Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 25764
CITY SE�%PF_VARY CONTRAC'i NO. THE CITY OF FORT WORTH, TEXAS GUINN SCHOOL M Corf fa BUSINESS ASSISTANCE CENTER �_Com= soon CO. CttY Mum Citi mm"unofm —owm*oDN. TO-RLE COPY FO T O 1 H KENNETH BARR BOB TERRELL MAYOR CITY MANAGER r r HUGO MALANGA, P. E. DIRECTOR, TRANSPORTATION AND PUBLIC WORKS RAMON GUAJARDO ASSISTANT CITY MANAGER December 13, 1999 / T City of Fort Worth, Texas 4?%N", omm DATE REFERENCE NUMBER LOG NAME PAGE 2125100 047896 20MILL 1 of 3 SUBJECT APPROf'RIAT x � CE AND AWARD OF CONSTRUCTION CONTRACT TO .-' z = 4 � ' FOR THE RENOVATION OF THE GUINN SCHOOL TO SERVE AS A BUSINESS ASSISTANCE CENTER RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to accept $1,900,000 in Economic Development Grant funds from the U.S. Department of Commerce Economic Development Administration; and 2. Adopt an appropriation ordinance increasing estimated receipts and appropriations in the Grants Fund in an amount up to$1,500,000; and 3. Authorize the City Manager to execute a contract with R. J. Miller & Associates, Inc. in the amount of$2,268,970 for renovation of the James E. Guinn (Guinn) Middle School, including all alternates, for use as a Business Assistance Center. DISCUSSION: The first phase of the development of the Guinn Middle School Campus into a Business Development Center includes the renovation the Guinn Middle School building, one of the three buildings within the old Guinn School complexi which the City acquired from the Fort Worth Independent School District. This historically significant building, which has been vacant since the 1980s, will be renovated to provide a base of operations for various organizations. The balance of the project will lbe funded with Community Development Block Grants, which were appropriated previously by the ;City Council, and with a Defense Economic Adjustment Assistance Grant from the Texas Department of Economic Development. The renovations were prograrnrined and designed by Komatsu Architects of Fort Worth under a previous design agreement (M&t 0-16736, dated April 21, 1998). All three buildings were previously cleaned of asbestos material. The Parks and Community Services Department assisted in arranging for trees and an irrigation system on the west property line to screen the railroad tracks. The work under this contract inludes general site improvements consisting of a parking lot, fencing, landscaping, lighting and site s 'ty behind the Guinn Middle School. The interior of the building will retain the original central hallwa and space for historical exhibits in the entry halls. The classrooms and restrooms will be renovated nto modem offices and restrooms. An entry lobby will be provided at the original rear entrance, which WI become the main entrance opening into an open courtyard. The project is designed to retaih, the historically significant features of the original building and thus facilitate the selling of Historical 'tax Credits to investors. City of Fort Worth., Texas v Oluor and Council Communication qw DATE REFERENCE NUMBER -F—LOG NAME PAGE — 2/29/00 C-17$96 j 20-Mll 3 of 3 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONSTRUCTION CONTRACT TO R. J. MILLER & ASSOCIATES, INC. FOR THE RENOVATION OF THE GUINN SCHOOL TO SERVE AS A BUSINESS ASSISTANCE CENTER FISCAL,INFORMATION/CERTIFICATION; The Finance Director certifies that upon approval of the above recommendations, adoption of the attached appropriations ordinance and receipt of the grant, funds will be available in the current operating budget, as appropriated, of the Grants Fund. RGJ Submitted for City Manger's FUND I ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (W) (1)GR76 451266 020212624010 $1,900,000.00 A~.P Ramon G*ardo 6140 (2)GR76 541200 020212624010 $1,900,000.00 WY00UNCIL Originating Department Head: Hugo Malanp 5700 (from) FE13 *9 20 (3)GR76 541200 020212624010 $1,900,000.00 �&-NLI-4.0 Additional information Contacti. (3)GR76 541200 020430556010 $ 368,970.00 . P400 Hugo Maimp 5700 C94 Adop,ted ordinance No. -i City of Fort Worth, Texas mayor and council communicati"Oft DATE REFERENCE NUMBEROG NAME GE 2/29/00 I C-'17896, 1 20MILL 7 1 of 3 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONSTRUCTION CONTRACT TO R. J. MILLER & ASSOCIATES, INC. FOR THE RENOVATION OF THE GUINN SCHOOL TO SERVE AS A BUSINESS ASSISTANCE CENTER RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to accept $1,900,000 in Economic Development Grant funds from the U.S. Department of Commerce Economic Development Administration; and 2. Adopt an appropriation ordinance increasing estimated receipts and appropriations in the Grants Fund in an amount up to $1,900,000; and 3. Authorize the City Manager to execute a contract with R. J. Miller & Associates, Inc. in the amount of$2,268,970 for renovation of the James E. Guinn (Guinn) Middle School, including all alternates, for use as a Business Assistance Center. DISCUSSION: The first phase of the development of the Guinn Middle School Campus into a Business Development Center includes the renovation of the Guinn Middle School building, one-of the three buildings within the old Guinn School complex, which the City acquired from the Fort Worth Independent School District. This historically significant building, which has been vacant since the 1980s, will be renovated to provide a base of operations for various organizations. The balance of the project will be funded with Community Development Block Grants, which were appropriated previously by the City Council, and with a Defense Economic Adjustment Assistance Grant from the Texas Department of Economic Development. The renovations were programmed and designed by Komatsu Architects of Fort Worth under a previous design agreement (M&C C-16736, dated April 21, 1998). All three buildings were previously cleaned of asbestos material. The Parks and Community Services Department assisted in arranging for trees and an irrigation system on the west property line to screen the railroad tracks. The work under this contract includes general site improvements consisting of a parking lot, fencing, landscaping, lighting and site security behind the Guinn Middle School. The interior of the building will retain the original central hallways and space for historical exhibits in the entry halls. The classrooms and restrooms will be renovated into modern offices and restrooms. An entry lobby will be provided at the original rear entrance, which will become the main entrance opening into an open courtyard. The project is designed to retain the historically significant features of the original building and thus facilitate the selling of Historical Tax Credits to investors. City of Fort Worth., Texas mayor and Council communication DATE 2/2-9/00 REFERENCE NUMBER LOG NAME kGE C-17896 20M I LL 2 of 3 SUBJECT APPROPRIATION ORDINANCE AND AWARD CONSTRUCTION CONTRACT TO R. J. MILLER & ASSOCIATES, INC. FOR THE RENOVATION OF THE GUINN SCHOOL TO SERVE AS A BUSINESS ASSISTANCE CENTER The renovation of the Industrial Arts and Gymnasium Building and the Elementary School are being designed and constructed in later phases. Design of the MedTech Center is scheduled to commence in March, 2000. The project was advertised for bid in the Fort Worth Commercial Recorder and the Fort Worth Star- Telegram on December 9 and 16, 1999, with the following bids received on January 27, 2000. Bidders Base Bid .Alt 1 Alt 2 Alt 3 Plaster Rwair R. J. Miller&Associates, Inc. $2,200,000 $43,500 $13,470 $12,000 $10.00 Texas Unified Constructors, Inc 2,239,900 38,433 7,200 47,000 12.00 The Frymire Company 2,240,000 75,000 6,500 22,000 16.00 Woodrose Company, Inc 2,309,741 33,572 8294 3436 18.00 Joe R. Jones Construction, Inc 2,438,834 42,825 7,625 43500 11.50 Phoenix I Restoration & 2,470,000 32,000 22,000 15,000 8.00 Construction, Ltd. Reeder General Contractors, Inc. 2,500,000 24,000 10,200 - 12.00 USA Environmental,Group, Inc. 2,566,500 11,500 69,100 48,800 22.10 Westerchil Construction Co. 2,590,000 60,000 6,000 45,000 - Ed A. Wilson, Inc. 2,645,000 36,000 8,000 51,500 13.50 The contract duration was specified to be 300 Calendar Days. The Alternates were as follows: 1. Entry canopy construction to the west of the lobby door; and 2. New concrete sidewalk replacement along the east front of the building at the 1-35 service road; and 3. Landscape and site irrigation work. The unit price would be employed to negotiate a change order for additional plaster work should it be necessary. R. J. Miller & Associates, Inc. was determined to be the lowest responsible bidder, and the architect recommended that the bid be accepted. R. J. Miller & Associates, Inc. is in compliance with the City's M/WBE Ordinance by committing to 36% -MYWBE participation. The City's goal on this project is 36%. This project is located in COUNCIL DISTRICT 8. City of Fort Worth-, Texas .Mayor and Council Communication DATE REFERENCE NUMBER 111 AME PAGE 2/29100 C-17896 ] 20MILL 3 of 3 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONSTRUCTION CONTRACT TO R. J. MILLER & ASSOCIATES, INC. FOR THE RENOVATION OF THE GUINN SCHOOL TO SERVE AS A BUSINESS ASSISTANCE CENTER FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendations, adoption of the attached appropriations ordinance and receipt of the grant, funds will be available in the current operating budget, as appropriated, of the Grants Fund. RGJ Submitted for City Manager's FUND ACCQUNTT_ CENTER AMOUNT CITY SECRETARY Office by: (to) (1)GR76 451266 - 1 020212624010 $1,900,000-00 Raman Guajardo 6140 (2)GR76 _641200 10202126 010 $1.900.000.00 -Originating Department Head: + Hugo Malanga 5700 (from) APPROVED 2/29/00 020212624 —f— (3)GR76 541200 010 1.900.000.00 ORD.NO. 14121 Additional—Information Contact: (3)GR76 541200 020430556010 $ 368,970.00 Hugo Malanga 5700 rughews 217871 4M To: Lk)da Taylor Date:1141100 rime:13:04:22 Page 2 of 2 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Building Services Division Fax 871-8488 ADDENDUM NO. 1 r GUINN SCHOOL BUSINESS ASSISTANCE CENTER 648 ROSEDALE AVE, FORT WORTH Bid Opening Date: January 27, 2000 (No change) Prebid Conference: January 6, 1999 at the Guinn School She (No Change) Added: Additional Site Visits: The facilities will also be open for inspection by prospective General Contractors,Subcontractors and Suppliers at the following times: Tuesday,January 11, 2000 from 9:00 AM to 3:00 PM Wednesday,January 12, 2000 from 9:00 AM to 3:00 PM r No advanced reservation is necessary. All visitors must supply their own lights and ladders. Acknowledge the receipt of this addendum on your Proposal. H. A. MALANGA, P.E. DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS By: Nancy Richardson, R.A.,871-8014 RELEASE DATE* January 4, 2000 From:Mk*hiathows 1174714498 To* LkgU Taylor Date:11414100 Time:22:04:50 Page I of 7 Pit 01/11/00 January 11, 2000 ADDENDUM NO. 2 TO THE CONTRACT DOCUMENTS FOR: GUINN SCHOOL BUSINESS ASSISTANCE CENTER 649 ROSEDALE FORT WORTH,TEXAS CITY OF FORT WORTH BUILDING SERVICES DIVISION A TRANSPORTATION& PUBLIC WORKS 1000 THROCKNIORTON STREET FORT WORTH..TEXAS 76102 K-Al PROJECT NO. 7152 This addendum forms a part of the Contract Documents and modifies the drawings and project manual dated December 13, 1999 as noted herein. Bidder shall acknowledge receipt of this addendum where indicated on the bid form; failure to do so may subject the bidder to disqualification. REFER TO THE PROJECT MANUAL FOR THE FOLLOWING ITEMS: A. GENERAL A. Additional Building Observation Date The City of Fort Worth will open the building for observation, review and investigation by interested parties from 10:00 AM to Noon on January 20,2000. Temporary lighting will not be provided so personal flashlights are required. All site visits are at the risk of the persons involved. Proper clothing, shoes and hard bats are recommended. B. Prebid Conference: The Pre-Bid Conference was held on January 6, 2000 as stated in the Advertisement for Bids. The items discussed and which are deemed appropriate by the Architect for inclusion in this Addendum are included herein. 1. A copy of the Pre-Bid Conference attendees list is included as an attachment to this Addendum. C. Asbestos Containing Material(ACM): The City of Fort Worth has made a survey for ACM and has previously removed or entombed ACM in the three buildings on the James Guinn School site. ACM has been entombed and appropriately signed in the pipe chase located under the first floor of the Business Assistance Center project building. To our best information,knowledge and belief all other ACM in the building .,has been abated. Should any suspected ACM be encountered during the course of work under this contract, observe all proper safety precautions, and notify the Owner's Representative for investigation. A Guinn School Business Assistance Center Page I of 7 Addendum No.2 Frain:hike Mattww%2174IM4432 TO: LkXU Tayi" Cato:ItIV100 Tiffw:22:05:57 Page 2 of 7 01/11100 copy of the ACM Removal Specifications is available for review at the City of Fort Worth. D. Lead Based Paint: A copy of the Lead Based Paint Survey is attached to this Addendum for information. E. Additiorial Addendum Items: Requests for additional information and/or clarifications to the contract documents will be received during the bid period and appropriate responses via Addenda will,be published. 2. SECTION 02820-FENCES AND GATES 2.1 MANUFACTURED ORNAMENTAL POLYMER-COATED STEEL FENCING AND GATES Change paragraph B. to read: 2. Basis of Design- Provide fence systeni equal to EGIS H industrial-weight "Classic"3-rail fence system and matching"FraiisPoff'cantilever horizontal sliding gates and personnel single swing gates, as manufactured by Anieristar, Tulsa, OK(900-321-8724). 3. SECTION 04901 - MASONRY RESTORATION AND CLEANING 1.2 SUMMARY Add the following: 4. In addition to the masonry work described in section 04205, Base Bid work sliall include repair, replacement and/or restoration of designated areas totaling a minimum of 400 square feet of masonry wall surface, including those areas indicated on the drawings. 4. SECTION 09512- SUSPENDED CEILING SYSTEM 2.3 LAY-IN ACOUSTICAL CEILING SYSTEM Change to read: I. Room Finish/Color Schedule designation: "Cl" 2. Acoustical Panels: 1. Size: 24 by 24 inches. 2. Edge profile: Square. 3. Color: White. 4. Basis of Design: "Minatone Cortega Square Lay-W', Armstrong World Industries, Inc. S. SECTION 09900—PAINTING 1.1 SUINIMARY Add the following: Guinn School Business Assistance Center Page 2 of 7 Addendum No.2 From:Bike MatMws X17.871-Ei88 To: Lin&Trylor DAte:IMIMOO Time:22-.06:51 Page 3 of 7 r 01/11/00 PU9. Remove existing paint finish material from quarry the base in all areas where quarry the base is to remain as the finish surface. 6. SECTION 16721 -FIRE ALAn1AND DETECTION SYSTEMS 2.01 ACCEPTABLE NIANUFACTURERS Add the following: CoServe Security REFER TO THE CONTRACT DRAWINGS FOR THE FOLLOWING ITEMS: 1. SHEET D1.1 Add the following: A. Corridor 100: Remove the existing drinking fountain located at the South end. 2. SHEET D1.2 Add the following: A. Corridor 200: Remove the existing drinking fountains located at the north and south ends. 3. SHEET ALL Add the following: P Z A. Partition and Wall Types: Type"0": Add the following to"Remarks" Provide lath and plaster on metal framing where infilling adjoining existing plaster surfaces. Provide continuation of Quarry tile base, ceramic tile wainscot and metal triin to match existing,at Type"0" plaster wall PF surfaces in corridors and stairs. A. Room 116: Elevation reference 11/A5.7: Cabinets on the north wall and chalk and tack board configurations shall be as illustrated on specification sheet 10950-4.- Door 133A: Reverse door to a right hand swing from Vestibule 117. Near the southwest corner, where existing corridor door and frame are removed, infill demolition opening in masonry corridor wall with CMU covered with Type"E"furring on room side. Infill doorway opening in the existing corridor wall with plaster on metal flaming to match the existing corridor wall, and provide continuation of matching quarry the base, cerarnic file wainscot and metal trim. The indicated locker relocation work- is not required. B. Vestibules 141A and 142A: Change the indicated wall type from "D 1" to"D". Guinn School Business Assistance Center Page 3 of 7 Addendum Nat rrom:FAk*M&**w%ti?-ITi-UU To; LkxUTay$or Dalc VIIIIOG Titus:22.07:46 Page 4 of 7 01/11/00 C. Corridor 100: Add the following work note: Patch and refinish wainscot area where drinking fountain is removed. 4. SHEET A1.2 A. Room 203:Add the following work note: Close existing floor openings with concrete. B. Corridor 200: Add the following work note: Patch and refinish wainscot areas where drinking fountains are removed. 5. SHEET A2.1 A. East Elevation: Change Note #15 to read: Provide new overflow scuppers, refer to Roof Plan. Note #15 remains unchanaed on all other elevations. Add the following,work notes at two exterior entry alcoves: 19. Clean and repaint all previously painted surfaces. 20. Clean existing masonry and floor Surfaces, 21. Replace missing metal flashing above cast stone arches with specifiedprefinished metal. 6. SHEET A6.1 F. Door Schedule: add the following: At Vestibule 107: Provide replacement door Type 7 for two folding screen pocket frames. bistall doors on new hinges set in existing frame preparations. Doors shall be fixed closed in place with concealed screws into strike side stop. 7. SHEET A6.2 A. Detail C3, Door Jamb: Change note by symbol#11 to note 924. 8. SHEETS ATI and A7.2 A. Change indicated lay-in ceiling file pattern and suspension grid to a 24"x 24" system. Guirin School Business Assistance Center Page 4 of 7 Addendum No.2 r From:Mks Mathows 21 7471-UU To: Lir-4&Taylor "0:1M1M00 Urw:22:01:33 P"5 of 7 01111/CIO Pill` TO: Mike Hatlawws,PX- TranspaqUVion/PublIc Works FROM; Kchaell Gauge;Sr.Environmental Specianst A/q c4rnipliance JPI� Its DATE: OCtober 26,1998 SUBJECT: 3arrun 15-Guinn SchcKA leapd-based saint nsse="At r Lead Check swabs were utilized to assess U-ie pirtted surfaces at 3larrie—s F.Guinn Scholl,1100 South Freeway. "the swabs are unable to quantit-atively determine the lead content of a sample. However,the swabs are capable of Ideniltying surf-acts that have lead levels above regulatory action levels. pill Based on wipe sampling conducted at 3ames E-Gann School the following painted ---vfaces contain load levels that exceed regulatory action levels: 0 Door frames; a Door fac(*; - Window frames;and a Exterior rnetal canopy s4Wrts. Due the teed content of the above painted surfaces both aM and TNRCC rutes/tegulations will apply. OSHA reguiaWrts contain requkerrift-its for both workor protection and removal methodology(eg.,engineering controls). Addibonally the TNRCC regulatlons govern the OLVo-,ml med*ds for lead containing debris. IP Pkase contact me at 561-3706 with any questions. Thank you. Guilin School Business Assistance Center Page 5 of 7 Addendum No.2 Z-ON wnpu;?ppy L JO 9 z2vd 1-clivaO POUT31SISSV ss'suisna looqoS tmino Id C2, NZ Zza; n M 8; q. a 1.0 O to — 2 p za ;a 51 5r md R 0 Ag I ;; R o .fit C: 5t )L 's J2 cc Z3 X 'LOU vi U. w 4'S A c j CL 0 00/11/10 ) OU4 Id Z-ON tUnDuoppV I. lo I pgaf 121tI2 *ouv)s'SSV ssou!sna lo()tl*s uxqnq ■ C� N tit 40 E"! Zo Lo N L7 T j N r- Z ca fAd tl 04 � >- vi tx ci - 2 12 s E < LU 3 — 78 0 V) C :S D 3 z co ja 00/11/10 L P L*Bed :01 ■ January 20, 2000 ADDENDUM NO. 3 • TO THE CONTRACT DOCUMENTS FOR: GUINN SCHOOL BUSINESS ASSISTANCE CENTER 648 ROSEDALE FORT WORTH, TEXAS PP CITY OF FORT WORTH BUILDING SERVICES DIVISION TRANSPORTATION & PUBLIC WORKS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 KAI PROJECT NO. 7152 This addendum forms a part of the Contract Documents and modifies the drawings and project manual dated December 13, 1999 as noted herein. Bidder shall acknowledge receipt of this addendum where indicated on the bid form; failure to do so may subject the bidder to IP disqualification. 1P REFER TO THE PROJECT MANUAL FOR THE FOLLOWING ITEMS: t. GENERAL A. Additional Building Observation Dates: The City of Fort Worth will open the building for observation, review and investigation by interested parties from 10:00 AM to 2:00 PM on Tuesday,January 25, 2000. Temporary lighting will not be provided. Personal portable lights will be necessary. All site visits are at the risk of the persons involved. Proper shoes, clothing and hard hats are recommended. B. The Secretary of the Interior's Standards for Rehabilitation: Work under this contract shall follow the applicable recommendations contained in"The Secretary of the Interior's Standards for Rehabilitation." 1. "The Secretary of the Interior's Standards for Rehabilitation" is available on the internet at: http://www2.cr.nps.gov/TPS/tax/rehabstandards.htm or may be reviewed at the City of Fort Worth. Guinn School Business Assistance Center Page 1 of 10 Addendum No. 3 r P1 2. GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION EDA GRANT PROJECTS K-3 LIABILITY INSURANCE Clarification of Paragraph K-3, 3)Asbestos Abatement Liability Insurance: To fulfill the abatement insurance requirement, the contractor shall provide a current insurance certificate, in the amounts stated, from either the abatement contractor or the general contractor. It is not necessary for both contractors to • provide this insurance. 3. SECTION 02765 - PAVEMENT MARKINGS PART 2 PRODUCTS Add the following: 1P 2.3 Precast Wheel Stops: Provide commercially produced precast reinforced concrete wheel stops where indicated on Sheet C3.1. Wheel stops shall be a minimum of 6-0" long, with a semi-circular or trapezoid section. Provide manufacturer's standard finish. A. Install in locations and quantities shown on sheet C3.I. Anchor each wheel stop to asphalt paving with a minimum of two steel rods. 4. SECTION 02752 - REINFORCED CEMENT CONCRETE PAVEMENT PART 3 EXECUTION: Add the following: ID 3.11 Accessible Ramps: Provide concrete paved ramps with applied contrasting color and cross ramp texture grooves complying with ADA and State of Texas accessible requirements. 5. SECTION 08592 - WOOD WINDOW RESTORATION Window Condition Survey: Page 08592-14: Change window designated as number 010, to number 0107. Page 08592-34: Window number 200, add Recommendation code"R." 6. SECTION 15010—BASIC MECHANICAL REQUIREMENTS 1.06 OPERATING AND MAINTENANCE MANUALS Make the following change in paragraph A: Second sentence, change"Prepare three...."To "Prepare five....." Guinn School Business Assistance Center Page 2 of 10 Addendum No. 3 7. SECTION 15010 - BASIC MECHANICAL REQUIREMENTS 2.01 ACCEPTABLE MANUFACTURERS Change paragraph E to read: po E. MANUFACTURER'S REFERENCE: Catalog, brand names, and manufacturer's references are descriptive, not restrictive. Bids on P, brands of like nature and quality will be considered. Within 14 days after bid opening and upon request of the architect or contractor, the contractor will submit a full sized sample and/or detailed information as required to allow the architect to determine the acceptability of proposed substitutions. Where equipment has been listed as "no substitutes accepted", the City will accept no R" alternates to the specified equipment. 8. SECTION 15400 - PLUMBING Op 2.01 DRAINAGE AND VENT PIPING Change paragraph E, first sentence from"... Type M..." to "...Type L..." 2.25 PLUMBING FIXTURES P1 Change paragraphs B through I to read: B. L-1 Kohler (K2863), 8"CC wall hung, enameled cast iron �• lavatory, with Delta faucet (3549 WLF.CHDF ADA) chrome finish, with RP 12491 handles, 1-1/4" trap, nipple and concealed arm support JR Smith 0720-E Provide Truebro lavguard undersink protective pipe a' covers for all undersink pipes. E C. L-2 Kohler (K2863), 8"CC wall hung, enameled cast iron handicap lavatory, wheelchair users (9140.013), with Delta faucet (3549 WLF.CHDF ADA) chrome finish, with RP12491 handles,l- 1/4" trap, nipple and concealed arm support JR Smith 0720-E Provide Truebro lavguard undersink protective pipe covers for all undersink pipes. D. WC-1 Kohler (K-4330), 14"H. (standard) water closet, white, Olsonite #95 open front seat less cover, flush valve Sloan RESS-XD- C-3.5 (Battery powered closet electrofit)—l". E. WC-2 Kohler (K-4330), 17"H. (ADA) water closet, white, 1 Olsonite # 95 open seat less cover, Flush valve Sloan RESS-XD-C- 3.5 (Battery powered closet electrofit) — 1 ". F. UR-1 Kohler (K-4972-T), blowout urinal (standard) white, flush valve Sloan RESS-XD-C-1.6 ((Battery powered closet electrofit)— Guinn School Business Assistance Center Page 3 of 10 Addendum No. 3 r ■ 3/4". stainless steel strainer(047068-0070A). G. UR-2 Kohler (K-4960), blowout jet superior (ADA) white, flush valve Sloan RESS-XD-C-1.6 (Battery powered closet electrofit) —3/4" stainless steel strainer(047068-0070A) 17" from finish floor. H. SK-1 Stainless Steel double kitchen sink - Elkay kitchen sink (LRAD3322-4) 6-1/2" depth with LK 2443 faucet and LK35 drain. Coordinate with architect for size. Provide Truebro lavguard undersink protective pipe covers for all undersink pipes.. I. MS-1 Service Sink Kohler (K-6716), 24"X20-1/4" basin with K- 8904 faucet and 3" I.P.S. trap outlet. 9. SECTION 15620—ROTARY SCREW WATER CHILLER 1.02 — SYSTEM DESCRIPTION A. Change "...centrifugal type chiller..." to "...screw type chiller..." op 10. SECTION 15840 —AIR TERMINAL UNITS-VARIABLE VOLUME 1.08 - WARRANTY A. Revise sentence to read as follows: " Provide manufacturer's parts and labor warranty for one year from Beneficial Occupancy" 11. SECTION 15849 - AIR TERMINAL UNITS-VARIABLE VOLUME E 2.08 — DIRECT DIGITAL VAV CONTROLS Revise paragraph 1. As follows: "...Section 15960 Energy Management and Control System (WDDC)...". Add paragraph 4. As follows: 4. All of the above costs are costs to the General Contractor. The General Contractor's price shall include all of these costs. t !' 12. SECTION 15849—CENTRAL STATION AIR HANDLING UNITS 2.07 — COILS r D. —Water Cooling Coils Guinn School Business Assistance Center Page 4 of 10 Addendum No. 3 4. Change first sentence from "Construct tubes of 5/8 inch..." to"Construct tubes of V2 inch..." 13. SECTION 15800—HVAC EQUIPMENT 2.07 —AIR SILENCERS 1P Remove this paragraph in its entirety. 14. SECTION 16721 - FIRE ALARM AND DETECTION SYSTEMS 2.01 ACCEPTABLE MANUFACTURERS Add the following: Grinnell Faraday REFER TO THE CONTRACT DRAWINGS FOR THE FOLLOWING ITEMS: 1. GENERAL A. The following drawing sheets are revised and reissued as a part of this addendum: C3.1 and C4.1 B. The following drawing sheet is added to the documents as a part of this addendum: P A5.8 C. The following Supplementary Drawing sheets are added to the documents as an attachment to this addendum: C2.2A, A4.2A, P 1.1 A, P 1.1 B, PLIC, P 1.2A, E LOA, E3.I A, E3.I B, E5.OA, F LOA, F LOB, F 1.2A, and F LBA 2. SHEET C2.2 A. Refer to North Elevation 2/C2.2: Add the concrete reinforcing for the sitework steps and end abutments as shown on sheet C2.2A, attached. 3. SHEET C3.1 A. Replace this sheet with the revised sheet C3.1 issued with this addendum. 4. SHEET C4.1 Guinn School Business Assistance Center Page 5 of 10 Addendum No. 3 r 9 P A. Replace this sheet with the revised sheet C4.1 issued with this addendum. PF 5. SHEET D 1.1 Ip A. Notes By Symbol: Change note number 7 to read: F, i. Remove portions of wall, doors and frames shown dotted. Refer to Salvage Schedule. Coordinate door frame removal or reuse with Door Schedule, sheet A6.1. r B. Demolition and Salvage Schedule: Clarification of Finishes; Acoustical Lay-in I' Ceiling System: No salvage or reuse of existing acoustical lay-in ceiling system components is a part of this work. C. Clarification of first floor slab on grade demolition (Note #2) and replacement, i consistent with the requirements of Sections 0206 land 03300: 1. Demolition and Removal: Saw cut slab approximately 1" deep and break out demolition areas leaving 16" of existing reinforcing for tie-in. Or, saw cut through slab and provide #4 x 18" dowels at 16" on center drilled and �r epoxy set 6" into existing slab face continuous at slab opening perimeter. 2. Demolition Work: After removal of above floor fixtures and construction, •' remove floor slab and complete sub grade demolition and installation of new plumbing, mechanical and electrical items. Place and compact backfill, and prepare subgrade for concrete infill. 3. Floor Slab Infill: Infill demolition areas with 5" thick concrete slab reinforced with#3 at 12" on center each way over vapor barrier on sand fill. Where infill slab abuts existing slab, provide thickened edge to match existing slab overall thickness (approximately 5" to 8"), as detailed on section 1/A3.4. 3 16. SHEET D 1.2 A. Notes By Symbol: Change note number 7 to read: 7. Remove portions of wall, doors and frames shown dotted. Refer to Salvage Schedule. Coordinate door frame removal or reuse with Door Schedule, sheet A6.1. Guinn School Business Assistance Center Page 6 of 10 Addendum No. 3 PM Ip FP B. Toilet room at north stair: Add Notes By Symbol number 12: 12. Remove ceramic tile floor and wall finish as necessary to accommodate IP new construction and finishes for Room 240. 7. SHEET A2.1 Im A. Notes By Symbol: Change note number 13 to read: 13. Repair and restore cracked, deteriorated and damaged masonry according to the requirements of specification Section 04901 -Masonry Restoration and Cleaning. 8. SHEET 4.2 A. Refer to detail 3/A4.2: Change roof edge detail per A4.2A, attached. 9. SHEET A5.1 A. Room Finish Schedule: 1. Rooms 104, 105, 108, 109, 110, 111, 112, 113, 114, 115, 118, 119, 120, 121, 122, 123, 124, 125, 203, 204, 205, 206, 207, 208, 209, 210, 211, 212, 213, 214, 215, 216, 217, 218, 219, 220, 221, 222 and 223: Add the ■ following note number 7 to "Remarks" : 7. Provide Floor Leveling Grout or Concrete Topping, as appropriate, over prepared existing concrete sub-floor as a substrate for scheduled flooring. 2. Rooms 100, 101, 107 and 117: Change"Remarks" note number 3 to number 4. 3. Rooms 107, 117, 127 and 128: Change ceiling to C3. 4. Rooms 125, 127, 128, 131, 138, 142, 142A, 200, 202, 210, 223, 225, 226 and 230: Delete"Remarks"note number 3. 5. Rooms 127 and 225: Add the following note number 8 to "Remarks": 8. Patch and/or fill existing floor as necessary to provide smooth surface. 6. Rooms 137: Guinn School Business Assistance Center Page 7 of 10 Addendum No. 3 Change ceiling from C1 to C2. Change "Remarks" note number 3 to number 5. 7. Room 140: Change "Remarks" note number 3 to number 6. Add the following"Remarks" note number 9. 9. Provide ceramic the wainscot (W2A) at mop sink per Accessory/ Fixture Legend, item "P" sheet A5.2. Ip 8. Room 141: Change the floor from F3 to F 1. Ip 9. Rooms 141A and 142A: Change all walls from WIA to W4. 10, Room 200: Change the floor from F1 to F5. 11. Room 202: Change the floor from F5 to F I. 12. Room 225: Change the floor from F I to F6. Op 13. Rooms 236 and 238: Change ceiling from Cl to C4. Delete"Remarks" note number 1. 14. Room 237: Change Floor from F I to F7. Change all walls from W I F to W I E. Change ceiling from C I to C2. Change "Remarks"note number 3 to number 5. 15. Room 239: Change finishes as follows: PI Floor: Existing ceramic tile, patched (F4). Base: Cove ceramic tile(B3), top set over existing floor tile. Change"Remarks" note number 3 to number 6. 16. Finish Schedule Remarks: Change notes number 4 and 5 to read: 4. Reference sheet A5.7 for ceramic tile wall pattern. 5. Reference sheet A5.2 for quarry the floor pattern. 10. SHEET A5.7 A. Notes By Symbol and room elevations 6/A5.7 and 10/A5.7: Delete Notes By Guinn School Business Assistance Center Page 8 of 10 Addendum No. 3 Symbol numberl 7, and delete reference to Note #17 on room elevations 6/A5.7 and 10/A5.7. OW 11. SHEET A5.8 A. Add this sheet issued with this addendum to the documents. 12. SHEETS A5.3, A5.4 and A5.6 ■ A. Notes By Symbol and corridor elevations: Notes By Symbol numberl applies to all lockers that remain in the completed project. Change Notes By Symbol number Ito read: Op 1. Clean interior of existing lockers, doors spot welded shut and the exterior surface cleaned, derusted, primed and painted indicated color. Straighten deformed locker doors. Replace damaged or missing components with parts from salvaged locker units. No new replacement components will be required. Refinished lockers will not be operable. 13, SHEET A6.3 A, Window Schedule: Windows number 132 and 235, add the following note to "Remarks": Replace existing wood window with matching new manufactured unit. 14. SHEET S-3 A. Refer to Detail 5304: In order to raise the roof slope as detailed, and also maintain the existing fascia line elevation at the north and south ends of the one story portion of the building, modify the Detail as follows: po At both the north and south ends of the one story existing joist framing, the first joists will remain at its existing elevation. The second joists shall be elevated using a W4x13 x 0'-6", or its equivalent. The balance of the existing joist frame will be elevated as detailed. The metal roof deck shall be warped down to the continuous edge angle at the north and south ends to match the elevation of the west joist ends. 15. SHEET P1.1 A. Underfloor Plumbing Plan: Change entry into the building of new 6" fire line to backside of building into the Mechanical Room per P 1.1 A and P 1.1 B attached. Guinn School Business Assistance Center Page 9 of 10 Addendum No. 3 16. SHEET P 1.1 A. Underfloor Plumbing Plan: Add keyed note #6 noting location of new 6" fire line ■ on civil drawings per P 1.1 C attached. 17. SHEET P 1.2 IP A. Floor Plan—Plumbing: Change new 6" fire line route to the Mechanical Room per P 1.2A attached. 18. SHEET ELO P, A. Electrical Legend: Change per E LOA attached. 19. SHEET E3.1 A. First Floor Plan - Electrical Power: Change per E3.1 A attached, B. General Notes: Change per E3.1 B attached C. Add"Notes By Symbol"per E3.1 B attached. 20. SHEET E4.1 A. First Floor Plan - Electrical Lighting: In Room 132 (Conference) change the four type "E" fixtures to type "C" fixtures. 21. SHEET E5.0 A. Wiring Panel Schedules "ILB" and "MDP": Change per E5.OA attached. 22. SHEET FLO A. First Floor Plan—Fire Protection, Change per F LOA and F 1.013 attached. 23. SHEET F1.2 A. Second Floor Plan—Fire Protection: Change per F 1.2A and F 1.2B attached. END OF ADDENDUM NUMBER 3 Guinn School Business Assistance Center Page 10 of 10 Addendum No. 3 pe rr ABUTMENT REINF. = 2 LAYER OF #3 BARS 3" CLEAR OF PERIMETER Wf #3's 0 CORNERS w t — ps TYP. END ABUTMENT REINF. 3 NOSE BAR TYPICAL ALL STEPS) `0 SLOPE TREADS DOWELS TO BE 1/4" DRAIN 0 #4 a 18' O.C. FOR RISE, RUN, AND X r. OF STAIRS, REFER---jY "'• :u.s� 0 ARCHITECTURAL. �1 f2 M " EXP. Jr. Wj ASTIC SEAL. #4 0 18" O.C,E,W. _ 'i :.* .. SPHALT DOWEL ALL HORIZ. ~'. _ BARS INTO SIDE ABUTMENTS. ' .; =:• DE BEAM: REINF. (GA)-#4 REBAR Wj #3- Ives 3 vee a 18" O.C. DOWELS TO BE #4 0 18" O.C. ' IP w LREFER TO ARCHITECTURAL f'-0" REFER TO ARCHITECTURAL S305 WEST ENTRY STAIR REINFORCING SECTION SCALE; 3j4" = 1'-0" SCALE# 3i4'=1•-0• STAIR SECTION' DATEi JOB NO.; 7152 C2 . 2A GUINN SCH04L BUSINESS CENTER ® K O M A T S �! 648 ROSEDALE AI C H t T E CT t/ tE FORT WORTH, TEXAS pp Guinn School Business Assistance Center Attachment to Addendum No,3 pm CONT. ANGLE 3" X 3" X 1/411 2 CONT. NAILERS CUT FROM 2 X 6 ANCHOR WITH 1/2"0 BOLTS @ 36" O.C. 4" GRAVEL STOP AND CONT. CLEAT W/ SPLICE COVERS PER SMACNA 2-5A FASTEN GUTTER WITH #12 X 2" 2 ?p WOOD SCREWS @ 24" O.C. GUTTER SPACERS @ 48" 6"X6" PREFINISHED METAL 12 GUTTER SMACNA PROFILE 1-2A fp 2 X 12 BEVEL BOTTOM TO 15' EXISTING WALL --- REFER TO 3/A4.2 FOR eALLANCE OF DETAIL SCALE: 1 1/2'=1*-0' TYPICAL FIRST FLOOR FASCIA DATE JAN. 21, 2000 JOB NO.: 7152 GUINN SCHOOL BUSINESS CENTER A4 . 2A KOMATSU 648 ROSEDALE A It C H I T E C I U k E FORT WORTH, TEXAS Guinn Ncoo l Business Assistance Center Atta-cffwent to Addendum No.3 ELECT MECHANICAI— LAN MB STAIR 2- !p ------ ------ -------- ------- In 121 2" VENT UP so — 14 ---------- Ilp OFFICE OFFICE RECEPTION �,, ESTIBULE ', 11 i 1 B 1 1 1 CORRIDOR 120 —'CLOSET 118 =2_4 OFFICE 1 116 OFFICE CE =121 119 13 po pp pw I 5_.-- -- --------- SCALE-- NONE UNDERFLOOR PLUMBING PLAN DATE. 12JMOO JON JW Na: 7152 GUINN SCHOOL BUSINESS CENTER P1 . 1 A KOMATSU 1115 SOUTH FREEWAY A a C " I 'I I C T v x I FORT WORTH, TEXAS 76102-3688 Guinn School Business Assistance Center Attachment to Addendum No.3 ps HISP CH A? lel 6 !1 17 3" T. � �» �- DCt} 146 I.E. � 615.50' Ile 1.E. 0 616.21' 3" RD UP ' t 4« ( 122 i r 3" I - --------- E I ! E f ! E I ! E E —J,12 f (n ---Mw €_--_---- ELEC/ LAN E MECHANICAL 2 E r� 8 TAIR _ I I I 2" op Ito L C r 121 2" VENT UP SC&F- 1/$' = r-o' UNDERFLOOR PLUMBING WEAN DATE: 12JMOO JW NO.: 7152 GUINN SCHOOL BUSINESS CENTER ® K O M ATS U 1115 SOUTH FREEWAY P1 . 1B +� c !+ ! T E c T u a t FORT WORTH, TEXAS 76102-3688 Guinn School Business Assistance Center Attachment to Addendum No.3 KEYED NOTES: FOR CONTINUATION OF SANITARY SEWER LINES, SEE CIVIL DRAWINGS. r i Q FOR CONTINUATION OF DOMESTIC WATER LINE, SEE CIVIL DRAWINGS. AURORA SW25/33 SUBMERSIBLE SUMP PUMP (SP-1) OR APPROVED EQUAL IN ELEVATOR PIT, SEE ELEVATOR PIT DETAIL 9/P2.1. G> NEW REDUCE PRESSURE BACXFLOW PREVENTER AND WATER METER IN PIT r WATER METER AND PIT PROVIDED BY THE WATER COMPANY D 5 FOR CONTINUATION OF ROOF DRAINAGE LINES, SEE CIVIL DRAWINGS 6 FOR CONTINUATION OF FIRE LINES, SEE CIVIL DRAWING C4.1. 1p 1p SCAJE. NONE UNDERFLOOR PLUMBING PLAN DAM 12JAMOO JOB "a: 7152 GUINN SCHOOL BUSINESS CENTER pl . I c KOMATSU 1115 SOUTH FREEWAY E C T U 4 f FORT WORTH, TEXAS 76102-3688 Guinn School Business Assistance Center Attachment to Addendum No.3 DCO 146 Alr6" FIRE 8 CO! 3* RD ON. LJNE ON. " MAYOR'S 12 63*FD-1 COMMITTEE q // . 123 -------- 125 ELEC jx�4 /r --0 - LAN L ----.MEV1A:NICAL 127 ff 1-2-8- j MBDC C DF STAIR 3-EU-1 6" FIRE 3 6 6" FIRE LINE ON. LINE U 2" VTR 2 C11:___ 114. OFFICE r =23 R --CEPTION VESTIBULE 119 -J 1181 f 11-7 CORRIDOR 20 CLOSET 112A C r11 125 17 116 OFFICE135 CFICE L r r SCAM 1/8" = V-0' FLOOR PLAN — PLUMBING DATL- 12JANOO J019 Na: 7152 GUINN SCB001, BUSINESS CENTER KOMATSU P1 - 2A A I C N I T I C T U 4 1 1115 SOUTH FREEWAY FORT WORTH. TEXAS 76102-3688 Guinn School Business Assistance Center Attachment to Addendum No.3 r WALL MOUNTED, OTHERWISE MOUNTED WITH EQUIPMENT. 1p SAFETY SWITCH-3P, NON-FUSED LION. MOUNTING HEIGHT 60" AFF WERE WALL MOUNTED OTHERWISE MOUNTED S/F WITH EQUIPMENT. S---SWITCH SIZE, F-FUSE SIZE. pp MOTOR HORSEPOWER AS NOTED PANELBOARD - SURFACE MOUNTED, FLUSH MOUNTED CONDUIT RUN CONCEALED HOMERUN TO PANELBOARD-NUMBER OF ARROWS INDICATES NUMBER OF CIRCUITS NUMBER OF TICKS INDICATES NUMBER 11p OF CONDUCTORS IF MORE THAN TWO. TIC EQUAL NUMSER OF CONDUCTORS SHORT IS NEUTRAL, LONG IS CONDUCTOR, HOOKED IS SWITCH LEG JUNCTION BOX nF FIRE ALARM PULL STATION-WALL MOUNTED 48" AFF, LION. FIRE ALARM HORN & VISUAL INDICATOR (STROBE)- WALL MOUNTED 80" AFF OR 6" BELOW THE CEILING, WHICHEVER IS LOWER. FIRE ALARM VISUAL INDICATOR (STROBE)- WALL MOUNTED 80" AFF OR 6" BELOW THE CEILING, WHICHEVER IS LOWER. OF RISE TYPE, CEILING MOUNTED. RATED FOR 50' SPACING. SMOKE DETECTOR, PHOTOELECTRIC TYPE. CEILING MOUNTED. "0" INDICATES DUCT TYPE AND MOUNTED SMOKE DETECTOR- FACP FIRE ALARM CONTROL PANEL TELEPHONE OUTLET MOUNT 18" AFF UON. EXTEND CONDUIT TO ABOVE CEILING LINE DATA OUTLET MOUNT 18" AFF UON. EXTEND CONDUIT TO ABOVE CEILING LINE ELECTRIC WATER HEATER r SCAI 1: NONE ELECTRICAL LEGEND DATE. 12JANOC Na: h S2 GUINN SCHOOL BUSINESS CENTER KOMATSU 1115 SOUTH FREEWAY El , OA 1% 1 C N I T E C T v 9 e I FT WORTH, TEXAS 76102-3699 Guinn School Business Assistance Center Attachment to Addendum No.3 pp Ilp fff------ 7- 11_13! , ,,. ..}^ « terry •.!«-t =.1�-y�(y:. 2y'{� y�i �` �) .✓ :t7'�S Adk ,:�... ..._a _.......�.... .........� :� �,�_.__... F . 1 PA—33,3�'}37 � 2 : 3 PA MDP-12 i3 i41'"'� '' ,`. ;°: ,•= .� � i �_._._ . .-_ .. _.._._.,__.,.• ..._..... _,... _ _.......A .. ._..... .. ,M ...............,._.........._............,... ,,...,. ...__»._ ... �.w ,27,2c, 4 3 4 4 .IAB-29,31,33 TP 29 TP 31 TP 4 TP .gyp..... TP fi x ' ..# 4 6 6 i4 , SC&r= tts' FIRST FLOOR PLAN — ELECTRICAL POWER DATE: 12JANOO Jw tt0„ 7152 GUINN SCBOOL BUSINESS CENTER E3 .KOMATSU 1115 SOUTH FREEWAY A I C H i T E C T 4 s E ITT WORTH, TEXAS 76102-3599 Guinn School Business Assistance Center Attachment to Addendum No.3 PR it GE AL N S 1. CONTRACTOR TO COORDINATE WITH THE LOCAL TELEPHONE COMPANY AND PROVIDE CONDUIT TO A LOCATION AS REQUIRED BY THE TELEPHONE COMPANY FOR THE INSTALLATION OF THE INCOMING SERVICE. PROVIDE 2-4p CONDUITS FROM THE FIRST FLOOR BACKBOARD TO THE SECOND FLOOR BACKBOARD FOR FUTURE TELEPHONE CABLE INSTALLATION. NOTES BY SYMBOL op TELE/POWER POLE WITH POWER, DATA, AND TELEPHONE COMPARTMENT (TYPICAL OF 6) LOCATE AS D)RECTED BY OWNER AND CONNECT. w. ............. IP 1p SCALE- NONE FIRST FLOOR PLAN — ELECTRICAL POWER DAM 121ANOO JW NO.: 7152 GUINN SCHOOL BUSINESS CENTER KOMATSU E3 . tB A I C " I T E C T U I f 1115 FT WORTH, TX 76102-3688 Guinn School Business Assistance Center Attachment to Addendum No.3 r I� WRING PANEL SCHEDULE tB 3 PHASE 4 WIRE 120/208 VOLTS 225 AMP MAN SURFACE MOUNTED AMP AW t NWL t 20 !B Sl8 7 2 lIECM 1 28 leapt 1 20 z 4 RECEPL 1 20 5 RECEPE 1 20 a! 98 5 RECBWL 1 20 7 1ECEPL 1 20 35 118 8 I RECEPL I 20 T4ECEPL ELM PIT 1 20 L7 SS 10 KMFL 1 20 11 RECEPL 1 20 9 8 10 12 iEC 1 20 13 RECEPt 1 20 Inj 1 14 3-=M LCH15 1 120 13 1ECFPt 1 20 117 S t6 NESEPt 1 20 1T tiECEPL 1OTDIEti 1 20 0 !73 i8 REEEPt 1 20 T4 RECEPT R 1 20119 12S `. .. 20 IE#YT. 1 20 21 WCEPL tatooll 1 20 18 125 22 REEEPT. 1 20 23 Eat t 20 5 123 24 FEW L 1 20 23 1 IE{FPT. 1 30 EkD 48 �. 26 1ECTE 1 20 27 RESFPG 1 20 ` r: 46 10.3 20 UWm RN 1 20 20 Pam 1 20 5 f46 30 UCHI5 1 20 31 IEEE POLES 1 20 5 114 z + 32 11tm 1 20 po 33 IELE1VIIER PORES 1 20 5 i]8 :'r '.' 34 IXXM 1 20 35 SPACE - - t 0 i3 4 38 1 LIGHTS BT 1 20 37 83 !4 s} 30 LICtt15 0MAESIMPIM 1 20 39 *f-I } 3 20 83 8 40 SU11P PUMP i i 20 41 y Il3 0 42 ISPACE CCN*L- E21.d>iAl2-x4 TOOL 581 65 7 56 3 316 44 0 T2J1 .MALJO 096ANDLCAD- _213 va 1238 fIS.9 TWO 225 MWCi1Cl[T JYDA W&A=RAT1i40- 16,000 At!'S ONMETW& WRING PANEL..SCHEDULE 1�7P 1� 3 PHASE 4 WHE 120/208 VOLTS 1200 AMP MAN SURFACE MC)UrtTEI3 DESCf017TIO 11trsld DESCf*n)O} NWAKER A 0 128 co 1 PAREi.118 3 225 : :•"' t 6.0 141 x' 2 PAMEL IIA 3 225 3 PANEL 2LB 3 325 `g'::.^ TL9 ml >a:: 4 PMEL IPA 3 400 5 (751f FAN) 3 I00 762 057 : , z 6 PAWL 701 3 22:'1 x Taw:782 4LT AN-2 llt2 751 ." s .:st Asx 7 (25W FAR) 3 IW _ 5n. t 70.7 ! �.. 8 PN4Ei.2PA 3 400 0 (iI161TCR'1 Gam) 3 "0 :}':r:,463 1 '% :' 10 PAREL/SL 3 TOO f 463...0 11 FACP 1 20 13 SPACE - ' . 0 711 ; "•` 12 ELEVATOR 3 200 15 SPACE 17 SPACE - - r,.,x: 0 0 ,• rte. 147ARE 3 IGO 0 0 ' W*F=13 LOAD- BI3 KVA 3 .6&T7I M7 678,4 ].0 a3 ALs og6AM LOAD- 3�s 1001 1 11311 16919 1 167&I 1 12W A li"CIRCW BREAKER 1184 ALC AATiMD- I ggp A&"8**AETFWAL, — +PROVIDE LO OCINC FEATURE FOR CIRCUIT BREAKER 1200 A CIRCUIT BREAKER PITH TABU£ tW " 2 SCALE;: NONE DETAILS - ELECTRICAL OATS: 12JMOO J08 N{7: 7152 GUINN SCHOOL BUSINESS CENTER E5 . O A L C{: N1AT 5 U 1115 SOUTH FREEWAY A H ! T E c r u e r: F1 WORTH, TEXAS 76102-2688 Guinn S coo uslness sslstance enter ttac meat to en um 0. 4' :•• ,.... .. ..... .« •.. ..... ...........r rr ... i .-..«....... ..}Q y................ 1. ............................. ......... ....... ....... ,..4..... ......... kp -i'. : •� ..�'! ',\• tet. '`\ i .'\".i2 o : ;: fes' :i _ •,\ ..............._.... : oil. ♦ i �...a l ' J r • Fpp J �+•'� '"'may w�.._M .... ,... xwa0. .... .. �'•<.-.. �•'nws•:,S•`^....-. •x'^:^.M.,..,...%.'_...w •..t..P.•'. ..........._... t .....`...:;. «•�'�xxrre:.:♦ •u .. ,a ' r't IP �/�• i 1 ^ ..^ _\�....r ••\ .................. ,- ...�... -ref;•-• 1p '•o{ t i ,mak%`.!%':•' �i rS i.::`,;" rS i'1....:"� :"t r'�'t�, „? «.. .�, r. '� iY"k'`A. i•+ .i<„p .:',:'_.',.r �sr.i`�:��t..:ii`, `t' ;- t�.. ,•..! is •CiY .:.Sr.• ^„'+:':�'�,wl'"x.x.,,�,..... ,rr...........,iD`sSrr .w++JF•�..`t.;—r:F:'::r.::».::'::-::x':r±,an.. ;+..iur. r.rrrrtrrr.�..ei•e1�'r,.....r,rr.......r............... . .....,. .. v ,,,„,�,n•,,,r:.. ......... 4. \.-....'..,2....___..»......�.........k'♦i.f'.�.3..+.......�..�...+.,..vi1 _.._»..._...._.. ..,...+t^ '....,............. »...«....,,,..w .,.`.....,.,....,... .:.:..%:th`7%4.iiifi:'MXf:ew:.... ...:.t•.ww Rt...e..,.:54::.»,.. ..:......n...:. +.,`ff"+'v+..'+""^"1".v.ww•w by •• _ 1_r._J" .. ••.!%;M ICY: f S r •\ i ........................... 5• ffiil v v Mn• f'^_e S. . ttf Nf.. to . m . „_r..._ ........ ...... :'Fr•..Y.:•.•,Nr�`. ••Y+W�+-N'FJ WiWN gY%'frH.'r L •._...„... •• ••• •• •.t•IkrJ2:ddrriUm.:ti.'•!.i J.'AM'AY..is.w'AW.#O'oiF .••YF4kYAMxtA4-'1w SCALE. 1/8x - 1''-o' FIRST FLOOR PLAN -- FIRE PROTECTION DATE.; 12JAN{l4 J08 Nth_ 7152 Fl . GUINN SCHOOL BUSINESS NTE CER OA ® K O M A T S U 1115 SOUTH FREEWAY A R c H I T E G T U t E FT WORTH, TEXAS 7810.7-3699 Guinn School Business Assistance Center Attachment to Addendum No.3 'I A .................. 1-41 ............. ....... v.. {tea fE ---------- ........... 5 :..' f F ... ............... V................. .......... T ........... ........... ... ......»_............_...._... ............................ ............. ................ M*a .......... ................. ............... ........ ........... i-N ........... .................. ........... ...............�;—........... X ......... ........... .. .......... .......... i ...,•'lit a�``\.,� #i .. :_ `j 7; ............. ............ . ..... >r r r ........... ........ ------------ ........... .......... .......... ............................ SCALE IlEr V-0' FIRST FLOOR PLAN FIRS, PROTECTION DA-W-- 1TJANOO JOB NO..' 7152 GUINN SCHOOL BUSINESS CENTER Fl . OB KOMATSU 1115 SOUTH FREEWAY A I C R I T F C T U I FT WORTH, TEXAS 76102-3599 Guinn School Business Assistance Center Attachment to Addendum No.3 ........... �i'" —:i.'z�:;�'., » .»s:::'3C?'�'w!�;'�':c':zzi�:�:33ts mv'.?:s'.:'4; -i44'::i �i3Xs:Y::: ,:�:?�"::,.:_r.» �..}c::>2ky:�'.KtxYi=:_.a^r'i3iks xxrrr>�:+�.c:���.^ret"Y33''•?:`��:k�"•,�,..,...»ze::'.:.-.�:.•s.. ___.»»,«♦.... .m:z»::z:il+u:s7!...w :...r..._..GS:S:x:EEEst:::::s:},..,-._................:_:::t: =.�.`�Lc::�x:�::xa�,:,^.;,:n;�^ue�__•rx r::r:».x:ssx:::il�'�x1.:-:::.::•:"..^»Sa:, _:e�+�i}��'w"'"..:�CYI..Z"�'•:r:: }ti+.i\f% J:7 . ,...__. -.,.,.,•..., i� •�;. .:-.. ;: ��-.tet•:�. 4.1 2 :mss .,....,,.♦.»,•.«..-rw„•», ...:.».».................t•'�'.,:4;t:<:v......,.«.,.�. ...,...._::'::y�.«««......_ ..a,5t:t'kA43:btk'J:!'i:T.�i'3t5' ,.... ..�,.....L�..mow.,... X.�,. ........ « �......._......'...LL ' .a d'd11YS],-.v W�.4ett'.e.•nko'P-+M wwu,...�t:._ n Y%i1{d+4PtN..vrvt+•..”Y•+✓♦ro.v..+..,+♦,.w....J1!uM1'.'tL,tid-w'HM!iC•fAfY.S,•'4:M'N.SM"w.pYb♦,k4 XXi .,kWiIY•I.•%SN.Yros.•Yne•esw•^.4rt�s»�•t� :. .......u u.., «.,,....__...«..»..«..... x«' .♦t......................... ..._._............._..............,u..,,rn. : .....».,..« ...«..` t...««...... ............ .........r,u... e.,,e. ..., t r w,,,-.......,.....................«« . ..F.. ....,.-..,.,.-...' .-,yr.,•,hy„...w,€..»y...« —.. «r« �.t..'• ...,..v.,♦.E,,.. 7.,.:.......� ,w.�i......_.Y....r.».,�...»....v....F.,..�....,..., v._......T.««_.r.........^.«..«......,.,.:'s...«.... «q_`�'.,..�..«Y.`»I...« ..Y•W4S�waal.6„ „�....M.. _ «.t.«:....k•.- bi. Y•W-...>,,,.w«,a-- .+�.,...Y.....�.••,•b«.n'n..;�....}...M,.. w„♦n�exrc4sux,r:nn:�xo-Y»wwR:ixh..:..rL`fbx r:ttt�..:�.£':+�'kox.`R'n-�ratls�aasse.-`:, a«+Y:r.�a��:wksx:a¢,..ts::+z,•• _ b�£'.',,`.T ,.. « ?� s�.4+S.:��'��••». ...............«__...:.»...«._. wv+:..•.,.-,...._....-:,........_._.. ...... !Y:V. <as4's�.�aes:exx+rt��drw .A.-,k-trk4tY!tB.L;ftl.��S}ty4YkYM:hfi 1C ni 'J✓FW[C• /t ftp'.I•S. ry } .,..- ........................... '�-•i •' ^ may.. ..:. ..,i .,. YM......_._,..»...........,...,, 4i :'� � afi: r♦ SE vi 1f tnf• ...r•�.. '�s ... ��.,.-_ :' L.,.'f ,.,.... = 'tif' •+iL.,r�.- �" .,'7; •u.....a •�:..'.` rvv-.:...a... � ....•.. .: ...i.1.b.S ...,...... 2 '' ...,.u, ..�4'MM--'.::...:.. -.»».». : • ......b....S.^•h.t?,.«p...,.. „', , . e".. so"IN - I',-IV SECOND FLOOR PLAN — nRE PROTECTION � 12tAtlOrb I M Fl . GIINN SCHOOL HUSD� S CUA 2A 11 Ar%gVATSU Ila wMfWMY flr roc M, mus oaf -M Guinn School Business Assistance Center Attachment to Addendum No.3 r ,.....;..;.... ••: 1 ............ .»_S_ ....�,�, ----_••,.'_! P• .ytis 4„4-:,rrt••�.-•YS-m..�.;M_.»».........r........._«rr..........:....««.�.««,.,........•,•...,. ��r� :.t.l•a.:..�..d %�••' 2Yes• a.X:..}:h:`.' X �((rJr�FS ^+. .. •••{:eJ,wK2ei :fi'tXata�.:,:^' +v.���i=•.va:u:_4:x�yi.!�•.,Ir,.�U.`r•!+�•—. � Vt'� ?yt.:f '.Inv:YY.rK+'y;'.ev-rn:.r:,warwr>w" •.4.«•.•.«.......W.vnS� .....».._.. t .. w.rchX.wr.[+.� •1! i «....?~•...,, qui; La."SidS'L�.'t'R 9:. '!°'!'.'—•..»,.._'r...... '........................»...».................._... ::::r •a: :^5x��`.'•c`:.9 nax Wit]'.4';:2.•"'Si°a4�.�°'r''�ly%q� w!eWl' jrm+.vfrrnvj cofi —,:-•X.Nxw•.+c� •- M ..A«r««..•,..•3•JJ,x y,22•,!L\eu....yu d Y i i•i r: ei i : { ... } � s a .• `t� :i i U 1 i'. ix K+K ante� - - t•-o- SECOND FLOOR PLAN - FIT PROTECTION fal t izimoo �Ike 'ns: Fl . �tJ�N�t SCHOOI, BUSINESS CENTER ® K O M AST S u 111.5 90U"�! fi Y ft=% mm and pro Guinn School Business Assistance Center Attachment to Addendum No.3 PROJECT MANUAL For Guinn School Business Assistance Center For THE CITY OF FORT WORTH, TEXAS December 13, 1999 KENNETH BARR BOB TERRELL pw MAYOR CITY MANAGER v-0 A %-A, I/to Ce KOMATSU ARCHITECTURE, Architects 550 Bailey Avenue Fort Worth,Texas 76107 HAGGERTY ASSOCIATES Consulting Structural Engineers HAPOLD G ADAf WENDY LOPEZ & ASSOCIATES, INC. Civil, Mechanical and Electrical Engineers dew Am dw .................. MARVIN HEt�#*.Joj THOMAS KEITH MAYER X ....................... 42278 /4;0 84202 IVAL qj TP - 1 pp r NOTICE TO BIDDERS Sealed bids for Guinn School Adaptive Use, Business Assistance Center, 648 East Rosedale, Fort Worth, will be received at the Purchasing Office, City of Fort Worth, 1000 Throckmorton, Fort Worth, 76107, until 1:30 P.M., Thursday, January 27, 2000, and will be opened and publicly read aloud approximately thirty minutes later in the Council Chambers. A Pre-Bid Conference will be held at 10:00 AM, Thursday, January 6, 2000, at the Guinn School, 648 East Rosedale. The Project consists of renovating the existing two story, 25,400 SF, concrete frame, brick face structure to provide offices for the City of Fort Worth Business Development Center. The renovation includes the complete replacement of the roof on the Guinn School, weatherization of the adjoining elementary school, installation of electrical and mechanical systems, and site improvements. The estimated construction cost is $2,800,000. The MWBE Goal for this project is 36%. Contact the MWBE office (871-6104) to r obtain lists of certified subcontractors and suppliers. Contractors will be required to post Payment and Performance Bonds and provide Contractors General Liability and Statutory Workers Compensation Coverage. Any Contract awarded under this Notice to Bidders will be partly funded under a grant from the Economic Development Administration, Department of Commerce. Neither the Government of the United States nor any of it's departments, agencies or employees is or will be a party to this Notice to Bidders or any resulting contract. Copies of the Project Manual and plans for this project will be available commencing Tuesday, December 14, 1999, and may be obtained at the Department of Engineering Plans Desk, City Hall, l000 Throckmorton Street (817.871.7910) in return for a $50 deposit for each set. For additional information contact Dave McCord, Komatsu Architects, 332-1914 x 132. Advertisement: Placed in the Fort Worth Star Telegram and the Commercial Recorder: r December 9, 1999 andDecember 16, 1999 NTB - 1 P= PROJECT MANUAL TABLE OF CONTENTS Guinn School Adaptive Use Business Assistance Center For The City of Fort Worth,Texas Komatsu Architecture Job No, 7152 December 13, 1999 r DIVISION 00 - INFORMATION, FORMS AND CONDITIONS Title Page TP-1 Notice To Bidders NTB -I Table of Contents TOC-1- 5 Information For Bidders ITB-I to 3 Special Instructions For Bidders (MWBE) MWBE-1-11 Bid BF-1- 3 Bid Bond BB-1 General Conditions Of The Contract For Construction GC-1 - 24 rEDA Grant projects Weather Table WT-1 ,,, T-I Texas Certificate of Exemption TCE-I EDA Supplemental General Conditions SGC-1-34 EDA Enclosures Davis-Bacon Labor Rates EDA-1- 6 Notice of Requirements for Affirmative Action to Ensure EDA-7 Equal Employment Opportunity Contract Clause New Restrictions on Lobbying EDA-8 Contracting with Small and Minority Firms, Women's EDA-9 Business Enterprise and Labor Surplus Area Firms Certificate of Proposed Grantee-borrower's Attorney EDA-10 Construction Contract (Agreement) CON-1- 2 Performance Bond PER-1- 2 Payment Bond PAY-1- 2 Certificate of Insurance Cl- I Contractor's Compliance with Worker's Compensation Law CC-1 Administrative Forms 0y�a + Notice Of Award KAF-1 Notice to Proceed AF-2 City Of Fort Worth Change Order Reques AF-3 TOC - I Moo '7152 DIVISION 01 - GENERAL REQUIREMENTS 01010 Summary of Work 01010-1- 4 01030 Bid Alternates 01030-1-2 01040 Project Coordination 01040-1-3 01630 Product Options and Substitutions 01630-1- 3 DIVISION 02 - DEMOLITION AND SITEWORK 02061 Selective Construction Demolition 02061-1-15 02230 Site Clearing 02230-1- 2 02300 Earthwork 02300-1-11 02743 Bituminous Concrete Paving 02743-1- 5 02752 Reinforced Cement Concrete Pavement 02752-1- 6 02765 Pavement Markings 02765-1-2 02820 Fences and Gates 02820-1- 6 02900 Landscape Work 02900-1-13 02910 Landscape Irrigation 02910-1- 7 DIVISION 03 - CONCRETE 03300 Cast-in-place Concrete 03300-1-24 03350 Concrete Patching and Topping 03350-1- 8 DIVISION 04 - MASONRY 04205 Unit Masonry 04205-1-18 04440 Cast Stone 04440-1- 8 04901 Masonry Restoration and Cleaning 04901-1-13 DIVISION 05 - METALS 05010 Remedial Structural Metal Work 05010-1- 6 05120 Structural Steel 05120-1- 8 05210 Steel Joists ti�0 AR 05210-1-4 05313 Steel Roof Deck 0 05313-1- 6 05500 Metal Fabrications 05500-1-12 oG -C TOC - 2 7152 DIVISION 06 - WOOD AND PLASTICS 06100 Rough Carpentry 06100-1-4 06400 Architectural Woodwork 06400-1- 7 DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07128 Bentonite Waterproofing System 07128-1- 4 07270 Firestopping and Smokestopping 07270-1-4 07410 Manufactured Prefinished Metal Roof Panels 07410-1-4 07515 Modified Bitumen Roofing System 07515-1-16 07605 Flashing and Sheet Metal Fabrications 076,05-1- 5 07700 Roof Specialties and Accessories 07700-1- 6 07900 Joint Sealers 07900-1- 8 DIVISION 08 - DOORS AND WINDOWS 08110 Steel Doors and Frames 08110-1- 8 08210 Solid Core Flush Wood Doors 08210-1- 6 08212 Stile and Rail Wood Doors 08212-1- 5 08305 Access Doors 08305-1- 4 08590 Steel Sash Window Restoration 08590-1- 3 08592 Wood Window Restoration 08592-1-50 po 08710 Finish Hardware 08710-1-11 08800 Glass and Glazing 08800-1- 9 DIVISION 09 - FINISHES 09205 Lath and Plaster 09205-1-11 09265 Gypsum Board Systems 09265-1-16 09300 Tile 09300-1-10 r09512 Suspended Ceiling System 09512-1- 8 09640 Wood Flooring 09640-1- 6 09660 Resilient Flooring 09660-1- 8 09680 Carpet 09680-1- 8 09900 Painting K 0 y +Z, 09900-1-18 TOC - 7152 DIVISION 10 - SPECIALTIES 10165 Toilet Compartments 10165-1- 5 10200 Louvers 10200-1- 6 10426 Signage 10426-1- 6 10522 Fire Extinguishers, Cabinets, and Accessories 10522-1- 3 10810 Toilet Aceessories 10810-1- 5 10950 Miscellaneous Specialties 10950-1- 2 DIVISION 11 - EQUIPMENT Not Used DIVISION 12 - FURNISHINGS 12510 Horizontal Louver Blinds 12510-1- 5 1 DIVISION 13 - SPECIAL CONSTRUCTION Not Used DIVISION 14 - CONVEYING SYSTEMS 14240 Hydraulic Elevator 14240-1- 8 DIVISION 15 - MECHANICAL 15000 Mechanical Table of Contents 15000-1 15010 Basic Mechanical Requirements 15010-1-19 15200 Vibration Isolation 15200-1- 4 15250 Insulation 15250-1- 7 15400 Plumbing 15400-1-12 15500 Fire Protection Systems 15500-1- 8 15510 Hydronic Piping 15510-1-12 15620 Rotary Screw Water Chillers (Air Cooled) �4ti0ARC 15620-1- 9 15690 Pumps yti P. K o y 'Sig, 15690-1- 2 15800 HVAC Equipment �� a '� n 15800-1- 5 15840 Air Terminal Units - Variable Volume i 15840-1-10 �r 15850 Ductwork Accessories �� s P 15850-1- 8 TOC - 4 M1 7152 15855 Central Station Air Handling Units 15855-1-11 15930 Air Terminal Units 15930-1-11 15900 Temperature Controls (W/DDC) 15900-1-7 15960 Energy Managment and Control System (With DDC} . 15960-1-28 15990 Testing and Balancing 15990-1- 6 DIVISION 16 - ELECTRICAL 16000 Electrical Table of Contents 16000-1 16010 Basic Electrical Requirements 16010-1-12 16050 Basic Materials and Methods (Electrical) 16050-1-14 16400 Power Distribution 16400-1- 6 16500 Lighting 16500-1- 4 16721 Fire Alarm and Detection Systems 16721-1-4 16950 Electrical Testing (Routine) 16950-1-4 0 AR C4 TOC - s INFORMATION FOR BIDDERS I PROPOSAL REQUIREMENTS: The following requirements are considered in judging the responsiveness of a Proposal: * Use the Proposal Form provided in the Project Manual. 0 Entries on the Proposal Form may be handwritten or typed * Write in contract duration if not specified 0 Acknowledge all addenda on the Proposal Form * Have a Principal sign the Proposal 0 Enclose a bid deposit of 5%. This can be in the form of a cashiers check or standard bid bond. Personal checks are not acceptable. Note Project Name on the check or bid bond 2. MINORITY/WOMEN'S BUSINESS ENTERPRISE(M/WEB) If your bid is in excess of $25,000, the MWBE Program applies, and you have five City business days following the bid date to prepare and submit your M/WBE Plan. Early submittal is encouraged. Be aware that if you elect to provide documentation of a Good Faith Effort you will have to accomplish each and every action in the Special Instructions to Bidders, Minority and Women Business Enterprises Specifications, included in this Project Manual. In order to meet all the requirements for a Good Faith Effort you will have to start at least two weeks before the Bid date. The lowest responsive, responsible, bidder meeting the M/WBE requirements will be recommended for award. Information concerning participation of Minority and Women's Business Enterprises is not required for Projects less than $25,000. All purchases from M/WBE suppliers second-tier subcontractors and second tier suppliers may be included in M/WBE contribution toward meeting the goal. The Bidder shall submit the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The Documentation must be received no later than 5:00 P.M. five (5) City business days after the bid opening date. The Bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the City received the documentation. Successful Bidder will be required to submit co-signed letters of intent or executed agreements with all M/WBE subcontractors and suppliers prior to receiving a Notice to Proceed. 3. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of five (5) per cent of the bid submitted. The Bid Security must accompany the bid and is subject to forfeit fin the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. The Bid Security shall be included in the envelope containing the bid proposal. Failure to submit the Bid Security will result in the proposal not being consid- ered for this project. Bidder's bond will be returned if the City fails to award the contract within 49 calendar days of receipt of bids,unless the Bidder agrees to an extension. 4. PAYMENT BOND AND PERFORMANCE BOND: For projects in excess of $25,000, the successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds fumished hereunder shall meet the requirements of Article 5160 of the Revised Civil Statutes of Texas,as amended. In order for a surety to be acceptable to the City, (1) the name of the surety shall be included on the current U. S. Treasury List of Acceptable Sureties (Circular 870). The surety must be licensed to do ITB - 1 business in the state of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list. No sureties will be accepted by the City, which are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should the City determine any surety on the contract unsatisfactory at any time, notice will be given to the Contractor to that effect and the contractor shall immediately provide a new surety to the City. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been competed and accepted by the City. If the contract is in excess of$25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$100,000, a Performance Bond shall also be provided, in the amount of the contract, conditioned on the faithful performance of the work in accordance with the plans, specification, and contract documents. Said bond shall be solely for the protection of the City of Fort Worth. 5. PRE-BID SITE INVESTIGATION: Prior to filing a bid, the bidder shall examine the site(s) of the work and the details of the requirements set out in these specifications to satisfy himself as to the conditions which will be encountered relating to the character, quality, and quantity of the work to be performed and materials and equipment required. The filing of a bid by the bidder shall be considered evidence that he has complied with these requirements. 6. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the propos- al. 7. WAGE RATES: Not less than the Davis Bacon Wage Rates set forth in Contract Documents, must be paid on this project. 8. POST BID - PREAWARD SUBMITTALS: Bidders are required to submit the following information to the Architectural Services Section, Building Services Division, 3409 Harley Avenue, 817-871-8274, by hard copy or fax (817-871-8488)within five business days subsequent to bid opening (Normally Thursday following a Thursday bid opening) in order to assist City staff in determining the Contractor's capability of performing the work and in meeting City contract requirements: • Minority/Women's Business Documentation(for bids in excess of$25,000) Contractors Qualification Statement(AIA Form A305) List of Proposed Subcontractors and Suppliers Proof of coverage for Statutory Workers Compensation Insurance 9. PROPOSED SUBCONTRACTORS: Acceptance of the bid in no way requires the City to accept the subcontractors as qualified. The Subcontractor lists are for use by the City and the Economic Development Administration in preparing recommendations for award of the contract. The Contractor must provide and use subcontractors listed unless the City agrees to allow a substitute. 