submission of proof that any plant is not obtainable and authorization by the Owner or his representative by a Change Order providing for the use of the nearest equivalent obtainable size or variety of plant having the same essential characteristics with an equitable adjustment of contract price. PART 3 - EXECUTION 3.01 LAYOUT: Location and spacing for plants and outline of areas to be planted shall be as denoted by stem location or by notations on the plan. All tree and shrub planting locations shall be staked by the Landscape Contractor and shall be approved by the Owner prior to digging the planting pits. TREE, SHRUB AND GROUNDCOVER PLANTING 02900 - 2 3.02 SOIL PREPARATION: A. Planting Beds: 1. Existing topsoil shall be used. 2. Excavation: Bed areas to receive planting shall be scarified to a depth of six (6") inches. All debris, stone, rubbish, and weeds shall be removed from the site. 3. Soil Mix for Planting Beds: Apply three (3") inches of compost, lava sand at the rate of sixty (60 Ibs.) pounds per one thousand (1,000 SF) square feet, and the specified fertilizer at the rate of twenty (20 Ibs.) pounds per one thousand (1,000 SF) square feet, then rotorill to mix thoroughly with soil to a depth of seven (7") inches. C. Tree Planting Pits: 1. All tree pits shall be a minimum of three times larger in diameter than the tree ball or root spread as shown on the planting details. 2. Tree pits shall be backfilled with the soil excavated from the tree pits. 3.03 DELIVERY OF PLANT MATERIALS: Plants shall be packed and protected during delivery and after arrival at the site, against climatic, seasonal, wind damage, or other injuries, and at no time shall be allowed to dry out. 3.04 PROTECTION OF PLANT MATERIALS: All plants shall be handled so that roots are adequately protected at all times from drying out and from other injury. The balls of bailed plants which cannot be planted immediately on delivery shall be "heeled in" for protection with soil mulch, straw, or other acceptable material. 3.05 SETTING THE PLANTS: All plants shall be planted in pits, centered, and set to touch such depth that the finished grade level at the plant after settlement will be the same as that at which the plant was grown. Each plant shall be planted upright and faced to give the best appearance or relationship to adjacent plants or structures. No burlap shall be pulled out from under balls or balls broken when taken from containers. All broken or frayed roots shall be cut off cleanly. When the hole is nearly filled with the specified soil, add water and the specified root stimulator, and allow it to soak away. Fill the hole to finished grade and form a shallow saucer around each tree by placing a ridge of topsoil around the edge of each pit after planting. 3.06 MULCHING: All trees, except as noted in the planting details, shall be mulched after planting with a one (1 ") inch deep layer of compost and a three (3") inch deep layer of mulch entirely covering the excavated area around each plant. All shrubs and groundcover shall be mulched with a one (1 ") inch layer of compost and a two (2") inch deep layer of mulch. 3.07 GRADING: The surface of all planting areas shall slope as shown on the plans. Unless otherwise shown, slope one-quarter (1/4")inch per foot (two (2%) percent gradient) away from foundations and walk. 3.08 CLEANUP: All excess soil, soil preparation materials, fertilizer, or plant containers shall be removed form the site upon completion of the work. 3.09 PRUNING AND SPRAYING: Each tree will be pruned only as necessary to preserve the natural shape and character of the plant. All pruning will be done after delivery to the site, under supervision of the Architect/Engineer. All soft wood or sucker growth and all broken or badly bruised branches and roots shall be removed. TREE, SHRUB AND GROUNDCOVER PLANTING 4047 02900 - 3 3.10 MAINTENANCE: The Landscape Contractor is responsible for Watering, cultivating, and other necessary maintenance until the completion and acceptance of all the work. 3.11 WEED INFESTATION: Any shrub or groundcover bed that becomes infested with noxious weeds or nut sedge shall be excavated to a minimum depth of 18", the soil removed, and completely replaced with new materials at no additional cost to the Owner. 3.12 INSPECTION FOR ACCEPTANCE: A. Inspections: Inspection of work and planting to determine completion of the work, exclusive of possible warranty plant replacement, will be made by the Owner at the time of the final inspection for the entire project. 3.13 GUARANTEE: A. Terms: All shrubs, perennials, and ornamental grasses shall be guaranteed for six (6) months and all trees for one (1) year. Guarantee begins upon final acceptance of work by the Owner. B. Plant Replacement: At the end of the guarantee period, inspection will be made by the Owner and the Contractor. Any plant material required under this contract that is dead or not in satisfactory growth condition shall be removed and replaced with the same size and kind of plant specified, at no cost to the Owner. END OF SECTION TREE, SHRUB AND GROUNDCOVER PLANTING 4017 02900 - 4 SECTION 02970 -- IRRIGATION SYSTEM PART 1 - GENERAL ' 1.01 RELATED DOCUMENTS: The General Conditions of the contract and all Supplemental and Special Conditions are a part of these Specifications and should be consulted in detail for instructions pertaining to the work. 1.02 SCOPE: Furnish all work, material, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with the installation of the underground sprinkler irrigation system complete as shown on the drawings and/or specified -- herein. When the term "Contractor" is used in this section, it shall refer to the Irrigation Contractor. 1.03 APPLICABLE STANDARDS: A. ASTM - D2241 - Poly Vinyl Chloride (PVC) Plastic Pipe (SDR-PR) B. ASTM - D2464 - Poly Vinyl Chloride (PVC) Plastic Pipe Fittings, Threaded, Schedule 40 C. ASTM - D2466 - Poly Vinyl Chloride (PVC) Plastic Pipe Fittings, Socket Type, Schedule 40 D. ASTM - D2564 - Solvent Cements for Poly Vinyl Chloride (PVC) Plastic Pipe and Fittings E. ASTM - D2855 - Making Solvent Cemented Joints with Poly Vinyl Chloride (PVC) Pipe and Fittings 1.04 GUARANTEE AND MAINTENANCE: A. The Contractor shall guarantee material and workmanship and shall provide maintenance for ' one year after final acceptance including repair and replacement of defective materials, workmanship and repair of backfill settlement. _ B. Guarantee and maintenance shall include but not necessarily be limited to the following: 1. Adjustment of sprinkler height and plumb to compensate for settlement and/or plant growth. 2. Backfilling of all trenches. _ 3. Adjustment of coverage (arc, trajectory and distance of spray) as necessary. 4. Unstopping heads plugged by foreign material. --- 5. Adjustment of controller as necessary to insure proper sequence and watering time. 6. All maintenance necessary to keep the system in good operating order. C. Guarantee and maintenance after final acceptance does not include alterations as necessitated by re-landscaping, re-grading, addition of trees or the addition and/or changes in sidewalks, walls, driveways, etc. IRRIGATION SYSTEM 02970 - 1 1.05 SUBMITTALS: A. The Contractor shall submit to the Architect/Engineer six (6) copies of shop drawings or manufacturer's "cut sheet" for each type of sprinkler head, pipe, controller, valves, valve box, wire, wire connector, fittings and all other types of fixtures and equipment which he proposes to install on the job. Each cut sheet shall have the manufacturer's name, model number (specifically highlight the model number intended for use on the project), equipment capacity and manufacturer's installation recommendation, if applicable, for each proposed item. B. Each copy of the submittal shall be logically organized into a binder (Contractor's choice) with a cover sheet that shall include the following information: 1. Project name and location. 2. Date of submittal. 3. Company name of Irrigation Contractor. 4. Company address of Irrigation Contractor. 5. Company phone and fax no. of Irrigation Contractor. 6. Name of person to contact about project. 7. Stamp of Licensed Irrigator responsible for installation of the irrigation system. C. No incomplete or partial submittal will be accepted. After the submittal has been approved, substitutions will not be allowed except by written consent of the Architect/Engineer. D. Shop drawings shall include dimensions, elevations, construction details, arrangements and capacity of equipment as well as manufacturer's installation recommendations. 1.06 APPROVED EQUAL SUBSTITUTIONS: A. Several items in this section and on the plans are specified by a manufacturer's brand name and model number followed by the phrase "or approved equal." This is not intended to unduly restrict competitive procurements or bidding but it is done to assure a minimum standard of quality which is believed to be best for the item specified. If a bidder wishes for a substitute item to receive consideration as an "approved equal," the bidder and each item must meet all of the following requirements without exceptions: 1. An item, to be considered a substitute, must meet the same specifications of materials, fabrication or construction, dimension or size, shape, finish, performance standards, warranty or guarantee, and any other pertinent and salient features of quality as indicated in manufacturer's specifications for original specified item. 2. A sample of the item, along with a written request for consideration, shop drawings and written specifications, must have been received by the Architect/Engineer a minimum of ten (10) days before the bid opening date. The item shall then be examined and the bidder shall be notified in writing seven (7) days later whether or not the item is an "approved equal." The Architect/Engineer shall be the final judge of whether or not an item submitted for consideration qualifies as being an acceptable substitute. B. Under no circumstances shall an item be given consideration as an "approved equal" substitute later than ten (10) days before the bid opening. After that date, all items shall be bid per the original specifications. Likewise, unless certified as an "approved equal" per the time frame and the requirements above, the successful bidder, known as Contractor after signing the contract, shall install all items per the original plans and specifications. IRRIGATION SYSTEM 02970 - 2 C. The Contractor alone shall bear complete responsibility for the' installation and operation of any material or equipment installed on the job, as a substitute for any specified equipment or material, should such substituted material prove defective, inoperable or inapplicable. 1.07 CODES/PERMITS: -- A. All work under this contract shall comply with the provisions of these specifications, as illustrated on the accompanying drawings or as directed by the Architect/Engineer, and shall satisfy all applicable local codes, ordinances or regulations of the governing bodies and all authorities having jurisdiction over this project. B. Installation of equipment and material shall be done in accordance with the requirements of the National Electric Code, city plumbing codes and standard plumbing procedures. The drawings -- and these specifications are intended to comply with all the necessary rules and regulations; however, some discrepancies may occur. Where such discrepancies occur, the Contractor shall immediately notify the Architect/Engineer in writing of the discrepancies and apply for an interpretation. Should the discovery and notification occur after the execution of a contract, any additional work required for compliance with the regulations shall be paid for as covered by these contract documents. -- 1.08 CONTRACTOR RESPONSIBILITIES: A. The Contractor shall give all necessary notices, obtain all permits and pay all costs in connection with his work; file with all governmental departments having jurisdiction; obtain all ' required certificates of inspection for his work and deliver to the Architect/Engineer before request of acceptance and final payment for the work. _ B. The Contractor shall include in the work any labor, materials, services, apparatus or drawings in order to comply with all applicable laws, ordinances, rules and regulations whether or not shown on the drawings and/or specified. -- C. The installation of the irrigation system shall follow all requirements of and shall be made by an individual or firm duly licensed under Chapter 34, Texas Water Code, "Licensed Irrigators and Installers," as amended by H.B. No. 2510, 74th Texas Legislature and effective June 28, 1996. D. The Contractor shall be responsible for all work performed under this contract. No subcontractor shall relieve the Contractor of liability to complete the work shown on the drawing and indicated in the specifications. E. The Contractor shall at all times protect his work from damage and theft and replace all damaged or stolen parts at his expense until the work is accepted in writing by the Owner. F. The Contractor shall protect the Owner's property from injury or loss. All damage to existing property, such as buildings, utilities, irrigation systems, etc., or plantings such as trees or lawns, caused by the Contractor during his operation or as a result of a malfunction of installed work -- during the guarantee period shall be repaired to its original condition at Contractor's expense. G. The Contractor shall carefully note all finish grades before commencing work. Any finish grade changed during the course of work shall be restored to the original contours. H. The Owner shall not be responsible for damage, caused by labor or materials furnished by the Contractor under this contract, which might have been prevented by the Contractor's prudence. IRRIGATION SYSTEM 02970 - 3 1.09 SUPERINTENDENT: A. An English-speaking A superintendent satisfactory to the Architect/Engineer shall be present on the site at all times during progress of the work. B. The superintendent shall not be changed except with the consent of the Architect/Engineer. C. The superintendent shall be authorized to represent the Contractor. 1.10 NOTIFICATION OF ARCHITECT/ENGINEER: The Architect/Engineer shall have free access to the work whenever it is in preparation or progress and the Contractor shall provide safe, convenient and proper facilities, for such access and inspection. The Contractor shall notify the Architect/Engineer when he will and will not be on the job. Should the Contractor work periodically on the job, the Architect/Engineer shall have the right to require the Contractor to give a 24-hour notice of each and every day or partial day that he intends to work on the project. The Contractor shall perform no work, unless the Architect/Engineer has been properly notified. Failure to notify the Architect/Engineer may require the Contractor to redo, uncover pipe, expose for inspection, etc., all that the Architect/Engineer was unable to inspect. 1.11 EXISTING UTILITIES - LOCATION AND ELEVATIONS: A. Locations and elevations of various utilities included with the scope of this work have been obtained from the most reliable sources available and should serve as a general guide without guarantee to accuracy. The Contractor shall examine the site and verify to his own satisfaction the locations and elevation of all utilities and availability of utilities and services required. The Contractor shall inform himself as to their relation to the work and the submission of bids shall be deemed as evidence thereof. The Contractor shall repair at his own expense, and to the satisfaction of the Architect/Engineer, for damage to any utility shown or not shown on the plans. B.Should utilities not shown on the plans be found during excavations, Contractor shall promptly notify the Architect/Engineer for instructions as to further action. C. Contractor shall make necessary adjustments in the layout as may be required to connect to existing water and electrical stubouts and sleeves, should such stubouts and sleeves not be located exactly as shown, at no increase in cost to the Owner. All such work will be recorded on record drawings and turned over to the Architect/Engineer prior to final acceptance. 1.12 COOPERATION OF TRADES: Work under this contract may be accomplished with other contractors and trades on the project site at the same time. The Contractor shall allow each contractor and trade adequate time at the proper stage of construction to fulfill his contract. 1.13 RECORD DRAWINGS: A. Record dimensioned locations and depths for each of the following. 1. Point of connection to the city water supply. 2. Sprinkler pressure line routing. Provide dimensions for each 100 lineal feet (maximum) along each routing, and for each change in directions. 3. Quick coupling valves. 4. Electric remote control valves, IRRIGATION SYSTEM 02970 - 4 5. Control wire routing. 6. Other related items as may be directed by the Architect/Engineer. B. Locate all dimensions from two permanent points such as buildings, monuments, sidewalks, curbs or pavements. C. Record all changes which are made from the Contract Drawings, including changes in the pressure and non-pressure lines. D. Record all required information on a set of black line prints of the Drawings. Do not use these prints for any other purpose. E. Maintain information daily. Keep drawings at the site at all times and available for review by the Architect/Engineer. F. When record drawings have been approved by the Architect/Engineer, transfer all information to a set of reproducible mylars using permanent india ink. Changes using ball-point pen are not acceptable, Make dimensions accurately at the same scale used on the original drawings, or larger. If photo reduction is required to facilitate controller chart, notes or dimensions must be a minimum 1/. inch in size. G. Reproducible mylars shall be furnished by the Architect/Engineer at cost for printing and handling. .14 CONTROLLER CHARTS: A. Do not prepare charts until record drawings have been approved by the Architect/Engineer. B. Provide one controller chart for each automatic controller installed. 1. Chart may be a reproduction of the Record Drawing, if the scale permits fitting the controller door. If photo reduction prints are required, keep reduction to maximum size possible to retain full legibility. 2. Chart shall be black line print of the actual system, showing the area covered by that controller. C. Identify the area of coverage of each remote control valve, using a distinctly different pastel color, drawn over the entire area of coverage. D. Following approval of charts by the Architect/Engineer, they shall be hermetically sealed between two layers of 20 mil thick plastic sheet. E. Charts must be completed and approved prior to final acceptance of the irrigation system. .15 OPERATION AND MAINTENANCE MANUALS: A. Provide two individually bound manuals detailing operation and maintenance requirements for irrigation systems. B. Manuals shall be delivered to the Architect/Engineer no later than 10 days prior to completion of work. IRRIGATION SYSTEM 02970 - 5 C. Provide descriptions of all installed materials and system~ in sufficient detail to permit maintenance personnel to understand, operate and maintain the equipment. D. Provide the following in each manual: 1. Index sheet, stating Irrigation Contractor's name, address, telephone number and name of person to contact. 2. Duration of guarantee period. 3. Equipment list providing the following for each item: a. Manufacture's name b. Make and model number c. Name and address of local manufacturer's representative d. Spare parts list in detail e. Detailed operation and maintenance instructions of major equipment 1.16 CHECKLIST: A. Provide a signed and dated checklist and deliver to the Architect/Engineer prior to final acceptance of the work. B. Use the following format: 1. Plumbing permits: if none required, so note. 2. Material approvals: approved by and date. 3. Pressure line tests: by whom and date. 4. Record drawings: received by and date. 5. Controller charts: received by and date. 6. Operation and maintenance manuals: received by and date. 7. Manufacturer's warranties if required: received by and date. 8. Written guarantee: received by and date. 1.17 ELECTRIC POWER: Electric power to operate the controller shall be furnished by the General Contractor at the location shown on the drawings. Service wiring to the controller cabinet from the power source shall be furnished by the Contractor. 1.18 WATER FOR TESTING: The General Contractor shall furnish all water necessary for testing, flushing, jetting and general operation until final acceptance. 1,19 SLEEVES AND ELECTRICAL CONDUITS: Sleeves and electrical conduits for irrigation needs shall be installed by the General Contractor. Contractor shall be responsible for locating all sleeves and conduits at no additional cost to the Owner. 1.20 PROGRESS MEETINGS: Contractor shall attend all progress meetings as requested by the Architect/Engineer during installation (max. of one per week). IRRIGATION SYSTEM 02970 - 6 1.21 STORAGE: The Contractor shall be allocated space on the site for storage of material but he shall coordinate such storage with the General Contractor. He shall keep such storage areas clean and _ neat at all times. The Owner assumes no responsibility for protection of this storage area or materials within it. PART 2 - PRODUCTS 2.01 GENERAL: Unless otherwise noted on the plans, all materials shall be new and unused. The irrigation equipment model numbers used for reference in these specifications are to establish _ minimum quality standards and may be substituted with an "approved equal" as outlined in Part I - Item 1.06. 2.02 POLYVINYL CHLORIDE PIPE (PVC PIPE): A. PVC pipe manufactured in accordance with ASTM Standards noted herein. 1. Marking and Identification: PVC pipe shall be continuously and permanently marked with following information: Manufacturer's name, size, type of pipe and material, SDR number, Product Standard number and the NSF (National Sanitation Foundation) Seal. -- 2. PVC Pipe Fittings: Shall be of the same material as the PVC pipe specified and compatible with PVC pipe furnished. PVC pipe fittings for sizes '/2"-2~" shall be Schedule 40 solvent weld type. PVC pipe fittings 3" in size shall be e rubber gasket type. ' 3. PVC Pipe: Shall be Class 200 solvent weld, SDR-21, PS 22~70 for all sizes 3/4" - 2Y2". All ¼" pipe shall be solvent weld SDR-13.5, Class 315. All 3" pipe shall be Class 200 and shall conform to SDR-21, ASTM D-2241, D-1784 Cell Class 12454-B, D-3139 Gasket Bell with _ locked-in RSS gasket joint. 4. Flexible PVC Risers: All flexible PVC risers shall be made from virgin PVC material, shall comply with ASTM D2287, shall be tested at 200 P.S.I. static pressure for 2 hours and -- have a quick burst rating of a minimum 400 P.S.I. Flexible PVC risers shall be Agricultural Products 1174 Standard or approved equal. 2.03 SWING JOINTS: Swing joints shall be Lasco factory assembled O-ring seal type. Swing joints for quick coupling valves shall be Model G17B-218 with brass insert stabilizer elbow and W' retaining lugs. Swing joints for gear driven rotary heads shall be Model G172-314 or approved equal. -- 2.04 WIRE AND SPLICES: All wire shall be single strand solid copper, minimum 14 gauge with Type UF insulation which is Underwriters Laboratory approved for direct underground burial when used in a National Electrical Code Class II Circuit (30 volts AC or less) as per Articles 725 and 300. Voltage drop shall be taken into consideration. All wire shall be color coded so that the common wire shall have white insulation and the signal wires shall have red insulation. All wire connectors shall have a pre-filled insulator tube with a Scotchlok Y connector which, when pressed together, forms a permanent, one-piece, moisture-proof wire splice. All connectors shall be U .L. listed and rated 600 -- volts maximum as a wire connector system for use with underground conductors. All direct burywire splice kits shall be DBY-6 as manufactured by the Electrical Products Division of the 3M Corporation. ' 2.05 QUICK COUPLING VALVES: Quick coupling valves shall be heavy-duty brass construction with a locking purple thermoplastic rubber cover and shall be marked with special "Do Not Drink!" warnings in English and Spanish for use on non-potable systems. Quick coupling valves shall be Rainbird - Model 44 NP or approved equal. Provide six (6) 44k keys and six (6) SH-2 swivel hose ells. IRRIGATION SYSTEM 4017 02970 - 7 2.06 BALL VALVES: Ball valves 2" and smaller in size shall be made of PVC, have a non-shock rating of 200 psi, have ball seals made of Teflon, have Viton O-rings and socket end connectors. Ball valves shall be Spears "Safe-T-SheaF' Compact or approved equal. 2.07 VALVE BOXES: A box shall be provided for all hydrometers, water meters, backflow preventers, electric valves, quick coupling valves and wire splices. Valve boxes shall be made of high-strength plastic, shall have covers with bolt down or locking mechanisms and shall be colored green. Boxes shall be suitable in size and configuration for the operability and adjustment of the valve. Extension sections will be used as appropriate to the depth of piping. 1. Electric Valves: Boxes for remote control valves two (2)" inches and smaller shall be "Pro Series" Model 218 BC or approved equal as manufactured by NDS, Inc. 2. Quick Coupling Valves: Boxes for quick coupling valves shall be "Pro Series" Model 214 BC or approved equal as manufactured by NDS, Inc. 3. Backflow Preventers: Boxes for backflow preventers two (2") inches or smaller shall be "Pro Series" Model 226 BC or approved equal as manufactured by NDS, Inc. 4. Wire Splices: Boxes for wire splices shall be "Pro Series" Model 212 BC or approved equal as manufactured by NDS, Inc. 5.Water Meters: Boxes for water meters two (2") inches or smaller shall be "Pro Series" Model 218 BM or approved equal as manufactured by NDS, Inc. 6. Hydrometers: Boxes for hydrometers two (2") inches or smaller shall be "Pro Series" Model 214 BC or approved equal as manufactured by NDS, Inc. 2.08 ROTARY HEADS: Rotary pop-up sprinklers shall be in-line combination type with positive drive by means of a water-driven gear motor. Nozzles shall be readily accessible without removing the upper head assembly. Sprinkler head shall rotate uniformly at a speed not to exceed one-fifth (1/5) revolution per minute. Gear driven rotary pop-up heads shall meet the requirements stated on the plans and shall be Hunter 1-25 series or approved equal. 2.09 4" POP-UP SPRAY HEADS: Spray heads shall have a minimum 4" pop-up. The sprinkler body and all related parts shall be plastic, cycolac or polycarbonate. They shall have a spring retraction for positive return action of the pop-up nozzle. The spring for retraction and the nozzle shall be made of corrosion resistant materials. 4" pop-up spray heads shall be Rainbird 1804-SAM-PRS series or approved equal. 2.10 ELECTRIC CONTROLLER: A. The satellite/stand-alone controller shall be Inter Spec No. IS-12A-U4N-00-SS; a 32 station MIR 5000 Irrinet controller, with Secondary Surge protection, and remote capabilities, installed in a stainless steel cabinet with the following option: Motorola V308 Portable Keyboard/Display. B. The satellite/stand-alone controller shall be capable of two-way communication with the MIR 5000C central computer (CICS). It shall receive, store, and send all commands generated by the central. It shall self-initiate communication to the central (polling or interrogation not required) for reporting alarms, failures, changes made at the satellite, and changes in the status of certain sensors. It shall upload on re1 quest form the central satellite status, program content and accumulation tables. C. The satellite/stand-alone controller shall be a 4-inputs (sensors), 16-station (outputs) control unit. Expandable to 12 inputs and 48 outputs through the addition of the AC mixed I/O module. IRRIGATION SYSTEM 4047 02970 - 8 Each station shall be capable of timing in increments of Minu'~es-Seconds or Hours-Minutes, as well as in the case where the volumetric control feature is used metering water in volumetric _ increments of 1,10, 100, 1000 or 10,000 gallons. Each station may have 1 - 98 cycles, with the feature of infinite cycles if 99 is entered. D. The satellite/stand-alone controller shall also support irrigation by time and include the checking -- of the flow rates per program and shall support the ability to combine multiple flow meter inputs and derive a "virtual" main line meter (the sum of all physical meters' flow rates). E. The satellite/stand-alone controller shall be capable of delivering .50 amperes (holding) at 24 VAC per station and shall be capable of operating as many as ninety-nine (99) main lines each with capacity for six (6) stations programmed simultaneously. -- F. The satellite/stand-alone controller shall be capable of operating any stations that are not assigned to main lines as auxiliary devices, These outputs may be combined with irrigation valve stations on the same program (for booster pump selection) as well as completely independently on their own program lines. Programs with only auxiliary outputs shall not be ' affected by a percentage increase/decrease to the water budgeting factor. G. The satellite shall have ninety-nine (99) possible programs. Each program shall have: 1. Up to 98 cycles, or infinite where 99 is entered. 2. Up to 6 stations assigned. 3. No nominal flow rate expected (volumetric operation). -- 4. Option of fertilizer injection control., with pre-watering and proportional control. 5. A start condition. 6. A wait condition. 7. A stop condition. 8. A stop time. 9. Choice of day interval (1-99) or individual days. -- H. The satellite/stand-alone controller shall provide global percentage increase or decrease per main line, from one (1) to nine hundred ninety-nine (999) percent, in one (1) percent increments. ' I. The satellite/stand-alone controller shall provide water management reporting by either the central or in a stand-alone configuration. Reports shall include: _ 1. Status of each program (High Flow, Low Flow, Unopened, Waiting, In Program, Stopped). 2. Water remaining in each program. 3. Actual flow rate. 4. Cycles remaining and next start time. ' 5. Actual Water Factor for each program. J. The satellite/stand-alone controller shall provide software support for 250 outputs, 99 main lines, 99 programs and shall provide random assignment of the physical outputs and inputs to the logical "station" and "input" names used in the software programming process. K. The satellite/stand-alone controller shall provide both the radio communications data-link and -- software to support remote inputs and outputs installed on Scorpio remote terminal units. L. The satellite/stand-alone controller shall provide random access capabilityto assign any station __ to any program as well as combining stations (up to six) on a program. Automatic protection shall prevent mixing stations from different main lines on a single program line. All stations shall be able to be turned on/off manually from the keyboard/display terminal unit (option V308). IRRIGATION SYSTEM 02970 - 9 M. The satellite/stand-alone controller shall be able to communicate via Motorola UHF radio with the MIR 5000C central computer. Additionally, up to five (5) satellites may be linked together via 2-wire communication cable and one of the units shall provide the radio link to the central. N. The satellite/stand-alone controller shall provide a read-out of current sensor inputs' status. O. The satellite/stand-alone controller shall provide internal H.V. surge protection for each of the 24 VAC field wire outputs. Satellite inputs shall also incorporate surge protection. P. The satellite/stand-alone controller shall include an optional keyboard-display terminal unit that includes a 2-line, dot matrix liquid crystal display and function-keys for menu driven operation. It shall have alphanumeric displays of descriptive English menus, with built-in HELP as a dedicated key on the unit that calls up context-sensitive help screens. The hardware shall be dedicated in function as the terminal, and shall have no on-board RAM (Random Access Memory). Q. The satellite/stand-alone controller shall provide status read-outs from Light Emitting Diodes (LED's) located on the face of each module. R. The Central Processing Unit (CPU) module shall provide the following status LED's: 1. POWER FAIL 2. REMOTE FAIL 3. RESET FAIL 4. IRRIGATING 5. STOP 6. BATTERY LOW 7. TERMINAL 8. FLOW ALARM 9. LEAK ALARM 10. UNOPENED ALARM 11. FLOW ALARM 12. CENTRAL COMMUNICATION TX, RX, CM 13. REMOTE COMMUNICATION TX, RX, CM S. Each I/O module shall provide the following status LED's: 1. MODULE DIAGNOSTIC FAIL 2. CLOCK FAILURE 3. OUTPUTS (1-16) 4. INPUTS ('1-4) T. The satellite/stand-alone controller shall be F.C.C. type accepted and listed. U. The satellite/stand-alone controller shall have 117VAC 50/60 Hz input, and 24 VAC 50/60 Hz output to up to 48 stations for operating 24 VAC soleholds. 2.11 ELECTRIC REMOTE CONTROL VALVES: Electric remote control valves shall have plastic glass- filled bodies and covers and shall be globe-type diaphragm valves of normally closed design. Operation shall be accomplished by means of an integrally mounted heavy-duty 24-V AC solenoid complying with National Electrical Code, Class II Circuit. Solenoid coil shall be potted in epoxy resin within a plastic coated stainless steel housing. Solenoids shall be completely waterproof, suitable for direct underground burial. A flow stem adjustment, shall be included in each valve. Electric remote control valves shall be Hardie 200 B series or approved equal. IRRIGATION SYSTEM 02970-10 2.12 BACKFLOW PREVENTER: A double gate valve, double check assembly (DCVA) shall be located and sized as shown on the drawings. Construction shall be all brass for sizes %"-2". The double gate valve, double check valve assembly shall be Febco Model 805Y or approved equal. 2.13 WATER METER: The water meter shall be turbine type with a maximum operating pressure of 150 psi within a temperature range of 32° to 130°. The top and bottom case shall be made of bronze, the rotor shall be thermoplastic, the thrust bearings shall be constructed of tungsten carbide, magnets shall be e ceramic, shafts and bolts shall be stainless steel and the inlet hub shall be thermoplastic. The water meter shall meet all performance and material standards of AWWA and shall be Sensus Series "S" or approved equal. 2.14 HYDROMETER: The hydrometer shall combine a turbine type water meter and a diaphragm actuated solehold controlled valve mounted in a single globe style valve body. The meter shall power a gear mechanism which activates a reed switch that transmits a pulse at a pre-determined amount of flow. The unit shall include integral flow guides to eliminate the need for straight pipe allowances before and after the valve. The main valve shall fully open and close drip tight in response to an electrical signal. Remote control hydrometer shall be Bermad Model 910-P (2" in size) as manufactured by Bermad Control Valves or approved equal. 2.15 CONCRETE MATERIALS: All concrete for thrust blocks shall have a minimum compressive strength of 2,000 psi after 28 days of curing. Concrete shall be a mix not leaner than 1 part cement, 2 ~ parts sand, 5 parts gravel. Dry mix will not be permitted. The slump shall not be more than three inches nor less than one inch. PART 3 - EXECUTION 3.01 INSTALLATION - GENERAL: A. Design Pressure: This irrigation system has been designed to operate with a minimum static inlet water pressure of 65 psi at the point of connection to city water supply. The Contractor shall take a static pressure reading prior to beginning construction. If the static pressure reading is less than the number shown above, the Contractor shall notify the Architect/Engineer for further instructions. B. Contractor Responsibility: The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies in equipment usage, area dimensions, or static water pressure exist that might not have been considered in the design. Such obstructions or differences shall be brought to the attention of the Architect/Engineer. In the event this notification is not performed, the Contractor shall assume full responsibility for any revision necessary at Contractor's expense. C. Staking: Before installation is started, place a stake or flag where each sprinkler is to be located, in accordance with the drawing. Staking shall be approved by the Architect/Engineer before proceeding. D. Piping Layout: Piping layout is diagrammatic. Route piping around existing trees in such manner as to avoid damage to plantings. Do not dig within the ball of newly planted trees. In areas where trees are present, trenches will be adjusted on site to provide a minimum clearance of ten times the trunk diameter of the tree (at its base) between any tree and any trench. E. All material and equipment shall be delivered to the jobsite in unbroken reels, cartons or other packaging to demonstrate that such material is new and of a quality and grade in keeping with the intent of these specifications. IRRIGATION SYSTEM 02970 - 11 3.02 EXCAVATION AND TRENCHING: A. The Contractor shall perform all excavation to the depth indicated in these specifications and drawings. The banks of trenches shall be kept as nearly vertical as practicable. Trenches shall be wide enough to allow a minimum of four (4") inches between parallel pipelines or electrical wiring. Where rock excavation is required, or where stones are encountered in the bottom of the trench that would create a concentrated pressure on the pipe, the rock or stones shall be removed to a depth of six (6") inches minimum below the trench depth indicated. The over depth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth or sand, thoroughly tamped. Whenever wet or otherwise unstable soil that is incapable of properly supporting the pipe is encountered in the trench bottom, such shall be removed to a depth and length required, and the trench backfilled to trench bottom grade as hereinafter specified, with course sand, fine gravel or other suitable material. B. Bottom of trench grade shall be continued past ground surface deviations to avoid air pockets and low collection points in the line. The minimum cover specifications shall govern regardless of variations in ground surface profile and the occasional deeper excavation required at banks and other field conditions. Excavation shall be such that a uniform trench grade variation will occur in all Gases where variations are necessary. C. Trench excavation shall comprise the satisfactory removal and disposition of all materials and shall include all shoring and sheeting required to protect the excavation and to safeguard employees. D. During excavation, material suitable for backfilling shall be stockpiled in an orderly manner a sufficient distance back from edge of trenches to avoid overloading and prevent slides or cave- ins. Material unsuitable for backfilling shall be wasted as directed by the Architect/Engineer. When excavated material is of a rocky nature and the topsoil or any other layer of excavated material is suitable for pipe bedding and backfill in the vicinity of the pipe, such material shall be separately stockpiled for use in such bedding and pipe backfill operations, unless satisfactory imported material is used. E. All excavations and backfill shall be unclassified and covered in the basic bid. No additional compensation will be allowed for rock encountered. F. Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the excavations to their original conditions in a manner acceptable to the Architect/Engineer. 3.03 PIPE INSTALLATION: A. Sprinkler Mains: Sprinkler mains are that portion of piping from water source to electric valves and quick coupling valves. This portion of piping is subject to surges since it is a closed portion of the sprinkler system. Sprinkler mains shall be installed in a trench with a minimum of 18 inches of cover. B. Lateral Piping: Lateral piping is that portion of piping from electric valve to sprinkler heads. This portion of piping is not subject to surges since it is an "open end" portion of the sprinkler system. Lateral piping shall be installed in a trench with a minimum of 12 inches of cover. C. Remove lumber, rubbish and rocks from trenches. Provide firm, uniform bearing for entire length of each pipe line to prevent uneven settlement. Wedging or blocking of pipe will not be permitted. Remove foreign matter or dirt from inside of pipe before welding, and keep piping clean during and after laying of pipe. IRRIGATION SYSTEM 02970 - 12 D. PVC pipe shall not be installed when there is water in the trench, nor shall PVC pipe be laid when temperature is 40 degrees or below or when rain is imminent. PVC pipe will expand and contract as the temperature changes. Therefore, pipe shall be snaked from side to side of trench bottom to allow for expansion and contraction. 3.04 PVC PIPE AND FITTING ASSEMBLY: A. Solvent: Use only solvent recommended by manufacturer to make solvent-welded joints following standards noted herein. Thoroughly clean pipe and fittings of dirt, dust and moisture with an approved PVC primer before applying solvent. B. PVC to Metal Connection: Work metal connections first. Use a non-hardening pipe dope such as Permatex No. 2 or "Teflon" tape on threaded PVC to metal joints. Use only light wrench pressure, C. Threaded PVC Connections: Where required, use threaded PVC adapters into which pipe may be welded. 3.05 HYDROSTATIC TESTS: Pressure Test: After the pipe is laid, the joints completed and the trench partially backfilled leaving the joints exposed for examination, the newly laid piping or any valved section of main pressure line piping shall, unless otherwise specified, be subjected for four hours to a hydrostatic pressure test of normal city water pressure. Each valve shall be opened and closed during the test. Exposed pipe, joints, fittings, and valves shall be carefully examined during the partially open trench test. Joints showing visible leakage shall be replaced or remade as necessary. Cracked or defective pipe, joints, fittings, or valves discovered in consequence of this pressure test shall be removed and replaced with sound material, and the test shall be repeated until the test results are satisfactory. All replacement and repair shall be without additional expense to the Owner. 