10. DISCREPANCIES AND ADDEND Should a bidder find any discrepancies in the drawings and specifications, or should he be in doubt as to their meaning, he shall notify the City at once. If required, the City will then prepare a written addendum that will be available to all Bidders at the Plans Desk or place designated for distribution of Bid Documents by the Notice to Bidders. The Contractor is responsible for determining if addenda are available and for ITB - 2 securing copies prior to submitting a proposal. Oral instructions or decisions, unless confirmed by addenda will not be considered valid, legal or binding. No extras will be authorized because of failure of the contractor to include work called for in an addenda. Bidder must acknowledge addenda in the Proposal. Failure to acknowledge addenda may cause the Proposal to be ruled non-responsive. It is the Contractor's responsibility to obtain addenda and include its information in the Proposal. 11. WORKERS COMPENSATION INSURANCE: Bidders will be required to demonstrate that coverage is in effect at time of Award of Contract. Sample Certificate of Insurance, or other proof that Workers Compensation Insurance will be obtained, must be submitted within five working days of bid opening. 12. TAXES: Equipment and materials consumed by or incorporated into the work are not subject to State sales taxes under House Bill 11, enacted August 15, 1991. 13. PERMITS: Contractor shall apply for all City of Fort Worth Permits and for any other permits required by this project. City of Fort Worth Building and Trade Permit fees are waived. Separate permits may be required for each work location. 14. CONTRACT DURATION: Time is of the essence. City will evaluate the bids based upon construction cost and stated bid period of time for construction. Where the Bidder proposes time, the City will evaluate the City's program needs in determining the acceptability of the proposed contract duration. The City reserves the right to award the contract upon those terms considered by the City to be in its best interests. 15. PLAN DEPOSIJ: The City will deposit plan deposit checks to its account two weeks following receipt of bids. Plans must be returned by all except the apparent low bidder prior to that time. Planholders forfeit their plan deposit after that time. 16. ADJUSTMENT OF QUANTITIES: Where unit prices and estimated quantities are used to compute the contract amount, the Owner may increase the quantities during construction by an amount that is 20%of the total cost for that section. Unit prices for adjustments to unit quantities in excess to 20% may be negotiated at the request of either party. 17. MANUFACTURER'S REFERENCE: Catalog, brand names, and manufacturer's references are descriptive, not restrictive. Bids on brands of like nature and quality will be considered. Within 14 days of opening and upon request of the Architect or the Contractor, the contractor will submit a full size sample and/or detailed information concerning products selected to determine the suitability of the proposed substitution for the purpose of determining the responsiveness of the bid. 18. CONTRACTORS QUALIFICATIONS FOR FEDERALLY FUNDED PROJECIS: Contractor may not listed as barred, ineligible, suspended or indebted to the United States from contractual dealings with Federal government departments. 00000 ITB - 3 City of Fort Worth Minority and Women IYusiness Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25.000 or more, the MJWBE goal Is applicable. If the total dollar value of the contract is less than$25,000,the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority/Women Business Enterprises(M/WBE)in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of MMBE firms to a level comparable to the availability of MIWBEs that provide goods and services directly or indirectly to the City. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is %of the base bid value of the contract, COMPLIANCE TO 131D SPECIFICATIONS On City contracts of$25,000 or more,bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated MIWBE goal,or; 2. Good Faith Effort documentation,or; 3. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. M/WBE Utilization Form: received by 5:00 p.m., Five(5)City business days after the bid opening date,exclusive of the bid opening date. 2, Prime Contractor Waiver Form: received by 6:00 p.m.,rive(5)City business days after the bid opening date,exclusive of the bid opening date. IM 3. Good Faith Effort Form.- received by 5:00 p.m.,rive(5)City business days after the bid opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. Any questions,please contact the M/WBE Office at IS 17)871-6104. Rev,612/98 MWBE- I OR ATTACHMENT 1A Cit of Fort Worth Page i ofZ Minority and Women ffusiness Enterprise Specifications MBE/WBE UTILIZATION PRIME COMPANY NAME sit)DATE PROJECT A fEPROJECT NAME PROJECT NUMBER CITY-SMA-VOC PROJECT COAL: MAYBE PERCCKTACEACIIIEVED: Failure to Complete this form. In Its entirety with supporting documentation,and received by the Managing Department on or before 5:00 p.m.five (5) City business days after bid opening,exclusive of bid opening date,will result In the bid being considered non-responsive to bid specifications. The undersigned bidder agrees to enter Into a formal agreement with the MSE and/or WBE firms for work listed In this schedule. conditioned upon execution of a contract with the City of Fort Worth. The Intentional and/or knowing misrepresentation of facts Is grounds for consideration of disqualification and will result In the bid being considered non-responsive to specifications. Company Name.Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. Scope of Work Supplied(*) 0 MAVBEs must be located In the 9(nine)county marketplace or currently doing business In the marketplace at the time of bid. Specify all areas In which MWBE's are to be utilized and/or Items to be supplied: A complete listing of Items to be supplied Is required In order to receive credit toward the MfWBE goal. I—)Identify each Tier level. Tier:Means the level of subcontracting below the prime contractor/consultant.I.e..a direct payment from the prime contractor to*subcontractor Is considered to tier,a payment by a subcontractor to Its supplier Is considered 2"tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE 15)CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.612198 Pages I and 2 of Attachment 1A must be received by the Managing Department MWBE-2 ATTACHMENT 16 C /C I-V page I ofT City of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION '00 FEB 3 Fn 4 52 R.J . Miller & Associates, Inc. 1/27/2000 PRIME COMPANY NAME 810 DATE Guinn Business Assistance center # 7152 PROJECT NAME PROJECT NUMBER 11P ROJECT COAL: g 1141AVBE reRCENTACt ACHIEVED: Failure to complete this form,In Its entirety with supporting documentation,and received.by the Managing Department on or before 5:00 p.m.rive (5)City business days after bid opening,exclusive of bid opening date, will result in the bid being considered non-responsive to bid specitications. The undersigned bidder agrees to enter Into a formal agreement with the MSE and/or WBE firms for work listed in this schedule, conditioned upon execution of a contract with the City of Foci Worth. The intentional and/or knowing misrepresentation of facts Is grounds for consideration of disqualification and will result In the bid being considered non-responsive to specifications. ?a Company Name,Contact Name, Carlifiod Specify All Contracting Specify All Items to be Dollar Amount Address.and Telephone No.. Scope of Work I') Supplied(*) !jrtis &0 r 4n American Environmental Lead Base Paint 1 79, 500.00 221914ebb Lynn Road Removal Arlinqton, TX 76002 8 TF 417-4591 Jerrold Andrews --antro Rooting of TX , Inc. 85 ,455 .00 4854--01sor'l-- Dr. Datlas, —T-T - 75227 ...1381-8108 Rnrinl fn jRodrjque7.—(7ast*ro "ustom Fence 54 ,021 .00 �01 Worth Rudd PO Box 967- - -�7 urieson, TX 7605d97 4.7 ) 295-8811 Barbara Duke MM/BEs must be located In the 9(nine)county marketplace at currently doing business In the marketplace at the time*(bid. Specify all areas In which MWSV%are to be utilized andfor Items to be supplied: A complete listing of Items to be supplied Is'required In order to receive credit toward the MIWBE goal. IP I—)Identify each Tier level. Tier:Means the level of subcontracting below the prime contractoriconsultant,i.e.,a;I;Wt—payment from the prime contractor to a subcontractor Is considered I"der,a payment by a subcontractor to its supplier Is considered 2^*der. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.617194 IP Pages I and 2 of Attachment 1A must be received by the Managing Department r MWBE-2 r ATTACHMENT P290 2 of City of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION Company Name.Contact Name, Certified Specify&I Contracting Specify All lia-ms tobeDollar Amount Address.and Telephone NO. Scope of Work Supplied(*) 8 Z Ads7antAq,- rnn.Cret.e— Concrete 63, 550.42 '�648- gjjohwav 77 Nor WaxahaQfij—g,1 TX 75115 (972) 617—*5430 Tom Garoutte American Stripping Stripping 3,157. 9 121441 Trwinq , TX 7,5Q17 (972 ) -642-9006 �ryco Water Proofing 20, 940.00 C.S. Walker 7509 Meadowside 1ta—. Ft Worth, tk 76132 (817 ) 294-6438 JIM The bidder further Agrees to provide, directly to the City upon request, complete and accurate information regardinc actual work performed by all subcontractors, including MSE(s) and/or WBE(s) arrangements submitted with this bid The bidder also agrees to allow an audit and/or examipation of any books, records and files held by their company that will substantiate the actual work performed by the MBF(s) and/or WBE(s) on this contract, by an authorized officer at employee of the City. Any intentional and/or knowing 1misrepresent2tion of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3)years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an Irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. L MBEs amend Es MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD rAuthorize d-eignaturi;4' Printed Signature rTitle Contact Name and Title (if different) Company Name Telephone Number(s) r 31 -1 -c>q r73 Add ress, Fax Number r7 rCitylState/Zip Code Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY S:oo p.m..FIVE(5)CITY BUSINESS DAYS AFTER 810 OPENING,EXCLUSIVE OF THE 810 OPENING DATE Rev.6W98 rPages 11 and 2 of Attachment IA must be received by the Managing Department rMWBE-3 ATTACHMENT Page 2 of City of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION Company Name,Contact Name, C&fUn*d Specify All contracting Specify All Items to be —6011-r—Amount Address.and Telephone No- i Scope of Work Supplied(*) pm -_Lakeside -Pla -- eri.nInterior Plaster Howard Lindsay 109, 920.Oo 244 Aquilla F f - r-j n r t h , T X.,_._7_6 J_Qj (817 ) 237-6464 All Fair Electric Electrical - 1 1906652.00 John Potter PO Box 137033 Ft . Worth, TX 76113 237-2406 The bidder further agrees to provide, directly to the City upon request, complete and accurate information reg2rdinc actual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid The bidder also agrees to allow an audit and/or examlation of any books, records and riles held by their company that will substantiate the actual work performed by the MBg(s) and/or WBE(s) on this contract, by an authorized officer of employee of the City. Any intentional and/or knowing'misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three(3)years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an Irresponsible offeror and barred from participating in City work for a period of time not less than o a (1)year. ALL MBE a BEs MUST BE CERTIFIED BY THECITY BEFORE CONTRACT AWARD Authoriz ignatur Printed Signature Title Contact Name and Title(if different} Company Name Telephone Number(s) —0 ckv-7/121 Ir. ........., Address Fax Number 6-7 City/State/Zip Code Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.. FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE SID OPENING DATE Raw.612196 P39CS I and 2 of Attachment to must be received by the Managing Department MWBE-3 ATTACHMENT IC Page 1 Q(3 City.of Fort Worth Ile Minority and Women Business Enterprise GOOD EAIM EFF!Q R.J. Miller & Associates 1/27/00 Prime Company Nam* Bid Date Guinn Business Assistance Center 7152 Project Name Project Number If you have failed to secure MIWBE participation and you have Subcontracting andlar suppuer-opportunitles Of if ION your MM SE participation is I"sm than the OWS project goal.you MM11 complete this form If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and PF submitting the documentation required by the City. Compliance with each Item, I thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, Intentional and/or knowing misrepresentation the facts or Intentional discrimination by the bidder. PW Failure to complete this form, In Its entirety with supporting documentation, and received by the Managing Department on or before 5.00 p.m.five(5)City business days after bid opening,exclusive of bid Ile opening date,will result In the bid being considered non-responsive to bid specifications. I-) Please list each and every subcontracting and/or supplier opportunity(Dg NQJ LISI NAMES OF 100 FIEM21 which will be used in the completion of this project,regardless of whether it is to be provided by a MIWBE or non-MNVBE (Use additional shot($,it necessary) Im List of: §u§contracting 01229rtunities Ust of: 2ulaplier 9goadmill Demolition Structural Steel Roofing Doors/Frames/Hardwart Excavation Trim & Molding po Asphalt Roof Hatch Floor Floating Ile Concrete Signage Rev. MWSE- 5 ArTAC*iMFPtT ic Page 1 of 3 City,of Fort Worth Minority and Women Business Enterprise r2QQD FAI EFFORT R.J. Miller & Associates 1/27/00 Prime company Name Bid Date Guinn Business Assistance Center 7152 trr Project Name Project Number If you have failed to secure MN11BE participation and you have subcontracting andfor supplier opportunities of if your MM SE parOcipation Is less than the City's project goal.You MU9 complete this form Ms If the bidder's method of compliance with the MIWBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each Item, I thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional andfor knowing misrepresentation the facts or Intentional discrimination by the bidder. Failure to complete this form, In Its entirety with supporting documentation, and received by the Managing Department on or before 5.00 O-m.five(5)City business days after bid opening,exclusive of bid opening date,will result In the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting andfor supplier opportunity(DO NOT LIST NAMES OF FIRMS11 which will be used In the completion of this project,regardless of whether it is to be provided by a M/WBE or non-MJWBE (Use additional sheets,it necessary) Ust of., Subc!2ntrarling QR221junifio List of: SUppller Qpportunities Wheel stop/Stripping Directory Structural Steel Erection TOilet Accessories Ornamental Fence WindOW Blinas Masonary Fi rP Pxt-JnQ3J-,Pr rAhi nets INN Millwork Porie Qf f is;e Glass & Glazing Portable Facilities R".UMS MWBE- 5 ATTACHMENT Ic Page 1 Of 3 City of Fort Worth Minority and Women Business Enterprise QQQQ EA TH EFFORT R.J. Miller & Associates 1-27-00 Prime Company Name Bid Date Guinn School 7152 ire Project Name Project Number If you have failed to secure MIWSE participatlon and you have subcontracting and/or supplier Opportunities or if your MNVBE participation Is less than the City's project goat you auij-j complete this form op If the bidder's method ofcompliance with the M/WBE goat Is based upon demonstration of a good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each Item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, Intentional and/or knowing misrepresentation the facts or Intentional discrimination by the-bidder. Failure to complete this form, In Its entirety with supporting documentation, and received by the Managing Department on or before 5:00 0-m.rive(51 City business days after bid opening,exclusive of bid opening date,will result In the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity(DQ NOT LISI NAMES 0 FIRMS)which will be used in the completion of this project,regardless of whether it is to be provided OP by a M/WSE or non-MlWBE. (Use additional sheets.if necessary) ON List of: ?JubcQntrartlng QI2pgrtunJJ1e5 List of: Suligtier ORpollunitl2a PEywa-1.11Ceilings Temporary Fencing 101 Stucco 110 Ceramics-Wall &Floor Flooring Wood Flooring Painting 90 10 tom.MO MWBE-5 PO ATTAcmMFmT 1C Page 1 of 3 City.of Fort Worth Minority and Women Business Enterprise r2OQQ EAJJH.EFFORT R.J. Miller & Associates 1/27/00 Prime Company Name Bid Date Guinn Business Assistance center 7152 00 Project Name Project Number If You have failed to secure MNVUE participation and you have 3ubconkacdng AAWOr SUPPIlOr-OPPOrtUnItJe3 or It your MAVOE participation Is less than the City's project goal,you alug complete this form If the bidder's method of compliance with the MtWBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each Item, I thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or Intentional discrimination by the bidder. Failure to complete this form, In Its entirety with supporting documentation, and received by the Managing Department on or before 5.00 p.m,five(5)City business days after bid opening,exclusive of bid opening date,will result In the bid being considered non-responsive to bid specifications. Ilo I-) Please list each and every subcontracting and/or supplier opportunity(QQ NOT LIST'NAMES OF FIRMS)which will be used in the completion of this project, regardless of whether it is to be provided by a M/WBE or non-MNWBE- (Use additional sheets,it necessary) • Ust of, Sis brontcacting Dpl;igrtunitles List of. Sull2lier Opgartunhies Window Restoration Water Proofing Elevator INN Plumbip2/14VAC Fire Protection Fire Alarm Rev.LUMB MWSE- 5 ATTACHMENT 1C Page I of 3 City.of Fort Worth Minority and Women Business Enterprise r2QQD FAITH EFFORT' R.J. Miller & Associates 1/27/00 Prime Company Name Bid Date Guinn Business Assistance center 7152 Project Name Project Number If you have failed to secure MAVSE participation and you have subcorift-ACtIng and/or supplier.*pportunitt*3 or If your MAVBE participation is k=than the City's project 004 you mud cornpWa this form If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each Item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, Intentional and/or knowing misrepresentation the facts or Intentional discrimination by the bidder. Failure to complete this form, In Its entirety with supporting documentation, and received by the Managing Department on or before s.00 p.m.rive(5)City business days after bid opening,exclusive of bid opening date,will result In the bid being considered non-responsive to bid specifications. Inr I-) Please list each and every subcontracting and/or supplier opportunity(120 HQJ LIST NAMES QF fw FIRMS which will be used in the completion of this project,regardless of whether it is to be provided by a M/WBE or non-MNVUE. (Use additional sheets,if necessary) Ust of: 111hgontracling Qpportunitles list of: Sliggligr gi2gortunittes Electrical Lead Removal Op Scaffolding Rev.WAS MWBE-5 ATTACHMENT 1C Page 2 of 3 2.) Did you obtain a current list of MIWBE firms from the City's M/WBE Office? The list is considered In Mr compliance,If it Is not more than 3 months old from the date of bid opening, x Yes Date of Listing 1 1 27 1 00 No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by mall, exclusive of the day the bids are !P opened? Yes If yes,attach MfWBE mail listing to Include name of firm and address and a dated x No copy of letter mailed. 8 calander days 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? JYes If yes,attach list to Include name of M/WBE firm,pml_U contacted, No phone number and 4,1e and JIM of contact. 8 calander days P NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. if a facsimile Is used, attach the fax confirmation, which Is to provide MfWBE name, date, time, fax number and documentation faxed. NOTE: if a sic list of M/WBE Is ten or less,the bidder must contact the entire list to be In compliance with questions 3 and 4. If a sic list of M/WBE Is more than ten,the bidder must contact at least two-thirds of the list but not less than ten to be In compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of P plans and specifications In order to assist the M/WBEs? X Yes No 6.) If M/WBE bids were received and rejected,you must: (1) List the M/WBE firms and the reason(s) for rejection(i.e.,quotation not commercially reasonable, qualifications,etc.) and I (2) Attach affidavit and/or documentation to support the reason(s) listed below(i.e.. letters,memos, bids,telephone calls,meetings,etc.) (Please use additional sheets.U necessar16 and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection See attached. sheet Rev.612A8 MWBE-6 po MWBE Rejected Sub-contractor List Certified Fence 800-383-7038 Gene Clark Fence Over priced Phoenix Restoration 214-353-1693 Roy Parr Painting - Clementine Mitchell 817-878-2536 C. Mitchell Painting - AdvantagePlumbing 972-617-5430 Sharon Alphin Plumbing - B & L Interiors 817-926-3291 Mike Barnes Drywall - S&J 817-560-0000 Linda Dodson Electrical - Industrial Fence 817-535-6570 Tom Pruitt Fencing - Garza& Johnson 817-465-3711 Marcos Garza Drywall - Rocky Duron& Assoc214-358-3455 R. Duron Painting - Diamond 817-924-9046 Jim Holloway Electrical - Federal Fire Protection817-226-2565 D. Ehrhardt Fire Protection - Bazan Roofing 817-831-4253 Robert Hall Roofing - GP Waterproofing 214-642-4335 Louis Rosiles Water proofing - r P1 r LO LO o r, 0 0 0 M 0p, 0 0 N MCOh Is 'o �; to w 0 Do <0 0) 0) 04 r- C') C) 0) to co 4) 0 0 M ; IT IT 9 m to 0 0 (6 A co sae I'L 4 Cb 4 A 0� �� q 0)uo m (�l A C14 IT I- co to cq (D Q> 0) w OTNCO 0 CO)V cq cli '4Zr C, g m co) N 04 0) E v (N C*4 N cn cv ce) cr) C14 P. C14 N t- N N C4 v CV Vv t7i fl- — V- T- N r f- r I- N — Ses {V St,sees Go - f- r- ?- see e�—Q* 0) CO 05 8- Z-L 0 F, co Id M r- in, o o 4 to m -4;r O �j tn to COo a co 0 o (D tn CD ce) 1� N M 0 M M 0 C3 - cn m NM m co m O 40 cl) N CD U? T C? m t4 cti NinN ol '? r,� "? q 7 T *7 > w m w g� 4 c4 A �6 o to m u-) w co c; 6 -5 E M m LU N N? N l4r fl. 0 C') n (0 r- CO N - co a 0) N 03 C14 m <0 00 -T M N N N C\J CO Z im cv 00 (0 0 v NNMNN (OV v 0) 4T co m N N M N MN0NNN ----r-.....---- --- N I,- V r- N v N N 'gr C14 V C14 r- 04 t- N V- V- r- CL 7; r. -0 4) Cc - Q E . - F4 tC> to dl toa V) cm a 0 9 -0, Ln t- 0 0 0 M M M M N N 'T 0 M N Ot '�r M O 'T M m 0 0 Q. M M Cf) CO CO V CD R Iq 9 0 co f- Cv - LU ca'9 m ��- N N 0 N C14 Nd cli cr) 0 (0 (D (D ko Ul) U:) Lo (0 LO 40 LO V) to (D (D to U) Ln LO LO Lo in 0 U') LO (D LO to V) c xx �< rxxxxxxxxxxxxxxxxxxxxxx xxxxxx c 12 F-- F- F- F- F- F- F- F- F- F- F- F- F- CTS - CL10 0 12 0, to > 4) W :P,vr- it C C- Cr M % OIc 0 0 V) 0 z 0 Q- w c: 0. 0 0 0 'a 0 o o V) cr 0 0 0 ul C: �a w tn 0 m m Cz co C9 cc w cc M LA =m t� a 0 p z 0 0 cg 0 0 M r. It = = = "C 9 o M 0 U? M CO to M M Q t4 i0 p W LL LL U- 0 Q < :E a x w CO) 00 LLOLL 000000of CL) m z UJ cr 2 x z E(Z) to 8 0— fy 0 LL M 0U 0 P O Q !g 0 2ro 4.0 G Jv, -0 x U-1 0 m 0 z m C14 9 0 CL co M 00 < LJU co 0 ;t 0 CN LLI C L:, o c) 10 > C4 ca (v t-. c .1 mm ro 032 -6 0 a; ca X co 00 R _j > > c C w LIJ :5 c x z m 0-0 0 NMST < -i E 0 -0 CD 0 m > rn 00 0 < 0) (D 0 , z S C-) o V) CO or- ro a m aFP © T w �D E -Q C: 0) r- map o 0 Lt "4-,) C 0 .60 0NtZt� :1 V) .0 V) -) P .0 < 0 c r= x E E x 3Z 'E m > 0 u ,Q 0 cc z 0 (m w ) X LD M 0) 0 4) o uj Oj co 0) CS Ix (6 0 0 V c-*' .10 M > > - CL -i 0 z V C3 w �4 LM C14 V) co C; W 0 f�- 00 'V CO - W cc D (.0 T- q ,� 0 V) U) CO C� 0 Q it - T- Co Z- m -t CO a: N CIJ V CO a: CL X V)0: IT CO '6.2 o 2 2- r � - C' id id d Q 0 :7 c C) N to V rl- N m 0 in to (D W Ct w 0re r=. % .0 8,-� 8 c z J= co Vo (D E 0 4) Li > 'C' 2 W CL m CL E > 0 V) c F- to U. E > (D 0 = - E .9 i .8 ui OL No 8 0 n rnn m rj 0 c Q) U o E LL 0 C 0 2 QD C; .0 0. 0 E c w "Z O' d 0 0 -0 d 7.9 0 19 Q �g § 2 co 0 -C a =) .2 0 M so > 0 G c r- 0 C: A < :5 w E 0 0 ado o 0 0 W m n :z .6 2 2 r. - 0 > 0 0 L) os,c s5 -�z v E 2 0 '0to vt vi U- E M C E 8 V) (S < CD c '6'0 .5- a 0 -0 `0 m .2 0 > _ 0 cn (D x 0 0 c = '0 o m c �;m 0 o - Q t -0 -0 0 CL 0 r):-! o L. Ln > > oli E . W co m m Mm " cr 0 3:�6 c-- - 0 8 (l) > x C? Q .- -0 :E U, ; 8 0 Lj 0 X CD c 3�, E E c (D a) 0 rn ddd L ni er m ft r% r,% 0 M � =a, ! -Y L L 19:xv] Wd �VvO Gh I-Nv, -�8 9m rM oIC oo Wto c') 00) to CIOCvnc- vvQw0 0a) v ccNr� � v n C tD M1 COO W rfC? c�iC M tO 0) to ' r- M - N ., V' " C-4 Ma7� r� � ua7yNtaQ. thagr O M1N W MNQCp6} rt7p It n0R} r 4n tot5N01CONr� N M E tt? r C? 0 rJN NN0 V r <Onh OC? e� NC? C 9 00 CA � tj? CS � rsCr- �C9 N ..qq� �j} cWp _ Ca��I NM NOtDhN'- CVh�- t! WOe-I v � r- vn-- c7 COCOJI WCOtAWt*? trjtoo tzar C QfM0r-. 'T - +. � C?? CANNW) N0 C CA 'TmU) tO wv Nc9NU9ioC�'? Lo � vt'a °r° N t- r- C W 00 IV m co NnnNnstpt, 't'T' hM1Nh stNN -O NM1nNM1M1 nNN N q� Tc r rn rM1M1 �•- rM1 rrr rr h �- h• P. r h+ rrnr U.1 Nt7I W ialtSl aGWCA WNW N W tOCAW NCALANCAOOO� O? aa C4 Or? a7�a?� � NCAO? NCTIcO ..v' v v v v v v,.-...,.i s. Y'V'4+Y•�/ Y v v*.......�.,.....v+.. ✓,-.-Y Y w.v I'tto� MtOaO pptta r O� CC? MOtt? tONhNtoM10 TOMO W Nr00v M1 NtOn C Oto to m0 InMcdCWpat? OnaO Cq Wtp tS7Nrtn � tf101tt? OtOz- t+) N_ C) tt? C� thOtt? N WaQnOMn Cf �ytty Lr? rap .- COM1NCO co M1to0CItAn COI MOIC<OC�Or 00 r- r @COn c� NtiUCrNQ? M tf g t- 00 gltpr W C v- tV tV e� t�9t+} CSiNM � 1-- �InrtommN- ::: ;; 8 ON MOtfIt� , N , , - CSnY- tD MNr h- Ctt t*} t"I tVr t+tiG? a6tONCAri'� tf3tt? C7 Eco, to, obC"Il", (t? m0V- CDcoIT Q) C6 r, Cvv WNIPM ON 0 OM1NNM1C? M nC NMrmt, coo) cor- t"? 0 to to CA N N M to N M nCm (n LN 0) Zt3? Q? O tor mm Nrv0tt m0IV NC.) NtO0 N040CV) C14N 7IN CO NC C7 NN M1 CN rf h NNhM1N t�• '�t1-•• 'cf 'ert'•• P. N �+QCNN �PNnt'�- NM1hN 1- stNNnN CNN-T Nr- Crrn rnh r �•- M1r rrrr rrnrrrM1nrM1r �- M1 �- rM1rrnM1 rM1 l". r- Cy�Nt7? NCfl rntrio0a0CTI WN W NN W WO? CONNCTlO? N07W W CSi W WOIo� NCA07tOUI 4 C7�? QICv�+v> ap V Y V Y w-..V Y V V Y V v V ....�/Y v v,.✓V V V V V V j§ �1 WN 0 r co M �.� to toCOmoNOt''• t31wvNNN `t}' NtCOihtD _NCQIwr0) 000to'.7 0 CO C} Ct hO sTntpCb d h tD O tO M1 C� to M O +r CO 'T 0 W O W CI C? r. p Q,rtHNNrr �Q7prr rNNNN rNOONNO M000 00 0C4 CN004 0 NfONNM � t0 tO tO aC? tp 1A tt i tt7 tD at? CD 4t? t0 U? t(j to CC? U? tC) t(? t1} tr? Ill tO O th t0 Ct? U) �r�,,/ Nlnnnnn M1nnhnnnnnn nh. nnl`. t�- nh- hh, nnnnM1h- hU?tpnnn t(? tt? tf> U? tt3 t4 nnnnhn *w X rXXXXXXXX ){ XX ? xxx X }{ xxxxXXXXXXXC >{ >{ :K7< XXX. XX �{ Xsf �{ KX vtirE- ►- rrr ►- t- t- rrrr- I-- - rrF- rrrrrrrt- f- t- rrr- �- ►- t- rr t- rt- x v j 4 L G tB tg G G L L 07 L C Q _ O m O N ''v'' N N N '♦r to m al al cc m C tC�ty C it C tf ` 0 - .-. tf C 'L ' � 0 - c m C � ,C N N t� CL t}tiDaativ) C. :UQDaiQ0 (280 0:10. yua. a0 < y0. U- daU- 0Of0U- M a C] aGat° Q L o U di ui 0 c> Q r N «i ui 0 co Gil L; J 0 . VJ } aO c � a CO UI cccs� J � }% O r O ,m C O Q ft■ U� a? Cn E � � SYr- OIQQv N Ick _ (D Nv Qd -? T � m EQ > ° cj a N V �' tp r N r 0) - [fl g C') 10 r M1 M1 4) 0 0 �' r 03 (� � CI '� Q Y > }� Ch y @ L `CI g W C? @ CJ} O t9 to O Qa _ c fr CO O M to v t 7 C? as �} m ` t4 } r I m t1} ti al +� to A M W 1 r C t7 W CO C C 0) C . M1 ,O r.,- N N C r p C r U. p er, u 'CU C '� r� .,I LLI9? O T = O t�q � as O 8 a OSI {}�''� x IC > G a N .� px a xx G� x y x d m X ¢ -I n! �p t!) _� x nI tY}� V? J V} yuj [pC Jm � tL � CCII� SJi �� tCC`? 0' ? TC2 2A cnq Q 0 co Z0cc 0U OU. A W O 7 tf? N O C7 O tt? II) G? CO C4 tO r- W QF s- tf5 O CO M o CO n O M OYNC � wcO YC� O C� NNTdCflNoa� clo � cNv � al � cc'vat—r- or` m rI 'VMtiCi: 0 QNGO (ONIn 2wmMQ. a: M � r .- Ma:(J V rNNNCLr (1. r. Q t�IQ tNCLU) 0T- tn (D Nrr tpQ t+I Z c �0c a n o v t; O J 0 .6 C = C W iu al c c oa u '� c 20 �' t? c C '0 a n ti p " - E c .E E c pp a � cc Eo pp a mo Z0E° cio c (� 2 o � c al G_. 0 uI Qc a? -- U U 8 U c cg v . U C) '�+ c - u c rt1 N 4 U !U co Q? C C Q 'C t J O 4 C1 `v `V O O CSI C cC C �} a iA U C I'i +' (,J V- v - t,I ,C) C) U 4. C Com]• >,, 2 a)D CI U d O V CI 0} C? O M C 0.a f7S c � G acc aI vI Al `oo ,n > ta �, ' a ;) 2 t'Ito o t= � 07 O G G u c ,. C p r G ` GY v w aI vt" N 03 D Q C CL '*r t) U W 07 C O N H `` N N C N tri � G ` C e 0 C C ,- t9 .q c C d 8 L? fj,y s�9g q�I 'C Q G C O - O cC? C () G C C N a {} O p� V p V O O > c yt Q x (� R c � > to !rI w u a6 - � U C?� U •. ° t� a � c `•� � � t-. },� _ _ - QE o W m V 0 N ^- C Q a c = •". O � to C V to U k U N o .� aI CX„ CO LL c (9 () tv �w a M r a? a t� � e? U) U) � � U (M m Qm $ c a YUP L) (n 1�- ►- to " tlj a - - 4} ' 0) C O , tTI G O N vy p N t?? r° n° �°yP}:n nE � cuiIX_ Ww]vjaQS/�nk [ElctotcEoalm>' tccaI � �" ioal Cs -1o 'vuxl °? aci t'1 T � r1 I` X s u �EMX El �0��0 G�. 01� 6l-NVI '� �0o tflM1 RQ' oM1QiN00 rQj V' p Q> Mtf� WM ty•.� QrnoAre=• 4Np w r MbR R bs� vp cOci 4Acv t0 ROato01) A0tNV aLf) c? c! t4 a t� MtotO rM OrON04 Am00 GOtYOtOQsC7rOtCi W 4 O W r4! {V e� N V ANNC7t86N ai4 qNc b °� NNN Noc� coR TONt�0ieVtN0mtrim v tOr. Att} htbQft� e9e� MC3iDN M toaiMN cOtn d tp'' tSvttito C �} N �74rot'tNr cV d) r-. rtOrL t= c CD to Mt 0M0 atV Nto M A v43t0Atite+? vt0m NtOr- e`tt� N00tOeOCi Q' M1 MM ON mm Cimttito 0N0 � +# NN NM ; ILO iLO t}iil 0 & tbNtribNt7it0NN4 07 M +19OO -gr mtO (OV MNttiInv ....i-.s-... —N ...—Vr..-..—C 4 —r-.i-....ter.�.�.,.ter re .�«....,r�..r..�...�,..-,..... R4M1A tV AANst RN `d' NAN M1NM1ANh —,;r •rt F:.—R PAA sr �tNNNR _AA rrr Arra.. rR +r' R �- A rArrArr r rRrrr �- rrAAA r {3-.er? cv co 00 at 0�c0 Ci N tO C? N t73 d? f7i o0 m a0 C} eD N tg SC 09 CV O M O O w = N N OS OS tTt 00 to iC iv v v..rvva —N 0—vv vvv vv�..r vv v v v v vvvvvvvv Moor- C-') 2 NO} VW V 0A COf" W0000 w MNNO � cOtpt- Nwm000M1tn v5m0W 'D0 Ln0m R: mN Np q+� tCAM - IWLO Oo r- wv (obNtoo - e� gmU"3000LO to � u'> LC1Mt'7Nr r (OMCAr NN8C70700 o0M1 mm N0 wt00m 04 V' 00 'W Chi") N l7i UD OO t7ir to LL) t'CALnrOGiNCA CO b C7 R r Yf R 4 0? e? M 9 00 0 t? 9 0 t000tocovvQQc6446cbr544 (DAmANrA, ot�r� N0 o �' t;. tbNDc�''77Aoorntn440A ' t� W'NV N V" C) Lnr- "f NNr, (0m Nyy +�qq•• EotL} r (pNtA1- NNNMtDMMA �f ChMr MMOONCriCCtJSppLriN0t5it1iCh zO4MQ NNS[} Nir) Mtn �t" Cji {,}TjlCimNyRTNtnONOt0NN4e+iC7Ct> Q � tntn � t7iMNosi' c'iNtritriNN Aq Ah NNAR NrtANA C r Ar- - -_ N _AANh�cth. Ah• d q NASV M1AhA � stNNNR h h111 r r r r M1 M1 r r R r r A r r M1 r r A r 0.�' evOvW Q1v0�ap41 N00CriC0NCAt0CAN00bco00t7ia1NNz? c0N0NNQiCOCrit00o00e0NNOiO} aiasa� G� m N r NM •� ISS O M1 M 00 N rt 0t mmr, C,i0 bO00t,•. Qww mOc) tnor- mwO NmmNN `4 m 4 6 U? QtOC} A N 4 K35roovo r �t} NM1rN r rt0 r •' LrirrN04Mt" 0 " 00 - - mr- 0 N 0 v w - r � rr �-' 4rtOowmo a. Nr Cr rtOrMrpprNrrrN - 00 - Nr NNNNN Obrr rCNN OOOOON •� to tD t0 tri t0 cD to tt) to tti ts7 Ci? tC> Ir7 is t17 tri O tt} t0 O lIi O Ow o tti u) u) tb u9 No No ca t0 tf5 tfi u4i tri tri CO t0 to tri �J N M1M1M1M1M1h RRM1AAARAhhhAhhhAAAri- AM1AhRM1M1R RM1M1Rh- NNr- 1- hfl. h •� ar ■t +.r c r _ iti C�H.? C = C cO.o_,oo •_ .. - ° C.r � C wasr C �Z _ t' - t' .bc cCOi - - rrrsr 0O OOO a • .0 cQ� v0 _ o � o - 06 CA m : ct OUg _ aiaaLO � �� � �a0o- OM) Du < 0u- 3LOLCL, U- u < tL - Aud© © Ou. u. < y< 0 i L � M 4 L.} a 00 a) W m t 1 U? O _► p o um �? c c G G5 cM ;? ;7 � N g � ro � 0 r 3 c aro C 0 ro uai tbn N °� �' 4 Nsi CJ 0 00 00 0 } moo ° n m :z _j - a 4 k- id XN > E QiM1 <9V} ct t` No EOTh � .GstO M NMS Ob @tl} tOTi O rQ � Ltto }� ro to 0: N t� r {S, ayrr ._ � bNr w C asCitS rM1CO tin c p s� fi w C G c E M. O a0 L t0 t7i Oi a Ci too O ro O a) +. L7 d a C? 00 trj a xa mo �' QU � pm ,t� Idoo -rX0aOx 'a '0 X NzsOoasiv '� = � roaar �° xNxro tx �yt5 mm � uittimtr CD CLtnv) � M8V ' MO (Sac 'sCS � $ CEC$ m4vUcrit° t2 ? J um ca r Ow CO O Q *-' (0 r 00 M tfi 4) t(i N M 0 t0 0 O to CA t0 O NC cC r 00 r OrOmm4Uorr {jc+ c+ ricoANot' topoco© tootnt7t7NN0 © OvNrou> ui0- CDNpug QsM- CLNNmi dQO' r0r4 NrNA MrNIrldt�Dmdtmm14- dd � r4CLCLNom � hNN0N0. tiCLQ A G E I c C9 g v ' y, � - c c m 9 `o E o ci E c > too ; Mlt u nOla; v , an ° ^y .nw` r✓ c caE 2 0 C: u v0 U Z 2 E aUco cpp 0cCw - c C a. c (3 U a G C U O GU aY°� Cd h Z; oC U . °oa� 9 � ro � QQj�com � ° 4 0 4o CG- ) C: 0 mtpg -a C � W =iGo oO 88 8Z8 � w E o 0U � me a OO � a U c oUoCUU G ax � c � m � � c - � mwU N G0w � jaJa > yE wau _ n o ( CaI; o oG >: T GGL-rd!vV* 3EYN L SON dvvM 0r0 n-r6^ni-vCr> CD N 0 t- w m U, 0 0 V CO cl, �! cl, 10 "1�� t- m to U") r_ to LO LO v m N to — w M c 00 IN CY> a) N C> r, M co 4*1 v Cl) D 1W 04 00 �r k 0 "1 " 2 — 1? 0? CV T '�) — �4 a? *moi C? C> CO —1 06 �L � N 014 CO 9 N C� C) C) v. 00 N 00 0 q 00 6 (6 r) c� r� 00' IT IT' m w co m 00 04 ?._ QM w Iq C*4 C14 0 V. W N 0 NNNM m cc to w 0 NM 0 0 NN W to to Cl) cn co cn v CO) N M 0 CIJ C14 0 V CY 14, C) o I- U') to N R__ �Pp— —— rN N 0CO W N cli.-. mg (m CT V rl cli 0 r- r- 0 Ott. 0 r- Q 2 (1 9 C) (n 0 m — o 0 LO 0 m0 0 0 0 r� 'r V. N m c 8 r- A 0 cli 0 m r,_ r—_ too Q,) rc� M M ID M 0 � m 0 t- ACA M Ln I o N. T 7 y "t 7 N, C? i 9 9 C? I- "! Noo m — 7 . w 6 C6 6 A VL 64 f2 0, Cf 0 v 0 g -7 n 0 c) (b m A 8 6 (b 4 tz. A C; 6 " , v Cl) ', R to N " ,w w v v N 0 0 M N — a M N CO �� m N N m w 0 n Zlo CN 0 C) m Nahoai A Ot——————— C') N to 1w v m w I,- t- LO 0 0 N —————— ————.-+...+..-+..-+.——— v rl. tn LO N 0 E c6 r, r-- t 6 0 cn o m cq 0 o Ng 0 0 N U,) o w t- rl t- 0 — o d. NN Ln 0 to 10 0 0 Ln U, O 'n 0 0 0 in 0 0 V) 0 O 'n 0 010 o0woLOW000 0 fl. fl- r- rl rl rl- r- r- r- fl- h r*- r- �-Xxxxxx � xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx F- F- �-- Fx- F- F- F- F- 13) at c c 0 c (D t: r- 4) = 'a 0 00 : V V &: r_ c :3 0 O = 0 0 0 0 t*fj cr 3; . 0 >: U) B� a 0 (1) (n c cr a m m 'm cr m m 0 0 m 0 M CO n m m m a 0 0 0 0 M .E m m -E 0 5L 0 cX 0 < LL 0 MLOL U�3) 00 Qadmdooz 3� 00 a coo < J U_ LL LL. LL 0 < 0 a U_ CL Cy 0 V) C) wuj C) w 1� co -J 7,j 0 > c 0: V) > � � — 4) co 0 V) M 0 C,4 CO z 7. to V -WO CO 5, -.4 w d U*> 0 co S M co ca 0 = 72 U) 4) to IT c g Q) :5 = 2 1� 0 0 Go '0 c co CL 40) C4 C co a� z a) .0 0 ;: N. Cl) m M "t 0 cam ` = CD c-) x 0 = �i -0 = x W LU M x N 0 �c > c x W C) E p M LL U_ � do CO W m w LL m o '< 4) =) x w N cr x C2 0 NCO . 0 0 00 < OCOh w w CC a C) ci ONCNOV, Nomizqc N 0 tf) CV s A 2 Cc) ao: N to a: 0) IT 0 00 0 r- 0 0 Ln 00 e rl N N GO N 'r C, V M CV (f) V CN N cr) 00 � V- <N d ci N C4 LO CL > (A 0 c .2 CL 0 Q J 46 E C: m C� 0 c CL 0 ad Or- E r= 0 < m CA U tm :3 C cd co W — • g 2 CL cn 0 0 co m c c a ca C: LZ (L ,Oio C: 0 0 0 M 0 M - U C: a.- - c q) ; > C) CL 0 8 :1 �N 0 E Eck 2 m r- oo c 11 00 vt v UQCD a-9 c .5 -C 0 4) x c 0) 0 0 'm E ;E 0 c 0 c eD 0 (n 3; C-4 CL uj Lu s O. 0 2! Z V) -a — 0 f26 t, > C: 4) 4) 0 'ro 0 0 C 9 0 2 to N 8 O = W 4iEco H. 3z t! N 'E a- gu' c 0 0 Zr, 19 n n r) n 141 Mt,k(Pi fn M (ri -r _Y — ks , ti to fA 'A M L_ E -Zimm = :; cao < E Fu co, 79: E po eX t^ 1) 1 S919 ILL S 0':�'0 'V'O-6 1 NV to oo #? C@ oo a)� w COT- M " r W Owo cp vusey 0N00 M N t*Stot� tO rN � LD O) tt> N Orq LA tO COpp rr n 0tf) tn to too N1t5 tl' P. tf) tU r O 0 r- MCNq• COril) NN 0 v tMAr0 co to C', nN oDn03Nntt3p� O tTih�• � u� C� Qit) N na) r Lf) M r t7q n C�) t r t r t 9 'q' 9 CTi N O e� r V' M tt OOra� rP3vM MtO �}` f7NNnO N 1n rrjNt i tCgOtO tT MNM Mtor rttCR, Ov h oi7� NtGM nrn x7Q? t7� to I Mf7 v N N toO) M�` NNN0) rg0cod� NO Mt1n cTvtCt Mn Onct �I M Q T+QN NN 'q Nr NnN • C14t-- -T0N Nq• ttnnNnct' FZI rrn n n t- r- +- t�. rnrn � �- rn nr rrrlri. rr rw rl^ nr u. CO N OZ 0 QA N CO YN o) df} Oi N Gig W N v Q3 N N t1Q 0? to CON N tp N O) O) Ot) N Y v V Y YYY V YV Y VY �Y YV YY V Yv 4.. Y YY+yY w„r , inO00MrP. 0W0 rM0rN q h N0tor, r0NMN0MU) nv MOn tO Na4 C-4 f0 OCt CQp �I' n N t) toGloog tt7C7 tJnOn - NtUMqq �cy� 0 �ry NthOthtOMC7 QnntcO0 W MWNtt) O R' 0MO M NNNrcT cfiCp wN I t) ; t� ` u) Otp OMfflt) Cy t4N rMCnh GDNONt t si tt7pMtV rt0 0 r r r t t t r r r t r S r t r r r to 1700N M4fStf} O! r 'f Itt�ry�. l�lC t n rQti70t7MLCy� tpMCpE1 vONNnt3 C4 , 06 , 6A0 t7? ZI aN") Mv� 4�iNt NNtMopNsc'? vNv V C) NtrCltWo '"4' NO tVt7�itSt+a4 l IT -t' cco M Non wNa)) fl- Nt ti d NN NNNNah. �t nN nN StNn � t{yN �tNK �t vnnNn �! c} n stvNNn r nnnnnnn r rnrnrnrr n n r nrt• nr QI oONQfi7� t7� O� t7? O� NGONCO [S� aOfhNQ� O� Nttt75NfT� NNNeOC � aDN NVCQNNYOYt � ry � to co N r ._ k `; Q .{.i C) 0MNMM0vN000Nr00fj� oot� tOcotovt) n M N W M 0 0 NC Q) Nvv NNOCSsT �+ NV i1) tn * t) b Or- rti) OrrrOnr ¢ Orv0W — LZ. C+ NN NOOrN r- N +r' N ONN c Nt7> rNt� NNN t700N N OY N 000 ON fl- II-- t�- � � � nr�. � t� � � r�. r�- i�. � t`o- tu- Nim- Hht- FF^ tX-- r lX1- I• iX- F- F- Fx- L) t- l- 1- F- 1 F- t- F- I- I- IXXXXXX x- HHIF- F- F- t- F c o _ > Cc ° w o mo 0o o au; ° o a ro t`f'o07 o cn � t' ro C t�'aa t'cXat�'ot�'cA `�oW ?. . 0—aw V) (n .0 from, clod vmpsaroro = semca0 �ctco � io i 'ru76m c � co �a � � m Mm U c� c� r� arc c3 cau. o > MU- 0wonac cou. CL 6 0Q -Ja — t © 'Q C � k i r Q 00 �} W It (D to N U as C od ' y } a CO X_ ' am > cCr0 r_ < o � > c!} Qo a� M taa o � LO rc,� ti C V, tv . .� v�- nN- tM� c t4 CO Cn� p00 H r rnN4 ni ti 00 .- d , c � ._ 0D 9!-0Q0 � - ; tp _ NptL ' .- .. a� tG N r G {p tt! C 00 A 0 'C , N r@ O tb C t) � � eN- N '- C tD w r K7 O t4 o � v t� c Q E 3 Z'x aS° �: . v c Sr 5r W Xa00pa " a0 c xxm ow voroo ro xxc a xo cOxE -; x cc m � tcUtn � c$ �- a E- cn mt� mr � Y � msat c Q c� Q a s� to a O I n CO M O V o to o o h v a is ,- o ur (Jo v N to °5 ro o G° �[ yco o pr- wvo00 NZ- 000MMon .-- u� e} �sdo� � Q �jeN� � tno pr- �cres �' co Z mn NM ton N � r1- COCI. C1. rrN t) crit? rr [� t+ c+� N11. CLt(� r V rR Q. V C) v C, (M 0 00 04 r LLJ 0 � rim C 4 E c o ro ro qsU t3 y E� o cd QpE v tce Vic, 1"Y'_ � ro 5th (� (} y C V u Q 45 E 6 j G1 to C C W ani , S c izc m U c Z J � m � -J o rlF � � c U � V � � � � �'H � N ti � � y U- tfs ca d) to m C7 O E V Gi 4 ` a Z V) yQ fl 4) t (thy c _ v ��'j} (ash a. U t? '•� U LJ tJ V1 -I tl W G) {.1 v U U } �p t) 4J 0 � � t0 E v tll y . �, `s, C} ul .vi 0) !U �G U 'C lil ,U v to J t6 qqG f�L z Ip is c - c u c ^ W ctr} v} •Uul � c � ��, . � � U � tu ash 0 ZS � � ua q� V � O v, -- +r r as '� um u _ c UJcn — irH " Q C7 as � tv 0 ny to Qy � >• j — q1 N c w 2 lz m � � y � u> m 0 IM L3W W — v UJ rn -- c(�� c c ro oa W W ro .. W a N w a) c - m ro 0 W S? 0 W G U } ttt 01 4) 4 W Lll N r m $ ` CD Q} N _ a o 0 .2 t ro � U •`' '© W o x Cu � c� � � � '>a v m c5 � A m c Lu E .n ._ Ei rot: v x as �-- "sacUx c >,� ro romp ;C? U a cE; r c IO a ccqq c QQ ns ... t p m c o c� U = o a � 4'� c r'. � � C? c � o c tv v 'L Q o 4L O d U] to t3 U t� o w w W u_ z -- i 5 5 5 n rr fr rn to rn rn •. 0r , � -9 r. G,; s - 91G81 Mcd 901GM �-6 �iV +t P toCAMto Gnw- �- rPNPtT> cDQtt7u7 CV b tfitP) V m7 O V' to0 P P O r P t6 �d r O 0 N �p tk3 Q1 ST t77 CV uS U') tc) O co m OD O r ' tAtDMti7MtD torr MhONtDOMr t�? p Pcoto � to 0 o � � tCSNr rOtl) t0 c� of9Tw O r- LD cM� cN�sQMi tO90 00Ut ODrftti orn CO r O P ti'� ti) QS pp�i tw? { CN r4? C? CGr CQt*i t�? O I p b f- �tr�t�p}t t��/} �7 NGS# �? tD N M M 'cf` Nto {Jt(y l.CS0> PP �y 09? t{9M0mz P toO NNN4V /t'! tV Mco MN N tpert0 M07m Nt{) PNNNC» PQ' CDM co Cl) ts7 NNN QQS .-. ........�.-..-.,..ti. .-..�..- .........�i+..--..+-.......,..-.. .+. .-..-..... r...-..-. .-..-. N N vP NNP NPNNNPNe1 Ntl Ntf �7 V P PNN cv NhN PN 'Q'P h r r P P r r P r h P P r P r P P - r r r r P P P ti r r- 40 r h L4. m NIXi QS rh N CACOC!? sa toNK7S 4M NN,c`p lD OS Q? cQ t7i OCQO Qd Q1 �,In C-1 •,-- tCi tt} 4Mtn P S'h0 `ct COMNOOC' Q) MrOpO CQ � O tt ul co coo �-' M4G C} MtON N to P to W e- M CC h O N tt9 to �- til c� co0tt} tis alto C) CCU) Oititt) NOc_OOt7t07d�iQaNOMr �J i� M to V � c�0tt> � COMOltatotct t� t"} c4 �YNhQtO N tC? � Otr) mm rt0MOMNr01 to t� it� tA 'c�' toN r til tnhRTr I I i i 1 1 i 1 �� 1 1 1 { I 1 r Mtt� lf) t[) t3i NY• SbNfxrcbM � r o-%' 9Ntflto0to UJ iV `d r C7Y N CD pp to P v tai P P NCO 0 ih fiW'> w� COrj N tit t`. t0t� 0 � tT N tib to Cx N M r M M N � 2,PNN MNtOGnC? MNmOr_ NNNNt VCI) MOMWMW N NN «S it7 (NNN0IgC) Q NN NhtV NPtrNet Q• NNNPN q NQ q e hP �fq (* PNNPN PNPNPPN =I - Ph P PPr Pt•^ w+ PPP +" PrPr r rrrrr rPPrP rPrP �- t- h 0..n M I co cl «o t'' r �t r P (p (pt(} cQC3NfOPPrt(} Mti7P W hOt7� tf> N I- OP r0) NOCO t tprQ) p) Nr (Dc�7o? V l') trSPtiIN V +- cOtDerC3tt} O C'1tfJNre- ONO NNMstN rPtO C rti7V ... (1 QUO N 0000N0 rO00r rc7NNNrNr 0NN0 rNNN r �- rrrN0 uocDmto0to0tritototou'j0totototo0int0coto0w (ou) %ntoul) to upsts, to000 rAlx- 1xx Ix- Ix- Hix- ix- tx- hNl• 1- 1X• F- kx- i- ht-- 1- F- NIS-hF- HIS- � tX_ 1X_ Xt- #- F- t- Hlx- hF- V me c m s°n cod or m C? rnG ro- t`a � =y� ` - � oc 0 c �' r ooc 3ra oc�oWW (Aca CS t fi , N m } DaLoa0 . . cn00L000G � < Uaa0ti ULL G0 �y • Q 0 V L.. ed 0 N O to thv r c ul 0 °'' v M Ca i _o > W Cl) 4; p c _ i.a Gt Q .s x Va 3 p` ro '- _i ( O O > @ yr Zi m` tti ai x t0 m rn cry tv _j roQZ7P c > c Gtfi %_- ^� O0 Q) cts� r �, N O (g a C m t7 N v C co c5 N^- 0 (@ u3a A Q,LO �' tco 'Z °� c M c atc0m `t' yria c1� ar ty -4 0 ♦� 'otpto E � � CL � aC Tc m ?'ro G = G c x c(c 0 2 E 4} SG M ,. �'1 S }.' N P r m a P U} Z m x vt� c W A c - Va o � m a y o � � a ° ro >. t o xZ � : -F C c x x � m x c �w ,.- 0 Q vat U20 j mw0) 0 m � tn �, � � E- 2c� m �°a /n � a O xm° m° >> m � — ❑r r U r � t� PO C Ntt) MNtO Ptr? MMNO tOGftt} O us ast0 � rNP MO tD O0V_ 0) 00Nr r U) 00NrMefO,rr c} MC N w co q *- PO C r00Cl) Ingr PPto %60 (7) 000P Q �- 0 PN O N r its Nrdtt} NCDr rCOrNNrr, Q. Nrtr) rM 'CrNQQ LLw� totr) N NQ. atoMO. N V t7! z,.i U 0to C ! m@ p to W C N G r„ 12 U to c7 C m m {� 0 MM a�r9 �tad = 6E= 0 � � wc Ot,? to UN c �6 C3rn 0 -am cu> m `mac F- � � $ -- c _ U rn x� rri �„ o J m ti z m 0 c 3 u aim c � m ° c E - _ o cai at c a u m YLi o ._ o ¢p c c "'. in `i Of z3 m --� -a = '� Ca m a-D C 'cm MQ � � U G c C _ la ,ry wU F' ai cctci � os�soC� - cuct`s , � mt? �° o .� u°, a_ eco@ ° t c � ' � m c c c E•N c a c o c v c� c c OL c e - � n v c b10 y rtu � m � {pTUctcrot� �! a roC�a C7 va <Lc= its-- cmc' Q m v m ._ Y ua 2 v w w3 c O C1.. c !YI -c ._. - : ,7 Q. ,tw '� ti tv N y — tri G1 L" Q m 13 m E .� Q V Z e^ .� N • 4s t> c ._ to 0- o. �{ CD } v iu .r- m i d is m S a b a > U a � E is -a o ._ r- car ... m r- Q. - a m 1- taW h+ l- ctt� c � 05 s= ariam � � ��' � 'y3 � � � � � Ir SY + mva0Ua N �,aao Y- Qmas tum ~ omcs > arccc � ,y Ca d m � � hi- � b '` � F' 0 a. 0 > $ �> d c o c aa . to 0. 'y c No c �mG o may vaEv_r ctoac � m _ = ° ao .; �' '3 ot9ro rya �' ; cc � � '' ii. srtii a^f of ttltrnll I11f� T v `S Sn �nrnrn .nt_ 0 mrn . Z iF 0M Q m G d i 9 l G�:XVI mw-* Nd 9 0: � G- L Ok - � Ch r .r O er r 00 M tt} N ~ P O '••+ M C41 .) M N cy) —0 OC a n h r- 0 41 tt)QO r- c00 o r _ N tOT tQ) � tV � T NCtC7i r to tttiVpQ� CAOCOP U? P+ Wgph- CXSOe� W 1rNGt - OP 10M OCO O! u7Nt- Nr- C�? T7 r- r Q 0) q fl •co (6 +N+�� ��up-) U7ApGni N f� 40NNe� rf} 6 N � @ C) r- rfiPpt •.- P ON) CD `d t7 +�fl ANO 00 fl- P. tft N {��,pp CPD NrlwMPN. coNet « 4 N Q0 i i 'Ct �F 0) M ti) M V tt) q V PMh- t7} MNQico ONMtt) M f* N C+t co N N t` r3 ;^C14 N V I+Q tV CN CV tF d N N V N t. C,4 V ej h st �- PP N1` r �- rh TP h. r Tr PP ar- C. rrP 1"- e- Prh. to rr U.G6 � 0) Cls CA CT) ad N tsb Q7 t7? t7> �V 00 N Q3 dtii Y Y Y-..+•...+v +.. ..+v Y ,,..• ��.N..•.N.+v Q'} N�OY OAC � Oma} .N-,Ov N,,,,• �3'a CIA..L tOeYChNu7 " CSN NO MQ GOr) Ne� tt3Q1` tC) OPtONQ Nrntt) ;D �7 Car- tsxtclC*7o3tt) tCioQ � MPNrnrh r Qtt} Tt{) Mqq^ UCy 4! d M �ts� C4p TMh CY AD C? f- 0 P co m t0 0) �t IX) N O P M C)s u'i oo N CO M O tf) Ci? CA NOP tO P � f� t`� co tri to d c J IN C+) GO V' Mh- C t I? C? h. hC9t; Tfl- 00C-5 l�7IYQON QC Nc+3tt} WMulctSTircCyfOC7t*? II oc� tnOtgrf`. gTCOrrQCntt7 COP 0vNtt Cl)i�lN� C? t75C�f NNtOCt? t6V NCV CDN (: NtVt= N6C6r, lG� O 'ct• C6 FiF P 01703 iiJ N C [P C10 {O r 00 t7f} Q7 St N qp P* Q I'� tt� Ch h- (p e� Gy ZO? MGoco �7' ZomcoN04covNC T0:? <?tMC00m0N •S �t F�. c? t� NMNUOic30Q3 � t�+9tOt� �.. ..-...^........tee...s..r-.,.-....�,.�..�.——.-.�++.....�.-.r�,--,..., n-+..-.,.+......�-..-.04 r...-.w f l- 0 r.0 1*r! N N N IS N N h. N N N t� N P N cr N �# t} P IT IT N N P N 'V IT C*4 q N I- N g P =TrP+ PP rh+. t+ rPF. PrPrl *�-• P- rrT " rPP r f+.. e- a- Nfl- T- I'- Trrrv- o0N07Cnm W0aV COCAmm GCCACOCT> NO) NNC�? NNCAC7) GOCnNN � QNCACONt%) NNCON Y` vv.r V Y.✓v V V V VYvvv V'..+Y+�'rw tiFYYvv V V V V .+ *✓�.+4✓YY tri L``'jj7, Cts (Ot*? tOh. N {pOtS7NQrrtp (psrt+- N4S OJCC} COPh. tpGO NO NNGDP r QN 0 't)m 1 mQNNCO Q' r,"' r' t73 � CpetP mN N 0000 NMr tCS rMMQr TNOOM Cri00QNN O rrr NQNMOMNG? *) Q OON cryN N OrCNNQN to 0. Q �200000` 09F9 nh � hhPti In tihht�+ p•.: r�.. t�- (�.. � ti t�. r�. P�. (oLr) 04 f~If- FX- FX- FX- h 1- F- t- iF- H1- }X- NI- }- F-- F-F- F-- i- hhF- FF- h }- FX- F- I F- F- F-F- - I- EXxx F-- I- I.c = O 0 fl CO ,SQ} = m 0tCO Ch fn O p,`�^ p� Vl O V} tt# N tlt y O W o 0 to 6 � � 0 0 � N .L t' it1 N t'0 t0 `C L i�9 (4 tti b N } C co tC ` C _ C m C4 wt0 m = V) C t4 C Q. CS,F° � t9C? t� ¢ F- t � oc� n u. t°ioc� o ¢ nt� . O�sm. o � oac� d $ aD ¢ c� y r` L 0 L d.r � 004 cry N t) T r t0 � N t, co V n ZZ M O tU N N 4? Cy C/t 0 co IX 0 Q y .: t7 tr7 Y G7 _ Cy > QCt LL N O N CO o aitLI c 12 a2) = v`�s a CAm � � tn � U' M C.O � oQ 8 v c "ao V} . m E (0 OU y 4) tyl nt U C m to n (j} 4 x N .- C) E Mtn O c. U) U- NCO V3,m m c v � 3 Ec'D ma- `oiu > rcn ._ T b m a ._ tu.? ?3 ,°"ie m o O x m fl = m m x � ay �? E X � _ Q ' U m >, �' a o t>;cr � xtn �yvizuimy' U > cry } mpo$ Uw E,., wm pp� uimcs �tyy <CoF- �, m Q h. r tC) P to P m a4 n tO 'w to t19 4n N CO [O v tft O CY CO M cC) CO M (3C7NNNQV. (14 r3r• t� © rr�, +— OT 04 Odoolt � 0000 — � MC7) NMTNrnC� CJ Qrt�') NdiQ*) '7 tOr) f0. aO. t"�.) NrIM� N � OC} NC1. 1ko4coMN � t(OdC1. NN0. t*) � rT Ttr0 V. O. N z Cl) } C 0 � .L- u O06 0 O C? O Gfli y Gi Q tD o ff? mo . C flq a) uc �yc v c t� . E m Cn ccr OA � c cu ro 2: = � w '� ¢ c C 'aCL o d c � v} cl,` ? '? — ' - � c°a mo = p a) t�t m o c cA o w � c c E ol- a ° tfl? c � O. mS , ' p U? O O. �) '- O C N O N F- C fl try 'V) U p .Cy 3 C •` Q $) 0 p G) Q � � W G N C] A o(F C C: � � a) ltt C C C Ch p O C C b O,Viyt ` d m , II t3 c C C7)Q by y�j Lm Q V 4 C: N C4 fl C) C x 5 V = ama) � ° •cc � 4 - _ � IM � oCL 0rochti'� cUn t? -'��i} �, � O. 3n. x3 � vsa 0 jo ciu 'ro y �tsa- cm a doo o 0 yt3 cW c ar cqa. .t. a tcp '� n s„� U ° v 3 'c 4) q� � ,a) c O N CS Cl ti. m to y v; !� p U O ., = U E y in u' m - 3 `) f N a _ o W c„i c ��yaS � 3 i E $ U � E d ,�f,- a) ega Jr- � G) U rn LL C) U w tit o Ca C7 l 5 5 m C� M tY m rn i n :r r �" c m �A, Q O Q), = O r"- JAN-19-00 WED 04:04 PM MWHE FAX:81787146185 PAGE FW City of Fort Worth Mino fity and Women Business IH0k T W Enterprise Office, kTHe1000 Throckmorton Street, Rm. 330, Fort Worth, Texas 76102 pa FAX Date: Number of pages to follow: 7 Ip op To: From: 'J;�- TL. Mjetr 4415&ogleS . Phone: Fax: 677— Cft72S Phone: (817) 871-6104 IP CC: Fax: (8171871-6185 REMARKS: E) Urgent For your review Reply ASAP 0 Please comment • rY r'r< U4 01% Pik PP NO !P po HP LaserJet 3100 AD HOC BROADCAST REPORT for Printer/Fax/Copier/Scanner HP LaserJet 3100 8173770973 Jan-19-00 9:47PM Job Phone Number Start Time Pages Mode Status 798 8782554---... ............. 1 /19 8:23PM-.... 11 1 BC --...... Completed......, ......... 798 4659324.......................... 1 /19 7:15PM...... 1/ 1 BC ... Completed.... ............ ......... 798 2639062..................... .... 1 /19 7:16PW.... 1 / 1 BC .......... Completed.... .......... ........ ........... 798 4577238.......................... 1/19 7:17PM...... 1/ 1 BC ..... .... Completed.................... ........--..... 798 4920955.......................... 1 /19 7:18PM...... 1 / 1 BC —7..... Completed........................................ ?38 9240279.......................... 1 /19 7:19PM_... 1 / 1 BC .......... Completed........................................ 798 2658054.-:.... .......... 1 /19 7:20PM...... 1/ 1 BC ....... Completed.... .................... 79P _ 9268078---................. 1/19 7:21PM...... 1/ 1 B"-- Completed..... ......... ............ 798 7958040.......--............... 1 /19 7:22PM...— 1 / 1 BC ......... Completed................... .......—.......... IP 798 9249879.... .............. .... 1/19 7:23PM...... 1/ 1 BC .......... Completed..... ........... ............ 798 5722085.—.......... ...... 1 /19 9:42PM-- 0/ 1 BC ......... No Answer........ ............ 930 798 9236618--........... ......... 1 /19 7:26PW.... 1 / 1 BG .......... Completed.... .............. ---... 798 5612368.......................— 1 /19 7:27PM-.— 1/ 1 BC ......-- Completed..............-...............-....... pp 798 4913831 .—...................... 1 /19 7:27PM—... 1/ 1 BC .......... Completed.....................—...... ...— .. 798 4461730-........ _..... 1/19 7:28PW..... 1/ 1 BC .....-... Completed,....... ...... ............ ........— 798 3796043---... ........ 1/19 7:29PM-- 1/ 1 BC ........ Completed.................. ........ 798 2328677.......................... 1/19 7:30PM.. 1/ 1 BC .......... Completed........................................ PW 798 5358034---................... 1/19 7:31 PM- 1/ 1 BC —....... Completed..............,,........................ 798 9249879...-...-_............. 1 /19 7:32PW..... 1 / 1 BC ........ Completed......................,.......,......... 798 9236618-...... ......... 1 /19 7:34PM...— 1/ 1 BC --..... Completed.......................,,............... 798 4913831 .....-- ...... 1 /19 7:34PM...... 1/ 1 BC ....... Completed........................................ 798 9248511 --.................... 1 /19 7:35PM...... 1 / 1 BC .......... Completed............ ............... 798 8782554..-..........--........ 1 /19 7:36PM...... 1 / 1 BC ........ Completed............ ........ 798 4653904..... 1 /19 7:37PM...... 1 / 1 BC —....... Completed........................................ 798 6408211 ............—........... 1 /19 7:38PM...... 1 / 1 BC ........ Completed.........-.................... 798 2372255........—.... ....... 1/19 7:40PM..... 1 / 1 BC ......P P Completed........................................ 798 4577238.......................... 1 /19 7:41PM...... 1/ 1 BC .......... Completed........................................ 798 4920955.........P P............... 1 /19 7:42PM...... 1 / 1 BC .......... Completed......,................................. 798 9240279......P................... 1/19 7:43PM...... 1 / 1 BC .......... Completed....................... ........ ...... 798 6089303.......................... 1 /19 7:44PM—... 1 / 1 BC .......... Completed... ........... ........... ....— 798 3295366............. ....._.... 1/19 9:10PM...... 1/ 1 BC .......... Completed.... ............. .......... 798 9247958.......................... 1 /19 7:46PM...... 1/ 1 BC .......... Completed... ...----.................. 798 2617311 ...--................... 1/19 8:27PM...... 1/ 1 BC .......... Completed........................................ 798 ompleted................................--- 798 5617188..... .......... ...— 1 /19 7:47PM-- 1/ 1 BC .......... Completed....... ............ ....... ....... 798 5600555..... —.-.......... 1 /19 7:48PM-.... 1/ 1 BC ......-- Completed....................--.....—.....— 798 7924054---................... 1/19 9:43PM--. 0/ 1 BC .......... Remote Fax was Busy............ 960 798 4679562--.... ............ 1 /19 7:49PM—... 1/ 1 BC ........ Completed.............,.,........................ 798 7951252....---....... ..... 1 /19 7:50PM...... 1/ 1 BC .... Completed.............,.----..................... 798 4670466-... ....—............ 1 /19 7:52PM...... 1/ 1 BC -- Completed........................................ PW 798 4478614.......................... 1 /19 7:53PM.... 1/ 1 BC ---... Completed........................,..,..,,........ 798 ompleted........................11--l- 798 3092313-.... ......... 1 /19 9:44PM.... 0/ 1 BC .......... No Answer................,............... 930 798 5960101 .——................... 1/19 7:55PW..... 1 / 1 BC Completed.......--........ ................ 798 2639062-........... ...... ..... 1 /19 8:52PM...... 1/ 1 BC Completed......,.,..........,,,,..,,............. OW 798 6089303--..... ............ 1/19 7:57PM...... 1/ 1 BC .......... Completed........................................ 798 2448155--....---......... 1 /19 7:57PM...... 1/ 1 BC .... Completed...................,.................... 798 2658054.......................... 1 /19 8:5 3P M-,— 1/ 1 BC ........ Completed......,................................. 798 4300409.......................... 1 /19 8:OOPM...... 1/ 1 BC ....—... Completed.....----...... 798 4653904.......................... 1 /19 8:OOPM...... 1/ 1 BC .......... Completed...............—......... 798 6408211 .......................... 1 /19 8:01PM...... 1 / 1 BC .......... Completed..... ............... ....... ...... 798 5725200.......................... 1 /19 8:32PM...— 1 / 1 BC .......... Completed...................... ........... 798 4679853.......................... 1 /19 8:04PM...... 1 / 1 BC ..P....... Completed...... ......... ....... 798 2143918299.................... 1 /19 8:05PM...... 1 / 1 BC .......... Completed................... ...----..... 798 2143287472.................... 1 /19 8:06PM...... 1 / 1 BC .......... Completed......... ....... ...... 798 9091475---...... ........... 1 /19 9:45PM...— 0/ 1 BC .......... No Answer..... ........ .... 930 798 8601188... ......... ..... 1 /19 9:46PM —.. 0/ 1 BC .......... No Answer..... ............. ... 930 798 6089303.......................... 1 /19 8:09PM...... 1 / 1 BC ......... Completed........................................ HP LaserJet 3100 AD HOC BROADCAST REPORT for Printer/Fax/Copier/Scanner HP LaserJet 3100 8173770973 Jan-20-00 9:53AM Job Phone Number Start Time Pages Mode Status 808 5722085.......................... 1 /20 9:51AM...... 1/ 1 BC ........ Completed.................... ........... 808 5722085.......................... 1 /20 9:52AM_.... 1 / 1 BC Completed........................................ IP IP kR&ASSOCIATZsjNC jQ4*V70CERY BT.WQRT%TMS,76104 PELS17)3774971 F*AXSlV770973 PO PR01Ecr:64.6 Ikal DATE:_ LOCAT70N-'AILA"A4-J- 6..jIfl FP YOW OOnWAnY if invited to bid the above raierewe project,Ori&�W)-by phone. YOU- nft*Y your bid by fAx(oAfl The PhAs may be reviewed at the fogowbW FT.Worth dodge Pw room 3ZAGC plan room BW ITEM CONVANY� CONTACT PHONE;' FAX __DECLINE SI DATE Fm Ip A HP LaserJet 3100 AD HOC BROADCAST REPORT for Printer/Fax/Copier/Scanner HP LaserJet 3100 8173770973 ow Jan-20-00 10:01AM Job Phone Number Start Time Pages Mode Status 810 2143750717.................... 1 /20 10:OOAM. 1/ 1 BC .......... Completed..,............................... 810 2143750717.................... 1 /20 10:OOAM... 1 / 1 BC ......... Completed........................................ 1P R..-&V &ASSOCLAIUj.NC 3624 W-VICKERY Fr.WOAMTXW,761W PTI:!17)37'7.0471 PAX 1[17}3770473 Fm �rTATTON TO BID PROJECT: pw You company is invited to bid the above rderaxe project,You may submit your bid by fax(m4 origi-0 or by phone 1U plans may be reviewed at The rollowbW PP vrRJILiter&AL='offlce•Vosw a ft#fF�14e, vDallas dodge ptaa room FT.Worth dodge plan room IZAGC plan room BID ITEM COMPANY: CONTACT- PHONE., FAX— _.PMDING -__DECLINE SIGNED DATE IP • RD HP LaserJet 3100 AD HOC BROADCAST REPORT for Printer/Fax/Copier/Scanner HP LaserJet 3100 8173770973 Jan-20-00 11 :11AM Job Phone Number Start Time Pages Mode Status 809 5722085.......................... 1 /20 10:30AM...... 1 / 1 BC ....... Completed........................................ 809 3092313.... ............... 1120 9:56AM...... 1/ 1 BC .......... Completed.......----.............- 809 2143750767..—............... 1 /20 11 :09AM...... 0/ 1 BC .......... No Answer..... ....... ................- 930 180918601188... ........ 1 1 /20 11 1 OAM 1 0/ 1 BC ...lNo Answer............ ........ 930 PIP � 7 tL *�ASSOCIATZSJKCTVXY am FT.WORTB;TVW.7610q PEL 817077-097i kAXS17P770973 PMTAIJO.N TO BUD ON PRomc-r: Tndp—,— I.A.1op Am. PP Year company is invited to bid the above ref—ow pTojecL you any zkoth you bid by&�(mgiiI original}or by phooc The PIuA may be reviewed at the tonowing: beILJM9cr6Ajw-ofk,—V;&w"Mait"Wc oe 4"Ve4it. �=L'. - —J%042 qp=p �rwm PT. dodge pitta mom ;00 ZAGC Al. roam BID ITEM OF COMPANY: CONTACT PHONE: FAX: ___PMD174G —DECLII,1E SIGNED DATE 110 4 No PSI PM ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION; Please provide additional Information you feel will further explain your good and honest efforts to obtain MfWBE participation on this project. op See attached letter. 110 The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the MWBE(s) listed was/were contacted in good faith. It is understood that any MIWBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the Cit MIWBE Office' oe Author" Sig re Printed Signature Title Contact Name and Title (if different) 0 1/7 ;3 qel—o q17 Company Name Telephone Number(s) 3-77—at?-73 Address Fax Number 7 City/StatefZip Date Rev.612148 r r I R. J. Miller and Associates received bids from 25 Minority subcontractors and have used as many as economically practical to provide a cost effective project for the City of Fort Worth. Although, we could not use all minority bids that were not low we have select several minorities who*s bid R.J. MILLER were not low. Attached is a list of minority contractors that we contacted for AND ASSOCIATES bids not all of these contractors bid the project. Since, R. I Miller and Associates was announced as apparent low bid we have reviewed all bids with the intent to use minority contractors and have contact many that were not low to confirm their scope of work and understanding of the project_ Wedid not receive prints until 1-17-00, therefore the ten day requirement to have minority sub-contractinu,bid could not be reached General Contractors 3624 West Vickery Fort Worth,Texas 76107 Phone 817.377.0971 PM Fax 817.377.0973 PP 7152 BED To: Mr. Bob Terrell City Manager City of Fort Worth, Texas IF For: Guinn School Adaptive Use Business Assistance Center Award No. 08-49-03143 1P 1100 South Freeway Fort Worth, Texas Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of Transportation and Public Works of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and, if the contract amount exceeds $25,000.00 furnish Performance and/or Payment Bonds rp approved by the City of Fort Worth for performing and completing the Work within the time stated and for the following sum, to wit: DESCRIPTION OF ITEMS Base Bid: '1�vv MN.'en 7—w0 11"ail-40( rX AVQ 6 a06( J4 dollars ($ c2 ;�!V, atw Alternates: 1. Add to the contract the Entry Canopy construction shown to the west of lobby door 100A. Entyr canopy shall be constructed complete as indicated, with electrical lighting; add to the Base Bid the sum of: r-dl dollars ($ YJ, S-0-0 2. Add to the contract removal of existing concrete walkway and providing new concrete sidewalk replacement along the east front of the building at the 1-35 service road, and extending to entry doors 102B and 1038; add to the Base Bid the sum of: 0 0.0 L4 .5 k ;,/ ,c O dollars 13, Y 70 BF- 1 PM 7152 3. Add to the contract the specified landscape and site irrigation work specified in Section s02900 and 0291-0;/add to the Base Bid the sum of- A4L dollars ($ 11, 0,00 UNIT PRICES: The undersigned further agrees that, in case additional work or material is authorized from what is shown in the Contract, the following unit prices will be used in adjusting the Contract Price. The unit prices include overhead, profit, taxes, etc. Unit prices to be used for adjusting the Contract Price for less work or material will be 75% of these amounts for the net difference of the total quantities for each type of work. PP 1. Remove unsound plaster on finished wall surfaces in excess of the 50% specified in Section 09205, repair plaster, texture to match existing. 010 per sq. la The undersigned agrees to complete the Work within 300 calendar days after the date of Notice to Proceed. The City reserves the right to accept or reject any and all bids or any combination thereof proposed for the above work. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worht City Code Section 13A-21 through 13A-29). Residency of Bidders: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award to contracts to non-resident bidders. The law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that Texas resident bidder would be required to underbid a non- resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders Failure to complete the forms may disqualify that bidder. Resident bidder must check the box in Section B. BF- 2 7152 r A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. op B. [XX] Our principal place of business or corporate offices are in the State of Texas. !P Within ten (10) days of receipt of notice of acceptance of this bid, the successful bidder will execute the formal contract and will deliver approved Surety Bonds for the faithful performance of this contract. The attached deposit check in the sum of dollars ($ ) is to become the property of the City of Fort Worth,Texas or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. MINORITY/WOMENS BUSINESS ENTERPRISE (M/WBE): (For bids in excess of$25,000) ?p I am aware that I must submit information the Director,Transportation and Public Works, concerning the MIWBE participation with'FIVE BUSINESS DAYS of submittal of this Proposal in order to be RESPONSIVE. Respectfully Submitted, R.J. Miller and Associates, Inc. Company N By: Signature R.J. Miller President Printed Name of Principal Title Address: 3624 West Vickery Blvd. Street Fort Worth, Texas 76107 City Zip Phone: 817-377-0971 Fax: 817-377-0973 Receipt is acknowledged of the following addenda: Addendum No. 1: Xx Addendum No. 3: XX Addendum No. 2: XX BF- 3 City of Fort Worth, Texas Transportation/Public Works Department Building Services Division/Architectural Services Section GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION EDA GRANT PROJCTS SECTION A A-8 INTERPRETATIONS. The Architect will furnish DEFINITIONS,PROCEDURES AND INTERPRETATIONS such Interpretations of the Plans and Specifications as may be necessary for the proper execution or progress of the A-1 CONTRACT DOCUMENTS. By the term Contract work. Such Interpretations shall be furnished at the instance Documents is meant all of the written and drawn documents of the Architect or at the request of the Contractor,or Owner, setting forth or affecting the tights of the parties, including and will be issued with reasonable promptness and at such but not necessarily limited to, the Contract, Notice to times and in accordance with such schedule as may be Bidders, Proposal, General Conditions, Special Conditions, agreed upon. Such Interpretations shall be consistent with Specifications,Plans,Bonds and all Addenda,Amendments the purposes and intent of the Plans and Specifications and signed by all parties.Change Orders,written Interpretations may be effected by Field Order, In the event of any dispute and any written Field Order for a minor change in the Work. between any of the parties to the Contract and the Architect or each other involving the interpretation of the Contract A-2 ENTIRE AGREEMENT. The Contract Documents Documents,the evaluation of work or materials performed or represent the entire agreement between the Parties,and no furnished by the Architect Contractor, or any subcontractor prior or contemporaneous, oral or written agreements, or materialsman,or involving any question of fault or liability instruments or negotiations shall be construed as altering the of any party, the decision of the Owner shall be final and terms and effects of the Contract Documents. After being binding. executed, the Contract Documents can be changed only by a written Amendment signed by the Contractor and the In the event of inconsistency in the contract documents, the Owner, or Change Order, or by a written Field Order for a following sequence for interpretation shall be used in order minor change. of precedence:Change Orders and/or Field Orders(by date of issuance); Addenda (by date of issuance); Drawings; A-3 WOR By the term Work is meant all labor, Notes and dimensions on Drawings; Technical supervision, materials and equipment necessary to be used Specifications, Special Provisions; Supplementary General or incorporated in order to produce the construction required Conditions;General Conditions;and,Construction Contract. by Contract Documents. A-9 COPIES OF WORKING DRAWINGS AND A,4 EXECUTION OF THE CONTRACT SPECIFICATIONS. The Architect will furnish to contractor DOCUMENTS. The Contract Documents shall be executed free of charge 15 sets of working Drawings and 15 sets of in six originals by the Contractor and the Owner In such form Specifications. Contractor shall pay the cost of reproduction as may be prescribed by'3w. for all other copies of Drawings and Specifications furnished to him. A-5 FAMILIARITY WITH PROPOSED WORK Before filing a bid, the bidder shall examine carefully the proposal, All Drawings, Specifications and copies thereof furnished by plans, specifications, special provisions, and the form of the Owner of the Architect are and shall remain the property contract to be entered into for the work contemplated. He of the Owner. They are not to be used on any other project shall examine the site of work and satisfy himself as to the and,with the exception of one Contract set for each Party to conditions that will be encountered relating to the character, the Contract,are to be returned to the Owner on request at quality and quantity of work to be performed and materials to the completion of the work. be furnished. The filing of a bid by the bidder shall be considered evidence that he has compiled with these A-110 MINORITY AND WOMENS BUSINESS requirements and has accepted the site as suitable for the ENTERPRISE POLICY. The City of Fort Worth has goals work. for the participation of disadvantaged business enterprises in City contracts. Compliance with the policies designed to Claims for additional compensation due to variations meet these goals is mandatory in order to be considered a between conditions actually encountered in construction and responsive bidder. The City policy and procedures to be as indicated by the plans will not be allowed. followed in submitting bids is included. A-6 ONE UNIFIED CONTRACT. Insofar as possible, The City of Fort Worth MWBE Program will take precedence the Contract Documents will be bound together and over other subcontractor utilization programs on Block Grant executed as a single unified Contract, the intention of the and other Federally funded Projects. Contract Documents being to provide for all labor, supervision,materials,equipment and other items necessary A-11 CORRELATION AND INTENT, In general, the for the proper execution and completion of the Work. Words drawings indicate dimension, locations,positions, quantities, that have well recognized technical or trade meanings are and kinds of construction; the specifications indicate the used herein in accordance with such recognized meanings, quality and construction procedures required. Work indicated on the drawings and not specified of vice-versa, A-7 DIVISION OF WORK. The arrangement of shall be furnished as though set forth in both. Work not Drawings and/or Specifications into Divisions, Sections, detailed, marked or specified shall be the same as similar Articles,or other Subdivisions shall not be binding upon the parts that are detailed, marked or specified. If the drawings contractor in dividing the work among Subcontractors or are in conflict or conflict with the specifications the better Trades. quality or greater quantity or work or materials shall be estimated and shall be furnished or included. Dimensions on drawings shall take precedence over small-scale GC- I of 24 EDA GRANT 11/17/99 drawings. Drawings showing locations of equipment,piping, b) Place no further orders or subcontracts except as ductwork, electrical apparatus, etc., are diagrammatic and may be necessary for the completion of the work not =4 job conditions may not allow installation in the exact location terminated. shown. Relocation shall not occur without the Architects approval. C) Terminate all orders and subcontracts to the extent that they relate to the performance of the work 04 A-12 AC& In accordance with the policy (*Policy ) of terminated by the notice of termination. the Executive Branch of the federal government Contractor covenants that neither it nor any of its officers, members, After termination as above,the City will pay the contractor a agents. employees, program participants or subcontractors, proportionate part of the contract price based on the work while engaged in performing this contract shall, in completed; provided, however, that the amount of payment OR connection with the employment,advancement or discharge on termination shall not exceed the total contract price as of employees or in connection with the terms,conditions or reduced by the portion thereof allocatable to the work not privileges of their employment discriminate against persons completed and further reduced by the amount of payments, because of their age except on the basis of a bona fide if,any otherwise made. Contractor shall submit its claim for am occupational qualification, retirement plan or statutory amounts due after termination as provided in this paragraph requirement within 30 days after receipt of such claim. In the event of any dispute or controversy as to the propriety or allowability Contractor further covenants that neither it nor its officers, of all or any portion of such claim under this paragraph,such members, agents, employees, subcontractors, program dispute or controversy shall be resolved and be decided by participants, or persons acting on their behalf, shall specify, the City Council of the City of Fort Worth, and the decision in solicitations or advertisements for employees to work on by the City Council of the City of Fort Worth shall be final this contract, a maximum age limit for such employment and binding upon all parties to this contract unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or B-3 DUTIES OF THE ARCHITECT As used herein, statutory equipment. the term Architect means the Architect or his authorized representative. Nothing contained in these Contract Contractor warrants it will fully comply with the Policy and Documents shall create any privily of Contract between the will defend, indemnify and hold City harmless against any Architect and the Contractor. claims or allegations asserted by third parties or subcontrac- tor against City arising out of Contractor's and/or its B4 ARCHITECT AS REPRESENTATIVE OF THE subcontractors' alleged failure to comply with the above OWNER The Architect will provide general administration of referenced Policy concerning age discrimination in the the Contract on behalf of the Owner and will have authority performance of this agreement to act as the representative of the Owner to the extent provided in the Contract Documents unless changed in A-13 DISABILITY: In accordance with the provisions of writing by the Owner. The Architect will be available for the Americans With Disabilities Act of 1990 (*ADA"), conferences and consultations with the Owner or the Contractor warrants that it and any and all of its Contractor at all reasonable times. subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, B-5 ACCESS TO JOB SITES. The Architect shall at nor in the availability,terms and/or conditions of employment all times have access to the Work whenever it is in for applicants for employment with, or employees of preparation and progress. The Contractor shall provide Contractor or any of its subcontractors. Contractor warrants facilities for such access so the Architect may perform Its it will fully comply with ADA provisions and any other assigned functions under the Contract Documents. applicable federal,state and local laws concerning disability and will defend, indemnify and hold City harmless against The Architect will make periodic visits to the Site to any claims or allegations asserted by third parties or familiarize himself with the progress and quality of the work subcontractors against City arising out of Contractor's and/or and to determine if the work is proceeding in accordance its subcontractors' alleged failure to comply with the with the Contract documents. On the basis of on-site above-referenced laws concerning disability discrimination in observations, the Architect will keep the Owner informed of the performance of this agreement. the progress of the Work and will endeavor to guard the Owner against defects and deficiencies in the Work of the Contractor. Based upon such observations and the SECTION B Contractor's applications for payments, the Architect will IDENTITY OF ARCHITECT make determinations and recommendations concerning the amounts owing to the Contractor and will issue certificates B-1 CONTRACT ADMINISTRATION. Where the term for payment amounts. "Architect"is used in the*General Conditions of the Contract for Construction",it shall refer to the Director,Transportation B-6 INTERPRETATIONS. The Architect will be,in the 1 and Public Works or his designated Project Manager. The first instance,the interpreter of the requirements of the Plans Director, Transportation will designate a Project Manager and Specifications and the judge of the performance and Construction Manager to administer this contract and thereunder by the Contractor,subject to the final decision of perform the functions of the 'Architect" as indicated in the the Owner. General Conditions. The design architect or engineer may also be designated to perform the duties of"Architect. The Architect's decisions In matters relating to artistic effect will be final if consistent with the intent of the Contract B-2 TERMINATION AND SUSPENSION OF WORK: Documents. The Owner has the right to terminate the Project for any reason. If the project is terminated,the Contractor shall: B-7 AUTHQRIIY TO STOP WORK The Architect will have authority to reject work that does not conform to the a) Stop work under the Contract on the date and to Plans and Specifications. In addition, whenever, in its the extent specified on the notice of termination. reasonable opinion, the Architect considers it necessary or advisable in order to insure the proper realization of the GC-2 of 24 EDA GRANT 11/17/99 intent of the Plans and Specifications,the Architect will have reasonable and shall furnish information under its control authority to require the Contractor to stop the Work or any with reasonable promptness at the request of the Contractor. portion thereof,or to require special Inspection or testing of the Work whether or not such Work be then fabricated, C-3 INSTRUCTIONS. The Owner shall issue all installed or completed, instructions to the Contractor through the Architect. B-8 MISCELLANEOUS DUTIES OF ARCHITECT. C-4 ACCESS TO JOB SITE. The Owner shall at all times have access to the Work whenever it is in preparation Shop Drawings. The Architect will review Shop Drawings and progress. The Contractor shall provide facilities for such and Samples as provided in Section D. Two copies of each access so the Owner may perform Its assigned functions approved Shop Drawing and submittal will be provided to the under the Contract Documents. Owner by the Architect C-5 PROGRESS INSPECTIONS. The Owner and the Change Orders. Change Orders and Field Orders for Minor Architect will make visits to the Site to familiarize themselves Changes in the Work will be issued by the Owner through with the progress and quality of the Work and to determine if the Architect in accordance with the provisions of Section L the work is proceeding in accordance with the Contract documents. On the basis of on-site observations and Guarantees. The Architect will receive on behalf of the reports provided by the Architect concerning the progress Owner all written guarantees and related documents and quality of the work, the Owner will approve and required of the Contractor. Upon completion of the prood authorize the Contractor's applications for payments. the Contractor shall provide the Architect five copies of each guarantee. The Architect will provide three copies of each C-6 AUTHORITY TO STOP WORK. The Owner will guarantee to the Owner. have authority to reflect work that does not conform to the Ins p Plans and Specifications. Whenever, in its reasonable _%Jkn§. The Architect will conduct inspections for the opinion, the Owner considers it necessary or advisable in purpose of determining and making his recommendations order to insure the proper realization of the intent of the concerning the dates of substantial completion and final Plans and Specifications, the Owner will have authority to completion. require the Contractor to stop the work or any portion thereof,or to require the Contractor to stop the Work or any Qperafion and Maintenance Manuals. The Architect will portion thereof,or to require special inspection or testing of receive on behalf of the Owner,six copies of all applicable the Work whether or not such Work be then fabricated, equipment installation, operation, and maintenance installed or completed. brochures and manuals required of the Contractor. The Architect will provide three copies of this information to the C-7 SUBSTANTIAL COMPLETION INSPECTION. Owner. Upon agreement of the Contractor and Architect that the Work is substantially complete, the Owner will schedule a B-9 TERMINATION OF THE ARCHITECT. In case of Substantial Completion Inspection to be conducted by the the termination of the employment of the Architect by the Architect and attended by representatives of the Architect Owner, the Owner shall either assume the duties of the Owner and Contractor. Items identified during this inspection Architect through the Director of the Department of as being incomplete, defective or deficient shall br Transportation and Public Works, or shall appoint a incorporated into a punch list to be prepared by the Archite,.: successor Architect against whom the Contractor makes no and attached to the AIA document G704, which is to be reasonable objection. prepared and signed by the Contractor, and accepted, approved and signed by the Owner. SECTION C OWNER C-8 RIGHT TO AUDIT: C-1 112ENTIFICATION. By the term Owner is meant Contractor agrees that the City shall, until the expiration of the City of Fort Worth acting herein by its duly authorized three years after final payment under this contract, have representatives in the manner provided by law. Authorized access to and the right to examine any directly pertinent representatives include the City Manager, Assistant City books, documents, papers and records of the contractor Manager, the Director and of Transportation and Public involving transactions relating to this contract Works Department and members of the Building Services Division. Generally speaking a designated representative Contractor further agrees to include in all his subcontracts will be identified from within the Building Services Division to hereunder a provision to the effect that the subcontractor act as a point of contact for day to day contract agrees that the City shall, until the expiration of three years administration. after final payment under the subcontract, have access to and the right to examine any directly pertinent books, C-2 DUTIES OF THE OWNER. The Owner shall documents, papers and records of such subcontractor, furnish surveys describing the physical characteristics, legal involving transactions to the subcontract The term limits and utility locations for the site of the Work; provided, 'subcontract'as used herein includes purchase orders. however, that the Contractor hereby covenants that he has inspected the premises and familiarized himself therewith Contractor agrees to photocopy such documents as may be and that the locations of utilities and other obstacles to the requested by the city. The city agrees to reimburse prosecution of the Work as shown on the Owners survey Contractor for the costs of copies at the rate published in the are for information only, are not binding upon the Owner, Texas Administrative Code. and the Owner shall not incur any liability for loss or damage by virtue of any inaccuracies or deficiencies in such surveys. Contractor shall maintain all project records for three years The Owner shall secure and pay for Ube to the site and all after final payment to the contractor and all pending matters necessary permanent or construction easements. The are dosed. Owner will cooperate with the Contractor in the prosecution of the Work in such manner and to such extent as may be SECTION D GC-3 of 24 EDA GRANT 11/17/99 CONTRACTOR furnished under this Contract will be new unless otherwise specified,and that all work will be of good quality,free from 0.1 IDENTIFICATION. The Contractor is the person faults and defects, and in conformance with the Contract or organization identified as such in the Contract.The term Documents. All work not so conforming to these standards Contractor means the Contractor or his authorized may be considered defective. If required by the Architect or representative. the Owner,the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. D-2 INDEPENDENT CONTRACTOR Contractor shall perform all work and services hereunder as an Independent The warranty provided in this Section shall be in addition to contractor,not as an officer,agent or employee of the City. and not In limitation of any other warranty or remedy Contractor shall have exdusive control of and the exclusive provided by law or the Contract Documents. right to control the details of the work and services performed hereunder,and all persons performing same,and D-9 TAXES. The Contractor is exempt from State Contractor shall be solely responsible for the acts and Sales Tax on material incorporated into the finished omissions of its officers,agents,and employees. Nothing construction,Excise and Use Tax. "MIN, herein shall be construed as creating a partnership or joint enterprise between City and the Contractor, its officers, D40 LICENSES. NOTICES AND FEES. The agents and employees, and the doctrine of respondeat Contractor shall obtain all Permits. Licenses, Certificates, superior shall not apply. and Inspections, whether permanent or temporary, required by law or these Contract Documents. D-3 SUBLETTING It is further agreed that the performance of this Contract,either in whole or in part shall The Contractor shall give all Notices and comply with all not be sublet or assigned to anyone else by said Contractor Laws, Ordinances, Rules, Regulations and Orders of any without the written consent of the Director of Transportation public authority bearing on the performance of the Work. If and Public Works of the City of Fort Worth. the Contractor observes or becomes aware that bearing on the performance of the Work. If the Contractor observes or D-4 REVIEW OF CONTRACT DOCUMENTS. The becomes aware that any of the Contract Documents are at Contractor shall carefully study and compare the Agreement, variance therewith in any respect he shall promptly notify Conditions of the Contract, Drawings, Specifications, the Architect in writing and any necessary changes will be Addenda and modifications and shall at once report to the made.If the Contractor performs any Work knowing that it is Owner and to the Architect any error, inconsistency or in violation of, or contrary to, any of such Laws, Statutes, omission he may discover.The Contractor shall do no work Charter, Ordinances, Orders or Directives, or Regulations without Drawings,Specifications and Interpretations. without furnishing Notice to the Architect,the Contractor will assume full responsibility therefor and bear all costs D-5 SUPERVISION. The Contractor shall supervise attributable thereto. and direct the Work, using his best skill and attention. He shall be solely responsible for all construction means, D-11 CASH ALLOWANCES. The Contractor shall methods, techniques, sequences and procedures and for include in the Contract Sum all allowances stated in the coordinating all portions of the Work under the Contract Contract Documents. These allowances shall cover the net Documents. cost of the materials and equipment delivered and unloaded at the site, and all applicable taxes. The Contractor's 0-6 LABOR AND MATERIAL'S. Unless otherwise handling costs on the site,labor,installation costs,overhead, specifically noted,the Contractor shall provide and pay for all profit and other expenses contemplated for the original labor, materials, equipment, tools, construction equipment allowance shall be included in the Contractor Sum and not in and machinery,water,heat,utilities,transportation and other the allowance.The Contractor"I cause the Work covered facilities and services necessary for the proper execution by these allowances to be performed for such amounts and and completion of the Work. by such persons as tha Architect may direct but he will not be required to employ persons against whom he makes a The successful low bidder will use its reasonable best efforts reasonable objection. If the cost,when determined, is more to hire local laborers, workmen and materialmen. The than or less than the allowance, the Contract Sum shall be general condition is not to be constructed as limiting the right adjusted accordingly by Change Order which will include of any bidder to employee laborers,workmen or materialmen additional handling costs on the site,labor,installation costs, from outside local area. field overhead, profit and other direct expenses resulting to the Contractor from any increase over the original allowance. The Contractor shall at ail times enforce strict discipline and good order among his employees, and shall not employ on D-12 SUPERINTENDENT. The Contractor shall the Work any unfit person or anyone not skilled in the task employ a competent superintendent and necessary assigned to him. assistants who shall be in attendance at the Project site during the progress of the Work.The superintendent shall be D-7 PREVAILING WAGE 8M. The Contractor satisfactory to the Contractor and the Owner. The agrees to pay not less than the general prevailing rate of per superintendent shall represent the Contractor and all them wages for Work of a similar character in the locality in communications given to the superintendent shall be binding which the Work is performed, and not less than the general as If given to the Contractor. Important communications will prevailing wage of per them wages for a legal holiday and be confirmed in writing. Other communications will be so overtime work to all laborers, workmen and mechanics confirmed on written request in each case. employed on the Work under this Contract The Contractor agrees to pay at least the minimum wage per hour for all D-13 RESPONSIBILfTIES FOR EMPLOYEES AND labor as the same is classified and set out by the City of Fort SUB-CONTRACTORS. The Contractor shall be responsible Worth,Texas,a copy of which is attached hereto and made to the Owner for the acts and omissions of all his employees a part hereof the same as if it were copies verbatim herein. and all Sub-contractors,their agents and employees, and all other persons performing any of the Work under a contract D-8 WARRANTY. The Contractor warrants to the with the Contractor. Owner and the Architect that all materials and equipment GC-4 of 24 EDA GRANT 11/17/99 D-14 FAILURE TO COMMENCE WORK: Should the given in the Contract Documents.The Architect's approval of Contractor fail to begin the work herein provided for within a separate item shall not indicate approval of an assembly in the time herein fixed or to carry on and complete the same which the item functions. according to the true meaning of the Intent and terms of said Plans, Specifications and Contract Documents, then the The Architect will review and approve Shop Drawings and Owner shall have the right to either demand the surety to Samples with reasonable promptness so as to cause no take over the work and complete same in accordance with delay, but only for conformance with the design concept of the Contract Documents or to take charge of and complete the Project and with the information given in the Contract the work In such a manner as it may deem proper,and if,in Documents.The Architect's approval of a separate item shall the completion thereof, the cost to the said City shall not indicate approval of an assembly in which the item exceed the contract price or prices set forth in the said plans functions. and specifications made a part hereof,the Contractor and/or its Surety shall pay said City on demand in writing, setting The Contractor shall make any corrections required by the forth and specifying an itemized statement of the total cost Architect and shall resubmit the required number of thereof,said excess cost corrected copies of Shop Drawings or new Samples until approved. The Contractor shall direct specific attention in D-15 PROGRESS SCHEDULE The Contractor, writing or on resubmitted Shop Drawings to revisions other Immediately after being awarded the contract, shall prepare than the corrections requested by the Architect on previous and submit for- the Architects approval, an estimated submissions. progress schedule for the Work.The progress schedule shall be related to the entire Project.This schedule shall indicate The Architect's approval of Shop Drawings or Samples shall the dates for the starting and completion of the various not relieve the Contractor of responsibility for any deviation states of construction and shall be revised as required by the from the requirements of the Contract Documents unless the conditions of the Work,subject to the Architect's approval.It Contractor has informed the Architect in writing of such shall also indicate the dates for submission and approval of deviation at the time of submission and the Architect has shop drawings and submittals as well as the delivery given written approval to the specific deviation. Architect's schedule for major pieces of equipment and/or materials. approval shall not relieve the Contractor from responsibility for errors or omissions in the Shop Drawings or Samples. The progress schedule shall be updated at least monthly by the contractor and submitted to the Architect for approval No portion of the Work requiring a Shop Drawing or Sample with the Ccsntractor's monthly progress payment requests. submission shall be commenced until the Architect has approved the submittal. All such portions of the Work shall D-16 DRAWINGS AND SPECIFICATIONS AT THE be in accordance with approved Shop Drawings and 3M. The Contractor shall maintain at the site for the Samples. Owner one copy of all Drawings, Specifications, Addenda, approved Shop Drawings, Change Orders, and other D-18 SITE USE. The Contractor shall confine Changes and Amendments in good order and marked to operations at the site to areas permitted by law, ordinances, record all changes made during construction. These shall permits and the Contract Documents and shall not also be available to the Architect The Drawings,marked to unreasonably encumber the site with any materials or record all changes made during construction, shall be equipment. Until acceptance of the work by the City Council delivered to the Architect upon completion of the Work, and of the City of Fort Worth,the entire site of the Work shall be the Architect will prepare, and provide to the Owner, one under the exclusive control, care and responsibility of the complete set of reproducible record drawings of the work. Contractor. Contractor shall take every precaution against injury or damage to persons or property by the action of the D-17 AMPLES. Shop elements or from any other cause whatsoever. The Drawings are drawings, diagrams, illustrations, schedules. Contractor shall rebuild,repair,restore and make good at his performance c:iarts, brochures and other data which are own expenses all injuries or damages to any portions of the prepared by the Contractor or any Subcontractor, Work occasioned by any of the above, caused before manufacturer, supplier or distributor, and which illustrate acceptance. some portion of the Work. D-19 SAFE WORK PRACTICES, The Contractor shall Samples are physical examples furnished by the Contractor employ safe practices in handling materials and equipment to illustrate materials, equipment or workmanship, and to used in performing required work so as to insure the safety establish standards by which the Work will be judged. of his workmen, City employees and the public. The Contractor shall keep the premise free at all times from The Contractor shall review, stamp with his approval and accumulation of waste materials or rubbish. At the submit,with reasonable promptness and in orderly sequence completion of the work, the Contractor shall remove all his so as to cause no delay in the Work or in the work of any wastes and rubbish from and about the work area,as well as other contractor,normally within the first 90 days of the work, his tools, equipment and surplus materials and shall leave six copies of all shop Drawings and Samples required by the the area as clean and free of spot,stains,etc.,as before the Contract Documents or subsequently by the Architect as work was undertaken. covered by changes or amendments. Shop Drawings and Samples shall be property identified as specified,or as the D-20 FIELD OFFICES AND SHEDS The Contractor is Architect may require. At the time of submission the, not required to provide a temporary field office or telephone Contractor shall inform the Architect in writing of any for projects under $500,000. Contractor shall equip the deviation in the Shop Drawings or Samples from the Project Superintendent with a pager and provide 24-hour requirements of the Contract Documents. contacts to the City. By approving and submitting Shop Drawings and Samples, D-21 TRENCH SAFETY The Contractor shall be the Contractor thereby represents that he has determined responsible for all design and implementation of trench and verified all field measurements, field construction shoring and stabilization to meet regulatory requirements. If criteria, materials, catalog numbers and similar data, and the Proposal requires,the Contractor shall include a per unit that he has checked and coordinated each shop drawing cost for trench safety measures in his bid. If not included in GC- 5 of 24 EDA GRANT 11/17/99 the Proposal, the Contractor shall include a cost for trench person or organization on such list, the Contractor shall safety measures for all trenches over 5 feet in depth in his provide an acceptable substitute. Schedule of Values. The Contractor shall not make any substitution for any 0-22 CUTTING AND PATCHING OF WORK The Subcontractor or person or organization that has been Contractor shall do all cutting,fitting or patching of his Work accepted by the Owner and the Architect, unless the that may required to make its several parts fit together substitution is also acceptable to the Owner and the propedy, and shall not endanger any Work by cutting, Architect excavating or otherwise altering the Work or any part of it, E-3 TERMS OF SUBCONTRACTS All work D23 CLEAN UP. The Contractor at all times shall keep performed for the Contractor by a Subcontractor shall be the premises free from accumulation of waste materials or pursuant to an appropriate agreement between the rubbish. At the completion of the Work he shall remove ail Contractor and the Subcontractor (and where appropriate his waste materials and rubbish from and about the Project between Subcontractors and Sub-subcontractors) which as well as all his tools, construction equipment, machinery shall contain provisions that: and surplus materials,and shall clean all glass surfaces and leave the Work "Broom-dean" or Its equivalent, except at 1. preserve and protect the rights of the Owner and the otherwise specified. In addition to removal of rubbish and Architect under the Contract with respect to the Work to leaving the buildings "broom-dean", Contractor shall dean be performed under the subcontract so that the all glass, replace any broken glass, remove stains, spots, suboontracting thereof will not prejudice such rights, marks and dirt from decorated work, dean hardware, remove paint spots and smears from all surfaces, dean 2. require that such Work be performed in accordance fixtures and wash all concrete,tile and terrazzo floors. with the requirements of the Contract Documents; 3. require submission to the Contractor of applications for If the Contractor fails to clean up,the Owner may do so,and payment under each subcontract to which the the cost thereof shall be charged to the Contractor. Contractor is a party, in reasonable time to enable the D-24 COMMUNICATIONS. As a general rule, the Contractor to apply for payment; Contractor shall forward all communications to the Owner 4. require that all claims for additional costs,extensions of through the Architect, and in all other instances the time, damages for delays or otherwise with respect to Contractor shall furnish the Architect a copy of any subcontracted portions of the Work shall be submitted communication sent directly to the Owner. to the Contractor (via any Subcontractor or Sub- subcontractor where appropriate) in the manner SECTION E provided in the Contract Documents for like claims by SUBCONTRACTORS the Contractor upon the Owner E-1 DEFINITION. A Subcontractor is a person or 5. waive all rights the contracting parties may have organization who has a direct contract with the Contractor to against one another for damages caused by fire or perform any of the Work at the site.The term Subcontractor other perils covered by the property insurance, except is referred to throughout the Contract Documents as if such rights, if any, as they may have to proceeds of singular in number and masculine in gender and means a such insurance held by the Owner,and, Subcontractor or his authorized representative. B. obligate each Subcontractor specifically to consent to Nothing contained in the Contract, Documents shall create the provisions of this Section any contractual relation between the Owner and the All of the provisions set out in this section shall be deemed Architect and any subcontractor or any of his sub- to have been included in every subcontract, and every subcontractors or materialmen. subcontract shall be so construed and applied as to the Owner and the Architect,whether or not such provisions are E-2 AWARD OF SUBCONTRACTS. The bidder shall physically included in the sub contract furnish a list of the names of the subcontractors or other persons or organizations(Including those who are to furnish E-4 MINORITY AND WOMENS BUSINESS materials or equipment fabricated to a special design) ENTERPRISF, JM/WBE), Should the base bid be less than proposed for such portions of the Work as may be $25,000,the requirements of this section do not apply. designated in the bidding requirements, or if none is so designated in the bidding requirements, the names of the In accordance with City of Fort Worth Ordinance No 11923, Subcontractors proposed for the principal portions of the the City of Fort Worth sets goals for the participation of Work.Prior to the award of the Contract the Architect shall minority business enterprises and women business notify the successful bidder in writing if either the Owner or enterprises in City contracts. Ordinance No 11923 is Architect, after due investigation, has reasonable objection incorporated in these Specifications by reference.A copy of to any person or organization on such list Failure of the the Ordinance may be obtained from the Office of the City Owner and Architect to make an objection to any person or Secretary. Failure to comply with the Ordinance shall be a organization on the list prior to the award of this Contract material breach of contract. shall not constitute acceptance of such person or organization. The M/WBE UTILIZATION FORM,M/WBE GOALS WAIVER FORM and GOOD FAITH EFFORT FORM, as applicable, If,prior to the award of the Contrail, the Owner or Architect must be submitted within five city business days after bid has an objective to any person or organization on such list, opening. Failure to submit the post bid information shall and refuses to accept such person or organization, the render the bid non-responsive. apparent low bidder may,prior to the award,withdraw his bid without forfeiture of bid security. If such bidder submits an The City will consider the contractor's performance on other acceptable substitute. the Owner may, at its discretion, City Projects regarding its MIWBE program in the evaluation accept the bid or he may disqualify the bid. If, after the of bids.Failure to comply with the City's M/WBE program,or award. the Owner or Architect objects in writing to any GC-6 of 24 EDA GRANT 11/17/99 to demonstrate a *good faith effort, shall result in a bid being considered irresponsible. 4. Default by the M/WBE subcontractor or supplier in the performance of the subcontract. Upon request Contractor must provide the City with complete and accurate Information regarding actual work Other reasons at the discretion of the M/WBE Coordinator Performed by a Minority or Women Business Enterprise (M/WBE) on the contract and proof of payment thereof. Within ten days after final payment from the City the Contractor further agrees to permit an audit and/or contractor shall provide the M/WBE Office with examination of any books,records or files in it's possession documentation to reflect final participation of each M/WBE that will substantiate the actual work performed by an M/ subcontractor and supplier used on the project WBE. The misrepresentation of acts(other than a negligent misrepresentation) and/or the commission of fraud by the E-5 PAYMENTS TO SUBCONTRACTORS. The Contractor will be grounds for termination of the contract Contractor shall pay each Subcontractor, upon receipt of and/or initialing action under appropriate federal, state, or payment from the Owner, an amount equal to the local laws or ordinances relating to false statement Further percentage of completion allowed to the Contractor on any such misrepresentation (other than a negligent account of such Subcontractor's Work. The Contractor shall misrepresentation)and/or commission of fraud will result on also require each Subcontractor to make similar payments to the Contractor being determined to be irresponsible and his subcontractors. barred from participating in City work for a period of time of not less than three years. If the Architect refuses to issue a Certificate for Payment for any cause which is the fault of the Contractor and not the Contractor shall provide copies of subcontracts or cosigned fault of a particular subcontractor, the Contractor shall pay letters of intent with approved MAIVBE subcontractors prior to that Subcontractor on demand, made at any time after the issuance of the Notice to Proceed. Contractor shall also Certificate for Payment would otherwise have been issued provide monthly reports on utilization of the subcontractors for his Work to the extent completed, less the retained to the Construction Manager, percentage. The Contractor may count first and second tier The Contractor shall pay each Subcontractor a just share of subcontractors and/or suppliers toward meeting the goals. any insurance monies received by the Contractor, and he The Contractor may count toward its goal a portion of the shall require each Subcontractor to make similar payments total dollar amount of the contract with a joint venture equal to his Subcontractors. to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be The Architect may,on request and at its discretion,furnish to performed. All subcontractors used in meeting the goals any Subcontractor, if practicable, information regarding must be certified prior to the award of the Contract. percentages of completion certified to the Contractor on account of Work done by such Subcontractors. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an Neither the Owner nor the Architect shall have any obligation opportunity to perform the work. Whenever a change order to pay or to see to the payment of any monies to any is in excess of 10% of the original contract, the M/WBE Subcontractor. coordinator shall determine the goals applicable to the work to be performed under the change order. E-6 SUBCONTRACTOR REQUIREMENTS FOR EDA FUNDED PROJECTS During the term of the contract the contractor shall: The Contractor will cause appropriate provisions to be inserted in 1. Make no unjustified changes of deletions in it's MANBE all subcontracts to bind subcontractors to FDA contract participation commitments submitted with or requirements as contained herein and to 15 CFR 24 or OMB subsequent to the bid,and, Circular A-110,as appropriate. 2. If substantial subcontracting and/or substantial supplier Each subcontractor must agree to comply with all applicable opportunities arise during the term of the contract which Federal, State, and local requirements in addition to those the contractor had represented he would perform with set forth in this section. his forces, the contractor shall notify the City before subcontracts or purchase orders are let and shall be No subcontractor will be employed on this Project,except as required to comply with modifications to goals as specifically approved by the City, who is contained in the determined by the City,and, listing of contractors debarred, ineligible, suspended or r indebted to the United States from contractual dealings with 3. Submit a REQUEST FOR APPROVAL OF CHANGE Federal government departments. The work performed by FORM,if the contractor desires to change or delete any any such contractor or subcontractor will be ineligible for of the M/WBE subcontractors or suppliers. reimbursement wholly or partially from EDA grant fluids. Justification for change may be granted for the following: Ali subcontracts in excess of $10,000 shall include, or incorporate by reference, the equal opportunity clause of 1. Failure of subcontractor to provide evidence of Executive Order 11246. coverage by Workers'Compensation Insurance All subcontracts must contain a nondiscrimination clause. 2. Failure of subcontractor to provide required general liability or other insurance. Each subcontract must contain a requirement for compliance with the Davis-Bacon and related acts. 3. Failure of subcontractor to execute a standard subcontract form in the amount of the proposal used by Each subcontractor must submit weekly each weekly payroll the Contractor in preparing his M/WBE Participation record and a weekly statement of compliance. These Plan documents will be submitted to the prime contractor who will GC- 7 of 24 EDA GRANT 11/17/99 compile them and submit to the City.The subcontractor can F-4 OWNER'S RIGHT TO, CLEAN UP. If a dispute satisfy this requirement by submitting a property executed arises between the separate contractors as to their Department of Labor Form WH-347 responsibility for cleaning up, the Owner may clean up and charge the cost thereof to the several contractors as the Each subcontract with every subcontractor must contain a Director of the Department of Transportation and Public clause committing the subcontractor to employment of local Works shall determine to be just labor to the maximum extent possible. SECTION G All subcontractors who employ more than 50 employees, MISCELLANEOUS PROVISIONS and is a prime or first ter subcontractor, and has a subcontract or purchase order of $50,000 or more must G4 CONFLICT OF LAWS. The law of the,place submit a completed Standard Form 100 (Compliance where the site Is located shall govem the Contract. The Report)by March 30 of each year. Contractor must familiarize himself and strictly comply with all Federal, State, and County and City Laws, Statutes, Subcontractors performing work in areas covered by Charter, Ordinances, Regulations, or Directives controlling 444 published goals for minorities will be required to report the action or operation of those engaged upon the work monthly on Form CC-257. affecting the materials used. He shall indemnify and save harmless the City and all of its officers and agents against SECTION F any claim or liability arising from or based on the violation of SEPARATE CONTRACTS any such Laws, Statutes, Charter, Ordinances, Regulations, or Directives, whether by himself, his employees, agents or F-1 OWNER'S RIGHT. The Owner reserves the right subcontractors. to award separate contracts in connection with other portions of the Work. When separate contract are awarded for other G-2 OYERNING LAWS. It is mutually agreed and MMI portions of the Work, "the Contractor' in the Contract understood that this agreement is made and entered into by Documents in each case shall be the contractor who signs the parties hereto with reference to the existing Charter and each separate contract. Ordinances of the City of Fort Worth and the laws of the State of Texas with reference to and governing all matters F-2 MUTUAL RESPONSIBILITY OF affecting this Contract, and the Contractor agrees to fully CONTRACTORS. The Contractor shall afford other comply with all the provisions of the same. contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution G-3 PERSONAL LIABILITY OF PUBLIC OFFICIALS. of their work,and shall properly connect and coordinate his In performing their duties under the Statutes of the State of work with theirs. Texas and the Charter and Ordinances of the City of Fort Worth in connection with this Contract, or in exercising any If any part of the Contractor's Work depends for proper of the powers granted the Owner herein,the officers,agents execution or results upon the work of any other separate and employees of the City of Fort Worth are engaged in the contractor, the Contractor shall inspect and promptly report performance of a governmental function and shall not incur to the Architect any apparent discrepancies or defects in any personal liability by virtue of such performance such work that render it unsuitable for such proper execution hereunder,excep';or gross negligence or willful wrong. and results. Failure of the Contractor to inspect and report shall constitute an acceptance of the,other contractor's work G-4 COMPLIANCE WITH LAWS. Contractor agrees as fit and proper to receive his Work, except as to defects the comply with all laws, Federal, state and local, including which may develop in the other separate contractor's work all ordinances, rules and regulations of the City of Fort after the execution of the Contractors Work. Worth, Texas. Materials incorporated into the finished Project are not subject to State Sales Tax. Should the Contractor cause damage to the work or property of any separate contractor on the site,the Contractor shall, Contractors are responsible for obtaining construction upon due notice, settle With such other contractor by permits from the goveming agencies. Contractor shall agreement, if he will so settle. If such separate contractor schedule all code inspections with the Code Inspection sues the Owner on account of any damage alleged to have Division in accordance with the permit requirements and been so sustained, the Owner shall notify the Contractor submit a copy of updated schedule to the Construction who shall defend against such suit at the Contractor's manager weekly. Building, plumbing, electrical and expense, and if any judgment against the Owner arises mechanical building permits are Issued without charge. therefrom,the Contractor shall pay or satisfy such judgment Water and sewer access fees will be paid by the City. Any and shall reimburse the Owner for all attorney's fees, court other permit fees are the responsibility of the Contractor. costs and expenses which the Owner has incurred in connection with such suit G-5 INDEMNIFICATION: Contractor covenants and agrees to indemnify City's engineer and architect and their F-3 CUTTING AND PATCHING UNDER SEPARATE personnel at the project site for Contractor's sole negligence. CONTRACTS. The Contractor shall do all cutting,fitting or In addition, Contractor covenants and agrees to indemnify, patching of his Work that may be required to fit it to receive hold harmless and defend, at its own expense. the Owner, or be received by the work of other contractors shown In the its officers, servants and employees, from and against any Contract Documents.The Contractor shall not endanger any and all claims or suits for property loss, property damage, work or any other contractors by cutting, excavating or personal injury, including death,arising out of, or alleged to otherwise altering any work and Shall not cut or alter the arise out of, the work and services to be performed work of any other contractor except with the written consent hereunder by Contractor, its officers, agents, employees, of the Architect. subcontractors, licensees or invitees, whether or notarty such inLuM damage or death Is caused. In whole or,in Any costs caused by defective or ill-timed work shall be parLLty the nnftencg Qr affcM negiftence of Owner, bome by the party responsible therefor. its officers. servants. or=g1-Q)mm Contractor likewise covenants and agrees to indemnify and hold harmless the NOR Owner from and against any and all injuries to Owner's GC-8 of 24 EDA GRANT 11/17/99 officers, servants and employees and any damage, loss or Should any surety for the contracted project be determined destruction to property of the Owner arising from the unsatisfactory at any time during same, the Contractor shall performance of any of the terms and conditions of this immediately provide a new surety bond satisfactory to the Contract, whether or not any such Injury or damage Js city. caused In whole or In RAII b)f the ag9filatace or all t nggg=ce of Owner, Its officers. servants or G-9 OWNER'S RIGHT TO CARRY OUT THE WOR If the Contractor defaults or neglects to carry out the Work In accordance with the Contract Documents or fails to perform In the event Owner receives a written claim for damages any provision of the Contract the Owner may, without against the Contractor or its subcontractors prior to final prejudice to any other remedy he may have, enter the site payment final payment shall not be made until Contractor and make good such deficiencies. In such case an either (a) submits to Owner satisfactory evidence that the appropriate Change Order shall be issued deducting from claim has been settled and/or a release from the claimant the payments then or thereafter due the Contractor the cost involved, or (b) provides Owner with a letter from of correcting such deficiencies, including the cost of the Contractor's liability insurance carrier that the claim has Architect's additional services made necessary by such been referred to the insurance carrier. default, neglect or failure. If the payments then or thereafter due the Contractor are not sufficient to cover such amount The Director may, if he deems it appropriate, refuse to the Contract shall pay the difference to the Owner. accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding G-10 ROYALTIES AND PATENTS. The Contractor as a result of work performed under a City Contract shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall G-6 SUCCESSORS AND ASSIGNS. Except as save the Owner harmless from loss on account thereof and provided in Paragraph E-2, this contract shall be binding shall be responsible for all such loss when a particular upon and insure to the benefit of the parties hereto, their design, process or the product of a particular manufacturer Successors or Assigns.Contractor shall not assign or sublet or manufacturers is specified;however,if the Contractor has all or any part of this Contract or his rights or duties reason to believe that the design, process or product hereunder without the prior written consent of the Owner, specified is an infringement of a patent he shall be Any such purported assignment or subletting without the responsible for such loss unless he promptly gives such prior written consent of Owner shall be void. information to Architect. G-7 WRITTEN NOTICE. Written Notice shall be G-11 ZEST If the Contract Documents, Laws, deemed to have been duly served if delivered in person to Ordinances, Rules, Regulations or Orders of any public the individual or member of the firm or to an officer of the authority having jurisdiction require any Work to be corporation for whom it was intended, or if delivered at or inspected, tested or approved, the Contractor shall give the sent by registered or certified mail to the last business Architect timely notice of its readiness and the date arranged address known to him who gives the notice. so the Architect may observe such inspection, testing or approval.The Owner shall bear all costs of such inspection, G-8 SURETY BONDS: Surety Bonds are required on tests and approvals unless otherwise provided. all City contracts in excess of $25,000. The Contractor agrees, on the execution of this, Contract, and before If after the commencement of the Work, the Owner or beginning work,to make,execute and deliver to said City of Architect determine that any Work requires special Fort Worth good and sufficient surety bonds for the faithful inspection, testing or approval not included above, the performance of the terms and stipulations of the Contract Owner or the Architect, upon written authorization from the and for the payment to all claimants for labor and/or Owner, will instruct the Contractor to order such special materials furnished in the prosecution of the work, such inspection,testing or approval,and the Contractor shall give bonds being as provided and required in Article 5160 of the notice as required in the preceding paragraph. If such Revised Civil Statutes of Texas, as amended, in the form special inspection or testing reveals a failure of the Work to included in the Contract Documents, and such bonds shall comply(1)with the requirements of the Contract Documents be 100 percent of the total contract price,and the said surety or (2) with respect to the performance of the work, with shall be a surety company duly and legally authorized to do Laws, Statutes,Charter,Ordinances, Regulations or Orders business in the State of Texas, and acceptable to the City of any public authority having jurisdiction, the Contractor Council of the City of Fort Worth. shall bear all costs thereof, including the Architect's additional services made necessary by such costs; Bonds shall be made on the forms furnished by or otherwise otherwise the Owner shall bear such costs, and an acceptable to the City. Each bond shall be properly appropriate Change Order shall be issued. executed by both the Contractor and the Surety Company. Bonds required by the City shall be in compliance with all The Contractor shall secure certificate of inspection, testing relevant local,state and federal statutes. or approval, and three copies will be promptly delivered by him to the Architect.The Architect will review the certificates To be an acceptable surety on the bond the name of the and forward one copy of each with his recommendation(s)to surety should be included on the current U. S.Treasury List the Owner. of Acceptable Securities [Circular 5701, and must be authorized to do business In Texas. Sureties not listed in If the Architect or Owner wish to observe the Inspections, Circular 570 may write performance and payment bonds on tests or approvals required by this Section, they will do so a project without reinsurance to the limit of 10 percent of its promptly and,where practicable,at the source of supply. capital and surplus. Such a surety must reinsure any obligation over 10 percent. The amount in excess of 10 Neither the observations of the Architect or the Owner in percent must be reinsured by reinsurers who are duly their administration of the Construction Contract nor authorized, accredited, or trusteed to do business in the inspections, tests or approvals by persons other than the State of Texas. Contractor shall relieve the Contractor from his obligations to perform the Work in accordance with the Contract Documents. GC-9 of 24 EDA GRANT 11/17/99 G-16 ALIGNMENT OF JOINTS IN FINISH G-12 INTERRUPTION OF EXISTING ' I MATERIALS. It shall be the responsibility of the Contractor am SERVICES. The Contractor shall perform the work under to make certain in the installation of jointed floor, wall and this Contract with a minimum of outage time for all utilities. ceiling materials that: Interruption shall be by approved sections of the utility. In 1preserve and protect the rights of the Owner and the some cases,the Contractor may be required to perform the MR work while the existing utility is in service.The existing utility Architect under the Contract with respect to the Work to service may be interrupted only when approved by the be performed under the subcontract h that the Owner.When it Is necessary to interrupt the existing utilities, subcontracting thereof will not prejudice such rights; the Contractor shall notify the Owner in writing at least ten 2. Place joints to relate to all opening and breaks in the days in advance of the time that he desires the existing structure and be symmetrically placed wherever 1 service to be interrupted.The interruption time shall be kept possible. This includes heating registers, light fixtures, to a minimum. Depending upon the activities at an existing equipment,etc. facility that requires continuous service from the existing utility, an interruption may not be subject to schedule at the If because of the non-related sizes of the various materials time desired by the Contractor. In such cases, the and locations of openings, etc., it Is not possiole to interruption may have to be scheduled at a time of minimum accomplish the above, the Contractor shall request the requirements of demand for the utility. The amount of time Architect to determine the most satisfactory arrangement. requested by the Contractor of existing utility services shall The Contractor shall establish centerlines for all trades. 1 be as approved by the Owner. G-17 INTEGRATING EXISTING WORK. The G-13 LAYING OUT WORK. The Contractor shall verify Contractor shall protect all existing street and other dimensions and elevations indicated in layout of existing improvements from damages. work. Discrepancies between Drawings, Specifications, and 1 existing conditions shall be referred to Architect for Contractor's operations shall be confined to the immediate adjustment before work affected is performed. Failure to vicinity of the new work and shall not in any interfere with or make such notification shall place responsibility upon obstruct the ingress or egress to an from existing adjacent Contractor to carry out work in satisfactory workmanlike facilities. manner at the Contractor's sole expense. Where new site work is to be connected to existing work, The Contractor shall be held responsible for the location and special care shall be exercised by the Contractor not to elevation of all the construction contemplated by the disturb or damage the existing work more than necessary. Construction Documents. All damaged work shall be replaced, repaired and restored Prior to commencing work, the Contractor shall carefully to its original condition at no cost to the Owner. compare and check all Architectural, Structural, Mechanical G-18. HAZARDOUS MATERIAL CERTIFICATION: It is an Electrical drawings;each with the other that in any affects the intent of the contract documents, whether expressly "! the locations or elevation of the work to be executed by him, stated or not, that nothing containing hazardous materials, and should any discrepancy be found, he shall immediately such as asbestos, shall be incorporated in to the project report the same to the Architect for verification and The contractor shall exercise every reasonable precaution to adjustment. Any duplication of work made necessary by ensure that asbestos-containing materials are not -� failure or neglect on his part to comply with this function shall incorporated into any portion of the project, including be done at the contractors sole expense. advising all materials suppliers and subcontractors of this requirement The contractor shall verify that components G-14 MEASUREMENTS: Before ordering any material containing lead do not contact the potable water supply. or doing any work, the Contractor shall verify all measurements at the site or at the building and shall be G49 LOCATION OF EQUIPMENT AND PIPING. wholly responsible for the correctness of same. No extra Drawing showing location of equipment, piping, ductwork, charge or compensation will be allowed on account of any etc. are diagrammatic and job conditions may not always difference between actual dimensions and dimensions permit their installation in the location shown. When this 1 indicated on the drawings. Any difference which may be situation occurs, it shall be brought to the Architect's found shall be submitted to the Architect for consideration attention immediately and the relocation determined in a joint and adjustment before proceeding with the project. conference. The Contractor will be held responsible for the G45 EXISTING OVERHEAD OR UNDERGROUND relocating of any items without first obtaining the Architect's .m approval. He shall remove and relocate such items at his WORK. The Contractor shall carefully check the site where own expense if so directed by the Architect.Where possible the project is to be erected and observe any existing uniform margins are to be maintained between parallel lines overhead wires and equipment Any such work shall be and or adjacent wall,floor or ceiling surfaces. moved, replaced or protected, as required, whether or no shown or specified at the contractors sole expense. G-20 OVERLOADING. The Contractor shall be responsible for loading of any part or parts of structures Attention is directed to the possible existence of pipe and beyond their safe carrying capacities by placing of materials, other underground improvements that may or may not be equipment, tools, machinery or any other item thereon. No shown on the Drawings.All reasonable precautions shall be loads shall be placed on floors or roofs before they have taken to preserve and protect any such improvements attained their permanent and safe strength. whether or not shown on the Drawings. G-21 MANUFACTURER'S INSTRUCTIONS. Where it Location of existing underground lines,shown the Drawings is required in the Specifications that materials, products, are based on the best available sources, but are to be processes, equipment, or the like be installed or applied in regarded as approximate only. Exercise extreme care in accordance with manufacturers instructions, direction or locating and identifying these lines before excavation in specifications,or words to this effect,it shall be construed to adjacent areas. mean that said application or installation shall be in strict 1 accordance with printed instructions furnished by the GC- 10 of 24 EDA GRANT 11/17/99 manufacture, of the material concerned for use under the building and shall not be permitted to be scattered on conditions similar or those at the job site. Six copies of such adjacent property. instructions shall be furnished to the Architect and his approval thereof obtained before work is begun. Suitable storage space shall be provided outside the immediate building area for storing flammable materials and G-22 CLEANING UP. The Contractor shall keep the paints; no storage will be permitted in the building. Excess premises free from accumulation of waste material or flammable liquids being used Inside the building shall be rubbish caused by employees or as a result of the work. kept in dosed metal container and removed from the building during unused periods. At completion of work, the General Contractor shall, immediately prior to final inspection of complete building, A fire extinguisher shall be available at each location where execute the following final cleaning work with trained cutting or welding is being performed.Where electric or gas janitorial personnel and with material methods welding or cutting work is done, interposed shields of recommended by the manufactures of installed materials. incombustible material shall be used to protect against fire damage due to sparks and hot metal. When temporary 1. Sweep and buff resilient floors and base, and vacuum heating devices are used, a watchman shall be present to carpeting. cover periods when other workmen are not on the premises. 