3.06 CONTROL WIRE INSTALLATION: A. All control wire less than 1000 feet in length shall be continuous without splices or joints from the controller to the valves. Connections to the electric valves shall be made within 18 inches of the valve using connectors specified. B. All control wires shall be installed at least 18 inches deep. Contractor shall obtain the ArchitectJEngineer's approval for wire routing when installed in separate ditch. Control wires may be installed in a common ditch with piping; however, wires must be installed a minimum of 4 inches below or to one side of piping. Bundle all wires together with a moisture-proof tape at a maximum interval of every 20 feet. C. All wire passing under existing or future paving, sidewalk, construction, etc., shall be encased in PVC Schedule 40 conduit extending at least 2 feet beyond edges of paving, sidewalks or construction. 3.07 ROTARY HEADS: Rotary pop-up heads shall be installed with the top of the sprinkler head flush with the top of the installed sod. Rotary pop-up sprinklers shall be installed on swing joint assemblies as detailed on the drawings. Underthe warranty, the Contractor shall return within 90 days or upon establishment of the grass whichever comes first and adjust the sprinklers to proper grade at sod level. Locate all rotary sprinklers four (4") inches from the edge of pavement or hardscape. 3.08 POP-UP SPRAY HEADS: Provide heads and nozzles as specified and install in locations as shown on the drawings. Pop-up spray heads shall be installed on a flexible PVC riser directly on to lateral piping as detailed on the drawings. Heads shall be installed with the top of head flush with the IRRIGATION SYSTEM 02970 - 13 finished grade. Contractor will be required to adjust heads as necessary after establishment of grass or other plant material. 3.09 QUICK COUPLING VALVES: Quick coupling valves shall be installed on a swing-joint assembly as detailed on the drawings. Under the warranty, the Contractor shall return after grass is established and adjust valves and valve boxes to proper grade. 3.10 VALVE AND VALVE BOX PLACEMENT: All valves shall be in boxes as specified and shall be set with a minimum of six (6") inches of space between their top surface and the bottom of the valve box. Valves shall be fully opened and fully closed to ensure that all pads are in operating condition. Valve boxes shall be set plumb, vertical and concentric with the valve stem. Any valve box which has moved from this required position so as to prevent the use of the flow control of the valve shall be reset by the Contractor at his own expense. 3ol I IRRIGATION CONTROLLER: A. Irrigation controller shall be located as shown on the plans and shall be capable of operating the number of stations indicated. The system is designed to operate only one section at a time unless otherwise noted on the plans. The controller may be sized for future irrigation expansion and may have more stations than valves. The Contractor shall install the size controller specified on the plans in accordance with the manufacturer's published installation instructions. B. Controller shall be located where shown on the plans and oriented in such a manner as to allow the operator to view a maximum area of the irrigation system, unless required to be installed inside a structure. 3.12 ELECTRIC REMOTE CONTROL VALVES: A, Remote control valves shall be located and sized as shown on the plans. All electrical connections shall be made when the weather is dry with connection kits as specified in accordance with manufacturer's recommended procedures. All remote control valves shall be installed in a horizontal position, and according to the manufacturer's published installation instructions. B. It shall be the responsibility of the Contractor to furnish and install the proper size wire on each of the low voltage circuits from the irrigation controller to the various electric remote control valves. C. Consideration shall be given to each circuit for allowance of voltage drop and economy consistent with accepted practices of electrical installation. Under no circumstances shall the voltage of any branch circuit be reduced more than proper due to length of run exceeding the maximum allowable for the wire size used. 3.13 DOUBLE CHECK VALVE ASSEMBLY (DCVA): Install the double check valve assembly per manufacturer's published installation instructions in a valve box as specified and detailed on the drawings or as required by local plumbing codes. 3.14 WATER METER: Install the water meter per manufacturer's published installation instructions in a meter box as specified or as required by local plumbing codes. 3.15 HYDROMETER: Install the hydrometer per manufacturer's published installation instructions in a valve box as specified, Provide and install from the hydrometer to the controller sensor inputs, two (2) each color coded 14 gauge UF wires (total of 4). Two (2) wires shall have blue insulation and two wires shall have yellow insulation. IRRIGATION SYSTEM 02970 - 14 3.16 BACKFILL AND COMPACTION: A. After system is operating and required tests and inspections have been made, the trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand, gravel, soft shale or other approved materials, free from large clods of earth or stone. Rock, broken concrete or pavement and large boulders shall not be used as backfill material. The backfill shall be thoroughly compacted and evened with the adjacent soil level. B. Compact trenches in areas to be planted by thoroughly flooding the backfill. Compact all other areas by flooding or hand tamping. The jetting process may be used in areas when flooding. C. Backfill for all trenches, regardless of the type of pipe covered, shall be compacted to a minimum 95% Standard Proctor Density. D. Any trenches improperly backfilled, or where settlement occurs, shall be reopened to the depth required for compaction, then refilled and compacted with the surface restored to the required grade and left in a completed surface condition as described above. E. Specifically tamp backfill under heads and around the flange of heads for one (1 ') foot by a suitable means after trench backfill has dried from flooding to prevent heads loosening in the ground. F. DUE TO THE LOCATION AND ACCESSIBILITY OF THIS PROJECT, Contractor WILL NOT BE ALLOWED TO LEAVE ANY TRENCHES OPEN AFTER WORK HOURS OR OVERNIGHT. ALL TRENCHES MUST BE BACKFILLED ON A DAILY BASIS. 3.17 CONCRETE THRUST BLOCKS: Concrete thrust blocks shall be installed on 3" main line (Contractor's option for main line 2 ¼" and smaller) at plugs, caps, bends, tees, crosses, elbows, and other fittings as necessary to prevent surge damage to the piping system. Concrete shall be formed and placed so that fittings, joints, valves, etc., are not contained in the thrust blocking and they are accessible for future repair. Blocking shall be placed between solid ground and the fitting to be anchored. Unless otherwise indicated or directed, the base and thrust bearing sides of the thrust block shall be poured directly against undisturbed earth. The sides of the thrust blocks not subject to thrust may be poured against forms. The area of bearing shall be as shown in the details or as directed. 3.18 FINAL ADJUSTMENT: A. After installation has been completed, make final adjustment of sprinkler system prior to Architect/Engineer's final inspection. B. Completely flush each section to remove debris from lines by removing all nozzles from heads and turning on system. C. Replace nozzles and check sprinklers for proper operation and proper alignment for direction of throw. D. Check each section for operating pressure and balance to other sections by use of flow adjustment on top of each valve. E. Check nozzling for proper coverage. Prevailing wind conditions may indicate that arc or angle of spray should be other than as shown on drawings. In this case, change nozzles to provide correct coverage and furnish record date to Architect/Engineer with each change. IRRIGATION SYSTEM 02970 - 15 3.19 CLEAN-UP: The project site shall be thoroughly cleaned of all waste materials and all unused or salvaged materials, equipment, tools, etc. After completion of the work, areas disturbed shall be leveled and the site shall be raked clean and left in an orderly condition. _ END OF SECTION IRRIGATION SYSTEM 02970 o 16 SECTION 03100 -- CONCRETE FORMWORK PART 1 - GENERAL 1.01 SCOPE: The extent of formwork is indicated by the concrete items shown on the drawings. The work includes the design, construction, erection, maintenance, and removal of all formwork for concrete paving, and any other appropriate concrete items called for. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 03200 - Concrete Reinforcement. B. Section 03300 - Cast-In-Place Concrete. _ 1.03 CODES AND STANDARDS: Comply with provisions of the following codes, specifications, and standards, except as modified or amended herein. A. ACI 347-68, "Recommended Practice for Concrete Formwork." B. ACI 301-72, "Specifications for Structural Concrete for Buildings." PART 2 - PRODUCTS 2.01 DESIGN OF FORMWORK: -- A. Design, erect, support, brace and maintain formwork so that concrete items will be of the correct size, shape, alignment, elevation, and position. B. Design formwork to be readily removable without impact, shock, or damage to the cast-in-place concrete surfaces and adjacent materials. C. Provide formwork sufficiently tight to prevent leakage of cement paste during concrete -- placement. Solidly butt all joints and provide backup material at joints as may be required to prevent leakage and fins. D. Wood Forms: Shall be No. 2 common southern pine, or equivalent, materials milled to ' reasonably uniform width and thickness, at least two (2) edges and one (1) side dressed for tight fit. _ E. Metal Forms: Clean, unpainted, and in good condition to provide members of widths and depths required. Severely damaged or indented forms are not acceptable. PART 3 - EXECUTION 3.01 FORMWORK: _ A. All forms shall be observed by the Owner prior to placement of concrete. The Contractor shall notify the Owner at least twenty-four (24) hours prior to placing concrete. B. Forms shall be built to the shapes and dimensions of the concrete on the drawings, shall be ' set to lines and grades, braced and secured to withstand placing of concrete. CONCRETE FORMWORK 03100 - 1 3.02 PREPARATION OF FORM SURFACES: A~ Coat the contact surfaces of forms with a form-coating compound before reinforcement is _ placed. Provide commercial formulation form-coating compounds that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion nor impede the wetting of surfaces to be cured with water or curing compounds. Thin form-coating compounds only with the thinning agent -- of the type and in amount and under the conditions of the form-coating compound manufacturer's directions. Do not allow excess form-coating material to accumulate in the forms or to come into contact with concrete surfaces against which fresh concrete will be placed. Apply in compliance with the manufacturer's instructions. B. Coat steel forms with a non-staining, rust preventive form oil or otherwise protect against rusting. Rust stained steel formwork is not acceptable. -- 3.03 REMOVAL OF FORMS: Forms shall not be removed until concrete has adequately hardened. 3.04 RE-USE OF FORMS: Clean and repair the surfaces of forms that are to be re-used in the work, ' except that warped, split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable. Apply new form-coating compound material to all concrete contact form surfaces as specified for new formwork. _ When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close all joints. Align and secure all joints to avoid offsets. Do not use "patched" forms for exposed concrete surfaces except as acceptable to the Architect/Engineer. -- A. All formwork shall comply with ACI 302-69, "Recommended Practice for Concrete Floor and Slab Construction." END OF SECTION CONCRETE FORMWORK 4017 03100 - 2 SECTION 03200 -- CONCRETE REINFORCEMENT PART 1 - GENERAL ' 1.01 SCOPE: The extent of concrete reinforcement is shown on the drawings and in schedules. The work includes fabrication and placement of reinforcement for the cast-in-place concrete, including bars, ties and supports. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 03100 - Concrete Formwork. B. Section 03300 - Cast-in-Place Concrete. _ 1.03 CODES AND STANDARDS: Comply with requirements of the following codes and standards, except as herein modified: A. American Concrete Institute, ACI 315 "Manual of Standard Practice for Detailing Reinforced -- Concrete Structures." B. American Concrete Institute, ACI 301 "Specifications for Structural Concrete for Buildings." C. American Welding Society, AWS, D 12.1 "Recommended Practices for Welding Reinforcing Steel, Metal Inserts and Connection in Reinforced Concrete Construction. -- D. Concrete Reinforcing Steel Institute, "Manual of Standard Practice." 1.04 SUBMITTALS: Submit to the Architect/Engineer in conformance with the requirements of the GENERAL REQUIREMENTS. A. For information only, submit two (2) copies of steel producer's certificates of mill tests for reinforcing steel. B. Submit shop drawings for fabrication, bending, and placement of concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures." Show bar schedules, stirrup spacing, diagrams of bent bars, arrangements and -- assemblies, as required for the fabrication and placement of concrete reinforcement. 1.05 PRODUCT, DELIVERY, HANDLING, AND STORAGE: A. Deliver reinforcement to the project site bundled, tagged, and marked. Use metal tags indicating bar size, lengths, and other information corresponding to markings shown on placement diagrams. B. Store concrete reinforcement materials at the site to prevent damage and accumulation of dirt or excessive rust. PART 2 - PRODUCTS 2.01 MATERIALS: A. Reinforcing Bars: ASTM A615 of grade shown on drawings with minimum yield strength of 60,000 psi. CONCRETE REINFORCEMENT 03200-1 B. Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement in place. Use wire bar type supports or plastic-type chairs, complying with P57-66, unless otherwise indicated. Do not use wood, brick, and other unacceptable materials. 2.02 FABRICATION: A. General: Shop-fabricate reinforcing bars to conform to required shapes and dimensions with fabrication tolerances complying with ACI 315. In case of fabricating errors, do not re-bend or straighten reinforcement in a manner that will injure or weaken the material. B. Unacceptable Materials: Reinforcement with any of the following defects will not be permitted in the work: 1. Bar lengths, depths and bends exceeding specified tolerances. 2. Bends or kinks not indicated on drawings or final shop drawings. 3. Bars with reduced cross section due to excessive rusting or other cause. PART 3 - EXECUTION 3.01 INSTALLATION: Comply with the specified codes and standards and the Concrete Reinforcing Steel Institute recommended practice for "Placing Reinforcing Bars" for details and methods of reinforcement placement and supports and as herein specified. A. Clean reinforcement to remove loose rust and mill scale, earth, ice, and other materials which reduce or destroy bond with concrete. B. Position, support, and secure reinforcement against displacement by formwork, construction or concrete placement operations. Locate and support reinforcing by chairs as required. C. Place reinforcement to obtain the minimum coverages for concrete protection. Arrange, space, and securely tie bars and bar supports together with No. 16 gauge wire to hold reinforcement accurately in position during concrete placement operations. Set wire ties so that ends are directed away from exposed concrete surfaces. D. Provide sufficient numbers of supports and of strength to carry reinforcement. Do not place reinforcing bars more than two (2") inches beyond the last leg of any continuous bar support. Do not use supports as bases for concrete conveying equipment and similar construction loads. E. Splices: Provide standard reinforcement splices by lapping ends, placing bars in contact, and tightly wire tying. Comply with requirements of ACI 318 for minimum lap of spliced bars. END OF SECTION CONCRETE REINFORCEMENT 03200 - 2 SECTION 03300 -- CAST-IN-PLACE CONCRETE PART 1 - GENERAL ' 1.01 SCOPE: This item shall consist of concrete paving and miscellaneous concrete items composed of portland cement concrete, with reinforcing steel. constructed as herein specified on an approved subgrade, and in conformance with the lines and grades shown on the plans and details. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A, Section 02200 - Earthwork. B. Section 03100 - Concrete Formwork. C. Section 03200 - Concrete Reinforcement. 1.03 CODES AND STANDARDS: Comply with the following codes and standards except as modified or amended herein: A. ACI 301-72 (Revised 1975) "Specifications for Structural Concrete for Buildings." B. ACI 318-77 "Building Code Requirements for Reinforced Concrete." C. AC1304-73 (Reaffirmed 1978)"Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete." 1 .(2)4 TESTING: Refer to General Provisions. A. Material Evaluation Tests and Design Mixes: The Contractor's testing agency shall sample ' and test proposed concrete materials, test aggregates from each material source and evaluate for compliance with specified standards. The testing agency shall then compile test results and proposed concrete mix designs, as specified herein, into a report to be submitted _ to the ArchitectJEngineer for approval. B. Quality Control Testing During Construction: Perform testing services as outlined in ACI301 - 72, except as modified herein: 1. Mold and cure three (3) specimens for each sample in accordance with ASTM C31. Any deviations from the requirements of this standard shall be recorded in the test _ report. 2. For all concrete work, test one specimen at seven (7) days and one at twenty-eight (28) days. One set of three (3) specimens shall be taken per the schedule in PART -- 3 - EXECUTION. C. Contractor shall pay for all testing. 1.05 WORKMANSHIP: All concrete work which does not conform to the specified requirements, including strength, tolerances, and finishes, shall be removed and replaced or corrected as directed by the Architect/Engineer at the Contractor's expense, without extension of time. CAST-IN-PLACE CONCRETE 4017 03300-1 1.06 SUBMITTALS: Submit to the Architect/Engineer in conformance with the requirements of the CONDITIONS OF THE CONTRACT. A. Laboratory Test Reports: Submit two (2) copies of laboratory test reports for concrete materials, mix design tests, and field quality control tests as specified under "Testing." B. Delivery Tickets: Furnish duplicate delivery tickets to the Owner as specified under "Production of Concrete." PART 2 - PRODUCTS 2.01 CONCRETE: All concrete shall be 3,000 psi or greater at twenty-eight (28) days, five (5) sacks cement per cubic yard, portland cement mix, reinforced as specified, and shall be of the size, dimension, and detail shown on the drawings and in accordance with these specifications. A. Cement: Provide portland cement, Type 1, ASTM C150, except as otherwise indicated. B. Aggregates for Normal Weight Concrete: 1. Coarse: Shall conform to ASTM C33 and as herein specified. Use clean, uncoated, processed aggregate containing no clay, mud, loam, or foreign matter. Shall be crushed stone, processed from natural rock or stone. 2. Fine: Shall conform to ASTM C33 and as herein specified. Use clean, sharp, natural sand, free from loam, clay lumps, or other deleterious substances. 3. In proportioning, fine and coarse aggregates shall be regarded as separate ingredients. Each size of coarse aggregate, as well as combination of sizes when two or more are used, shall conform to the appropriate grading requirements of applicable ASTM specifications. Maximum sizes of aggregates shall be determined by proportioning requirements. 4. Provide aggregates of each type from one source to ensure uniform ity of color, size, and shape. 5. Maximum size of coarse aggregate and proportion of design mix as follows: Concrete All Other Concrete Paving Construction Maximum Water and Cement Ratio, Gal./Sack 6 6 Aggregate, Maximum Size 1" 1W' Weight Normal Normal Slump Range, Inches 3-5 3-5 Percent Air Entrainment 5% Optional PSI 3,000 rain. 3,000 min. C. Water for Mixing and Curing: Clean, fresh, free from oil, acid, organic matter, or other deleterious substances. Provide water for curing that does not contain impurities in sufficient amount to etch concrete surfaces or cause discoloration to concrete indicated to remain exposed and unpainted. -- CAST-IN-PLACE CONCRETE 03300 - 2 2.02 REINFORCING STEEL: Reinforcing steel shall be ASTM A615-GR40 for stirrups and ties, A615- GR60 for all other and shall conform to Section 03200. 2.03 EXPANSION JOINT FILLER: Resilient, non-bituminous, Type I, semi-rigid, conforming to ASTM D545. Provide in all expansion joints as shown on the plans. -- 2.04 EXPANSION JOINT DOWELS: Shall be No. 4 smooth bar dowels eighteen (18") inches long, with one (1) end capped with plastic or metal cap and placed at thirty-six (36") inches on center (or as shown) through the center of each expansion joint. 2.05 EXPANSION JOINT SEALER: All joint sealer for expansion joints in concrete paving shall be a two-part pourable polyurethane sealant, conforming to Interim Federal Specification TT-S-00227E and shall be Pecora Corporation's Urexpan NR-200 or Tremco Manufacturing Company's THC/900 -- sealant, colors to be selected by the Owner. 2.06 FORMS: Concrete forms shall conform to Section 03100 - Concrete Formwork. ' 2.07 CHAIRS: Use plastic-type chairs, as approved by the Owner. Do not use wood, brick or other unacceptable materials. -- 2.08 CURING COMPOUND: Curing compound shall be Type I (clear or translucent) or Type II (white-pigmented), as defined by ASTM Designation C309. Products offered by manufacturers which comply with the requirements include the following: Horncure 30D: A. C. HornAN. R. Grace. Clear-Bond: Guardian Chemical Company. LR 151: Protex Industries, Inc. PART 3 - EXECUTION 3.01 GENERAL: Concrete work will have a thickness as shown on the details and shall be placed on the -- specified subgrade as shown. Standard slopes for paving, unless otherwise shown on the plans, will be one-quarter (¼") inch per foot. _ 3.02 FORMS: All formwork shall be observed and approved bythe Owner's Representative prior to placing any concrete. See Section 03100 - Concrete Formwork. Forms shall be securely staked to line and grade and maintained in a true position during the placement of concrete. -- A. Forms for Making Placed Concrete: Forms shall be set true to line and grade in advance of the concreting for a distance sufficient to permit a finished subgrade. They shall be joined neatly and tightly and shall be set with exactness to grade and alignment. All forms must be in firm contact with the subgrade throughout their entire length and base width and securely staked with at least three (3) pins per ten (10') foot section. If the subgrade becomes unstable, the forms shall be reset using heavy stakes or other additional supports such as may be required to provide sufficient stability to withstand vibration and movement of all -- equipment operated thereon. 1. If forms settle over one-eighth (l/s") inch under finishing operation, paving operations shall be stopped; forms shall then be reset to line and grade, and pavement brought ' up to standard section and thickness. 2. Forms must be cleaned and oiled before concrete is placed against them. 3. Forms shall remain in place until the concrete is at least twelve (12) hours old, and removal of forms shall be followed immediately by coating the sides of the slab with CAST-IN-PLACE CONCRETE 03300 - 3 curing compound and then banking earth against the sides of the slab and wetting same. 3.03 PLACEMENT OF REINFORCEMENT: All reinforcement shall be placed in the center of formwork and securely held in place by the use of chairs. 3.04 PRODUCTION OF CONCRETE: -- A. Concrete shall be transit mixed as specified herein. All plant facilities are subject to acceptance of the Owner. B. Ready Mixed Concrete: Comply with requirements of ASTM C94, and as herein specified, provided the quantity and rate of delivery will permit unrestricted progress of the work in accordance with the placement schedule. Proposed changes in mixing procedures other than -- specified herein must be accepted by the Owner before implementation. Modifications to ASTM C94 are as follows: 1. Provide concrete materials, proportions, and properties as herein specified in lieu of ASTM Section 4. 2. Slump: Slump range in inches shall be within 3"-5" in lieu of ASTM Section 5.1. 3. Mixing and Delivery: Delete the references for allowing additional water to be added to the batch of material with insufficient slump. Addition of water to be batch will not be permitted as specified in ASTM Section 9.7. In addition to the requirements of ASTM Section 9.7., when the air temperature is between 85 and 90 degrees Fahrenheit reduce the mixing and delivery time from 1-1/2 hours to 75 minutes, and when the air temperature is above 90 degrees Fahrenheit reduce the mixing and delivery time to 60 minutes. When the truck mixer is used for the complete mixing of the concrete, begin mixing operation within 30 minutes after the cement has been intermingled with the aggregate. 4. Certification: Furnish duplicate delivery tickets with each load of concrete delivered to the site. In addition to the requirements of ASTM Section 14.1, provide the following information on delivery tickets: type and brand of cement, cement content per cubic yard of concrete, maximum size of aggregate, amount and brand name of each admixture, and total water content expressed as water/cement ratio. 5. Strength: Delete ASTM Section 15 and comply with concrete testing requirements as herein specified. 6. Maintain equipment in proper operating condition with drums cleaned before changing each batch. Schedule rates of delivery in order to prevent delay of concrete too long in the mixer before the addition of water admixtures. C. Cold Weather Requirements: No concrete shall be placed when the temperature is below forty (40) degrees Fahrenheit or when the temperature is fifty (50) degrees and dropping. 3.05 EMBEDDED ITEMS: Set and build, into the work, embedded items required for other work, as required. Refer to drawings for location, type, size, etc. 3.06 APPROVAL: No concrete paving shall be placed until adjacent work has been approved by the Owner's Representative and heavy equipment traffic across the paving location can be terminated. All forms shall be observed and approved by the Owner prior to any concrete paving, CAST-IN-PLACE CONCRETE 03300 - 4 3.07 DRY BRUSH FINISH CONCRETE PAVING: -- A. Placing: Prior to placing concrete, the subgrade shall be moistened and then concrete shall be placed in forms and thoroughly tamped in place so that all honeycombs will be eliminated and sufficient mortar will be brought to the surface. The surface shall be troweled with a steel trowel and then brushed to obtain a smooth uniform brush finish. B. Curing Compound: As soon as possible after the exposed to view concrete has been poured and finished, it shall be cured by the use of the specified curing compound. The curing _ compound shall be applied full strength or as recommended by the manufacturer. It shall in no way be diluted by the addition of petroleum products. C. All faces adjacent to the forms shall be spaded before the forms are stripped. The surface -- of faces will be smooth and free of honeycombs. Edges of all paving shall be finished to a one-half (~") inch radius with a suitable finishing tool. D. Expansion Joint Sealing: Expansion joints shall be sealed by an experienced applicator with the sealant specified to a depth equal to joint width with a minimum depth of one-half ('~") inch as shown on the plans. -- 1. Preparation: All surfaces in contact with compounds shall be dry, sound, well brushed and wiped free. Remove curing compounds, oil, and other such materials by wire brushing. ' 2. Application: The ambient temperature shall be as recommended by sealant manufacturers when sealants are applied. Gun-apply compounds with nozzles of proper sizes to fit joints. Force into grooves with sufficient pressure to expel air and _ fill grooves solidly. Joints shall be free of wrinkles and tooled smooth. 3. Cleaning: Clean surfaces adjoining sealed joints of smears and other soiling resulting from sealing application. Clean up all debris caused by the work of this -- section, keeping the premises clean and neat at all times. 3.08 PROTECTION: After concrete is placed, finished, and cured as required, permit no traffic thereon for three (3) days thereafter and further protect the surface from damage due to other causes. Vehicles of all types shall be kept off new concrete pavement during the construction period. 3.09 STRIPPING OF FORMS: A. Formwork not supporting weight of concrete, such as edges of slabs, etc., may be removed twelve (12) hours after placing concrete provided concrete is sufficiently hard to not be damaged by removal operations and provided that curing and protection operations are maintained. B. After forms are removed and prior to backfilling with earth, the edges of the slabs shall be -- coated with membrane-curing compound. Contractor shall be careful not to allow membrane- curing compound to fall on any surface to be covered by track surfacing. 3.10 CONCRETE PAVING JOINTS: A. Contraction Saw Joints: Shall be one-eighth (1/8") inch wide by one and one-quarter (1%") inch deep, joints placed on ten (10') foot centers, unless otherwise shown. Contraction joints _ are not required to be sealed. Joints will be sawed as soon as sawing can be performed without stripping aggregate from the concrete, generally within eighteen (18) to twenty-four (24) hours after placement. CAST-IN-PLACE CONCRETE 03300 - 5 B. Doweled Expansion Joints: Shall be placed where shown on the drawings. 3.11 DEFECTIVE CONCRETE: Any concrete which, in the opinion of the Owner has crazed or cracked considerably or possesses a bad finish or is not at the proper grade, size or location or does not meet the specified strength will be subject to rejection, and it shall be removed and replaced at the Contractor's expense. Any concrete which needs to be repaired shall be repaired by methods approved by the Owner. 3.12 CLEANUP: It is the intent of this contract to ensure that an adequate cleanup job will be performed by the Contractor as soon during the construction procedure as possible. In particular, all concrete paving shall be backfilled as soon as possible. Before the project is accepted by the Owner, all rocks, stones, and other construction debris shall be removed. All necessary cleanup work shall be considered subsidiary to the various bid items in this contract. 3.13 SCHEDULE OF TEST SPECIMENS: Provide the indicated number of sets of specimens for testing, there being three cylinder specimens per set as described in this specification. Specimens shall be taken during placement of concrete as directed by the Owner and under the supervision of a representative of the laboratory testing agency. Concrete parking lot and drives ....... one set per 25 cubic yards (or less) per day Concrete walks/plaza paving ......... one set per 15 cubic yards (or less) per day Concrete retaining walls ............ one set per 10 cubic yards (or less) per day Building slabs .................... one set per slab or one set per 20 cubic yards per day. whichever is larger Piers, footings, others .............. one set per 30 cubic yards (or less) per day END OF SECTION CAST-IN-PLACE CONCRETE 4o17 03300 - 6 SECTION 04100 -- MORTAR AND GROUT PART 1 - GENERAL 1.01 RELATED WORK ELSEWHERE: Section 04200 - Unit Masonry. 1.02 PRODUCT DELIVER, STORAGE AND HANDLING: A. Store all mortar and grout materials under cover, above ground and in a dry place. Keep stockpiled aggregates covered with suitable cover at all times. ' B. Deliver all mortar and grout materials in their original, unopened containers. Packages shall clearly indicate the brand, name of manufacturer, and net weight of each package. _ PART 2 - PRODUCTS 2.01 PORTLAND CEMENT: ASTM C 150, Type I, no air entrainment. -- 2.02 LIME: ASTM C 207, Type S. 2.03 AGGREGATE: A. Aggregate for Mortar: ASTM C 144-70, locally available, light in color. B. Aggregate for Pointing: ASTM C 144-70, locally available, light in color and passing No. 16 -- sieve. 2.04 MORTAR: Colored, Type "S", gray in color. 2.05 WATER: Potable. 2.06 MIXES: All cementitious materials and aggregates shall be mixed for a minimum of five (5) minutes -- in a mechanical batch mixer with amount of water required to produce a workable consistency. PART 3 - EXECUTION ' 3.02 GENERAL: A. Provide mortar and grout in sufficient quantity so as not to disrupt the continuous placement -- of masonry materials. B. Mortar not used within two (2) hours shall be discarded. ' C. Mortar that has stiffened within time intervals above because of evaporation may be retempered by adding water to regain its original workability. _ D. Cementious materials and aggregate shall be mixed with just enough water to make a damp mixture. Allow to stand for approximately two (2) hours then remix and add water to obtain proper workability for tuck pointing. MORTAR AND GROUT 04100 - 1 3.02 CLEANUP: Remove all packages, containers, equipment and other materials associated with this section at completion of work. END OF SECTION MORTAR AND GROUT 04100 - 2 SECTION 04200 -- UNIT MASONRY PART 1 - GENERAL ' 1.01 RELATED WORK SPECIFIED ELSEWHERE: A. Section 03100: Concrete Formwork. B. Section 04100: Mortar and Grout. C. Section 05500: Miscellaneous Metal. D. Section 07175: Liquid Water Repellent. _ E. Section 07920: Caulking and Sealants. F. Section 09900: Painting. -- 1,02 WORK INSTALLED BUT FURNISHED BY OTHERS: Notify other trades when ready for installation of their materials and allow sufficient time for them to execute their work. Build chases, slots. openings as indicated or required except where formed by sleeves, frames, etc., furnished by other trades. 1.03 CERTIFICATES: Provide affidavit certifying that all delivered masonry units have been manufactured, cured and dried under conditions conforming to these specifications. 1.04 SAMPLE PANELS: Construct a 4 foot x 4 foot sample panel with approved masonry units and joint type. Build in location as directed by Architect. No masonry work shall begin until sample panel has been completed and approved. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING: -- A. Protect all masonry units with tarpaulins or other approved material during freezing weather. B. Store masonry units on platforms and protect from contact with soil and weather exposure. ' C. All concrete masonry shall be delivered to site dry enough to comply with specified limitations of moisture content. Masonry units that become wet shall be removed from the site. _ D. Store all metal reinforcement above ground and protect from construction traffic. 1.06 ENVIRONMENTAL REQUIREMENTS: Do not place masonry materials when air temperature is 40 degrees F. and falling without prior approval by Architect. 1.07 ALLOWANCE: Allow $265.00 per 1,000 for brick material cost. PART 2 - MATERIAL 2.01 FACE BRICK: -- A. Size: Modular, 3-5/8" x 2-1/4" x 7-5/8", ASTM C 216, Grade SW, Type FBS. B. Minimum Compressive Strength: 3,000 psi, individual brick. UNIT MASONRY 04200 - 1 C. Surfaces: One finish face, 2 finished ends. Provide uncored, unfrogged units where core holes would be exposed in finished work. D. Special Shapes: Provide special shapes as shown on drawings, with finished faces on exposed surfaces. Do not cut brick to make special shapes. E. Color and Finish: Color and finish shall be selected by Architect and/or Owner. 2.02 CONCRETE MASONRY UNITS: A. Size: Nominal face dimension, 4"x 8" x 16" and 8" x 8"x 16", hollow, lightweight, ASTM C 90-70, Grade N, Type 1, plain grey. B. Solid, Lightweight: ASTM C 145-70, Grade N-1. C. Full Split Face, Hollow Lightweight: ASTM C 90-80A, Grade N-l, "Buff," split face one side, single score one side. D. Full Split Face Corner Units: Plain grey, split one face and one end, single score one side. 2.03 GLAZED MASONRY UNITS: ASTM C 126-82, structural glazed ceramic facing clay tile. A. Color selected by Owner. 2.04 ANCHORS AND TIES: Heavy galvanized metal. A. Masonry Wall Joint Reinforcement: No. 9 gauge deformed side rods with mill finish, truss style, ASTM A 82. Width shall be two (2") inches less than total masonry thickness. B. Reinforcing Bars: Deformed billet steel bars, A 615, Grade 60. 2.05 SEALANT: See Section 07951. 2.06 MASONRY CLEANER: "Deox" or "Sure-Klean 6OO." PART 3 - EXECUTION 3.01 PREPARATION: A. Cleaning: Concrete beam and slab surfaces on which masonry walls and partitions are to be laid up shall be brushed thoroughly to remove loose dirt and laitance. B. Scaffolding: Furnish, erect, maintain, and move scaffolding required for installation of masonry. C. Reduce initial absorption of brick exceeding 20 gm./min./30 sq. in., as determined by ASTM C 67, by thoroughly wetting bricks with clean water 24 hours prior to placement. D. In hot weather, wet down two to four hours prior to placement. E. Refer to Article 1.06 for cold weather requirements. 3.02 BRACING: A. Provide adequate temporary bracing of masonry until structure is complete and cured. UNIT MASONRY 04200 - 2 B. Allow 64 hours before allowing construction of concentrated loads of masonry walls and columns. 3.04 JOINT REINFORCEMENT AND ANCHORS: A. Joint Reinforcement: Provide continuous reinforcement in mortar joints of masonry wall as ' follows: 1. Install continuous reinforcement at 16" o.c. vertically in brick and concrete masonry _ walls or structural glazed clay units, lap reinforcement 6 inches at ends. 2. Provide supplemental reinforcing or ties required for grouting. -- 3. Install prefabricated corner and tee ties at wall intersections. 4. Install vertical reinforcing as indicated on the drawings. B. ANCHORS: Install other anchors or ties as shown on drawings. 3.05 COURSING AND JOINTING: A. Course brick 3 courses to 8 inches, except where soldier and rowlock courses are shown. Lay up units with 3/8 inch bed and head joints, uniformly adjusted to produce specified coursing. B. Lay units in common running bond unless otherwise noted. Lay rowlocks, soldiers and patterns or special coursing as detailed. C. Tightly tool sight exposed joints to a smooth, hard concave joint. D. Provide sealant and caulking recess joints around outside perimeter of door and glazing ' frames and other wall openings. Rake joints to depth of 3/4 inch and width of 1/4 inch. E. Lay concrete masonry units in common running bond otherwise noted. F. Lay structural glazed clay facing tile in running bond otherwise noted, with 1/4 inch mortar joint. -- 3.06 INSTALLATION: A. Lay masonry unit plumb and true to lines, with level courses, head joints lined up vertically. _ Use no more than one cut closure in a length of wall. Line up closures vertically. B. Lay up masonry units with completely filled mortar joints. Do not furrow bed joints, then shove in place. Rock closures in place with head joints thrown against two adjoining brick in place. C. Tap each unit to line and level as it is placed. Do not disturb units once in place, except to remove completely and set in fresh bed of mortar. D. Do not pound corners and jambs to fit stretcher units after they have been set in position. Where an adjustment must be made after mortar has started to harden, remove mortar and replace with fresh mortar, E. Stop off horizontal run by racking back in each course; toothing is not permitted. UNIT MASONRY 4047 04200 - 3 F. Make cuts with a power masonry saw. Do not use saw-cut faces in exposed work. G. Lay up only brick which have no chipped, cracked or discolored exposed faces. Lay up with _ good face showing. H. Use only dry concrete masonry units. Do not place exposed units with broken or chipped corners or faces. ' 3.07 BUILDING IN OTHER WORK: A. Build in lintels, door frames, windows, flashing. inserts, anchors, blocking, sleeves, wall plugs, boxes, cabinets, piping, conduit and other items, whether provided as part of masonry work, as preparation for other work, or furnished in other sections. B. Full grout hollow metal door frames in masonry walls with mortar. 3.11 CLEANING AND POINTING: A. At completion of masonry work, inspect masonry for defective joints and damaged masonry units. B. Cut out and repoint defective joints. Fill holes and tool smooth. C. Remove stained and damaged masonry units and replace with new units in fresh mortar bed, of color and tooling to match adjacent joints. ' D. Dry brush masonry surface after mortar has set, at end of each day's work and after final pointing. E. Apply cleaning agent to 20 sq. ft. sample wall area in location acceptable to Architect. F. Apply cleaning agent as recommended by manufacturer. Do not use tools or solutions that ' would damage or stain masonry. G. Do not proceed with cleaning until sample area is accepted. ._ H. Work small section at a time; work from top to bottom. I. Thoroughly rinse with clean water. ' J. Protect adjacent materials which may corrode. K. Remove efflorescence in accordance with brick manufacturer's recommendations. L. Leave work and surrounding surface clean and free of mortar spots, droppings and broken masonry. END OF SECTION UNIT MASONRY 04200 - 4 SECTION 05500 -- MISCELLANEOUS METAL PART 1 - GENERAL 1.01 QUALITY ASSURANCE: A. American Society for Testing and Materials: 1. Specification for Structural Steel, ASTM A 36. 2. Specification for Low-Carbon Steel Externally and Internally Threaded Standard "' Fasteners, ASTM A 307. 3. Specification for Mild Steel Arc-Welding Electrodes, ASTM A 233. B. American Institute of Steel Construction: 1. Specifications for the Design, Fabrication and Erection of Structural Steel for -- Buildings, February 12, 1969. 