2. Dust all metal and wood trim and similar finished The Contractor shall provide fire extinguishers in accordance materials. with the recommendations and NFPA Bulletins Nos. 10 and 241. However, in all cases a minimum of two fire 3. Clean all cabinets and casework. extinguishers shall be available for each floor of -construction. 4. Dust all ceilings and walls. G-25 !ZU]TINQ AND PATCHING Wherever cutting and 5. Dust,and if necessary wash,all plumbing and electrical removal of portions of the existing work is indicated, such fixtures. work shall be neatly sawed or cut by contractor in a manner that will produce a neat straight line, parallel to adjacent 6. Wash all glass and similar non-resilient materials, surfaces or plumb for vertical surfaces. Care should be exercised not to damage any work that Is to remain. T. All hardware and other unpainted metals shall be cleaned and polished and all equipment and paint or At no time shall any structural members be cut without decorated work shall be cleaned and touched-up it written consent from the Architect necessary, and all temporary labels, tags, and paper coverings removed throughout the buildings. Surfaces G-26 PROJECT CLOSEOUT. that are waxed shall be polished. Final Inspection. Record Drawings: Attention is called to 8. The exterior of the building, the grounds, approaches, General Conditions Section I entitled, "Payments and equipment, sidewalks, streets, etc. shall be cleaned Completion." similar to interior of buildings and left In good order at the time of final acceptance. All paint surfaces shall be Maintenance Manua:Sheets shall be 8'IV x 11%except pull clean and unbroken, hardware shall be clean and out sheets may be neatly folded to 8%"x II*.Manuals shall polished, all required repair work shall be completed be bound in plastic covered, 3 ring, loose leaf binder with and dirt areas shall be scraped and cleared of weed Ube of project lettered on front and shall contain: growth. 1) Name,address and trade of all sub-contractors. 9. Clean all glass surfaces and mirrors of putty, paint materials, etc., without scratching or injuring the glass 2) Complete maintenance instructions; name, address, and leave the work bright clean and polished. Cost of and telephone number of installing Contractor, this cleaning work shall be bome by Contractor. manufacturer's local representative, for each piece of operative equipment. 10. Cleaning,polishing,scaling,waxing and all other finish operations indicated on the Drawings or required in the 3) Catalog data on plumbing fixtures, valves, water Specifications shall be taken to indicate the required heaters, heating and cooling equipment, temperature condition at the time of acceptance of all work under the control, fan, electrical panels, service entrance Contract equipment and light fixtures. ll* Burning:Buming of rubbish on the premises will not be 4) Manufacturer's name, type, color designation for permitted. resilient floors, windows, doors, concrete block, paint roofing,other materials. G-23 DUST CONTROL, Precaution shall be exercised at all times to control dust created as a result of any Submit six copies of Maintenance Manual, prior to request operations during the oonstrWion period. If serious for final payment problems or complaints arise due to air-home dust,or when directed by the Architect, operations causing such problems Operational Insoection and Maintenance Instruction: The shall be temporarily discontinued and necessary steps taken Contractor shall provide at his expense, competent to control the dust manufacturer's representatives to completely check out all mechanical and electrical systems and items covered by the G-24 FIRE PROTECTION. The contractor shall at all Drawings and Specifications. This requirement shall be times maintain good housekeeping practices to reduce the scheduled just prior to and during the initial start up,After all risk of fire damage or injury to workmen.All scrap materials, systems are functioning properly the representatives shall rubbish and trash shall be removed daily from in and about instruct maintenance personnel of the Owner in the proper operation and maintenance of each item. GC- 11 of 24 EDA GRANT 11/17/99 G-27 GUARANTEE AND EXTENDED GUARANTEE G-29 RECORD DRAWINGS. Upon completion of the Upon completion of the Project prior to final payment, Work and prior to application for final payment, one print of guarantees required by technical divisions of Specifications each of the drawings accompanying this specification shall shall be properly executed in quadruplicate by be neatly and clearly marked in red by the Contractor to subcontractors and submitted through the Contractor to show variations between the construction actually provided Architect.Delivery of guarantees shall not relieve Contractor and that indicated or specified in the Contract Documents. from any obligation assumed under Contract. The annotated documents shall be delivered to Architect. Where a choice of materials and/or methods Is permitted The Contractor shall guarantee the entire Project for one herein and where variations in the scope or character of the year. In addition, where separate guarantees, for certain work from the entire work Indicated or specified are portions of work,are for longer periods,General Contractor's permitted either by award of bidding items specified for that guarantee shall be extended to cover such longer periods. purpose, or by subsequent change to the drawings, the Manufacturer's extended warrantees shall be included in this record drawings shall define the construction actually contract. provided. The representation of such variations shall conform to standard drafting practice and shall include Guarantees shall become valid and operative and supplementary notes, legends and details which may be commence upon issuance of Certificate of Inspection and necessary for legibility and clear portrayal of the actual Acceptance by Owner. Guarantees shall not apply to work construction.The record drawings shall indicate,in addition, where damage is result of abuse, neglect by Owner or his the actual location of all sub-surface utility lines, average sucoessor(s)in interest. depth Wow the surface and other appurtenances. The Contractor agrees to warrant his work and materials G-30 CONSTRUCTION FENCE. At the Contractors provided in accordance with this contract and the terms of option, he may provide a substantial chain-link construction the Technical Specifications contained herein. Unless fence around all or a part of the site. The fences and gates supplemented by the Technical Specifications or the must be maintained throughout the construction period. manufacturers normal extended warrantees, the Contractor Remove the fences and gates upon completion of the shall warrant all work materials, and equipment against Project and restore the site to the required original or defects for a period of one year from the date of final contract condition. acceptance. The Contractor further agrees to bear all costs of making good all work that is found to be defective or not G-31 PROD CI QELIVERY, STORAGE. HANDLING. provided in accordance with the Contract Documents. The Contractor shall handle,store and protect materials and products, including fabricated components, by methods and Additionally if the facility or contents are damaged due to defective materials or workmanship of the Contractor, the means which will prevent damage, deterioration and loss, Contractor further agrees to bear all cost of repairing and/or including theft (and resulting delays), thereby ensuring replacing damaged items and components to bring such highest quality results as the work progresses. Control items back to at least their original condition. delivery schedules so as to minimize unnecessary long-term storage at project site prior to installation. G-28 Y2K COMPLIANCE REQUIREMENTS The Contractor warrants that each hardware, software and G-32 REMOVAL OF SALVAGED MATERIAL. The firmware product delivered for incorporation into the Work be Contractor shall remove salvaged material and equipment able to accurately process date/time data between the years from the Project site and dispose of it in accordance with the 1999 and 2000, including leap year calculations and as law. Equipment or material identified in the Specifications or described below: Plans for Owner salvage shall be carefully removed and 1. Date/time data between the information delivered to the Owner at any location in within the City limits technology incorporated into the Work shall transfer as directed by the City. accurately to and from information technology purchased separately from the Work but Intended to be used in SECTION H association with warranted products or systems. CONTRACT TIME z Where the contract documents require that products must perform as a system with respect to date/time H-1 DEFINITIONS. The Contract Time is the period of data transfer, the warranty described herein applies to the time allotted in the Contract Documents for completion of the performance of the system rather than to individual products. Work. 3. The duration of this warranty and the remedies available to the Owner for the breach of this warranty shall The date of commencement of the Work is the date be as defined in and subject to,the terms and limitations of established in the Notice to Proceed. If there is no notice to the Contractor's standard commercial warranty or proceed,it shall be the date of the Agreement or such other warranties. date as may be established therein. 4. The remedies available to the Owner under this warranty shall include repair or replacement of any product The Date of Substantial Completion of the Work or or system whose noncompliance is discovered and made designated portion thereof is the Date certified by the known to the Contractor,in writing,within one year following Architect with the approval of the Owner that construction is the date of substantial completion. sufficiently complete, in accordance with the Contract 5. Nothing in the provisions of this warranty shall be Documents, so the Owner may occupy the Work or construed to limit any rights or remedies the Owner may designated portion thereof for the use for which it is have with respect to defects discovered in the Work not intended. Final acceptance of the completed work or any related to compliance requirements of this section, portion thereof can be made only by the City Council of the City of Fort Worth or irs designated Assistant City Manager. The contractor agrees to correct defective Work within a one and no other form of acceptance will be binding upon the year period after Date of Substantial Completion, and Owner. provide one year warranty for accurate transfer of date/time data between the years 1999 and 2000 as described within A calendar day constitutes 24 hours of time and is any one this section. of the seven days of a week,including Sunday,regardless of GC- 12 of 24 EDA GRANT 11/17/99 whether a -Working Day-or not,and regardless of weather 1-1 CQNTRACT SUM. The Contract Sum is stated in conditions or any situation which might delay construction. the proposal as accepted and is the total amount payable by An extension of contract time shall be in accordance with the Owner to the Contractor for the performance of the Work this Section. Extensions of time will be as recommended by under the Contract Documents. the Architect with final approval by City of Fort Worth. 1-2 SCHEDULE OF VALUES. Before the first A working day is defined as a calendar day, not including Applicable for Payment the Contractor shall submit to the Saturdays,Sundays,and legal holidays,in which weather or Architect a Schedule of Values of the various portions of the other conditions not under the control of the Contractor Work, including quantities if required by the Architect permit the performance of work for a continuous period of aggregating the total Contract Sum,divided so as to facilitate not less than seven hours between 7:00 a.m.and 6:00 p.m. payments to Sub-contractors, prepared in such form as However, nothing in these Contract Documents shall be specified or as the Architect and the Contractor may agree construed as prohibiting the Contractor from working on upon, and supported by such data to substantiate its Saturdays if he so desires.Should the Contractor choose to correctness as the Architect may require. Each item in the work on Saturdays, one day will be charged as contract Schedule of Values shall include its proper share of working time when weather or other conditions permit seven overhead and profit This Schedule,when approved by the hours of work as delineated above. Legal holidays are Architect and the Owner, shall be used as a basis for the defined as being New Year's Day,Independence Day,Labor Contractor's Applications for Payment. Day,Thanksgiving Day, Christmas Day, Memorial Day,and Veteran's Day. 1-3 ADJUSTMENT OF QUANTITIES, Where unit prices and estimated quantities are used to compute the H-2 PROGRESS AND COMPLETION. All the time contract amount, the Owner may increase the quantities by limits stated in the Contract Documents are of essence to an amount that is 20%of the total cost for that section. Unit the Contract. prices for adjustments to unit quantities in excess to 20% tF may be negotiated at the request of either party. The Contractor shall begin the Work on the date of commencement as defined in this Section.He shall carry the 1-4 PROGRESS PAYMENTS. On the first day of Work forward expeditiously with adequate forces and shall each month after the first month's work has been completed, complete it within the Contact Time, the Contractor will make current estimates in writing for review by the Architect of materials in place complete and H-3 DELAYS AND EXTENSIONS OF TIME. If the the amount of work performed during the preceding month or Contractor is delayed at any time in the progress of the Work period and the value thereof at the prices contracted for as by any act or neglect of the Owner or the Architect,or by any shown on the approved Schedule of Values and Progress employee of the Owner, or by any separate contractor Schedule. employed by the Owner, or by any separate contractor employed by the Owner,or by changes ordered in the Work, If payments are to be made on account of materials or or by labor disputes, fire, unusual delay in transportation, equipment not incorporated in the Work but delivered and unavoidable casualties or any causes beyond the suitably stored at the site or in an independent bonded Contractor's control, or by any cause which the Architect warehouse such payments shall be conditioned upon determines may justify the delay,then the contract time may submission by the Contractor of bills of sale or such other be extended by Change Order for such reasonable time as procedures satisfactory to the Owner to establish the recommended by the Architect and approved by the Owner. Owner's title to such materials or equipment or otherwise When the Contractor is delayed due to abnormal weather protect the Owner's Interest including applicable insurance conditions, the weather table provided as WT-1 in these and transportation to the site. Contract Documents shall be used as the basis for providing a fair and equitable adjustment of the contract time. The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an Application All claims for extension of time shall be made in writing to for Payment, whether incorporated in the Project or not, will the Architect no more than fifteen days after the occurrence pass to the Owner upon the receipt of such payment by the of the delay;otherwise they shall be waived. Contractor, free and clear of all liens, claims, security interests or encumbrances hereinafter referred to as"liens"; If no schedule or agreement is made stating the dates upon and that no Work, materials or equipment covered by an which written interpretations shall be furnished, then no Application for Payment will have been acquired by the claim for delay shall be allowed on account of failure to Contractor,or by any other persons performing the Work at furnish such interpretation unfit fifteen days after demand is the site or furnishing materials and equipment for the Work, made for them, and not then unless such a claim is subject to an agreement under which an interest therein or reasonable. an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. H-4 NO DAMAGE FOR DELAY. No payment, compensation or adjustment or any kind (other than the The Contractor shall prepare each application for payment extensions of time provided for) shall be made to the on AIA Document G702, *Application and Certificate for contractor for damages because of hindrances or delays Payment", and attached thereto AIA Document G703, from an cause in the progress of the work, whether such 'Continuation Sheer, to indicate the progress made to date hindrances or delays be avoidable or unavoidable, and the and the period or month for which payment is requested for contractor agrees that he will make no claim for each Item listed in the Schedule of Values. A copy of the compensation,damages or mitigation of liquidated damages revised monthly work progress schedule must be attached for any such delays, and will accept in full satisfaction for before the pay request can be accepted. such delays said extension of time. 1-5 CERTIFICATES FOR PAYMENT. If the SECTION I Contractor has made Application for Payment as above, the PAYMENTS AND COMPLETION above,the Architect will,with reasonable promptness but not more than seven days after the receipt of the Application, prepare a Certificate of Payment, with a copy to the GC- 13 of 24 EDA GRANT 11/17/99 09 Contractor,for such amount determined to be properly due, When such grounds for the refusal of payment are removed, or state in writing reasons for withholding a Certificate. payment shall be made for amounts withheld because of them.The Owner reserves the right to withhold the payment The issuance of a Certificate for Payment will constitute a of any monthly estimate, without payment of interest if the representation by the Architect to the Owner, based on the Contractor fails to perform the Work in accordance with the Architect's observations at the site and the data comprising specifications or instructions of the Architect the Application for Payment that the Work has progressed to the point indicated; that the quality of the Work is In 1-7 UNRESOLVED CLAIMS: In the event a written accordance with the Contract Documents (subject to an claim for damages against the Contractor or its suboon- evaluation of the Work as a functioning whole upon tractors remains unsettled at the time all work on the project Substantial Completion, to the results of any subsequent has been completed to the satisfaction of the Director of the tests required by the Contract Documents, to minor Transportation and Public Works Department as evidenced deviations from the Contract Documents correctable prior to by a final inspection, final payment to the Contractor shall completion, and to any specific qualifications stated in the not be recommended by the Director of the Transportation Certificate); and recommendations to the Owner that the and Public Works Department for a period of 30 days after Contractor be paid in the amount certified. In addition, the the date of such final Inspection,unless the Contractor shag Architect's approval of final payment assures the Owner that submit written evidence satisfactory to the Director that the the conditions precedent to the Contractor's being entitled to claim has been settled and a release has been obtained final payment as set forth in this Section have been fulfilled. from the claimant involved. After the Architect has issued a Certificate for Payment, the Although the claim concerned remains unsettled at the Owner shall approve or disapprove same within ten days expiration of the above 30-day period,the Contractor may be after it has been delivered to the Director of the Department deemed to be entitled to a semi-final payment for work of Transportation and Public Works. For contracts less than completed, such semi-final payment to be in an amount $400,000, Owner shall pay 90%of the approved estimate to equal to the total dollar amount then due less the dollar the Contractor within seven days after its approval, and the value of any written claims pending against the Contractor remaining 10%of each such estimate will be retained by the arising out of the performance of such work, and such Owner until the final estimate is approved and the Work is semi-final payment may then be recommended by the accepted by the City Council of the City of Fort Worth. For Director. contracts in excess of$400,000,the Owner will retain only 5%of each estimate until the final estimate is approved and The Director shall not recommend final payment to a work accepted by the City Council of the City of Fort Worth. Contractor against whom such a claim for damages is outstanding for a period of six months following the date of No Certificate for a progress payment, nor any progress the acceptance of the work performed unless the Contractor payment, nor any partial or entire use or occupancy of the submits evidence in writing satisfactory to the Director that Project by the Owner,shall constitute an acceptance of any Work not in accordance with the Contract Documents, or 1) The claim has been settled and a release has been relieve the Contractor of liability in respect to any warranties obtained from the claimant involved,or or responsibility for faulty materials cw workmanship. The Contractor shall promptly remedy any defects in the Work 2) Good faith efforts have been made to settle such out- and pay for any damage to other work resulting therefrom standing claims,and such good faith efforts have failed. that shall appear within a period of one year from the date of final acceptance of the Work unless a longer period is If condition(1)above is met at any time within the six month specified. period, the Director shall recommend that the final payment to the Contractor be made. If condition (2)above is met at 1-6 PAYMENTS WITHHELD. The Architect may any time within the six-month period, the Director may 101i decline to approve an Application for Payment and may recommend that the final payment to the Contractor be withhold his Certificate in whole or in part if in his opinion he made.At the expiration of the six-month period the Director is unable to make the representations to the Owner as may recommend that final payment be made if all other work provided in this Section. The Architect may also decline to has been performed and all other obligations of the approve any Applications for Payment or, because of Contractor have been met to the satisfaction of the Director. 04 subsequently discovered evidence or subsequent inspections, may nullify the whole or any part of any The Director may, if he deems it appropriate, refuse to Certificate for Payment previously issued to such extent as accept bids on other Transportation and Public Works may be necessary in his opinion to protect the Owner from Department contract work from a Contractor against whom a 101 loss because of: claim for damages is outstanding as a result of work I) defective work not remedied, performed under a City contract. 2) claims filed or reasonable evidence indicating probable 1-8 LIQUIDATED DAMAGES: The deduction for filing of claims-. liquidated damages shall be as follows: 3) failure of the Contractor to make payments properly to Amount of Contract Liquidated Damages Per Day Subcontractors,or for labor,materials or equipment: $15,000 or less $45 014 4) reasonable doubt that the Work can be completed for $15,001 to $25,000 $63 the unpaid balance of the Contract Sum; $25,001 to $50,000 $105 5) damage to another contractor; $50,001 to $100,000 $154 $100,000 to $500.000 $210 9011 6) reasonable indication that the Work will not be $500,001 to$1,000,000 $315 completed within the Contract Time;or $1,000,001 to$2,000,000 $420 7) unsatisfactory prosecution of the Work by the $2,000,001 to$5,000,000 $630 Contractor. $5,000,001 to$10,000,000 $840 over$10,000,000 $980 GC- 14 of 24 EDA GRANT 11/17/99 If any Subcontractor, materialman or laborer refuses to 1-9 FAILURE OF PAYMENT If, without fault on the furnish a release or waiver required by the Owner, the part of the Contractor, the Architect should fail to issue any Contractor may, at the election of the Owner,furnish a bond Certificate for Payment within seven days after receipt of the satisfactory to the Owner to indemnify him against any right, Contractor's Application for Payment if the Contractor's claim or lien which might be asserted by such Subcontractor, Application for Payment,or if,without fault on the part of the materialman or laborer. If any such right, claim or lien Contractor, the Owner should fail to approve such estimate remains unsatisfied after all payments are made. The or to pay to the Contractor 90%or 95%(as applicable)of the Contractor shall refund to the Owner all monies that the amount thereof within the period of time specified, then the latter may be compelled to pay to discharging such right, Contractor may, upon seven (7) days additional written claim or lien, including all costs and reasonable attorney's notice to the Owner and to the Architect,stop the Work unfit fees. payment of the amount owing has been received. The acceptance of final payment shall constitute a waiver of 1-10 SUBSTANTIAL COMPLETION AND FINAL all claims by the Contractor except those previously made in PAYMENT Prior to the request for final payment the writing and still unsettled. Contractor must meet jU provisions for Project Closeout When the Contractor determines that the Work or a SECTION J designated portion thereof acceptable to the Owner is PROTECTION OF PERSONS AND PROPERTY substantially complete, the Contractor shall prepare the submission to the Architect a list of items to be completed or J-1 SAFETY PRECAUTIONS AND PROGRAMS The corrected.The failure to include any items on such list does Contractor shall be responsible for initialing,maintaining and not alter the responsibility of the Contractor to complete all supervising all safety precautions and programs in Work in accordance with the Contract Documents.When the connection with the Work. The Contractor shall designate a Architect,on the basis of an inspection, determines that the responsible member of his organization at the site whose Work is substantially complete, he then will prepare a duty shall be the prevention of accidents. This person shall Certificate of Substantial Completion (G704) which, when be the Contractor's superintendent unless otherwise approved by the Owner, shall establish the Date of designated in writing by the Contractor to the Architect. Substantial Completion,shall state the responsibilities of the Owner and the Contractor for maintenance, heat, utilities, J-2 :JAEEJy QE PERSONS AND PROPERTY. The and insurance, and shall fix the time within which the Contractor shall take all reasonable precautions for the Contractor shall complete the items listed therein, said time safety of, and shall provide all reasonable protection to to be within the Contract time unless extended. prevent damage,injury or loss to: Upon receipt of written notice that the Work is ready for final (1) ail employees on the Work and all other persons who inspection and acceptance and upon receipt of a final may be affected thereby; Application for Payment and upon receipt of a final application for payment, providing the record drawings have (2) all the Work and all materials and equipment to be been received by the Architect, the Architect will conduct incorporated therein, whether in storage on or-off the such test and/or inspections as he deems necessary, and if site,under the care,custody or control of the Contractor in his opinion the Work has been completed in accordance or any of his Subcontractors or Sub-contractors;and with the Contract Documents, the Architect will promptly issue a final Certificate of Substantial Completion staling that (3) other property at the site or adjacent thereto, including to the best of his knowledge, information and belief,and on trees, shrubs, lawns, walks, pavements, roadways, the basis of his observations and inspections, the Work has structures and utilities not designated for removal, been completed In accordance with the terms and conditions relocation or replacement in the course of construction. of the Contract Documents and that the entire balance found to be due the Contractor is due and payable. Final Until acceptance of the Work, it shall be under the charge acceptance can be made by the City Council of the City of and care of the Contractor, and he shall take every Fort Worth or its designated representative, and no other precaution against injury or damage to the Work by the form of acceptance will be binding upon the Owner. Final action of the elements or from any other cause whatsoever, payment and release of the retainage amount will become whether arising from the execution or from the non-execution due within fifteen days following approval of the City Council of the Work.The Contractor shall rebuild,repair, restore and of the City of Fort Worth in accepting the work as complete. make good, at his own expense, all injuries or damages to any portion of the Work occasioned by any of the above, Neither the final payment nor the remaining retained caused before its completion and acceptance. percentage shall become due until the Contractor submits to the Architect The Contractor shall comply with all applicable Laws, Ordinances, Rules, Regulations and Orders of any public 1) Contractor's Affidavit of Payment of Debts and Claims authority having jurisdiction for the safety of persons or (G706) staling that all payrolls, bills for materials and property or to protect them from damage, injury or loss. He equipment,and other indebtedness connected with the shall erect and maintain, as required by existing conditions Work for which the Owner or his property might in any and progress of the Work, all reasonable safeguards for way be responsible, have been paid or otherwise safety and protection, including posting danger signs and satisfied, other warnings against hazards, promulgating safety 2) Consent of Surety to Final Payment (G707), if any, to regulations and notifying owners and users of adjacent final payment utilities. 3) Contractor's Affidavit of Release of Liens(G706A),and, 4) Other data establishing payment or satisfaction of all When the use or storage of explosives or other hazardous such obligations, such as receipts, releases and materials or equipment is necessary for the execution of the waivers of liens arising out of the Contract,to the extent Work, the Contractor shall exercise the utmost care and and in such form as may be designated by the Owner. shall carry on such activities under the supervision of properly qualified personnel. GC- 15 of 24 EDA GRANT 11/17/99 AM damage or loss to any property referred to in the c) By signing this contract or providing or causing to preceding paragraphs caused in whole or in part by the be provided a certificate of coverage, the Contractor, any Subcontractor, or anyone directly or contractor is representing to the City that all indirectly employed by any of them,or by anyone for whose employees of the contractor who will provide acts any of them may be liable, shall be remedied by the services on the project will be covered by workers Contractor, including damage or loss attributable to faulty compensation coverage for the duration of the Drawings or Specifications and acts or omissions of the project,that the coverage will be based on proper Architect or anyone employed by him or for whose acts he reporting of classification codes and payroll may be liable,and not attributable to the fault or negligence amounts,and that all coverage agreements will be of the Contractor or anyone claiming through the Contractor filed with the appropriate insurance carrier or, in for such damage or loss. the case of a self-insured,with the Texas Workers Compensation Commission's Division of Self- The Contractor shall not load or permit any part of the Work Insurance Regulation. Providing false or to be loaded so as to endanger its safety. misleading Information may subject the contractor to administrative penalties,criminal penalties,civil J-3 HARD HATS. Hard Hats will be required at all penalties or other civil actions. construction sites included in this Contract from start to d) The contractor's failure to comply with any of these completion of work. Each Contractor,employee and visitor at any construction site included in the Contract will be provisions is a breach of contract by the contractor required to wear a hard hat The Contractor shall enforce the which entities the City to declare the contract void wearing of hard hats by Contractor,employees and visitors. if the contractor does not remedy the breach within These requirements are in addition to the Accident ten days after receipt of notice of breach from the Prevention Clause in the General Conditions of the Contract. city. MR Contractor shall provide ten hard hats for use by the 2) Definitions: consulting Architects and Engineers and visitors. a) Certificate of coverage("certificate"). A copy of a J-4 EMERGENCIES. In any emergency affecting the certificate of insurance,a certificate of authority to safety of persons or property,the Contractor shall act at his self-insure issued by the Texas Workers' discretion to prevent threatened damage,injury or loss.Any Compensation Commission, or a coverage additional compensation or extension of time claimed by the agreement (TWCG-81. TWCC-82. TWCC-83, or Contractor on account of emergency work shall be TWCC-84), showing statutory workers' determined as provided in Changes in the Work. compensation insurance coverage for the person's or entity's employees providing services on a SECTION K-INSURANCE project for the duration of the project K-11 Insurance Required. The Contractor shall not b) Duration of the Project. Includes the time from the commence work under this Contract until he has obtained all beginning of the work on the project unfit the insurance required under this Section and such Insurance oontractorstperson's work on the project has been has been approved by the City of Fort Worth, nor shall the completed and accepted by the City. Contractor allow any Subcontractor to commence work to be c) Persons providing services on the project performed under this Contract until all similar insurance of ("subcontractor" in section 406.096)-includes all the Subcontractor has been so obtained and approved. persons or entities performing all or part of the services the contractor has undertaken to perform K-1 Insurance Required. The Contractor shall not on the project, regardless of whether that person commence work under this Contract until he has obtained all contracted directly with the contractor and insurance required under this Section and such insurance regardless of whether that person has employees. has been approved by the City of Fort Worth, nor shall the This includes, without limitation, independent Contractor allow any Subcontractor to commence work to be contractors, subcontractors, leasing companies, performed under this Contract until all similar insurance of motor carriers,owner-operators,employees of any the Subcontractor has been so obtained and approved. such entity, or employees of any entity which K-2 Workers'Compensation Insurance: furnishes persons to provide services on the project. 'Services* include, without limitation, 1) General providing, hauling, or delivering equipment or materials, or providing labor, transportation, or a) Contractors Workers Compensation Insurance. other services related to a project. *Services' Contractor agrees to provide to the Owner(City)a does not include activities unrelated to the project, certificate showing that it has obtained a policy of such as food/beverage vendors, office supply workers compensation insurance covering each of deliveries,and delivery of portable toilets. its employees employed on the project In compliance with state law. No Notice to Proceed 3) Requirements will be issued until the Contractor has complied a) The contractor shall provide coverage, based on with this section, proper reporting of classification codes and payroll b) Subcontractors Workers Compensation amounts and filing of any coverage agreements, Insurance. Contractor agrees to require each and which meets the statutory requirements of Texas every subcontractor who will perform work on the Labor Code, Section 401.011(44) for all project to provide to it a certificate from such employees of the contractor providing services of subcontractor stating that the subcontractor has a the project,for the duration of the project policy of workers compensation insurance b) The Contractor must provide a certificate of covering each employee employed on the project. Contractor will not permit any subcontractor to coverage to the governmental entity prior to being perform work on the project unfit such certificate awarded the contract. has been acquired. Contractor shall provide a c) If the coverage period shown on the contractor's copy of all such certificates to the Owner(City), current certificate of coverage ends during the GC- 16 of 24 EDA GRANT 11/17/99 duration of the project,the contractor must,prior to of the coverage period, if the coverage the end of the coverage period, file a new period shown on the current certificate certificate of coverage with the City showing that of coverage ends during the duration of coverage has been extended. the project; d) The contractor shall obtain from each person v) retain all required certificates of coverage on providing services on a project,and provide to the file for the duration of the project and for one City: year thereafter. i) a certificate of coverage, prior to that person vi) notify the City In writing by certified mail or FP beginning work on the project, so the personal delivery, within ten (10) days after governmental entity will have on file the person knew or should have known, of certificates of coverage showing coverage for any change that materially affects the all persons providing services on the project; provision of coverage of any person providing and services on the project*,and il) no later than seven days after receipt by the vii) contractually require each person with whom contractor, a new certificate of coverage it contracts, to perforin as required by showing extension of coverage, if the paragraphs h4) - vii), with the certificates of coverage period shown on the current coverage to be provided to the person for certificate of coverage ends during the whom they are providing services. duration of the project. 4) Posting of Required Worker's Compensation Coverage. e) The contractor shall retain all required certificates of coverage for the duration of the project and for a) The contractor shall post a notice on each project site informing all persons providing services on the one year thereafter. project that they are required to be covered, and f) The contractor shall notify the City in writing by stating how a person may verity current coverage certified mail or personal delivery, within ten (10) and report failure to provide coverage.This notice days after the contractor knew or should have does not satisfy other posting requirements known, of any change that materially affects the imposed by the Texas Workers Compensation Act provision of coverage of any person providing or other Texas Workers Compensation services on the project. Commission rules. This notice must be printed rp g) The contractor shall post on each project site a with a tide in at least 30 point bold type and text in at least`19-point normal type,and shall be in both notice, in the text form and manner prescribed by English and Spanish and any other language the Texas Workers Compensation Commission, common to the worker population. The text for the informing all persons providing services on the notices shall be the following text without any project that they are required to be covered, and additional words or changes: stating how a person may verity coverage and report lack of coverage. *REQUIRED WORKER'S h) The contractor shall contractually require each COMPENSATION COVERAGE person with whom it contracts to provide services The law requires that each person on a project,to: working on this site or providing services I) provide coverage, based on proper reporting related to this construction project mustbe covered by workers compensation on the classification codes and payroll insurance. This includes persons amounts and filing of any coverage providing, hauling, or delivering agreements, which meets the statutory equipment or materials, or providing requirements of Texas labor Code, Section labor or transportation or other service 401.011(44)for all of its employees providing related to the project regardless of the services on the project,for the duration of the identity of their employer or status as an project, employee". ii) provide to the contractor,prior to that person Call the Texas Worker's Compensation beginning work on the project a certificate of Commission at 512-440-3789 to receive IP coverage showing that coverage is being information on the legal requirement for provided for all employees of the person coverage, to verity whether your providing services on the project, for the employer has provided the required PF duration of the project; coverage, or to report an employer's failure to provide coverage.' iii) provide the contractor, prior to the end of the coverage period, a new certificate of K-3 LIABILITY INSURANCE. The Contractor shall coverage showing extension of coverage, if procure and maintain during the term of this Contract such the coverage period shown on the current Liability Insurance as shall protect him,the City of Fort Worth certificate of coverage ends during the duration of the project; and any Subcontractor performing work covered by this Contract from claims of damage which may arise from iv) obtain from each other person with whom it operations under this Contract, including blasting, when contracts,and provide to the contractor: blasting is done on, or in connection with the Work of the Project whether such operations be by himself or by any (1) a certificate of coverage, prior to the Subcontractor or by anyone directly or indirectly employed other person beginning work on the by either of them and the limits of such insurance shall be project;and not less than the following: (2) a new certificate of coverage showing 1) Automobile Liability: $1,000,000 each accident or extension of coverage, prior to the end reasonably equivalent split limits for bodily injury and GC- 17 of 24 EDA GRANT 11/17/99 property damage. Coverage shall be on 'any auto* rating of at least A:VII,as stated in current edition of A. including leased, hired, owned, non-owned and M. Best's Key Rating Guide. At the City's sole borrowed vehicles used in connection with this discretion,a less favorable rate may be accepted by the Contract. city. 2) Commercial General Liability; $1,000,000 each 4) Deductible limits on insurance policies and/or self occurrence. Coverage under the policy shall be as insured retentions exceeding$10.000 require approval comprehensive as that provided in a current Insurance of the City of Fort Worth as respects this Oontract. Services Office (ISO) policy form approved for use in Texas and the policy shall have no exclusions by 5) The City of Fort Worth shall be notified in writing a endorsement unless such are approved by the City. minimum of thirty days prior to an insurer's action in the 3) Asbestos Abatement Liability Insurance: When the event of cancellation, non-renewal or material change Project specifically requires the removal of Asbestos in coverage regarding any policy providing insurance Containing Materials, the Contractor shall be required coverage required in this Contract to maintain Asbestos Abatement Liability Insurance as follows: $1,000,000 per occurrence; $2,000,000 6) Full limits of insurance shall be available for claims aggregate limit. The coverage shall include any arising out of this Contract with the City of Fort Worth. pollution exposure,including environmental impairment liability, associated with the services and operations 7) Certificates of insurance shall be provided by the performed under this contract in addition to sudden and Contractor to the City prior to commencement of accidental contamination or pollution liability for gradual operations pursuant to this Contract.Any failure on part emissions and clean-up costs. of the City of Fort Worth to request such documentation shall not be construed as a waiver of insurance K-4 BUILDER'S RISK INSURANCE. requirements specified herein. Unless stated otherwise in the Proposal or Invitation, the 8) The City of Fort Worth shall be entitled, upon request Contractor shall procure, pay for and maintain at all times and without incurring expense,to review the insurance during the term of this Contract, Builder's Risk Insurance policies including endorsements thereto and, at its against the perils of fire,lightning,windstorm,hurricane,hail, discretion, to require proof of payment for policy dot, explosion, civic commotion, smoke, aircraft, land premiums. vehicles,vandalism,and malicious mischief, at a limit equal to 100%of the Contract Sum. 9) The City of Fort Worth shall not be responsible for paying the cost of insurance coverages required herein. The policy shall include coverage for materials and supplies while In transit and while being stored on or off site. If 10) Notice of any actual or potential claim and/or litigation specifically required in the Instructions to Bidders, the policy that would affect insurance coverages required herein shall include coverage for flood and earthquake. Different shall be provided to the City in a timely manner. sublimits for these coverages must be approved by the City. 11) *Other insurance" as referenced in any policy of Consequential damage due to faulty workmanship and/or insurance providing coverages required herein shall not design performed by the Contractor or his agents shall be apply to any insurance policy or program maintained by covered. the City of Fort Worth. Upon completion of the Work,the Contractor shall notify the 12) Contractor shall require its subcontractors to maintain City of Fort Worth in writing before terminating this the same insurance coverages and limits thereof as insurance. specified. Copies of subcontractors insurance certificates shall be maintained at the Project site for K-5 PROOF OF CARRIAGE OF INSURANCE. The review by the City and shall be submitted to the City Contractor shall provide a certificate of insurance upon request. documenting the Transportation and Public Works Department,City of Fort Worth as a"Certificate Holder",and SECTION L noting the specific project(s) covered by the Contractors CHANGES IN THE WORK insurance as documented on the certificate of insurance. More than one certificate may be required of the Contractor L-1 CHANGE ORDER. The Owner, without depending upon the agents an/or insurers for the invalidating the Contract, may order Changes in the Work Contractor's insurance coverages specified for the project(s). within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum K-6 OTHER INSURANCE RELATED and the Contract Time being adjusted accordingly.All Such REQUIREMENTS. Changes in the Work shall be authorized by Change Order, and shall be executed under the applicable conditions of the 1) The City of Fort Worth shall be an additional insured,by Contract Documents. endorsement,on all applicable insurance policies. A Change Order is a written order to the Contractor signed 2) Applicable insurance policies shall each be endorsed by the Contractor,Owner and the Architect, issued after the with a waiver of subrogation in favor of the City of Fort execution of the Contract,authorizing a Change in the Work Worth. or adjustment in the Contract Sum or the Contract Time.The Contract Sum and the Contract Time may be changed only 3) Insurers of policies maintained by Contractor and its by Change Order. subcontractor(s),if applicable,shall be authorized to do business in the State of Texas, or otherwise approved Any changes in work required due to changed or unforeseen by the City of Fort Worth,and such shall be acceptable conditions,or by request of either the Contractor or the City, to the City of Fort Worth insofar as their financial shall be coordinated with the Director, Department of strength and solvency are concerned. Any company Transportation and Public Works. A change order must be through which the insurance is placed must have a GC- 18 of 24 EDA GRANT 11117/99 written and duly negotiated and executed prior to performing changed work. L-2 CLAIMS FOR ADDITIONAL COST OR TIME. If the Contractor wishes to make a claim for an increase in the The cost or credit to the Owner resulting from a Change in Contract Sum or an extension in the Contract Time, he shall the Fort Worth shall be determined in one or more of the give the Architect written notice thereof within a reasonable following ways: time after the occurrence of the event that gave rise to such claim. This notice shall be given by the Contractor before 1) by mutual acceptance of a lump sum property itemized, proceeding to execute the Work, except in an emergency including the allowance to Contractor for overhead and endangering life or property in which case the Contractor profit stipulated in the original contract proposal; shall proceed in accordance with Section J. No such claim shall be valid unless so made. Any change in the Contract 2) by unit prices stated in the Contract Documents or Sum or Contract Time resulting from such claim, if approved subsequer.Jy agreed upon;or by the Owner,shall be authorized by Change Order. 3) by cost and a mutually acceptable fixed or percentage L-3 OVERHEAD ALLOWANCES FOR CHANGES: r fee. Should any change in the work or extra work be ordered, the following applicable percentage shall be added to If none of the methods set forth herein above is agreed Material and Labor costs to cover overhead and profit upon,the Contractor, provided he receives a Change Order, r shall promptly proceed with the Work involved. The cost of 1. Allowance to the Contractor for overhead and profit for such work shall then be determined on the basis of the extra work performed by the Contractor's own forces shall Contractor's reasonable expenditures and savings, including not exceed fifteen percent a reasonable allowance for overhead and profit as indicted in the original contract proposal. In such cases, the Contractor 2.. Allowance to the Contractor for overhead and profit for shall keep and present, in such form as the Architect shall extra work performed by a Subcontractor and supervised by prescribe, an itemized accounting together with appropriate the Contractor shall not exceed ten percent f10%l. supporting data. Pending final determination of cost to the Owner, payments on account shall be made on the L4 MINOR CHANGES IN THE WORK. The Architect Architect's Certificate of Payment as approved by the shall have authority to order minor changes in the Work not Owner. involving an adjustment in the Contract Sum or an extension of the Contact Time and not inconsistent with the intent of If after the contract has been executed, the Architect, the Contract Documents. Such changes may be effected by requests a price proposal from the Contractor for a proposed Field Order or by other written order. Such changes shall be change in scope of the work, Contractor shall process such confirmed in writing by the Architect and shall be binding on proposal within seven days of receipt and return the price the Owner and the Contractor. quote to the Architect in writing. The Architect shall review w the price quotation and if approval is recommended,forward L-5 FIELD ORDERS. The Architect may issue written t[ the proposed change order request and price proposal to the Field Orders which interpret the Contract Documents in Owner for approval. If the Architect will attempt to negotiate accordance with Section A,or which order minor changes in with Contractor to revise the proposal to a figure which is fair the Work in accordance with Section L without change in and reasonable and forward it on to the Owner for approval. Contract Sum or Contract Time. The Contractor shall cant' If the negotiations do not result in an equitable solution, the out such Field Orders promptly. Architect shall prepare a cost-plus type Change Order with a price-not-to-exceed figure for approval by the City and SECTION M require specific documentation to be provided by Contractor UNCOVERING AND CORRECTION OF WORK in accordance with the paragraph above. M-1 UNCOVERING OF WORK. If any Work should be Contractor is advised that according to City of Fort Worth covered contrary to the request of the Owner or Architect, it Charter, that when the cumulative effect of Change Orders must be uncovered for observation and replaced, at the results in an increase in cost of the contract amount by over Contractor's expense. 