2. Code of Standard Practice, July 1, 1970. 3. Manual of Steel Construction. C.American Welding Society: Code for Welding in Building Construction, AWS D1 .O. D.Latest edition of each of above governing standards shall apply. . 1.02 SHOP DRAWINGS: Prepare large scale shop and erection drawings in advance of fabrication. Give complete information necessary for fabrication of component parts of structure, including location, type and size of all rivets, bolts and welds. Clearly distinguish between shop and field bolts and welds. Make shop drawings in conformity with best modern practice and with due regard to speed -- and economy in fabrication and erection, all as set forth in AI5C "Structural Shop Drafting." PART 2 - MATERIALS ' 2.01 MISCELLANEOUS STEEL: Shall conform to ASTM Designation A 36. 2.02 MISCELLANEOUS ANCHORS: Provide anchors, bolts, screws, and other fastenings required for -- installation of work of this section. 2.03 LOOSE LINTELS: Conform to ASTM A-36, size as indicated on drawings. Prime coat, chromic metal primer. Provide adequate length for minimum 8 inches bearing at each end. 2.04 PAINT: Rust-inhibitive shop primer, SSPC 15-68T, Type I, Red Oxide, MWF 3.6 mils. PART 3 - EXECUTION 3.01 FABRICATION: ' A. Execute fabrication in accordance with drawing requirements and in accordance with applicable provisions of current edition of AISC Specifications. MISCELLANEOUS METAL 05500 - 1 B. Provide holes and slots where required for attachment of Work of other trades. C, Fabricate for types of connections as stipulated by drawing requirements. D. All connectors not otherwise detailed or noted shall be fabricated and erected as standard connections as shown in latest edition of Manual of Steel Construction (AISC). Except as otherwise indicated, weld all shop connections. Make all field connections with high-strength bolts except where structural drawings indicate use of welding. Execute temporary connections for field welding by bolting. 3.02 GENERAL ERECTION REQUIREMENTS: A. Erection includes installations of all anchor bolts, fastenings, etc., required for installation. Provide all temporary staging, equipment, etc., required for erection, including hoisting equipment and temporary floors. B. Set anchor bolts in concrete forms prior to placing of concrete. Set by wood ternplates or other approved means, and maintain securely in proper position. C. Connections: Bolted, welded or riveted, as indicated, noted or detailed. D, Execute erection in accordance with applicable provisions of current edition of AISC Specifications. E. Set and level base plates to exact lines and grades indicated. Grouting will be executed under another section of these project specifications. 3.03 SHOP AND FIELD WELDING: A. All welding shall fully comply with requirements of American Welding Society's "Code for Arc and Gas Welding in Building Construction," as amended to date. B. Welding equipment shall be maintained in good working condition at all times, and shall be capable of adjustments in full range of current settings. C. Use American Welding Society's recommended electrodes for use on particular type of steel being worked. 3.04 DISSIMILAR MATERIALS: A. Insulate metals of different types from each other in manner to prevent electrolysis between the two materials. B. When aluminum surfaces come in contact with incompatible metals, keep aluminum surfaces from direct contact with such metals by (1) painting dissimilar metal with a prime coat of zinc-chromate pdmer or suitable protective coating, exclude those containing lead pigmentation; (2) painting the dissimilar metal with a coating of heavy-bodied bituminous paint; (3) a good quality caulking placed between aluminum and dissimilar metal; or (4) a non-absorptive tape or gasket. Steel anchors and connecting members may be hot dip galvanized or zinc plated after fabrication. C. Paint dissimilar metals if used in locations where drainage from them passes over aluminum. D. Paint aluminum surfaces in contact with lime, mortar, concrete, plaster, or other'masonry materials with alkaline-resistant coatings such as heavy-bodied bituminous paint. MISCELLANEOUS METAL 05500 - 2 3.05 SHOP PAINTING: _ A. Clean surfaces of loose scale, rust, oil, dirt and other foreign matter, immediately prior to painting. B. Prior to application of prime coat of paint, structural steel surfaces that will be exposed in ' completed work shall be prepared to receive paint in accordance with Specifications of Steel Structures Painting Council (SSPC) described as Power Tool Cleaning and Solvent Cleaning. _ ~, C. Give all surfaces a full-bodied shop coat of paint, except those to be galvanized, field welded or embedded in concrete. Give surfaces that are to be field welded a protective coating of linseed oil at shop. Surfaces that will be inaccessible after erection shall have one additional coat of paint of different color than first coat. D. After erection is complete, touch up parts where paint has rubbed off, and paint exposed parts of welds, bolts, washers and nuts using same type paint used for shop coat. ' E. Leave the entire work in proper condition to receive final field painting which will be executed as part of work of another section of these project specifications. -- 3.06 CLEANUP: At completion, remove from site all debris and excess materials resulting from execution of work of this section. END OF SECTION MISCELLANEOUS METAL 05500 - 3 SECTION 06100 -- ROUGH CARPENTRY PART '1 - GENERAL 1.01 RELATED WORK SPECIFIED ELSEWHERE: A. Section 03100 - Concrete Formwork. B. Section 06400 - Architectural Woodwork. C. Section 09900 - Painting. 1.02 CERTIFICATES: ~ A. Furnish Architect with certificate from lumber treatment company certifying treatment type, amount, moisture percentage after kiln drying. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING: A. Upon delivery to the site, place materials in an area protected from the weather. B. Store six (6") inches above ground and cover with waterproof paper and allow adequate air circulation or ventilation. C. All lumber shall be inspected by Architect upon delivery to the site, before any installation of -- materials. PART 2 - MATERIALS 2.01 LUMBER: A. No. 2 Douglas Fir or Southern Pine, surfaced dry, with the following structural properties: Min. allowable bending stress (Fb) ....................... 1,400 psi Min. allowable compressive strength (Fc) ................. 1,000 psi Min. modulus of elasticity (E) ....................... 1,500,000 psi "' Maximum moisture content ................................ 19% B. All lumber shall be free of fungus, mildew, dry rot, and defects. 2.02 TREATED LUMBER: One of the following methods: A. 5% by weight pentachlorophenol, by vacuum. B. Osmose K-33. - C. Wolmanized, redried to 19% maximum moisture content, stamped "DRY." 2.03 PLYWOOD ROOF DECK: APA rated sheathing, Exp. 1, C, DX plywood. -- 2.04 TEXTURED PLYWOOD CEILINGS AND SOFFITS: APA texture 1-11, %" thick. C.A. Douglas Fir, grooves at 4" o.c. ROUGH CARPENTRY 06100-1 2.05 ROUGH HARDWARE: Provide all nuts, bolts, washers, expansion shields, lag screws and bolts, toggle bolts, screws, joist hangers, etc., for the proper execution of all rough carpentry. Fasteners used with exterior cedar shall be non-corrosive. 2.06 ROUGH SAWN LUMBER: Rough sawn lumber shall be #2 or better Douglas Fir. 2.07 INSECT SCREEN WIRE: Galvanized mesh. PART 3 - EXECUTION 3.01 TREATED WOOD: Treated wood shall be used in the following locations. A. Where used in contact with the ground, concrete, masonry, stucco or steel, B. When used for sills, cant strips, blocking, gravel stops, nailers and bucks, 3.02 PLYWOOD ROOF DECK: A. Install with the long dimension of the panel across supports, and with panel continuous over two or more spans. B. Provide suitable edge supports by use of lumber blocking between rafters or by APA approved panel clips. C. Stagger panel end joints. Panel end joints shall occur over framing. D. Allow 1/a" spacing at panel ends and ¼" at panel edges unless otherwise recommended by panel manufacturer. E. Nail at 6" o.c. and panel edges and at 12" o.c. at intermediate supports. Use 6d common nails for %" panels. 3.03 GROUNDS: Provide treated permanent wood grounds and temporary wood grounds as required for proper execution of work of all trades. Remove temporary grounds when they are no longer required. END OF SECTION ROUGH CARPENTRY 06100 - 2 SECTION 06400 ARCHITECTURAL WOODWORK PART I, GENERAL 1.01 RELATED WORK SPECIFIED ELSEWHERE: A. Section 06100 - Rough Carpentry. B. Section 09900 - Painting. 1.02 QUALITY STANDARDS: Fabrication and installation of finish carpentry shall conform to quality standards of the Architectural Woodwork Industry (AWl). 1.03 FABRICATORS QUALIFICATIONS: Architect reserves the right to approve or disapprove Architectural Woodwork fabricator. Fabricator shall have reputation for doing quality work and shall have successfully completed comparable work. 1.04 SHOP DRAWINGS: Shop drawings of architectural woodwork shall show installed location of items furnished, detail of joints, species of each item, hardware, etc. All dimensions shall be field measured before fabrication is begun. 1.05 SAMPLES: Furnish complete line of plastic laminate for color finish selection. 1.06 DELIVERY, STORAGE AND HANDLING: Deliver, store and handle wood cabinets in manner to prevent damage. Defer delivery to the job until the installation and storage areas are complete and dry of wet-type construction. Protect all surfaces of cabinets subject to damage while in transit. PART 2 - PRODUCTS 2.01 QUAL~TYGRADE:Materia~sandfabricati~nsha~~becust~mgradef~rtransparentandpaintedfinish~ and premium grade for plastic laminate work in accordance with "Quality Standards Illustrated" of the Architectural Wood Institute, 1962 Edition, Revised 1966 and 1968. 2.02 MATERIALS: A. Exposed Solid Wood for Paint Finish: Clear, white pine, birch, ash or magnolia. B. Exposed Plywood for Paint Finish: 1. Both Sides Exposed: Group I, birch or ash, A-A, INT., sanded both sides. 2. One Side Exposed: Group I, birch or ash, A-D, INT., sanded one side. C. Particle Board: 45 Ib./cu. ~. density, factory filled, smooth. D. Adhesive: Type II, CS 36-61. E. Plastic Laminate: Nevamar ARP Surface, high pressure laminated plastic, GP grade, solid color as selected by Architect. ARCHITECTURAL WOODWORK 4017 06400-1 2.03 CABINET AND COUNTER HARDWARE SETS: A. Each hinged door to have: -- 1 pair hinges Stanley 35 x US 26D 1 catch Stanley No. 46 I pull Stanley 448 x US 26D B. Each drawer to have: I pull Stanley 4484 x US 26D 1 set drawer slides Knape & Vogt 1300 PART 3 - EXECUTION 3.01 WORKMANSHIP: All architectural woodwork shall conform to the custom grade requirements of the AWl Quality Standards. 3.02 GENERAL: A. Construct built-up items with glued-up joints, as well as the use of other mechanical fasteners. B, Kerf back of wide flat members. C. Fit and scribe all work to adjacent materials. END OF SECTION ARCHITECTURAL WOODWORK 06400 - 2 SECTION 07150 ~ LIQUID WATER REPELLENT PART 1 - GENERAL 1.01 RELATED WORK ELSEWHERE: A. Section 04200 - Unit Masonry. B. Section 09900 - Painting. 1.02 DEFINITION: "One coat" shall be one mist coat and one flood coat. 1.03 QUALITY ASSURANCE: ,- A. Qualification of Applicator: Minimum of two (2) years experience. B. Mock-up: -- 1. Apply liquid water repellent to approximately 100 square feet substrate material which matches actual job conditions. -- 2. Verify that substrate is coated with sufficient water repellent to effectively repel moisture from surface. 3. Verify that application of water repellent materials to substrate material will provide no surface stains· 1.04 SUBMITTALS: A. Submit manufacturers literature specifications and application instructions forwater repellent materials. - B. Certificate: Submit manufacturers certificate of conformance. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING: Deliver materials in original sealed containers, clearly marked with manufacturers name, brand name, and type of material. 1.06 JOB CONDITIONS: _ A. Environmental Requirements: 1. Do not proceed with application of materials when ambient temperature is less than 50 degrees F. 2. Do not apply water repellent in rainy conditions or within three days after surfaces become wet from rainfall or other moisture. 3. Do not apply materials when low temperature of 40 degrees F. or less is predicted within a period of 24 hours after applications. LIQUID WATER REPELLENT 07150 - 1 B. Protection: 1. Protect plants and vegetation which might be affected by water repellent fumes or alkalinity of the materials. 2. Protect adjacent surfaces of aluminum and glass. 1.07 SCHEDULING: Architect shall be notified not less than 24 hours before each water repellent application is scheduled. Failure to notify Architect will be cause for re-application of water repellent at no additional expense to Owner 1.08 GUARANTEE: Contractor, applicator and materials manufacturer shall jointly guarantee that all surfaces treated shall prevent leakage or seepage of water for 5 years from date of application. PART 2 - PRODUCTS 2.01 WATER REPELLENT FOR EXTERIOR MASONRY: Clear Prime-A-Pell by Chemprobe. PART 3 - EXECUTION 3.01 INSPECTION: Examine surfaces to receive water repellent treatment to assure conditions are satisfactory for application of materials. 3.02 PREPARATION: Clean surfaces to remove dust, dirt, oil, wax and other foreign materials in accordance with water repellent manufacturer's instructions. 3,03 APPLICATION: A. Masonry: Apply water repellent to all exterior masonry. Apply with a low pressure airless spray. Water repellent shall be applied in its concentrated solution only. Application shall begin at the top of a wall and shall not move downward until treatment totally wets the surface being treated. Apply enough water repellent to thoroughly wet the wall but not too excessive to run down. B. Brush apply water repellent only at locations where overspray wou Id affect adjacent materials and where not practicable for spray application. C. Start application at top of wall and work down surfaces, keeping a wet edge at all times. D. Avoid letting water repellent dry between passes. 3.04 ADJUST AND CLEAN: Clean spillage and overspray from adjacent surfaces as recommended by water repellent manufacturer. 3.05 FIELD QUALITY CONTROL: A. Spray Test: After water repellents have dried, spray coat surfaces with water. B. Recoat surfaces that show water absorption. 3.06 CLEANUP: At completion, remove from site all excess materials, debris and rubbish from the work. END OF SECTION LIQUID WATER REPELLENT ,o17 07150 - 2 SECTION 07400 PREFORMED METAL ROOFING PART 1 - GENERAL 1.01 SCOPE: All labor, materials, services, and equipment necessary to complete the installation of roofing work as indicated on drawings and specified in this Section. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 06100 - Rough Carpentry. B. Section 10200 - Louvers and Vents. 1.03 SUBMITTALS: A. Submit samples of roof panels with manufacturer's literature. B. Detail shop drawings, indicating gauges, profiles, fasteners, flashing details, fastener types and locations. 1.04 WARRANTIES: A. Manufacturer's Product Warranty: 1. Manufacturer's standard warranty for 20 years, following delivery date that under normal usage panels will not rupture, fail structurally, or perforate due to corrosion. 2. Paint System shall have a warranty for 20 years against peeling and blistering. B. A two year weather-tightness is required from panel applicator. 1.05 QUALITY ASSURANCE: A. Applicator shall have at least two (2) years experience applying these types of materials with successful completion of projects of similar scope. B. Competent and skilled sheet metal applicators shall be familiar with manufacturer's standard details, and recommendations. 1.04 DELIVERY: A. Delivery of material shall be made only after suitable facilities for its storage and protection are available on the site. B. Upon receipt of preformed metal panels, flat sheets, flashings and panel accessories; installer shall examine each shipment for damage and for completeness of the consignment. 1.05 STORAGE: A. Store materials out of the weather in a clean dry place. One end of each container shall be slightly elevated to allow any moisture to run off. B. Panels and/or flashings with stdppable film shall not be stored in areas exposed to sunlight. PREFORMED METAL ROOFING 07400 - 1 C. Care shall be taken to prevent contact with any substance which may cause a discoloration in finish during storage. D. Store materials to provide ventilation and prevent bending, abrasion, or twisting. 1.05 HANDLING: A. Care shall be taken to avoid 9ougin9, scratching, or denting. B. Do not allow traffic on completed roof. If required, provide cushioned walk boards. PART 2 - PRODUCTS 2.01 MANUFACTURER: Manufacturer shall be AEP-SPAN or approved equal. 2.02 MATERIALS: A. Profile shall be High Seam, PG 10-11 HS panel. B. Panel shall be HS20, 20 inches wide, 24 gauge, with 1-1/2 inches high rib. C. Finish shall be KYNAR 500, color as selected by Architect/Owner. D. Flashings, Closures, Trim, etc., fabricate of same materials, gauge and finish as adjacent panels. E. Fasteners shall be as per manufacturer's recommendations. PART 3 - EXECUTION 3.01 CONNECTING WORK: The applicator shall examine surfaces on which his work is to be applied, and shall notify the Architect in writing if not suitable to receive his work. Work on any surface shall constitute acceptance of this surface by the installer. 3.02 FIELD MEASUREMENTS: Take field measurements to verify or supplement dimensions indicated prior to fabrication of metal panels. 3.03 INSTALLATION: A. Workmanship shall conform to standards set forth in the architectural sheet metal manual as published by SMACNA. B. Panels shall be installed in such a manner that, horizontal lines are true and level, and vertical lines are plumb. C. All starter and edge fiashings shall be installed prior to panels. . -. D. Do not allow panels or trim to come into contact with dissimilar materials. 3.04 TOUCH-UP: Only minor scratches and abrasions will be allowed to be touched up. Any other damaged material shall be replaced. PREFORMED METAL ROOFING 4017 07400 - 2 3.05 CLEAN-UP: A. Leave work areas clean, free from grease, finger marks and stains. B. Remove scrap and debris from surrounding areas and grounds. END OF SECTION PREFORMED METAL ROOFING 07400 - 3 SECTION 07920 CAULKING AND SEALANTS PART 1 - GENERAL 1.01 DEFINITIONS: A. The term "sealant" or "sealing" shall refer to exterior joints exposed to weather or interior joints exposed to moisture. When "sealant" is used in an outside joint in aluminum or steel frames, "sealant" shall be required on the inside joint also. B. The term "caulk" or "caulking" (calking) shall refer to interior joints not normally exposed to weather or moisture conditions. 1.02 SUBMITTAL: A. Submit to Architect manufacturer's literature, specification data, and color chart for all materials proposed for this project. B. Identify their use and location. 1.03 GUARANTEE: General Contractor, subcontractor and product manufacturer shall jointly guarantee the work against defects in materials and workmanship for a period of five (5) years from date of Substantial Completion. A. Repair and/or replace such defective work, and other work damaged thereby, which becomes defective during guarantee pedod without additional cost to the Owner. B. This guarantee will not apply to defects caused by failure of work of other trades, if such defects were impossible to detect at time of installation. PART 2 - PRODUCTS 2.01 SEALANTS: As manufactured by Pecora or approved equal. A. Aluminum Storefront-to-Masonry: 60+ Unicrylic. B. Concrete-to-Concrete (Horizontal Joint): NR-201 with primer. C. Masonry-to-Masonry Vertical: Dynatrol II. D. Thresholds and Sills: BC-158 Butyl Rubber. E. Interior Caulking: AC-20 Acrylic Latex. 2.02 PRIMERS: Type as manufactured by manufacturer of sealing or caulking material and completely compatible with compound. 2.03 JOINT BACKING: Rods or tape in sizes and types as recommended by manufacturer of sealing or caulking material, and completely compatible with compound. CAULKING AND SEALANTS 07920-1 PART 3 - EXECUTION 3.01 GENERAL: A. Work shall be performed by experienced mechanics skilled in execution of type of work required and in application of specified materials. B. Deliver materials to job site in manufacturer's name and brand clearly marked thereon. C. When perimeter joints around frames that are to be caulked do not have built-in stops or other means to prevent depth of compound from exceeding % inch, pack joint with back-up materials of correct type and to the depth as necessary to provide minimum %" and maximum %" depth of compound. D. Materials and methods shall be as specified herein, unless they are contrary to approved manufacturer's directions or to approved trade practice; or unless Contractor believes they will not produce a watertight job which he will guarantee as required. Where any part of these conditions occur, Contractor shall notify Architect in writing. Deviation from procedure specified will be permitted only upon Architect's approval and providing that work is guaranteed by Contractor as specified. E. If, prior to beginning work, Contractor,does not notify Architect in writing of any proposed changes, it will be assumed that he agrees that materials and methods specified will produce results desired, and that he will furnish required guarantee. 3.02 PREPARATORY WORK: A. Where weather molds, staff beads, etc., do not form integral part of frames to be caulked, but are removable, remove same priorto caulking, execute caulking, replace molds, etc., and point. B. Clean all joints, etc., that are to be caulked or sealed, prior to executing work. 3.03 PRIMING: When conditions of joints so require, or when types of materials used adjacent to joints so require, or when compound manufacturers recommendations so require, clean and prime joints before starting caulking. Execute priming operations in strict accordance with manufacturer's directions. 3.04 JOINT BACKING: Joint backing shall be installed in all joints to receive sealants. Backing shall be sized to require 20% to 50% compression upon insertion, and shall be placed so that sealant depth is approximately % joint width. In joints not of sufficient depth to allow backing, install bond breaking tape at back of joint. 3.05 APPLICATION: Apply sealant and caulking material under pressure to fill joint completely, allowing no air pockets or voids. Tool the joint surface to compress the compound into the joint. 3.06 THRESHOLDS AND STOREFRONT SILLS: Place all exterior door thresholds and storefront sills in a fill bed of sealant during setting procedures. 3.07 CLEANING: Clean adjacent surfaces free of caulking and sealant and clean all work of other trades that has in any way been soiled by these operations. Finished work shall be left in a neat and clean condition. END OF SECTION CAULKING AND SEALANTS 07920 - 2 SECTION 08110 -- METAL DOORS AND FRAMES PART 1 - GENERAL 1.01 RELATED WORK ELSEWHERE: A. Section 08710 - Finish Hardware. B. Section 08730 - Weatherstripping and Thresholds. . C. Section 09900 - Painting. 1,02 ACCEPTABLE MANUFACTURER: Metal doors and frames shall be manufactured by one of the following: A. Amweld. B. Fenestra, C. Republic Steel Corp. _ D. Steelcraft Manufacturing Co. 1.03 SHOP DRAWINGS: Submit shop drawings in accordance with Contract Conditions, covering each type of door and frame, frame conditions, and complete anchorage details, door and frame elevation. --- supplemented by suitable schedules covering doors and frames. Indicate location of each unit in project. 1.04 DELIVERY, STORAGE AND HANDLING: A. Deliver, store and handle hollow metal doors and frames in a manner to prevent damage and deterioration. B. Follow recommended storage and handling requirements of manufacturer. PART 2 - PRODUCTS 2.01 DOORS: ~ A. Non-Label Doors: Shall be flush seamless, Series 1500, Amweld full flush, supercore doors, as manufactured by Amweld Metal Doors and Frames. B. Doors shall be fabricated from two (2) sheets of No. 16 gauge steel with no visible seams on ' either face. C. Welds at 2" on center around perimeter of door. D. Tops and bottoms shall be closed with No. 16 gauge steel channels. E. Tops of doors shall be sealed flush to exclude water. METAL DOORS AND FRAMES 08110 - 1 4017 2.02 FRAMES: A. Non-Label: Frames shall be 14 gauge, Areweld, Series 400, pressed steel and be of profiles as detailed. B. Corners and connections shall be mitered and welded with welds ground smooth. Steel spreaders shall be furnished to insure parallel alignment of jambs. C. Anchors: 1. Provide an anchor at each jamb for each 2'-6" of door height or a fraction thereof, minimum of three per jamb. 2. Vary anchor types to provide positive fastening to adjacent construction. 3. Secure metal clip angle at bottom of each jamb member for anchoring to floor, with a minimum of two (2) fasteners. 2.03 FINISH: A. Door and frames shall be leveled and ground smooth. B. Apply mineral filler to eliminate weld scars and other blemishes. C. Give factory coat of rust-inhibitive metal primer. PART 3 - EXECUTION 3.01 INSTALLATION OF FRAMES: A. Exercise care in setting of frames to maintain schedule dimensions, hold head level and maintain jambs plumb and square. B. Secure anchorages and connections to adjacent construction. C. Wherever possible, leave frame spreader bars intact until frames are set perfectly square and plumb, and anchors are securely attached. D. Allow for expansion movement as required. 3.02 PREPARATION FOR FINISH HARDWARE: A. Prepare doors and frames to receive hardware: 1. Hardware supplier shall furnish hollow metal manufacturer-approved hardware schedule, hardware templates and samples of physical hardware where necessary to insure correct fitting and installation. 2. Preparation includes sinkages and cut outs for mortise and concealed hardware. METAL DOORS AND FRAMES 08110 - 2 B. Provide reinforcements for both concealed and surface applied hardware: 1. Drill and tap mortise reinforcement at factory, usin9 templates. 2o Install reinforcements with concealed connections designed to develop full strength of reinforcements. 3.03 INSTALLATION OF DOORS: A. Apply hardware in accordance with hardware manufacturer's templates and instructions. B. Adjust operahie parts for correct function. C. Remove hardware, with the exception of prime-coated items, tag, box and re-install after finish paint work is completed, 3.04 PRIME COAT TOUCH-UP: A. Immediately after erection, areas where prime coat has been damaged shall be sanded smooth and touched up with same primer as applied at shop. B. Remove rust before above specified touch-up is applied. C. Touch-up shall not be obvious. D. Protect installed hollow metal work against damage from other construction work. END OF SECTION · ~:~ METAL DOORS AND FRAMES 08110 - 3 4017 SECTION 08334 ROLLING COUNTER DOORS PART '1 - GENERAL 1.01 RELATED DOCUMENTS A. All of the Contract Documents, including General and Supplementary Conditions, and Division I General Requirements, apply to the work of this Section. 1.02 SUMMARY A. The work of this Section includes rolling counter doors. B. Related Sections: Other specification sections which directly relate to the work of th is Section include, but are not limited to, the following: 1.03 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions for each type of rolling counter door. Include both published data and any specific data prepared for this project. B. Shop Drawings: Submit shop drawings for approval prior to fabrication. Include detailed plans, elevations, details of framing members, required clearances, anchors, and accessories. Include relationship with adjacent materials. 1.04 QUALITY ASSURANCE A. Manufacturer: Rolling counter doors shall be manufactured by a firm with a minimum of five years experience in the fabrication and installation of rolling counter doors. Manufacturers proposed for use, which are not named in these specifications, shall submit evidence of ability to meet performance and fabrication requirements specified, and include a list of five projects of similar design and complexity completed within the past five years. B. Installer: Installation of rolling counter doors shall be performed by an authorized representative of the manufacturer. C. Single-Source Responsibility: Provide doors, guides, motors, and related primary components from one manufacturer for each type of door. Provide secondary components from source acceptable to manufacturer of primary components. D. Pre-lnstallation Conference: Schedule and convene a pre-installation conference just prior to commencement of field operations, to establish procedures to maintain optimum working conditions and to coordinate this work with related and adjacent work. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver materials and products in labeled protective packages. Store and handle in strict compliance with manufacturer's instructions and recommendations. Protect from damage from weather, excessive temperatures and construction operations. ROLLING COUNTER DOORS 4017 08334 - 1 PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURER A. Provide rolling counter doors by Overhead Door Corporation, Pennsylvania Division; (800) 929-2553 or (717) 248-0131; Fax (800) 929-1274. 2.02 COUNTER DOORS A. Trade Reference: 650 Series Counter Doors by Overhead Door Corporation. B. Curtalp: Interlocking slats, Type F-128 fabricated of galvanized steel. Endlocks shall be attached to alternate slats to maintain curtain alignment and prevent lateral slat movement. C. Finish: Slats and hood shall be galvanized steel in accordance with ASTM A 525 and receive rust-inhibitive, roll coating process, including bonderizing, 0.2 mils thick baked-on prime paint, and 0.6 mils thick baked-on polyester powder coated top coat. Non-galvanized exposed ferrous surfaces shall receive one coat of rust-inhibitive primer. D. Color: Gray polyester top coat. Powder coating finish in color as selected by Architect from manufacturer's standard colors. E. Bottom Bar: Single galvanized steel angle bottom bar with weatherstrip. Tubular locking bottom bar. F. Guides: Powder coated steel shapes. G. Brackets: Steel plate to support counterbalance, curtain and hood, H. Counterbalance: Helical torsion spring type housed in a steel tube or pipe barrel. I. Hood: Galvanized primed steel hood. Provide intermediate support brackets as required. J. Manual Operation: Manual push up. K. Locking: Slide bolt locks suitable for use with padlock. L. Wall Mounting Condition: Between jambs mounting. PART 3 - EXECUTION: 3.01 PREPARATION A. Take field dimensions and examine conditions of substrates, supports. and other conditions under which this work is to be performed. Do not proceed with work until unsatisfactory conditions are corrected. 3.02 INSTALLATION A. Strictly comply with manufacturer's installation instructions and recommendations. Coordinate installation with adjacent work to ensure proper clearances and allow for maintenance. B. Instruct Owner's personnel in proper operating procedures and maintenance schedule. ROLLING COUNTER DOORS 08334 - 2 3.03 ADJUSTING AND CLEANING A. Test rolling counter doors for proper operation and adjust as necessary to provide proper operation without binding or distortion. B. Touch-up damaged coatings and finishes and repair minor damage, Clean exposed surfaces using non-abrasive materials and methods recommended by manufacturer of material or product being cleaned, END OF SECTION ROLLING COUNTER DOORS 08334 - 3 SECTION 08625 TUBULAR SKYLIGHTS PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide all labor, materials, tools, and services to install tubular skylight system and related components as shown on drawings and specified herein. 1.02 REFERENCES A. ASTM B209 - Specification for Aluminum and Aluminum Alloy Sheet and Plate. B. ASTM D635 - Test Method for Rate of Burning and/or Extent and Time of Burning of self- supporting Plastics in a Horizontal Position. C. ASTM D1929 - Test Method for Ignition Properties of Plastics. D. ASTM D2843 - Test Method for Density of Smoke from the Burning of Decomposition of Plastics. E. ASTM E330 - Structural Performance of Exterior Windows, Curtain Walls and Doors. F. ASTM E331 - Test Method for Water Penetration of Exterior Windows, Curtain walls and Doors by Static Air Pressure Difference. G. UL 181 - Factory Made Air Ducts and Connectors H. UL 746C - Polymeric Materials Used in Electrical Equipment Evaluation. 1.03 QUALITY ASSURANCE A. General 1. Provide certified independent laboratory test reports. 2. Provide tubular skylight system, which maintains U. L. (Underwriters Laboratories) listing. 3. Provide tubular skylight system which has been evaluated and approved by ICBO and maintains a current Evaluation Report. 4. Deliver units to job in as pre-assembled manner as possible. Bottom tube and diffuser ring assembly shall be by manufacturer. B. Test Units 1. Perform all tests unless otherwise noted per reference standards on unit size(s) which will be incorporated in the project. TUBULAR SKYLIGHTS 4o17 08625 - 1 C. Test Procedures 1. Air Infiltration Test a. Air infiltration maximum 0.10 cfm per foot of crack length at 6.24 psf pressure differential when tested in accordance with ASTM E283. 2. Water Resistance Test a. No uncontrolled water leakage at 6.00 psf pressure differential with water rate of 5 gallons/hour/s.f. when tested in accordance with ASTM E331. 3. Uniform Load Deflection Test a. No breakage, permanent damage to fasteners, hardware parts, or damages to make tubular skylight inoperable at both a positive and a negative load of 146.8 psf. All tests shall be in accordance with ASTM E330. Reference Note: Design wind pressures are obtained from ANSI A58.1, local building codes or specified boundary layer wind tunnel data. 4. Uniform Load Structural Test a. Unit to be tested at 3 X positive wind and 2 X negative wind pressure design wind pressure, acting normal to plane of roof in accordance with ASTM E330. b. No breakage, permanent damage to fasteners, hardware parts, or damage to make tubular skylight inoperable or permanent deflection of any section in excess of 0.2 % of its span. 1.05 SUBMITTALS A. Shop Drawings/Samples 1. Shop drawings complete and full scale (where practical) showing construction of all components dimensions and details. 2. Samples of product as requested by the Architect. B. Test Reports/Calculations 1. Certified independent laboratory test reports verifying compliance with all test requirements of Section 1.03. 1.06 GUARANTEE A. Tubular Skylight and Related Materials 1. Ten-year guarantee on materials and workmanship from the Manufacturer. One- year guarantee from the installer for materials and labor. TUBULAR SKYLIGHTS 08625 - 2 PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Brighten-Up Series - 10" diameter model as manufactured by: Totally Tubular Lighting 1115 N. Windomere Ave. Dallas, TX 75208 (972) 263-6033 is approved for use and is the design standard. 1. Other manufacturers may be acceptable subject to full compliance with Section 1.03, and all other requirements of this specification. B. Manufacturers shall have been engaged in the manufacture of tubular skylights for a period of not less than ten years. 2.02 MATERIALS A. Roof Dome: 1. Injection molded polycarbonate classified as CG1 material. Thickness shall be not less than 0.125". Visible light transmission shall be 92 percent or greater. Acrylic dome shall be approved in non-UL applications provided it meets characteristics of Duradome 10 (i.e. DR101 blend). Roof dome shall contain Raybender Technology, a series of concentric, light refracting etched lines a minimum of 2" high to improve light input when sun is low on horizon. B. Ceiling Diffuser: 1. Injection molded, acrylic plastic classified as CC2 Plexiglas. Thickness shall be not less than 0.087". Provide special prismatic design to maximize light output. C. Roof Flashing: 1. Roof flashings shall be manufactured in a single piece without seams, joints or welds. Select flashing from manufacturer's standard options to suit job site conditions: Aluminized Steel - pitched for: Composite or Asphalt Shingle - between 3:12 to 8:12 Cedar Or Shake Shingle-between 3:12 to 8:12 Cement Tile - between 3:12 to 8:12 Aluminized Steel - no pitch for: Roofs with: 0:12 - 3:12 roof slope 6" high spun aluminum, .060 inch thick A93003 for: Flat Roof- between 0:12 and 1:12 & problem drainage area. Use factory supplied flashing adapters/extensions for pitches greater than 8:12 TUBULAR SKYLIGHTS 08625 - 3 D. Main Tube and Reflector: 1. Fabricate from Aluminum sheet meeting the requirements of ASTM B209, alloy _ and temper as required by the manufacturer to suit forming operations and finish requirements, .020 inch thick. 2. Finish - Provide exposed aluminum surface with high polished specular finish ' meeting AAMA designation M21 C31A31. Reflective surface to be Spectralight 2000 or equal. Specular reflectance to be 92 percent and total reflectance to be 95 percent, E. Accessories: 1. Dress Ring to be 30 percent talc filled polypropylene or high impact ABS. -- 2. Sealant - Polyurethane or copolymer - based elastomeric sealant - use type provided or recommended by the manufacturer. 3. Seals: Weather seal - Medium density pile weatherstripping and light density polyvinyl chloride foam tape or UV resistant EPDM rubber. Ceiling Diffuser seal - Closed cell polyethylene foam, 3 pounds per cubic foot, and white polyvinyl _ chloride seal butt joint welded or EPDM rubber. 4. Fasteners shall be same as metals being fastened or non-magnetic stainless steel or other non-corrosive metal as recommended by the manufacturer. 2.03 FABRICATION A. General 1. Finish, fabricate and shop prepare all assemblies under responsibility of one manufacturer. --. 2. Fabricate to allow for thermal movement of materials when subject to a temperature differential from - 30 degrees F to +180 degrees F._ 3. Provision shall be made to insure that water will not accumulate and remain in contact within system components. PART 3 - EXECUTION 3.01 INSTALLATION A. Install tubular skylights in accordance with manufacturers printed installation instructions. B. Installer to be factory trained and/or certified by the manufacturer prior to commencement -- of installation. C. After installation of first unit - conduct field check to determine compliance with specified requirements. Water test in presence of Owners Representative or Architect or Contractor Representative. Correct any deficiencies prior to commencing with subsequent units. END OF SECTION TUBULAR SKYLIGHTS 08625 - 4 SECTION 08710 -- FINISH HARDWARE PART 1 - GENERAL 1.01 RELATED WORK SPECIFIED ELSEWHERE: A. Section 08110 - Hollow Metal Doors. B. Section 08735 - Weatherstripping and Thresholds. 1.02 ACCEPTABLE MANUFACTURERS: Items of other manufacturers will be acceptable for substitution -- provided they meet the quality standards of this specification for finish, function and grade. The following were used in the preparation of this schedule: _ A. H = Hager. B. Tr = Trimco. -- C. T = Trego. D. S = Sargent. E. B = Best. 1.03 SAMPLES: Furnish one sample of each item required, if requested. After samples are approved by -- Architect, they will be retained in the Architect's office for the purpose of checking with hardware furnished for work and then used in the work if so arranged by the Contractor. 1.04 SCHEDULE: Furnish six (6) complete finish hardware schedules to conform with the hangs, bevel, ' door thickness, swing, etc., to obtain perfect operation of all members. Provide operation of all members. Provide approved schedule in quantity as required by other trades. Prepared schedule with doors grouped under heading number and all hardware subsequently delivered to site for _. installation shall be numbered in accordance with these hardware headings. Furnish manufacturer's catalog sheet on each item included in the schedule. 1.05 HANDLING OF MATERIALS: Upon delivery of hardware to job, Contractor shall sign for, receive and ' be responsible for same until completion of the project. 1.06 HANDICAP REQUIREMENTS: Applicable hardware shall comply with the standards of the State _._ Purchasing and General Service Commission. PART 2 - PRODUCTS 2.01 SEE SCHEDULE. PART 3 - EXECUTION 3.01 GENERAL: All hardware shall be fitted in a thorough workmanlike manner. All locks to be fitted and removed before painting or finishing and replaced after painting is complete. -- A. Fastenings: Hardware shall be complete with all necessary screws, bolts, anchors, or other fastenings for proper application. Such fastenings shall be of suitable size and type, and shall harmonize with hardware as to material and finish. FINISH HARDWARE 08710-1 B. Typically, all exposed hardware shall have anodized finish. Closers to be sprayed enamel to match adjacent hardware finish. Butts to have finish. 3.02 INSTALLATION: The General Contractor shall install all finishing hardware. All butts, locks, plates, strikes, etc., shall be neatly and accurately mortised flush, properly placed and accurately aligned to smooth and quiet operation without sticking, binding, hanging or rattling. All doors shall be hung with equal clearance at jambs and heads. Adjust all hardware properly and leave in smooth operating '* condition. The following dimensions shall be used in installation of hardware. A. Distance from floor to centerline of doorknob - 40-5/16". B. Distance from floor to centerline of lower base on door pulls - 45". C. Distance from edge of door to centerline of dead lock strike - 60". _ D. Distance from floor to center of dead lock strike - 60". E. Any other installation location in question shall be in accordance with NBHA recommended ' standards. 3.03 TEMPLATES: Hardware supplier shall furnish templates as they are required and shall deliver such hardware as may be necessary for the various trades to install. All templates shall be clearly marked as to their respective heading number and shall give full instructions as to installation, screws, full product dimension and other pertinent details affecting their operation. 