1 $3,000, the City Council must approve all such Change Orders which will exceed this limit. Normal processing time If any other work has been covered which the Owner or for the City Staff to obtain City Council approval, once the Architect have not specifically requested to observe prior to recommended change order has been received at the City, being covered, the Architect or the Owner may request to r is approximately thirty (30) days . Owner, Architect and see such work and it shall be uncovered by the Contractor.If j Contractor shall endeavor to identify Change Order items as such Work be found in accordance with the Plans and early in the Construction process as possible to minimize Specifications,the cost of uncovering and replacement shall, their impact on the construction schedule. by appropriate Change Order, be charged to the Owner. If rsuch work be found not in accordance with the Plans and If unit prices are stated in the Contract Documents or Specifications, the Contractor shall pay such costs unless it subsequently agreed upon, and if the quantities originally be found that this condition was caused by a separate contemplated are so changed in a proposed Change Order contractor employed by the Owner. IM that application of the agreed unit prices to the quantities of Work proposed will create a hardship on the Owner or the M-2 CORRECTION OF WORK. The Contractor shall Contractor, the applicable unit prices shall be equitably promptly correct all work rejected by the Owner or Architect adjusted to prevent such hardship. as defective or as failing to conform to the Plans and Specifications whether observed before or after Substantial If the Contractor claims that additional cost or time is Completion and whether or not fabricated, installed or involved because of (1) any written interpretation issued completed. The Contractor shall bear all costs of correcting pursuant to Section A, (2) any order by the Architect or such rejected Work, including the cost of the Architect's Owner to stop the Work pursuant to Section B, where the additional service thereby made necessary. �. Contract was not at fault,or(3)any written order for a minor change in the Work,the Contractor shall make such claim. GC- 19 of 24 EDA GRANT 11/17/99 MR If, within one year after the Date of Substantial Completion N-2 TERMINATION BY THE OWNEQ. If the or within such longer period of time as may be prescribed by contractor is adjudged as bankrupt,or if he makes a general law or by the terms of any applicable special guarantee assignment for the benefit of his creditors,or if a receiver is required by the Contract Documents, any of the work is appointed on account of his insolvency, of if the Contractor found to be defective or not in accordance with the Contract refuses, except in cases for which extension of time is Documents, the Contractor shall correct it promptly after provided, to supply enough property skilled workmen or receipt of a written notice from the Owner to do so, unless proper materials, or If he fails to make prompt payment to the Owner has previously given the Contractor a written Subcontractors or for materials or labor, or fails to comply acceptance of such condition, describing same specifically with at Laws, Statutes, Charter, Ordinances, Regulations or and not generally. The Owner shall give such notice Orders of any public authority having jurisdiction, or promptly after discovery of the condition. otherwise is guilty of a substantial violation of a provision of the Contract Documents, then the Owner, on its own All such defective or non-conforming work under the initiative or upon certification by the Architect that sufficient preceding paragraphs shall be removed from the site where cause exists to justify such action, may,without prejudice to necessary, and the work shall be corrected to comply with any rights or remedy and after giving the Contractor and his the Contract Documents without cost to the Owner. surety, if any, seven (7) days' written notice, terminate the employment of the Contractor and take possession of the The Contractor shall bear the cost of making good all work of site and of all materials, equipment tools, consbitclion separate contractors destroyed or damaged by such removal equipment and machinery thereon owned by the Contractor or correc tion. and may finish the work by whatever method he may deem rr expedient. In such case the Contractor shall not be entitied If the Contractor does not remove such defective or non- to receive any further payment until the Work is finished. conforming work within a reasonable time fixed by written notice from the Architect or the Owner, the Owner may If the costs of finishing the Work,including compensation for remove it and may store the materials or equipment at the the Architect's additional services., exceed the unpaid expense of the Contractor.If the Contractor does not pay the balance of the Contract, the Contractor shall pay the cost of such removal and storage within ten days thereafter, difference to the Owner. the Owner may upon ten additional days'written notice sell such work at auction or at private sale and shall account for The City of Fort Worth may terminate this contract in whole, the net proceeds thereof, after deducting all the costs that or from time to time,in part,whenever such termination is in should have been bome by the Contractor including the best interest of the City. Termination will be effected by compensation for additional architectural services. If such delivering to the Contractor a notice of termination specifying proceeds of sale do not cover all costs that the Contractor to what extent performance of the work of the contract is should have bome, the difference shall be charged to the being terminated and the effective date of termination. After Contractor and an appropriate Change Order shall be receipt of termination the contractor shall: issued.If the payments then or thereafter due the Contractor are not sufficient to cover such amount the Contractor shall a) Stop work under the Contract on the date and to the pay the difference to the Owner. extent specified on the notice of termination. If the Contractor fails to correct such defective or non- b) Place no further orders or subcontracts except as may conforming work, the Owner may correct it in accordance be necessary for the completion of the work not with Section G. terminated. The obligation of the Contractor under this Section shall be c) Terminate all orders and subcontracts to the extent that in addition to and not in limitation of any obligations imposed they relate to the performance of the work terminated upon him by special guarantees required by the Contract by the notice of termination. Documents or otherwise prescribed by law. After termination as above, the City will pay the contractor a M-3 ACCEPTANCE OF DEFECTIVE OR NON* proportionate part of the contract price based on the work CONFORMING WORK. If the Owner prefers to accept completed; provided, however, that the amount of payment defective or non-conforniing work, he may do so instead of on termination shall not exceed the total contract price as requiring its removal and correction,in which case a Change reduced by the portion thereof allocatable to the work not Order will be issued to reflect an appropriate reduction in the completed and further reduced by the amount of payments, Contract Sum, or, if the amount is determined after final if,any otherwise made. Contractor shall submit its claim for payment it shall be paid by the Contractor. amounts due after termination as provided in this paragraph within 30 days after receipt of such claim. In the event of SECTION N any dispute or controversy as to the propriety or allowability TERMINATION OF THE CONTRACT of all or any portion of such claim under this paragraph,such dispute or controversy shall be resolved and be decided by N-1 TERMINATION BY THE CONTRACTOR. If the the City Council of the City of Fort Worth, and the decision work Is stopped for a period of 30 days under an order or by the City Council of the City of Fort Worth shall be final any court or other public authority having jurisdiction, and binding upon all parties to this contract through no act or fault of the Contractor or a Subcontractor or their agents or employees or any other persons SECTION 0 performing any of the work under a contract with the SIGNS Contractor,or if the work should be stopped for a period of 30 days by the Contractor for the Owner's failure to make The Contractor shall construct and Install the project payment thereon as provided in Section 1, then the designation sign as required in the Contract Documents and Contractor may after the end of such period of 30 days and in strict accordance with the Specifications for 'Project upon seven additional days'written notice to the Owner and Designation Signs'This sign shall be a part of this Contract the Architect terminate the Contract. and shall be included in the Contractor's Base Bid for the Project. GC-20 of 24 EDA GRANT 11/17/99 SECTION P the Contractor will be billed on this actual use. The TEMPORARY FACILITIES Contractor shall provide all labor and materials required to tap into the utilities, The Contractor shall make the P-1 SCOPE. The Contractor shall furnish, erect, and connections and extend the service lines to the construction maintain facilities and perform temporary work required in area for use of all trades. Upon completion of the work all the performance of this Contract, including those shown and utility lines shall be removed and repairs made to the specified. existing lines. Only utilities at existing voltages, pressures, frequencies,etc.will be available to the Contractor. P-2 USE OF TEMPORARY FACILITIES, All temporary facilities shall be made available for use by all WAW. Provide an ample supply of potable water for all workmen and subcontractors employed on the project, purposes of construction at a point convenient to the project subject to reasonable directions by the Contractor as to their or as shown on the Drawings.Pipe water from the source of proper and most efficient utilization. supply to all points where water will be required. Provide sufficient hose to carry water to every required part of the P-3 MAINTENANCE AND REMOVAL. The construction and allow the use of water facilities to Contractor shall maintain temporary facilities in a proper, subcontractors engaged on the work.Provide pumps,tanks safe operating and sanitary condition for the duration of the and compressors as may be required to produce required Contract. Upon completion of the Contract, all such pressures. temporary work and facilities shall be removed from the premises and disposed of unless otherwise directed or Electric Service. Provide adequate electric service for power specified hereunder. and lighting to all points where required.Temporary,electric service shall be of sufficient capacity and characteristics to P-4 FIELD OFFICES AND SHED. The Contractor supply proper current for various types of construction tools, shall provide a temporary field office building for himself, his motors, welding machines, lights, heating plant air subcontractors and use by the Architect. For construction conditioning system, pumps, and other work required. contracts with a bid price in excess of $1,000,000.00, the Provide sufficient number of electric outlets so that 50 foot Contractor shall provide a separate field office for the City's long extension cords will reach all work requiting light or field representative (but the separate office may be in the power. same structure).The buildings shall afford protection against the weather, and each office shall have a lockable door, at Lighting. Supply and maintain temporary fighting so that least one window, adequate electrical outlets and lighting, work of all trades may be properly and safely performed, in and a shelf large enough to accommodate perusal of the such areas and at such time that day-lighting is inadequate. project drawings. Openings shall have suitable tocks. Field Provide at least 0.75 watts of incandescent lighting per offices shall be maintained for the full time during the squqr4e foot and maintain a socket voltage of at least 110 operation of the work of the Contract. During cold weather volts.Use at least 100 watt lamps.In any event,the lighting months, the field offices shall be suitably insulated and intensity shall not be less than 5 foot candies in the vicinity of equipped with a healing device to maintain 70 degree work and traffic areas. Fahrenheit temperature during the workday. During warm weather the offices shall be equipped with an air conditioning P-8 HEATING. Healing devices required under this device to maintain temperature below 75 degrees F. Upon paragraph shall not be electric. The Contractor shall provide completion of the work of the Contract, the Contractor shall heat ventilation, fuel and services as required to protect all remove the building from the premjses. In addition to the work and materials and to keep the humidity down to the drawing shelf, provide for the City field representatives extent required to prevent corrosion of any metal and to office: one deck, four chairs, plan rack and a four drawer prevent dampness or mildew which is potentialiy damaging filing cabinet(with lock). Each office shall contain not less to materials and finishes. All such healing, ventilation and than 120 square feet of floor space. services shall be provided and maintained until final acceptance of all work. In addition, the Contractor shall The Contractor shall provide and maintain storage sheds, provide heat ventilation prior and during the following work other temporary buildings or trailers on the project site as operations as follows: required for his use. Location of sheds and trailers shall be as approved by the Architect. Remove sheds when work is a) At all times during the placing, setting and curing of completed,or as directed. concrete provide sufficient heat to insure the heating of the spaces involved to not less than 40 F. P-5 TELEPHONE. The Contractor shall provide and pay for telephone installation and service to the field offices b) From the beginning of the application of drywall and described above. Service shall be maintained for the during the setting and curing period, provide sufficient duration of operations under this contract The Contractor heat to produce a temperature in the spaces involved of shall provide for and pay for an automatic telephone- not less than 55 F. answering device at the site office for the duration of the project. The contractor shall provide a separate telephone c) For a period of seven(7)days previous to the placing of line, and instrument for use by the City's field interior finish materials and throughout the placing of representatives. finish painting,decorating and laying of resilient flooring materials, provide sufficient heat to produce a P-6 TOILET FACILITIES. The Contractor shall temperature of not less than 60 F. provide proper,sanitary and adequate toilet facilities for the use of all workmen and subcontractors employed on the P-9 TEMPORARY CONSTRUCTION, EQUIPMENT project. AND PROTECTION P-7 UTILITIES. Contractor shall make all necessary The Contractor shall provide, maintain, and remove upon arrangements and provide for temporary water and completion of the work all temporary rigging, scaffolding, electricity required during the construction. Contractor shall hoisting equipment rubbish chutes, ladders to roof, provide and install temporary utility meters during the barricades around openings,and all other temporary work as contract construction period.These meters will be read and required to complete all work of the Contract. Contractor GC-21 of 24 EDA GRANT 11/17/99 shall coordinate the use and furnishing of scaffolds with his sub-contractors. The Contractor shall provide, maintain, and remove upon completion of the work, or sooner, if authorized by the Architect, all fences, barricades, lights, shoring, pedestrian walkways, temporary fire escapes, and other protective structures or devices necessary for the safety of workmen, City employees,equipment the public and property. All temporary construction and equipment shall conform to all regulations, ordinances, laws and other requirements of the authorities having jurisdiction, including insurance companies, with regards to safety precautions, operation and fire hazard. The Contractor shall provide and maintain pumping facilities, including power,for keeping the site,all times,whether from underground seepage,rainfall,drainage of broken lines. The Contractor shall maintain provision for closing and locking the building at such time as possible to do so. If this is not feasible,maintain a night The Contractor shall provide and maintain all barricades or enclosures, required to protect the work in progress from outside elements,dusts,and other disturbances as a result of work under this Contract. Such protection shall be positive,shall meet the approval of the Architect and shall be maintained for the duration of the construction period or as required to provide for the protection as specified. P-10 f!ROJECT BULLETIN BOARD. The Contractor shall furnish,install and maintain during the life of the project a weather-fight bulletin board approximately 3 feet high by 5 feet wide having not less than two hinged or sliding glass doors with provisions for locking.The bulletin board shall be mounted where and as approved by the Architect in a prominent place accessible to employees of the Contractor and sub-contractors,and to applicants for employment The bulletin board shall remain the property of the Contractor and shall be removed by him upon corripletion of the Contract work. The following Information which will be furnished by the City to the Contractor, shall be posted on the bulletin board and shall be maintained by the Contractor in easily readable condition at all times for the duration of the Conbact. a. The Equal Opportunity Poster and Notice Nondiscrimination of Employment(Standard Form 38). b. Wage Rate Information Poster (Form SOL 155), with the Contract Schedule of minimum wage rates as required by the Davis-Bacon Act. C. Safety Posters, SECTION Q VENUE Should any action arise out of the terms and conditions of this contrail, venue for said action shall lie in Tarrant County,Texas. GC-22 of 24 EDA GRANT 11/17/99 GENERAL CONDITIONS INDEX D-22 Cutting and Patching of Work A DEFINITIONS PROCEDURES AND D-23 Cleaning Up INTERPRETATIONS D-24 Communications A-1 Contract Documents E SUBCONTRACTORS A-2 Entire Agreement A-3 Work E-1 Definition A-4 Execution of the Contract Documents E-2 Award of Subcontracts A-5 Familiarity with Proposed Work E-3 Terms of Subcontracts A-6 One Unified contract E-4 Minority and Women's Business Enterprise A-7 Division of Work (M/WBE) A-8 Interpretations E-5 Payments to Sub-Contractors A-9 Copies of Working Drawings and E-6 Subcontractor Requirements for EDA Funded Specifications Projects A-10 Minority and Women's Business Enterprise Policy F SEPARATE CONTRACTS A-11 Correlation and Intent A-12 Age . F.-I Owner's Right A-13 Disability F-2 Mutual Responsibility of Contractors F-3 Cutting and Patching Under Separate B IDENTITY OF ARCHITECT Contracts F-4 Owner's Right to Clean Up B-1 Contract Administration B-2 Termination and Suspension of Work G MISCELLANEOUS PROVISIONS B-3 Duties of Architect B-4 Architect as Representative of the Owner G-1 Conflict of Laws B-5 Access to Job Site G-2 Governing Laws B-6 Interpretations G-3 Personal Liability of Public Officials B-7 Authority to Stop Work G-4 Compliance with Laws B-8 Miscellaneous Duties of Architect G-5 Indemnification B-9 Termination of Architect G-6 Successors and Assigns G-7 Written Notice C OWNER G-8 Surety Bonds G-9 Owner's Right to Carry Out the Work C-1 Identification G-10 Royalties and Patents C-2 Duties of the Owner G-11 Tests C-3 Instructions G-12 Interruption of Existing Utilities Services C-4 Access to Job Site G-13 Laying Out Work C-5 Progress Inspections G-14 Measurements C-6 Authority to Stop Work G-15 Existing Overhead or Underground Work C-7 Substantial Completion Inspection G-16 Alignment of Joints in Finish Materials C-8 Right to Audit G-17 Integrating Existing Work G-18 Hazardous Material Certification D CONTRACTOR G-19 Location of Equipment and Piping G-20 Overloading D-1 identification G-21 Manufacturer's Instruction D-2 Independent contractor G-22 Cleaning Up D-3 Subletting G-23 Dust Control D-4 Review of contract Documents G-24 Fire Protection D-5 Supervision G-25 Cutting and Patching D-6 Labor and Materials G-26 Project Closeout D-7 Prevailing Wage Rate G-27 Guarantee and Extended Guarantee D-8 Warranty G-28 Y2K Compliance Requirements D-9 Taxes G-29 Record Drawings D-10 Licenses,Notices and Fees G-30 Construction Fence D-1 I Cash Allowances G-31 Product Deliver,Storage,Handling D-12 Superintendent D-13 Responsibility for Employees and Sub- H CONTRACT TIME contractors D-14 Failure to Commence work H-1 Definitions D-15 Progress Schedule H-2 Progress and Completion D-16 Drawings and Specifications at the Site H-3 Delays and Extension of Time D-17 Shop Drawings and Samples H-4 No Damage for Delay D-18 Site Use D-19 Safe Work Practices I PAYMENTS AND COMPLETION D-20 Field Offices and Sheds D-21 Trench Safety 1-1 Contract Sum GC-23 of 24 EDA GRANT 11/17/99 1-2 Schedule of Values L-5 Field Orders 1-3 Adjustment of Quantities 1-4 Progress Payments M UNCOVERING AND CORRECTION OF 1-5 Certificates for Payment WORK 1-6 Payments Withheld 1-7 Unresolved Claims M-1 Uncovering of Work 1-8 Liquidated Damages M-2 Correction of Work 1-9 Failure of Payment M-3 Acceptance of Defective or Non-Conforming 1-10 Substantial Completion and Final Payment Work J PROTECTION OF PERSONS AND N TERMINATION OF THE CONTRACT PROPERTY N-1 Termination by the Contractor J-1 Safety Precautions and Programs N-2 Termination by the Owner J-2 Safety of Persons and Property J-3 Hard Hats 0 SIGNS J-4 Emergencies P TEMPORARY FACILITIES K INSURANCE P-1 Scope K-1 Insurance Required P-2 Use of Temporary Facilities K-2 Workers'Compensation Insurance P-3 Maintenance and Removal K-3 Liability Insurance P-4 Field Offices and Sheds K-4 Builder's Risk Insurance P-5 Telephone K-5 Proof of Insurance P-6 Toilet Facilities K-6 Other Insurance Related Requirements P-7 Utilities P-8 Heating L CHANGES IN THE WORK P-9 Temporary Construction,Equipment and Protection L-1 Change Order P-10 Project Bulletin Board L-2 Claims for Additional Cost or Time L-3 Overhead Allowance for Changes 0 VENUE L-4 Minor Changes in the Work 00000 GC-24 of 24 EDA GRANT 11/17/99 shall coordinate the use and furnishing of scaffolds with his sub-contractors. The Contractor shall provide, maintain, and remove upon oDmplebw of the work, or sooner, if authorized by the Architect. all fences, barricades, lights, shoring, pedestrian walkways, temporary fire escapes, and other protective 1-2 Schedule of Values L-5 Field Orders 1-3 Adjustment of Quantities 1-4 Progress Payments M UNCOVERING AND CORRECTION OF 1-5 Certificates for Payment WORK 1-6 Payments Withheld 1-7 Unresolved Claim M-1 Uncovering of Work 1-8 Liquidated Damages M-2 Correction of Work 1-9 Failure of Payment M-3 Acceptance of Defective or Non-Conforming 1-10 Substantial Completion and Final Payment Work J PROTECTION OF PERSONS AND N TERMINATION OF THE CONTRACT PROPERTY N-1 Termination by the Contractor J-1 Safety Precautions and Programs N-2 Termination by the Owner J-2 Safety of Persons and Property J-3 Hard Hats 0 SIGNS J-4 Emergencies P TEMPORARY FACILITIES K INSURANCE P-1 Scope K-1 Insurance Required P-2 Use of Temporary Facilities K-2 Workers!Compensation insurance P-3 Maintenance and Removal K-3 Liability Insurance P-4 Field Offices and Sheds K-4 Builders Risk Insurance P-5 Telephone K-5 Proof of Insurance P-6 Toilet Facilities K-6 Other Insurance Related Requirements P-7 Utilities P-8 Heating L CHANGES IN THE WORK P-9 Temporary Construction,Equipment and Protection L-1 Change Order P-10 Project Bulletin Board L-2 Claims for Additional Cost or Time L-3 Overhead Allowance for Changes Q VENUE L-4 Minor Changes in the Work 00000 WEATHER TABLE Month Average Inches of Snow/Ice Days of Rainfall Pellets Rain P January 7 1.80 1 February 7 2.36 March 7 2.54 April 8 4.30 0 May 8 4.47 0 June 6 3.05 0 July 5 1.84 0 August 5 2.26 0 September 7 3.15 0 October 5 2.68 0 November 6 2.03 December 6 1.82 ANNUALLY 77 32.30 1 9 (1) Mean number of days rainfall, 0.01"or more (2) Average normal precipitation, in inches (3) Mean number of days 1.0 inch or more Less than 0.5 inches This table is based on information reported from Dallas-Fort Worth Regional Airport, Texas. Latitude 32 deg 54 min north, longitude 97 deg 02 min West, elevation (ground) 551 ft. Average number of days of rain, snow, and ice are based on records covering 27 years. Precipitation is based on record of 1941-1970 period. This table is to be used as a basis for calculation of excess rain or weather days for projects with duration in calendar days. If the site records indicate that the Contractor was unable to carry out operations due to weather, it is counted as a weather day. If the number of weather days exceeds the number of average rain days plus the snow/ice-pellet days for a given month, the contract period will be adjusted by Change Order. WT- 1 3 FoFTWOFTH TEXAS CERTIFICATE OF EXEMPTION I claire an exemption from payment of sales and use taxes for the purchase of taxable items described below or on the attached order or invoice. Description of Items(or an attached order or invoice) To be Purchased: All Items I claim this exemption for the following reason: Name of exemption organization: City of Fort Worth Texas Sales and Use Tax Permit#1-75-6000528-6 I understand that I will be liable for payment of sales tax which may become due for failure to comply with the provision of the states,city and or metropolitan transit authority sales and use tax laws and comptroller rules regarding exempt purchases. Liability for the tax will be determine by the price paid for the taxable items purchased or the fair market rental value for the period of time use. I understand that it is a misdemeanor to give an exemption certificate to the seller taxable items which I know,at the time of purchase,will be used in a manner other than that expensed in this certificate and upon conviction,may be fined up to$500 per offense. Municipalities are granted tax exempt status per the Texas Constitution,ART 8,Section I. Purchasers: City of Fort Worth Street Address: 1000 Throckmorton City,State,Zip Code: Fort Worth Texas 76102 F SignaturwTitle: 44t'e- Purchasing Manager r Date: Phone: Fax: This certificate does not require a number to be valid. Sales and use tax"exemption numbers"or "tax exempt"numbers do not exist. This certificate should be furnished to the supplier. Do not send the completed certificate to the Comptroller of Public Accounts. 1!r' FINANCE DEPARTMENT PURCHASING DIVISION TH£CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 A (817) 871.8360 * FAx (817) 871-8440 TCE — I b EDA SUPPLEMENTAL GENERAL CONDITIONS These Supplemental General Conditions are intended to use by Economic Development Administration Grantees. They contain specific EDA and Federal requirements not normally found in non-Federal contract documents. The requirements contained herein must be incorporated into all construction documents and subcontracts funded wholly or in part with EDA funds. These Supplemental General Conditions are incorporated as a part of the Project Specifications P0 and take precedence over the City of Fort Worth General Conditions of the Contract for Construction unless specifically stated otherwise in the City's General Conditions. r SGC - 1 SUPPLEMENTAL GENERAL CONDITIONS Sl Definitions S2 Required Provisions Deemed inserted S3 Inspection by EDA Representatives S4 Construction Schedule and Periodic Estimates S5 Contractor' s Title -to Material S6 Inspection and Testing of Materials S7 "Or Equal" Clause S8 Patents S9 Claims for Extra Costs - S10 Contractor' s and Subcontractor's Insurance Sll Contract Security S12 DELETED S13 Safety and Health Regulations for Construction S14 Minimum Wages S15 Withholding of Payments S16 Payrolls and Basic Records S17 Apprentices and Trainees S18 Copeland "Anti-Kickback" Provisions S19 Subcontracts S20 Termination and Debarment S21 Overtime Requirements S22 Equal Employment Opportunity S23 Other Prohibited Interests S24 Employment of Local Labor S25 Signs S26 Historical and Archeological Data Preservation Act of 1974 S27 Clean Air and Federal Water Pollution Control Act S28 Use of Lead-Based Paints on Residential Structures EDA Supplemental General Conditions: Page 2 SGC - 2 S-1 DEFINITIONS The following terms as used in these Supplemental General Conditions are respectively defined as follows: a. "Contractor": A person, firm, or corporation with whom this Contract is made by the Owner. b. "Subcontractor" : A person, firm, or corporation supplying labor and materials or only labor, for work at the site of the project, for and under separate contract or agreement with the Contractor. C. "Work on (at) the project": Work to be performed at the location of the project, including the transportation of materials and supplies to or from the location of the project by employees of the Contractor and any subcontractor. d. "Apprentice" : (1) A person employed and individually registered in a bona fide apprenticeship program registered with the U. S. Department of Labor, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau; or (2) a person in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship council (where appropriate) to be eligible for probationary employment as an apprentice . e. "Trainee": A person receiving on-the-job training in a construction occupation under a program which is approved (but not necessarily sponsored) by the U. S . Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, and which is reviewed from time to time by the Manpower Administration to insure that the training meets adequate standards. EDA Supplemental General Conditions: Page 3 SGC 3 S-2 REQUIRED PROVISIONS DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the contract shall forthwith be physically amended to make such insertion of correction. S-3 INSPECTION BY ECONOMIC DEVELOPMENT REPRESENTATIVES The authorized representatives and agents of the Economic Development Administration shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials and other relevant data and records. S--4 CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES Immediately after execution and delivery ofthe contract, and before the first partial payment is made,' the Contractor shall deliver to the Owner an estimated construction progress schedule in form satisfactory to the Owner, showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due the Contractor in accordance with the progress schedule. The Contractor also shall furnish the Owner (a) a detailed estimate giving a complete breakdown of the contract price and (b) periodic itemized estimates of work done for the purpose of making partial payments thereon. The costs employed in making up any of these schedules will be used only for determine the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the contract price. S-5 CONTRACTOR' S TITLE TO MATERIAL No materials or supplies for the work shall be purchased by the Contractor or by any subcontractor subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller . The Contractor warrants that he/she has good W9 title to all materials and supplies used by him/her in the work, free from all liens, claims or encumbrances . EDA Supplemental General Conditions: Page 4 SGC - 4 S-6 INSPECTION AND TESTING OF MATERIALS All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards. The laboratory or inspection agency shall be selected by the Owner. The Owner shall pay for all laboratory inspection service directly, and not as a part of the contract . Materials of construction, particularly those upon which the strength and durability of the structure may depend, shall be subject to inspection and testing to establish conformance with specifications and suitability for intended users . S-7 '*'*OR EQUAL" CLAUSE Whenever a material, article or piece of equipment is identified on the Plans or in the Specifications by reference to manufacturers' or vendors ' names, trade names, catalogue numbers, etc. , it is intended merely to establish a standard; and, any material, article or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, @ article or equipment so proposed is, in the opinion of the Architect/Engineer, of equal substance and function. - It shall not be purchased or installed by the Contractor without the Architect/Engineer' s written approval. S-8 PATENTS The Contractor shall hold and save the Owner and its officers, agents, servants and employees harmless from liability of any nature or kind, including cost and expenses for, or on account of, any patented or unpatented invention, process, article or appliance manufactured or used in the performance of the contractor, including its use by the Owner, unless otherwise specifically stipulated in the contract documents . EDA Supplemental General Conditions: Page 5 SGC - 5 04 License or Royalty Fee: License and/or Royalty Fees for the use of a process which is authorized by the Owner of the project must be reasonable, and paid to the holder of the patent, or his authorized licensee, direct by the Owner and not by or through the Contractor. If the Contractor uses any design, device or materials covered by letters, patent or copyright, he/she shall provide for such use by suitable agreement with the Owner of such patented or copyrighted design, device or material . It is mutually agreed and understood that, without exception, the contract prices shall include alit. royalties or costs arising from the use of such design, device or materials, in any way involved in the work. The Contractor and/or his/her Sureties shall indemnify and hold harmless the owner of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design, device or materials or any trademark or copyright in connection with work agreed to be performed under this contract, and shall indemnify the Owner for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. S-9 CLAIMS FOR EXTRA COSTS No claims for extra work or cost shall be allowed unless the same was done in pursuance of a written order of the Architect/Engineer approved by the Owner. S-10 CONTRACTORS AND SUBCONTRACTORS INSURANCE The Contractor shall not commence work under this contract until he/she. has obtained all the insurance required by the owner, nor shall the Contractor allow any subcontractor to commence work on his/her subcontract until the insurance required of the subcontractor has been so obtained and approved. a. Types of insurance recommended by the Economic Development Administration are: 1 . Workmen' s Compensation 2 . Contractor' s Public Liability and Property Damage 3. Contractor' s Vehicle Liability 4 . Subcontractors Public Liability, Property Damage and Vehicle Liability 5. Builder' s Risk (Fire and Extended Coverage) EDA Supplemental General Conditions: Page 6 SGC - 6 b. Scope of Insurance and Special Hazards The insurance described above shall provide adequate protection for the Contractor and his/her subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by any one directly or indirectly employed by him/her and also against any of the special hazards which may be encountered in the performance of this contract. c. - Proof of Carriage of Insurance The Contractor shall furnish the Owner with certificates showing the type, amount, class of operations covered, effective dates and dates of expiration of policies . 5-11 CONTRACT SECURITY If this contract is for an amount in excess of $100, 000 the Contractor shall furnish a performance bond in an amount at least equal to one hundred percent (100%) of the contract price as security for the faithful performance of this contract and also a payment bond in an amount equal to one hundred percent (100%) of the contract price or in a penal sum not less than that prescribed by State, Territorial or local law, as security for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract . The performance bond and the payment bond may be in one or in separate instruments in accordance with local law. Before final acceptance each bond must be approved by the Economic Development Administration. If this contract is for an amount less than $100, 000 the owner will specify the amount of the payment and performance bonds . 5-12 THIS SPECIAL CONDITION HAS BEEN DELETED FM EDA Supplemental General Conditions: Page SGC 7 5-13 SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION In order to protect the lives and health of his/her employees under the contract, the Contractor shall comply with all pertinent provisions of the Contract Work Hours and Safety Standards Act, as amended, commonly known as the Construction Safety Act as pertains to health and safety standards; and shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the contract. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction, safety and health standards promulgated by the Secretary of Labor. The Contractor alone shall be responsible for the safety, efficiency, and adequacy of his/her plan, appliances, and methods, and for any damage which may result from their failure or their improper construction, maintenance, or operation. 5-14 MINIMUM WAGES All mechanics and laborers employed or working on the site of the work, or under the United States Housing Act of 1937, or under the Housing Act of 1949 in the construction or development of the project will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3) ) , the full amounts due at time of payment computed at wage rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and subcontractor and such laborers and mechanics; and the wage determination decision shall be posted by the Contractor at the site of the work in a prominent place where it can be seen easily by the workers . For the purpose of this clause, contributions made or costs reasonably anticipated under Section l (b) (2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, M" EDA Supplemental General Conditions: Page 8 SGC - 8 subject to the provisions of 29 CFR 5. 5 (a) (1) (ivy . Also for the purpose of this clause, regular contributions made or costs incurred for more than a weekly period under plans, funds, or programs, but covering the particular weekly period, are deemed to be made constructively or incurred during such weekly period. The Owner shall require that any class of laborers and mechanics, including apprentices and trainees, which is not listed in the wage determination and which is to be employed under the cohtract, shall be classified or reclassified conformable to the wage determination and a report of the action taken shall be sent by the Federal agency to the Secretary of Labor. In the event the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics, including apprentices and trainees, to be used, the questions accompanied by the recommendation of the contracting officer shall be referred to the Secretary of Labor for final determination. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the Contractor is obligated to pay a cash equivalent of such a fringe benefit, the owner shall require an hourly cash equivalent to be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question, a,:companied by the recommendation of the owner, shall be referred to the Secretary of Labor for determination. If the Contractor does not make payments to a trustee or other third person, he/she may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or Program of a type expressly listed in the wage - 7 determination decision of the Secretary of Labor which is a part of this contract; provided, however, the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis- Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. EDA Supplemental General Conditions: Page • SGC - 9 44 S-15 WITHHOLDING OF PAYMENTS The Economic Development Administration may withhold or cause to be withheld from the Contractor as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including M9 apprentices and trainees, employed by the Contractor or any subcontractor on the work, the full amount of wages required by the contract in accordance with the Davis- Bacon Act. In the event of failure to pay any laborer or mechanic, including any apprentice or trainee employed or working on the project site or under the United States Housing Act of 1937 or under the Housing Act of 1949, in the construction or development of the project, all or part of the wages required by the contract, the Economic Development Administration may, after written notice to the Contractor, sponsor, applicant, or Owner, take action as may be necessary to cause the suspension of any further payment, advance, or guaranty of funds until such violations have ceased. S-16 PAYROLLS AND BASIC RECORDS Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the EDA Project site, or under the United 'States Housing Act of 1937 or under the Housing Act of 1949, in the construction or development of the project . Such records shall contain the name and address of each employee, his/her correct classification, rate of pay (including contributions or costs anticipated of the types described in Section 9 (b) (2) of the Davis- Bacon Act) , daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5. 5 (a) (1) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan program described in Section I (b) (2) (B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, plus records which show the costs anticipated or the actual cost incurred in providing such benefits . EDA Supplemental General Conditions: Page 10 SGC - 10 The Contractor shall submit weekly a copy of all payrolls to the Owner on DOL Form WH-347 or equivalent. The copy shall be signed on the reverse side by the employer or his/her agent indica'ting that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Secretary of Labor and that the classifications set forth for each laborer or mechanic conform with the work he/she performed. This submission is required under this contract and the Copeland regulations of the Secretary of Labor (29 CFR Part 3) and the filing with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor under 20 CFR 5 . 5 (a) (1) (iv) shall satisfy this requirement. The Prime Contractor shall be responsible for the submission of copies of payrolls of all subcontractors. The Contractor shall make the records required under the labor standards clause of the contract available for inspection by authorized repre- sentatives of the Economic Development Administration and the Department of Labor, and shall permit such repre- sentatives to interview employees during working hours on the job. 5-17 APPRENTICES AND TRAINEES Apprentices will be permitted to work as such only when they are registered, individually, under a bona fide apprenticeship program registered with a State apprenticeship agency which is recognized by the Bureau of Apprenticeship and Training, U. S . Department of Labor; or, if no such recognized agency exists in a State, under a program registered with the Bureau of Apprenticeship and Training, U. S . Department •of Labor. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the Contractor as to his/her entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not a trainee as defined in Section S--le herein and is not registered as above, shall be paid the wage rate determined by the Secretary Of Labor for the classifi- cation of work he actually performed. The Contractor or subcontractor shall be required to furnish to the Owner written evidence of the registration of his/her program and apprentices as well as of the appropriate ratios and wage rates, for the area of construction prior to using any apprentices on the contract work. EDA Supplemental General Conditions: Page 11 SGC Trainees will be permitted to work as such when they are bona fide trainees employed pursuant to a program approved by the U. S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, and when the subparagraph below is applicable, in accordance with the provisions of Part 5, Subpart A, Title 29, Code of Federal Regulations . On contracts in excess of $10, 000, the employment of all laborers and mechanics, including apprentices and trainees, as defined in Section 29 CFR 5. 5 shall also be subject to the provisions of Part 5, Subpart A, Title 29, MR Code of Federal Regulations. Apprentices and trainees shall be hired in accordance with the requirements of Part 5, Subpart A. MR The provisions of Sections S-14, S-15, and S-17 shall be applicable to every invitation for bids, and to every UN negotiation, request for proposals, or request for quotations, for an assisted construction contract, and to every such contract entered into on the basis of such invitation or negotiation. Part 5, Subpart A, Title 29, Mi Code of Federal Regulations shall constitute the con- ditions of each assisted contract in excess of $10, 000, and each Owner concerned shall include these conditions or provide for their inclusion, in each such contract. These "Supplemental General Conditions" shall also be included in• each such contract. S-18 COPELAND "ANTI-KICKBACK" PROVISIONS The Contractor shall comply with the Copeland Regulations (29 CFR Part 3) of the Secretary of Labor which are herein incorporated by reference. MR S-19 SUBCONTRACTS The Contractor shall insert in any subcontracts these same "Supplemental General Conditions" . S-20 TERMINATION AND DEBARMENT MR A breach of any one of the Sections S-15 through S-19 may be considered by the owner and by the Economic Develop- ment Administration as grounds for termination of the contract and for debarment as provided in 29 CFR 5. 6. EDA Supplemental General Conditions: Page 12 SGC - 12 r S-21 OVERTIME REQUIREMENTS No Contractor or any subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any laborer or mechanic in any workweek in which he/she is employed on such work to work in excess of eight hours in any calendar day or in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times his/her basic rate of pay for all hours in excess of eight hours in any calendar day or in excess of forty hours in such workweek, as the case may be. In the event of any violation of the clause set forth in t the subsection above, the Contractor and any subcontrac- tor responsible therefor, shall be liable to any affected employee for his/her unpaid wages . In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or territory, to such District of Columbia or to such territory) for liquidated damages . Such liquidated damages shall be computed with respect to each individual laborer or mechanic employed in violation of the clause set forth above in the sum of $10.00 for each calendar day on which such employee was required or permitted to work in excess of eight 'hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth above. The Economic Development Administration may withhold or cause to be withheld, from any monies payable on account r of work performed by the Contractor or subcontractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth above. The Contractor shall insert in all subcontracts the clause set forth above in this section and also a clause requiring the subcontractors to include these clauses in PM anterlower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. S-22 EQUAL EMPLOYMENT OPPORTUNITY No person in the United States shall, on the grounds of EDA Supplemental General Conditions: Page 13 10 SGC - 13 MI race, color, national origin, age, physical handicap, or, sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assist- ance; Reference Title VI of the Civil Rights Act of 1964 (42 USC 2000d) and Section 112 of Public Law 92-65, Age Discrimination Act of 1975 (42 USC 6102) and Section 504 of the Rehabilitation Act of 1973 (26 USC 794) . Form ED-503 The Owner and all Contractors, subcontrac- tors, suppliers, lessees and other parties directly participating in the Recipient' s project agree that MR during and in connection with the associated agreement relating to the Federally assisted program, (i) they will comply, to the extent applicable, as Contractors, subcontractors, lessees, suppliers, or in any other capacity, with the applicable provisions of 13 CFR 311 and the Regulations of the United States Department of Commerce (Part 8 of Subtitle A of Title 15 of the Code of Federal Regulations) issued pursuant to Title VI of the Civil Rights Act of 1964 (P.L. 88-352) , and will not thereby discriminate against any person on the grounds of race, sex, color, or national origin in their employment practices, in any of their own contractual arrangements, in all services or accommodations which they offer to the public, and in any of their other business operations, (ii) they will provide information required by or pursuant to said Regulations to ascertain compliance with the Regulations and these assurances, and (iii) their non-compliance with the nondiscrimination requirements of said Regulations and these assurances shall constitute a breach of their contractual arrangements with the Owner whereby said agreements may be canceled, terminated or suspended in whole or in part or may be subject to enforcement otherwise by appripriate legal proceedings . Executive Order 11246, 3 CFR 339 (1965) (Equal Opportunity Clause) . 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, or national origin. The Contractor shall take affirmative action to ensure the applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or EDA Supplemental General conditions: Page 14 SGC - 14 transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The Contractor agrees to post in conspicuous places available to employees and applicants for employment, notices to be provided by the Grantee setting forth the provisions of this nondiscrimination clause. C. 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, or national origin. d. A notice to be provided by the Grantee shall be sent to each labor union or representative of workers with which he/she has a collective bargaining agreement or other contract of understanding, advising the labor union or workers ' representative of the Contractor' s commitment under Section 202 of Executive Order No. 11246 of September 24, 1965, and copies of the notice shall be posted in conspicuous places available to employees and applicants for employment. e. The Contractor shall comply with all provisions of Executive order No. 11246 of September 24, 1965, and of rules, regulations, and relevant orders of the Secretary of Labor. f. The Contractor shall furnish all information and reports required by Executive order No . 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his/her books, records, and accounts by the Economic Development Administration and the Secretary of Labor for purpose of investigation to ascertain compliance with such rules, regulations, and orders . Each Contractor and subcontractor of federally financed construction work is required to file an Equal Employment Opportunity pp Employer Information Report (EEO-1) on Standard Form 100, annually on March 31 . Forms and instructions are available at the EDA Regional offices. g. In the event of the Contractor' s noncompliance with the nondiscrimination clauses of this contract or EDA Supplemental General Conditions: Page 15 SGC - 15 with any such rules, regulation, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed (and remedies involved) as provided in Exec-utive Order No. 11245 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. h. The Contractor shall include the provisions of para- graphs a. througir g. in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 203 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall take such action with respect to any subcontractor or purchase order as the Economic Development Administra-tion may direct as a means of enforcing such provi-sions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the Grantee/Borrower, the Contractor may request the United States to enter into such litigation to protect the interests of the United States . i . Exemptions to Above Equal Opportunity Clause (41 CFR Chap. 60) : (1) Contracts and subcontracts not exceeding $10, 000 (other than Government bills of lading) are exempt. The amount of the contract, rather than the amount of the Federal financial assistance, shall govern in determining the applicability of this exemption. (2) Except in the case of subcontractors for the per-formance of construction work at the site of construction, the clause shall not be required to be inserted in subcontracts below the second tier. (3) Contracts and subcontracts not exceeding $10, 000 for standard commercial supplies or raw materials are exempt. EDA Supplemental General Conditions: Page 16 SGC - 16 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246 et seg) 1 . As used in these specifications: a. Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941 . d. "Minority" includes : M Black (all persons having origins in any of the Black African racial groups not of Hispanic origin) ; (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Cul.ture or origin, regardless of race) ; (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands) ; (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification) . " 2 . Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construc- tion trade, it shall physically include in each subcontract in excess of $10, 000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in • the solicitations from which this contract resulted. 3 . If the Contractor is participating (pursuant to 41 CFR 60- 4 . 5) in a Hometown Plan approved by the U.S . Department of EDA Supplemental General Conditions: Page 17 SGC - 17 Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be =0 in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with 04 the provisions of any such Hometown Plan. Each Contractor or subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors toward a goal in an approved Plan does not excuse any covered Contractor' s or subcon- tractor's failure to make good faith efforts to achieve the Plan goals and timetables. 4 . The Contractor shall implement the specific affirmative action standards provided in Paragraphs 7a through p of these specifications . The goals set for the Contractor in the solicitation from which this contract resulted are ex- pressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. The Contractor is expected to take substantially uniform pro- gress toward its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agree- ment, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor' s obliga- tions under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availa- bility of employment opportunities . Trainees must be trained pursuant to training programs approved by the U.S . Department of Labor. 7 . The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor' s compliance with these specifications shall be W4 EDA Supplemental General conditions: Page 18 SGC - 18 based upon its effort to achieve maximum results from its actions . The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor' s employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project . The Contractor shall specifically ensure that all superintendents and other on-site supervisory personnel are aware 'of and carry out the Contractor' s obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations ' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the- street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not em- ployed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Regional Director when the union or unions, with which the Contractor has a collective bargaining agreement, have not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor' s efforts to meet its obligations . e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee EDA Supplemental General Conditions: Page 19 SGC - 19 programs relevant to the Contractor' s employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under Paragraph 7b above. f. Disseminate the Contractor' s EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc. ; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company' s EEO policy and affirmative action obligations under these specifica- tions with all employees having any responsibility for hiring, assignment, layoff, termination or other employ- ment decisions including specific review of these items with onsite supervisory personnel such as Superinten- dents, Supervisors, etc. , prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor' s EEO policy externally by including it in any advertising in the news media, and providing written notification to, and discussing the Contractor' s EEO policy with, other Contractors and subcontractors with whom the Contractor anticipates doing business . i . Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organiza- tions serving the Contractor' s recruitment area and employment needs . Not later than one month prior to the date for the acceptance of applications for apprentice- ship or other training by any recruitment source, the Contractor shall send written notification to organiza- tions such as the above, describing the openings, screening procedures, and tests to be used in the EDA Supplemental General Conditions: Page 20 SGC - 20 selection process. j . Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide afterschool, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor' s workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 603. 1 . Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc. , such opportunities . m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a- discriminatory effect by continually monitoring all personnel and employment-related activities to ensure that the EEO policy and the Contractor' s obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes . o . Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually of all supervisors' adherence to and performance under the Contractor' s EEO policies and affirmative action obligations . 8 . Contractors are encouraged to participate in voluntary asso- ciations which assist in fulfilling one or more of their affirmative action obligations (Paragraph 7a through p) . The efforts of a contractor association, joint contractor- union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under Paragraph 7a through p of these Specifications provided that EDA Supplemental General Conditions: Page 21 • SGC - 21 the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor' s minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor' s and failure of such a group to fulfill an obligation shall not be a defense for the Contractor' s noncompliance. -R 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized) . 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11 . The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12 . The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive order 11246, as amended. 13 . The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in Paragraph 7 of these specifications, so as to achieve EDA Supplemental General Conditions: Page 22 SGC - 22 maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations or these specifications, the Director shall proceed in accordance with 41 CFR 60-4 . 8 . 14 . The Contractor shall designate a responsible official to monitor all employment-related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e. g. , mechanic, apprentice, trainee, helper, or laborer) , dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15 . Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application or requirements for the hiring of local or other area residents (e .g. , those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program) . 16. The goals for minority and female participation in each trade will be furnished by the Economic Development Administration of the U. S. Department of Commerce. FM EDA Supplemental General Conditions: Page 23 SGC • 23 MW S-23 OTHER PROHIBITED INTERESTS No official of the Owner who is authorized in such capacity and on behalf of the owner to negotiate, make, accept or approve, or to take part in negotiating, making, accepting, or approving any architectural, 04 engineering, inspection, construction or material supply contract or any subcontract in connection with the construction of the project, shall become directly or indirectly interested personally in this contract or in any part hereof. No officer, employee, architect, attorney, engineer, or inspector of or for the owner who is authorized in suchcapacityand on behalf of the Owner to exercise any legislative, executive, supervisory or other similar functions in connection with the construction of the project, 'shall become directly or Now indirectly interested personally in this contract or in any part thereof, any material supply contract, subcontract, insurance contract, or any other contract OR pertaining to the project. S-24 EMPLOYMENT OF LOCAL LABOR The maximum feasible employment of local labor shall be made in the construction of public works and development facility projects receiving direct Federal grants . Accordingly, every Contractor and subcontractor undertaking to do work on any such project which is or reasonably may be done as onsite work, shall employ, in carrying out such contract work, qualified persons who regularly reside in the designated area where such project is to be located, or in the case of Economic Development Centers, qualified persons who regularly reside in the center or in the adjacent or nearby redevelopment areas within the Economic Development District, except : a . To the extent that qualified persons regularly ERR residing in the designated area or Economic Development District are not available. b. For the reasonable needs of any such Contractor or subcontractor, to employ supervisory or specially experienced individuals necessary to assure an efficient execution of the contract. C. For the obligation of any such Contractor or subcontractor to offer employment to present or former employees as the result of a lawful collective ZDA Supplemental General Conditions; Page 24 SGC - 24 bargaining contract, provided that in no event shall the number of non-resident persons employed under this subparagraph exceed twenty percent of the total number of employees employed by such Contractor and his/her subcontractors on such project . Every such Contractor and subcontractor shall furnish the United States Employment Service Office in the area in which a public works or development facility project is located with a list of all positions for which it may from time to time require laborers, mechanics, and other employees, the estimated numbers of employees required in each classification, and the estimated dates on which such employees will be required. The Contractor shall give full consideration to all qualified job applicants referred by the local employment service, but is not required to employ any job applicants referred whom the Contractor does not consider qualified to perform the classification of work required. The payrolls maintained by the Contractor shall contain the following information: The employee' s full name, address, and social security number and a notation indicating whether the employee does, or does not, normally reside in the area in which the project is located, or in the case of an Economic Development Center, in such center or in an adjacent or nearby redevelopment area within the Economic Development District, as well as an indication of the ethnic background of each worker. The Contractor shall include the provisions of this condition in every subcontract for work which is, or reasonably may be, done as on-site work. EDA Supplemental General Conditions: Page 25 SGC 25 S-25 SIGNS The Contractor shall supply, erect, and maintain a project sign according to the specifications set forth below: EDA SITE SIGN SPECIFICATIONS Size: Sign A: 41 x 81 x 1 7/8" Sign B: 4 ' x 81 x 3/411 "1 Materials: Face: Sign A - 1/4" tempered Masonite Sign B 3/4" or greater shop sanded all (exterior) plywood (one side only) 04 Framing: Sign A - 21' x 411 nominal on four sides and center cross bracing Sign B - 2" x 4" center cross bracing only Supports: 411 x 411 x 121 nominal post Assembly: Sign A: 2" x 4" frame to fit 4 ' x 81 board with 2" x 411 cross braces Sign B: To be mounted directly to the 411 x 411 post, with cross bracing Mounting: Signs A and B are to be mounted to the 41' x 4 post with a 3/8" minimum bolt and nut, four on 0* each side of the sign. Each bolt is to have two washers, one between the sign and the head of the bolt and the other between the post and NOR the nut. Erection: 411 x 411 posts are to be set three to four feet MR deep into concrete 12" in diameter. Paint: Face: Three coats outdoor enamel (sprayed) Rear: One coat outdoor enamel (sprayed) MW MR -W 014 EDA Supplemental General Conditions: Page 26 SGC - 26 r Colors: Crimson Red, Stark White and Royal Blue. Specifically, white background; "JOBS" in red; "for your community" in blue; "EDA" logo and "PROVIDED BY EQUAL OPPORTUNITY EMPLOYERS, in partnership with the U. S . DEPARTMENT OF PP COMMERCE - Economic Development Administration" in black. "By working together we can provide economic opportunities for Americans" in black. Lettering: Silk screen enamels . Lettering sizes and positioning will be as illustrated. Project signs will not be erected on public highway rights-of-way. Location and height of signs will be coordinated with the agency responsible for highway or street safety in the area, if any possibility exists for obstruction to traffic line of sight. If, at the end of the project, the sign is reusable, it shall be disposed of as directed by the EDA Regional Office. Whenever EDA Site Sign specifications conflict with State law or local ordinances, the EDA Regional Director may modify such conflicting specifications so as to comply with that State law or local ordinance . 5-26 HISTORICAL AND ARCHAEOLOGICAL DATA PRESERVATION ACT OF 1974 The Contractor agrees to facilitate the preservation and enhancement of structures and objects of historical, architectural or archaeological significance and when • such items are found and/or unearthed during the course of project construction, to consult with the State Historic Preservation officer for recovery of the items . Reference: National Historic Preservation Act of 1966 (80 Stat 915, 16 USC 470) and Executive Order No. 11593 of May 31, 1971 . S-27 CLEAN AIR ACT OF 1970, ET SEQ. AND FEDERAL WATER POLLUTION CONTROL ACT AS AMENDED BY THE CLEAN WATER ACT OF 1977 The Contractor agrees to comply with Federal clean air EDA Supplemental General Conditions: Page 27 SGC - 27 04 and water standards during the performance of this contract and specifically agrees to the following: a. The term " facility" means (a) any building, plant, installation, structure, mine, vessel or other floating craft, location or site of operations; (b) owned, leased, or supervised; (c) by the Contractor and the subcontractors; (d) for the construction, supply and service contracts entered into by the Contractor; b. that any facility to be utilized in the accomplish- ment of this contract is not listed on the Environ- mental Protection Agency' s List of Violating Facilities pursuant to 40 CFR, Part 15.20; C. that in the event a facility utilized in the accomp- lishment of this contract becomes listed on the EPA list, this contract may be canceled, terminated, or suspended in whole or in part; d. that it will comply with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Water Pollution Control Act relating to inspec- tion, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308, respectively, and all regula- tions and guidelines issued thereunder; e. that it will promptly notify the Government of the receipt of any notice from the Director, Office of Federal Activities, Environmental Protection Agency, indicating that any facility utilized or to be utilized in the accomplishment of this contract is under consideration for listing on the EPA List of Violating Facilities; f . that it will include the provisions of Paragraphs a. through g. in every subcontract or purchase order entered into for the purpose of accomplishing this contract, unless otherwise exempted pursuant to the EPA regulations implementing the Air or Water Acts above (40 CFR, Part 15. 5) , so that such provisions will be binding on each subcontractor or vendor; g. that in the event that the Contractor or the subcontractor for the construction, supply and service contracts entered into for the purpose of accomplishing this contract were exempted from EDA Supplemental General Conditions: Page 28 SGC - 28 complying with the above requirements under the provisions of 40 CFR, Part 15. 5 (a) , the exemption shall be nullified should the facility give rise to a criminal conviction (see 40 CFR 15.20) during the accomplishment of this contract. Furthermore, with the nullification of the exemption, the above requirements shall be effective . The Contractor shall notify the Government, as soon as the Contractors' or the subcontractors' facility is listed for having given rise to a criminal conviction noted in 40 CPR, Part 15.20 . 