3.04 KEYING: A. Two keys will be furnished with each lock identified with fiber key tags. _ B. Ten master keys will be furnished. C. Master keys will be delivered only to the Owner or Owner's Representative and a signed receipt obtained. D. Refer to door schedule for doors not to be master-keyed. -, 3.05 SCHEDULE: Refer to Allowance. END OF SECTION FINISH HARDWARE 08710 - 2 SECTION 08730 WEATHERSTRIPPING AND THRESHOLDS PART 1 - GENERAL 1.01 RELATED WORK SPECIFIED ELSEWHERE: A. Section 07920 - Sealants and Caulking. B. Section 08710 - Finish Hardware. 1.02 ACCEPTABLE MANUFACTURERS: Itemsofothermanufacturerswillbeacceptableforsubstitution provided they meet the quality standards of this specification for finish, function and grade. 1.03 SAMPLES: Furnish a 12" length of each item specified. Sample shall show the complete color and finish range of the proposed item. 1.04 SHOP DRAWINGS AND SCHEDULES: Furnish shop drawings, schedules and manufacturer's literature on all items furnished under this section. PART 2 - PRODUCTS 2.01 THRESHOLD: Shall extend the full width of openings. A. Type "A": Pemko 2OO-5AV. B. Type "B": Pemko 154 A. 2.02 WEATHERSTRIPPING: Continuous on both jambs and overhead. Pemko Weatherstripping Tape, sponge vinyl (PVC), closed cell (adhesive) tape. 2.03 ASTRAGALS: Pemko 375 AR. 2.04 DOOR BOTTOM: Pemko 315 AN. PART 3 - EXECUTION 3.01 INSTALLATION: Install all weatherstripping and threshold level, square and in proper alignment and relationship to surfaces to be sealed. Attachment shall be with appropriate nails, screws, bolts and/or anchors or corresponding materials to properly attach weatherstripping and thresholds to subsurface. Notch all thresholds around stops and set in sealant bed as specified in Section 07951. 3.02 ADJUST WEATHERSTRIPPING: Adjust all weatherstripping to ensure a weathertight seal all around. END OF SECTION WEATHERSTRIPPING AND THRESHOLDS 08730-1 SECTION 08810 GLAZING PART 1 - GENERAL 1.01 RELATED WORK SPECIFIED ELSEWHERE: A. Section 07951 - Caulking and Sealants. 1.02 QUALITY CRITERIA: A. Federal Specification DD-G-451c. B. FGMA Glazing Manual. C. Federal Specification DD-M-441. D. Federal Specification DD-G-1403. 1.03 DELIVERY, STORAGE AND HANDLING: Deliver all glass materials to site in such manner that will protect glass from weather and breakage. 1 °04 PROTECTION: After installation of glass and before final cleaning, adequately mark glass to identify that the opening is glazed. Tape not allowed. 1.05 REPLACEMENT: All glass shall be free from cracks, scratches and other defects. Contractor shall replace all broken or damaged glass before Owner's final acceptance. PART 2 - PRODUCTS 2.01 TYPES OF GLASS: Glass shall be tempered as shown on drawings or as required to meet building code requirements. A. Glazing Compound: Channel Glazing Compound M-251 as manufactured by Pecora Chemical Corporation. B. Glazing Tape: Butyl Rubber Tape as manufactured by Pecora. C. Putty: Shall meet or exceed Federal Specification TT-P-791a. D. Accessories: All glazing clips, all wood, lead and neoprene shims, zinc paints, or other accessories necessary for a complete glazing job. PART 3 - EXECUTION 3.01 INSPECTION: Before glazing work begins, inspect the frames for the following. Glazing will not proceed until glazing contractor is satisfied that frames and stops are in proper condition. A. Sash and frames are to be firmly anchored in proper position, plumb and square within 1/8" of nominal dimension or approved shop drawings. B. All corners and fabrication intersections are sealed and sash and frames are watertight. C. All sash members shall be free of grease, lacquer and mortar. GLAZING 08810 - 1 D. Check dimensions of openings to be sure that adequate clearances are maintained on all four edges at perimeter. 3.02 INSTALLATION: A. No attempt shall be made to change the size of heat strengthened or tempered glass after they leave the factory. B. Center glass in glazin9 rabbet to maintain recommended clearance at perimeter on all four sides. Neoprene settin9 blocks shall be placed at quarter points and shall be chosen to limit the load from the 91ass weight to 15 pounds per square inch and in no case shorter than 4 inches 3.03 CLEANING: Remove all excess putty or compound smears. END OF SECTION GLAZING 08810 - 2 SECTION 09800 -- SPECIAL COATINGS PART 1 - GENERAL ' 1.01 RELATED DOCUMENTS: A. Related documents which govern the work specified in this section. 1. The conditions of contract. 2. Other applicable sections of the specifications. " 1.02 DESCRIPTION OF WORK: A. Apply special coating to the floor of the rest rooms and concession areas. 1.03 SUBMITTALS: A. Comply with pertinent provisions of Section 01340. 1.04 DELIVERY, STORAGE, AND HANDLING: A. Comply with pertinent provisions of Section 01620. PART 2 - PRODUCTS -- 2.01 SPECIAL COATING: A. Special coating shall be STOP-SLIP-HD as manufactured by Garon, telephone 1-800-631- 5380 or approved equal. B. Color shall be gray. -- PART 3 - EXECUTION 3.01 INSTALLATION: " A. Inspect concrete floor and repair or correct any defects. B. Install special coating as per manufacturer's recommendations. END OF SECTION SPECIAL COATINGS 09800 - 1 SECTION 09860 GRAFFITI RESISTANT COATINGS PART 1 - GENERAL 1.01 RELATED WORK ELSEWHERE: A. Section 04200 - Unit Masonry. 1.02 PRODUCT DELIVERY, STORAGE AND HANDLING: A. Deliver sealed containers with manufacturer's label, legible and intact. B. Storage of Materials: 1. Store only acceptable project materials onsite. 2. Store in a suitable location. 3. Comply with health and fire regulations. 1.03 JOB CONDITIONS: A. Environmental Requirements:. 1. Comply with manufacturer's recommendations as to environmental conditions under which coatings and coating systems can be applied. 2. Do not apply finish in areas where dust is being generated. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Graffiti Resistant Coating: Coating as manufactured and supplied by SeaI-Kete, Inc. Contact 1-800-323-7357 or 941-967-1535. B. Items of other manufacturers will be acceptable for substitution provided they meet the quality standards of this specification for finish, function and grad. PART 3 - EXECUTION 3.01 APPLICATION: A. Apply by brush, roller or spray equipment. B. Examine the areas and conditions under which work this section will be performed. Correct conditions detrimental to timely and proper completion of the work. Do not proceed until unsatisfactory conditions are corrected. C. Apply coating as per manufacturer's recommendations. END OF SECTION GRAFFITI RESISTANT COATINGS 4017 09860-1 SECTION 09900 PAINTING PART 1 - GENERAL 1.01 QUALITY ASSURANCE: A. Include on label of containers: 1. Manufacturer°s name. -- 2. Type of paint. 3. Manufacturer's stock number. 4. Color, 5. Instructions for reducing, where applicable. B. Field Quality Control: 1. Request review of first finished room space or item of each color scheme required ' by Architect for color, texture and workmanship. 2. Use first acceptable room, space or item as project standard for color scheme. 3. For spray application, paint surface not smaller than 100 square feet as project standard. 1.02 SUBMITTALS: A. Prepare color/texture sample on each type of surface to be painted. B. Prepare stained wood samples on type and quality of wood specified for use on project. C. Make samples not less than 12 inches square. D. Submit in duplicate. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING: A. Deliver sealed containers with manufacturer's label, legible and intact, B. Storage of Materials: 1. Store only acceptable project materials on project site. 2. Store in a suitable location. 3. Restrict storage to paint materials and related equipment. 4. Comply with health and fire regulations. PAINTING 09900 - 1 1.04 JOB CONDITIONS: A. Environmental Requirements: 1. Complywith manufacturer's recommendations as to environmental conditions under which coatings and coating systems can be applied. 2. Do not apply finish in areas where dust is being generated. B. Protection: Cover or otherwise protect finished work or other trades and surfaces not being painted concurrently or not to be painted. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Except as otherwise specified, the only acceptable materials shall be the products manufacturers: 1. P.P.G. Industries. 2, Sherwin-Williams. 3. Pratt Lambert. 4. Cook. B. Notwithstanding any reference in the specifications to any article, device, product, material, fixture, form or type of construction as establishing a standard of quality and shall not be construed as limiting competition; and the contractor, in such cases, may at his option use any article, device, produce, material, fixture, form or type of construction which in the judgment of the Architect expressed in writing is equal to that specified. C, Materials selected for coating systems for each type surface shall be product of a single manufacturer. 2.02 SUBSTITUTIONS: A. Submit substitute paint schedule, listing all surfaces and proposed products. B. Obtain approval by Architect prior to purchase and delivery in writing. 2.03 MATERIALS: Products specified are as manufactured by P.P.G. Industries unless otherwise indicated; similar products of acceptable manufacturers listed in Article 2.01 may be furnished in lieu of those listed. 2.04 COLORS: Colors are to be selected by Architect. Manufacturers listed above may be used if they are able to match the selected colors. 2.05 MIXING AND TINTING: A. Deliver paints and enamels ready-mixed to job site. B. Mix only in containers placed in suitable sized non-ferrous or oxide resistant metal pans. PAINTING 09900 - 2 C. Use tinting colors recommended by manufacturer for the specific type of finish. PART 3 - EXECUTION 3.01 INSPECTION: A. Examine surfaces scheduled to receive paint and finishes for conditions that will adversely affect execution, permanence or quality of work and which cannot be put into an acceptable condition through preparatory work as included in Article 3.02, "Preparation." B. Do not proceed with surface preparation or coating application until conditions are suitable. -- C. Application of paint finish to surfaces constitutes acceptance of that surface. 3.02 PREPARATION OF SURFACES: A. Wood: 1. Clean soiled surfaces (with alcohol wash). 2. Sand to smooth and even surface, then dust off. 3. Fill nail holes, cracks, open joints and other defects with appropriate wood filler after ' primer coat has dried. 4. Color to match finish color. B. Ferrous Metal Surfaces: 1. Prepare surface in accordance with recommendations of or directions of manufacturer of rust-inhibitive primer. 2. Feather edges of sound paint by grinding if necessary. 3.03 APPLICATION: A. General Requirements: - 1. Do not apply initial coating until moisture content of surface is within limitations recommended by paint manufacturer. 2. Apply paint with suitable brushes or rollers. a. Rate of application shall not exceed that as recommended by paint manufacturer for the surface involved less 10% allowance for losses. b. Keep brushes and rollers clean, dry, free from contaminants and suitable for finish required. 3. Comply with recommendation of product manufacturer for drying time between succeeding coats. 4. Vary slightly the color of successive coats. PAINTING 09900 - 3 5. Sand and dust between each coat to remove defects visible from a distance of 5 feet. 6. Finish coats shall be smooth, free of brush marks, streaks, laps or pile-up of paints, and skipped or missed areas. 7. Leave all parts of moldings and ornaments clean and true to details with no undue amount of paint in corners and depressions. 8. Make edges of paint adjoining other materials or colors clean and sharp with no overlapping. 9. Apply primer on all work before glazing. 10. Refinish whole wall where portion of finish has been damaged or is not acceptable. B. Painted Work: 1. Back prime all exterior woodwork with paint primer as specified. 2. Back prime all interior trim. 3. Runs on face not permitted. 3.04 CLEANING: A. Touch-up and restore finish where damaged. B. Remove spilled, splashed, or splattered paint from all surfaces. C. Do not mar surface finish of items being cleaned. D. Leave storage space clean and in condition required for equivalent spaces in project. 3.05 PAINTING SCHEDULE: A. Exterior Ferrous Metal - Painted: Spot prime all burns, nicks, and other breaks in fabricator's shop coat. 1 st coat: P.P.G.'s Speedhide Exterior Enamel (MWF 3.6 mils). 2nd coat: Same as 1 st. B. Exterior Galvanized Iron - Painted: Wash all galvanized iron with acetic acid to clean it of grease and oil. 1st coat: P.P.G. Galvanized Steel Primer, White 6-209. 2nd coat: P.P.G. Speedhide Exterior Enamel (MWF 3.6 mils). 3rd coat: Same as 2nd, C. Interior Ferrous Metal - Painted: Spot prime all burns, nicks and other breaks in fabricator's shop coat. 1st coat: P.P.G. Speedhide 6-90 Enamel (MWF 3.6 mils). 2nd coat: Same as 1 st. PAINTING 09900 - 4 D. Interior Wood - Painted Finish: Wood to be sanded prior to finishing. 1st coat: PoP.G. Quick Dry Enamel Undercoater 6-6 (54-225). 2nd coat: P,P.G. Satinhide Lo-Lustre Latex Enamel (MWF 3.6 mils). 3rd coat: Same as 2nd. ' E. Exterior Wood - Painted Finish: Wood to be sanded prior to finishing (existing painted wood to be scraped). 1st coat: P.P.G. Speedhide Exterior Wood Primer 6-9 (MWF 4.0 mils), 2nd coat: Speedhide Exterior Wood Finish 6 Line (MWF 3.2 mils), 3rd coat: Same as 2nd. - F. Interior Concrete Masonry Units: 1st coat: Sherwin Williams Heavy Duty Block Filler. 2nd coat: Sherwin Williams Tile Clad II Epoxy Enamel (DFT 4 mils). 3rd coat: Same as 2"~ coat, -- G, Mechanical Equipment: No paint required. END OF SECTION PAINTING 09900 - 5 SECTION 10170 TOILET COMPARTMENTS PART 1 - GENERAL ' 1.01 RELATED WORK ELSEWHERE: _ A. Section 04200 - Unit Masonry. 1.02 SUBMITTALS: A. Shop Drawings: Shall be submitted to the Architect for approval before start of fabrication. B. Manufacturer's Data: Submit manufacturer's catalog data and color samples for selection of colors by Architect. 1.03 MANUFACTURER'S QUALIFICATIONS: A. Acceptable Manufacturers: Product similar and equal to those specified herein will be acceptable for use on this project when approved by the Architect. B. Standards: For purposes of designating type and quality of work under this section, drawings and specifications are based on products manufactured or furnished by Santana Products Company. PART 2 - PRODUCTS 2.01 GENERAL: Toilet pilasters and doors shall be as manufactured by Santana Products Co., or approved equal. ' 2.02 CONSTRUCTION: A. Doors shall be one (1") inch thick Poly-Mar HD with Plasti-Glaze 280. B. Pilasters shall be one (1") inch thick Poly-Mar HD with Plasti-Glaze 280. C. Hardware and Fittings: 1. All brackets shall be die-stamped chrome-place steel. 2. Hinges shall be equipped with controlled, gravity-type hinges, adjustable, self- lubricating and be completely concealed with thickness of the door. 3. All screws shall be vandal resistant. 4. Hardware: Each door shall be equipped with a cast alloy chrome-plated coat hook and bumper, a latch assembly, and a one-piece heavy cast-non-ferrous alloy stop and keeper with a rubber locked in place. TOILET COMPARTMENTS 10170 - 1 PART 3 - EXECUTION 3.01 ERECTION: A. All items shall be erected in rigid and substantial manner, straight and plumb, with all horizontal lines level. B. Pilasters shall be fastened to C.M.U. partitions with a continuous galvanized channel from floor to top cross brace. C. The clearance of the vertical edges of doors shall be uniform from top to bottom and not exceed 3/16". D. Hardware shall be carefully adjusted and left in perfect working order. E. Finished surfaces shall be cleaned and left free from imperfections. END OF SECTION TOILET COMPARTMENTS 10170 - 2 SECTION 10800 TOILET AND BATH ACCESSORIES PART 1 - GENERAL 1.01 ACCEPTABLE MANUFACTURERS: To define requirements forquality, function, size, gauge, grade, etc., material specification, designate manufacturer's model number. Equal products of reputable _ manufacturers will be considered. Products of the following manufacturers are acceptable: A. Bradley Washfountain Co. B. Bobrick Washroom Equipment, Inc. 1.02 SUBMITTALS: Submit manufacturer's printed information for each item according to Contract _ Conditions. Furnish complete templates to partition supplier for cut-outs and holes to be attached to items of this section. PART 2 - PRODUCTS 2.01 PRODUCTS: A. Hand Dryer- Bradley No. 2875-28 B. Toilet Holder- Bradley No. 5126 C. Mirror- Bradley No. 740 (16"x36") D. Grab Bars - Bradley No. 8122-0013600; 8122-014200 E. Shelves - Bradley No. 756 48" F. Diaper Table - Safe-Strap No, 4302 - PART 3 - EXECUTION 3.01 INSTALLATION: Type ofwall and wall surface shall determine method of installation. Each item shall be installed plumb, level, secure and in proper relation to floor, partitions and plumbing fixtures. 3.02 SCHEDULE: See drawings for location and quantity. END OF SECTION TOILET AND BATH ACCESSORIES 4017 10800 1 SECTION 10990 _ MISCELLANEOUS SPECIALTIES PART 1 - GENERAL ' 1.01 SCOPE: Furnish miscellaneous specialty items as specified herein. 1.02 SUBMITTALS: Submit manufacturer's literature, indicate materials, construction, size, quantities, _ finishes, and installation details. PART 2 - MATERIALS ' 2.01 FIRE EXTINGUISHERS AND CABINETS: A. Surface Cabinet: Equal to Larsen's 2409 - Surface. B. Fire Extinguishers: Equal to Larsen's Multi-Purpose Dry Chemical, MP5, for Class ABC fires. 2.02 BUILDING PLAQUE: 18" x 24" cast aluminum building plaque with project name and completion date, -- and names of the City Council, City Manager, Parks and Recreation Board, Parks and Recreation Director, Architect and General Contractor. Architect will furnish general location of all names and approve rubbing of plaque before casting. 2.03 RESTROOM SIGNS: A. Provide Asintouch plaque signs as manufactured by ASI Sign Systems, 2007 108th Street, Suite 701, Grand Prairie, Texas 75050. Contact: John Staider, (214) 641-4747, Fax (214) 641-5842. B. Face panels shall be manufactured utilizing liquid photopolymer on 0.007" mil polyester ' backing and shall incorporate raised copy, Braille and design accents into a single sign element. Tactile and Braille graphics shall be raised a minimum of 1/32". Polyester back to be treated to assure paint adhesion. Tactile face panels shall be permanently laminated to 1/8" acrylic panel. C, Backer plate shall be 1/8" acrylic panel. ' D. Colors shall be as selected by Architect to meet ADA requirements for contrast. Characters and background of all signs shall have eggshell, non-glare finish. Braille characters shall be same color as background. Sign edges shall be painted to match background. E. Sign edges shall be smooth and free of saw marks and imperfections. F. Lettering shall be computer generated, accurately reproducing the letter form. G. Signs shall be for exterior use. PART 3 - EXECUTION 3.01 INSTALLATION: Install according to manufacturers instructions and in locations as shown on drawings. END OF SECTION MISCELLANEOUS SPECIALTIES 10990 - 1 SECTION 11452 -- APPLIANCES PART 1 - GENERAL 1.01 SCOPE: Provide and install all appliances as listed in Part 2 - Products and as shown on the drawings. Provide all electrical, water installation as required for proper installation. -- 1.02 SUBMITTALS: A. Comply with pertinent provisions of Section 01340. ' B. Product data: Within 35 calendar days after the Contractor has received the Owner's Notice to Proceed, submit: _ 1. Materials list of items proposed to be provided under this Section. 2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements. 3. Dimensioned drawings as needed to depict the space required for these items, and their interface with the work of other trades. 4. Manufacturer's recommended installation procedures which, when approved by the ; Architect, will become the basis for accepting or rejecting actual installation _ procedures used on the Work. 1.03 QUALITY ASSURANCE: Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements -- and the methods needed for proper performance of the work of this Section. 1.04 DELIVERY, STORAGE AND HANDLING: Comply with pertinent provisions of Section 01620. PART 2 - PRODUCTS 2.01 ICE CUBE MACHINE: ' A. Manitowoc Series 150, B Model, having Ari-Certified ice production capacity of 175 pounds of ice per 24 hours at 90% air and 70% water temperatures, cube size shall be 3/e" x 11/8 x %". Ice machine will include, as standard, a self-cleaning feature consisting of one 10-minute -- clean cycle and 6 rinse cycles. Manufacturer's phone (414) 682-0161. B. Glass Door Merchandiser: True Model NO. GDM-23, (800) 325-6152. ' C. Refrigerator: Admiral Model #2114906, MFR #HMG21149. PART 3 - EXECUTION 3.01 INSTALLATION: A. Verify all electrical and plumbing requirements before installation. B. Install and hook up appliances in locations as shown on drawings. APPLIANCES 11452 - 1 C. Remove all protective covers. D. Clean all appliances if required. _ E. Replace all dented appliances. END OF SECTION APPLIANCES 4017 11452 - 2 SECTION 13122 -- SHADE STRUCTURES PART 1 - GENERAL ' 1.01 SCOPE: This section of the specifications shall cover the construction and installation of shade structures. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 03300 - Cast-in-Place Concrete. -- B. Section 05500 - Miscellaneous Metal. C. Section 09900 - Painting. 1.03 COMPLIANCE WITH STANDARDS: Comply with the following codes and standards except as modified herein: -- A. U.B.C., BOCA, and SBCCI. 1.04 SUBMITTALS: Submit to the Engineer four (4) copies of the shop drawings of the "Bounding Main" structure. PART 2 - PRODUCTS 2.01 MANUFACTURERS: B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the work include, but are not limited to, the following: 1. Sun Ports International, Inc., Dot Hayman, 8510 Sovereign Row, Dallas, Texas 75247, (214) 905-9500. 2. Approved equal. 2.02 STRUCTURAL STEEL: A. All structural steel shall be ASTM A 36, except steel pipe columns which shall be ASTM A 53, Grade B, unless otherwise noted. Slip fittings shall be manufactured of drawn-over- _ mandrel steel with a minimum yield strength of 70 ksi and a minimum tensile strength of 80 ksi. B. Structural steel shall be detailed, fabricated, and erected in accordance with AISC -- specifications. C. All shop and field welding shall be executed by certified welders in accordance with the latest ._ edition of the American Welding Society specifications. D. Shop connections shall be welded unless noted otherwise. Field connections shall be as indicated on the drawings. E. All erection bolts shall be ASTM A 307, treated to retard corrosion. SHADE STRUCTURES -- 4017 13122-1 F. All welds shall be performed using E70 electrodes. All fillet welds shall be 3/16" unless otherwise noted. G. All structural steel shall be primed and painted. H. Wire rope as required shall be ¼" nominal diameter, 7 strand, 7 wires per strand (minimum), with a minimum nominal tensile strength of 9,000 pounds. Wire rope shall be secured with approved fittings and cable hardware, I. All steel framing shall be constructed as shown on Sheet A-8. 2.03 ELECTRICAL: Electrical wiring, if required, shall conform to all applicable local codes, and shall be installed by a licensed electrician. 2.04 SHADE FABRIC: A. Shade fabric shall be a knitted high density polyethylene (HDPE), color concentrated and ultra-violet light stabilized, monofilament and tape yarn, in a relationship of 57% and 43% respectively. 1. Burst strength: 48 pounds per square foot. 2. Approximate shade: 80% (dark colors). 3. Nominal thickness: 0.045 - inch. 4. Fire retardancy: ASTM E84-91A; Class I (FS110) Flame spread; Smoke-developed index (SDI) 30. 5. Conforms to: U.B.C., BOCA, and SBCCI. 6. All seams shall be sewn with waterproof, U.V. stabilized thread, B. Contractor shall provide color samples for selection by the Owner or Owner's representative. Provide a 5 year limited cloth warranty. PART 3 - EXECUTION 3.01 INSTALLATION: A. Install all steel members flush and true. Weld all members, grind smooth, prime and paint. Paint to be selected by Owner or Owner's representative. B. Install shade fabric as per manufacturer's recommendation. END OF SECTION SHADE STRUCTURES 13122 - 2 MECHANICAL TABLE OF CONTENTS 15040 General Requirements for Mechanical Work 15040-1 - 6 15050 Basic Materials and Methods 15050-1 - 10 ' 15055 Project Closeout 15055-1 - 4 15056 Submittal Data 15056-1 - 3 15057 Cleaning 15057-1- 2 ' 15100 Valves 15100-1- 4 15251 Insulation 15251 - 1 - 4 15371 Refrigerant Piping 15371-1 - 3 15401 Domestic Water Piping System 15401-1 - 4 15405 Waste Water Piping System 15405-1 - 3 15421 Floor Drains 15421-1 - 2 15424 Domestic Water Heaters 15424-1 - 3 15450 Plumbing Fixtures 15450-1 - 2 _ 15760 Electric Unit Heaters 15760-1 - 2 15771 Split System Heating and Cooling Units 15771-1 - 3 15829 Fans 15829-1- 3 15841 Low Velocity Metal Ductwork 15841-1 - 7 15860 Ductwork Accessories 15860-1 - 3 15867 Air Diffusers 15867-1 - 2 15950 HVAC Control Sequence 15950-1 - 2 15953 HVAC Test-Adjust-Balance 15953-1 - 3 SECTION 15040 -- GENERAL EQUIREMENTS FOR MECHANICAL WORK -- PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 BASIC REQUIREMENTS A. In accordance with the Conditions of the Contract, each Mechanical Cbntractor executing work in Division 15 is acting in the capacity of a sub-contractor. However, throughout Division 15, the mechanical sub-contractor is hereinafter referred to as the Contractor. B. The Contractor is duly bound to all applicable requirements of the prime contractor as stipulated in the Conditions of the Contract. C. The Contractor shall execute all work hereinafter specified or indicated on accompanying drawings, and provide equipment and labor as required in connection with his work and systems. 1.03 SITE INSPECTION A. Contractor shall visit the site and veri~ the following: 1. Items shown or indicated as "existing" on the drawings, including structures, trees, utilities, obstructions, etc. 2. Work conditions. ' 3. Hazards. 4. Soil grades and conditions. B. Acceptance of a contract shall be deemed as evidence that the site visit has been made and that the Contractor has familiarized himself with the conditions noted above. _ 15040-1 1.04 PERMITS, UTILITY CONNECTIONS AND INSPECTIONS A. The Contractor shall obtain and pay for all required utility connections, meters and -- meter boxes, utility extensions and/or relocations and shall pay all costs and inspection fees for all work included therein. Coordination of this work with the Civil pan of the work is required. ' 1.05 APPLICABLE CODES AND STANDARDS A. Except as hereinafter modified in individual sections of Division 15 and contract drawings, materials and installation shall meet the requirements prescribed in the latest editions of the applicable manuals and standards of the following codes and standards: 1. National Fire Protection Association Standards (NFPA): a. NFPA No. 70, National Electrical Code b. NFPA No. 90A, Air Conditioning Systems c. NFPA No. 91, Blower & Exhaust Systems d. NFPA No. 101, Life Safety Code e. NFPA No. 200 Series, Building Construction 2. United States of America Standards Institute (ASA) Standards: a. A40.8, 1955 National Plumbing Code b. B31.1 and B31.1 a, Code for Pressure Piping 3. American Society of Mechanical Engineers (ASME). 4. Air Conditioning and Refrigeration Institute Standards (ARI). 5. Sheet Metal and Air Conditioning Contractors National Association. Inc. (SMACNA). 6. Air Moving and Conditioning Association (AMCA). 7. American Society of Testing and Materials (ASTM). 8. American National Standards Institute (ANSI). 9. American Water Works Association (AWWA). 10. National Electrical Manufacturers' Association (NEMA). 11. City of Coppell, Texas Fire Department as applicable to construction on this site. 15040-2 12. City of Coppell, Texas Building Code for Construction. ' 13. Occupational Safer' and Health Act (OSHA). 14. State and Local safety and health standards. 15. All work shall be in accordance with all regulations and requirements of the Standards and Specifications for Handicapped and Disabled for the ' Construction of Public Buildings and Facilities in the State of Texas Usable by Physically Handicapped and Disabled Persons. Reference 028.13.03.579 of Section 7, Article 601b, V.T.C.S. 16. See individual sections for additional codes, standards, and special _ requirements. B. Where materials or equipment are specified to be approve& listed, tested, or _ labeled by Underwriters' Laboratories, Inc., or constructed and/or tested in accordance with the standards of the American Society of Mechanical Engineers or the Air Moving and Conditioning Association, the Contractor shall submit proof that the items furnished under this section of the specifications conform to such requirements. The ASME stamp, AMCA label, or the U.L. label, will be acceptable as sufficient evidence that the items conform to the respective - requirements. C. It is the intent of Division 15 and the related drawings to comply with the above - mentioned requirements, standards and codes. However some discrepancies may occur. Where discrepancies occur, the Contractor shall noti~' the Architect/Engineer in writing of discrepancies and request an interpretation. 1. Request for interpretation shall be made before an)' work is performed or material is fabricated. 2. Should the Contractor fabricate and/or install materials and/or workmanship in such a manner that does not comply with the applicable ' codes, standards, and/or regulations, the Contractor shall bear all costs arising in correcting the deficiencies to comply with the codes, standards and/or regulations. 3. Should a conflict or discrepancy occur between codes, standards and/or regulations, the Contractor shall be obligated to comply with the most stringent, at no additional cost to the Owner. 1.06 CONTRACT DOCUMENTS A. The specifications and accompanying drawings of the building indicate plans and _ details showing installations and locations of equipment, piping, ductwork, outlets. controls, etc. Due to the intricacies of construction it is impractical to specify or 15040-3 indicate every detail; in such cases the current rules of good construction practices and applicable specifications shall govern. B. If departures from the drawings are deemed necessary by the Contractor, details of such proposed departures shall be made to the Architect/Engineer in writing. Each request shall state reasons and recommended correction for proposed departure. No departure shall be made without prior written approval of the Architect/Engineer. C. The Contractor shall familiarize himself with all drawings and specifications and properly use information found on the Architectural, Structural, Civil, Mechanical and Electrical drawings and specifications affecting his work. D. Dimensional information pertaining to new work in the structure shall be taken from the appropriate drawings. Dimensional information pertaining to existing conditions and outside the structure shall be made by the Contractor on the site. E. Should the drawings or specifications disagree within themselves, or with each other, the better quality or greater quantity of work or materials shall be performed or furnished at no additional cost to the Owner. F. Interrelation of the specifications and drawings and schedules is as follows: 1. Specifications determine type and installation of material. 2. Drawings establish location, quantities, dimensions and details. 3. Schedules establish performance characteristics of equipment. G. Dimensions indicated on drawings govern scaled measurements. Large scale details govern small scale drawings. 1.07 SPACE AND EQUIPMENT A. The size of mechanical equipment indicated on the drawings is based on the dimensions of the equipment by the manufacturer indicated on the drawings, in the specifications and/or as listed in equipment schedules. Other manufacturers may be acceptable if equal in physical size, design and function. B. It is the responsibility of the Contractor to determine if the equipment proposed to be furnished will fit in the allotted space. C. Space is critical; therefore, equipment of larger sizes than shown, even though of specified manufacturer, will not be acceptable unless Contractor can demonstrate that ample space exists for proper installation, operation, and maintenance. D. Equipment shall be installed in a manner to permit access to all surfaces and accessory items such as valves, pumps, motors, drives, filters, gauges, controls, 15040-4 etc. Accessories shall be installed to allow removal for service without disassembly of another part. E. If requested by Architect/Engineer, Contractor shall prepare and furnish detailed installation drawings indicating arrangement and installation of proposed ' equipment, and submit to Architect/Engineer for approval. Approval, in writing, shall be obtained before ordering equipment. ' 1.08 EQUIPMENT INSTALLATION REQUIREMENTS A. All mechanical (plumbing and HVAC) equipment shall be furnished and installed complete and ready for use. The Contractor or Subcontractor furnishing the equipment item shall furnish and install all auxiliary piping, valves, controls, _ control wiring, conduit, alarms, etc., required. All necessary devices, control wiring, conduit, etc., will not necessarily be shown on the drawings. Control wiring, conduit, etc., for equipment items provided by the General Contractor shall _ be furnished and installed by the General Contractor unless shown on the mechanical and electrical drawings or so stated in the specifications. 1.09 SUPERINTENDENT A. It shall be the responsibility, of each superintendent to stud}; all Contract - Documents and familiarize himself with the work to be done by other trades. The superintendent shall coordinate his work with other trades and before material is fabricated or installed, make sure that his work will not cause any interference that - cannot be resolved without major changes to the Contract Documents. 1.10 GUARANTEE/WARRANTY A. Contractor shall guarantee all work, labor and materials, for a period of one year from date of substantial completion in accordance with the Conditions of the -- Contract. B. Refer to individual sections of the specifications for guarantees which may be ' required in addition to the above-specified one-year guarantee. 1.11 PROJECT OBSERVATION A. Project observation by the Architect/Engineer is for the express purpose of verifying compliance by the Contractor with the Contract Documents, and shall not be construed as construction supervision nor indication of approval of the manner in which the work is being performed. 1.12 FINAL OBSERVATION _ A. The Architect/Engineer will make a final observation of the project in accordance with the Conditions of the Contract. -- 15040-5 B. Before calling upon the Architect/Engineer to make a final observation, it shall be the responsibility of the Contractor to personally make a detail observation of the complete project assuring himself that the Work on the project is ready for final -- acceptance. C. Contractor shall comply with all requirements of Project Closeout before receiving ' final acceptance of the Work. PART 2 - PRODUCTS ' Not used. PART 3 - EXECUTION Not used. END OF SECTION 15040-6 SECTION 15050 -- BASIC MATERIALS AND METHODS -- PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. ' 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 GENERAL REQUIREMENTS A. Unless otherwise specified, materials are to be new and of current U.S. manufacture, free from defects and of the best quali~ of their respective kinds. B. Equipment and/or materials damaged in shipment or handling, or otherwise damaged before installation, shall be replaced with new equipment and/or _ materials. Damaged equipment and/or materials shall not be repaired at the jobsite. _ C. Furnishing of the proper equipment and/or materials and to see that it is installed as recommended by the manufacturer is entirely the responsibiliD' of the Contractor. If required for proper installation, the Contractor shall obtain advice _ and supervisory assistance from a representative of the specific manufacturer of the equipment being installed. -- D. Materials and adhesives to conform to Federal Standard Flame-Spread Properties, Inc., with composite fire and smoke hazard ratings, maximum 25 for flame spread and 50 for smoke developed. Adhesives to be waterproof. E. The Contractor shall promptly notify the Architect/Engineer in writing of conflict between the requirements of the Contract Documents and the -- manufacturer's directions and shall obtain the Architect/Engineer's instructions before proceeding with the work. Should the Contractor perform any such work that does not comply with the manufacturer' s directions or such instructions from ' the Architect/Engineer, he shall bear all costs arising in connection with the deficiencies. F. Belts, pulleys, chains, gears, couplings, projecting screws, keys or other rotating parts which are located so that a person can come in close proximity thereto shall be full>' enclosed properly provided with a guard. 15050-1 1.03 CONSTRUCTION REQUIREMENTS A. It is the intent of the Contract Documents to provide an installation complete in every respect. If additional work is required for Work indicated or specified, it shall be the responsibility of the Contractor to provide same as well as to provide material and equipment usually furnished with such systems or as required to complete the installation. B. The Contractor shall be responsible for placing his material and equipment into the building and shall carefully lay out his work in the project to conform to the structural conditions, to avoid all obstructions, to conform to the details of the installation supplied by the manufacturer of the equipment to be installed and thereby provide an integrated, satisfactorily operating installation. C. Investigate structural and finish conditions and coordinate all work with the various trades to avoid interferences between the different phases of Work. Harmonize work so that it may be installed in the most direct and workmanlike manner without hindering or handicapping each other. D. Unless specifically noted to be exposed, lay out work in finish portions of the building so that it will be concealed in chases, suspended above ceilings, etc. Allow proper clearances where pipes and ducts are to be insulated. Bending or installing pipes in a strain in order to insulate or to clear obstructions will not be permitted. E. Lay out work as required to avoid crippling of structural members. Inserts for pipe hangers are to be set before concrete is poured. Provide and properly lay out sleeves in concrete for penetrating pipes and ducts. Hold pipes and ducts as tight to structure as possible and provide proper and required sloping to pipes. F. Lay out and install equipment as required to provide convenient and safe maintenance and access for future replacement as well as providing easy access to oiling devices and parts requiring adjustment. 1.04 STOK~kGE AND PROTECTION A. Contractor shall provide the required protection of equipment and materials from the time of delivery until the completion of the Work. Protect from damage, rust, rain. humidity and dust. B. Do not receive equipment or materials on the job site until adequate space has been provided for storage. C. Provide adequate supports for protection from the Wound and erect required shelters for items stored in the open. 15050-2 D. Items stored within the building are to be adequately protected and covered with tarpaulins or other protective covering. E. Protect the building at all times during construction from damage by workmen, their tools and/or equipment. Protect floors, steps, wall, ceilings, doors, windows ' and other finish surfaces. F. Equipment and materials found in a rusty condition at completion of the work will ' be thoroughly cleaned of rust and refinished as required to its original condition. 1.05 PRECEDENCE OF MATERIALS A. The Contractor shall be responsible for the installation of his equipment and material into the allotted spaces in the structure so as to provide complete and acceptable systems. _ B. Piping interferences shall give precedence to pipe lines which require a stated grade for proper operation. _ C. To prevent a conflict in space requirements, the following order of precedence, in general, shall be observed. _ 1. Building lines ~ Structural members 3. Soil and drain piping -- 4. Vent piping 5. Supply ductwork 6. Exhaust ductwork -- 7. Domestic hot and cold water piping 8. Electrical conduit -- 1.06 INTEGRATED CEILING SYSTEMS A. The ceiling grid system with light fixtures, as indicated on the drawings, shall be ' maintained. B. Coordinate the location of dampers, supply air diffusers/grilles, return air grilles, ' etc., with the ceiling grid and light fixture grid to assure proper location of all items in a manner approved by the Architect/Engineer. C. The order of space allocation priority in plan and in elevation shall be as follows: 1. Light fixtures, at finished ceiling +7" 2. Graded plumbing waste systems 3. Grilles, registers and diffusers, etc. _ 4. Ductwork 5. Pressurized piping systems _ 15050-3 6. Electrical conduit, junction boxes and pull boxes 7. Ceiling support system, where required 1.07 LOCATION OF OUTLETS A. Supply and return air outlets in suspended acoustical tile ceilings shall occur ' symmetrically in tile joints or in the centers of whole tiles. The final determination of the exact location of each outlet and the arrangement to be followed shall be acceptable to the Architect/Engineer. ' B. The drawings shox~; the locations of the various outlets and equipment. Exact locations of these outlets and equipment shall be determined by reference to the general construction plans and to all detail drawings, equipment drawings, roughing-in drawings, etc., by measurements at the building, and in cooperation with the other trades. The Architect/Engineer reserves the right to make any reasonable change in location of any outlet or equipment before installation, without additional cost. C. The Contractor shall install his work complete and in good working order. If any of the requirements of the drawings and specifications are impossible to perform, _ or if the installation when made in accordance with such requirements will not perform satisfactorily, he shall report same to the Architect/Engineer for correction. _ D. No extra compensation will be allowed for extra work or change caused by failure to comply with the above requirements. _ 1.08 CONNECTIONS TO EQUIPMENT FURNISHED BY OTHERS A. Rough-in and make all water, sewer, etc., connections to all fixtures, equipment, machinery, etc., provided bv others in accordance with detailed roughing-in drawings provided by the equipment suppliers and by actual measurements of the equipment connections. B. After the equipment is set in place, make all final connections and provide all required pipe, fittings, valves, traps, etc. C. Provide all air gap fittings required, using materials specified. In each water line serving an item of equipment or piece of equipment, provide a shut-off valve. Furnish a suitable trap on each drain not provided with a trap. D. All pipe fittings, valves, traps, etc., exposed in finished areas and connected to chrome-plated lines provided by others shall be chrome plated to match. 15050-4 1.09 INSTALLATION METHODS -- A. Unless noted otherwise, piping and ductwork may be run exposed in mechanical rooms, storage rooms and janitor's closets. Piping and ductwork where exposed shall be run tight against the structure, ceiling or walls as required by the ' Architect/Engineer. B. Conceal piping and ductwork to be installed as hereinbefore specified. C. Where piping must be exposed in finished areas, install to meet the following requirements: 1. Do not expose unless so indicated on the drawings. 2. If piping must be exposed because of unforeseen interferences or job conditions, obtain approval in writing from the Architect/Engineer. 3. Exposed domestic water pipe (copper) shall be chrome plated (insulation shall be omitted if approved by Architect/Engineer) and no joints shall _ appear in pipe line if at all possible. If insulation must remain, insulated pipe shall be in chrome plated sleeve. _ 4. Exposed sanitary sewer or drainage piping shall be DWV copper (or DV~rV PVC if code allows) and shall be inside chrome plated sleeve or cast iron piping housed inside gypboard furring. D. Piping and ductwork suspended from the structure shall be adequately and properly supported on hanger rods or clamps as specified or as approved by the - Architect/Engineer. Perforated strap hangers will not be permitted. E. Where space is limited above ceilings, belov,, concrete beams or other concrete - projections, piping shall be sleeved through the beam or projection, rather than hung below. Provide sleeves where required and locate where approved by the Architect/Engineer. F. Cut pipe accurately to measurements established at the building and install into position without springing or forcing. All open ends of pipes shall be capped or ' otherwise closed until the systems are closed with final connections. G. No pipe joints nearer than 12" to a wall, ceiling or floor penetration will be ' permitted, unless joint is of the welded type. H. Piping systems shall be made up straight and true and run at proper grades to permit proper flow of the contained material. Piping shall be graded for proper drainage. 15050-5 I. Piping shall follow as closely as possible the routes shown on plans, which take into consideration conditions to be met at the site and in the building. Should any unforeseen conditions arise, lines shall be changed or rerouted as required after -- approval from the Architect/Engineer. J. All piping shall be installed with due regard to expansion and contraction and so ' as to prevent excessive strain and stress in the piping and in connections to equipment. K. All piping shall be clean when it is installed; rust and/or dirt shall be removed. L. Screw joints shall be made with taper threads, properly cut. Threads shall be cut using graphite and oil applied to the pipe only. When threads are cut on pipes, the ends shall be carefully reamed to remove any burrs. Pipe shall be up-ended and hammered to remove all shavings and foreign material, before installing. M. Requirements for assembling joints in cast iron and copper lines are set forth _ elsewhere in these specifications. For any special materials, consult the manufacturers for the recommended procedures in assembling the joints. N. For additional requirements for installation of mechanical work, refer to individual sections in Division 15. 1.10 ESCUTCHEONS A. Where pipes penetrate walls and/or floors in exposed areas, provide stainless steel _ escutcheon plates. B. Escutcheon plate shall be set screw type and sized to fit pipe and to cover penetration opening. 1.11 WELDING PROCEDURES A. Welded pipe joints shall be made by the fusion welding method, using a metallic arc or gas welding process. B. Pipe shall have the ends beveled 37-1/2 degrees with joints aligned true before welding. C. Except as otherwise specified, all changes in direction, intersection of lines. reduction in pipe size and the like shall be made with factory-fabricated welding fittings. Mitering of pipe to form elbows, notthing of straight runs to form tees, or any similar construction will not be permitted. D. All welding operations shall conform to the latest recommendations of the American Welding Society and to Section Six of the Code for Pressure Piping, ANSI B31.1, current edition. All qualifying tests, welding and stress relieving 15050-6 procedures shall, moreover, be in accordance with Standard Qualification for Welding Procedures, Welders and Welding Operators, Appendix A of the Code, ' current edition. E. Schedule 40 pipe shall be welded with not less than three passes including 1 tack, ' 1 filler and 1 lacer. Schedule 80 pipe shall be welded with not less than 4 passes including 1 tack, 2 fillers and 1 lacer. 1.12 UNIONS A. Unions shall be installed on each side of all special valves, regulators, traps, and at all pieces of equipment (pumps, condensers, tanks, etc.), so that equipment may be readily disconnected. B. Unless written approval has been obtained from the Architect/Engineer, no unions are to be placed in a location which will be inaccessible after completion of the _ building. 1.13 CUTTING AND PATCHING A. Cut and patch walls, floors, etc., resulting from failure to provide proper openings or recesses in new construction. If cutting and patching is required, it shall be -- performed by trades specializing in that type work. B. Openings cut through concrete and masonry. shall be made with masonry saws -- and/or core drills and at such locations acceptable to the Architect/Engineer. Impact-type equipment will not be used except where specifically acceptable to the Architect/Engineer. C. Openings in precast concrete slabs or walls for pipes, etc., shall be core drilled to exact size. D. Where openings are cut through masonry walls, provide and install lintels or other structural supports to protect the remaining masonry. Adequate supports shall be ' provided during the cutting operation to prevent any damage to the masonry occasioned by the operation. All structural members, supports, etc.. shall be of the proper size and shape, and shall be installed in a manner acceptable to the ' Architect/Engineer. E. Openings cut through plaster or drywall shall be cut prior to plaster finish coat or texture coat on drywall. Cutting of the finish coat of plaster or texture coat of drywall will not be permitted unless written approval of the Architect/Engineer is obtained. F. Openings shall be restored and/or repaired as required to replace the cut surface _ to an "as-new" and/or "as original" condition. Refer to the appropriate section of the specifications for the material involved. -- 15050-7 G. No cutting, boring or excavating which will Weaken the structure will be permitted. 1.14 ROOF PENETRATIONS A. Pipes and/or ducts penetrating the roof shall be installed as directed by roofing ' supplier/installer and shall be compatible with roofing system. 1.15 IDENTIFICATION AND LABELING ' A. Items of mechanical equipment shall be identified by the attachment of engraved nameplates constructed from laminated phenolic plastic, at least 1/16" thick, 3 ply, with black surfaces and white core. Engraving shall be condensed gothic, at least 1/2" high, appropriately spaced. Nomenclature on the label shall include the name of the item, its mark number, area, space, or equipment served, and other pertinent information. Equipment to be labeled shall include but not be limited to the following: _ 1. Heat pump units (indoor and outdoor sections) 2. Cooling, heating and ventilating control panels, thermostats and switches _ 3. Water heaters 4. Fans 5. Miscellaneous - similar and/or related items 1.16 TESTS AND INSPECTIONS A. The Contractor shall, during the progress of the work and upon its completion, test his work and make all tests as required by the specifications, State, Municipal and other authorities having jurisdiction of the work. Piping pressure tests shall be -- made before pipe is concealed or covered. B. Tests shall be made in the presence of the Architect/Engineer and other authorities requiring tests. The Architect/Engineer shall be notified at his office 24 hours prior to each test. C. The Contractor shall pay all costs, inspection charges and fees required for the tests of his work. D. The Contractor shall provide all apparatus, temporary piping connection. etc.. required for tests. The Contractor shall take all due precautions to prevent damage to the building or its contents incurred by such tests. The Contractor shall repair and make good at his own expense any damage caused by failures or leaks during the tests. E. Leaks, defects or deficiencies shall be repaired and/or replaced, and tests shall be repeated until the test requirements are fully complied with. 15050-8 F. Equipment shall be placed in operation and tested for proper automatic control before the final balancing of the system is started. G. Tests shall have pertinent data logged by the Contractor at the time of testing. Data shall include date, time, personnel, description, and extent of system tested, test condition, test results, specified results, and an}' other pertinent data. Data shall be delivered to the Architect/Engineer. 1.17 COOPERATION AND CLEANUP _ A. The Contractor shall cooperate full>' with the other trades on the job to help keep the job site in a clean and safe condition. At the end of each day's work, each trade shall properly store all of his tools, equipment and materials and shall clean _ his debris from the job. B. Upon the completion of the job, the Contractor shall immediately remove all of _ his tools, equipment, an}, surplus materials and all debris caused by his portion of the work. _ C. Refer to Section 15057, Cleaning, for additional cleaning requirements. 1.18 CLEANING AND PAINTING OF EQUIPMENT A. Equipment, piping, ductwork, grilles, insulation, etc., in finished areas furnished and installed by the Contractor shall be painted. Finished areas include outside the -- building as well as occupied areas (all rooms) inside the building. B. Thoroughly clean all pans of materials and equipment of cement, plaster, and -- other materials. All oil and grease spots shall be removed. Sink surfaces shall be carefully wiped and all cracks and corners scraped out. Exposed metal work shall be carefully brushed down with steel brushes to remove rust and other spots and -- shall be left smooth and clean. C. Thoroughly clean the finish on all parts of the materials and equipment with ' factory applied finishes. If the finish has been damaged, the surfaces shall be re- painted to the satisfaction of the Architect/Engineer. ' D. No nameplates on equipment shall be painted, and suitable protection shall be afforded to the plates to prevent their being rendered illegible during the painting operation. PART 2 - PRODUCTS Not used. -- 15050-9 PART 3 - EXECUTION Not used. -- END OF SECTION 15050-10 SECTION 15055 -- PROJECT CLOSEOUT PART 1 - GENERAL 1.01 ELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 DESCRIPTION OF WORK A. In order to close out this project, the work hereinafter noted is required. B. Requirements for project closeout are, but not necessarily limited to, the following: 1. Record Drawings. 2. Tests. 3. Operation and Maintenance Manuals, include brand/manufacturer model name and number. 4. Owner' s Instructions. 5. Shop Drawings. -- 6. Correction of Deficiencies Found on Final Observation. 7. Guarantees. 1.03 RECORD DRAWINGS ' A. Maintain a set of Contract Drawings consisting of a complete set of blueline prints at the jobsite. ' B. Indicate on the record drawings the installed locations of main lines of: 1. Piping 2. Ductwork 3. Equipment 4. Dimensional locations of underground work 5. Dimensional locations of site work 15055-1 C. Include addenda, change orders, clarifications, and other modifications to the Drawings. D. Deliver Drawings to the Architect/Engineer on the completion of the work. E. Do not use these Drawings for reference or construction, nor allow them to leave the field office. F. Drawings will be reviewed by the Architect/Engineer as required and prior to ' approval of each month's Certificate for Payment. Certificate for Payment will not be approved until record drawings are brought up to date. 1.04 TESTS A. Conduct tests as elsewhere specified for the various systems. B. Log pertinent data at the time of testing, including:_ 1. Date and time 2. Personnel 3. Description and extent of system tested 4. Test conditions 5. Test results and specified results _ 6. Other pertinent data 1.05 OPERATION AND MA/NTENANCE INSTRUCTIONS A. Complete written instructions of each system and its related equipment shall include, but not limited to. the following: -- 1. Preventative maintenance procedures 2. Starting and stopping -- 3. Checking for normal operation 4. Manufacturer's repair and parts replacement lists and instructions B. Bind instructions in book form, three copies for each system and its related equipment. 1. Typed copy 2. Diagrams 3. Manufacturer's printed data ' C. Provide, laminated in plastic, typed instructions and diagrams for each system and its related equipment. D. Demonstrate the operating and maintenance procedures to the Owner or his _ authorized representative. 15055-2 _ E. Submit a release, signed by the Owner. ' 1. List the systems and equipment demonstrated. 2. List the dates and names of personnel present for demonstrations. ~' 1.06 SYSTEM START-UP A. Prior to the start-up of any components, item of equipment or system: 1. Adjust controls and other miscellaneous equipment. 2. Complete other manufacturer's instructions. 3. Adjust and service other components as required for proper and safe operation. 4. Install clean filters in heat pump unit. 1.07 REQUIREMENTS FOR FINAL ACCEPTANCE A. Complete the construction. _ B. Correct deficiencies listed at time of Substantial Completion. C. Submit three (3) copies of Owner's Manual in three-ring loose-leaf binder ~ containing the following: 1. System diagrams and drawings 2. System operating instructions -- 3. System maintenance instructions 4. Revised copy of material and equipment list 5. Serial numbers of principal pieces of equipment ' 6. List of manufacturers', suppliers', and subcontractors' names, addresses, and telephone numbers, both local representatives and manufacturers' service headquarters 7. Equipment operating and maintenance instructions 8. Spare parts data as follows: . a. List of parts and supplies 15055-3 b. Current unit prices c. Sources of supply (local and national; names, addresses and telephone numbers) d. List of parts and supplies recommended by manufacturer for Owner to have on hand 9. Certified performance curves 10. Tests and reports D. Instructions: 1. Bound copy 2. Demonstration E. Provide three (3) bound copies containing the following: 1. Acceptance certificates of authorities having jurisdiction 2. Log of tests made during course of Work 3. Owner's acknowledgement of demonstration 4. List of manufacturers' guarantees executed by the Contractor F. Record Drawings: Deliver the Record Drawings to the Architect/Engineer. PART 2 - PRODUCTS Not used. -- PART3-EXECUTION Not used. END OF SECTION 15055-4 _ SECTION 15056 -- SUBMITTAL DATA '- PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 GENERAL REQUIREMENTS A. As soon as practical after the date of award of contract and before purchasing or starting installation of any materials or equipment, the Contractor shall submit complete shop drawings and/or manufacturer's data of all materials and equipment to be incorporated in the work. B. Materials and equipment requiring detailed submittal data shall be submitted with _ sufficient data to indicate that all requirements of the specifications have been met. 1. Where products are noted or specified by brand names, it is for the ._ purpose of establishing standards of quality, style and size. C. Manufacturer's data shall have all non-applicable features crossed out or deleted _ in a manner that will clearly indicate exactly what is to be furnished. D. Samples shall be furnished when requested. 1.03 REVIEV~~ OF SUBMITTALS -- A. The Contractor shall allow a minimum of two (2) weeks time frame for review of each submission by the office of the design discipline involved after receipt of such submissions by that design discipline. B. The Contractor is responsible for allowing sufficient time in the construction schedule to cover the aforementioned cycles of data processing, including time for ' all resubmission cycles on non-acceptable materials, equipment, etc., covered by the data submitted. ' C. Construction delays and/or lack of timeliness in the above regards are the responsibility of the Contractor and will not be considered in any request for scheduled construction time extensions. 15056-1 1.04 ACCEPTANCE OF MATERIALS AND EQUIPMENT A. Acceptance of materials and equipment will be based on manufacturer's published data and will be tentative subject to the submission of complete shop drawings and/or manufacturer' s data indicating compliance with the contract documents and that adequate and acceptable clearances for entry, servicing, and maintenance will exist. B. Acceptance of materials and equipment under this provision shall not be construed as authorizing any deviations from the contract documents, unless the attention of the Architect/Engineer has been directed in writing to the specific deviation. C. Data submitted shall not contain unrelated information unless all pertinent information is properly identified. ! .05 CERTIFICATION A. The Contractor shall furnish certification where required. 1.06 EQUIPMENT SERVICE A. All equipment installed on this project shall have representation, factory. authorized service, and a stock of repair parts within a 200 mile radius. 1.07 SUBMITTAL REQUIREMENTS A. The Contractor shall check all items of submittal data and verify by statement and initial that each item has been checked for the following conditions: 1. Item is equal to specified item in construction. quality and function. 2. Item is of the same physical size. a. If not of the same physical size, the dimensions have been checked and item will fit within the allocated space shown on the plans. b. Furnish 1/4" scale plan and 1/4" sections on tracing paper (for direct overlay) of proposed equipment, including ductwork, piping, etc., connections. c. The tracing of 1/4" plans and 1/4" sections must be furnished with submittal for other than scheduled equipment in order to compare proposed 'equipment with specified equipment. 3. System connections to the item can be made as shown on the plans. 15056-2 -- 4. Shop drawings show in detail all connections, etc., required to meet the overall specifications in every detail. 5. Statement of guarantee that the proposed equipment shall operate properly as applied to the project and will not require additional device or changes '~ in the installation shown on the plans. 1.08 Complete specification data shall be submitted for all mechanical items and including the " list below: A. Plumbing fixtures and trim B. Valves C. Insulation D. Exhaust fans E. Temperature and operating controls F. HP units (indoor and outdoor) G. Air devices H. Fly fan I. Unit heaters 2- J. Piping materials K. Electric water heaters 1.09 Complete minimum 1/4" scale shop drawings shall be submined for the following: A. Ductwork B. Plumbing system layouts (if to be revised from contract documents) PART ~ PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION 15056-3 SECTION 15057 CLEANING PART 1 - GENERAL 1.01 ELATED DOCUMENTS A. Related documents which govern the work specified in this section. "' 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. PART 2 - PRODUCTS 2.01 MATERIALS A. Use only cleaning materials recommended by manufacturer of surface to be cleaned. B. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. PART 3 - EXECUTION 3.01 DURING CONSTRUCTION -- A. Clean up and remove litter and construction debris which results from work under Division 15 in construction areas on an as-needed and as-directed basis. -- B. Schedule cleaning operations so that dust and other contaminants resulting from cleaning process will not fall on wet, newly painted surfaces. - 3.02 FINAL CLEANING A. Employ experienced workmen, or professional cleaners for final cleaning. B. In preparation for substantial completion or occupancy, conduct final inspection of sight-exposed interior and exterior surfaces, and of concealed spaces, and clean as follows: 1. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight-exposed interior and exterior surfaces; polish surfaces so designated to shine finish. 15057-1 2. Repair, patch and touch-up marred surfaces to specified finish, to match adjacent surfaces. C. Owner will assume responsibility for cleaning as of time designated on Owner's final acceptance of Project. END OF SECTION " 15057-2 SECTION 15100 VALVES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. " 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 DESCRIPTION OF WORK A. This work covers the requirements for the valves as indicated and required for the various systems throughout the project. B. The requirements of this section apply to all piping work specified in other sections of these specifications. _ 1.03 QUALITY ASSURANCE A. Special Tests and Quality Requirements: 1. Bronze ball valves shall be rated for 150 SWP/600 WOG. Ball valves shall be equipped with blowout proof stems and adjustable packing glands __ and to be of a two piece screwed end cap design. Packing shall be teflon or glass filled teflon. Seats to be glass filled teflon. ~ 2. Iron valves shall have pressure containing parts conforming to ASTM Specification A-126, Orade B. Wedge and seat ring material for iron valves shall conform to ASTM Specification B-584 Alloy C84400. 3. Stem materials for bronze valves shall conform to ASTM B-99 Alloy C65100, ASTM Specification B-371, Alloy 694 (rolled silicon brass) or -' other approved materials with less than 15% zinc. Stem material for IBBM valves shall conform to ASTM B-371 Alloy 694 or ASTM B-16 Alloy C36000 brass. B. Valves of the same type shall be furnished by the same manufacturer, unless approved by Engineer. If approval is requested, substitution must be one of _ approved manufacturer on approved list. 15100-1 1. Submittal data for substitute shall consist of manufacturer' s name, size, figure number, detailed technical drawings and appropriate engineering information to substantiate qualit>,. 1.04 APPROVED MANUFACTURERS A. Where a manufacturer has been listed, it is for qualit>,, design and function. B. Products equal in quality, design and function by one of the following will be acceptable. 1. Valves: a. Crane b. Nibco c. Homestead d. Stockham e. Mueller No Substitutions 2. Hydrants: a. Josam b. Wade c. Zurn No Substitutions PART 2 - PRODUCTS 2.01 VALVE TYPES AND SIZES A. Except as otherwise indicated, provide factory-fabricated valves of the type, body material and pressure class indicated. Except as otherwise indicated, provide valve size same as connection pipe size. B. Check Valves. 2-1/2" and smaller bronze: Class 150# steam/300# WOG; Crane 137, Stockham B345, Nibco T433BY. C. Ball Valves bronze: Class 150# steam/600 WOG; Nibco T-580-70, Stoc'kham S-216-BR-R-T with valve stem extension to clear insulation thickness. D. Wall Hydrants: Non-freeze type with integral vacuum breaker; Wade W-8625, cast bronze. 1. The following equal in design and function are acceptable (no substitutes): a. Zurn 15100-2 b. Woodford E. Hose Bibbs: Chicago No. 952, or equal, polished chrome plated, loose key. PART 3 - EXECUTION 3.01 INSTALLATION A. General Requirements: Except as otherwise indicated, comply with the following requirements: 1. Install valves where required for proper operation of piping and equipment, including valves in branch lines where necessary to isolate sections of piping. a. Locate valves so as to be accessible. b. Provide separate support where required for a rigid installation. 2. Install valves with stems pointed up, in the vertical position wherever possible, but in no case with stems pointed downward from a horizontal plane, unless approved by Engineer. If approved, install valve drains with hose-end adaptor for each valve with stem below horizontal plane. 3. Where insulation is required or indicated, install extended-stem valves and arranged in the proper manner to receive insulation. 4. Install valves with bodies of metal other than cast-iron where thermal or mechanical shock is indicated or can be expected to occur. 5. Do not install bronze valves and bronze valve components in direct contact with steel, unless the bronze and steel are separated by a dielectric insulator. Install bronze valves in steam and condensate service and in other services where corrosion is indicated or can be expected to occur. 3.02 VALVE ENDS AND CONNECTIONS A. Except as otherwise indicated, select and install valves with the following ends or ' types of pipe/tube connections: .... 1. Pipe size 2" and smaller shall have threaded valves. 2. Pipe size 2-1/2" and larger shall have fianged valves. 3. Install threaded adapters at each valve and component such that the item can be removed without the use of a torch. Unions at valves and ._ equipment shall be Elkhart 102M wrought copper, or equal. _ 15100-3 3.03 TYPE REQUIREMENTS A. If not specificall3, indicated or noted, install the following types of valves: 1. Install ball valves to comply with ANSI B31. END OF SECTION 15100-4 SECTION 15251 INSULATION -- PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. ' 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. "' 1.02 DESCRIPTION OF WORK A. Installation of insulation of piping, equipment, ductwork as herein indicated. 1.03 QUALITY ASSURANCE ~ A. Acceptable Manufacturers: 1. Fiberglass Insulation: a. Owens-Coming Fiberglas b. Schuller ' c. E.O. Wood d. Certain Teed e. Knauf 2. Elastomeric Insulation: Armstrong (Arma~ex) 3. Mastics: a. Benjamin Foster ..... b. Insul-Coustic c. Chicago Mastic d. Childers Products 1.04 GENERAL ~ A. All materials shall be applied by workmen skilled in this trade. Mechanical fasteners shall be used whenever possible to assure permanent construction. -_ Unsightly work shall be cause for rejection. B. Materials will be applied only after all surfaces have been tested and cleaned. 15251-1 C. All material shall be finished with surfaces having a maximum flame spread rating of 25 under ASTM Method 84. D. Non-compressible insulation material shall be installed at hangers of cold piping to eliminate through metal conductance. E. Sizing, paint, pipe shield or saddle, and internal duct insulation shall be provided under other sections of Division 15. F. Insulation of cold surfaces shall be vapor sealed. G. Minimum thickness of insulation shall be as listed. However, sufficient insulation shall be provided to eliminate condensation on the cold surfaces and to maintain a maximum exterior insulation surface of 125°F (OSHA Standard) on the hot surfaces. PART 2 - PRODUCTS 2.01 PIPE INSULATION A. Domestic Hot and Cold Water Piping: 1. Owens/Coming Fiberglas 25ASJ/SSL or approved equal, one piece pipe insulation (3 Ib/cu. ft. density) with all service jacket. a. Insulation thickness shall be as follows: 1/2" Pipe - 1/2" Thick 3/4" - 1-1/2" Pipe - 1" Thick 2" and Larger Pipe - 1-1/'2" Thick b. Use pre-formed PVC fining covers with fiberglass inserts. Fiberglass shall be same densiD' as pipe insulation. c. Where insulation is exposed to weather, use J-M Flame-Safe ML or approved equal, Metal-Jacketed Fiberglass pipe insulation. B. Drain Lines: All sections of condensate drain lines from air conditioning equipment; P-traps and first 10'-0" of horizontal drain line at floor drains receiving air conditioner drainage where such traps are above ceiling or finished floors. 1. Armstrong "AP Arma~ex", or approved equal, flexible elastomeric pipe insulation. Insulation shall be 1/2" thick. 15251-2 C. Refrigerant Suction and Hot Gas Piping: ' 1. Armstrong "AP Armaflex", or approved equal, flexible elastomeric pipe insulation. Insulation shall be 3/4" thick. ' 2. Where insulation is exposed to weather, paint entire surface with 2 coats UL Classified, Elastomeric finish, WB finish. ~' 2.02 DUCTWORK SYSTEMS A. All un-lined supply, return air and outside air duct systems above ceilings shall be insulated with 2" thick fiberglass flexible ductwrap with vapor barrier and all joints and penetrations sealed. (Duct systems with less than 1" thick liner are to be considered as un-lined.) 2.03 ADHESIVES A. A water based, polymeric, UL classified lagging adhesive for applying canvas and glass cloth; Foster 30-36 or Childers CP-50. B. A fast setting, rubber based, UL classified, vapor barrier lap and attachment adhesive; Foster 85-15 or Childers CP-85. C. Same adhesive, except non-flarnmable when wet; Foster 85-20 or Childers CP-82. D. A rubber based, UL classified, fast setting contact adhesive for adhering flexible ' elastomeric insulation; Armstrong 520. 2.04 DUCT SEALANTS A. A fast setting, rubber based, UL classified, high velocit]..' duct sealer: Foster 32-14 or 3M EC-800. B. Same sealer, except non-flammable when wet; Foster 30-02. PART 3 - EXECUTION 3.01 APPLICATION A. Piping: Insulation shall be butted together and adhered in place with a contact _ cement. Where possible tubing shall be slipped on without slitting. Where insulation terminates, it shall be neatly bevelled and finished. ___ B. Ductwork: 1. Flexible fiberglass insulation shall be wrapped around ducts and secured _ with outward clinching staples. Ducts 24" wide and larger shall have the insulation additionally secured with stick clips on 18" centers or with 4" 15251-3 wide bands of adhesive applied on 18" cemers. Insulation shall be lapped a minimum of 4" and all seams and penetrations shall be sealed with an approved mastic reinforced with 3" glass mesh reinforcement. Where insulation terminates, all raw glass shall be sealed to duct. 2. Flexible elastomeric insulation shall be adhered to clean, oil-free surface by compression fit method and full coverage of 520 adhesive. Seal butt joints with same adhesive. Apply same thickness on standing metal duct seams as installed on the duct surface. END OF SECTION 15251-4 SECTION 15371 -- REFRIGERANT PIPING PART 1 - GENERAL 1.01 ELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 DESCRIPTION OF WORK A. The extent of refrigerant piping work is indicated by drawings and schedules, and by the requirements of this section, and is hereby defined to include liquid and vapor, both suction and discharge, piping of compressible refrigerant. B. The types of refrigerant piping required include the following: 1. Low-pressure liquid piping to evaporator. 2. Vapor suction piping from evaporator. 1.03 QUALITY ASSURANCE A. ANSI Code Compliance: Comply with applicable provisions of ANSI B31.5, "Refrigeration Piping", and extend applicable lower pressure limits to pressures below 15 psig. B. Safety Code Compliance: Comply with applicable portions of ANSI B9.1, "Safety Code for Mechanical Refrigeration". 1.04 SUBMITTALS A. Product Data, Refrigerant Piping: Submit manufacturer's data on refrigerant ' piping products. PART 2 - PRODUCTS 2.01 PIPING MATERIALS A. General: Comply with the other sections for product requirements of piping materials. For each service, provide the piping materials indicated including pipe, _ tube, fittings, hangers, supports, anchors, valves and accessories. Where more than one type is indicated, selection is Installer's option. _ 15371-1 B. Materials: Provide products complying with ANSI B31.5 Code for Refrigeration Piping, where type is not indicated. C. Refrigerant Piping: 1. Tube: Copper tube of the size indicated. a. Wall Thickness: Type L. b. Fittings: Wrought copper solder-joint, made with Sil-Fos. D. Refrigerant Piping: ACR (Air Conditioning and Refrigeration) tube, ASTM B280, copper No. 122, hard-drawn temper except as otherwise indicated. ' 2.02 REFRIGERANT PIPING PRODUCTS A. General: Provide factory-fabricated piping products of the size and type indicated. Where not otherwise indicated, provide products as determined b? the Installer to comply with installation requirements. Provide sizes and types matching piping and equipment connections. B. Refrigerant Suction Line Filter-Drier: Provide steel shell, corrosion resistant finished filter-drier, with molded felt core with 10 micron particle retention, in size and working pressure indicated, with copper connectors, and access valve. C. Evaporator Pressure Regulator: Provide corrosion resistant, spring loaded. stainless steel springs, pressure operating, evaporator pressure regulator, in the size ... and working pressure indicated. 2.03 PIPING ISOLATION PRODUCTS A. Piping Isolators: Provide products complying with the applicable requirements of other sections of the specifications. _ PART 3 - EXECUTION 3.01 INST.4&LATION OF PIPING SYSTEM A. General: Comply with the requirements of other sections of these specifications for installation of basic piping materials. Install piping products in accordance with the manufacturer' s written instructions, the applicable requirements of ANSI B31.5, and in accordance with recognized industry practices to insure that products serve the intended function. 15371-2 3.02 EQUIPMENT CONNECTIONS -- A. General: Connect refrigerant piping to mechanical equipment in the manner shown and comply with equipment manufacturer's instructions where not otherwise indicated. 3.03 PIPING ISOLATION ' A. Install piping isolators in accordance with other sections of the specifications. 3.04 FIELD QUALITY CONTROL A. Refrigerant Piping Leak Test: Prior to initial operation, clean and test refrigerant _ piping in accordance with ANSI B31.5, Refrigerant Piping. B. Repair or replace refrigerant piping as required to eliminate leaks, and retest as _ specified to demonstrate compliance. END OF SECTION 15371-3 SECTION 15401 DOMESTIC WATER PIPING SYSTEM PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. ]. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 DESCRIPTION OF WORK A. The extent of domestic water piping system work is indicated by drawings and schedules, and by the requirements of this section. _ B. The applications for domestic water piping systems include the following: 1. Domestic cold water piping ,_ 2. Domestic hot water piping 1.03 QUALITY ASSURANCE A. Install piping to meet requirements of all applicable codes, latest edition. -- B. Provide manufacturer's certification that materials meet or exceed minimum requirements as specified. -- PART 2 - PRODUCTS 2.01 PIPE .~'qD PIPE FITTINGS A. Water Piping System lines above grade and 2-1/2 inches and smaller: ~ 1. Copper Water Tube and Fittings: a. Type L ' b. Wrought Copper and Bronze Solder Joint: 95 percent tin. 5 percent antimony solder 15401-1 B. Water Piping System lines in or below slab and 2 inches and smaller: 1. Copper Water Tube and Fittings: a. Type K, soft b. Run continuous without joints or fittings 2.02 TRAP PRIMERS A. Furnish and install trap primers and associated piping from cold water supply source to floor drain trap. Trap primers shall be Precision Plumbing Products, Inc. (PPP, Inc.) Model No. PO-500 with Model SS-8 supply tube and DU-2, 3 or 4 distribution units as required. Install trap primers where they are accessible. Furnish and install access doors where required. PART 3 - EXECUTION 3.01 INSTALLATION A. General: Install the water supply system concealed above ceiling, in crawl space, in pipe chases, in walls, and underground. B. Piping System: 1. Cover: Install horizontal underground piping with not less than 24 inches of cover. - 2. Pitch: Down at not less than 3 inches per 100 feet in direction of main supply risers or to fixture connections to allow drainage of the system. 3. Clearances: a. Maintain following minimum horizontal clearances between lines: (1) Pipe 2 inches and smaller: 4 inches. (2) Pipe 2-1/2 inches and larger: 12 inches. (3) Other Services: 12 inches. b. Maintain a minimum 1 inch vertical clearance between lines crossing at an angle greater than 45 degrees. 4. Provide a stop valve in each supply at each fixture faucet and other water connected device. 5. Use Central Plastics ground joint isolating unions where copper pipe connects to iron or steel items. 15401-2 6. Install system shut-off valves and drain valves in a valve box, where shown on the drawings, extending from grade to valve body, with a minimum of 4 inches cover measured from finish grade to top of valve stem. Box shall be concrete with a cast iron cover and frame. Box shall be of sufficient size for installation and maintenance of valves. Cover shall have cast-in letters for the word "WATER". Top of box shall be installed flush with final grade. C. Install trap primers in accord with manufacturer's instructions and Plumbing Code. 3.02 INSPECTION A. Do not enclose or cover any work until it has been inspected, tested and accepted. 3.03 TESTING AND FLUSHING A. Flushing: 1. After piping, risers, and valves are in place and connected, but prior to _ installation of equipment and fixtures, thoroughly flush piping system under a full head of water and drain system a minimum of two (2) times with domestic cold water. 2. Maintain flushing for three (3) minutes through furthermost valve. -- 3. After flushing, cap risers. B. Testing: Conduct tests in presence of Architect/Engineer. 1. Pressure Test: -- a. Hydrostaticall)' test piping system prior to installation of insulation, equipment and fixtures. -- b. Maintain a minimum test pressure of 125 psi (8.78 KGF/CM2) without pumping for period of not less than two hours. ~ c. Test is acceptable if no leakage or loss of pressure is evident during test period. ' d. Detect and repair leaks. e. Retest the system until test pressure can be maintained for duration of the test. 15401-3 C. Chlorination: Isolate and sterilize each piping system with a solution containing not less than 50 parts per million available chlorine with retention in each system for a minimum of eight (8) hours, at which time the system shall be flushed and -- drained until the residual chlorine contact is less than 0.2 parts per million. Powdered chloride or liquid slurry shall be used in lieu of gaseous chlorine. END OF SECTION ' 15401-4 SECTION 15405 -- WASTE WATER PIPING SYSTEM -- PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. -- 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. ~ 1.02 DESCRIPTION OF WORK A. The extent of waste water piping work is indicated by drawings and schedules, and -- by the requirements of this section. B. The applications for waste water piping include the following: 1. House drain piping 2. Vent stacks 3. Soil stacks 4. Combined soil and vent stacks 5. Lateral drain piping to stacks 6. Branch vent piping 7. Piping for drainage from plumbing fixtures 8. Sanitary floor drains 9. Waste-type floor drains 1.03 QUALITY ASSURANCE A. Install piping to meet requirements of all applicable codes, latest edition. B. Provide manufacturers' certification that materials meet or exceed minimum ' requirements as specified. PART 2 - PRODUCTS 2.01 PIPE AND PIPE FITTINGS ' A. Waste Water System Lines Below Grade 1-1/2 Inches and Larger: 1. Cast Iron Soil. Waste and Sanitary Vent Pipe and Fittings: Service weight, ' bell and spigot, compression joint. 15405-1 B. Waste Water System Lines Above Grade 1-1/2 Inches and Larger: 1. Cast Iron Soil, Waste and Sanitary Vent Pipe and Fittings: Service weight, bell and spigot, compression joint. C. Air Conditioning Unit Condensate Drain Piping: 1. Copper Drainage Tube and Fittings: Drain, waste, vent copper, Type M hard drawn temper, cast brass drainage fittings, 95/5 solder joint. D. Cleanouts: 1. In Walls: Josam Series 58790 with chrome plated brass cover. 2. Floors: Josam Series 58200 adjustable type with polished nikaloy frame and cover. 3. Grade: Josam Series 58500 with recessed square plug installed in concrete block as detailed, top of block shall be flush with final finished grade. E. At each drain provide cast iron deep seal P-trap. F. Exposed pipe connections to waste stacks located in toilets and other occupied spaces shall be chrome plated. PART 3 - EXECUTION 3.01 INSTALLATION A. Pitch: 1. Inside building and to a point five (5) feet beyond building: Down at a uniform slope of not less than one-fourth (1/4) of an inch per foot or two (2) percent toward the point of disposal. 2. Outside Building: Down at a uniform slope of not less than one-eighth (1/8) of an inch per foot or one (1) percent toward the point of disposal. B. Vent Termination: Waste water vents shall extend 15 inches above roof. Flash waste water vents as instructed and as required by the manufacturer/supplier of roofing system. Roof penetration shall also be in accord with codes. Flashing base shall extend over the roof 12 inches from the stack. Dress or seal the flashing for a rain-tight, leak-proof installation. C. Waste water piping below grade shall have a grade cleanout installed at eveD' change in direction. 15405-2 3.02 INSPECTION -- A. Do not enclose or cover work until it has been inspected, tested and accepted. 