5-28 USE OF LEAD-BASED PAINTS ON RESIDENTIAL STRUCTURES If the work under this contract involves construction or rehabilitation of residential structures, the Contractor shall comply with the Lead-based Paint Poisoning Prevention Act (see 42 U.S.C. 4831) . The Contractor shall assure that paint used on the project on applicable surfaces does not contain lead in excess of the percentages set forth in Paragraphs (a) and (b) of this section. In determining compliance with these standards, the lead content of the paint shall be measured on the basis of the total nonvolatile content of the paint or on the basis of an equivalent measure of lead in the dried film of paint already applied. (a) For paint manufactured after June 22, 1977, paint may not contain lead in excess of 6 one-hundredths of 1 percent ( .0006) lead by weight . (b) For paint manufactured on or before June 22, 1977, paint may not contain lead in excess of five-tenths of 1 percent lead by weight. As a condition to receiving assistance under the Act, recipients shall assure that the restriction against the use of lead-based paint is included in all contracts and subcontracts involving the use of Federal funds . Definitions (1) "Applicable surfaces" are those exterior surfaces which are readily accessible to children under 7 years of age. (2) " Residential structures" means houses, apartments, or other structures intended for human habitation, including institutional structures where persons EDA Supplemental General Conditions: Page 29 SGC - 29 reside, which are accessible to children under 7 years of age, such as day care centers, intermediate and extended care facilities, and certain community facilities. EDA Supplemental General Conditions: Page 30 SGC 30 M! ti I t 2 X4 s. 4 x4 POST iv 2d ASSEMBLY OF MASONITE SIGN EDA Supplemental General Conditions: Page 31 SGC 31 B" 2if a , V -� 2x4 to • 4 x 4 POST .w eo 4" SIGN-B 12"f ASSEMBLY OF PLYWOOD SIGN A '4 EDA Supplemental General Conditions: Page 32 SGC - 32 241 114'.MASONITE 314" PLYWOOD rV AT ;4 ♦ 12" 12" SI�GNA -SIG N--8 EDA Supplemental General Conditions: Page 33 SGC - 33 c v 09 � Q c o LU v 3 E r , a E.00 8 N •� N dualAzd � e 3 or - n w VI E s � wm Cu W J t U N EDA Supplemental General Conditions: Page 34 SGC - 34 l ATT713570 t t` � ^ GENERAL DECISION TX990061 II/05/99 T%61 ' General Decision Number TD99006I f Superseded General Decision No. TX98006I State: TEXAS K Construction Type: BUILDING County(ieo) : [ ' JOHNSON PARKER T&BmA0T BUILDING CONSTRUCTION PROJECTS (does not include single family � homes and apartments up to and including 4 stories) . Use correo , heavy and highway General Wage Determination for Paving Incidental to Building Construction in Tarrant County and for Paving and Utilities incidental to Building Construction in | remaining Counties. ) Modification Number Publication Date U 03/12/1999 � l 04/09/1999 2 04/16/1999 3 05/21/1999 4 06/04/1999 � 5 10/08/I999 6 II/05/1999 � COUmTY(iea) ; ' JOHNSON PARKER TADRA0I + BRTX0001G 11/01/l999 � Rates Fringes � Bricklayers 16.05 3.05 ---------------------------------------------------------------- FE / CADP1421A 05/01/1995 Rates Fringes MILLWRIGHTS 16.49 3,92 -__----_---_---___-_---___--_-_----___-_-__--_---_--___-------_- � BLEC0116C 06/01/1998 Rates Fringes � ELECTRICIANS 18.30 2'20+10'5% » CABLE SPLICERS 18.30 2.20+10,5% ---------------------------------------------------------------- i IRO0O26]B 06/01/I999 r Rates Fringes IRONWORKERS (Structural) 16. 15 4 .05 --_-__-__-_--_--__-_--__------------_--_---_-__-__--_--__--_-__- � SETX0669A 04/0I/1999 Rates Fringes SPRINKLER FITTERS 20'62 5'90 . -_------_---_-__--_--_-----_------------_--__-----____---____--- � � EDA- 1 PJ"T713574 .txt GDTX1073A 11/01/I989 Rates Fringes ACOUSTICAL INSTALLERS I1'23 CARPENTERS (800Iodiog drywall hangers, acoustical installers a batt insulators) 12.27 2.22 Carpenters doing drywall hanging only l0'0O CEMENT yQAO00S 10.16 .76 DRYWALL FINISHERS 1I.18 2,21 GLAZIERS I1.37 1,3I ' LABORERS (Including Mason Tenders s Pipelayeza) 7.46 1.00 LANDSCAPE LABORERS 5.15 MECHANICAL INSULATORS 10.92 1.00 PAINTERS, BRUSH & SPRAY (excluding Drywall Finishing) 10.47 2.21 PLASTERERS 11'50 PLUMBERS a PIPDFITTE8S (Including HVAC work) 13.34 2. 15 POWER EQUIPMENT OPERATORS: Backboeo I2,30 1.82 Cranes 14.26 2-44 Foundation Drill Operators 8.54 Graders 11.69 1'80 ROOFERS 9.50 .99 SHEET METAL WORKERS (iNCLDDZ0G HVAC Duct Work) 12.63 2. 10 ' WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. --------------------- I-______-__-__-___-__-----_--_____-__-___-_ WBLDED8 - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for xmck not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses <29 CFR 5.5 (a) (I) (v) > ' ---------------------------------------------------------------- Io the listing above, the "GO" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS I. > Has there been an initial decision in the matter? This can be: ^ an existing published wage determination ~ a survey underlying a wage determination , ° a Wage and Hour Division letter setting forth a position on a wage determination matter ` EDA - 2 �� r � AIT7I3574,tut � a conformance (additional classification and rate) ruling � On survey related matters, initial contact, including requests for summaries of surveys, should be with the mage and Hour 0� Regional office for the area in which the survey was conducted � because those Regional Offices have responsibility fcr the Davis-Bacon survey pzogram. If the response from this initial contact is not satisfactory, then the process described in 2 . ) NP and 3' ) should be followed. " With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch IF of Construction Wage Determinations. Write to: x Branch of Construction Wage Determinations Wage and Hour Division r U. S. Department of Labor | 200 Constitution Avenue, N. W. Washington, D. C. 202I0 Vr 2. ) If the answer to the question in l. ) is yes, then an � interested party (those affected by the action) can request review and reconsideration from the wage and Hour Administrator (See 29 CFR part 1'8 and 29 CFR Part 7) . Write to: ' Wage and Hour Administrator O.G. Department of Labor 200 Constitution Avenue, N. W. � Washington, D. C. 202I0 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment ' data, project description, area practice material, etc. ) that the reguestoz considers relevant to the issue. �- ], ) If the decision of the Administrator is not favorable, an > interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) ' Write to: � Administrative Review Board � U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 202I0 ' 4 , ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION r \ EDA- 3 OR ATT713575.txt MR GENERAL DECISION TX990045 03112199 TX45 General Decision Number TX990045 Superseded General Decision No. TX980045 State: TEXAS Construction Type: HEAVY HIGHWAY County(ies) : COLLIN GRAYSON ROCKWALL DALLAS JOHNSON TARRANT DENTON KAUFMAN WICHITA ELLIS PARKER HEAVY AND HIGHWAY CONSTRUCTION PROJECTS IN WICHITA COUNTY ONLY. HIGHWAY CONSTRUCTION PROJECTS ONLY FOR REMAINING COUNTIES Modification Number Publication Date 0 03/12/1999 COUNTY(ies) : COLLIN GRAYSON ROCKWALL DALLAS JOHNSON TARRANT DENTON KAUFMAN WICHITA ELLIS PARKER SUTX2043A 03/26/1998 Rates Fringes AIR TOOL OPERATOR $ 9.00 ASPHALT RAKER 9.55 ASPHALT SHOVELER 8.80 BATCHING PLANT WEIGHER 11.51 CARPENTER 10.30 CONCRETE FINISHER-PAVING 10. 50 CONCRETE FINISHER-STRUCTURES 9.83 CONCRETE RUBBER 8.84 ELECTRICIAN 15.37 M" FLAGGER 7.55 FORM BUILDER-STRUCTURES 9.82 FORM LINER-PAVING & CURB 9.00 no FORM SETTER-PAVING & CURB 9.24 FORM SETTER-STRUCTURES 9.09 LABORER-COMMON 7.32 LABORER-UTILITY 8.94 MECHANIC 12.68 OILER 10.17 SERVICER 9.41 PAINTER-STRUCTURES 1.1.00 PIPE LAYER 8.98 BLASTER 11.50 ASPHALT DISTRIBUTOR OPERATOR 10.29 ASPHALT PAVING MACHINE 10.30 BROOM OR SWEEPER OPERATOR 8.72 BULLDOZER 10.74 EDA- 4 ATT713575.txt CONCRETE CURING MACHINE 9.25 CONCRETE FINISHING MACHINE 11 ,13 CONCRETE PAVING JOINT MACHINE 10.42 CONCRETE PAVING JOINT SEALER 9.00 CONCRETE PAVING SAW 10.39 CONCRETE PAVING SPREADER 10.50 SLIPFORM MACHINE OPERATOR 9.92 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL 11 .04 FOUNDATION DRILL OPERATOR CRAWLER MOUNTED 10.00 FOUNDATION DRILL OPERATOR TRUCK MOUNTED 11.83 FRONT END LOADER 9.96 MILLING MACHINE OPERATOR 8 . 62 MIXER 10.30 MOTOR GRADER OPERATOR FINE GRADE 11.97 MOTOR GRADE OPERATOR 10.96 PAVEMENT MARKING MACHINE 7 .32 ROLLER, STEEL WHEEL PLANT-MIX PAVEMENTS 9.06 ROLLER, STEEL WHEEL OTHER FLATWHEEL OR TAMPING 8.59 ROLLER, PNEUMATIC, SELF-PROPELLED 8.48 SCRAPER 9.63 TRACTOR-CRAWLER TYPE 10.58 TRACTOR-PNEUMATIC 9.15 TRAVELING MIXER 8.83 WAGON-DRILL, BORING MACHINE 12.00 REINFORCING STEEL SETTER PAVING 13.21 REINFORCING STEEL SETTER STRUCTURES 13.31 STEEL WORKER-STRUCTURAL 14 .80 SPREADER BOX OPERATOR 10.00 WORK ZONE BARRICADE 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 ______________________________ _______-----_-____-- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (v) ) . WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can EDA - 5 AT?713575.tyt � be: ° an existing published wage determination ~� + a survey underlying a wage determination ° a Wage and Boor Division letter setting forth a position on a wage determination matter ~ a conformance (additional classification and rate) ruling On survey related matters, initial contact, 1ooIodiog requests ' for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2' > and 3. > should be followed. With regard to any other matter not yet ripe Dor the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and 800c Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2, } If the answer to the question in I, > is yes, then an interested party (those affected by the action) can request ' r�niew and reconsideration from the Wage and Hour Administrator (3ee 29 CFR Part 1.8 and 29 CFR Part 7> . Write to: Wage and 8muz Administrator V.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the reguestoz considers relevant to the issue. 3, > If the deoloLou of the Administrator is not favorable, an interested party^nmy appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 202I0 � 4. } All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EDA - b _ -. +}•..e'ri.+:....,...� .rµ.w:"::.t.y;,.rt+wa+`•w_:�.6'....w M.a:'.•o,.. ...,As.•ts.•. w•i.y..,. ...- .=:1""'.r.+"..7+e+tia`.fr;t'..w+.+..';w-w:+�..�+�. '..Ci♦ 4 .x .. NOTICE OF REQUIREM£NIS :OR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246 AND 41 CFR PART 60-4) The following Notice shall be included in, and shall be a part of all solicitations for offers and bids on all Federal and federally assisted construction contracts or subcontracts in excess of $10,000. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: r Timetables Goals for minority Goals for female participation for participation for each trade each trade FOR TARRANT COUNTY, TEXAS 18.2y 6.9= These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area . The Contractor's compliance with the Executive Order and the regulations. in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3 {a} and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR 60-4. Compliance with the goals will be measured against the total work hours performed. The Contractor shall provide written notification to the appropriate Regional Office of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. As used in this Notice,' and in the contract resulting from this solicitation, the "covered area" is: State of County of City of EDA - 7 CERTIFICATION REGARDING LOBBYING (This Certification is required pursuant to 31 U.S.C. 1352) Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that', (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal !,;rant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Cons--ress, in officer or employee of Congress, or an employee of a Member oi'Congress in connection with this Federal contract, -,rant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, "Disclosure of Lobbying Activities," in 'V accordance with its instructions. (3) Consistent with 31 U.S.C. 1352(e)(2), the undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (Includina, subcontracts, subs-,rants, and contracts under grants, loans, and cooperative agreements) -nd that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered-into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code, Any person who fails to file the required certification shall be subjject, to a civil penalty of not less than 510,000 and not more than S 100,000 for each such failure. Please check- appropriate box: WR No nonfederal funds have been used or are planned to be used for lobbying in connection with this application/award/contract. or Attached is Standard Form LLL, "Disclosure of Lobbvin-(, Activities," which describes the use (past or planned) of nonfederal funds for lobbying in connection with this application/award/ contract. Executed this day of )q 7,� by (Type or Print lame) (Title of Execuilriv, Official) S i.- (Type e of ElExecuting, Official)0 1 '(Nalile 06WanlAation/applicant) CONTRACTING WITH SMALL AND MINORITY FIRMS, NVON11FEN'S BUSINESS ENTERPRISE AND LABOR SURPLUS AREA FIRMS Contractors will tal=e all necessary affirmative steps to assure the minority firms, women's business enterprises, and labor surplus area firms are used when possible. Affirmative steps shall include: • (1) Placing qualified small and minority businesses and women's businesses and women`s business enterprises on solicitation lists; (2) Assuring the small and minority businesses, and women's business enterprises are solicited whenever they are potential sources- (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business, and women's business enterprises,* (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority business, and women's business enterprises, and (5) Using the ser-vices and assistance of the Small Business Administration, and the Minority Business Development; Agency of the Department of Commerce. iA EDA - 9 MR AMR U.S. DEPARTMENT OF COMMERCE ECONOMIC DEVELOPMENT ADMINISTRATION MR CERTIFICATE OF GRANTEE/BORROWER'S ATTORNEY Gary Steinberger Assisstant City Attorney 1,the undersigned, the duly authorized and acting legal representative of the City of Fort Worth do hereby certify as follows: I have examined the attached Contract(s) and surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreement on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and provisions thereof. Date: 41 EDA - 10 ` CITY OF FORT WORTH, TEXAS CONSTRUCTION CONTRACT �w THE STATE OFTEXAS y� KNOW ALL MEN BYTHESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the 29th dayof February AD` - , ���� bvand between the CITY C}F F(]RTVVOR��. � nnunicipa| corporation ofTam <� an� munty. Texas, organized and existing under and byvirtue cf aspecial charter adopted bvthe qualified voters within said City onthe 11Uhday ofDecember, /\.[). 1A24' under the authority(vested |nsaid voters bythe"Home Rule" provision)Vf PF the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City � Council of said c\ty, hereinafter called OWNER, and of City '-Fort � ` Worth � _Counof � Sbaof +� CONTRACTOR. ' --' ' VNTNESQETH: That for and inconsideration ofthe payments and agreements hereinafter mentioned tobe ' made and performed by the Oxvner, and under the conditions expressed in the bond bearing even doba herewiMh, the said Contractor hereby agrees with the said Owner to commence and complete the construction ofcertain improvements described asfollows: RENOVATION OF THE GUINN SCHOOL/ |� BUSINESS ASSISTANCE CENTER Y That the vv0[k herein contemplated shall consist of furnishing as an independent contractor all labor, boo(e. � appliances and nnobsr\a\s necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a pad of this � contract the same as\Ywritten herein. � The Contractor hereby agrees and binds himself to commence the construction ofsaid work within ten (1O) days after being notified inwriting hodoaobythe Owner. � The Contractor hereby agrees to prosecute said work with reasonable diligence after the oornnnenm*rnent thereof and tnfully complete and finish the same ready for the inspection and approval [f the Transportation / and Public Works Director of the City of Fort Worth and the City Council of the City of Fort VVVdh within m period of 300 calendar days. � The agreed upon total contract amount shall . The Contractor will provide a Certificate of |nsUnnOoe listing the City of Fort Worth & Transportation and Public Works Department as certificate holder, showing the required General Contractors Liability coverage, � Auto Liobi|ity, Builders Risk and Workmen's Compensation coverage. If this Contract is in excess Of $25.000. the Contractor shall provide Payment Bond. If the Contract is in excess of$100,000 Contractors shall provide both Payment and Performance Bonds for the full amount 0dthe Contract. Contractor shall � apply for all City for Fort Worth Permits and for any other permits required bythis project. City ofFort Worth Permit fees are waived. Separate permits will berequired for each facility. City agrees and binds itself to pay, and the said Contractor agrees to reneime, for all of the aforesaid work. � and for stated additions thereto or deductions Uherefnom, the price shown on the Proposal submitted by the successful bidder heHab] attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the / Contractor. � � C - I WICK L FIC No If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract P0 Documents within the time so stipulated, plus any additional time allowed as provided in the General Condi- tions, there shall be deducted from any monies due or which may thereafter become due him, the liquidated damages outlined in the General Conditions, not as a penalty but as liquidated damages, the Contractor and PIN his Surety shall be liable to the Owner for such deficiency. I certify that I have read and understood the information regarding my obligations as a Contractor on a project funded by the United States Department of Housing and Urban Development, which is contained in the Contract provision contained in the Project Manual. I understand that, should I have any questions regarding my obligations, I will as soon as possible seek clarification and interpretation from the responsible staff member at the Fort Worth Fiscal Services Department/I ntergovern mental Affairs and Grants Management Section. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in SIX (6) counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in SIX(6)counterparts with its corporate seal attached. lip Done in Fort Worth,Texas, this the 29th day of February AD, 2000_. Contractor By: 01 APPROVED: Name Office" Assistant CIly Managair' Pip APPROVAL RECOMMENDED: RECORDED: By: BY: Transportation and Public Works tity Secretary APPROVED AS TO FORM AND LEGALITY: �1r�_t� _ Date By, Assista 7 Qq s ty Attorney I Q Contract Authorization Date A f C 2 MIFIIF�l (P�JPD Cc me ub a L 1K,E- tt UU-QRMMCE BONI) T14E STATE OF TEXAS BOND NO. CBA6819 COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENT: That we (I) R.J.Nftr1SLd Asf2Liatth Inc- (2) �&' mLs1 0n f Te s hereinafter called Principal and (3) — NATTUNAL AMERTCAN INSURANCE COMPANY a corporation organizod and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas*hereinafter called Owner, in the penal sumof, Two N09almo-111madr—ed NM Eight Thousand,kline ffundred§MLenly Rellarl e- $2,26,a-,970 Dollars in lawful money of the United Statir.% to be paid in Fort Worth, 'Fariant County, Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs, executors, administrators,and successors,jointly and severally,firmly by these presents. THE CONDITION Of THI'S OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth,the Owner,dated the Zft day of Febru*M 2099 a copy of which is hereto attached and made a part hereof,for the construction of- RE410VATION OF GUINN SCH0014BUSINESS ASSISTANCE CENTER designated as Project Number !QR76-0201262401QW0430556Q1Q ,a copy of which contract is hereto attached, reforrod to, and made a part hereof astully and to the same extent as if copies at length herein,such project, construction being hereinafter referred to as the"work". NOW THEREFORE, if the Principal shall well, truly and faithfully perform the work in accordance with the plans,specification, and contract document during the original b=thereof,and any extensions thereof which may be granted by the Owner, with or without notice to,the Surety, and if he shall satisfy all claim's and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the owner all outlay and expense which the Owner may incur in making good any default,then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTH#,R, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER, that the said Surety, fof 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 any wise 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. A:WPERBONO. RM IN WITtYESS WHEREOF, this instrument is executed in 6 Counterparts each one of which shall bo deemed an original,this the 29th day of February F` Y, Y' R.J. MILLER AND ASSOCIATES, INC. Principal (4) T: 001 �. By.. I.: 'mcipal) Secretary • (Printed Namerfide) (SEAL) 3624 WEST VICKERY ADDRESS FORT WORTH, TX 76107 C ISTATY-F" 1010 MANVEL AVE. ,CHANDLER, OK 734 NATIONAL AMERICAN INSURANCE COMPANY (Address) (Surety) ATTEST: (Surety)Secretary By: ( ey-in-Fact),(5) (SEAL) LANNY W. LAND (Printed Attorney-in-Fact) vh/ W ess as to Surety Now Dare of Bond muo nat be prior to date of convad (1) Ca,wer none of CMOVCW (2) A Corparotloi�a Parmershtp or and hafividu4 as care mo be (1) Carrecr!rams of SSvvty (4) 4rConr tm-it pwvmmhip ad Parorrrs Amid ammu bond ` (5) A bus copy Qf Pawer OIA oarmsy Ball be atmc4d to bond by Aru rmy-In-Facr A:14PERBOND.FRM PERFORMANCE BOND THE STATE OFTEXAS � COUNTY OFTARRANT p~ KNOW ALL MEN BY THESE PRESENT: That we (|) R. J. Miller and ' Associates, Inc. (2) [ Texas hereinafter called Principal and (3) IP a corporation organized and existing tinder the \avvm of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort VVorth, u municipal corporation organized and existing under the laws nfthe State nfTexas bereiuufte/ m� called Owner, in the po`u| sum of: Two Million Two Hundred Sixty Eight Thousand,Nine Hundred SeveD.1y Dollars &No Cents vp Dollars in |uvvfi/| money of the United Staten, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, Our heirs, PP executors,administrators,and mcccosor:. oint|yund severally, finn|y by these presents. THE CONDITION OF THIS ()BLlG&77[}N is such that Whereas, thr Principal entered into u op certain contract with the City o[Fort Worth, the Owner, dated the 29th day of FebruaEy, 2000 , u copy ofwhich ishereto attached and made upart hereof, for the construction of- RENOVATION OF GUKNN SCHOOLH0USINESS ASSISTANCE CENTER � w� designated as Project Number u copy of which contract in hereto attached, referred to, and nuudc u part hereof as fully and to the uuone extent as if copies at length herein, such project and construction being hereinafter referred Uzustile^'v/orK`. � Y4(}VV THEREFORE, if the Principal nba|| p/e||, truly and faithfully perform thc work in accordance with the plans, upeoifioution, and contract document during the original term thereof, and any extensions thereof which may be granted by dle Owner, with or without uckicc to the Surety, and if lie � shall satisfy all o|uims and demands incurred undcr such contract, and ohu|i fully indemnify and save harmless the Owner from all costs and damages which itmay suffer by reason of failure todoso, and aka|| reimburse and repay the owner all outlay and expense which the Owner may incur in making good . ` unydefau|t, then this obligation ohu|\ be void; otherwise to n:oouin /n full force and effect. Pll0\/lDGD FURTHER, that if any legal action be O|cd upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for vu|Vc received, hereby Stipulates and / agrees that uochange, extension oftime, alteration oraddition 1othe terms o[the contract ortothe work to he performed thereunder ortile specifications accompanying the uurue sbu|| in any wise affect its ma obligation on this bond, and it does hereby waive notice ofany such change, extension of time alteration or addition to the terms of the contract or to the work or to tile specifications. PW AMPERBOWD.FRK8 IN WITNESS WHEREOF, this instrument is executed in 6 Counterparts each one of which shall be deemed an original, this the 29th day of February, 2000. Principal (4) ATTEST: By: (Principal) Secretary (Printed Name/Titl() or (SEAL) ADDRESS ?p JIM CITY/STATE/ZIP (Address) (Surety) PP ATTEST: '"' (Surety) Secretary By: (Attorney-in-Fact)(5) 10 (SEAL) (Printed Attorney-in-Fact) IP Witness as to Surety Note: Date of Bond must not be prior to date Of FP Contract M Correct name of Contractor (2) A Corporation,a Partnership or and Individual,as case may be PM (3) Correct Name of Surety (4) If Contractor is partnership all Partners should execute bond (5) A true copy of Power of Attorney shall be attached to bond by Attorney-in-Fact A:14PERBOND.FRM PAYMENT BOND THE STATE OF TEXAS BONDNO. CBA6819 COUNTY OF TARRANT KNOW ALL MEN BY THESES PRESENTS: That we, IL L Affla and Angdate& Inc a corporation of . Tarrumt - County, Texm '--, hereinaftercalled Principal and (3) NATIONAL AMERICAN INSURANCE COMPANY ,a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas,as Surety, are held and furnly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon,the building or improvements hereinafter referred to in the penal sum of Two Mlim Two 9=-A md 51-ttE 5kh—t Thomas&Niue augnd Sevesty Dolla n A No Cents 52,ass,70.00 lawful money of the United Stoics, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our licks, executors, administrators and sucocssors jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth,the Owner dated the 29th ay of EchmaM 200,a copy of which is hereto attached and made a part hereof,for the construction of. RENOVATION OF THE GUINN SCROOIJ NUSINESS ASSISTANCE CENTER designated as Project Number gR76-02012624010/01242LSM10 copy of which contract is hereto attached,refirred.to, and made a part hereof as fully and to the same extent as if copied at.length herein,such project and construction being hereinafter referred to as the"wod&'. NOW,THEREFORE,the condition of the obligation is such that if the Principal shall promptly make payincrit to all 'claimants as defined in Article 5160 of the Revised Civil Statutes of Texas, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall lie mill and void,otherwise it shall remain in full force and effect. THIS BOND IS MADE AND ENTERED into solely for the protection?f all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Article 5160,and all such claimants shall have a direct right of action under the blond as provided in Article 5 160 of the Revised Civil Statutes. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall fit in Tan-ant County, State of Texas, and that the said Surety,for value received, hereby stipulates and agrees that no change extcrision of time, alteration or addition to the tearms of the contract or to the work to be performed thereunder or the specification nocompanying the same shall in any wise affect its obligations an 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 the specifications. PROVIDED FURTREP, that no final settlement between the Owner and the Contractor shall A-ASPAYBOND.FRM abridge the right of any beneficiary hereunder whose claim shall be unsatisfied. IN WITNESSEM WHEREOF,this instrument is executed in_$ counterparts, each one of which shall be dcatned an original,this the 29% day of R. . J.-MILLER AND ASSOCIATES, INC. Principal(4) AWFjPT: 1-00, C (Principal)Secretary 00, (Printed Name/Title) (SEAL) 3624 WEST VICKERY ADDRW FORT WORTH, TX 76107 CT /STAIWLIP 1010 WEST MANVEL AVE. CHANDLER, OK 74834 NATIONAL AMERICAN INSURANCE COMPANY (Address) (Surety) ATTEST: (surety)Secfttary By: fAtlormw-in-Fact)(5) LANNY W. LAND (Printed Aftmin-Fact) (SEAL) ey- U Witnew as to Stirs y Nest. Dak of Bond awl na be prior 0&W qf CM~ (7) i Cwto omw qf Copwador (j) A Corporadw a Parawwhip or and &&AW as cam aW be (3) Coma Nam qf&vv8y (4) hat;� is POWWAO all ft-aws cwff bond NATIONAL AMERICAN INSURANCE COMPANY OMAHA, NEBRASKA POWER OF ATTORNEY ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE ' SAFETY PAPER.DUPLICATES SHALL HAYS THE SAME FORCE ANAL EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITH THE ORIGINAL. , KNOW ALL MEN BY THESE PRESENTS:That are National American Insurance Company,a corporation duly organized under the laws of the State of Nebraska,having its71 r. pfrmei office w&ecityofChmffla,Oklahoma,pu =E&totihefdllowing resolution,adoptui by the Board of Directors of the said Company.on the 86 day of July,1987,to wit: "Resolved,that any officer of the Company shall have authority to make,execute and m deliver a Power of Attorney constituting as Attorney-in-fact, such persons,funis,or b corporations as may be selected fmm time to time. Resolved that nothing in this Power ofAttomey shall be construed as a grantofauthority to the attoruey{s}in-fact to sign,execute,acknowledge,deliver or otherwise issue a policy or policies of insurance on behalf of Na American Insurance Company. �� Be It Further Resolved,that the signature of an officer and the Sea]of the Company may be affixed to any such Power of Attomcy or any cettificate relating thereto by facsimile,and any such Power ofAttorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in theNO future with respect to any bond and documentsrelating to such bonds to which it is attached." National American Insurance Company does hereby make,constitute and appoint v a s its true and lawful attorney{s}in-fact,with full power and authority hereby conferred in its name,Places and stead,to sign,execute,acknowledge and deliver in its behalf,and its act and deed,as follows: The authority of said Attorney-in-fact to bind.the company shall not exceed $2,268,970.00 for any single bond. And to bind National American InsuranceCompany thereby as fully and to the same extent as if such fronds and documents relating to such bands were,signed by the duly authorized officer of due National American Insurance Company,and all the acts of said Auorney(s)pursuant to the authority Dein given,are hereby ratified and confirmed. IN WITNESS WHEREOF,the National American Insurance Company has caused these presents to be signed by any officer of the Company and Its Corporate Seal to be hereto affixed. tri" ts '�t NATIONALAMERICAN INSURANCE COMPANY � SEA►Ij low, ' errurw ♦� W.Brant LaGere,Chairman&Chef Executive Officer �artroW STATE OF OKLAHOMA ) COUNTY OF LINCOLN ) SS: On this 81h day of Judy,A.D.1967,bdore me personally come W.Brent LaGere,to me mown,who being by me duty sworn,did depose and say;that he resides in the County of Lincoln,State of Okl aboma;duet he is the Chairman and CiddExecutive Officer of the National American Insurance Company,the eorpomtkm described in and which executed the above hutroment;that be knows the seal of said corporation:that the seal affixed to the said instrument Is such corporate seal:that it was so affixed by order of the Board of Directors of said corporation and that he signed his name;tbereto by like order, �Mut INNIS .- STATE OF OKLAHOMA ) My Comm Augw"t,2003 COUNTY OF LINCOLN ) SS: ---- I,the undersigned,Assistant Secretary of the National American Insurance Company,A Nebraska Corporstkun,DO HEREBY CEIMUT iltii t and attached POWER OF ATTORNEY remains in[loll force Sited and scala[at the City of G7randier. <:W;'"'w*, Dated.&e t dull '=say:14- Iarch 2000 g WAL a H �/ WhAfred E.Mendenhall,Assistant Secretary in 001 m� THE STATE OFTEXAS BOND NO. COUNTY OFTARRANT m� KNOW ALL MEN Bl' THESES PRESENTS: That we, u corporation of Tarrant County, , hereinafter called Principal and (3) mX `u corporation organized and existing under the |uwy of the State and fully authorized to transact business in the State mfTexas, uuSurety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons. firms, and corporations who may furnish materials for, or perform labor upon,tile building or improvements hereinafter referred to in the pcuui mu/n of. op Two Million Two Hundred Six!y Eight Thousand,Nine Hundred Sevenq Dollars& No Cents ' (avvhu| money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for m� the payment of v/bioh Suum well and truly he made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally,firmly bythese presents. THE CONDITION {}FTHIS OBLIGATION issuch that Whereas, the Principal entered into � certain contract with the City ofFort Worth, the Owner dated the 29th day of February, 2000, a copy ofwhich ishereto attached and made upart hereof, for the construction of- RENOVATION OF THE GUDNN SCHOOL/ 0D0S8NDCSS ASSISTANCE CENTER designated usProject Nurobe —copy ofwhich contract is hereto attached, referred to, and made apart hereof ua fully and to the same extent as if copied at \ro@tb m� herein, such project anq conairuotion being hereinafter referred touothe^^p/orbs". ' NOW, THEREFORE, the condition ofthe obligation is such that, |fthe Principal shall promptly make payment to all claimants as defined in /\rtis|c 5180 of the Revised Civil Statutes of Texas, ' supp|yiug labor and nmatcdu|u in the prosecution of tile work provided for in said Contract, then this obligation ohu|| be null and void, otherwise it shall vconuin in full force and effect. THIS BOND IS MADE AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Article 5 160, and all Such claimants shal I have a direct right of action Linder the bond as provided � inArticle 5l6Oofthe Revised Civil Statutes. � PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in on Tarrant County, State ofTexas, and that the said Surety, for value received, hereby stipulates and agrees that no change extension of time, alteration or addition to the terms of tile contract or to the work to be performed thereunder ortile specification accompanying the au/nn shall in any *vior affect its obligations mw mn this bond, and it does hereby naive notice of any such change, extension of time, u|tendimo or addition tothe terms uftile contract or10the work orthe specifications. w� PR(J\/lDBD FURTHER, that no final settlement between the 0v/ncr and the Contractor shall ` AJ5PAYB0NO.FRK0 � ON ON abridge the right of any beneficiary hereunder whose claim shall be unsatisfied. ON IN WITNESSETH WHEREOF, this instrument is executed in 6 counterparts, each one of which shall be deemed an original, this the_29th day of Februarv, 2000. ps Principal (4) ATTEST: BY: (Principal) Secretary 'Or (Printed Name/Title)*4 (SEAL) ADDRESS CITY/STATE/ZIP (Address) (Surety) ATTEST: (Surety) Secretary By: (Attorney-in-Fact)(5) (Printed Attorney-in-Fact) (SEAL) Witness as to Surety )Vale; Date of Bond must not be prior to date of Contract (1) Correct notne of Contractor 10 (2) A Corporation, a Partnership or and Individual,as case may be (3) Correct Name of Surety (4) If Contractor is Partnership all Partners • should execute bond ■1 ;6IFAX 1100 2:04PM HIGGIN 8W.NALUMSPS INOUil0 tta)r".0 PAGE 1 CORDri CER`fIFICATE OF LIABILITY INSURANCE 03/13%0 PRODUCER THIS CERTIFICATE Is ISSUED AS A MATTER OF INFORMATION HIGGINBOTHAM & ASSOC. , INC. ONLY AM HOLDER. ISSCCERTIF1ERS IC TE DOES NOT ARIGM UPON MEND, 81117w OR P. 0. BOX 908 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Worth, TX 76101 817 336-2377 INSURERS AFFORDING COVERAGE INSURED INSURER A:General Accident Ins Co of America R.J. Miller & Associates, Inc. dba I INSURER 9:Camden Fire Insurance Assoc. 3624 W. Vickery Blvd. INSURER QPotomaC Insurance Co of Illinois Fort Worth, TX 76107 INSURER D: INSURER ly COVERAGES THE POLKAS OF NSURANCE USTED BELOW NAVE BEEN ISBIED TO THE INSURED NAMED ABBO%F-FOR THE POLICY PERIOD NDK ATED. NOTWITHSTANDING ANY RECIlllRERIENT, TERMI OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RIESP'ECT TO WHICH THIS C8 FICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIM DF.SC FEED HEFEN IS SUBJECT TO ALL THE TERAS,RMLI ONSAND CONDITIONS OF SUCH POLICIES TE LWr$SHOWN MAYHAVE BEEN REDUCED SYPAD CLAIMS. INS" POIJCYEFFEC'VVE LTR TYPEOFINSURANCE POLICYNUMBER DATE MM �DAITE M DO EXPIRATION LIMITS A GENERAL LIABILITY CPP121342700 07/22/99 07/22/00 EACHOCCURRENCE $1 000 000 COMMERCIALGENERALLIABIIITY FIRE DAMAG E(Anyone fire] 5200 000 CLAIMS MADE[X]OCCUR M ED EXP(My on*pw9m) $10,000 PERSONAL&ADV INJURY $1,000,000 GENERALAGGREGATE s2,000,000 GEN'LAGGRECiATEUNITAPPUESPER PRODUCTS-COMp(OpAGG s2,000,000 POLICY J'0ECT LOC B AUTOMOBILE LIABILITY 13A028883400 07/22/99 07/22/00 COMBINED i)SINGLE LIMIT $1,000,000 X ANYAUTO ALL OWNED AUTOS BODtLYINJURY 5 SCHEDULED AUTOS (P- ) X HIREOAUTOS BODLYINJURY Y NON-OWNEDAUTOS (13wooddent) $ PROPERTY DAMAG E $ (IlW acddeni) GARASELIABILJTY AUTO ONLY-EA ACCIDENT $ .......... ANYAUTO OTHER THAN EAACC 5 AUTOONLY: AGG S C EXCESS LIABILITY CUB015348100 07/22/99 07/22/00 EACHOCCURRENCE s4,000,000 x OCCUR ❑CLAIMS MADE AGGREGATE s4,000,000 DEDUCTIBLE $ x RETENTION $10000 $ B WORKERS COMPENSATION AND WC035048500 07/22/'99 07/22/00 T c, TATTJ- TH- EMPLOYEAS'LIABILITY EL.EACH ACCIDENT 5500 000 E.L..OtSEASE-EA EMPLOYE $500,000 E.L.DISEASE-POLICY LIMIT 1$500 000 OTHER DESCRlfrnONOFOPERAInONSILOCATIONZIVEHICLES(EXCLUSIONS ADDED BY ETtDORSEME}1TJSPECIAL PROVISIONS Project: Guinn School Business Assistance Center The City of Fort Worth is named as Additional Insured as respects General Liability & Automobile Liability. A Waiver of Subrogation is issued in favor of the City of Fort Worth as respects General Liability, Automobile Liability and Workers' Compensation policies. CERTIFICATE HOLDER AODmONAL INSURED;INSURER LETTER CANCELLATION SHOO LO ANYOFTH EABOVE D ESCRI BED POLICIES BE CANCEL LED B EFORE TH E MW MTKON City of Fort Worth DATETHEREOF,THEISSUINSINSURER WILL ENDEAVOR TOMAIL3DL—wsWRI7TD1 Transportation and Public Works NOTICETOTHECERTIFICATE HOLDERNAMEDTDTHELWIT BUTFAILURETDDOSOSHALL 1000 Throckmorton ,St. tMPOSENOOBLIGATIONORLIASILITYOFANYKINDUPON TNEIMSURERITSAGENTS OR Fort Worth, Tx 76102 LAUTHORIZEDRO" EPRESENTATIVES, ENTA Q�wwT,ar ACORD 2S-S(7'1M1 of 2 #S40921/M33510 SHA 0 AC ORD CORPORATION 1988 204PM H1QG15W0THAM&ASS0—C, MG. PAGE 2 IMPORTANT If the certificate holder is an ADDlTXWAL INSURED,the pdlcy(les)must be wxkywd. A statement an this certificate does not coo fen rights to the certificate holder In lieu of such andorsement(s). N SUBROGA11ON IS WAIVED, subject to the term and conditions of the policy,certain policks may require an endorsement A statement an this certificate does not confer rights to the certificate holder in lieu, of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of chis form does not constitute a contract between the kmng insurer(s), authorized representative or Woducer,and the certificate holder, nor does ft affirmadWy or negatively amend, wdend or after the coverage afforded by the policies listed thereon. AC=25-43VAM2 of 2 #S4092l/M33510 CERTIFICATE OF INSURANCE Certificate Holder: City of Fort Worth Date: February 29,2000 Project Name: Renovation of the Guinn School[Business Assistance Center Project Number: GR76-020212624010/020430556010 This is to certify that: R.J. Miller and Associates,Inc.. Address: 3624 West Vickery Blvd. Fort Worth,Texas 76107 is at the date of this certificate, insured by this company with respect to the business operations hereinafter described, for the type of insurance and in accordance with the provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side thereof. Tvpe of Insurance POLICY No. EFFECTIVE EXPIRES LIMITS OF LIABILITY Workers Compensation Comprehensive General Bodily Injury: $ Liability Insurance Each Occurrence: (Public Liability) Property Damage: Each Occurrence: Blasting Each Occurrence $ Collapse of Buildings Each Occurrence $ or structures adjacent to excavations Damage to underground Each Occurrence $ Utilities Builder's Risk: Comprehensive Bodily Injury Automobile Liability Each Person $ Each Occurrence Property Damage Each Occurrence Contractual Liability Bodily Injury Each Occurrence Property Damage Each Occurrence $ Other on Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the 10 insurer in less than five(5)days after the insured has received written notice of such change or cancellations. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be assured,the above C, so policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached. Agency Fort Worth Agent By: Address Title: k12INSURANSIRM OM CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor, R J. Miller and Associates. Inc. certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth project Renovation of the Guinn School/Business Assistance Center !,. project number, GR76-020212624010/020430556010. By: IL itle 3 - r �- acs Date STATE OF TEXAS 3 COUNTY OF TARRANT 3 BEFORE ME, the undersigned authority, on this day personally appeared l L known to me to be the person whose name is subscribed to the foregoing instrument, and ackno ledged to me thathi executed the same as the act and deed of (� ci , for the purposes and considerations therein expressed and in the capacity therein stated. GIVEN UNDERY HAND AND SEAL OF OFFICE this 17 day of VAC P p0 (,'VNTH1A AN TURNER Netg!v Public,5t FA L'»ttNi►iralan Exp.0&13-2002 P1 Notary Public in and for the State of Texas PP (a) Contractor agrees to provide to the City a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance PF with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. (b) Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the City. �, AAMORKCOMYRM 7152 SECTION 01010 - SUMMARY OF WORK PARTI - GENERAL 1.1 SUMMARY A. Section Includes, but not limited to: I Project synopsis, 2. Permits, inspections and fees. 3. Bid alternates. 4. Separate contract coordination. 5. Access to the site and use of the premises. 6. Working hours. 7. Project meetings. 8. Hazardous materials. 9. Security procedures, 10. Existing work to remain. B. Related Sections Include,but not limited to: 1. Product Options and Substitutions: Elsewhere in Division I. 2. Selective Construction Demolition: Division 2. 1.2 PROJECT SYNOPSIS A. Consistent with the provisions of the GENERAL CONDITIONS and the requirements of the balance of the contract documents, the descriptive synopsis of the work included in this Section is provided. B. This descriptive synopsis is included only to present the contract document package in an abbreviated form in order to provide prospective bidders a quick overview of the project's major requirements. C. This synopsis is not intended to,nor does it in any way limit,modify or otherwise change any of the requirements of the contract documents. D. The project consists of demolition work and restoration,remedial and alteration construction work to the site,the interior and the exterior of the existing Business Assistrice Building (BAC) Building. No work involving the Gymnasium Building or the Elementary School Building is included in this contract. 01010-1 7152 I The project site is located in Fort Worth, Texas, at the intersection of Rosedale Street and South Freeway(Interstate 35W). 2. The contractor will have full use of the site and the buildings included in contract work. There will be no other Owner use or occupancy of these facilities during the course of the contract's time period. 3. Work under this contract occurring beyond the property lines and onto throughfare right-of-way shall be according to the requirements of the City of Fort Worth,Texas and/or the Texas Department of Transportation (TexDOT). 4. The contractor may not block any streets, public access or walkways without securing proper permits,or prior notices as may be proper for the situation involved. 5. Portions of the site disturbed by the Contractor's operations and not otherwise improved by work under this contract shall be restored, filled with suitable topsoil for proper drainage and turf grass established prior to final acceptance of the project, as a part of the work under this contract. 1.3 PERMITS, INSPECTIONS AND FEES A. The contractor shall obtain all general construction, plumbing, mechanical and electrical permits and inspections required by the City of Fort Worth, Texas for the work under this contract. 1. The fees for permits and inspections will be waived by the city of Fort Worth,Texas. 2. Tap fees for city of Fort Worth water and sewer service will be paid directly by the City of Fort Worth,Texas. B. All permits, fees and other costs associated with establishing utility services for communications, electric and gaz, service for this project will be paid by the contractor as a part of the contract base bid. 1.4 BID ALTERNATES A. The project provides for alternate bid items. For further information concerning bid alternates refer to Division I section: Bid Alternates. 1.5 WORKING HOURS A. Regular Working Hours: Generally, regular working hours will be between 7 AM and 5 PM, Monday through Friday. Government recognized holidays are excepted. Regular daily working hours may be seasonally adjusted by the Contractor. 01010-2 7152 Fm I B. Work Outside of Regular Hours: Work after hours, on weekends and government recognized holidays may be arranged through the Architect a minimum of five (5) working days in advance, whether the work is required by the contract or scheduled by the Contractor for his benefit. 1. No field observation, inspections or approvals will be provided by the Owner or Architect outside of regular working hours, 1.6 PROJECT MEETINGS A. Pre-Construction Conference: After the award of the contract but prior to commencement of any work at the site, the contractor and major subcontractors shall meet with the Owner and Architect to discuss and develop a mutual understanding relative to the administration of such items as safety program; preparation and submission of the schedule of values,shop drawings,submittals, project scheduling, programing and general prosecution of the work, B. Construction Progress Meetings: The General Contractor,the job superintendent and such subcontractors and/or suppliers as may be deemed appropriate shall be available for on-site construction progress meetings as frequently as weekly, or less frequently as determined by the Owner and/or Architect. 1. The purpose of the meetings is to review and discuss the project's construction progress, work scheduled during the following time period, necessary adjustments to the construction schedule, review of the application for payment, coordination with the building's users, other procedures required by the contract documents and to discuss any questions related to the contract documents. 2. The Architect will prepare and distribute summary minutes to all attendees. C. Contractor's Coordination Meetings: The contractor may conduct any and all meetingc deemed appropriate with his subcontractors and/or suppliers without the participation of the Architect or Owner. 1.7 HAZARDOUS MATERIALS A. The Business Assistance Center (BAC), the Gymnasium Building and the Elementary School Building contain lead based paint material. 1. The painted wood windows in the buildings involved in this project are known to have been painted with lead based paint material. Other painted surfaces should be considered to contain lead. 01010-3 am 7152 B. Where required by law or other regulation, lead based paint material will be abated as a part of work under this contract as described herein. C. All known Asbestos Containing Building Material (ACBM)within the building have been removed or properly entombed. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 SECURITY PROCEDURES A. Limit access to the site and building only to those persons directly involved in the work. B. Provide temporary fenced and secured enclosure for contractor's staging and storage area,and for all materials on site for which the Owner has made payment. C Provide such building security coverings and temporary construction for doors and other openings as may be necessary in perimeter walls to prevent unautb,--)rized entry, vandalism, damage and/or other losses. 3.2 EXISTING WORK TO REMAIN A. The Contractor shall be provide proper protective coverings and temporary barriers necessary to preserve and protect existing sitc,features,construction and other work to remain as part of the completed project. B. It shall not be the Contractor's option to provide additional cleaning or repair work in lieu of the required protections. END OF SECTION 01010-4 r 7152 SECTION 01030 - BID ALTERNATES PART I - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements governing Alternates. 1.2 DEFINITIONS A. Definition: An alternate is an amount stated on the Proposal Forms for certain work defined in the information to respondents that may be added to or deducted from the Base Proposal amount if the Owner decides to accept a corresponding change in either the amount of construction to be completed,or in the products,materials,equipment,systems, or installation methods described in the Contract Documents. 1. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate the Alternate into the Work. No other adjustments are made to the Contract Sum. 1.3 PROCEDURES A. Coordination: Modify or adjust affected adjacent Work as necessary to completely and fully integrate that Work into the Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not mentioned as part of the Alternate. B. Notification: Following the award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate whether alternates have been accepted,rejected,or rdeferred for later consideration. Include acomplete description of negotiated modifications to alternates. C. Execute accepted alternates under the same conditions as other Work of this Contract. 1.4 ALTERNATES 01030 - 1 P Mq 7152 an A. The following alternates add work to the contract. I. Add to the contract the Entry Canopy construction shown to the west of lobby door 100A. Entry canopy shall be constructed complete as indicated, with electrical lighting. 2. Add to the contract removal of existing concrete walkway and providing new concrete sidewalk replacement along the east front of the building at the 135 service road, and extending to entry doors 102E and 1038. 3. Add to the contract the specified landscape and site irrigation work specified in MR Sections 02900 and 02910. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01030- 2 7152 SECTION 01040 - PROJECT COORDINATION PART I -GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: 1. Project coordination. 2. Separate contract coordination. 3. General installation provisions. 4. Coordination drawings. B. Related Sections Include, but not limited to: 1. Summary of Work: Elsewhere in Division 1. 2. Product Options and Substitutions: Elsewhere in Division 1. 3. Selective Construction Demolition: Division 2. 1.2 COORDINATION OF THE WORK A. Consistent with the General Conditions,coordinate demolition and construction activities included under various Sections of these Specifications to assure efficient and orderly performance of each part of the Work. Coordinate operations included under different Sections of the Specifications that are dependent upon each other for proper installation,connection, and operation. 1. Where installation of one part of the Work is dependent on installation of other components, either before or after its own installation, schedule construction activities in the sequence required to obtain the best results. 2. Where availability of space is limited, coordinate planning and installation of different components to assure maximum accessibility for required maintenance, service and repair. 3. Schedule construction operations in the sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 4. Coordinate installation of different components to assure maximum accessibility for required maintenance, service, and repair. 5. Make adequate provisions to accommodate items scheduled for later installation. B. Prepare memoranda for distribution to the Owner and to each party involved outlining special procedures required for coordination. Include such items as required notices, reports, and attendance at meetings. C. Coordinate scheduling and timing of required administrative procedures with 01040- 1 M 7152 other construction activities to avoid conflicts and ensure orderly progress of the Work. �• 1.3 COORDINATION DRAWINGS A. The General Contractor shall be responsible for providing coordination Drawings for close and careful coordination of installation of products and materials provided by separate entities, and where limited space availability necessitates ', maximum utilization of space for efficient installation of all components. 1. Show the interrelationship of components shown on separate Shop MR Drawings. 2. Indicate required installation sequences. Mel 3. Comply with requirements for "Submittals." 4. Refer to requirements of Division-15 and Division-16. PART 2 - PRODUCTS (Not Applicable). PART 3 - EXECUTION 3.1 GENERAL INSTALLATION PROVISIONS A. Inspection of Conditions: Require the Installer of each major component to inspect both the substrate and conditions under which Work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in an acceptable manner. B. Manufacturer's Instructions: Comply with manufacturer's installation instructions 21 and recommendations,to the extent that those instructions and recommendations are more explicit or stringent than requirements contained in Contract Documents. C. Inspect materials or equipment immediately upon delivery and again prior to installation. Reject damaged and defective items. D. Provide attachment and connection devices and methods necessary for securing Work. Secure Work true to line and level. Allow for expansion and building movement. E. Visual Effects: Provide uniform joint widths in exposed Work. Arrange joints in exposed Work to obtain the best visual effect. Refer choices to the Architect for final decision. F. Recheck measurements and dimensions, before starting each installation or cutting. 01040 - 2 7152 G. Install each component during weather conditions and Project status that will ensure the best possible results. Isolate each part of the completed construction from incompatible material as necessary to prevent deterioration. H. Coordinate temporary enclosures with required inspections and tests,to minimize the necessity of uncovering completed construction for that purpose. I. Mounting Heights: Where mounting heights are not specifically indicated or otherwise required by coordination, install individual components at standard mounting heights recognized within the industry for the particular application indicated. Refer questionable mounting height decisions to the Architect for final decision. END OF SECTION r po r 01040 - 3 SECTION 01630 PRODUCT OPTIONS AND SUBSTITUTIONS 1.01 Within ten days of Notice to Proceed, submit two copies of the Products and Materials List detailing the methods, products, and materials proposed for installation 1.02 Options: A. For products specified only by reference and performance standards, select any manufacturer meeting standards. Provide information confirming that particular model meets specified requ;rements. B. For products specified by naming one or more products, select any of the products spe:Jfied, or submit two copies of Request for Substitution for products not specifically named. 1.03 Submissions: Include following information (all products): A. For products to be supplied as specified, include following information: 1. Tabulate by specification number 2. Manufacturer's literature highligited to indicate the particular models and options chosen to meet contract requirements. 3. include: Name and address of manufacturer Trade name Model number or ca-zlog description Manufacturers performance and test data B. For alternative products and methods as follows: 1. Request for Substitution 2. Detailed description of proposed product or method 3. Samples 4, Name and address of similar local projects on which the product was used an(: date of installation 5. Drawings illustrating methods. 6. Schedule impact 7. Relation to other trades and contracts. & Accurate cost data comparison with specified method C. In submitting Requests for Substitution, the Contractor represents that: 1. He has personally investigated the proposed product or method and has determined that it is equal to or superior to that specified. Z He will provide the same or better warranty for the substituted product as for that specified. 3. He will coordinate installation of accepted substitution into work, making such 4:,.hariges Ir as may be required. 4. He will waive all claims for additional costs related to substitution which subse(:uei-tIy become apparent. 5. Cost data is complete and includes all related costs under the contract. D. Substitutions will not be approved if: 1. They are indicated or implied or shop drawings or product data submittals without prior approval of substitution request. 2. Acceptance will require substantial revision of contract documents. E. If substitution is not approved or accepted, contractor shall furnish specified product or r construction method. 00000 01630 - 1 UK GENERAL CONTRACTOR'S REQUEST FOR SUBSTITUTION DATE: REQUEST NO: OR PROJECT NAME: PROJECT NUMBER: City Contractor INNE REQUEST APPROVAL OF THE FOLLOWING PRODUCT OR SYSTEM AS AN APPROVED SUBSTITUTION IN ACCORDANCE WITH THE CONTRACT DOCUMENTS: 1.01 Name and Description of SPECIFIED Product or System Specification Section Page(s) Paragraph Drawing No. Detail or Section No. 1.02 Name and Description of proposed substitute: Name of Manufacturer: Address: Telephone: 1.03 Name of Supplier: NMR Address: Telephone: N" 1.04 What effect does substitution have on applicable code requirements? 1.05 Difference between proposed substitution and specified item? 1.06 List differences between guarantees or warranties of proposed and specified items: 1.07 Reason for not giving priority to specifiers item: 1.08 If substitution affects other material or s,rstems, attach complete information. 01630 - 2 } 1.08 Dimensional revision or redesign ofstnu-,tuod. mechanical, orelectrical systems required? Yem '`_ No � If yes attach complete data. 1.10 Saving orcredit hoOwner for accepting substitute. 1.11 Will the undersigned will pay for changes tothe building design, including engineering and detailing costs tsedbythe request for oibeUhution. Yasi_____\ Nn (__} 1.12 On @separate sheet List similar local projects us/ngthepnopnaedaubstihuUon. Include name and phone nunbe-fpr contact person. List availability if maintenance service and replacement materials on a! attachment. State effect of substitution on construction schedule, and changes required in other work orproject, 1.13 Any license fees orroyalties required: Yes( ) No ) V� THE UNDERSIGNED STATES THAT THE FUKCTIQN, APPEARANCE AND QUALITY ARE > ' EQUIVALENT OF SUPERIOR TOTHE SPECIFIED ITEMS, Submitted by: ' Contractor's Signature Telephone Firm Date ^ Accepted [ l Accepted asNoted [ l Notac:mmted [ Received Late [ l Remarks: ( By ` Owne/s Representative Data � � ! 01630 - 3 � � 7152 SECTION 02061 - SELECTIVE CONSTRUCTION DEMOLITION PART I - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: 1. Selective demolition work, removal and subsequent legal off-site disposal of all such existing facility items and construction not specifically included as part of work under other specification sections, • and as may be necessary to accommodate new construction, including but not limited to: a. Portions of existing paving, site construction, and existing interior and exterior building construction. b. Selected areas of exterior walls, windows, doors and frames. c. Roof deck, bulb-tees and associated deck components at first and second floor steel framed roof areas. d. Wood roof framing and deck system at second floor, e. Selected areas of concrete floor slabs. f. Interior walls, finishes, ceilings and flooring. 9- Interior doors and frames, walls, partitions, furrings, ceilings, fascias and soffits. h. Built-in items and casework. i. Existing building equipment. j. Mechanical, plumbing and electrical demolition and removal work necessary to accommodate the balance of construction demolition and the finished configuration of work under this contract. k. Excavation and backfill work not specifically included as part of work under another specification section. 2. Work under this Section includes removal of all unsound and/or non adhered existing plaster on interior walls and ceilings that remain as exposed to view substrate, as part of the completed project; including surfaces revealed by demolition and/or removal of mechanical and electrical items. 3. Demolition and removal of existing wood roof frame and deck and roofing materials is included in this Section. Remove all roofing, and flashings necessary to install the specified replacement roof system. a. Asbestos Containing Roofing Material Removal: Perform necessary tests to determine locations of asbestos containing materials. Lawfully remove and dispose of all asbestos 02061-1 MR 7152 MR containing roofing materials located in the membrane flashings on the project. MR 4. Demolition Coordination: The General Contractor shall be responsible for all demolition work necessary to complete the project. He may also subcontract and/or divide any portions of the work that he deems MM appropriate. All Contractors and suppliers for this project shall make such on site investigations and review of the previous construction record documents prior to submitting proposals as are necessary to M' assure the work that they propose to perform is complete in all respects. 