3.03 TESTING AND FLUSHING A. Testing: Conduct tests in presence of Architect/Engineer. -- 1. Pressure Test: Upon completion of rough-in work and before fixtures and traps are connected: -- a. Hydrostatically test the piping system in place before backfilling or enclosing. -- b. Maintain a minimum test pressure of 15 feet head for period of not less than two (2) hours. _ c. Test is acceptable if no leakage or loss of pressure is evident during test period. _ d. Detect and repair all leaks. e. Retest the system until test pressure can be maintained for duration of the test. 2. Pressure Test: Upon completion of systems and before fixtures are cormected: a. Hydrostatically test the piping system in place by plugging all outlets and filling the systems with domestic cold water to the top of the highest pipes. b. Maintain the test for a period of not less than four (4) hours without drop in water level. c. Test is acceptable if no leakage or loss of water is evident during test period. d. Detect and repair leaks. e. Retest the system until test level can be maintained for duration of the test. B. Flushing: Flush floor drains with a minimum of ten (10) gallons of water to assure that lines are not blocked. -- END OF SECTION 15405-3 SECTION 15421 FLOOR DRAINS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. ' 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 DESCRIPTION OF WORK A. The extent of floor drain work is indicated by drawings and schedules, and by the requirements of this section. -_ B. The types of drains required for the project including the following: 1. Waste-type floor drains _ 2. Sanitary floor drains 1.03 QUALITY ASSURANCE A. Manufacturer: Provide products produced by one of the following: _ 1. Josam Mfg. Co. 2. J.R. Smith Mfg. Co. 3. Tyler Pipe Co. (Wade) - 4. Zurn Industries PART 2 - PRODUCTS 2.01 FLOOR DRAINS A. Floor Drains (Toilet Rooms and General): Provide vandal-proof floor drains, in sizes indicated, with flashing collar, construction features as indicated, and constructed of the following materials except as otherwise indicated; Josam 30000A, Wade W-1100, Zurn Z-415B: 1. Body: Cast iron. 2. Strainer Finish: Polished nickel bronze. 15421-1 2.02 FLASHING MATERIALS A. Flashing for Vent Stacks: Flashing for vents shall be as required by the metal roofing system supplier and installer. Flashing shall also be in accord with code. Extend stack 15" above roof. PART 3 - EXECUTION 3.01 INSPECTION A. Installer must examine the subsirate and conditions under which the drains are to be installed, and notify the Contractor in writing of conditions detrimental to the ' proper completion of the work. 3.02 INSTALLATION OF FLOOR DRAINS A. Install floor drains in accordance with the manufacturer's written instructions and in locations indicated. B. Coordinate flashing work with work of roofing, waterproofing and adjoining substrate work. C. Install floor drains in the low points of the surface areas to be drained. Set tops of drains flush with finished floor, except as otherwise shown. D. Install drain flashing collar or flange so that no leakage occurs between drain and adjoining flooring. Maimain integrity ofwaterproofmembranes, where penetrated. E. Position drains so that they are accessible and easy to maintain. F. Connect pipe using threaded outlet and making water-tight. 3.03 PROTECTION AND TESTING A. Protection: The Installer of the drains shall advise the Contractor of required protection for the drains during the remainder of the construction period, to avoid clogging with construction materials and debris, and to prevent damage from traffic and construction work. END OF SECTION 15421-2 SECTION 15424 DOMESTIC WATER HEATERS -- PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. A.O. Smith 2. Rheem-Ruud 3. State _ B. Certif.ving Agency: Certified bv Underwriters' Laboratories, Inc. C. Codes and Ordinances: Conform to requirements of ASME (American SocieD' for _ Mechanical Engineers) Boiler and Pressure Vessel Code Section IV. 1.03 GUARANTEE A. Guarantee tank against discolored water or leakage due to corrosion for 5 years from date of project acceptance. B. Repair or replace all faulty' equipment within guarantee period. - PART '~ PRODUCTS 2.01 DOMESTIC WATER HEATERS A. HeaterType: Electric. ' B. Heater Style: Standard vertical, table top type. C. Materials: 1. Tank: Welded steel. 2. Tank Lining: Porcelain enamel. 3. Outer Shell: Steel with baked on enamel fmish. 15424-1 4. Insulation: Blanket type glass fiber. 5. Cathodic Protection Anode: High density magnesium. 6. Base and Legs: Steel or cast iron. D. Heaters to be free of: 1. Sharp edges. 2. Scratches on enameled surfaces. 3. Loose screws. 4. Loose panels. 5. Dents on outer jacket. E: Service Conditions: As scheduled. F. Electric Heat Source: 1. Heating Element and Operation: Immersion type. 2. Voltage: 208 volt, 60 Hz, single phase (verify with Electrical Contractor). 3. Cold water dip tube shall be copper. Plastic of any type is not acceptable. G. Thermostat: 100°F-180°F water temperature range. H. Drain Valve: Manufacmrer's standard drain valve on tank bottom or lower side to completely drain tank. I. Shop Tests: Each vessel shall be tested at one and one half times the working pressure. ACCESSORIES A. Temperature limiting device to interrupt 120 volt control circuit in event water temperature inside tank exceeds 205°F. B. Temperature and Pressure Relief Valve: 1. Tapping: 3/4 in. (min.) tapped connection in heater tank. 2. Valve: 3/4 in. (min.) American Society of Mechanical Engineers style temperature and pressure relief valve. 3. Capacity and size of valve to relieve heater capacity at specified pressure and temperature settings. 4. Settings: a. Pressure Relief Setting: 150 psi. b. Temperature Relief Setting: Nominally 210°F. 15424~2 C. Cathodic Protection: Rigidly supported anode rod in heater tank. -- PART 3 - EXECUTION 3.01 INSTALLATION A. Install heater, piping and accessories in accordance with manufacturer's installation instructions. B. Furnish and install drain pan as required by City Code. 3.02 TESTING AND FLUSHING A. Flushing: After piping, valves and accessories are connected, but prior to start-up and testing, flush heater unit under full system pressure. B. Start-up and Testing: 1. Start-up: After flushing, drain heater tank, refill tank, and start-up unit in accordance with manufacturer's operating instructions. 2. Operations Test: a. Test heater unit after field adjustments have been made. b. Retest until specification requirements have been met. 3.03 ADJUST AND CLEAN -- A. Adjust: Adjust thermostat to desired outlet water temperature. B. Clean: Upon completion of testing and adjusting, clean parts of heater unit to -- remove grease, sludge and foreign substances. END OF SECTION 15424-3 SECTION 15450 -- PLUMBING FIXTURES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 QUALITY ASSURANCE A. Manufacturers' products and materials noted in this section are listed to form a standard of quality and type. Manufacturers of products of equal design and function will be acceptable. B. Acceptable Manufacturers: _ 1. Kohler 2. American Standard 3. Crane _ 4. Eljer 5. Sloan 6. Josam -- 7. Bradley 8. Halsey-Taylor 9. Elkay -- 10. Speakman 11. Haws 12. Zurn PART 2 - PRODUCTS 2.01 GENERAL A. All fixtures shall be new, of current manufacturer and of the best of their re- spective kinds. They shall be free of blemishes and discoloration. All fixture surfaces in contact with walls, floors, etc., shall be ground truly fiat. B. All directly exposed metal associated with fixtures including pipe, traps, bolts. nuts, washers, etc., shall be stainless steel or chrome plated brass. Nuts exposed to direct view shall be cap nuts (closed top) type leaving no screw threads exposed. 15450-1 C. Submit data on plumbing fixtures. 2.02 AIR CHAMBERS A. Each branch supply pipe to a fixture shall have a concealed vertical air chamber to prevent water hammer. Air chambers shall be of same diameter as the fixture supply pipe and extend 12" above the fixture runout. PART 3 - EXECUTION 3.0 1 GENERAL A. Plumbing fixtures shall be grouted at walls and floors to within 1/4" of surface with fine dental plaster. Fill top 1/4" of joint with silicon white sealant. Polish top of sealant and remove excess from fixture. B. Contractor shall be responsible for the protection of all fixtures and equipment _ during construction and shall deliver fixtures to Owner in perfect condition as to appearance and operation at the conclusion of the project. The Contractor shall cover fixtures as required for proper protection during construction. All fixtures and trim shall be cleaned spotless for the final project examination and shall be clean at time of Owner occupation. C. Supply piping to all plumbing fixtures, hose bibbs, equipment, etc., shall be anchored with "U" bolts and a steel angle at wall penetrations to prevent pipe movement. Copper fittings connecting fixtures to service shall be "flared" type. 3.02 FIXTURE SUPPORTS A. Contractor shall provide proper support for fixtures and piping. Wall hung fix- tures not specified to be furnished with carriers shall be supported with angle iron back-ups located inside chase or wall. Bolts shall extend through and be welded to the angle and extend through wall to fixture hangers. Wall hung lavatories shall have drilled bolt holes through lower skin and shall be additionally secured by bolts through skirt into the angle iron back-up. 3.03 FIXTURE SCHEDULE A. Refer to drawings for Plumbing Fixture Schedule. END OF SECTION 15450-2 SECTION 15760 -- ELECTRIC UNIT HEATERS PART1-GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. ' 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. PART 2 - PRODUCTS 2.01 EQUIPMENT A. Furnish and install factory built, forced air electric heaters as manufactured by Emerson, or approved equal. B. Heater shall have capacities as scheduled. C. Heater shall be hung from mounting brackets for either ceiling or wall swivel mounting. D. When equipment other than specified is proposed, the Contractor shall be responsible for the proper design and installation of electrical power to equipment. Submit listing of electrical feeder size, conduit size, breaker size, etc., for each item of equipment to the Architect/Engineer for review. E. Heater to be of the draw-thru air flow' design to eliminate element hot spots. F. Heater shall have electric heating element automatic reset thermal overhear protection, motor. G. Heater shall be UL listed and meet the requirements of the National Electrical Code. H. Heater shall be furnished with remote mounted low voltage thermostat. Provide transformer if required. Thermostat shall have a heavy du~' guard where indicated. I. Submit data on electric unit heaters and thermostat. 15760-1 PART 3 - EXECUTION 3.01 INSTALLATION -- A. Except as otherwise indicated, install unit heaters, including components required, in accordance with manufacturer's instructions. B. Locate each unit accurately in the position indicated in relation to other work. Position unit with sufficient clearance for normal service and maintenance, includi. ng clearance for cabinet removal. C. Level or pitch elements to the indicated tolerance. Install shims as required. ' D. Comb out damaged fins where bent or crushed before closing elements in cabinets. E. Touch-up finish on each unit heater cabinet after final adjustments are made. F. Verify operation of heater and controls. END OF SECTION 15760-2 SECTION 15771 -- SPLIT SYSTEM HEATING AND COOLING UNITS -- PART 1 - GENERAL 1.01 ELATED DOCUMENTS A. Related documents which govern the work specified in this section. ' 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 DESCRIPTION OF WORK A. Furnish and install split system heating and cooling units as indicated on the drawings, in schedules, and by the requirements of this section. B. Units shall have indoor gas furnace or electric heater-blower unit and outdoor condensing units. _ C. Units shall be a complete package system with matched indoor and outdoor components, all operating controls including room thermostat. Refer to controls sections for detailed temperature control requirements. 1.03 QUALITY ASSURANCE ,_ A. Units shall be as manufactured by one of the following: 1. Lennox -- 2. Carrier 3. Trane 4. York PART 2 - PRODUCTS ' 2.01 SPLIT SYSTEM HEAT PUMPS A. Furnish and install an air-to-air electric heat pump (outdoor unit) in combination ' with a direct expansion fan-coil heat pump (indoor unit) in the location and manner shown on the drawings. The units shall be designed and tested for use with Refrigerant R-22. System shall be complete with all operating controls. B. Total cooling and heating capaciD7 shall be equal to, or greater than scheduled _ capacities. 15771-1 C. Outdoor units shall have the following features: 1. Heavy gage galvanized steel cabinet with baked on outdoor enamel finish. 2. Separate compressor and controls compartments. 3. Rugged steel outdoor coil guard. 4. Coils constructed of aluminum fins machine fined to copper tubes. Silver soldered joints, pressure tested at 450-500 psi. 5. Outdoor coil fan shall be of rugged design and shall be easily accessible. 6. Hermetically sealed compressor, suction cooled, overload protected. Compressors shall have crankcase heater. Running gear shall be spring mounted within the sealed can. Compressor shall be installed on resilient rubber mounts. Compressor shall have five year warranty, including parts and labor. D. Indoor units shall have the following features: 1. Coils shall be aluminum fins machine fitted to seamless copper tubes. Coils shall be pressure tested at 450-500 psi. Joints shall be silver soldered. 2. Blowers shall be statically and dynamically balanced. Motor shall be resiliently mounted. 3. Entire blower section shall be easily removed from the cabinet. 4. Cabinet shall be constructed of heavy gauge galvanized steel with thick fiberglass insulation. 5. Units shall have auxiliary electric heating coil with capacity as scheduled. Auxiliary coil cabinet shall match the fan coil cabinet and shall have access panels. 6. Drain pan and auxiliary drain pan shall be of rugged design and coated with corrosion resistant material. Drain pan shall have two (2) drain line connections. 7. 1" thick replaceable type filters and filter frame. E. The system shall include the following: 1. Reversing valve factory installed and piped. 15771-2 2. Expansion valve specifically designed for heat pumps. Factory installed and piped. 3. Suction line accumulator factory installed and piped. 4. High pressure switches factory installed and wired. 5. Factory installed dryer, check valve, Schrader fitting in suction and discharge lines, and shut-off valves with gauge posts on the vapor and liquid liner. 6. Demand defrost system factory set and calibrated. 7. Programmable room thermostat shall be equal to Honeywell Model T7300/Q7300 with unbreakable clear plastic removable guard. Thermostat shall be specifically designed for control of the heat pump system. 8. Timed-Off control to prevent compressor short cycling and to allow for suction and discharge pressure to equalize. Automation reset control shall shut compressor off and hold it off for 5 minutes. 9. Outdoor thermostat to allow' the heating load on the heat pump as long as possible before allowing the auxiliary heating coil to come on the line. F. Systems shall be in accordance with ARI Standard 240 Conditions and ARI Standard 270 Conditions for sound. G. System shall have controls on thermostat sub-base, timer. night setback thermostat, outdoor thermostat, etc. PART 3 - EXECUTION 3.01 INSTALLATION OF UNITS A. Install units in strict accordance with manufacturer's instructions. B. Start-up and initial adjustments of units shall be done by the manufacturer's authorized service personnel. C. When equipment other than specified is proposed, the Contractor shall be responsible for the proper design and installation of electrical power to equipment. Submit listing of electrical feeder size, conduit size, breaker size, etc., for each item of equipment to the Architect/Engineer for review. END OF SECTION 15771-3 SECTION 15829 -- FANS -- PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 QUALITY ASSURANCE A. Fans shall be as manufactured by one of the following: 1. Penn 2. Cook 3. Greenheck 4. Mars PART 2 - PRODUCTS _ 2.01 INLINE CABINET EXHAUST FANS A. Furnish and install direct drive inline cabinet exhaust fans equal to Greenheck -- Type CSP. Fans shall have capacities as scheduled. B. Fans shall have acoustically insulated housings and shall have maximum sound -- level rating as noted. C. All fans shall bear the AMCA certified rating seal for air capacities and the UL -- label. D. Integral backdraft dampers shall be chatterproof. E. Fans shall have centrifugal wheels with inlet perpendicular to. or remote from, inlet grille. F. Terminal box shall be provided with cord, plug and receptacle inside the housing. G. Entire fan, motor and wheel assembly shall be removable without disturbing the housing. 15829-1 H. Fan motor shall be suitably grounded and mounted On rubber-in-shear vibration isolators. I. Fans operating with objectional noise, in the opinion of the Architect/Engineer, shall be removed and replaced at Contractor's expense. J. Fans shall be controlled by on/off switch. 2.02 CEILING EXHAUST FANS ' A. Furnish and install direct drive ceiling mounted exhaust fans equal to Greenheck Type SP. Fans shall have capacities as scheduled. ' B. Fans shall have acoustically insulated housings and shall have maximum sound level rating as noted. C. All fans shall bear the AMCA certified rating seal for air capacities and the UL label. D. Integral backdraft dampers shall be chatterproof. E. Fans shall have centrifugal wheels with inlet perpendicular to, or remote from, inlet grille. F. Grille shall be of aerodynamic design of white eggcrate shape and provide a minimum of 85% flee open area. G. Terminal box shall be provided with cord, plug and receptacle inside the housing. H. Entire fan, motor and wheel assembly shall be removable without disturbing the housing. I. Motor speeds shall not exceed 1100 rpm and all fan motors shall be suitably grounded and mounted on rubber-in-shear vibration isolators. J.Fans operating with objectional noise, in the opinion of the Architect/Engineer, shall be removed and replaced at Contractor's expense. K. Fans shall be controlled by on-off local switch. 2.03 FLY FAN A.Furnish and install fly fans where indicated. Fans shall be as manufactured by Mars Sales Co. Inc., or equal. B. Fans shall be unheated, outdoor, weatherproof, wall mounted type, specifically manufactured for installation over entrance doors of restaurants. 15829-2 C. Fans shall be UL listed. -- D. Furnish micro switch for automatic on/off operation when door opens and closes. E. Fans shall have a factor3, finish, color as selected by Architect/Engineer. PART 3 - EXECUTION ' 3.01 INSTALLATION A. Fans shall be set on walls above entrance door as indicated. They shall be ' securely mounted. Fly fans shall be positioned above doors as directed by manufacturer. ' B. When equipment other than specified is proposed, the Contractor shall be responsible for the proper design and installation of electrical power to __ equipment. Submit listing of electrical feeder size, conduit size, breaker size, etc., for each item of equipment to the Architect/Engineer for review. END OF SECTION 15829-3 SECTION 15841 -- LOW VELOCITY METAL DUCTWORK -- PART 1 - GENERAL 1.01 ELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 DESCRIPTION OF WORK A. Extent: 1. The extent of low velocity metal ductwork is indicated on the drawings _ and in the schedules, and by the requirements of this section. 2. Low velocity ductwork is hereby defined to include work with velocities _ not exceeding 2000 fpm and static pressures not exceeding 2" w.g. B. The types of ductwork specified in this section include, but are not necessarily _ limited to the following: 1. Heating supply and return air systems -- 2. Air conditioning supply and return air systems 3. Fresh air supply systems -- 1.03 QUALITY ASSURANCE A. Industry Standards: 1. Comply with SMACNA (Sheet Metal and Air Conditioning Contractors' National Association) recommendations for fabrication, construction and ' details, and installation procedures, except as otherwise indicated. 2. Comply with ASHRAE (American Society of Heating, Refrigerating and ' Air Conditioning Engineers) recommendations, except as otherwise indicated. _ 15841-1 PART 2 - PRODUCTS 2.01 DUCTWORK MATERIALS -- A. Ductwork Metal and Gages: 1. Sheet Metal: Except as otherwise indicated, fabricate ductwork from galvanized sheet steel complying with ASTM A 527, G90 zinc coating, mill phosphatized. ' 2. Gages, Ductwork: Fabricate steel ductwork (galvanized and stainless, if any) from the following minimum gages for diameters and sizes up to the corresponding maximum dimensions indicated: Round Duct Rectangular Duct 26 gage up to 13" diameter 26 gage up to 12" 24 gage up to 22" diameter 24 gage 13" to 30" 3. Gages, Thicknesses, Weights: Comply with SMACNA "Low Velocity Duct Construction Standards" for steel and aluminum sheets. B. This Contractor shall furnish and install complete systems of ductwork shown, including plenums, casings, splitters, extractors, dampers, etc. Unless otherwise indicated or specified, ductwork and plenums shall be constructed of new galvanized prime grade lock forming steel sheets. C. Ducts and plenums shall be fabricated in accordance with the latest edition of the ASHRAE Guide and SMACNA Manual. The Contractor shall present the A.rchitect's representative with a copy of the SMACNA Manual at start of project. D. All flat panels of ducts 12" and larger shall be crossbroken or machine beaded. E. At each duct or plenum connection to heat pump units, or fans, provide a flexible connection of Ventfabrics "Ventglass" (30 oz.) installed with sufficient slack to render it flexible. F. In each square elbow, provide airfoil pattern double thickness turning vanes. Turning vanes shall be constructed in accordance with the SMACNA Manual. G. At each low pressure ductwork branch from a low pressure duct and at each sweeping elbow take-off to a grille or ceiling diffuser, provide a splitter damper consisting of blade on a square operating rod fined with an adjusting device. Unless otherwise indicated on the plans, the adjusting devices located in finished ceilings shall be Ventfabrics, Inc., No. 666, with the adjusting device securely fastened to the furring and ceiling and cover shall be painted to match ceiling. 15841-2 Where splitters occur above removable ceiling, the damper quadrant shall be above the ceiling against the duct and shall be Ventfabrics, Inc., No. 637. H. Each individual air ceiling diffuser, shall be fined with a device to permit the adjustment of the amount of air supplied to the unit independent of any other -- outlet. These devices may take the form of outlet boots with extractors, or of branch ducts with splitter dampers, as installation conditions dictate, but in any case, each shall be fined with a means of manual adjustment of the amount of air ' delivered to the outlet. I. Where internal acoustical lining is indicated on the drawings, the duct sizes shown ' have allowed for the lining thickness. J. install flexible ductwork as indicated on the plans. Install flexible ductwork such ' that continuous bends do not exceed 90° and bend radius is no less than 3D. 1. Low pressure flexible duct shall conform to the Class 1 requirements of the National Fire Protection Association. A nominal 1" thickness of fiberglass insulation shall be enclosed in a factory applied and sealed vapor barrier _ jacket. Insulated flexible duct shall be Thermaflex Type M-KE manufactured by the Flexible Tubing Corp. Flexible duct shall be installed per manufacturer's recommendations. All joints and connections shall be _ made with positive locking steel straps. Flexible ductwork shall conform to mechanical code. _ K. Provide Young 1100, or equal, instrument test ports in each supply duct, in each coil discharge plenum, in mixed air plenum, and in return duct at fan and coil units. 2.02 MISCELLANEOUS DUCTWORK MATERIALS -- A. General: Provide miscellaneous materials and products of the types and sizes indicated and, where not otherwise indicated, provide type and size required to comply with ductwork system requirements including proper connection of -- ductwork and equipment. B. Duct Liner: Flexible acoustical insulating liner shall be Manville Linacoustic 1.5 -- lb. per cu. ~. density with permacote facing meeting ASTM C1071. The liner shall not support microbial growth as determined by tests in accord with ASTM 1071 and ASTM G21/G22. C. Duct Sealant: Non-hardening, non-migrating mastic or liquid elastic sealant (type applicable for the fabrication/installation detail) as compounded and recommended ' by the manufacturer specifically for sealing joints and seams in ductwork. 15841-3 D. Ductwork Support Materials: 1. Except as otherwise indicated, provide hot-dipped galvanized steel fasteners, anchors, rods, straps, trim and angles for support of ductwork. 2. For aluminum ductwork, provide aluminum support materials except where materials are electrolitically separated from ductwork. 2.03 FABRICATION A. Fabricate rectangular ductwork with joints, seams and reinforcements as indicated, complying with SMACNA "Low- Velocity Duct Construction Standards". B. Fabricate round ductwork with girth joints and girth reinforcements as indicated, complying with SMACNA ,'Low Velocity Duct Construction Standards". 1. Provide girth joints of the following types (type is fabricator's option where more than one type is indicated): a. Continuously welded b. Flanged c. Beaded sleeve C. Duct Fittings: 1. Fabricate duct fittings to match adjoining ducts, and to comply with duct requirements as applicable to fittings. 2. Except as otherwise indicated, fabricate elbows with center-line radius equal to associated duct width. 3. Fabricate to include turning vanes in elbows where shorter radius is necessary. 4. Limit angular tapers to 15 degrees. D. Fabricate ductwork with accessories installed during fabrication to the greatest extent possible. PART 3 - EXECUTION 3.01 INSTALLATION OF DUCTWORK A. General: 1. Assemble and install ductwork in accordance with SMACNA "Low Velocity Duct Construction Standards", which will achieve air tight and 15841-4 noiseless systems, capable of performing each indicated service. Install each run with a minimum of joints. 2. Align ductwork accurately at connections, within 1/8" misatignment tolerance and with internal surfaces smooth. 3. Support ducts rigidly with suitable ties, braces, hangers and anchors of the type which will hold ducts true-to-shape and will prevent buckling. 4. Complete fabrication of work at the project as necessary to match shop fabricated work and accommodate installation requirements. B. Locations and Runs: 1. Locate ductwork runs, except as otherwise indicated, vertically and horizontally and avoid diagonal runs wherever possible. 2. Locate runs as indicated by diagrams, details and notations or, if not otherwise indicated, run ductwork in the shortest route which does not _ obstruct usable space or block access servicing the building and its' equipment. _ 3. Hold ducts close to walls, overhead construction, columns. and other structural and permanent-enclosure elements of the building. -- 4. Limit clearance to 0.5" where furring is shown for enclosure or concealment of ducts, but allow for insulation thickness, if any. -- 5. Where possible, locate insulated ductwork for 1.0" clearance outside of insulation. Wherever possible in finished and occupied spaces, conceal ductwork from view, by locating in mechanical shafts, hollow wall -- construction or above suspended ceilings. 6. Do not encase horizontal runs in solid partitions, except as specifically -- shown. 7. Coordinate the layout with suspended ceiling and lighting layouts and ' similar finished work. C. Penetrations Through Walls and Partitions: 1. Conceal the space between the construction opening and the duct or duct- plus-insulation with sheet metal flanges of the same gage as the duct. 2. Overlap the opening on all sides by at least 1-1/2". _ 15841-5 3. At mechanical rooms, caulk the flange to the wall and stuff compressed mineral fiber insulation into the space between duct and flange. D. Coordinate duct installations with installation of accessories, dampers, coil flames, equipment, controls and other associated work of the ductwork system. E. Support ductwork from building structure as required and, where not otherwise indicated, anchor with bolts, concrete inserts, steel expansion anchors, welded studs, C-clamps or special beam clamps. ' F. Support for Horizontal Ducts: 1. Support ducts located against structural walls and other similar adjacent vertical surfaces, at 8'-0" spacing for ducts up to 40" horizontal dimension and 4'-0" spacing for larger ducts. ' a. Where width is less than height, support duct with 1 - 1/2" x 16 gage straps. b. Where width is more than height, support duct with shelf-type _ fabricated angle brackets of the following sizes: Up to 18" duct width; 1" x 1" x 1/8" angle brackets _ Over 18" duct width; 1-1/2" x 1-1/2" x 1/8" angle brackets 2. Hang other horizontal rectangular ducts from overhead structure. at 10'-0" _ spacing for duct widths up to 60" and 8'-0" spacing for larger ducts. a. Support ducts directly with 1" x 16 gage straps for ducts up to 60" _ width, and with 1-1/2" x 12 gage straps for ducts up to 96" width. bolted or screwed to ductwork. b. Support ducts with trapeze-type hangers with horizontal angle members and vertical support members of the sizes indicated for the corresponding duct sizes (long-side dimension): -- Up to 30" size; 1" x 1" x 1/8" angle and 1" x 18 gage strap or 1/4" diameter hanger rods. ' G. Horizontal Round Ducts: 1. Hang with encircling strap and strap hanger (of same size); except for sizes over 50" in diameter, install a pair of strap hangers bolted to opposite sides of angle reinforcing rings or flanged joints. 15841-6 2. Support ducts at 10'-0" spacing with hangers as follows for the corresponding duct diameters: Up to 30" diameter; 1" x 16 gage strap hanger 3.02 CLEANING AND PROTECTION A. Cleaning: 1. Clean ductwork internally, unit-by-unit as it is installed, of dust and debris. ' 2. Clean external surfaces of foreign substances which might cause corrosive deterioration of the metal or, where ductwork is to be painted, might interfere with painting or cause paint deterioration. B. Temporary Closure: At ends of ducts which are not connected to equipment or air distribution devices at the time of ductwork installation, provide temporary closure of polyethylene film or other covering which will prevent the entrance of dust and debris until the time connections are to be completed. 3.03 All duct penetrations through wails'forming air plenums shall have sheet metal flange to seal opening. Seal gap between flange and wall with polysulphide sealant. 3.04 All horizontal ductwork exhausting warm humid air shall have the seams sealed watertight with EC800 and imbedded glass fabric tape. Install ducts to slope toward outlets or _ intakes for drainage. END OF SECTION 15841-7 SECTION 15860 -- DUCTWORK ACCESSORIES PART 1 - GENERAL 1.01 RELATED DOCUMENTS ' A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 DESCRIPTION OF WORK A. The extent of ductwork accessories work is shown on drawings and by the _ requirements of this section. B. The types of ductwork accessories required for the project include the following: 1. Extractors. 9 Turning vanes. _ 3. Splitter dampers. 1.03 QUALITY ASSURANCE A. Unless otherwise indicated, comply with latest SMACNA recommendations pertaining to construction of ductwork accessories. PART 2 - PRODUCTS -- 2.01 DUCTWORK ACCESSORIES MATERIALS AND FABRICATION A. Provide ductwork accessories and ductwork materials as required by applicable -- sections of Division 15. Except as otherwise indicated for each ductwork accessory, provide metal type, gauge thickness, weight, construction and reinforcing as required by size limitations, and applicable SMACNA standards, ' including fittings, supports, and appurtenances. 2.02 DUCTWORK ACCESSORIES A. Provide turning vanes in the size and type indicated with the following additional construction features: 1. Blades: 2" galvanized steel for up to and including 18" ducts. 2. Construction: Double wall blade. 3. Types: Fixed blades for 90 degree elbows. 15860-1 B. Provide extractors in the size and type indicated, with hex-key operated adjustable blades, with the following additional construction features: 1. Blades: Gang operated aluminum on 1" centers. C. Provide splitlet dampers in the size and type indicated, equipped with rod type -- control with end bearings on exposed and accessible ductwork. D. Flexible Duct Connectors: ' 1. Provide sound and vibration flexible duct connectors on the inlet and outlet of each fan and/or fan housing to which ductwork or plenum connections ' are made. 2. Material: a. Flexible duct connectors, except those exposed to the weather, shall be Ventfabrics "VENTGLAS" Neoprene coated glass fabric. b. Flexible duct connectors, exposed to the weather, shall be _ Ventfabrics "VENTLON" Hypalon coated glass fabric. 3. Flexible duct connector shall be 6" wide with at least 1" of slack to insure _ that no vibration is transmitted. 4. Flexible connector shall be either folded in with the metal or attached with _ metal collar frames to provide an airtight installation capable of withstanding the system pressures. 2.03 MISCELLANEOUS DUCTWORK MATERIALS A. Provide miscellaneous materials for ductwork accessories, including, hinges, -- refrigerator latches, sash locks, bolts and wing nuts, gaskets, and pilot tubes as recommended by the ductwork accessories manufacturer for the application indicated. ' PART 3 - EXECUTION 3.01 INSPECTION A. Installer must examine the areas and conditions under which ductwork accessories ' are to be installed and notif.v the Contractor in writing of conditions detrimental to the proper and timely completion of the work. _ 15860-2 _ 3.02 INSTALLATION -- A. Comply with the requirements of other sections of the specifications for installation of ductwork materials. Install ductwork products in accordance with the manufacturer' s written instructions, with applicable portions of the details of ' construction as shown in SMACNA standards, and in accordance with recognized industry practices to ensure that products serve the intended function. B. Install access doors so that the doors open against the system air pressure wherever feasible, and their latches are operable from either side except where the duct is too small to be entered. C. Coordinate work with ductwork installer. 3.03 TESTING _ A. Check installed ductwork accessories for required operation and leakage during the system's operational test. Repair or replace faulty accessories, as required to obtain proper operation and leakproof performance. _ END OF SECTION _ 15860-3 SECTION 15867 -- AIR DIFFUSERS -- PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Titus _ 2. Tuttle and Bailey 3. Krueger 4. Carries _ 5. Anemostat PART 2 - PRODUCTS 2.01 Furnish and install air diffusers as indicated on the drawings and herein specified. All units shall be constructed to have a neat, well-made appearance. Grille framework shall -- be rigidly constructed; flange corners shall be mitered and supported for a hairline crack. All face bars shall be of heavy gauge metal to adequately resist bending or twisting and fit tightly and closely within the framework. The units shall have a neck to slip inside -- ductwork for an airtight noiseless connection. Units not meeting the above specifications shall be rejected at the jobsite. -- 2.02 It is this Contractor's responsibility to check the architectural drawings to supply the proper air diffusers and adapting framework for the type of construction at each outlet. The frame shall be of the same finish as the unit and be of a configuration the ' manufacturer recommends for the construction involved. The outlets shall fit the construction with no additional expense to the Owner. All registers and grilles shall have a separate mounting frame in gypsum board walls and ceilings. 2.03 The manufacturer furnishing the air diffusers shall verify sizes against cfm requirements for each device to get the intended throw and be without objectionable noise when the device is applied to the system. He shall coordinate any approved differences from the drawings with the Contractor. It shall be the Contractor' s responsibility to furnish proper _ framework, boots and install the devices approved. 15867-1 2.04 All return and discharge air diffusers shall be installed in the same configuration; i.e., all return grilles, shall be mounted to have prominent bars horizontal. 2.05 Return grilles in corridors and other areas subject to damage shall be constructed with 1/8" thick bar louvers supported on 6" center. 2.06 Supply units shall have a volume control device at locations where more than one unit is connected to the same supply duct unless otherwise noted in the schedule. PART 3 - EXECUTION 3.01 Units located in surfaces having a factory finish shall be painted off-white. Units without ' plating shall be coated with rust-proofing primer. Plated units shall be covered with a thick coat of plating for a complete dense coat. Check other sections of the General and Mechanical specifications to determine if painting of wall and ceiling units is to be done by another Contractor. 3.02 The Contractor shall furnish the air diffusers as scheduled. 3.03 The Contractor shall install all air diffusers securely, true and plumb. All screw holes _ shall have screws in them. END OF SECTION 15867-2 SECTION 15950 -- HVAC CONTROL SEQUENCE -- PART 1-GENERAL 1.01 ELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 DESCRIPTION OF WORK A. Control sequence is hereby defined to mean the manner in which, and methods by which, the temperature controls function. The requirements for each type of operation are specified in this section. B. The operating equipment, devices, and system components required for the automatic temperature control system are specified by Section 15904 of these _ specifications. PART 2 - PRODUCTS 2.01 HEAT PUMP UNITS -- A. Wall mounted programmable heating and cooling room thermostat shall control the indoor and outdoor units to maintain setpoint temperature. -- B. Thermostat feature shall allow indoor unit fan to cycle with unit operation (auto) or to operate continuously (on). -- C. Thermostat shall have a night override program to operate heating to maintain a minimum temperature of 60°F. ' D. System shall have outdoor thermostat to maintain the heating load on the heat pump as long as possible before allowing the auxiliary heat to come on. ' 2.02 EXHAUST FANS A. Control shall be from space thermostat or from wall switch as indicated. Provide switches with "on" pilot lights where so indicated. 15950-1 2.03 FLY FAN A. Fan shall be coreroiled on-off from micro switch on door. -- 2.04 ELECTRIC UNIT HEATER A. Thermostat shall start and stop heater to keep temperature above setpoint temperature. PART 3 - EXECUTION Not used. END OF SECTION 15950-2 SECTION 15953 -- HVAC TEST-ADJUST-BALANCE PART 1 - GENERAL 1.01 ELATED DOCUMENTS ' A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 DESCRIPTION OF WORK A. The extent of test-adjust-balance (TAB) work is indicated by the requirements of this section, and also by drawings and schedules, and is defined to include, but is not necessarily limited to, air distribution systems, hydronic distribution systems and associated equipment and apparatus of HVAC work. The work consists of _. setting speed and volume (flow) adjusting facilities provided for the systems, recording data, conducting tests, preparing and submitting reports, and recommending modifications to the work as required by the contract documents. B. The component types of testing, adjusting and balancing specified in this section include the following as applied to HVAC equipment: 1. Fans 2. Air conditioning units -- 3. Ductwork systems 1.03 QUALITY ASSURANCE A. Installer: A firm certified by the National Environmental Balancing Bureau (NEBB) in those testing and balancing disciplines similar to those required for this -- project and who is also original Installer of system to be tested. B. Industry Standards: Comply with ASHRAE (American Society of Heating, ' Refrigerating and Air Conditioning Engineers, Inc.) recommendations pertaining to measurements, instruments and testing, adjusting and balancing, except as otherwise indicated. 1.04 JOB CONDITIONS A. Readiness for TAB work: . 1. Do not proceed with testing, adjusting and balancing work until the work to be TAB'ed has been completed and is operable. 15953-1 2. Ensure that there is no latent residual work still to be completed. 3. Do not proceed until the work scheduled for TAB'ing is clean and free -- from debris, dirt and discarded building materials. PART 2 - PRODUCTS -- 2.01 PATCHING MATERIALS A.Except as otherwise indicated, use same products as used by original Installer for patching holes in insulation, ductwork and housing which have been cut or drilled for test purposes, including access for test instruments, attaching jigs, and similar ' purposes. B. At Tester's option, use plastic plugs with retainers to patch drilled holes in ductwork and housings. 2.02 TEST INSTRUMENTS A. Utilize test instruments and equipment for the TAB work required, of the type, precision and capacity as recommended in the following TAB standards: 1. NEBB's Procedural Standards for Testing-Adjusting-Balancing of _ Environmental Systems. PART 3 ~ EXECUTION 3.01 INSPECTION A. Examine the installed work and conditions under which testing is to be done to ensure that work has been completed, cleaned and is operable. Noti~' the Contractor in writing of conditions detrimental to the proper completion of the test-adjust-balance work. Do not proceed with the TAB work until unsatisfactory conditions have been corrected in a manner acceptable to the Tester. 3.02 TAB PROCEDURE A. Standards: Test, adjust and balance the environmental systems and components, ' as indicated, in accordance with the procedures outlined in the applicable standards. B. Seasonal TAB: 1. Test, adjust and balance system during the summer for air conditioning systems and during winter for heating systems, including at least a period 15953-2 of operation at outside conditions within 5 degrees F. wet bulb temperature of maximum summer design condition, and within 10 degrees F. dry bulb -- temperature of miramum winter design condition. 2. When seasonal operation does not permit measuring the final temperatures '~ then take the final temperature readings when the seasonal operation does permit. ' C. Prepare report of test results, including instrumentation calibration reports, in format recommended by the applicable standards. ' D. Patch holes in insulatic~n, ductwork and housings, which have been cut or drilled for test purposes, in a manner recommended by the original Installer. E. Mark equipment settings, including damper control positions, valve indicators, fan speed control levers, and similar controls and devices, to show final settings at _. completion of TAB work. Provide markings with paint or other suitable permanent identification materials. END OF SECTION 15953-3 ELECTRICAL TABLE OF CONTENTS 16040 General Requirements for Electrical Work 16040-1 - 4 16050 Basic Materials and Methods 16050-1 - 5 16053 Electrical Standards and Symbols 16053-1 - 3 16054 Project Closeout 16054-1 - 3 16055 Submittal Data 16055 - 1 - 3 16056 Electrical Identification 16056-1 - 4 16059 Electrical Testing and Load Balancing 16059-1 - 2 16110 Raceways, Conduits and Boxes 16110-1 - 8 16120 Cable, Wire and Connectors, 600 Volt 16120-1 - 5 16121 Electrical Connections to Equipment 16121 - 1 - 3 16140 Wiring Devices 16140-1 - 4 16164 Branch Circuit Panelboards 16164-1 - 3 16170 Motor and Circuit Disconnects 16170-1 - 2 16450 Grounding 16450-1 - 3 16510 Lighting Fixtures 16510-1 - 4 16930 Lighting Control Equipment 16930-1 - 2 SECTION 16040 -- GENERAL REQUIREMENTS FOR ELECTRICAL WORK PART 1 - GENERAL .01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. .02 BASIC REQUIREMENTS A. In accordance with the Conditions of the Contract, each Electrical Contractor executing work in Division 16 is acting in the capacity of a sub-contractor. However, throughout Division 16, the electrical sub-contractor is hereinafter referred to as the Contractor. B. The Contractor is duly bound to all applicable requirements of the prime Contractor as stipulated in the Conditions of the Contract. C. The Contractor shall execute all work hereinafter specified or indicated on accompanying drawings, and provide equipment and labor as required in connection with his work and systems. .03 SITE INSPECTION A. Contractor shall visit the site and verify. the following: 1. Items shown or indicated as "existing" on the drawings, including structures, trees, utilities, obstructions, etc. Work conditions. -- 3. Hazards. 4. Soil grades and conditions. B. Acceptance of a contract shall be deemed as evidence that the site visit has been made and that the Contractor has familiarized himself with the conditions noted ' above. 16040-1 1.04 PERMITS, UTILITY CONNECTIONS AND INSPECTIONS A. The Contractor shall obtain and pay for all required utility connections, meters and meter boxes, utility extensions and/or relocations. B. Other miscellaneous fees related to permits and utilities shall be paid by the Contractor and shall be included in the Bid. 1.05 CONTRACT DOCUMENTS A. The specifications and accompanying drawings indicate plans and details showing installations and locations of equipment, conduit, outlets, fixtures, etc. Due to the intricacies of construction it is impractical to specify or indicate every detail; in such cases the current rules of good construction practices and applicable specifications shall govern. B. If departures from the drawings are deemed necessary by the Contractor, details of such proposed departures shall be made to the Architect/Engineer in writing. Each request shall state reasons and recommended correction for proposed departure. No departure shall be made without prior written approval of the Architect/Engineer. C. The Contractor shall familiarize himself with all drawings and specifications and properly use information found on the Architectural, Structural, Mechanical and Electrical drawings and specifications affecting his work. D. The electrical power circuits shown on the drawings to items of mechanical -, equipment may or may not be the correct size to serve the equipment to be installed by the HVAC and/or Plumbing Contractors. The Electrical Contractor shall obtain from the HVAC and Plumbing Contractors the exact power requirements for each item of mechanical equipment before any circuit breakers, disconnects, power wiring, conduit, etc., have been purchased or installed. Correct power wiring to serve the installed mechanical equipment items shall be provided at no additional cost to the Owner. E. Dimensional information pertaining to new work in the structure shall be taken from the appropriate drawings. Dimensional information pertaining to existing conditions and outside the structure shall be made by the Contractor on the site. F. Should the drawings or specifications disagree within themselves, or with each other, the better quality or greater quantity of work or materials shall be performed or fumished at no additional cost to the Owner. G.' Interrelation of the specifications and drawings and schedules is as follows: 1. Specifications determine type and installation of material. 2. Drawings establish location, quantities, dimensions and details. 3. Schedules establish performance characteristics of equipment. 16040-2 H. Dimensions indicated on drawings govern scaled measurements. Large scale details govern small scale drawings. 1.06 SPACE AND EQUIPMENT ~' A. The size of electrical equipment indicated on the drawings is based on the dimensions of the equipment by the manufacturer indicated on the drawings or specifications. Other manufacturers may be acceptable in some cases if equal in ' design and function. Other manufacturers are specifically noted in each section. B. It is the responsibili~' of the Contractor to determine if equipment proposed to be furnished will fit in the allotted space. C. Contractor shall prepare and famish detailed installation drawings indicating arrangement and installation of proposed equipment, and submit to Architect/Engineer for approval. Approval, in writing, shall be obtained before _. ordering equipment. 1.07 SUPERINTENDENT A. It shall be the responsibility of each superintendent to study all Contract Documents and familiarize himself with the work to be done by other trades. The ,. superintendent shall coordinate his work with other trades and before material is fabricated or installed, make sure that his work will not cause any interference that cannot be resolved without major changes to the Contract Documents. 1.08 GUARANTEE/WARRANTY -- A. Contractor shall guarantee all work. labor and materials, for a period of one year from date of substantial completion or beneficial occupancy in accordance with the Conditions of the Contract. B. Refer to individual sections of the specifications for guarantees which may be required in addition to the above-specified one-year guarantee. 1.09 PROJECT OBSERVATION ' A. Project observation by the Architect/Engineer is for the express purpose of verifying compliance by the Contractor with the Contract Documents, and shall not be construed as construction supervision nor indication of approval of the manner in ;" which the work is being performed. 1.10 FINAL OBSERVATION A. The Architect/Engineer will make a final observation of the project in accordance .... with the Conditions of the Contract. 16040-3 B. Before calling upon the Architect/Engineer to make a 'final observation, it shall be the responsibility of the Contractor to personally make a detail observation of the complete project assuring himself that the Work on the project is ready for final acceptance. C. Contractor shall comply with all requirements of Project Closeout before receiving final acceptance of the Work. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION 160404 _ SECTION 16050 -- BASIC MATERIALS AND METHODS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 GENERAL REQUIREMENTS _, A. Unless otherwise specified, materials are to be new and of current U.S. manufacture, free from defects and of the best quality of their respective kinds. B. Equipment and/or materials damaged in shipment or handling, or otherwise damaged before installation, shall be replaced with new equipment and/or materials. Damaged equipment and/or materials shall not be repaired m the jobsite. C. Furrushing of the proper equipment and/or materials and to see that it is installed as recommended by the manufacturer is entirely the responsibiliD, of the Contractor. If * required for proper installation, the Contractor shall obtain advice and supervisoD' assistance from a representative of the specific manufacturer of the equipment being installed. D. Materials and adhesives to conform to Federal Standard Flame-Spread Properties. Inc., with composite fire and smoke hazard ratings, maximum 25 for flame spread and 50 for smoke developed. Adhesives to be waterproof. E. The Contractor shall promptly notify the Architect/Engineer in writing of any -- conflict between the requirements of the Contract Documents and the manufacturer's directions and shall obtain the Architect/Engineer's instructions before proceeding with the work. Should the Contractor perform any such work - that does not comply with the manufacturer's directions or such instructions from the Architect/Engineer, he shall bear all costs arising in connection with the deficiencies. 1.03 CONSTRUCTION REQUIREMENTS A. It is the intent of the Contract Documents to provide an installation complete in every respect. If additional work is required for Work indicated or specified, it shall be the responsibility of the Contractor to provide same as well as to provide material and equipment usually famished with such systems or as required to complete the installation. 16050-1 B. The Contractor shall be responsible for placing his material and equipment into the building and shall carefully lay out his work in the project to conform to the structural conditions, to avoid all obstructions, to conform to the details of the installation supplied by the manufacturer of the equipment to be installed and thereby provide an integrated, satisfactotily operating installation. C. Investigate structural and finish conditions and coordinate all work with the various trades to avoid interferences between the different phases of Work. Harmonize work so that it may be installed in the most direct and workmanlike manner without hindering or handicapping each other. D. Unless specifically noted to be exposed, lay out work in finish portions of the building so that it will be concealed. E. Lay out work as required to avoid crippling of structural members. Inserts for conduit hangers are to be set before concrete is poured. Provide and properly lay out sleeves in concrete for penetrating conduits. Hold conduits as tight to structure as possible. F. Lay out and install equipment as required to provide convenient and safe maintenance and access for future replacement as well as providing easy access to removable access panels and junction boxes. 1.04 STORAGE AND PROTECTION A. Contractor shall provide the required protection of equipment and materials from the time of delivery until the completion of the Work. Protect from damage, rest, rain, humidity' and dust. B. Do not receive equipment or materials on the job site until adequate space has been provided for storage. C. Provide adequate supports for protection from the ground and erect required shelters for items stored in the open. D. Items stored within the building are to be adequately protected and covered with tarpaulins or other protective coveting. E. Protect the building at all times during construction from damage by workmen, their tools and/or equipment. Protect floors, steps, wall, ceilings, doors, windows and other firash surfaces. F. Equipment and materials found in a rusty condition at completion of the work shall be thoroughly cleaned of rust and refinished as required to its original condition. 16050-2 1.05 PRECEDENCE OF MATERIALS " A. The Contractor shall be responsible for the installation of his equipment and material into the allotted spaces in the structure so as to provide complete and acceptable systems. B. To prevent a conflict in space requirements, the following order of precedence, in general, shall be observed. ]. Building lines 2. Structural members 3. Soil and drain piping 4. Vent piping ., 5. Refrigerant piping 6. Condensate piping 7. Supply ductwork 8. Exhaust ductwork 9. Domestic hot and cold water piping 10. Electrical conduit 1.06 LOCATION OF OUTLETS AND EQUIPMENT _ A. The drawings show the locations of the various outlets and equipment. Exact locations of these outlets and equipment shall be determined by reference to the general construction plans and to all detail drawings, equipment drawings, roughing-in drawings, etc., by measurements at the building, and in cooperation with the other trades. B. At the Owner's option, devices and outlets as listed below may be relocated at no additional cost to the Owner. -- C. Lighting fixtures, convenience outlets, floor outlets, telephone outlets may, at the Owner's option, be relocated to a point within 10 feet of the location indicated on the drawings, at no additional cost to the Owner, provided the Contractor is advised -- of this relocation before roughing-in begins. D. The Contractor shall install his work complete and in good working order. If any of ' the requirements of the drawings and specifications are impossible to perform, or if the installation when made in accordance with such requirements will not perform satisfactorily, he shall report same to the Architect/Engineer for correction. No extra compensation will be allowed for extra work or change caused by failure to comply with the above requirements. 1.07 ROOF PENETRATIONS A. Conduit penetrating the roof shall be installed as directed by roofing supplier/installer and shall be compatible with roofing system. _ 16050-3 1.08 LOCKING OF ELECTRICAL FACILITIES A. Provide padlocks or lockable latches for electrical facilities subject to unauthorized enu% such as panelboards, switchboards, transformers, generators, etc. B. Furnish locks to match existing locking system. Key all locks alike. C. Furnish Owner with two keys per lock up to a quantity of ten keys. D. Install locks immediately upon installation of electrical facility. 1.09 ELECTRIC METERING UTILITY A. Veri~...' all standard practices of the electric utility company and requirements for electric metering and provide metering to conform to the requirements. B. Furnish necessary labor to install all equipment supplied by the electric utility company and furnish and install other materials and equipment as required. 1.10 ELECTRIC SERVICE FOR TESTING A. Install sufficient temporary electric service to refrigeration machines, related pumps, fans and all fan and coil units so that the refrigeration system may begin testing 30 working days before job completion date. B. Notify the electric utility company at least 60 working days before job completion deadline of the need for the service. If for any reason the power company indicates that service will not be available when needed. notiS; the Architect/Engineer in writing. 1.11 CLEANING AND PREPARATION OF ITEMS FOR PAINTING A. Refer to Division 9 Sections for painting requirements. B. Thoroughly clean all parts of materials and equipment of cement, plaster, and other materials. All oil and grease spots shall be removed. C. Thoroughly clean the finish on all parts of the materials and equipment with factor5.: applied finishes. If the factory finish or if any job applied painted finished surface has been damaged, the surfaces shall be repainted by this Contractor to the satisfaction of the Owner's Designated Representative. D. No nameplates on equipment shall be painted, and suitable protection shall be afforded to the plates to prevent their being rendered illegible during the painting operation. 16050-4 PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION _. 16050-5 SECTION 16053 -- ELECTRICAL STANDARDS AND SYMBOLS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1,02 QUALITY ASSURANCE A. Codes, Associations and Standards: Local governing codes and authorities, trade association standards and publications are an extension of the contract documents, and are hereby imposed as applicable to the work in each instance. In general, each ~., manufacturer, fabricator, supplier, and installer of electrical work is recognized as an expert to be completely familiar with the standards and publications applicable to his portion of the work. Therefore, copies have not been bound with these _ specifications. 1. Where local codes, ordinances, rules or authorities conflict with associations !_ and standards listed hereinafter, the local ordinances, codes, rules or authorities take precedence. _ 2. Obtain copies of trade association standards and publications, wherever needed for proper execution of the work. -- 3. Comply with the issue of applicable standard or publication which is in effect at the date shown on these contract documents. ~ 4. Where application of a trade association standard or publication appears to be in conflict with the requirements of the contract documents, the Architect/Engineer will determine which must be complied with, and in - general the more stringent will be required for the performance of the electrical work. 1.03 LISTING OF ASSOCIATIONS AND STANDARDS A. AASHTO: American Association of State Highway and Transportation Officials, ' 444 N. Capitol; Washin~on, DC 20001 _. B. AISC: American Institute of Steel Construction, One East Wacker Drive, Suite 3100; Chicago, IL 60601 16053-1 C. AISI: American Iron and Steel Institute, ll01 17th Street N.W., Suite 1300; Washington, DC 20036 D. ANSI: American National Standards Institute (Successor to USASI and ASA), 11 West 42nd Street; New York, NY 10036 E. ASTM: American Society for Testing and Materials, 100 Barr Harbor Drive; West Conshohocken, PA 19428 F. AWPA: American Wood Preservers Institute, 2750 Prosperity Avenue, Suite 550; Fairfax, VA 22031-4312 G. AWS: American Welding Society, 550 N.W. LeJeune Road; Miami, FL 33126 H. BOCA: Building Officials and Code Administrators I. CBM: Certified Ballast Manufacturers Association, 355 Lexington Avenue, 17th Floor; New York, NY 10017-6603 3. COE: Corps of Engineers (Army) K. ETL: Electrical Testing Laboratories L. FM: Factory Mutual System, 1151 Boston-Providence Tumpike; Norwood, MA 02062 -9102 M. FS: Federal Specifications N. IEEE: Institute of Electrical & Electronics Engineers, 445 Hoes Lane, P. O. Box 1331; Piscataway, NJ 08855-1331 O. ICEA: Insulated Cable Engineers Association, P. O. Box 440; South Yarmouth, MA 02664 P. MIL: Military, Specifications Q. NEC: National Electrical Code (NFPA No. 70), 1 Batterymarch Park, P. O. Box 9101; Quincy, MA 02269-9101 R. NECA: National Electrical Conlxactors Association, Inc., 3 Bethesda Metro Center, Suite 1100; Bethesda, MD 20814 S. NEMA: National Electrical Manufacturers Association, 1300 North 17th Street, Suite 1847; Rosslyn, VA 22209 T. NESC: National Electrical Safety Code (ANSI C2) 16053-2 U. NFPA: National Fire Protection Association, 1 Batterymarch Park, P. O. Box 9101; Quincy, MA 02269-9101 V. OSHA: Occupational Safety & Health Administration CU.S. Dept. of Labor), Govemment Printing Office; Washington, DC 20402 W. SBCCI: Southern Building Code Congress International, 900 Monteclair Road; Birmingham, AL 35213-1206 X. UBC: Uniform Building Code, 900 Monteclair Road; Birmingham, AL 35213- 1206 Y. UL: Underwriters' Laboratories, Inc., 333 Pfingsten Rd.; Northbrook, IL 60062 1.04 ELECTRICAL SYMBOLS A. The electrical contract drawings, and the Architect/Engineer's detail sheets if any, are diagrammatic and show requirements by the use of graphic symbols. In general, these are the recognized symbols of the industry and of the engineering profession. Questions of meaning or intent will be decided by the Architect/Engineer, and shall be consistent with system of symbols indicated or, if none is indicated, with recognized conventions. B. Listing of Symbols: The listing of (or key to) specific graphic symbols used to show the electrical work on the contract documents is shown on the drawings. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION 16053-3 SECTION 16054 PROJECT CLOSEOUT PART 1 - GENERAL .01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. .02 WORK INCLUDED A. In order to close out the Electrical Work of this project, the work hereinafter noted is required. B. Requirements for project closeout are, but not necessarily limited to, the following: 1. Record Drawings. 2. Tests. 3. Operation and Maintenance Manuals. 4. Owner's Instructions. 5. Shop Drawings. 6. Correction of Deficiencies Found on Final Observation. 7. Guarantees. 8. Final Cleaning. .03 RECORD DOCUMENTS A. Maintain a set of Contract Drawings consisting of a complete set of blueline prints at the jobsite. B. Indicate on the record drawings the installed locations of: 1. Service entrance 2. Feeders 3. Outlets 4. Equipment C. Include addenda, change orders, clarifications, and other modifications to the Drawings. D. Deliver Drawings to the Architect/Engineer on the completion of the work. 16054-1 E. Do not use these Drawings for reference or consl~tction, nor allow them to leave the field office. F. Drawings will be reviewed by the Architect/Engineer as required and prior to approval of each month's Certificate for Payment. Certificate for Payment will not be approved until record drawings are brought up to date. 1.04 TEST AND START-UP DATA A. Conduct tests as specified in Section 16059 for the various systems. B. Log pertinent data at the time of testing, including: 1. System identification 2. Date and time 3. Personnel 4. Description 5. Test conditions 6. Test results 7. Corrective measures taken C. Log of start-up for all equipment including: 1. Equipment identification 2. Date and time 3. Personnel 4. Start-up procedures 5. Problems encountered 6. Corrective measures taken 1.05 OPERATION AND MAINTEN.~,JCE INSTRUCTIONS A. Complete written operating instructions at each item of equipment and related systems. B. Written instructions for preventative maintenance for each item of equipment and related systems. C. Release, signed by the Owner and his Authorized Representative, for demonstration of operating and maintenance procedures. 1. List of equipment and systems 2. Dates and times 3. Personnel present for demonstrations D. List of equipment serial numbers. E. Systems diagrams and drawings. 16054-2 F. List of manufacturers', suppliers', and subcontractors' names, addresses, and telephone numbers; give both locM representatives and service headquarters. G. Spare Parts Data: 1. List of parts and supplies Current unit prices 3. Sources of supply (local and national) 4. List of pans and supplies recommended by manufacturer for the Owner to keep on hand H. Provide three (3) bound copies of all data in loose-leaf, three-ring binders with identifying tabs. 1.06 FINAL CLEANING A. Employ experienced workmen, or professional cleaners for final cleaning. B. In preparation for substantial completion or occupanc);, conduct final inspection of sighbexposed interior and exterior surfaces, and of concealed spaces, and clean as follows: 1. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materiMs from sight-exposed interior and exterior surfaces; polish surfaces so designated to shine finish. 2. Repair, patch and touch-up marred surfaces to specified finish, to match adjacent surfaces. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION 16054-3 SECTION 16055 SUBMITTAL DATA PART 1 - GENERAL 1.01 ELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 GENERAL REQUIREMENTS A. As soon as practical after the date of award of contract and before purchasing or starting installation of any materials or equipment, the Contractor shall submit complete shop drawings and/or manufacmrer's data of all materials and equipment to be incorporated in the work. B. Materials and equipment requiring detailed submittal data shall be submitted with sufficient data to indicate that all requirements of the specifications have been met. 1. Where products are noted or specified by brand names, it is for the purpose of establishing standards of qualit3', style and size. C. Manufacturer's data shall have all non-applicable features crossed out or deleted in a manner that will clearly indicate exactly what is to be furnished. D. Samples shall be furnished when requested. 1.03 REVIEW OF SUBMITTALS A. The Contractor shall allow a minimum of two (2) weeks time frame for review of each submission by the office of the design discipline involved after receipt of such submissions by that design discipline. B. The Contractor is responsible for allowing sufficient time in the construction schedule to cover the aforementioned cycles of data processing, including time for all resubmission cycles on non-acceptable materials, equipment, etc., covered by the data submitted. C. Construction delays and/or lack of timeliness in the above regards are the responsibility of the Contractor and will not be considered in any request for scheduled construction time extensions. __ 16055-1 .04 ACCEPTANCE OF MATERIALS AND EQUIPMENT A. Acceptance of materials and equipment will be based on manufacmrer's published data and will be tentative subject to the submission of complete shop drawings and/or manufacmrer's data indicating compliance with the conlract documents and that adequate and acceptable clearances for entry, servicing, and maintenance will exist. B. Acceptance of materials and equipment under this provision shall not be construed as authorizing any deviations from the contract documents, unless the attention of the Architect/Engineer has been directed in writing to the specific deviation. C. Data submitted shall not contain unrelated information unless all pertinent information is properly identified. .05 CERTIFICATION A. The Contractor shall furnish manufacturer's certification where required. .06 EQUIPMENT SERVICE A. All equipment installed on this project shall have representation, factor3' authorized service, and a stock of repair pans within a 200 mile radius. .07 SUBMITTAL REQUIREMENTS A. The Contractor shall check all items of submittal data and verify, by statement and initial that each item has been checked for the following conditions: 1. Item is equal to specified item in construction, qualit)., and function. 2. Item is of the same physical size. a. If not of the same physical size, the dimensions have been checked and item will fit within the allocated space shown on the plans. b. Furrash 1/4" scale plan and 1/4" sections on tracing paper (for direct overlay) of proposed equipment. c. System connections to the item can be made as shown on the plans. d. Shop drawings show' in detail all connections, etc., required to meet the overall specifications in every detail. e. Statement of guarantee that the proposed equipment shall operate properly as applied to the project and will not require additional device or changes in the installation shown on the plans. 16055-2 B. Contractor shall submit a letter stating that all equipment specified in Division 15 or fumished by others has been verified for proper overcurrent protection, branch circuit size, disconnect requirements and number of required service points. It is the Contractor's responsibility to check the mechanical equipment drawings and submittals and provide required electrical including wiring, breakers, fuses, disconnects, etc. Conductor sizes shall not be decreased from sizes indicated on electrical drawings. 1.08 Complete specification data shall be submitted for all electrical items including the list below: A. Low voltage conductor (600V and less) B. Conduit C. Wiring devices D. Relays/contactors E. Lighting fixtures F. Ballasts/lamps G. Photocells H. Time clocks I. Disconnect switches J. Fuses 1.09 Complete minimum 3/4" scale shop drawings and specification data shall be submitted for the following: A. Panelboards (completed schedule and dimensions acceptable in lieu of 3/4" scale drawing) 1.10 Complete 1/4" scale plan of each electrical room or closet indicating overall room dimensions and all equipment drawn to scale. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION -- Not used. END OF SECTION 16055-3 SECTION 16056 -- ELECTRICAL IDENTIFICATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 DESCRIPTION OF WORK A. The extent of the electrical systems and equipment requiting identification is shown on the drawings, and the extent of identification required is specified herein and in individual sections of work requiting identification. B. The types of electrical identification specified in this section include the following: 1. Conductor color coding. 2. Operational instructions and warnings. 3. Danger signs. 4. Equipment/system identification signs. P.~d~T 2 - PRODUCTS 2.01 IDENTIFICATION MATERIALS A. Provide engraving stock melamine plastic laminate, complying with FS L-P-387. engraved with engraver's standard letter style unless otherwise indicated. Plastic laminate shall be 1/16" thick up to 20 sq. in. and 1/8" for larger size. Letters shall be 1/2" high, black on white background. B. Underground-type plastic line markers shall be permanent, bright-colored, continuous-printed plastic tape, intended for direct-burial service; not less than 6" wide x 4 mils thick. Provide tape with printing which most accurately indicates the type of service of the buried cable. 2.02 LETTERING AND GRAPHICS A. Provide numbers, lettering and wording as indicated or, if not otherwise indicated, as required for proper identification and operation/maintenance of the electrical systems and equipment. 16056-1 PART 3 - EXECUTION 3.01 APPLICATION AND INSTALLATION A. Where identification is to be applied to surfaces which require finish, install identification after completion of finishing. B. Comply with governing regulations and the requests of goveming authorities for the identification of electrical work. 3.02 UNDERGROLrND CABLE IDENTIFICATION A. During backfilling/top-soiling of each exterior underground electrical and communication conduit, install a continuous underground-type plastic line marker, located directly over the buried conduit at 6" to 8" below finished grade. B. Install a single line marker where multiple small conduits are buried in a common lrench and do not exceed an overall width of 16". C. Install line marker for every buried conduit. 3.03 CONDUCTOR COLOR CODING A. Conductors # 10 and Smaller: Insulation continuously colored throughout. B. Conductors Larger than #10: Three continuous wraps of 1/2" wide 3M # 191 tape at each end and at pull and junction boxes. C. 120/240 volt, 3 phase, 4 wire system: 1. Phase A - black. 2. Phase B (power leg) - orange. 3. Phase C - blue. 4. Neutral - white. 5. Ground - green. D. Conductors installed with color different than that indicated above are not acceptable. E. Control and special systems, 600 volt and less, #14 AWG and larger: 1. Any color other than green and white. 2. Include tracer color for identification. 3. Keep colors selected continuous throughout project. 4. Isolated systems, as required by NEC Sec. 517. F. Note colors on record drawings, include switch leg and traveler colors. 16056-2 3.04 OPERATIONAL IDENTIFICATION AND WARNINGS ' A. Wherever reasonably required to ensure safe and efficient operation and maintenance of the electrical systems, and electrically connected mechanical systems and general systems and equipment, including the prevention of misuse of ' electrical facilities by unauthorized personnel, install engraved plastic signs bearing identification, instruction or warnings on switches, outlets and other controls, devices and covers of electrical enclosures. Where detailed instructions or explanations are needed, provide engraved plastic signs with clearly written messages adequate for the intended purposes. 3.05 DANGER SIGNS _ A. Install danger signs required by governing regulations and authorities. B. Install appropriate danger signs at locations of electrical work constituting similar ~ dangers for persons in or about the project. C. Install danger signs on switches and similar controls, regardless of whether _ concealed or locked up, where untimely or inadvertent operation (by anyone) could result in significant danger to persons, or damage to or loss of propert3,,. _ 3.06 EQUIPMENT/SYSTEM IDENTIFICATION SIGNS A. Identify with engraved laminated nameplates, designating load served, on each _ electrical item on the project. Items to be identified and location of nameplates are as follows: -- 1. Each main switch/fuse umt or circuit breaker-- adjacent to switch/fuse or circuit breaker. -. 2. Each switch/fuse unit or circuit breaker in each distribution panel -- adjacent to switch/fuse unit or circuit breaker. - 3. Spares shall be labeled "Spare". 4. Each lighting and appliance panel-- panel name on panel trim cover -- immediately above panel door. Circuit numbers shall be permanently labeled at factory. Stick-on decals for field installation are not acceptable. ' 5. Each safer37 switch -- on outside of cover. 6. Each relay cabinet -- on outside of cover. 7. Each time clock -- on outside of cover. 8. Each exhaust fan switch -- custom engraved on outside of switch cover plate (high and low if required). _ 16056-3 9. Outside light switches -- custom engraved on outside of switch cover plate. 10. Any switch for load that cannot be seen from the control point-- custom engraved on outside of switch cover plate. B. Nameplates shall be securely attached with an approved mechanical fastener. Adhesive attachment shall not be permitted. 3.07 J-BOX AND DEVICE PLATES A. The appropriate panel and circuit number shall be written in indelible ink on the "' back of all switch and receptacle faceplates. J-boxes for circuiting distribution shall also indicate panel and circuit numbers on front of coverplate where J-boxes are above ceiling and on back for exposed J-boxes. END OF SECTION 16056-4 _ SECTION 16059 ELECTRICAL TESTING AND LOAD BALANCING " PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which cover the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 WORK INCLUDED A. Perform test, balance, fmal adjustment, etc., and record data for electrical work as described herein. 1.03 SUBMITTALS A. Submit data record forms for approval before conducting any tests or making final adjustments, torquing, balancing, etc. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION 3.01 TESTING A. 600V Conductors: -* 1. Megger test feeder conductors at 600 volts dc. Record value for each feeder conductor. Conductors which test below' 30 megohms shall be replaced. Retest new conductors and record data. 2. Perform continuiD, test on all feeder and branch circuit conductors. ' 3. Torque all feeder and branch circuit connections and terminations to manufacturer's recommended values. B. Grounding: 1. Measure and record ground resistance from system neutral connection at service entrance to ground reference point using suitable ground testing equipment. Resistance shall not exceed 2 ohms. --- 16059-1 2. Record data for each test. 3.02 BUS TORQUING A. All bolted bus connections shall be made using a torque wrench. B. Bus and lug connections in panelboards shall be in accordance with manufacturer's specifications. 3.03 LOAD/VOLTAGE DATA A. Record amperage of each phase and neutral in each panelboard and switchboard. B. Record voltage line-to-neutral and line-to-line of all phases in each panelboard and switchboard. Record each reading. C. Lighting only panelboards shall be arranged so that under full load all phases carry the same load as near as possible. 3.04 PHASE ROTATION A. Connect phases of Panelboards, Disconnects, Controllers A, B to Bus 1, 2 from left to fight. B. Vefify and make final connection to motor loads to provide proper rotations. 3.05 MECHANICAL ADJUSTMENT A. Adjust all operating mechanisms of electrical equipment for free mechanical movement. END OF SECTION - 16059-2 - SECTION 16110 -- RACEWAYS, CONDUITS AND BOXES PART 1 - GENERAL .01 ELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections in the specifications. .02 WORK INCLUDED A. Conduit: 1. Rigid metal conduit and fittings. 2. Intermediate metal conduit and fittings. 3. Electrical metallic tubing and fittings. 4. Flexible metal conduit and fittings. 5. Liquid-tight flexible metal conduit and fittings. 6. Non-metallic conduit and fittings. 7. PVC externally coated rigid galvanized metal conduit. B. Boxes: 1. Wall and ceiling outlet boxes. 2. Pull and junction boxes. .03 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc-Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc-Coated. C. ANSI/NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. D. N'EMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. E. ANSI/NEMA OS 1 -Sheet-Steel Outlet Boxes, Device Boxes, Covers and Box Supports. F. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). --- 16110-1 1.04 SUBMITTALS A. Submit manufacturer's product data on materials to be used on project. 1.05 STORAGE AND HANDLING A. Handle raceways carefully to avoid damage, breaking, denring and scoring. Damaged equipment or materials shall not be installed. B. Store raceways in a clean dry space and protected from the weather. PART 2 - PRODUCTS 2.01 CONDUIT AND FITTINGS A. Conduit and fittings for all electrical systems on this project shall include the following: 1. Service entrance 2. Electrical power and lighting feeders 3. Electrical power and lighting circuits 4. HVAC control system (furnished and installed under Div. 15) 5. Other electrical systems B. For each electrical raceway system indicated, provide a complete assembly of conduit, tubing or duct with fittings including, but not necessarily limited to, connectors, nipples, couplings, locknuts, bushings, expansion fittings, other components and accessories as needed to form a complete system of the type indicated. C. Conduit fittings shall be designed and approved for the specific use intended. Conduit fittings, including flexible. shall have insulated throats or bushings. Rigid conduits shall have insulated bushings, unless grounding bushings are required by N.E.C. Article 250-72(b). Grounding bushings shall have insulated throats. D. Rigid and intermediate metal conduit shall be hot-dipped galvanized. Fittings shall be threaded type. Expansion firings shall be OZ Type DX. E. Electrical metallic tubing shall be galvanized. Fittings shall be all steel compression type. Expansion fittings shall be OZ Type TX. F. Flexible metal conduit and fittings shall be zinc-coated steel. G. Liquid-tight flexible conduit and fittings shall consist of single strip, continuous, flexible, interlocked, double-wrapped steel, galvanized inside and outside, forming smooth intemal wiring channel with liquid tight covering of flexible pol,vvinyl chloride (PVC). 16110-2 H. Nonmetallic conduit and fittings shall be suitable for temperature rating of conductor but not less than 90°C. I. Crimp or set-screw type fittings are not acceptable. J. Provide strain relief fittings as manufactured by OZ for cables in vertical raceways. K. Minimum conduit size shall be 1/2", except 3/8" flexible metallic conduit may be used as fixture whips. 2.02 WALL AND CEILING OUTLET BOXES A. Galvanized steel interior outlet wiring boxes of the type, shape and size, including depth of box, to suit each respective location and installation; constructed with stumped knockouts in back and sides, and with threaded holes with screws for securing box covers or wiring devices. 1. Outlet box accessories as required for each installation, including mounting brackets, wallboard hangers, extension rings, fixture studs, cable clamps and metal straps for supporting outlet boxes, compatible with outlet boxes being used and meeting requirements of individual situations. B. Corrosion-resistant cast metal weatherproof exterior outlet wiring boxes of the type, shape and size, including depth of box, with threaded conduit ends, cast metal face plate with spring-hinged waterproof cap suitably configured for each application, including face plate gasket and corrosion-proof fasteners. Outlets located where subject to contact with rain or dripping water shall be equipped with an outlet cover to close while in use; equal to TayMac #203 10. C. Outlet boxes in poured concrete shall be plenum type without anv holes and with reset knockouts. Where extension rings are used to offset conduit between wall reinforcing steel, joint between extension ring and box shall be sealed to prevent concrete from entering box during pour. D. Surface mounted outlet boxes in interior locations shall be threaded cast type with steel cover. 2.03 PULL AND JUNCTION BOXES A. Boxes shall be material specified in Paragaph D. below, welded seams, stainless steel nuts, bolts, screws and washers. B. Boxes larger than 12 inches in any dimension shall be panelboard code gauge with ' hinged cover. C. Boxes shall be sized in accordance with NEC. 16110-3 D. Construction: 1. Dry Locations: -- a. NEMA 1 or 12 b. Minimum 16 gauge steel -- 2. Outdoor Wet Locations: a. NEMA 3R or 4 b. Minimum 16 gauge steel 3. Indoor Wet Locations: a. NEMA 4 b. Minimum 16 gauge steel PART 3 - EXECUTION 3.01 INSTALLATION - CONDUIT A. Install products as indicated, in accordance with the applicable requirements. B. Install raceway and conduit system from point of origin to outlets shown, complete with offsets, pull boxes, junction boxes and fittings. Raceway and conduit system shall be installed parallel and perpendicular To building lines unless indicated otherwise on the drawings. C. Install rigid wall hot-dipped galvanized steel conduit or hot-dipped galvanized intermediate metal conduit. EMT may only be used as follows: 1. In sizes up to and including 3 ", EMT max, only be used above gypboard or accessible ceilings, concealed within gypboard walls. EMT in sizes larger th 3" is not permitted in any location. D. Install Schedule 40 PVC conduit directly buried in earth. Provide concrete encasement where noted on drawings or specified. Provide rigid steel conduit for all bends and stub-ups. E. Install liquid-fight flexible metal conduit for connections to rotating, vibrating, moving or movable equipment, including dry-type transformers. Maximum leng-th shall be 3'-0" minimum of 1'-6". Minimum size shall be 3/4". Do not use liquid- tight in return air plenums. F. Flexible metal conduit shall only be used for fixture whips. Maximum length shall be 6'-0" minimum of 3'-0", minimum size shall be 3/8". BX OR AC TYPE PIEFABRICATED CABLES ARE NOT PERMITTED. 