5. Related Demolition work: Where demolition work is necessary and/or specifically indicated, perform all ancillary demolition work including �' demolition of construction and/or equipment supported by the demolished work, and associated mechanical, plumbing and electrical MR work. 6. Salvage and Reuse: Removal and/or protection of existing fixtures, materials, and equipment items designated to be reused in this project or salvaged to the Owner, and not specifically included as part of work under other specification sections. a. Reinstallation of existing fixtures, materials, and equipment 1 items designated to be reused is part of the work shall be performed as work of the proper construction specification section. MR 7. Cutting, Coring and Patching Openings: a. All necessary cutting, coring and patching work which is not a specific part of work under other sections of the specifications shall be a part of the work of this section. b. All openings in wall, floor, ceiling and roof deck which are not reused as a part of this project shall be closed with construction MR types and materials matching and blending into existing construction. This requirement shall apply to all openings of the MR building, whether existing or created by demolition work under this contract, and whether concealed or exposed in the completed construction. MR C. Existing wall, floor, ceiling and roof deck openings which are reused as part of the work under this contract shall be resized as necessary by either accurate enlargement cutting,or by infilling ,R with matching construction to produce the proper clear opening size, or a tight fit around the penetrating item. 8. Patching City-owned Facilities: a. City-owned facilities include,but are not limited to, structures, facilities,streets,curbs,and walks that are damaged or removed due to required excavations or other construction work,shall be patched, repaired or replaced by the Contractor, with construction types and materials matching and blending into existing construction, and be left in a condition equal to their 02061-2 Ma 7152 original state of repair, to satisfaction of the Architect and of City of Fort Worth authorities having jurisdiction. 9. Concrete floor demolition and surface conditioning: a. Unless specifically a part of work under other sections, work under this section includes all cutting, coring, chipping, hammering, grinding, etching and/or cleaning remedial work necessary for existing concrete floors to be prepared to receive • abutting concrete work, toppings and/or patching necessary for the completed project configuration indicated and for installation of the scheduled finish surface, or to become prepared as proper substrate for the scheduled applied finish material. b. Saw-cut clean, straight and square surfaces of existing concrete work to join with placement of new construction slab infill work. C. Roughen face surfaces of saw-cut concrete and/or treat with bonding agent for proper bond of adjoining work. d. Coordinate work under this section with preparation and installation of concrete topping work, patching, and floor leveling and fill work specified in Division 3 section Concrete Patching and Topping. e. Coordinate work under this section with minor concrete floor substrate preparation work for applied floor finishes specified in the respective finish material specification sections. 10. Carpet and flooring demolition: Remove existing carpet and flooring materials in all areas indicated and all areas scheduled to receive new construction flooring material(s). 1.2 RELATED SECTIONS A. Additional demolition work and/or new construction work related to necessary repair resulting from demolition work and infilling of existing openings, or openings created by demolition work, which is necessary to produce the completed construction configuration under this contract, is included within the respective trade and materials sections of the specifications. Other Sections which include demolition related work include, but not limited to: 1. Site Clearing: Elsewhere in Division 2. 2. Earthwork: Elsewhere in Division 2. 3. Cast-In-Place Concrete: Division 3. 4. Concrete Patching and Topping: Division 3. 5. Unit Masonry: Division 4. 6. Remedial Structural Metal Work: Division 5. 7. Structural Steel: Division S. 8. Steel Roof Deck: Division 5. 02061-3 so 7152 OR 9. Modified Bitumen Roofing System: Division 7. 10. Lath and Plaster: Division 9. MR 11. Tile: Division 9. 12. Acoustical Lay-in Ceiling: Division 9. 13. Gypsum Board Systems: Division 9. an 14. Elevator: Division 14. 15. Mechanical: Division 15. 16. Electrical: Division 16. =I' B. Coordinate the requirements for relocation and/or removal of mechanical, MR electrical and plumbing items; refrigeration equipment and systems, and other such items as pipes,conduits, ducts, pads, anchors, supports, hangers along with all other plumbing, mechanical, and electrical work specified as part of work under Divisions 15 and 16. 1.3 WORK SCHEDULING A. The Contractor shall schedule, coordinate and sequence all demolition and removal work with the requirements of Project Scheduling specified in Division •, 1, and project phasing to ensure timely progress of operations, and completion of all work in accordance with the contract's time schedule. Provide proper coordination for shutoff,capping,and continuation of utility services as necessary, together with provisions for dust and noise control, and protection of existing construction to remain. 1.4 EXISTING CONDITIONS DOCUMENTATION A. Provide photographs and/or other acceptable documentation of existing conditions of the site and adjacent improvements, and the building's structure, finish surfaces, equipment, that might he misconstrued at final inspection as damage related to demolition and/or construction work under this contract. File documentation with the Owner's Representative prior to start of work. 1.5 DEMOLITION DOCUMENTS A. It is the purpose of the documents to indicate the general work areas and to illustrate the various types of existing construction to be expected as a part of this project. The various drawn documents are complimentary and in no way are intended to divide, separate, or to limit the Contractor's work that is necessary to complete the project. The Contractor shall provide all necessary demolition, access, cutting, patching, reconstruction, and/or refinish work for all general construction,mechanical,electrical,plumbing,and site work without regard to the document on which the work is indicated, or as to which trade group may be involved. 02061-4 7152 B. It is not the purpose of the documents to be a definitive source of information as to all of the existing building and site conditions,locations,sizes,and/or the extent of all necessary work; or as to limiting or restricting in any way the work necessary to complete each and every step in the demolition, preparation, reconstruction, and finishing work necessary to produce the completed work required under this contract. C. Existing construction sizes, thicknesses and composition of are depicted in this project's documents according to the information available from previous construction record documents. Normal variations from these indicated sizes, thicknesses and composition are to be expected. These documents will be made available for Contractor's review at the Installation. 1.6 JOB CONDITIONS A. Condition of Structures: Consistent with the provisions of the GENERAL CONDITIONS,the Owner assumes no responsibility for actual condition of items or structures to be demolished. B. Removal of Demolition Materials: All items not designated or otherwise necessary for reuse in this project shall be the property and responsibility of the Contractor to remove from the site as work progresses. Contractor's salvaged items must be transported from the site as they are removed. Storage or sale of removed items on site will not be permitted. I. Relics, antiques, and similar objects discovered during the demolition work, and not specifically designated as items to be salvaged by the Contractor,shall remain the property of Owner. Obtain proper directions from Owner regarding method of removal. C. Protections: It shall be the Contractor's responsibility to provide and maintain all required and/or necessary job safety conditions. Provide temporary barricades and other forms of protection necessary to protect all personnel from injury. Ensure safe passage of persons around and/or through areas of demolition and reconstruction. Conduct operations to prevent injury to any adjacent site improvements,buildings, structures, trees, other facilities, and persons. 1. It shall be the Contractor's responsibility to erect exterior temporary security fencing as well as enclosed and covered passageways as necessary for the safety of customer entrance and exiting through construction areas, and otherwise for his own operations. 2. Provide interior and exterior shoring, bracing, underpinning, or support as required to prevent movement, settlement or collapse of structures to P5 be demolished and adjacent construction to remain. 3. Protect all existing substrates that are to be reused or recovered as part of the completed project. 02061-5 7152 4. During all demolition and reconstruction operations,protect from damage all site features to remain, as well as building exterior and interior existing finish work that are to remain as part of the completed project. Protect floors, walls, roofing and paving that is to remain as part of the finished construction with suitable coverings. MR a. It shall not be the Contractor's option to provide cleaning and/or repair work in lieu of the required protection for existing construction and finishes to remain. •4 5. Provide all such temporary weather protection measurers during interval between demolition and removal of existing construction on exterior surfaces, and installation of new construction to ensure that no water MR leakage or damage occurs to roofing system structure or interior areas of existing building. 6. Provide all such temporary weather protection measurers during interval between demolition and removal of existing construction on exterior surfaces, and installation of new construction to ensure that no water leakage or damage occurs to roofing system,structure, interior areas and finishes of existing building. 7. Remove protections at completion of work. D. Damages: Promptly repair any damages caused by demolition work to the satisfaction of the Owner's Representative. E. Traffic: Conduct and schedule selective demolition operations and debris removal to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. I Wherever possible schedule deliveries and removal operations at off-peak traffic hours. 2. Obtain written permission from adjacent property owners and/or users when demolition equipment will traverse, infringe upon or limit access OR to their property. F. Flame Cutting: Notify the designated Safety Official 72 hours prior to flame cutting work. Follow all conventional precautions and those prescribed by the Local Officials. Do not use cutting torches for removal until work area is cleared of flammable materials. At concealed spaces, such as interior of ducts and pipe spaces,verify condition of,and materials in,adjacent hidden spaces before starting flame-cutting operations. Maintain proper portable fire suppression devices at the locations of flame-cutting operations during the course of this work. G. Utility Services: Maintain existing utilities to remain in service and protect them against damage during demolition operations. H. Lighting: Provide all necessary temporary lighting for demolition work, 02061-6 • 7152 1. Environmental Controls: Use temporary enclosures and other methods consistent • with safe construction practices to limit dust and dirt migration. Comply with governing regulations pertaining to environmental protection. 1. Do not use water sprinkling within the building or along walk ways being used by non-construction personnel. 2. Provide erosion control barriers as necessary for exterior operations. J. Explosives: Use of explosives is not permitted. K. Do not burn or bury materials on site. Leave site in clean condition. 1.7 HAZARDOUS MATERIALS A. All paint in the project should be considered as containing lead. B. All known Asbestos Containing Building Material (ACBM) within the building have been removed or properly entombed. C. Immediately report the discovery of any hazardous materials to the Owner's Representative and Architect for supplementary directions and possible changes to the work. Do not disturb or otherwise spread possible hazardous material contamination by work under this contract. D. Handling and disposal of any hazardous materials encountered during demolition operations shall comply with applicable regulations, laws, and ordinances concerning removal,handling, and protection against exposure or environmental pollution. 1.8 FLUORESCENT LAMP AND BALLAST MANAGEMENT A. All Contractor's work relating to demolition of fluorescent lamps and electrical ballasts shall be performed in accordance with applicable local, state,and federal regulations and standards pertaining to the handling and storing of hazardous and non-hazardous materials. 1.9 SUBMITTALS A. Demolition Documentation: Submit required documentation of the existing conditions of the site,building and adjoining facilities required under this section. B. Provide additional data and/or samples as required by the Architect. 02061-7 7152 PART 2 - PRODUCTS 2.1 MATERIALS A. General: Provide all necessary materials for work under this section. Materials shall be both suitable for their intended use and durable enough to withstand the use and abuse to be expected for the duration of their service. 2.2 REUSE OF MATERIALS A. General: Demolished and/or used materials shall not be incorporated into this project's permanent construction unless specifically allowed and/or required by the documents, or specifically approved by the Architect as being necessary for continuity of an existing system. 1. Where existing items are to be salvaged and reused in the project's completed construction,the Contractor shall coordinate an inspection of the subject items with the Owner's Representative prior to beginning demolition work, to determine and designate specifically which existing item(s) (of the possible several items to chose from) are to be reused. 2. Designated existing items to be reused shall be carefully removed and suitably stored and protected until their reinstallation. 3. The Contractor shall document the existing items requirements for proper reinstallation and anchorage. 4. Reinstallation of existing reused items shall be delegated by the General Contractor as deemed appropriate. 5. Demolished materials and items may be reused for temporary purposes as the GC deems appropriate. 2.3 FILL AND BACKFILL MATERIALS A. Back fill material for excavations and fill areas resulting from demolition work may be from material otherwise excavated from that area. 1. Refer to Division 2 section Portland Cement Concrete Paving for additional fill requirements, and to Divisions 15000 and 16000 for additional requirements for Mechanical,Plumbing and Electrical work's excavation fill and backfill. B. Where additional fill material is necessary for interior demolition work backfill locations,provide non-expansive soil fill,clean dry sand or other suitable backfill material acceptable to the Architect. I Refer to Divisions 15000 and 16000 for additional requirements for Mechanical, Plumbing and Electrical fill and backfill. 02061-8 7152 PART 3 - EXECUTION 3.1 GENERAL A. Schedule, coordinate and cooperate with other contractors in the planning and execution of demolition work. B. Discoveries: Should the demolition work reveal existing mechanical, electrical, structural and/or subgrade elements that conflict with intended function or design, and could not be reasonably foreseen to be encountered, the Contractor shall investigate and determine both nature and extent of the conflict. Submit report, including the Contractor's recommendation for resolution, to the Architect for consideration. The Contractor shall re-arrange the demolition activities schedule as necessary to continue overall job progress without delay during the decision process. 3.2 EXISTING FACILITY CONDITIONS A. Documentation: It shall be the responsibility of the Contractor to fully document the existing condition of all site areas designated for the Contractor's use, the building and site,haul route and the surrounding areas,for future reference prior to beginning mobilization on site or any work therein. I It shall be the Contractor's responsibility to substantiate that the areas adjacent to demolition and construction activities are undamaged by operations under this contract at the conclusion of the work under this contract. 2. Attention is directed to the possible existence of pipe and other underground improvements which may or may not be shown on the Drawings. All reasonable precautions shall be taken to preserve and protect any such improvements. B. Promptly notify Architect of significant hidden conditions discovered, for supplementary directions and possible changes to the work before proceeding. 3.3 UNDERGROUND UTILITIES AND EXCAVATION A. Locations: The locations of existing underground lines, which are indicated on the Drawings are based on the best available sources, but shall be regarded as approximate only. Exercise extreme care in locating and identifying these lines before excavation in adjacent areas. 1. Attention is directed to the possible existence of pipe and other underground improvements which may or may not be indicated on the 02061-9 7152 Drawings. All reasonable precautions shall be taken to preserve and protect any such improvements. B. Identification: The Contractor shall be responsible for taking every reasonable step required to ascertain the exact locations of any existing(underground)utilities not specifically indicated on the drawings which may interfere with his operations in the area of work. C. Contractor shall make careful and thorough survey of the work and surrounding areas for any visible sign or indication of possible (underground) utilities or appurtenances thereto and shall coordinate the exact location of said utility with the Installation's Governing Authority prior to any excavation and insuing damages or interruptions. D. When trenching operations may cross an existing utility path, no digging with mechanical equipment shall be performed within 10 feet of the crossing point until the utility is physically exposed by hand digging. 3.4 EROSION CONTROL A. Where necessary for demolition work, the Contractor shall provide and maintain erosion and sedimentation(E/S)control of any exterior site areas. Provide erosion and sedimentation control devices such as, but not limited to, dikes, berms, silt fences, swales, grade stabilization structures, sediment traps, and/or other approved means to prevent sediment migration onto any paved areas. The Contractor shall conduct ongoing inspections of the E/S control methods and direct the Contractor to make such repairs and/or modifications as necessary to assure effective operation of the controls. 3.5 DEMOLITION PREPARATION A. Locate,identify,stub off,disconnect and remove underground utility services that are not to remain in service as part of the finished work. B. Provide interior and exterior shoring, bracing, or support to prevent movement, settlement,or collapse of areas to be demolished and adjacent facilities to remain. 1. If safety or stability of structure appears to be endangered, cease operations and notify the Architect and the Owner's Representative immediately. Take precautions necessary to support structure until determination is made for continuing operations. 2. Provide all necessary protections required for seismic conditions. 3.6 SHORING AND SUPPORT 02061-10 7152 A. Provide proper shoring and supports as the Contractor deems necessary or as required by regulation to temporarily support and/or stabilize earthwork or construction during demolition and reconstruction operations. 3.7 DEMOLITION A. Pollution Controls: Use water sprinkling for exterior work,temporary enclosures where necessary for interior work. Provide other suitable methods as each condition may require to limit to the lowest practical level all dust and dirt arising and/or scattering from demolition operations. Comply with governing regulations pertaining to environmental protection. 1. Do not use water sprinkling within the building,or outside when it may drain onto areas outside this project's limits, or create a hazardous or objectionable condition. 2. Clean adjacent structures and improvements of dust, dirt, silt, and debris caused by demolition operations. Return adjacent areas to condition existing prior to start or work. r B. Demolition: Demolish existing construction as required and remove from site. Use such methods as necessary to complete work within recognized construction practices and within limitations of governing regulations. r 1. Proceed with demolition in systematic manner. Provide proper receptacles for removal of demolished materials. 2. Demolish masonry in small sections. Cut masonry at junctures with construction to remain using power-driven masonry saw or hand tools. Do not use power-driven impact tools. 3. For interior concrete slabs, use cut and removal methods that will not crack or structurally disturb adjacent slabs, partitions and structure. Provide proper ventilation where Owner's Representative specifically allows the use of internal combustion powered concrete saws for interior work, otherwise use electric or hydraulically powered concrete saws. 4. Locate demolition equipment within the building and remove demolished materials so as to not impose excessive loads on roofs or to supporting walls, floors or framing. 5. Mechanical,Plumbing and Electrical: Demolish and remove existing M, P&E items not otherwise included in Divisions 15000 and 16000 work, and their associated accessories as specified herein and as necessary for execution of finished work. a. Properly evacuate any refrigerant systems prior to demolition. b. All demolished mechanical, plumbing, and/or electrical penetrations through slab on grade shall be excavated and properly capped at the horizontal run, or at a minimum of 6" below the underside of the concrete floor slab. The concrete floor shall be properly patched. 02061-11 so 7152 C. Remove all existing above floor mechanical, electrical and plumbing items not reused in the finished construction. No unused or abandoned mechanical, plumbing, and/or electrical items shall remain in the completed project. C. Cutting: Openings cut through existing concrete Dr masonry shall be made with masonry saws and/or core drills and at such locations acceptable to the Architect. Impact type equipment shall not be used except where specifically approved. Locations indicated on the drawings are for the general area at which the new openings shall occur. The Contractor shall verify the exact location to make the required openings on the job site. No cutting or boring through existing concrete structural beams or columns,or excavation which will weaken the structure shall be undertaken. Do not cut into structural items, columns, or beams without specific authorization. 1. The Contractor shall coordinate all requirements for, and provide openings in existing floors, walls, ceilings, or roofs for all necessary plumbing,mechanical,and/or electrical items whether such openings are specifically indicated on the demolition drawings or not. 2. Where openings are cut through masonry walls, provide lintels and/or other structural supports to protect the remaining masonry. Unless specifically indicated otherwise, provide the equivalent of steel angle 3- 1/2" x 3-1/2" x 1/4" for each nominal four inch thickness of masonry bearing a minimum of four inches at each end. Adequate shoring and supports shall be provided during the cutting operation to prevent any damage to the masonry. Provide proper light gauge framing for openings in stud type walls. 3. All new openings exposed to view in the finished construction shall appear in "as-new" condition as may be required by the materials involved. The opening shall match and blend into the remaining surrounding materials and/or finishes. D. Existing Openings: Where existing construction items are removed and deleted, and the resulting openings will not be reused,these openings shall then be closed and finished with matching materials and construction systems. All other existing openings that are reused shall be adjusted to the correct size for installation of the required construction work. Where these openings are reduced or closed,all new exposed surfaces shall be of matching material type,and be textured and finished to match and blend into the existing adjoining surfaces,materials and/or finishes. E. Construction and Equipment Removal: Unless specifically required otherwise, where removal and deletion of existing construction and mechanical or electrical equipment,devices,or accessories is necessary, the Contractor shall also remove all associated mountings and attachments such as supports,hangers,bases,anchor 02061-12 7152 bolts, and mounting pads. In all occupied areas,patch and refinish reconstructed demolition areas to match and blend into similar existing adjoining surfaces. F. Existing Floor Surface: Where work under this contract disturbs any existing floor surface,the Contractor shall provide a clean and smooth finish substrate for installation of the scheduled floor finish. Satisfactorily remove existing adhesives, mortar, grout, and/or glues and prepare surface to accept new construction. 1. Where a new floor finish material is scheduled to be applied directly to an existing concrete floor surface,the existing concrete floor surface shall be patched and smoothed as necessary for application of scheduled floor material with an appropriate cement based material. 2. Where ceramic the and/or a concrete topping is scheduled to be applied directly to an existing concrete floor surface, the existing concrete floor surface and any patch or infill work shall be sand blast cleaned or otherwise properly etched to receive bonding agent and concrete topping. G. Protection: During operations under this contract the Contractor shall preserve and protect all existing site features, construction, and all building surfaces and finishes that are to remain. 1. It shall not be the Contractor's option to substitute repair and refinish work for neglecting this required protection. 3.8 SALVAGE MATERIALS A. Select the materials to be salvaged which are in the best condition represented in several demolition areas. 1. Where items such as wood trim and ceramic the are to be salvaged for reuse,salvage as much of the available material in the demolition area(s) as necessary for reconstruction work. 2. Where more than one unit of a type indicated to be reused in the completed project is part of demolition work, select the best available unit(s) for salvage and reuse. B. Refer to Salvage Schedule for materials for reuse. 3.9 DEMOLITION AND REMOVAL OF EXISTING ROOF AND ROOFING: A. Test cuts of the existing roofing indicate that the existing roofing system is made up of several generations of built-up membrane ply moppings. There is no evidence of an insulation layer as a part of the roofing assembly. 02061-13 7152 B. The Contractor shall perform laboratory analysis of the existing roofing and flashing system to reveal materials and locations of asbestos containing materials (ACM). C. Work under this Section includes the total removal of the existing built-up membrane system and associated parapet wall flashing and all counterflashings. 1. The Contractor shall take all proper precautions and follow prescribed safety precautions in the removal of any asbestos bearing materials. D. Remove and legally dispose of all existing roofing membrane and flashing materials as well as all incidental material removed as a part of the roof demolition work. E. Leave existing parapet and stone coping surfaces clean smooth and free of existing material that would cause non adherence of the replacement roofing and flashing systems. 3.10 FILLING DEMOLITION VOIDS A. Completely fill below-grade areas and voids resulting from demolition which are not otherwise designated for other reconstruction. Coordinate with requirements of other Division 2 sections. I Use satisfactory soil matecials consisting of excavated material, soil, gravel,and sand,free from debris,trash,frozen materials,roots and other organic matter. 2. Prior to placement of fill materials,ensure that areas to be filled are free of standing water, frost, frozen material, trash and debris. 3. Place fill materials in horizontal layers not exceeding 6" in loose depth. Compact each layer at optimum moisture content of fill material to a density equal to original adjacent ground. 4. After fill placement and compaction, grade surface to receive scheduled paving, or to meet adjacent planting surface contours and to provide proper surface drainage flow. Provide full Bermuda sod coverage for all site grass planting areas disturbed by operations under this contract. 3.11 COMPACTION TESTING SERVICE A. Consistent with the requirements of Division 1, Testing Agency Service, the testing laboratory shall perform field density tests to verify required fill material compaction where directed by the Architect. I Prior to beginning demolition work coordinate all expected demolition and backfill work with the Architect for determination and scheduling of the testing necessary. 02061-14 7152 B. Additional Tests: The testing service will make additional tests of in-place compacted material after remedial recompaction has occurred, when test results indicate specified compaction was not originally attained. 1. Contractor shall pay for such additional tests conducted, and any other additional testing necessary, when unacceptable work is verified. 3.12 DISPOSAL OF DEMOLISHED MATERIALS A. Remove from the building site all excess excavated material, demolition debris, rubbish and other materials resulting from demolition operations,transport from the job site regularly to avoid accumulation of debris, and legally dispose of off site. I Handling and disposal of any hazardous materials encountered during demolition operations shall comply with applicable regulations,laws,and ordinances concerning removal, handling, and protection against exposure or environmental pollution. 3.13 CLEAN-UP AND REPAIR A. General: Upon completion of demolition work,remove tools,equipment,and any remaining demolished materials from site. Remove protections and leave interior work areas broom clean. 1. Properly restore all elements of the existing construction and/or surfaces which are to remain as part of the finished work, to their original condition prior to start of operations. Repair adjacent construction and/or surfaces unavoidably soiled or damaged by selective demolition work. END OF SECTION 02061-15 7152 SECTION 02230 SITE CLEARING PART I GENERAL 1.1 SUMMARY r A. Related Documents: General and Supplementary Conditions of the Contract, Division I General Requirements, and Drawings are applicable to this Section. B. Section Includes: 1. Clear site of plant life and grass. 2. Remove root system of trees and shrubs. 3. Remove surface debris. 4. Remove designated paving and curbs. r 5. Topsoil excavation. r 1.2 REGULATORY REQUIREMENTS A. Conform to applicable building code for disposal of debris. B. Coordinate clearing Work with utility companies. C. Conform with applicable portions of O.S.H.A., including 1926.604. PART 2 PRODUCTS 2.1 MATERIALS A. Herbicide: Round-up by Monsanto. B. Substitutions: Submit in accordance with Section 01600. PART 3 EXECUTION 3.1 PREPARATION A. Verify that existing plant life and features designated to remain are tagged or identified. B. Locate and identify utilities intended to remain. 3.2 PROTECTION 02230- 1 7152 A. Protect plant growth and features remaining as final landscaping. Flag as required to properly identify items to remain. B. Protect bench marks and existing work from damage or displacement. C. Maintain designated site access for vehicle and pedestrian traffic. D. Protect remaining utilities from damage. 3.3 CLEARING A. Dilute and apply herbicide in accordance with manufacturer's recommendations. B. Clear areas required for access to site and execution of Work. C. Remove trees and shrubs within marked areas. Grub out stumps, roots, and surface rock. Use only hand methods for grubbing inside drip line of trees indicated to remain. D. Clear undergrowth and deadwood, without disturbing subsoil. E. Burning debris on site is not permitted. F. Remove debris, rock, and extracted plant life from site. 3.4 TOPSOIL EXCAVATION A. Excavate topsoil from areas to be further excavated, re- landscaped, or re-graded. B. Stockpile in area designated on site to depth not exceeding 8 feet. Protect from erosion. Remove excess topsoil not being reused, from site. C. Do not excavate wet topsoil. 3.5 REMOVAL A. Remove debris from site. Leave site in clean condition ready for earthwork. END OF SECTION 02230 - 2 '� 7152 SECTION 02300 EARTHWORK PART I GENERAL 1.1 SUMMARY A. This Section includes, but is not limited to: 1. Removing and storing topsoil. 2. General excavation,excavation for structures and footings. 3. Paving base preparation. 4. Rough grading 5. Fill and backfill 6. Finish grading. 7. Shoring and bracing excavations with temporary shoring, sheeting or retention system as required by code law or ordinance to protect excavation area, workers, nearby streets and structures. 8. Dewatering excavations. B. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Elsewhere in Division 2. 2. Earthwork: Elsewhere in Division 2. 3. Site Clearing: Elsewhere in Division 2. 4. Bituminous Concrete Paving: Elsewhere in Division 2. 5. Reinforced Cement Concrete Pavement: Elsewhere in Division 2. 6. Landscape Work: Elsewhere in Division 2. 7. Landscape Irrigation: Elsewhere in Division 2. 1.2 SUBMITTALS A. Samples: Submit minimum 30 pound samples of each type of fill material to be used. Forward samples to testing laboratory packed tightly in containers to prevent contamination. B. Laboratory Test Reports for Following 1. Test reports on borrow material. 2. Field Density Reports. 3. One optimum moisture-maximum density curve for each type soil encountered. 4. Materials certificate stating materials acceptable for fill and backfill. 02300 - 1 7152 C. Certifications 1. Submit to Architect a statement certified and sealed by Professional Structural Engineer registered in the State of Texas, attesting to adequacy of shoring, sheeting and retention system components for trenches and excavations to: a) Withstand lateral earth and hydrostatic pressure loads. MR b) Enable a safe wall system to allow excavation to proceed. c) That maximum allowable deflection of shoring, sheeting and retention system will not interfere with subsequent construction. •R: 2. Certify completed wall system meets law, ordinance, and Building Code requirements. 3. Certify that component parts are properly designed or selected for locale and application intended and installation was made in accordance with practices standard to the industry. 1.3 BASIS FORBIDS A. Base bids on excavating and filling with materials encountered at site except where special fill or backfill materials are specified herein or indicated on Drawings. No allowance or extra payments will be made by reason of variation in types of soil encountered or variations in their moisture contents. Furnish additional fill material required and included as a part of the work. Include removal of excess or objectionable materials as a part of the work. 1.4 QUALITY ASSURANCE A. Shoring, sheeting, bracing and retention plans, details and other provisions necessary in order to safely excavate trenches for this project shall be prepared by a Professional Engineer registered in the State of Texas and employed by Contractor. B. Contractor is solely responsible for retention plans, details, accessories and execution. C. Regulatory Requirements: Perform excavation work in compliance with applicable requirements of governing authorities having jurisdiction. 1.5 PRECONSTRUCTION CONFERENCE A. Schedule meeting between Geotechnical Engineer, Owner/PM, Testing Laboratory, Structural Engineer, Architect, and Contractor to discuss potential problems that may be encountered during earthwork. Submit earthwork plan for review and resolve differences of opinion before beginning earthwork. B. Schedule meeting at Project site immediately prior to start of earthwork to discuss Specifications, authority of geotechnical and testing agency, and agree upon testing procedures and frequency. M9 02300 - 2 7152 1.6 PROTECTION r A. Protect trees, shrubs, lawns, rock out-croppings and other features remaining as a portion of final landscaping. B. Protect benchmarks,existing structures, fences, sidewalks, paving, and curbs from equipment and vehicular traffic. C. Protect above and below grade utilities which are to remain. D. Protect excavations by shoring, bracing, sheet piling, underpinning, or other methods required to prevent cave-in or loose soil from falling into excavation. Monitor shoring system and surrounding ground surface during construction to detect movement. If movement becomes significant, take contingency steps to brace excavation and adjacent utility lines. E. UnderpinJ adjacent structures which may be damaged by excavation work, including service utilities and pipe chases. F. Notify Architect of unexpected subsurface conditions and discontinue affected work in area until notified to resume work. G. Protect bottom of excavations and soil adjacent to and beneath foundations from frost. H. Grade excavation top perimeter to prevent surface water run-off into excavation. 1.7 COORDINATION A. Coordinate excavation work with other trades for proper scheduling of work. Accurately record location of utilities to remain prior to beginning work, includiw., horizontal dimensions, inverts and slope gradients. 1.8 TESTING A. Will be performed in accordance with the provisions of The General Conditions. 1.9 PROJECT RECORD DOCUMENTS A. Accurately record actual locations of utilities remaining, by horizontal dimensions, elevations or inverts, and slope gradients. IP • 02300 - 3 am 7152 PART 2 PRODUCTS 2.1 STOCKPILING A. Material cut or excavated from building areas which is suitable for backfilling may be stored on site to be distributed later. B. Fill material required to be hauled in may be stockpiled at site until used, provided it is properly handled to prevent contamination with undesirable materials. C. Stockpile topsoil separate from excavated sub-soil. D. Location of stockpiles is subject to approval of Architect. 2.2 SURPLUS MATERIALS A. Remove excavated materials not to be used in fills and backfills on this project from site immediately. B. Remove materials containing rubbish, debris, or rocks. EIR 2.3 SOIL MATERIALS A. General Fill and Backfill: Suitable existing excavated on-site soil free from vegetation, debris, and other deleterious matter, unless otherwise noted. B. Wall Backfill: At contractor option, provide one of the following: 1. Select sandy clay or clayey sand, inert and non-expansive, having a plasticity index of between 4 and 15 and a liquid limit less than 35. 2. Granular, free draining material, including sand,crushed stone, sand/gravel mixture or sand/crushed stone mixture, with less than 2% passing the no. 200 sieve and less than 40% passing a no. 40 sieve (minus 40 material should be non-plastic). ASTM C-33 course aggregate, size 57 or 67 meets this criteria. C. Base Material in Parking/Drive Areas (as an alternate to lime stabilization under vehicular paving): I. Aggregate base meeting TxDOT Item 247, Grade 1, type A. D. Top Soil: 1. Clean natural topsoil free of vegetation,debris and other deleterious matter, and approved by Landscape Architect. Mi 2. Upper 6 inches of topsoil stripped may be used, if suitable, otherwise use imported natural, fertile, friable soil possessing characteristics representative of productive growing soils in the area. MR 3. Topsoil will be rejected if excessively acid or alkaline or contains toxic substances harmful to plant growth. 4. Provide topsoil free from weeds, nutgrass, lumps, stones larger than I inch, roots, or similar substances. 02300 -4 7152 2.4 SHORING AND BRACING A. Using a Professional Engineer registered in the State of Texas, design, install, and provide as necessary to prevent cave-ins and slides, or as a protection for workmen in trenches and other excavation. Retain shoring and bracing in place as long as required for safety and shall be removed only as backfill is placed. Comply with all Municipal, State, and Federal requirements. PART 3 EXECUTION 3.1 EXAMINATION A. Establish extent of excavation by area and elevation; designate and identify datum elevation. B. Set required lines and levels. C. Maintain bench marks, monuments and other reference points. 3.2 PREPARATION A. Existing Utilities: 1. Before starting excavation, establish location and extent of underground utilities occurring in work area. 2. Notify utility companies to remove and relocate lines which are in way of excavation. 3. Maintain, reroute or extend as required, existing utility lines to remain which pass through work area. 4. Protect utility services uncovered by excavation. 5. Remove abandoned utility service lines from areas of excavation; cap, plug or seal such lines and identify at grade. 6. Accurately locate and record abandoned and active utility lines rerouted or extended on Project Record Documents. 7. Upon discovery of unknown utility or concealed condition, discontinue affected work and notify Architect. B. Protection: 1. Protect plant life, lawns, and other features remaining as part of final landscaping. 2. Protect bench marks,existing structures, fences, sidewalks, paving, and curbs from excavation equipment and vehicular traffic. 3.3 ROUGH GRADING A. Excavation and rough grade to lines and grades shown, B. Overcut planting and lawn areas to allow a layer of topsoil not less than 4 inches thick. 02300- 5 7152 C. Maintain excavations to drain and be free of excess water. Ponding of water on site will not be permitted. D. Remove objectionable and excess materials from site when excavated. E. Exercise extreme care in grading around existing trees. Do not disturb existing grades around existing trees except as otherwise noted. When excavation through roots is necessary, and after review and approval by Landscape Architect, perform by hand and cut roots with sharp axe. 3.4 EXCAVATION - GENERAL A. Excavation Classification: 1. Unclassified and includes excavation to subgrade elevations indicated, regardless of character of materials and obstructions encountered. B. Unauthorized Excavation: 1. Consists of material removal beyond indicated subgrade elevations or dimensions without specific direction of Architect. 2. Correct unauthorized excavation, as well as remedial work directed by Architect, at no additional cost to Owner. 3. Under footings, foundation bases, or retaining walls, fill unauthorized excavation by extending indicated bottom elevation of footing or base to excavation bottom without altering required top elevation. 4. Lean concrete fill may be used to bring elevations to proper position, when acceptable to Architect. 5. Backfill and compact other unauthorized excavations as specified for authorized excavations of same classification, unless otherwise directed by Architect. C. Additional Excavation: I When excavation has reached required subgrade elevations, notify soils testing laboratory for examination of conditions. 2. If unsuitable bearing materials are encountered at required subgrade elevations, excavate deeper and replace excavated material as directed by soils testing laboratory. 3. Removal of unsuitable material and its replacement as directed will be paid on basis of Contract conditions relative to changes in Work. 4. Disturbed material below slabs on-grade will require over-excavation and replacement at no additional cost to Owner. 5. Correct unauthorized excavation as directed. 6. Do additional excavation only by written authorization of Architect. D. Dewatering: I Prevent surface water and subsurface or ground water from flowing into excavations and from flooding Project site and surrounding area. 2. Do not allow water to accumulate in excavations. 3. If presence of subsurface water is encountered during excavation, provide interior drainage. 4. Remove water to prevent softening of foundation bottoms, undercutting footings, and soil changes detrimental to stability of subgrades and foundations. 02300- 6 7152 5. Provide and maintain pumps, well points, sumps, suction and discharge lines, and other dewatering system components necessary to convey water away from excavations. 6. Establish and maintain temporary drainage ditches and other diversions outside excavation limits to convey rain water and water removed from excavations to collecting or run-off areas. 7. Do not use trench excavations as temporary drainage ditches. 3.5 STRUCTURAL EXCAVATION A. Locate and mark existing underground utilities and services before beginning structural excavation. B. Provide excavation for structures and footings, as required for construction, bracing and removal of forms, applying waterproofing, and to permit inspection. C. Machine slope banks to angle of repose or less until shored. Do not allow excavation to interfere with normal 45 degree angle bearing splay of any foundation. D. Ensure bottom of excavation is reasonably level. E. Maintain excavations in as near their natural moisture conditions as possible. F. Fill over-excavated areas under structure bearing surfaces in accordance with Architect's direction. G. Do not allow construction equipment to create "pumping" of soils, H. Stockpile excavated clean fill for reuse where directed. Remove excess or unsuitable excavated fill from site. I. Remove boulders or cobbles. J. Coordinate with drilled pier work for special requirements and arrangements regarding excavation to rough out elevations. K. If presence of perched water is encountered, provide interior drainage. 3.6 FILLS AND BACKFILLS - GENERAL A. Verify foundation sub-soil drainage installation has been inspected and that foundation and basement walls are braced to support surcharge forces imposed by backfilling operations. B. Verify areas to be backfilled are free of debris, snow, ice or water, and ground surfaces are not frozen. C. Proofroll exposed subgrade in building and paving areas with heavily loaded dump truck or similar acceptable construction equipment, to detect unsuitable soil conditions. Commence proofrolling operations after a suitable period of dry weather to avoid degrading acceptable subgrade surfaces. Make 4 passes over each section with proofrolling equipment, with the last 2 passes perpendicular to the first 2 passes. D. Cut out soft areas of subgrade not readily capable of in-situ compaction. Backfill and compact to density equal to requirements for subsequent backfill material. E. Site backfill systematically, as early as possible, to allow maximum time for natural settlement. Do not backfill over porous, wet or spongy subgrade surfaces. 02300- 7 7152 .s F. Use a placement method that will not disturb or damage foundation perimeter drainage and utilities in trenches. G. Maintain optimum moisture content of backfill materials to attain required compaction density. H. Make gradual changes in grade. Blend slopes into level areas. 3.7 FILLS OUTSIDE STRUCTURE A. Roughen and loosen filled areas before placing of fill materials. B. Spread suitable fill materials in uniform layers over area not to exceed 8 inches thick compaction. C. Wet and work materials as required for proper compaction and thoroughly mix. D. Compaction: By tamping rollers or by utilizing excavation equipment to spread and compact fill to a uniform density equal to natural density of material before excavating. E. Areas adjacent to building, or where compacting equipment cannot work: Compact with hand tampers. F. Compact filled areas to 90 percent Standard Proctor(95% beneath vehicular and pedestrian paving) and to lines and grades shown, with allowances for a final layer of topsoil at least 4 inches thick in lawn and planter areas. G. Plant Beds: Provide 8 inch depth of plant bed fill in planting beds, and leave at finish grade detailed. H. Base Material Beneath Vehicular Paving: Fill beneath paving with crushed stone. Place in compacted lifts compacted to a minimu,ii of 95 percent of Standard Proctor within 2% of optimum moisture content. Prior to placing material, scarify and re- compact subgrade to 95 percent of Standard Proctor density. 3.8 BACKFILL OUTSIDE STRUCTURE A. Ensure areas to be backfilled are free from debris, snow, ice and water and that ground surfaces are note in frozen condition. B. Do not backfill over existing subgrade surfaces which are porous, wet or spongy. C. Backfill areas to grades, contours, levels and elevations indicated. D. Backfill systematically and as early as possible to allow maximum time for natural settlement and compaction. E. After permanent construction is in place, forms and trash removed, sub-soil drainage and water-proofing complete and inspections complete, backfill with approved materials and compact to approximate density of natural ground. F. Place backfill in layers not exceeding 8 inches loose depth, and hand or machine .. tamp to compaction required. G. Water may be added to backfill material as an aid to compaction; however, do not allow material to become wet to form a mud or paste. 02300 - 8 7152 H. Foundation Wall Backfill 1. Utilize either select fill or granular material to backfill foundation walls to minimum of 2'-0" beyond foundation walls and to within 2'-O" of ground surface. 2. Provide upper 2'-O" of foundation wall backfill with impervious clay soil to prevent surface water infiltration into backfill. 3. Carefully place backfill in uniform 9 inch lifts and compact to 95 percent of maximum Standard Proctor density for select fills and minimum 65% of ASTM D4253 and 4254 for granular material. Place material witin 2% of optimum moisture content. 4. Prevent overcompacting backfill pressure on wall. 5. Backfill simultaneously on each side of walls (where backfill is to occur on both sides) to equalize soil pressures. 3.9 DRAINAGE AND PUMPING A. Provide for surface drainage to keep site free of surface water, and to keep excavation free of water during entire construction period. Provide and operate pumping equipment as required. If seepage is encountered, excavations shall be kept free of water. 3.10 EXPLOSIVES A. Use of explosives is strictly prohibited. 3.11 FINISH GRADING A. After completion of rough grading and site cleared of construction debris, cover areas disturbed by construction or graded to provide new finish grades with a layer of topsoil not less than 6 inches thick. B. Reuse stockpiled topsoil, cleaned of foreign matter, or provide additional approved topsoil as required. C. Provide final grades as shown or as directed by Architect, slope away from building, and provide drainage for area. D. Degree of Finish: That ordinarily obtainable with blade grader or scraper operations. E. Finish Surfaces: No greater than 0.10 feet above or below established grade elevation. F. Provide uniform roundings at top and bottom of slopes and other breaks in grade. Correct irregularities and areas where water will stand. G. Uniformly distribute topsoil to required grades; feather back to where grades remain unchanged. H. Finish lawn and unpaved areas to linch below top of walk and curbs. 3.12 FIELD QUALITY CONTROL 02300 - 9 am 7152 OR A. Testing Laboratory Services: I Testing and inspection service for quality control testing during fill and backfill operations will be performed in accordance with the provisions of The General Conditions. 2. Submit soil materials proposed for fill and backfill to laboratory for testing. a) Laboratory will determine suitability of materials to be used. b) Laboratory will submit test results and recommendations. M9 3. Advise testing laboratory 48 hours minimum in advance of operations. 4. Tests will be executed immediately prior to covering of such compacted areas. 5. When tests indicate compaction does not meet requirements, remove fill and backfill completely, dry out or moisten as necessary and recompact. a) Retest recompacted areas. b) Repeat until test indicate compliance with specified requirements. c) Provide reworking and retesting at no additional cost to Owner. B. Testing laboratory will perform one field density test of each lift per 2000 square feet of compacted fill materials for building slab and paved areas, and one test per 200 lineal feet of foundation compacted fill, C. For each strata of soil on which footings will be placed, testing laboratory will conduct at least one test to verify required design bearing capacities. Subsequent verification and approval of each footing subgrade may be based on a visual comparison of each subgrade with related tested strata, when acceptable to Architect. D. When work of this Section or portions of work are completed, notify testing M9 laboratory to perform density tests. E. Laboratory will perform one series of tests on area being evaluated in accordance with ASTM D 2922 and D 3017, or ASTM D 1556 and D 1557. M" F If during progress of Work tests indicate that compacted materials do not meet specified requirements, remove defective work, replace and retest at no additional cost to Owner. G. Ensure compacted fills are tested before proceeding with placement of surface materials. H. Perform testing to least encumber performance of Work. 3.13 ADJUSTING A. Protect newly graded areas from traffic and erosion. Keep free of trash and debris. B. Repair and re-establish grades in settled, eroded, and rutted areas to specified tolerances. C, Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarify surface, re-shape, and compact to required density prior to further construction. D. Where settling is measurable or observable at excavated areas during general project warranty period, remove surface (pavement, lawn or other finish), add backfill material, compact, and replace surface treatment. Restore appearance, quality, and condition of surface or finish to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 02300 - 10 7152 3.14 PROTECTION, CLEAN-UP AND EXCESS MATERIALS A. Protect grades from construction and weather damage, washing, erosion and rutting, and repair such damage that occurs. B. Correct any settlement below established grades to prevent ponding of water. C. At locations where lime, concrete or other foreign matter has penetrated or been mixed with earth, remove damaged earth and replace with clean material. D. Remove excess stockpiled material, debris, waste, and other material from site and leave work in clean finished condition for final acceptance. Dispose of debris and excess materials. END OF SECTION FP PF ps 02300 - 11 7152 SECTION 02743 BITUMINOUS CONCRETE PAVING PART I GENERAL 1.1 SUMMARY A. Related Documents: General and Supplementary Conditions of the Contract, Division I General Requirements, and Drawings are applicable to this Section. B. Section Includes: 1. Asphaltic concrete paving. 1.2 DESIGN REQUIREMENTS A. Design: Binder course of TxDOT Item No. 340,Type B, and wearing course of TxDOT item 340,Type D. Total thickness of 5 inches in for standard duty pavement and 7 inches for heavy duty pavement. Refer to Drawings for locations. 1.3 QUALITY ASSURANCE A. Perform work in ...ccordance with TxDOT Standards. B. Mixing Plant: Conform to State of Texas Standards. C. Obtain materials from same source throughout. D. Equipment: Conform to TxDOT Standards. 1.4 ENVIRONMENTAL REQUIREMENTS A. Do not place asphalt unless base surface temperature is less than 40 degrees F and rising, nor when or surface is wet or frozen. 1.5 REGULATORY REQUIREMENTS A. Conform to applicable standards (NCTCOG) for paving work on public property. 1.6 TESTS A. Testing and analysis of asphaltic mix will be performed under provisions of the General Conditions. B. Submit proposed mix design of each class of mix for review prior to commencement of work. Testing laboratory will review mix design and make recommendations for modifications. 02743 - 1 7152 C. Testing organization will take samples and perform tests in accordance with Section 01450. 1.7 SUBMITTALS A. Submit product data and manufacturer's instructions. PART 2 PRODUCTS 2.1 MATERIALS A. Primer: Homogeneous medium curing liquid asphalt, ASTM D 2027. B. Tack Coat: Rapid curing emulsified asphalt, ASTM D 977 or ASTM D 2397. C. Asphalt Cement: TxDOT ITEM 300.2, type and grade as recommended by local paving authorities. D. Aggregate for Binder Course Mix: Sound, angular crushed stone, crushed gravel, or crushed slag, and sand, stone or slag screenings. E. Aggregate for Wearing Course Mix: Crushed stone, crushed gravel or crushed slag, and sharp-edged natural sand. F. Fine Aggregate: Sharp sand. G. Mineral Filler: Finely ground particles of limestone, hydrated lime, or other approved mineral dust, free of foreign matter, meeting ASTM D 242. H. Herbicide Treatment: Commercial chemical for weed control, registered with Environmental Protection Agency (EPA). 2.2 ASPHALT PAVING MIX A. Use dry materials to avoid foaming. Mix uniformly. B. Provide plant mixed, hot laid asphalt-aggregate mixture complying with ASTM D 3515 and as recommended by local paving authorities to suit project conditions. C. Binder Course: 3.5 to 7.0 percent of asphalt cement by weight in mixture, with aggregate gradation as follows: Passing Retained On Percent I inch sieve 100 7/8 inch sieve 95 to 100 7/8 inch sieve 3/8 inch sieve 21 to 53 3/8 inch sieve No. 4 sieve 11 to 42 No. 4 sieve No. 10 sieve 5 to 26 I Total Retained On No. 10 sieve 50 to 74 02743 - 2 • 7152 No. 10 sieve No. 40 sieve 6 to 32 No. 40 sieve No. 80 sieve 4 to 21 No. 80 sieve No. 200 sieve 3 to 21 No. 200 sieve I to 8 D. Wearing Course: 4.0 to 8.0 percent of asphalt cement by weight in mixture with aggregate gradation as follows Passing Retained On Percent 1/2 inch sieve 100 3/8 inch sieve 85 to 100 3/8 inch sieve No. 4 sieve 21 to 53 No. 4 sieve No. 10 sieve I I to 32 Total Retained No. 10 sieve 54 to 74 On No. 10 sieve No. 40 sieve 6 to 32 No. 40 sieve No. 80 sieve 4 to 27 No. 80 sieve No. 200 sieve 3 to 27 1LNo. 200 sieve I to 8 PART 3 EXECUTION 3.1 INSPECTION A. Verify compacted subgrade and lime stabilized base is dry, and ready to support paving and imposed loads. Proof roll to check for unstable areas. Remove loose material. B. Verify gradients and elevations of base are correct. C. Beginning of installation means acceptance of substrate. 3.2 PREPARATION A. Apply primer over substrate at uniform rate of 0.33 to 0.50 gallons per square yard. Apply material to penetrate and seal, but not flood surface. ?p 02743 - 3 7152 B. Apply primer in accordance with manufacturer's instructions, and only when ambient temperatures are above 50 degrees F and when ambient temperature has not been below 35 degrees F for 12 hours immediately prior to application. C. Use clean sand to blot excess primer. D. Apply primer to contact surfaces of curbs, and gutters. E. Coat surfaces of manholes and catch basin frames with oil to prevent bond with asphalt paving. F. Cut edges of existing asphalt paving clean with pavement saw before beginning ^' installation of new paving. G. Establish and maintain required grade control lines and elevations. 3.3 PLACING ASPHALT PAVEMENT A. Place base course within 24 hours of priming base surfaces, and only when ambient temperatures are at least 40 degrees F and rising. B. Place course to compacted thickness specified or shown. C. Apply tack coat to base course (and abutting/projecting surfaces) prior to beginning surface course. Apply at rate of 0.33 to 0.50 gallons per square yard of surface and in accordance with manufacturers instructions. D. Place binder course after allowing tack coat to dry. Place wearing course within two hours of placing and compacting binder course. E. Place, spread and strike-off mixes with mechanical paver, in strips not less than 10 feet wide. Place inaccessible and small areas by hand. Spread mixture at minimum temperature of 225 degrees F. F. Compact pavement by rolling and extend rolling to overlap previous strips. Do not displace or extrude pavement from position. Hand compact in areas inaccessible to rolling equipment. G. Develop rolling with consecutive passes to achieve even and smooth finish, without roller marks. Perform initial rolling when mixture will bear roller weight without excessive displacement. Perform finish rolling to remove roller marks and course has attained maximum density. 3.4 CONSTRUCTION JOINTS A. In accordance with TxDOT Standards. B. Make joints between old and new pavements or between successive days'work, to ensure continuous bond. Construct joints to have same texture, density and smoothness as other sections of course. Clean contact surfaces and apply tack coat. 3.5 TOLERANCES A. Flatness: Maximum variation of 1/4 inch measured with 10 foot straight edge. B. Compacted Scheduled Thickness: Refer to Section 01450. C. Variation from True Elevation: Within 1/2 inch. 02743 - 4 7152 3.6 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01450. 3.7 PROTECTION A. Immediately after placement, erect barricades and protect pavement under provisions of Section 01500 from mechanical injury for 7 days. 3.8 PATCHING A. Remove and replace paving areas mixed with foreign materials and defective areas. Cut out such areas and fill with fresh hot asphaltic mix. Compact by rolling to maximum surface density and smoothness. END OF SECTION IP rp 02743 - 5 IP 7152 SECTION 02752 REINFORCED CEMENT CONCRETE PAVEMENT PART I GENERAL 1.1 SUMMARY A. Related Documents: General and Supplementary Conditions of the Contract, Division I General Requirements, and Drawings are applicable to this Section. B. Section Includes: 1. Concrete sidewalks, steps, curbs, ramps, gutters, and streets. 2. Formwork and reinforcement. 3. Surface finish. 4. Curing. QUALITY ASSURANCE C. Perform work in accordance with ACI 301. D. Obtain materials from same source throughout. 1.2 REGULATORY REQUIREMENTS A. Conform to applicable code(NCTCOG) for paving work on public property. rt 1.3 TESTS A. Testing and analysis will be performed under provisions of Section 01450. B. Submit proposed mix design of each class of concrete to appointed firm for review prior to commencement of work. Testing firm will review mix designs and make recommendations for modifications. C. Testing firm will take cylinders and perform slump and air entrainment tests in accordance with ACI 301. D. Four concrete test cylinders will be taken for every 50 or less cubic yards of each class of concrete placed each day. E. One slump test will be taken for each set of test cylinders taken. 1.4 SUBMITTALS A. Submit product data under provisions of Section 01330. B. Include data on joint filler, admixtures and curing compounds. C. Submit manufacturer's instructions under provisions of Section 01340. • 02752 - 1 so 7152 MR D. Provide field samples of surface textures specified for architect approval prior to beginning work. MR E. Samples: Submit 2 sample panels, 48 by 48 inch in size illustrating paving finishes. 