16110-4 - G. Install multiple conduit rims parallel and supported on Unistrut, or equal, trapezes and anchored with split ring hangers, conduit straps or other devices specifically ' designed for the purpose. Wire ties are not permitted. Fasten conduit with the following material: " 1. Wood screws on wood 2. Toggle bolts on hollow masonry 3. Bolts and expansion anchors in concrete or brick 4. Machine screws, threaded rods and clamps on steel 5. Conduit clips on steel joists H. Allow minimum of 6" clearance at flues, steam pipes and heat sources. _ I. Conduits running to roo~op and exterior wall mounted equipment shall be routed inside the building and stubbed out at equipment. _ J. Install conduits outside of building lines at a minimum depth of 30 inches below finished grade. Maintain twelve inches earth or two inches concrete separation between electrical conduits and other services or utilities underground. K. Conduit shall not be installed under building slab except for incoming service conduits, underWound branch circuits to loads outside the building line, and circuits _ serving floor outlets. L. Conduits shall not be installed (horizontall>,) in floor slab, except from floor outlet -- to floor outlet. M. Install underWound conduits with sealing glands equal to OZ Type FSK exterior to - the conduit and OZ Type CSB, or equal intemally at the point where conduits enter the building to prevent water seepage into the building. - N. Fittings shall be approved for grounding purposes or shall be jumpered with a copper grounding conductor of appropriate ampaciD'. Leave terminations of such jumpers exposed. O. Install expansion fittings in metal and PVC conduit as follows: ' 1. Conduit Crossing Building Expansion Joints: a. EMT 3" and less b. IMC all sizes c. RMC all sizes d. PVC all sizes 2. Conduit Straight Runs in Excess of 100 Feet: a. EMT 3" and less b. IMC all sizes - 16110-5 c. RMC all sizes d. PVC all sizes 3. Locations subject to thermal expansion and as required by NEC. 4. Unless expansion fitting has an internal bonding braid, as in Crouse-Hinds " Type XC, an extemal braid, approved for the purpose, shall be installed around the fining; otherwise, a green insulated grounding conductor shall be pulled in the conduit. Both ends of this green grounding conductor shall be ' accessible for inspection. P. Expansion fittings are not required where offsets, expansion loops, or flexible conduit are placed in conduit runs. Q. Install conduit concealed in walls, partitions and above ceilings. Install conduit exposed in ceiling area (at structure) of boiler rooms, mechanical rooms and in other similar rooms where ceilings are not called for. Install conduit concealed in slab when finished areas below do not have ceiling. R. Avoid moisture traps where possible; where unavoidable, provide junction box with drain fitting at conduit low point. S. Use suitable conduit caps to protect installed conduit against entrance of din and _ moisture. T. Provide 200 Ib. nylon cord in empty. conduit. _ U. Install conduit seals where conduit passes through classification boundaries. fire rated floors/walls, etc., as required by N.E.C. Fire stop materials shall be International Protective Coatings Corp. #FSP1000 firestop pu~.' for small openings and KSB sealbags for large openings. V. Conduits shall not be supported from acoustic ceiling supports. 3.02 INSTALLATION - BOXES - A. Provide electrical boxes as shown on Drawings, and as required for splices, taps. wire pulling, equipment connections, and code compliance. B. Provide outlet box accessories as required for each installation, including mounting brackets, wallboard hangers, extension rings, fixture studs, cable clamps and metal su:aps for supporting outlet boxes, compatible with outlet boxes being used and meeting requirements of individual situations. C. Electrical box locations shown on Contract Drawings are approximate unless dimensioned. Verify location of outlets prior to rough-in. D. Locate and install boxes to allow access. 16110-6 E. Allow minimum of 6" clearance at flues, steam pipes and heat sources. F. Do not install boxes back-to-back in walls. Provide minimum 6 inch separation. Provide minimum 24 inch separation in acoustic-rated walls. If boxes are connected ' together, install flexible connection between the two and pack openings with fiberglass. ' G. Secure boxes rigidly to the substrate upon which thev are being mounted, or solidly imbed boxes in concrete or masonry,. Boxes shall not be permitted to move ,- laterally. Boxes shall be secured between two studs. Boxes connected to one stud are not permitted. H. Provide 'knockout plugs for unused openings. I. Use multiple-gang boxes where more than one device is mounted together; do not _ use sectional boxes. Provide barriers to separate wiring of different voltage systems. _ J. Install boxes in walls without damaging wall insulation. K. Outlet boxes in plaster partitions shall be "shallow-type" set flush in wall so there is _ at least 5/8" plaster covering back of box. L. Switch boxes shall not be used as junction boxes. M. Coordinate mounting heights and locations of outlets mounted above counters, benches and backsplashes. N. In inaccessible ceiling areas, position outlets and junction boxes within 6 inches of recessed luminaire, to be accessible through luminaire ceiling opening. O. Outlet boxes supporting fixtures shall be securely anchored in place in an approved manner. Support outlet boxes and fixtures in acoustic ceiling areas from building - structures. not from acoustic ceilings. Lighting fixture outlets shall be coordinated with mechanical and architectural equipment and elements to eliminate conflicts and provide a workable neat installation. P. Locate pull boxes and junction boxes above accessible ceilings or in unfinished areas. Install boxes where required to limit bends in conduit to 3600 or where pulling tension would exceed the maximum allowable for the cable. Q. Support pull and junction boxes independent of conduit and not from acoustic ' ceiling supports. 16110-7 R. Surface mounted outlet boxes in interior locations shall be threaded cast type with steel cover. END OF SECTION -- 16110-8 _ SECTION 16120 CABLE, WIRE AND CONNECTORS, 600 VOLT PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 WORK INCLUDED A. Building wire. 1. Power distribution circuitry. 2. Control system circuitry (other than HVAC). 3. Lighting circuitry. 4. Appliance and equipment circuitry. 5. Motor-branch circuitry. 6. Outdoor lighting and power. 7. Other systems circuitD' as designated. B. Cable. C. Wiring connections and terminations. .03 REFERENCES A. NEMA WC 3: Rubber-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. B. NEMA WC 5: Thermoplastic-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. C. Where application of local codes, trade association standards or publications appears to be in conflict with the requirements of this section, the Architect/Engineer shall be asked for an interpretation. .04 SUBMITTALS A. Submit manufacturer's data on cable, wire and connectors. 16120-1 1.05 DELIVERY, STORAGE AND HANDLING A. Provide factory-wrapped water-proof flexible barrier material for covering wire and cable on wood reels, where applicable; and we~ther resistant fiberboard containers for factory-packaging of cable, wire and connectors, to protect against physical damage in transit. Damaged cable, wire or connectors shall be removed from project site. B. In their factory-fumished coverings, store cable, wire and connectors in a clean, dry indoor space which provides protection against the weather. PART 2 - PRODUCTS 2.01 GENERAL A. Generally, cable, wire and connectors shall be of manufacturer's standard materials, as indicated by published product information. Design and construction as required for the instailation. B. Provide factory-fabricated wire of the size, rating, material and type as indicated for each service. Where not indicated, provide proper selection as required to comply with installation requirements and with NEC standards. The miramum size wire to be used for power or lighting circuits shall be #12 copper with insulation as noted below. Miramum size for control shall be #14 copper. C. If more than three phase conductors are installed in a single raceway, the conductors shall be derated in accordance with the National Electrical Code. Increase wire size so that resulting ampacity, after derating factor is applied, is equal to or greater than ampacity of conductor specified. 2.02 BUILDING WIRE A. Thermoplastic-insulated Building Wire: NEMA WC 5. B. Rubber-insulated Building Wire: NEMA WC 3. C. Feeders and Branch Circuits Larger Than 10 AWG: 98% conductivity copper, stranded conductor, 600 volt insulation, THW, THHN/THWN. D. Feeders and Branch Circuits 10 AWG and Smaller: 98% conductivity copper conductor, 600 volt insulation, THW, THHN/THWN, solid conductor. E. Control Circuits: 98% conductivity copper, stranded conductor, 600 volt insulation, THW. F. Underground feeder and branch circuits shall be Type RHW or THW. 16120-2 _ 2.03 WIRING CONNECTIONS AND TERMINATIONS ' A. Provide factory-fabricated, metal connectors of the size, rating, material, type and class as indicated for each service. Where not indicated, provide proper selection as required to comply with installation requirements and with NEC standards. Select ' from only follo~xdng types, classes, kinds and styles: 1. Type: Pressure(compression). Threaded. Insulated spring wire connectors with plastic caps for 10 AWG and smaller, 3M Scotchlok. 2. Class: Insulated. 3. Kind: Copper (for Cu to Cu connection). _ 4. Style: Pigtail connector. Parallel and tee connectors equal to ILSCO and GTA and GTT with ILSCO insulating cover. Parallel and tee connections shall be used _ only where specifically detailed. (Split bolt type connectors are not permitted.) _ 5. Use compression fittings with heat shrink for all connections in poles. Do not use Scotchlok type connectors. PART 3 - EXECUTION 3.01 INSPECTION A. Installer must examine the areas and conditions under which cable, wire and connectors are to be installed and noti~' the Contractor in writing of conditions detrimental to the proper and timely completion of the work. Inspect wire and cable for physical damage. Do not proceed with the work until unsatisfactoD' conditions have been corrected. 3.02 GENERAL WIRING METHODS ' A. Install electrical cable, wire and connectors as indicated, in accordance with the manufacturer's written instructions, and applicable requirements. ' B. Coordinate cable and wire installation work with electrical raceway and equipment installation work, as necessary for proper interface. C. Conductors shall be selected on the basis of their purpose and UL listing. Generally, use Types THW and THWNFFHHN in building interiors and other dry locations. Outdoors and underground in raceways, use Type R.HW or THW. - 16120-3 D. No conductor smaller than No. 12 wire shall be used for lighting and power purposes. In the case of "home rims" over 50' in length (100' for 277 volt) no conductor smaller than a No. 10 wire shall be used. The sizing of all wire except remote conu'ol wire shall be accomplished in the case of both feeder and branch circuits by conforming to the following provisions. 1. 120/240 Volt Branch Circuits: The voltage drop in the case of 120/240 volt circuits shall not exceed 2.0% at maximum load and 70.0% power factor. E. Remote control wires shall be no smaller than No. 14 conductors. Control wires shall be run in separate conduits. Departures from the sizes so determined shall be made only in those cases in which the National Electrical Code requires the use of larger conductors. The sizes as determined from these tables shall be regarded as the acceptable minimum under all other circumstances. In no case, however, shall there be a voltage drop greater than that specified in any feeder or branch circuit. This voltage drop shall be based on the full load, 70% power factor, the total impedance drop with 60 hertz alternating current and with the reactante drop in the respective metal conduits duly considered. The Contractor may, if he deems it necessary or advisable, use larger sized conductors than those shown. Under no circumstances, however. shall the Contractor use any conductors sized in a manner which does not conform to the above mentioned tables without having first secured the written approval of the Owner's representative. F. Dedicated circuits shall consist of separate phase conductor(s), separate neutral conductor, separate equipment ~ounding conductor installed in dedicated conduit serving equipment or device. 3.03 WIRING INSTALLATION IN KACE~TA¥S A. Swab conduits to remove foreign material immediately prior to pulling cable. B. Pull conductors together where more thm~ one is being installed in a raceway. C. Use UL listed pulling compound or lubricant by Lubaduk. when necessary; compound must not deteriorate conductor and insulation. D. Do not use a pulling means, including fish tape, cable or rope which can damage the raceway. E. Install wire in raceway after interior of building has been physically protected from the weather and all mechanical work likely to injure conductors has been completed. F. Place an equal number of conductors for each phase of a circuit in same raceway. 16120-4 3.04 WIRING CONNECTIONS AND TERMINATIONS A. Install splices, taps and terminations which have equivalent-or-better mechanical strength and insulation as the conductor. Make splices, taps and terminations to carry full ampacity of conductors without perceptible temperature rise. B. Keep conductor splices and taps accessible and to a minimum, and in junction boxes only. Do not splice in ground mounted pull boxes. C. Use splice, tap and termination connectors which are compatible with the conductor material. D. Thoroughly clean wires before installing lugs and connectors. E. Terminate spare conductors with electrical tape. Spare conductors shall not be energized or connected to protective device. F. Conductors in vertical conduits or raceways shall be supported in the manner set forth in the appropriate section of the latest revision of the National Electrical Code. Lighting fixtures shall not be used for raceways for circuits other than parallel wiring of fixtures. END OF SECTION 16120-5 SECTION 16121 ELECTRICAL CONNECTIONS TO EQUIPMENT PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 DESCRIPTION OF WORK _ A. The extent of electrical connections to equipment is indicated on the drawings and in schedules, in other Divisions of the specifications, and by the requirements of this section, and is hereby defined to include (but not necessarily limited to) connections _ for providing electrical power to equipment. B. The types of electrical connections specified in this section include, but are not _ necessarily limited to, the following: 1. To motors -- 2. To electric heaters 3. To HVAC control and other control devices 1.03 SUBMITTALS A. Submit manufacturer's product data on materials to be used on project. PART 2 - PRODUCTS 2.01 MATERIALS AND COMPONENTS A. For each electrical connection indicated, provide a complete assembly of materials. ' including but not necessarily limited to the following: 1. Pressure connectors ' 2. Terminals (lugs) 3. Electrical insulating tape 4. Heat shrinkable tubing 5. Cable ties 6. Solderless wire nuts 7. Conductors 16121-1 B. Furnish materials and components in compliance with equipment manufacmrer's recommendations for the intended application. PART 3 ~ EXECUTION 3.01 INSTALLATION OF ELECTRICAL CONNECTIONS ' A. Install electrical connections as indicated, in accordance with recognized industry practices to ensure that products serve the intended functions. B. Connect electrical power supply conductors to equipment conductors in accordance with other sections of the specifications and in accordance with equipment manufacturer's written instructions and wiring diagrams. Wherever possible, match conductors of the electrical connection for proper interface between the electrical supply and the installed equipment. 1. Cover splices with electrical insulation equivalent to, or of a higher rating, than insulation on the conductors being spliced. 2. Prepare cables and wires, by cutting and stripping covering armor, jacket, and insulation properly to ensure a uniform and neat appearance where cables and wires are terminated. 3. Trim cables and wires to be as short as practicable and arrange routing to facilitate inspection, testing and maintenance. C. Provide conduit for connections in accordance with other sections of the specifications. D. Coordinate installation of electrical connections to the equipment with equipment installation work and as follows: 1. Make electrical connections to equipment furnished under other sections of the Contract Documents. 2. Furnish wiring, conduit, outlet boxes, disconnect switches, etc., as required for same throughout the project. 3. Check the General Construction, Plumbing, Heating and Air Conditioning plans and specifications and detenmne the amount of required wiring for final connections. 4. Verify locations, horsepower, voltages, etc., of all such equipment as the work progresses. 5. Advise the Architect/Engineer immediately, for clarification, if an apparent conflict arises in control wiring, power wiring, etc. 16121-2 E. Due to manufacturer's changes or substitutions, equipment furnished under the mechanical and other sections of the specifications may require different rough-in ' requirements than indicated on the plans. Secure detailed drawings from the Contractor fu_mishing the equipment, to determine actual rough-in locations, and conduit and conductor requirements to assure a proper and workmanlike ' installation. F. Install motor controls, safety switches, etc. for all equipment on new 3/4" thick pl,vwood (with two coats of paint) to match surrounding area. Arrange all equipment in each area to mount on one piece ofptywood where possible. 3.02 FINAL CONNECTIONS FROM MOTOR ST.A3%TERS TO MOTORS A. Furnish and install conduit, wiring, disconnects, etc, as required to install final connections from motor starters to motors. Verify number and size of conductors, and disconnecting means requirements. Partwinding, and wye-delta starting, as well _ as multi-speed motors may require multiple or six pole disconnects which shall be furnished and installed under this section of the Contract Documents. _ 3.03 FINAL CONNECTIONS FOR EQUIPMENT FURNISHED BY OWNER OR UNDER OTHER SECTIONS OF THE CONTRACT DOCUMENTS A. HVAC AND MECHANICAL EQUIPMENT: It is the Contractor's responsibiliD~ to obtain the submittal data from the Owner or other parties furnishing HVAC and mechanical equipment, check the data, and provide required electrical. including conduit and conductors, circuit breakers, fuses, disconnects, etc., to accommodate changes or variations in the drawings and/or specifications. END OF SECTION 16121-3 SECTION 16140 -- WIRING DEVICES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections in the specifications. 1.02 WORK INCLUDED _ A. Wiring Devices: 1. Wall switches. _ 2. Receptacles. 3. Device plates and box covers. _ 1.03 REFERENCES A. NEMA WD 1 - General-Purpose Wiring Devices. B. NEMA WD 5 - Specific-Purpose Wiring Devices. 1.04 SUBMITTALS A. Submit manufacturer's product data for wiring devices. 1.05 DELIVERY, STOtL~,GE .AND HANDLING A. Deliver wiring devices individually wrapped in factorv-fabricated containers. B. Handle wiring devices carefull3, to avoid damage, breaking and scoring. C. Store in a clean dry space and protected from the weather. PART 2 - PRODUCTS 2.01 GENERAL A. Provide factory fabricated wiring devices in the type and electrical rating for the service indicated. Where type and grade are not indicated, provide proper selection to correspond with branch circuit wiring and overcurrent protection. 2.02 ACCEPTABLE MANUFACTURERS - WALL SWITCHES A. Pass & Seymour. --. 16140-1 B. Arrow Hart. C. General Electric. D. Hubbell. E. Leviton. F. Bryant. G. Eagle Electric Manufacturing Co. 2.03 WALL SWITCHES A. Wall switches for lighting circuits and motor loads under 1/3 hp shall be AC general use snap switch with toggle handle, horsepower rated. Ivory', 20 amperes and 120/277 volt AC with number of poles and ways as required; Pass & Seymour 20AC Series, .Arrow Hart 1990I Series, Leviton 1221-1, Eagle 222V. B. Pilot light type shall be equipped with red toggle handle (glow when on), Ivory, 20 amperes and 120/277 volt AC with number of poles and ways as required; Pass & Seymour 20AC-RPL, Arrow Hart 1990PL Series, Leviton 1221-PLR, Eagle 2221PL. C. Key operated switches shall be Gray, 20 amperes and 120/277 volt AC with number of poles as required; Pass & Seymour 20AC-L Series, Arrow Hart 1990L Series, Leviton 1221-L, Eagle 2221L. Furnish key; Pass & Seymour 500K, Arrow Hart 2000, Leviton 55500, Eagle 1201LK. D. Use Pass & Seymour 20AC2-HP or Eagle 2222 for disconnect means m 120, 208 and 240 volt, single phase motor and resistance heater loads 1/3 hp through 1 hp. Surface mounted switches indoors shall be installed in Pass & Seymour 7806 NEMA 1 enclosure with 7801 handle guard. E. Switch terminal screws or connectors shall be designed to accommodate No. 10 solid conductor. 2.04 ACCEPTABLE MANUFACTURERS - RECEPTACLES A. Pass & Seymour. B. Arrow Hart. C. General Electric. D. Hubbell. E. Leviton. F. Bryant. G. Eagle Electric Manufacturing Co. 2.05 RECEPTACLES A. Convenience duplex receptacles shall be Ivory, 15 amperes and 125 volt AC; Pass & Seymour 5262-1, Arrow Hart 5262-1, Leviton 5262-1, Eagle 5262V. 16140-2 B. Dedicated circuit duplex receptacles shall be Ivory, 20 amperes, 125 volt AC; Pass & Seymour 5362-1, Arrow Hart 5362-I, Leviton 5362-I, Eagle 5362V. C. GFCI receptacles shall be 20 amperes, 120 volt with integral ground fault current interrupter; Pass & Seymour 2091-SI, Arrow Hart GF5342I, Leviton 6899-I, Eagle ' 647-2V. Do not use feed through feature. D. Heat tape receptacles shall be Pass & Seymour 6207 with Crouse Hinds WRLD-1 cover. Install round plug on heat tape cord to match weatherproof bushing on receptacle cover for watertight installation. E. Specific-use receptacles shall have volts, amps, poles and NEMA configuration as noted on drawings. Provide one matching plug for each specific use receptacle. 2.06 ACCEPTABLE MANUFACTURERS - WALL PLATES _ A. Pass &Seymour. B. Hubbell. C. General Electric. _ D. Leviton. E. Eagle Electric Manufacturing Co. _ 2.07 WALL PLATES A. Decorative wall plates shall be 0.04" Type 430 satin finished stainless steel equal to -- Pass & Seymour Sierra "S" Series. with cutouts required for devices indicated on drawings. Where switches or outlets are shown adjacent to each other, the3' shall be ganged with partitions between different .type services and covered by a single -- custom wall plate. B. Telephone, computer and CCTV wall plates shall be horizontal split, stainless steel, -- single 5/8" hole with vinyl grommet equal to Pass & Seymour Sierra S-753. C. Jumbo plates are not permitted. D. Weatherproof cover plate shall be gasketed cast aluminum with hinged gasketed device covers. PART 3 - EXECUTION -- 3.01 INSPECTION A. Installer must examine the areas and conditions under which wiring devices are to be installed and notify the Contractor in writing of conditions detrimental to the proper and timely completion of the work. Inspect devices for physical damage. _ Do not proceed with the work until unsatisfactory conditions have been corrected. 16140-3 3.02 INSTALLATION A. Install wiring devices as indicated, in accordance with applicable requirements. B. Install wall switches 48 inches above floor, OFF position down. C. Where wainscot occurs at the 48" level, install device in the wall above the wainscot or as near the 48" level as possible to provide the most pleasing appearance, but in no case partially in the wainscot and partially in the wall. D. Where shown near doors, install switches and dimmers not less than 2" and not more than 12" from door trim. E. Veri~, all door swings before rough-in and locate switches and dimmers on strike side of door. F. Install convenience, telephone, computer, and CCTV outlets with centerline at 17 inches above floor, 6 inches above counters, or at the backsplash level. G. Install specific-use receptacles at heights shown on drawings. H. Install devices and wall plates flush and level. END OF SECTION _ 161404 -- SECTION 16164 BRANCH CIRCUIT PANELBOARDS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections in the specifications. 1.02 WORK INCLUDED _ A. Lighting and appliance branch circuit panelboards. 1.03 REFERENCES A. NEMA AB 1 - Molded Case Circuit Breakers. -- B. NE/VL~. PB 1 - Panelboards. C. NEMA PB 1.1 -Instructions for Safe Installation. Operation and Maintenance of -- Panelboards Rated 600 Volts or Less. 1.04 SUBMITTALS A. Submit manufacturer's product data. -- B. Submit dimensioned drawings showing size. door-in-door construction. circuit breaker and equipment arrangement and ratings, including but not limited voltage, main bus ampaciD', integrated short circuit ampere rating. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING ' A. Deliver panelboards in factor-fabricated water-resistant wrapping. B. Handle panelboards carefully to avoid damage to material components, enclosure and finish. _ C. Store in a clean, dr>, space and protected from the weather. -- 16164-1 PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS -- A. Siemens B. General Electric Company C. Square D D. Cutler-Hammer 2.02 PANELBOARD CONSTRUCTION A. Series rating ofpanelboards is not permitted. B. Provide circuit breaker type panelboards as scheduled. Branch mounted main breakers are not acceptable. C. Enclosure shall be NEMA Type 1. D. Provide cabinet front with concealed trim clamps and hinged door-in-door construction. Locks shall be of the flush cylinder type equipped with positive catch. E. Bus shall be copper or aluminum and braced for the maximum available fault current. Minimum bus capacity shall be 100 amp. F. Provide ground bus in all panelboards. G. Neutral bars shall be full capacity. H. Exterior and interior steel surfaces, including top, bottom and sides of surface mounted panels, shall be cleaned and finished with gray enamel over a rust inhibiting phosphatized coating. Color shall be ANSI 49 Fay. I. Panelboard electrical ratings and configurations as shown on the drawings. J. Circuit directory shall be typewritten and mounted behind clear plastic, in metal frame on inside of each panel door. Circuit directors' shall indicate room number and type of load served. Room numbers shall be those determined for final use by Owner and may not necessarily be same as room numbers on drawings. K. Panelboards shall be full bussed, entire length of panel, 42 spaces. L. Circuit breakers shall be arranged in panel same as indicated on panel schedules. M. Circuit numbers shall be permanently labeled at factory using Micarta nameplate material for each pole. Stick-on decas for field installation are not acceptable. N. Split bus panelboards are not acceptable. 16164-2 - 2.03 SWITCHING AND OVERCLrRRENT PROTECTIVE DEVICES ' A. Provide molded case circuit breakers of manufacturer's standard industrial construction, bolt-on type, integral inverse time delay thermal and instantaneous magnetic trip. B. Multipole breakers shall be two or three pole as specified. Handle ties are not permitted. C. Provide UL Class A ground fault interrupter circuit breakers as shown on drawings. D. Interrupting capacid' shall be as noted on the drawings. PART 3 - EXqiCUTION 3.01 INSTALLATION A. Install panelboards in accordance with manufacturer's written instructions and applicable requirements. B. Anchor enclosures firmly to walls and structural surfaces, ensuring that they are permanently and mechanicall)' secured. -- END OF SECTION 16164-3 SECTION 16170 MOTOR AND CIRCUIT DISCONNECTS PART 1 - GENERAL 1.01 ELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections in the specifications. 1.02 WORK INCLUDED -- A. Disconnect switches, fusible and nonfusible. B. Enclosures. -- 1.03 REFERENCES A. Federal Spec. W-S-865 - Switch, Box, (Enclosed), Surface-Mounted. -- B. NEMA KS 1 - Enclosed Switches. 1.04 SUBMITTALS A. Submit manufacmrer's product data. B. Submit equipment ratings for voltage, capaciD,, horsepower, and short circuit. 1.05 DELIVERY, STORAGE AND HANDLING -- A. Deliver switches individually wrapped in factotw-fabricated water-resistant type containers. ' B. Handle switches carefully to avoid damage to material components, enclosure and finish. Damaged switches shall not be installed on project. ' C. Store switches in a clean and dry space and protected from weather. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Siemens B. General Electric Company _ C. Square D D. Cutler-Hammer -- 16170-1 2.02 FABRICATED SWITCHES A. Use 600 volt switches, single throw, fusible, or nonfusible, horsepower rated, heavy -- duty, quick-make and break, designed for locking in "ON" or "OFF" position, in code gauge steel cabinets. B. Use switches which have high conductivity copper current carrying parts and number of poles required, dependent upon phases serving equipment. C. Switches shall be Underwriters' approved for duty shown and NEMA 3R where exposed to weather. NEMA 3R switches shall have weatherproof threaded hubs for all conduit entries into switch. D. Use fuse clips which are rejecting type to accept Class J or L fuses only. _ E. Identify switches, as to equipment served, with engraved laminated plastic plates. Refer to the "Electrical Identification" section of this specification. _ F. All disconnects shall be equipped with ground lug. PART 3 - EXECUTION 3.01 INSPECTION -- A. Installer shall examine the areas and conditions under which safeD' and disconnect switches are to be installed and notif3, the Contractor in writing of conditions -- detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory. conditions have been corrected. 3.02 INSTALLATION A. For equipment with motors larger than 1/8 hp, install disconnect switches within -- sight of the motor. END OF SECTION 16170-2 -- SECTION 16450 GROUNDING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections in the specifications. 1.02 WORK INCLUDED _ A. Power system grounding. B. Communication system grounding. C. Electrical equipment and raceway grounding and bonding. 1.03 SYSTEM DESCRIPTION -- A. Ground the electrical service system neutral at service entrance equipment to metallic water service, building steel, and to supplementary grounding electrodes. Refer to grounding detail on drawings. B. Ground each separately-derived system neutral to nearest effectively grounded building structural steel member or if not available to alternate location in - accordance with N.E.C. C. Provide communications system grounding conductor at point of service entrance in -- accordance with telephone utility. company specifications. D. Bond together system neutrals, service equipment enclosures, exposed non-current ' carrying metal parts of electrical equipment, metal raceway systems, grounding conductor in raceways and cables, receptacle ~ound connectors, and plumbing systems. 1.04 SUBMITTALS A. Submit manufacturer's data on materials to be used on project. PART 2 - PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Grounding system components shall be as required to comply with the design and construction of the system indicated. - 16450-1 B. Conductors in contact with soil shall be insulated and suitable for direct burial. C. Ground Rods shall be stainless steel, 3/4" diameter, minimum length 10 feet. PART 3 - EXECUTION ' 3.01 INSTALLATION A. Install grounding conductors continuous, without splice or connection, between equipment or device and grounding electrodes. B. In feeder and branch circuits, provide a separate, insulated equipment grounding conductor. Terminate each end on a grounding lug, bus, or bushing. Equipment _ grounding conductor for receptacle circuits shall terminate at ground terminal on device. C. Connect grounding electrode conductors to metal water pipe using suitable ground clamp. Make connections to ~anged piping at street side of flange. Provide bonding jumper around water meter. _ D. Welded Connections: 1. All below grade connections, connections to rebar or structural steel connections on grounding cables #6 AWG or larger, including ground lugs, shall be welded with CADVqELD, or an approved exothermic welding _ process. This weld material shall: a. Contain no phosphorus, caustic or explosive material. -- b. Utilize a minimum of 3% tin as a wetting agent. c. Contain ingredients which screen out between 30 and 140 mesh. 2. Welded connections made in confined areas shall utilize double-filtered EXOLON smokeless molds. E. No strap grounding clamps shall be used, connections requiring bolting shall be made up with Monel metal bolts, washers and nuts. Connections shall be made only after surfaces have been cleaned, or ground to expose virgin metal. F. Conductor connections shall be made by means of solderless connectors such as serrated bolted clamps or split bolt and nut type connectors. Non-accessible ground connections shall be made by exothermic weld. G. Supplementary Grounding Electrode: Use driven ground rods on exterior of building. H. Provide grounding and bonding at Utility Company's metering equipment in accordance with Utility Company's requirements. 16450-2 3.02 FIELD QUALITY CONTROL A. Inspect grounding and bonding system conductors and connections for tighmess and proper installation. END OF SECTION -- 16450-3 SECTION 16510 LIGHTING FIXTURES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections in the specifications. 1.02 WORK INCLUDED _ A. Interior lighting fixtures. B. Exterior lighting fixtures. C. Lamps. _ D. Ballasts. 1.03 REFERENCES A. NFPA 101 - Code for Safety to Life from Fire in Buildings and Structures. -- B. NEMA WD1 - General-Purpose Wiring Devices. C. ANSI C82.1 - Specification for Fluorescent Lamp Ballasts. D. ANSI C82.4 - Specifications for High-Intensir,J-Discharge Lamp Ballasts (Multiple Supply Type). E. NEMA LE 2 - H-I-D Lighting System Noise Criterion (LS-NC) Ratings. - 1.04 SUBMITTALS A. Submit manufacturer's' data on lighting fixtures in booklet form, with separate sheet ' for each fixture, assembled by luminaire "type" in alphabetical order, with the proposed fixture and accessories clearly labeled. Ballast and lamp product data shall accompany fixture submittals. B. Submit dimensioned drawings and performance data including coefficients of utilization, candela distribution, spacing to mounting height ratio, efficiency and visual comfort probabili~'. -- 16510-1 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver lighting fixtures individually wrapped in factory-fabricated fiberboard type containers. B. Handle lighting fixtures carefully to prevent breakage, denting and scoring the fixture finish. Do not install damaged lighting fixtures. C. Store lighting fixtures in a clean, dr3' space and protected from the weather. PART 2 - PRODUCTS 2.01 GENERAL A. Lighting fixtures and accessories shall comply with the design and function requirements of the project. B. Provide lighting fixtures of the size, type and rating as scheduled, complete with, but not limited to, lamps, lampholders, reflectors, ballasts, and wiring. 2.02 INTERIOR LIGHTING FIXTURES A. Fluorescent Fixtures: Lenses shall be .125 inch average nominal virgin acrylic. Provide a minimum of 8 hold-down lens retaining clips for troffers utilizing framed diffuser lenses. B. Incandescent fixtures shall be prewired equipped with integral thermal protection. C. Fixtures for metal-halide lamps shall have protective cover over bulb or special protection for arc tube rupture. Arc tube ruptures must be contained by the lamp and fixture assembly. 2.03 EXTERIOR LIGHTING FIXTURES A. Enclosures shall be complete with gaskets to form weatherproof seal and UL approved for wet locations. B. Provide low temperapare ballasts with reliable starting to 0 degees F. 2.04 ACCEPTABLE MANUFACTURERS - LAMPS A. Phillips. B. Sylvania. NOTE: General Electric lamps are not acceptable. 16510-2 2.05 LAMPS ' A. Incandescent lamps shall be inside frosted type, 130 volts, 2500 hour minimum, extended service lamps. ' B. Fluorescent lamps shall be equal to Sylvania Octron, 32 watt, FO32/735, 20,000 hours, 2800 lumens, T8 with color temperature of 3500K and a 75CKI for operation with electronic ballasts. C. Metal halide HID lamps shall be phosphor coated or clear as recommended by fixture manufacturer. D. Maintenance Stock: Furnish a stock of replacement lamps in the original cartons or _ packing sleeves, amounting to 10% (but not less than two lamps in each case) of each type and size lamp used in each fixture type. Deliver replacement stock as directed to Owner's storage space. 2.06 ACCEPTABLE MANUFACTURERS - BALLASTS _ A. Valmont. B. Motorola. C. Magnetek. 2.07 BALLASTS -- A. Fluorescent ballast shall be electronic, sound rating A, full light output, transient protection, IEEE 587, maximum 10% total harmonic distortion. -- B. HID ballast shall be of the lead-peak autotransformer l~,pe for metal halide lamps. Ballast shall start and operate the lamp at ambient temperatures ranging from minus 20°F to 105°F. All ballasts shall be encased and potted and shall have automatic -- thermal protection, and high power factor, minimum of 90%. PART 3 - EXECUTION 3.01 INSPECTION ' A. Installer shall examine the areas and conditions under which light fixtures are to be installed and notify the Contractor in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION OF LIGHTING FIXTURES A. If a fixture type designation is omitted, furnish fixture of the same type as shown for _ rooms of similar usage. Verify with Architect/Engineer before purchase and installation. -- 16510-3 B. Check the building electrical system requirements and architectural finishes, and regardless of the catalog number prefixes and suffixes shown, fumish f~xtures with the proper trim, frames, supports, hangers, ballasts, voltage rating, and other miscellaneous appurtenances to properly coordinate with said conditions. Verify with Architect/Engineer prior to ordering. C. Check the type of ceilings to be installed in each room and verify that the recessed light fixtures are proper for the type of ceiling to be installed before ordering fixmares. D. Fasten fixtures securely to structural support members of the building; solid pendant fixtures shall be plumb. E. Immediately before final observation, clean all fixtures. inside and out, including plastics and glassware, and adjust all trim to properly fit adjacent surface, replace broken or damaged pans, and lamp and test all fixtures for electrical as well as mechanical operation. F. Protect installed fixtures from damage during the remainder of the construction period. G. Upon completion of installation of lighting fixtures, and after circuitrv has been energized, apply electrical energy to demonstrate capability and compliance with requirements. V~rhen possible, correct malfunctioning units at the site, then retest to demonstrate compliance; otherwise, remove and replace with new units. and proceed with retesting. H. Incandescent lamps shall be new at time of final acceptance. I. Fluorescent lamps may be used in the final finisl~ing of the building. Those that have exceeded more than 1/3 of their rated life (as established by Architect/Engineer records), or that have blackened ends shall be replaced with new lamps before final acceptance. END OF SECTION 16510-4 -- SECTION 16930 -- LIGHTING CONTROL EQUIPMENT PART 1 - GENERAL 1.0l RELATED DOCUMENTS A. Related documents which govern the work specified in this section. 1. The Conditions of the Contract. 2. Other applicable sections of the specifications. 1.02 WORK INCLUDED _ A. Lighting contactors and enclosures. B. Photocell. C. Time clock. 1.03 REFERENCES -- A. ANSI/NEMA ICS 6 - Enclosures for Industrial Controls and Systems. B. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies. -- 1.04 SUBMITTALS A. Submit product data on photocells, time clocks. and contactors. B. Include outline drawings with dimensions and equipment ratings for voltage, capaciD, and poles. 1.05 DELIVERY, STORAGE AND HANDLING -- A. Deliver lighting control equipment in factory-fabricated containers. B. Store in a clean, dry space and protected from the weather. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS - LIGHTING CONTACTORS A. Square D. B. Zenith. 2.02 LIGHTING CONTACTORS A. 30 Amp contactors shall be Zenith MMC Series. B. 75 Amp and larger contactors shall be Zenith MVP Series. - 16930-1 C. Contactors shall be mechanically held with auxiliary relay for 2 wire control. D. Coil Operating Voltage: 120 volts, 60 hertz ac. E. Contacts: 600 volt, amperes as indicated on drawings. F. Enclosure: ANSI/NEMA ICS 6, Type 1. G. Provide solderless pressure wire terminals. 2.03 ACCEPTABLE MANUFACTURERS - PHOTOCELLS A. Paragon. ' B. Tork. 2.04 PHOTOCELLS A. Photocells shall be sealed cadmium sul~de with manually adjustable level slide equal to Paragon CW. B. Photocell shall have minimum time delay of 15 seconds and designed so the load will remain ON in case of cell failure. C. Photocell shall have rating as shown on drawings. 2.05 ACCEPTABLE MANUFACTURERS - TIME CLOCK A. Paragon. B. Tork. 2.06 TIME CLOCK A. Time clock shall be 7-day with spring wound carryover equal to Paragon 7210 _ Series. PART 3 - EXECUTION -- 3.01 INSTALLATION A. Install lighting control equipment in accordance with the manufacturer's written instructions, the applicable requirements of NEC. B. Anchor enclosures fn'mly to walls and structural surfaces, ensuring that they are permanently and mechanically secured. END OF SECTION 16930-2