1.5 ENVIRONMENTAL REQUIREMENTS OR A. Do not place pavement when base surface or ambient temperature is less than 40 degrees F, or if base surface is wet or frozen. MR PART 2 PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C 150, Air Entraining-Type IA, Portland Cement, gray color. B. Fine and Coarse Aggregates: ASTM C33. C. Water: Clean and not detrimental to concrete. D. Color: Davis Colors as manufactured by Davis Colors, Los Angeles, California. or comparable product by LM Scofield or QC Construction Products. 2.2 FORM MATERIALS A. Conform to ACI 301. If using metal, material shall be free from deformities. If using wood, use construction grade lumber, sound and free of warp, minimum 2 inch nominal thickness, except where short radii of curves require thinner forms. B. Contraction Joint Devices: Galvanized sheet metal, keyed profile, with knock-outs for reinforcing and dowel steel. 2.3 REINFORCEMENT A. Reinforcing Steel: ASTM A615; 60 ksi yield grade; deformed billet steel bars, uncoated finish. B. Welded Steel Wire Fabric: Plain type, ANSI/ASTM A 185; in flat sheets; uncoated finish. C. Tie Wire: Annealed steel, minimum 16 gage size. D. Dowels: ASTM A615; 40 ksi yield grade, plain steel, uncoated finish. E. Miscellaneous Reinforcing Accessories: Spacers,chairs, ties, and other devices necessary for properly placing, spacing, supporting, and fastening reinforcement in place. 2.4 ACCESSORIES A. Curing Compound: ASTM C 309, type 1, clear. B. Form release agent: Non-staining, paraffin-based oil. 02752 - 2 7152 2.5 JOINT FILLERS A. Asphaltic Joint Filler: Asphalt impregnated fiberboard, ASTM D1751, 1/2 inch thick. B. Non-Asphaltic Joint Fillers: ASTM D1752, Type I. 2.6 ADMIXTURES A. Acceptable Manufacturers: Subject to compliance with requirements indicated, provide products of one of the following: 1. Cormix Construction Chemicals. 2. Euclid Chemical Company. 3. Sika Corporation. 4. Master Builders, Inc. 5. W. R. Grace & Co. B. Air Entrainment: ASTM C 260. C. Chemical Admixture: ASTM C 494,Type A-cement dispersing and water reducing. Use Type D - water reducing and retarding, or Type E - water reducing and accelerating as determined by climatic conditions and as approved by testing laboratory. 2.7 CONCRETE MIX A. Mix and deliver concrete in accordance with ASTM C 94, Alternate 2. B. Use accelerating admixtures in cold weather only when approved by testing laboratory.' Use of admixtures will not relax cold weather placement requirements. C. Use set-retarding admixtures during hot weather only when approved by testing laboratory. D. Add air entraining agent to concrete mix for concrete work exposed to exterior, in amounts of 4 to 7 percent of total concrete volume or as otherwise recommended by testing laboratory. E. Add color where scheduled in quantities recommended by coloring manufacturer to achieve selected color. F. Maintain water-cement ratio to produce a minimum of 3 to maximum of 5 inch slump. G. Use of calcium chloride and fly ash are strictly prohibited. PART 3 EXECUTION 3.1 INSPECTION A. Verify compacted subgrade, and lime stabilized soil is ready to support paving and imposed loads, free of frost, smooth and properly compacted. 02752 - 3 7152 B. Verify gradients and elevations of base are correct, and proper drainage has been provided so that water does not stand in the area to receive paving. C. Beginning of installation means acceptance of existing conditions. 3.2 PREPARATION A. Moisten base to minimize absorption of water from fresh concrete. B. Notify Architect, Owner/PM, and testing laboratory, minimum 24 hours prior to commencement of concreting operations. 3.3 FORMING A. Construct and remove forms in accordance with ACI 347. B. Place and secure forms to correct location, dimension, and profile. Adequately brace to withstand loads applied during concrete placement. C. Assemble formwork to permit easy stripping and dismantling without damaging concrete. D. Place joint fillers vertical in position, in straight lines. Secure to formwork during concrete placement. 3.4 INSERTS AND ACCESSORIES A. Make provisions for installation of inserts, accessories, anchors, and sleeves. B. Accurately place reinforcement in middle of slabs-on-grade. C. Interrupt every other bar of reinforcement at control and expansion joints. D. Place reinforcement to achieve slab and curb alignment as detailed. E. Steel shall be free of rust, mill scale, dirt and oil. F. Provide doweled joints at interruptions of concrete with one end of dowel set in capped sleeve to allow longitudinal movement. Provide support at both ends of dowels. G. Support reinforcing on bar chairs. Securely saddle tie at intersections. Rigidly MIR secure in place to minimize displacement during concrete pour. 'MR 3.5 JOINTS A. Intentional stoppage of concrete placing shall be at planned location of either an MR expansion joint or contraction joint. B. When stoppage occurs at an expansion joint, install joint assembly with a bulkhead of sufficient section drilled to accommodate required dowels. Provide expansion joints at maximum 40'-0" on center each way in parking lots, 40'-0" on center for curbs and maximum 2W-0" on center each way at pedestrian paving. C. When stoppage occurs at a contraction joint, install sheet metal joint assembly of sufficient section to prevent deflection, shaped to concrete section. Drill bulkhead to permit continuation of longitudinal reinforcing steel through construction joint. 02752 - 4 MIR 7152 D. Stoppage at Unintentional Location 1. Immediately upon unintended stoppage of concrete placing, place available concrete to a line and install bulkhead perpendicular to surface of pavement and at required elevation. Place and finish concrete to this bulkhead. Remove and P• dispose of concrete remaining on subgrade ahead of bulkhead. 2. When placing of concrete is resumed before concrete has set to extent that concrete will stand on removal of bulkhead, new concrete shall be rodded with the first; otherwise, carefully preserve joint face, 3. Provide a joint seal space at edges created by a construction joint of this type shall have a joint seal space as detailed on Drawings. E. Provide sawed contraction joints in vehicular paving and curbs spaced as detailed on Drawings, but in no case greater than 20 foot on center spacing. 1. Saw joints after completion of finishing operations as soon as concrete has hardened to extent necessary to prevent revealing of joint or damage to adjacent concrete surfaces. 2. Saw joints same day that concrete is placed except that sawing of joints in concrete placed late in day may be delayed until morning of following day. 3. In any event, saw joints within 18 hours after placing concrete. 4. Use a power-driven concrete saw made especially for sawing concrete and maintain in good operating condition. 5. Saw blades shall make a clean, smooth cut, producing a groove 1/8 inch to 3/16 inch wide and a depth equal to 1/4 of slab thickness, minimum I inch depth. 6. Align joints in vehicular paving with joints in adjacent pedestrian paving. 7. Cut joints through curbs at right angles to back of curb. F. Place joint.filler between paving components and building or other appurtenances. Recess top of filler I inch for backing rod and sealant placement by Section 07920. G. Provide 3/4 inch deep scored joints in sidewalks and plazas at intervals as indicated, but in no case spaced greater than width of walk. 3.6 PLACING CONCRETE A. Place concrete in accordance with ACI 301 and 304. Deposit concrete so that specified slab thickness will be obtained after vibrating and finishing operations. rMinimize handling to prevent segregation. Consolidate concrete by suitable means to prevent formation of voids or honeycombs. Exercise care to prevent disturbance of forms and reinforcing and damage to vapor retarder. Place concrete to lines and levels shown, properly sloped to drain into adjacent drainage structures. B. Hot Weather Placement: ACI 305. C. Cold Weather Placement: ACI 306. D. Ensure reinforcement, inserts,embedded parts,and formed joints are not disturbed during concrete placement. E. Place concrete continuously between predetermined construction joints. Do not break or interrupt successive pours such that cold joints occur. 02752 - 5 7152 3.7 FINISHING/CURING A. Vehicular Paving: Heavy broom. B. Sidewalk Paving: Light broom, radiused and trowel joint edges. C. Curbs and Gutters: Light broom. E. Curb Ramps for the Disabled: Provide one of the following at Contractor's option: 1. Stamped during final finishing to create raised truncated domes with a diameter of nominal 0.9 inches, a height of nominal 0.2 inches and a center-to-center spacing of nominal 2.35 inches, with a visual contrast to adjoining surfaces. 2. 1/8 inch deep grooves, 1/4 to 3/4 inch wide, at 3/4 inch to 2 inches on center, arranged so that water will not accumulate, with a visual color contrast to adjoining surfaces. D. After consolidating and screeding, float concrete to gradients indicated. Use a straight edge to level and test surface in longitudinal direction to required grade. Finish edges to provide a smooth dense surface with 1/8 inch radius. E. Place curing compound on exposed concrete surfaces immediately after finishing. Apply in accordance with manufacturer's instructions. 3.8 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 03300. B. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. 3.9 PROTECTION A. Immediately after placement,protect concrete under provisions of Section 01500 from premature drying,excessive hot or cold temperatures, and mechanical injury. 3.10 SCHEDULES A. Pedestrian Walks: 3,500 psi 28 day concrete compression strength,4 inches thick, 3 inch minimum and 5 inch maximum slump. B. Parking Area Pavement and Curbs: I Standard Duty: 3,500 psi 28 day concrete compressive strength, 5 inches thick, 3 inch minimum and 5 inch maximum slump. 2. Heavy Duty: 4,000 psi 28 day concrete compressive strength, 6 inches thick, 3 inch minimum and 5 inch maximum slump. 3. Refer to Drawings for locations of pavement thicknesses and strengths. END OF SECTION 02752 - 6 7152 SECTION 02765 PAVEMENT MARKINGS PART I GENERAL 1.1 SUMMARY A. Related Documents: General and Supplementary Conditions of the Contract, Division I General Requirements, and Drawings are applicable to this Section. B. Section Includes: 1. Pavement markings including painted handicapped symbols at designated spaces and fire lane markings as required by authorities having jurisdiction. 1.2 QUALITY ASSURANCE A. Installer: Having a minimum of 2 years experience in the layout and striping of parking lots. B. Job Conditions: Do not apply marking paint when weather is foggy or rainy, or ambient or pavement temperatures are below 40 degrees F., nor when such conditions are anticipated during eight hours after application. 1.3 SUBMITTALS . A. Submit manufacturer's product data and installation instructions in accordance with Section 01330. PART 2 PRODUCTS 2.1 MATERIALS A. Paint: 1. Type: Non-bleeding, pigmented, alkyd-chlorinated rubber composition. 2. Non-Volatiles: 70 percent by weight; 50 percent by volume. 3. Application Thickness per Coat: 15 mils wet (7 mils dry). 4. Application Rate per Coat: 300 to 320 linear feet of 4 inches wide line per gallon. 5. Colors: a) White: Parking stall stripping, directional emblems, restricted parking zone striping, disabled accessibility paths. b) Blue with White Copy: Disabled parking emblems. c) Red with White Copy: Fire lanes. 02765 - 1 no 7152 MR 6. Acceptable Product: Chlorinated Rubber Traffic Paint by Centerline Supply, Inc. B. Substitutions: Submit in accordance with Section 01600. 2.2 APPLICATION EQUIPMENT A. Pressurized, self-contained paint machine capable of applying a straight line from 2 to 6 inch wide, with consistent coverage. MW PART 3 EXECUTION 3.1 INSPECTION AND PREPARATION on A. Locate markings as indicated on Drawings. Provide qualified technician to supervise equipment and application of markings. Lay out markings using guide lines, templates and forms. B. Thoroughly clean pavement surfaces free of dirt, sand, gravel, oil and other foreign materials. C. Allow paving to cure before painting as required by manufacturer of traffic paint. 3.2 APPLICATION A. Apply in accordance with manufacturer's written instructions. B. Apply one coat to portland cement concrete paving and asphaltic concrete paving with protective seal coat. Apply two coats to asphaltic concrete paving without protective seal coat. C. Restrict traffic on pavement until stripping if fully cured. END OF SECTION 02765 - 2 7152 SECTION 02820- FENCES AND GATES PARTI -GENERAL 1.1 SUMMARY A. This Section includes, but is not limited to fence and gates of the following types: I Manufactured ornamental polymer-coated steel fence and gate system. 2. Galvanized steel chain-link fence and gates,and fabricated chain-link fabric security panels. 3. Wood screen fence on metal poles conforming to City of Fort Worth Zoning Regulations. B. Related Sections include the following: 1. Earthwork: Division 2. 2. Cast-in-Place Concrete: Division 3. 3. Unit Masonry: Division 4. 4. Mechanical: Division 15. 5. Electrical: Division 16. 1.2 DEFINITIONS P0 A. CLFMI: Chain Link Fence Manufacturers Institute. B. Zn-5-Al-MM Alloy: Zinc-5 percent aluminum-mischmetal alloy. 1.3 SUBMITTALS A. Product Data: Material descriptions, construction details, dimensions of individual components and profiles, and finishes. B. Shop Drawings: Show configuration and locations of fence, each gate, posts, rails, and tension wires and details of extended posts,extension arms,gate swing,or other operation, hardware, and accessories. Indicate materials, dimensions, sizes, weights, and finishes of components. Include plans,elevations,sections,gate swing and other required installation and operational clearances, and details of post anchorage and attachment and bracing. 1. Provide shop drawings for all special fabricated items. 02820 - 1 7152 C. Samples: Manufacturer's color charts or 6-inch minimum lengths of actual units showing the full range of colors available for components with factory-applied color finishes. D. Product Certificates: Signed by manufacturer(s)certifying that products furnished comply with requirements. E. Installer Qualification Data: For firms and persons to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. F. Provide additional data and/or samples as required by the Architect. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed chain-link fences and gates similar in material, design, and extent to tho-ze indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Single Source: Obtain each color,grade,finish,type,and variety of component for fences and gates from one source with resources to provide each type of fences and gates of consistent quality in appearance and physical properties. 1.5 PROJECT CONDITIONS A. Field Measurements: Verify layout information for fences and gates shown on Drawings in relation to property survey and existing structures. Verify dimensions by field measurements. PART 2 - PRODUCTS 2.1 MANUFACTURED ORNAMENTAL POLYMER-COATED STEEL FENCING AND GATES A. Provide manufactured fencing and gates in locations and configurations indicated. B. Basis of Design: Provide fence system equal to EGIS H industrial weight"Classic" 2-rail fence system and matching"TransPort" cantilever horizontal sliding gates and personnel single swing gates, as manufactured by Ameristar,Tulsa, OK(800-321-8724). 1. Fence height: 8'-0" 02820 - 2 7152 2. Provide fence lengths and locations indicated with two 18"-0" opening width horizontal rolling gates and two 4!-0" wide swing gates. Gates shall match fence height. C. Materials: ri 1. Steel: 50,000 PSI coil with G-90 galvanized treatment. 2. Pickets: One inch square x 16 gage tube steel with factory formed tops. 3. Picket Retaining Rods: Provide continuous 0.125 diameter galvanized steel rods at each horizontal rail, 4. Rails: formed shape shall be equal to Ameristar"Forerunner"rail system materials and 1-3/4" x 1-3/4" x 14 gage fabricated configuration. 5. Picket to Rail Grommets: Provide high quality PVC grommets at each picket to horizontal rail intersection. 6. Posts: 2-1/2" square x 12 gage in heights appropriate to picket panel height. 7. Fasteners and Accessories: Provide manufacturer's standard color matching tamper resistant fasteners and installation accessories. 8. Gate Operating Hardware:Manufacturer's standard swing and horizontal sliding gate • hardware and locking. D. Finish: Electrostatic applied two coat powder coating, applied over zinc phosphate wash system on G-90 galvanized steel. Finish system shall be equal to Ameristar"Permacoat" process, with epoxy (2 to 4 mils) base coat and"on-mar" polyester(2 to 4 mils) top coat. I Color: As selected from manufacturer's available colors. 2. Finish shall have a salt spray resistance of 3,500 hours using ASTM B 117 test method without loss of finish adhesion. E. Fabrication: 1. Factory fabricate and finish all fence and gate components. Fabricate fence panels in nominal 8'lengths. Gates and fence panel pickets spaced at 5" nominal on center. 2. Fence panels shall be capable of supporting 600 pound load at mid span without permanent deflection. 3. Fabricate swing gates in 4'4' widths with appropriate hinge and locking posts. 4. Fabricate sliding gates in 18'-0" opening widths. Fabricate each sliding gate for future installation of remote controlled electric operator. 2.2 CHAIN-LINK FENCE, GATES AND SECURITY PANELS A. Steel Chain-Link Fence, Gates and Security Panels: Provide galvanized chain-link fabric and pipe posts and frame fabricated into bolt attached security panels over outdoor chiller enclosure in configuration and. location indicated. 02820- 3 7152 B. Mesh and Wire Size: 2-inch mesh,0.148-inch diameter. 1. Zinc-Coated Fabric: ASTM A 392, with zinc coating. a. Class 1: Not less than 1.2 oz./sq. ft. (366 g/sq. rn) of uncoated wire surface. C. Selvage: Knuckled at both selvages. D. Round Steel Pipe Posts and Panel Frames: Standard weight, 2" diameter Schedule 40, galvanized steel pipe complying with ASTM F 1083. Miter and full weld all pipe frame connections. Touch up galvanized finish after welding. E. Brace Rails: Provide brace rail at mid point of each panel with diagonal truss rod assembly for each portion of the fabric panel. F. Fchain-link Fabric Tension Bars: Hot-dip galvanized steel plate, length not less than 2 inches shorter than full size of chain-link fabric panel infill. Provide one bar at each perimeter security panel edge. Clip to each side of pipe frame at approximately 32" o.c. G. Tension Wire: Provide horizontal tension wire extending along perimeter of fabric panels. Metallic-Coated Steel Wire 0.177-inch diameter, marcelled tension wire complying with ASTM A 824. H. Fittings: Provide fittings for a complete installation, including special fittings necessary for connection to masonry and fabricated steel fence panels. I. Tie Wires, Clips, and Fasteners: Provide appropriate types of attachments according to ASTM F 626 and with vandal resistant fasteners, J. Fabricated Support Angles for Security Panels: Provide fabricated clip angle supports for pipe posts and frame. 2.3 WOOD SCREEN FENCE A. Provide wood screen fence on metal poles conforming to City of Fort Worth Zoning Regulations. B. Locate screen fence at southeast portion of site development area. Begin screen fence at 4'-0" high, installing from east property line westward to the 20'front yard building line. From the 20'building line,continue the fence westward at 6'O" high to a point 105'from the beginning. 2.4 GROUT AND ANCORING CEMENT 02820 - 4 7152 A. Nonshrink, Nonmetallic Grout: Premixed, factory-packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. Provide grout,recommended in writing by manufacturer, for exterior applications. 1P B. Provide concrete in accordance with applicable parts of Section 03300, Cast-in-Place I Concrete. PART 3 - EXECUTION 3.1 MANUFACTURED POWDER-COATED STEEL FENCE AND GATE SYSTEM A. Examine areas and conditions,with Installer present,for compliance with requirements for site clearing, earthwork, pavement work, and other conditions affecting performance. 1. Do not begin installation before final grading is completed. B. Proceed with installation only after unsatisfactory conditions have been corrected. C. Stake locations of fence lines, gates, and terminal posts. Indicate locations of utilities, lawn sprinkler system, underground structures,benchmarks, and property monuments. D. Installation, General: Install fencing to comply with manufacturer's printed instructions and more stringent requirements specified. I Install fencing on indicated lines. E. Post Excavation: Drill or hand-excavate holes for posts to diameters and spacings IP indicated, in firm, undisturbed or compacted soil. F. Post Setting: Hand-excavate holes for post foundations in firm, undisturbed or compacted r soil. Set all posts in concrete footings. Protect portion of posts aboveground from concrete splatter. Place concrete around posts and vibrate or tamp for consolidation. Using mechanical devices to set line posts is not permitted. Verify that posts are set plumb, aligned, and at correct height and spacing, and hold in position during placement and rfinishing operations until concrete is sufficiently cured. r1. Exposed Concrete Footings: Extend concrete 2 inches (50 mm) above grade, Z smooth, and shape to shed water. 10 3.2 CHAIN-LINK SECURITY FENCE AND PANEL INSTALLATION A. Set chain link fence according to manufacturer's and industry standards. r 02820 - 5 7152 B. Anchor attaching fasteners into masonry screen wall at 4o.c. maximum,with a minimum of two supports per panel edge. C. Anchor to top rail of adjoining fabricated steel fence with fabricated clip angle brackets anchored to each fence post. D. Set panels level, plumb, and secure. Attachment hardware shall be tamper-resistant or concealed. Adjust anchors for secure installation where necessary. 3.3 ADJUSTING AND COMPLETION A. Gate: Adjust gates to operate smoothly, easily, and quietly, free from binding, warp, excessive deflection,distortion, nonalignment,misplacement,disruption,or malfunction, throughout entire operational range. Confirm that latches and locks engage accurately and securely without forcing or binding. B. Properly lubricate operating hardware and other moving parts. MR C. Installer shall train Owner's personnel on procedures and schedules for starting and stopping, troubleshooting, servicing, and maintaining installed systems.. M" END OF SECTION OR mW 04 MR OR "14 02820 - 6 7152 SECTION 02900 - LANDSCAPE WORK PART I - GENERAL 1.1 SUMMARY A. This Section includes, but is not limited to: I Top soil, planting soil and soil amendments. 2. Specified planting materials and accessories. 3. Initial maintenance and Special Project Warranty of planting materials. 4. Restoration of unpaved site areas damaged or disturbed by work under this contract. B. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Elsewhere in Division 2. 2. Earthwork: Elsewhere in Division 2. 3. Site Clearing: Elsewhere in Division 2. 4. Landscape Irrigation: Elsewhere in Division 2. 1.2 QUALITY ASSURANCE A. Subcontract landscape work to a single firm specializing in landscape work that has successfully completed landscape work of similar size and scope under the same management for a minimum of five years. B. Source Quality Control: 1. General: Ship landscape materials with certificates of inspection required by governing authorities. Comply with regulations applicable to landscape materials. 2. Do not make substitutions. If specified landscape material is not obtainable,submit proof of non-availability to Architect,together with proposal for use of equivalent material. 3. Analysis and Standards: Package standard products with manufacturer's certified analysis. For other materials, provide analysis by recognized laboratory made in accordance with methods established by the Association of Official Agriculture Chemists, wherever applicable. 4. Topsoil: Before delivery of topsoil,furnish Architect with written statement giving location of properties from which topsoil is to be obtained, names and addresses of owners, depth to be stripped, and crops grown during past 2 years. 5. Provide plant materials of quantity, size, genus, species, and variety for landscape work complying with recommendations and requirements of ANSI 260.1 "American Standard for Nursery Stock". Provide healthy, vigorous, symmetrical stock, grown in recognized nursery in accordance with good horticultural practice and free of disease, insects, eggs, larvae, and defects such as knots, sun-scald, injuries, abrasions, or disfigurement. 6. Label each tree and shrub with securely attached waterproof tag bearing legible designation of botanical and common name. Tags shall remain in place until 02900-1 as 7152 Oi completion of the project. a. Where formal arrangements or consecutive order of trees or shrubs are shown, select stock for uniform height and spread, and label with number to assure symmetry in planting. 7. Inspection: The Owner may inspect trees and shrubs either at place of growth or at the site before planting, for compliance with requirements for genus, species variety,size,and quality.Owner retains right to further inspect trees and shrubs for size and condition of balls and root systems,insects,injuries and later[defects,and to reject unsatisfactory planting material, or planting material that has become defective at any time during progress of work. Remove rejected plant material immediately from project site and replace with complying units. 1.3 SUBMITTALS 0114 A. Plant and Material Certifications: 1. Certificates of inspection as required by governmental authorities. 014 2. Manufacturer's or vendor's certified analysis for soil amendments and fertilizer materials. 3. Label data substantiating that plants, trees, shrubs and planting materials comply with specified requirements. 4. Topsoil statement as required above. 5. Seed vendor's certified statement for each grass seed mixture required, stating botanical and common name, percentages by weight, and percentages of purity, germination, and weed seed for each grass seed species. 6. Copies of required warranty. B. Planting Schedule: Proposed planting schedule, indicating dates for each type of landscape work during normal seasons for such work in area of site. Correlate with specified maintenance periods to provide maintenance from date of substantial completion. Once accepted,revise dates only as approved in writing,after documentation of reasons for delays. C. Maintenance Instructions: Typewritten instructions recommending procedures to be established by Owner for maintenance of landscape work for one full year. D. Provide additional data and/or samples as required by the Architect. 1.4 DELIVERY, STORAGE AND HANDLING A. Packaged Materials: Deliver packaged materials in containers showing weight,analysis, and name of manufacturer. Protect materials from deterioration during delivery, and while stored at site. B. Trees and Shrubs: Provide freshly dug trees and shrubs. Do not prune prior to delivery unless otherwise approved by Owner. Do not bend or bind-tie trees or shrubs in such manner as to damage bark, break branches,or destroy natural shape. Provide protective 02900-2 7152 covering during delivery. Do not drop balled and burlapped stock during delivery. ps C. Deliver trees and shrubs after preparations for planting have been completed and plant immediately. If planting is delayed more than 6 hours after delivery, set trees and shrubs in shade,protect from weather and mechanical damage,and keep roots moist by covering with mulch, burlap or other acceptable means of retaining moisture. D. Do not remove container-grown stock from containers until immediately before planting. 1.5 JOB CONDITIONS A. Utilities: Determine location of underground utilities and obstructions. 1. Locate and stake out all known underground items. 2. Perform work under this Section in a manner which will avoid possible damage to underground items. Hand excavate as may be necessary in the vicinity of underground obstructions, B. Maintain finish grade stakes set by others until removal is mutually agreed upon by parties concerned. C. Excavation: When conditions detrimental to plant growth are encountered,such as rubble fill, adverse drainage conditions, or obstructions, notify Architect for resolution before planting, 1.6 SEQUENCING AND SCHEDULING A. Planting Time: Schedule and complete landscape work within seasonal limitations for each kind of landscape work required. I Plant or install materials during normal planting seasons for each type of plant material required. 2. Plant grass areas as rapidly as portions of site become available to minimize erosion. 1 Correlate planting with specified maintenance periods to provide maintenance from rdate of substantial completion. B. Plant lawns and grass areas after final grades are established. If planting of trees and shrubs occurs after lawn work, protect lawn areas and promptly repair damage to lawns resulting from planting operations and equipment. 1.7 SPECIAL PROJECT WARRANTY A. Provide the following Special Project Warranty for all grass and planting material provided under this Section; for a period of one year. 1. This Special Project Warranty is in addition to, and begins at the termination date of the contract maintenance period specified elsewhere in this Section. r 2. Provide a Certification letter for the Special Project Warranty, from the Landscape 02900-3 7152 subcontractor (Installer) and the General Contractor, on the General Contractor's letterhead,indicating the assigned dates for the duration of warranty period,names and phone numbers of persons designated as points of contact in each organization, and signed by both parties. a. Provide Certification letter to the Architect at the beginning of the warranty period. B. Warranty against defects including insect infestation, disease, death and unsatisfactory growth,except for defects resulting from neglect by Owner,abuse or physical damage by others beyond Landscape installer's control. I. The Landscape installer shall inspect the condition of the project periodically during the warranty period, and notify the Owner in writing of any conditions observed that may void a portion of the installers warranty liability. The installer shall also advise the Owner of corrective measurers necessary. C. Remove and replace grass areas, trees, shrubs, or other plants found to be dead or in unhealthy condition during warranty period. Make replacements during growth season following end of warranty period. Replace trees and shrubs which are in doubtful condition at end of warranty period; unless,in opinion of Owner, it is advisable to extend warranty period for a full growing season. I Another warranty inspection will be conducted immediately prior to the end date of the Special Project Warranty period to determine condition and acceptance or rejection of plant material. Only one replacement(per tree,shrub or plant)will be required at end of warranty period,except for losses or replacements due to failure to comply with specified requirements. PART 2 - PRODUCTS wq, 2.1 GENERAL A. Provide the following landscape materials and accessories in quantities and combinations as necessary for complete and proper installation of Base Bid andlor Alternative Bid landscape work. 2.2 TOPSOIL A. Topsoil stockpiled on site for re-use in landscape work as a part of Earthwork specified elsewhere in Division 2. B. Provide additional topsoil material as necessary to complete landscape work as a part of the work under this Section. C. Provide new topsoil that is fertile, friable, natural loam, surface soil, reasonably free of subsoil,clay lumps,brush,weeds and other litter, and free of roots,stumps,stones larger than 2 inches in any dimension, and other extraneous or toxic matter harmful to plant growth. 02900-4 7152 1. Obtain topsoil from local sources or from areas having similar soil characteristics to that found at project site, Obtain topsoil only from naturally, well-drained sites where topsoil occurs in a depth of not less than 4 inches. Do not obtain from bogs or marshes. 2.3 SOIL AMENDMENTS A. Lime: Natural dolomitic limestone containing not less than 85 percent of total carbonates with a minimum of 30 percent magnesium carbonates, ground so that not less than 90 percent passes a 10-mesh sieve and not less than 50 percent passes a 100-mesh sieve. B. Aluminum Sulfate: Commercial grade. C. Peat Humus: Finely divided peat, so completely decomposed and free of fibers that its biological identity is lost. Provide in granular form,free of hard lumps and with pH range suitable for intended use. D. Bonemeal:Commercial,raw,finely ground;4 percent nitrogen and 20 percent phosphoric acid. E. Superphosphate: Soluble mixture of treated minerals-, 20 percent available phosphoric acid. F. Sand: Clean, washed sand, free of toxic matc,t-ials. G. Perlite: Conforming to National Bureau of Standards PS 23. H. Vermiculite: horticultural grade, free of toxic substances. 1. Sawdust: Rotted sawdust, free of chips, stones, sticks, soil,or toxic substances and with 7.5 pounds of nitrogen uniformly mixed into each cubic yard of sawdust. I Manure: Well rotted, unbleached stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials and containing no chemicals or ingredients harmful to plants. K. Mulch: Organic mulch free from deleterious materials and suitable for top dressing of trees, shrubs, or plants and consisting of one of the following: 1. Shredded hardwood 2. Ground or shredded bark 3. Wood chips L. Commercial Fertilizer: Complete fertilizer of neutral character, with some elements derived from organic sources and containing following percentages of available plant • nutrients: 02900-5 7152 1 For trees and shrubs, provide fertilizer with not less than 5 percent total nitrogen, 10 percent available phosphoric acid and 5 percent soluble potash. 2. For lawns,provide fertilizer with percentage of nitrogen required to provide not less than I pound of actual nitrogen per 1,000 sq. ft. of lawn area and not less than 4 percent phosphoric acid and 2 percent potassium. Provide nitrogen in a form that will be available to lawn during initial period of growth; at least 50 percent of nitrogen to be organic form. 2.4 LANDSCAPE ACCESSORY MATERIALS A. Gravel: Water-worn, hard, durable gravel, washed free of loam, sand, clay, and other foreign substances, and of following size range and color: 1. Size Range: 1-112 inches maximum, 3/4 inch minimum. 2. Color: Uniform tan-beige color range acceptable to Architect. B. Anti-Erosion Mulch: Provide clean, seed-free salt hay or threshed straw of wheat, lye, oats, or barley. C. Anti-Desiccant: Emulsion type,film-forming agent designed to permit transpiration,but retard excessive loss of moisture from plants. Deliver in manufacturer's fully identified containers and mix in accordance with manufacturer's instructions. D. Filtration/Separation Fabric: Water permeable filtration fabric of fiberglass or polypropylene fabric. E. Wrapping Tape:Tree-wrap tape not less than 4 inches wide specifically produced for this purpose and designed to prevent borer damage and winter freezing. MIR F. Stakes and Guys:Provide stakes and deadmen of sound new hardwood,treated softwood, or redwood,free of knot holes and other defects. Provide wire ties and guys of 2-strand, twisted,pliable galvanized iron wire,not lighter than 12 ga.with zinc-coated turnbuckles. an Provide not less than 1/2 inch diameter rubber or plastic hose, cut to required lengths and of uniform color, material, and size to protect tree trunks from damage by wires. G. Fabric Weed Barrier: Provide sheet fabric weed barrier material equal to "Pro-5 Weed Barrier" as manufactured by the DeWitt Co., Inc., Sikeston, MO 63801 H. Wilt-Proof: Provide proprietary product for spray application to tree foliage as indicated. Apply product according to manufacturer's printed instructions. 1. Steel Edging: Commercial steel edging fabricated in sections with loops pressed from or welded to face of sections at 2'-6" o.c. to receive stakes. Provide tapered steel stakes 16 inches long. Finish edging sections and stakes with manufacturer's standard green-black paint. 02900-6 7152 1. 2.5 GRAVEL GRADE SURFACE A. General: Within outdoor mechanical yard enclosure, provide minimum of 3" thickness of gravel fill installed over specified weed barrier. B. Gravel: Water-worn, hard, durable gravel, washed free of loam, sand, clay, and other foreign substances, and of following size range and color: 1. Size Range: 1-1/2 inches maximum, 3/4 inch minimum. 2. Color: Uniform tan-beige color range. C. Fabric Weed Barrier; Provide sheet fabric weed barrier material equal to "Pro-5 Weed Barrier" as manufactured by the DeWitt Co., Inc., Sikeston, MO 63801 2.6 LAWN GRASS MATERIALS A. Grass Seed: Provide fresh, clean, new-crop U-3 Bermuda Grass seed complying with tolerance for purity and germination established by Official Seed Analysts of North America. Provide seed mixture composed of grass species, proportions and maximum percentages of purity, germination, and minimum percentage of weed seed. B. Grass Sod: Provide strongly rooted sod of the same type as seed,not less than 2 years old, free of weeds and undesirable native grasses,and machine cut to pad thickness of 3/4 inch (plus or minus 1/4 inch), excluding top growth and thatch. Provide only sod capable of vigorous growth and development when planted (viable, not dormant). 2.7 PLANTING MATERIALS A. General:Provide plant materials of size,genus,species,variety and quantity shown and/or scheduled for each type listed below for Alternative Bid landscape work. Provide planting materials complying with recommendations and requirements of ANSI Z60.1 "American Standard for Nursery Stock". 2.8 GROUND COVER A. Provide plants established and well rooted in removable containers or integral peat pots and with not less than minimum number and length of runners required by ANSI Z60.1 for the pot size shown or listed. B. Provide groundcovers of sizes shown or listed, 1. Provide container grown groundcovers,subject to specified limitations for container grown stock. 2. Provide thirty-six (36) Delosperma, I gallon container. 3. Provide thirty-six (36) Lantana Montevidensis, I gallon container. 02900-7 7152 2.9 TREES A. Provide trees of height and caliper scheduled or shown and with branching configuration recommended by ANSI Z60.1 for type and species required. Provide single stem trees except where special forms are shown or listed. 1. Provide boxed evergreen trees. 2. Provide twelve (12) Cupaniopsis Anacardioides (Carrotwood) trees, 24" box. 3. Provide twelve (6) Eucalyptus Cladocalyx, 24" box. 2.10 SHRUBS A. Provide shrubs of the height shown or listed and with not less than minimum number of canes required by ANSI Z60.1 for type and height of shrub required. 1. Container grown deciduous shrubs will be acceptable in lieu of balled and burlapped deciduous shrubs subject to specified limitations for container grown stock. 2. Provide twenty-four(24) Raphiolepis Indica, 15 gallon container. 3. Provide twenty-four(24) Nandina Domestica, 15 gallon container. 4. Provide thirty-six (36) Agapanthus, 15 gallon container. PART 3 - EXECUTION 3.1 GENERAL all A. Provide grass sod lawn planting installed over prepared topsoil for all indicated site areas. I Provide the following for all other site areas disturbed by work under this project's am contract and not otherwise paved or planted by requirements under this contract: a. Restore the surface of disturbed site areas to roller compacted smooth contours approximating the original site grades. Cover the restored,regraded so areas and otherwise barren areas within the contract limits with a full coverage of grass sod. M9 3.2 PREPARATION OF PLANTING SOIL A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful or toxic to plant growth. B. Mix specified soil amendments and fertilizers with topsoil in quantities and at rates appropriate for grass or plant materials. Delay mixing of fertilizer if planting will not follow placing of planting soil within five days. C. For pit and trench type planting excavations, mix planting soil prior to backfilling, and stockpile at site. 02900-8 7152 D. For planting beds and lawns,mix planting soil either prior to planting or apply on surface of topsoil and mix thoroughly before planting. 1. Mix lime with dry soil prior to mixing of fertilizer. 2. Prevent lime from contacting roots of acid-loving plants. 3. Apply phosphoric acid fertilizer(other than that constituting a portion of complete fertilizers) directly to subgrade before applying planting soil and tilling. 3.3 PREPARATION FOR PLANTING LAWNS A. General:Review all site areas to be covered with grass planting and confirm that substrate grading is at proper elevations and uniform contours for the additional thickness of topsoil provided under this Section. B. Loosen subgrade of lawn areas to a minimum depth of 4 inches. Remove stones measuring over 1-1/2 inches in any dimension. Remove construction debris,sticks,roots, rubbish, and other extraneous matter. Limit preparation to areas which will be planted promptly after preparation. 1. Spread 4" minimum layer of top soil,or depth required to meet finish lines,grades, and elevations shown over prepared subgrade, after light rolling and natural settlement. Add necessary soil amendments and mix thoroughly into upper 4 inches of topsoil. 2. Place approximately 1/2 of total amount of top soil required. Work into top of loosened subgrade to create a transition layer and then place remainder of planting soil. Add specified soil amendments and mix thoroughly into upper 4 inches of topsoil. C. Preparation of Unchanged Grades: Where lawns are to be planted in areas that have not been altered or disturbed by construction operations, excavating, grading, or stripping operations; prepare soil for lawn planting as follows: Till to a depth of not less than 6 inches. Apply soil amendments and initial fertilizers as specified. Remove high areas and fill in depressions. Till soil to a homogenous mixture of fine texture,free of lumps,clods, stones, roots and other extraneous matter. I Prior to preparation of unchanged areas,remove existing grass,vegetation and turf. Dispose of such material legally off site. Do not turn existing vegetation over into soil being prepared for lawns. 2. Allow for sod thickness in areas to be sodded. 3. Apply specified commercial fertilizer at rates specified and thoroughly mix into upper 2 inches of topsoil. Delay application of fertilizer if lawn planting will not follow within a few days. D. Fine grade lawn areas to smooth,even surface with loose, uniformly fine texture. Roll, rake, and drag lawn areas, remove ridges and fill depressions, as required to meet finish grades. Limit fine grading to areas which can be planted immediately after grading. 02900-9 64 7152 OR E. Properly moisten prepared lawn areas before planting as necessary.Water thoroughly and allow surface moisture to dry before planting lawns. Do not create a muddy soil OR condition. F. Restore all eroded site areas and areas disturbed by construction work or traffic to specified condition for grass lawns. 3.4 HYDROSEEDING LAWNS A. Mix specified seed,fertilizer and pulverized mulch in water,using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogenous slurry suitable for hydraulic application. B. Prior to hydroseeding operations, the entire soil surface area shall be evenly moist to a depth of two inches (2") UR C. Apply slurry uniformly to all lawn areas within the contract limits and to all reconstructed disturbed areas. Minimum rate of application shall be one pound of seed,twenty pounds of 12-12-12 fertilizer, and fifty pounds of fiber mulch per one thousand square feet of lawn surface. 1. Reapply as necessary to establish complete coverage of grass growth over entire lawn area. 3.5 PREPARATION OF PLANTING BEDS A. Loosen subgrade of planting bed areas to a minimum depth of 6 inches using a culti-mulcher or similar equipment. Remove stones measuring over I 112 inches in any dimension. Remove construction debris, sticks, stones, rubbish, and other extraneous matter. B. Spread planting soil mixture to minimum depth specified,or as necessary to meet finish lines, grades, and elevations over prepared subgrade, after light rolling and natural settlement. Place approximately V2 of total amount of planting soil required. Work into top of loosened subgrade to create a transition layer,then place remainder of the planting soil. C. Remove soil to approximately 10 inches below finished planting grade,and replace with prepared planting soil mixture. 3.6 EXCAVATION FOR TREES AND SHRUBS A. Excavate pits, beds, and trenches with v-ertical sides and with bottom of excavation slightly raised at center to provide proper drainage. Loosen hard subsoil in bottom of excavation. Do not mix excavated subgrade material with planting soil. Excavated subgrade material may be used as subgrade backfill. 02900-10 7152 1. For balled and burlapped (B&B trees and shrubs), make excavations at least half r again as wide as the ball diameter and equal to the ball depth, plus following allowance for setting of ball on a layer of compacted backfill• a. Allow for 3 inch thick setting layer of planting soil mixture. 2. For container grown stock, excavate as specified for balled and burlapped stock, adjusted to size of container width and depth. B. Fill excavations for trees and shrubs with water and allow water to percolate out prior to planting and backfilling. 3.7 PLANTING TREES AND SHRUBS A. Set balled and burlapped(B&B)stock on layer of compacted planting soil mixture,plumb and in center of pit or trench with top of ball at same elevation as adjacent finished landscape grades. Remove burlap from sides of balls;retain on bottoms.When set,place additional backfill around base and sides of ball,and work each layer to settle backfill and eliminate voids and air pockets. When excavation is approximately 2/3 full, water thoroughly before placing remainder of backfill. Repeat watering until no more is absorbed. Water again after placing final layer of backfill. B. Set container grown stock, as specified, for balled burlapped stock,except cut cans on 2 sides with an approved can cutter; remove bottoms of wooden boxes after partial backfilling so as not to damage root balls. C. Dish top of backfill to allow for mulching. D. Mulch pits, trenches, and planted areas. Provide not less than following thickness of mulch, and work into top of backfill and finish level with adjacent finish grades. I. Provide 2 inches thickness of mulch. E. Apply anti-desiccant, using power spray, to provide an adequate film over trunks, branches, stems, twigs and foliage. I If deciduous trees or shrubs are moved when in full-leaf, spray with anti-desiccant at nursery before moving and spray again 2 weeks after planting. F. Prune, thin out, and shape trees and shrubs in accordance with standard horticultural practice. Prune trees to retain required height and spread. Unless otherwise directed by Owner, do not cut tree leaders,and remove only injured or dead branches from flowering trees, if any. Prune shrubs to retain natural character. G. Remove and replace excessively pruned or misformed stock resulting from improper pruning. H. Wrap tree trunks of 2 inches caliper and larger. Start at ground and cover trunk to height of first branches and securely attach. Inspect tree trunks for injury, improper pruning and r 02900-11 09 7152 •a insect infestation and take corrective measures before wrapping. M4 I. Guy and stake trees immediately after planting, as indicated. 3.8 MAINTENANCE MR A. General: Begin continuous proper care and necessary maintenance for all plant material immediately after its arrival on the job site, and continue through installation and initial 04 acceptance, until Contract Maintenance period begins. 1. Coordinate inspection of completed work under this Section with the Architect,for certification of beginning date for Contract Maintenance period. OR B. Contract Maintenance: Maintain all accepted plant material until Substantial Completion OR of the entire project, but in no case less than 60 days after initial acceptance of all landscape work. 1. Maintain trees, shrubs, and other plants by pruning, cultivating, and weeding as MR required for healthy growth. Restore planting saucers. Tighten and repair stake and guy supports and reset trees and shrubs to proper grades or vertical position as required. Restore or replace damaged wrappings. Spray as required to keep trees , and shrubs free of insects and disease. 2. Maintain lawns for not less than the period stated below, and longer as necessary to establish an acceptable lawn. a. Seeded lawns,not less than 60 days. If seeded in fall and not provided a full 60 days of growing season maintenance, or if still considered not acceptable at the end of the 60 day period; continue Contract Maintenance and replanting as necessary the following spring until acceptable lawn is established. b. Sodded lawns,not less than 30 days,with the same remedial provisions listed above. C. Maintain lawns by watering, fertilizing, weeding, mowing, trimming, and other operations such as rolling, regrading and replanting as required to �! establish a smooth, acceptable lawn, free of eroded or bare areas. 3.9 CLEANUP AND PROTECTION A. During landscape work, keep pavements clean and work area in an orderly condition. B. Protect landscape work and materials from damage due to landscape operations, operations by other contractors and trades, and trespassers. Maintain protection during installation and Contract Maintenance period. Treat, repair, and/or replace damaged landscape work. 3.10 INSPECTION AND ACCEPTANCE A. Initial Acceptance: When landscape work under this Section is completed Architect will, .� 02900-12 ,� 7152 upon request, make an inspection to determine initial acceptability of the installation. I Landscape work may be inspected for initial acceptance in portions as may be agreed by the Architect,provided each portion of work is of substantial size to merit a partial inspection, 2. When inspection indicates landscape work does not comply with requirements, replace rejected work and continue specified care and maintenance until reinspected by Architect and found to be Initially Acceptable. Remove rejected plant materials promptly from project site and replace with conforming units. 3. When all portions of landscape work are found to be Initially Acceptable by Architect's inspection, the Architect shall set the beginning date for Contract Maintenance period. B. Another inspection of landscape work will be conducted as a part of the project's Substantial Completion inspection, or at the end of the Contract Maintenance period whichever occurs last, to determine acceptance or rejection of planting material at the time of the project's completion. Only one replacement(per tree, shrub or plant) will be required at the project's completion, except for losses or replacements due to failure to comply with specified requirements. C. When all plant material has been replaced and is found to be acceptable by Architect's reinspection,the Architect shall set the beginning date for Special Project Warranty period as specified herein. END OF SECTION 02900-13 7152 SECTION 02910-LANDSCAPE IRRIGATION PART GENERAL 1.1 SUMMARY A. Provide a complete and operating lawn sprinkler installation covering the project's site area and appropriate for the planting specified, including,but not limited to,the following items: pipe and fittings, sprinkler heads, control system and connection to electrical supply, trenching, installation of system, connection to water source, testing, and backfilling. 1.2 APPLICABLE STANDARDS A. ASTM Sections I. D2241-Poly Vinyl Chloride (PVC) Plastic Pipe (SDR-PR) 2. D2464-Poly Vinyl Chloride(PVC) Plastic Pipe Fittings, Threaded, Sch. 40 3. D2466-Poly Vinyl Chloride (PVC) Plastic Pipe Fittings, Socket Type, Sch. 40 4. D2564-Solvent Cements for Poly Vinyl Chloride (PVC) Plastic Pipe and Fittings. B. Standard Recommended Practice For: 1. D2855-Making Solvent-Cemented Joints with Poly Vinyl Chloride (PVC) Pipe and Fittings. 1.3 SUBMITTALS A. System Detail Layout and Design: Submit detail irrigation system design, layout, and product and equipment specifications prepared by a Licensed Irrigator in the State of Texas. B. Provide additional data and/or samples as required by the Architect. 1.4 LANDSCAPE IRRIGATION, GENERAL A. All local,municipal and state laws,ordinances,codes and regulations relating to,or governing of any portion of this work are hereby incorporated into and made a part of these specifications and will be carried out by the Contractor. The Contractor must have a valid license, as issued by the Texas Board of Irrigators, must carry sufficient insurance coverage, and must be active in irrigation installation for a minimum of 5 years. B. All permits needed for construction of the work included in this contract, which is 02910-1 7152 required by any legally constituted authority having jurisdiction,shall be obtained by the Contractor. The Contractor shall pay for all costs in connection with any inspections or examinations required by these authorities. Any necessary work need to be done by the Contractor as a result of these inspections will be performed at the Contractor's expense. Copies of all permits and inspections reports shall be forwarded to the representative. WN C. Prior to bidding and start of construction, the Contractor will confirm static water pressure, in writing, to the representative. 6i 1.5 GUARANTEE AND MAINTENANCE A. Material and workmanship shall be fully guaranteed for one year after the date of am Substantial Completion Inspection; replacement of defective material or repair of work shall be done at no expense to the owner during the first year,except for repairs or replacements necessitated by damage of any kind not of the Contractor's making B. Raising and lowering heads to proper height, adjust arc and radius, filling trenches that have settled, packing the earth firmly around the heads and quick couplers will all be considered part of warranty work and done at no charge to the owner for one year after acceptance of system. C. The Contractor will extend to the owner all of the warranties and guarantees provided by the manufacturer on all equipment used. Printed copies of such warranties and guarantees will be provided the owner with final payment. Contractor will provide one copy of service and maintenance manuals on all major items. D. The Contractor shall provide a minimum of two(2) hours of operating instructions to the owner's designated representative. 1.6 SUBSTITUTIONS A. The sprinkler system has been designed according to the operating characteristics of the specified equipment. Therefore, no substitutions of equipment will be allowed except with written approval. PART 2 PRODUCTS 2.1 POLYVINYL CHLORIDE PIPE A. Polyvinyl chloride pipe (hereinafter referred to as PVC pipe) shall have been manufactured in accordance with the Product Standards as follows: Product Standard PS-22-70 shall apply and be the governing authority as applicable to main line piping and shall be SDR-21 (Class 200) specification. 02910-2 7152 10 2.2 PIPE FITTINGS A. 2-1/2" and smaller pipe fittings shall be PVC Schedule 40. B. All PVC fittings shall be of the same material as the PVC pipe specified and shall be compatible with the PVC pipe furnished. C. Only solvent recommended by the manufacturer of the PVC pipe and the manufacturer of the PVC fittings shall be used. 2.3 PIPE FITTINGS A. All valve wiring shall be 14 gauge copper single-conductor wire with 4/64" vinyl insulation as approved for direct underground burial in 30 volt AC or less service by the National Electrical Code. Where valve wires from two or more controllers are in the same ditch, wires are to be color coded. This color coding to be noted on record drawings. 2.4 EXPANSION COILS A. Expansion coils, which are to consist of approximately 10 wraps of wire around V pipe, will be provided on each wire approximately every 100 feet. Wires are to be bundled and taped together every 10 feet. 2.5 WIRE SPLICES A. All wire splices shall be made with a mechanical connector and waterproofed according to the manufacturer's specification. The wire splice shall be Spear's"Dry Splice," 3M "Scotch Lock,"or 3M DBY wire splice. B. All wire splices shall be in valve boxes. No directly buried or underground splices will be accepted. 2.6 MATERIAL LIST A. All materials shall be installed as per the manufacturer's recommendation and as per any details shown on the plans. Plans and specifications do not show all material required and do not show all installation details necessary for this installation. PART 3 EXECUTION 3.1 INSTALLATION, GENERAL A. Before installation is started, the Contractor shall place a flag where each sprinkler head, quick coupler valve, and electric valves are to be located in accordance with 02910-3 NR 7152 01 the plans. The flagging shall be approved by the representative before the installation is started. Should a discrepancy in the plans become apparent at this time, such discrepancy shall be pointed out to the representative. Work must not proceed until the representative approves any design changes made necessary by such discrepancy. Should such changes create extra cost to the Contractor, approval for extra compensation shall be obtained in writing from the representative before commencing work. Should such changes create a savings in cost to the Contractor, a written reduction in the contract price shall be approved by the representative in writing before commencing work. M1 B. The Contractor is cautioned to provide adequate protection to those using the site. Provide barricades as necessary. 09 C. All material shall be installed in strict accordance to the manufacturer's installation specifications which shall be considered a supplement to these specifications. M1 D. Piping layout indicated is diagrammatic only. Route piping to avoid plants and structures. Provide full and complete coverage. E. Review layout requirements with other affected work. Coordinate locations of sleeves (under paving) to accommodate system. 3.2 EXCAVATION, BACKFILL, AND PROTECTION OF PLANT MATERIALS A. All excavation in this contract shall be unclassified and is to include earth, loose rock, rock, or any combination thereof, in wet or dry state. B. All trenches shall be backfilled with the material removed, except that no rock or debris which can damage th epipe shall be used as backfill. In this case, the special backfill specifications shall take precedence over this general specification. W4 C. All trench backfill shall be water settled and compacted. Use only the minimum amount of water necessary to settle ditches. D. All trenches and adjoining areas shall be hand raked to finish grade. Remove rocks, excess dirt, an debris from the site. 3.3 PIPE INSTALLATION A. All pipe is to be inspected prior to the installation. Defective pipe shall be removed from the site. B. Main Line Piping: Pipe shall be installed in a 4" wide (minimum) trench with a minimum of 18" of cover. 02910-4 OR 7152 C. Lateral Piping: All PVC lateral line piping shall be solvent weld type. Install in 4" wide (minimum) trench deep enough to allow for installation of prinkler heads and valves,but in no case with less than 12"of cover for rotary and/or spray zone laterals. D. PVC Pipe Installation: 1. All lumber, rubbish, and large rocks (over 2" diameter) shall be removed from the trenches. Pipe shall have a firm uniformed bearing for the entire length of each pipe line to prevent uneven settlement. 2. Never lay PVC pipe when there is water in the trench. Never lay PVC pipe when the temperature is 32 degrees F or below. 3. Maximum 2 pipes per trench, with 1'" horizontal clearance between pipes. 4. Backfilling of trenches: Selected fill dirt or sand shall be use dif soil condition is rocky or contains large clods. 5. After pipe installation is completed, flush system completely to remove any and all debris from piping prior to installation of adapters and sprinkler heads. 6. Replace and/or repair plant material, structures, and installations by others, damaged by work of this section. E. PVC Pipe and Fitting Assembly 1. Contractor shall use only the solvent supplied and recommended by the manufacturer of the PVC pipe to be installed on this project site to make any solvent welded joints. The pipe and fittings shall be thoroughly cleaned of dirt, dust and moisture before applying solvent. PVC pipe and fittings shall be cleaned with PVC primer or sanded with plumber's cloth before solvent welding. Where threaded PVC connections are required, use threaded PVC adapters into which the pipe may be welded. Teflon tape will be used on threads. 3.4 AUTOMATIC CONTROLLER A. Automatic controller shall be supplied in accordance with the materials list and shall be located as shown on the plan. B. General Contractor shall provide service for the controller as part of this contract. 3.5 ELECTRIC VALVES A. Electric remote valves shall be supplied in accordance with the specifications and sized according to the plan. 1. Valves shall be installed in a level position. Valves shall be installed deep enough so that there will be at least 10" of cover over the valve. 2. Manufacturer's specifications and installation instructions for the valve supplied shall become a part of these specifications. 3. A plastic valve box (with extension if necessary) shall be installed over the 02910-5 no 7152 valve with the stem centered in the box to enable flow adjustment to be easily operated. A green plastic top shall be installed on the valve box flush with the final grade, Place 6" of gravel under each valve before installing valve box. M9 3.6 HEAD INSTALLATION 04 A. Backfill shall be specially tamped under the head flange and around the head for a distance of one foot by a suitable menas, after trench backfill has dried from water settlign. B. Refer to Guantee and Maintenance (1.4) regarding importance of backfill. C. All sprinkler heads 1. All sprinkler heads shall be located 4" from back of vehicular curb and checked for proper alignment for direction of throw. 2. After system is thoroughly flushed aid ready for operation, each section of sprinklers must be adjusted to control pressure at heads. Correct operating pressure at last head of each section: 50-60 lbs for rotary heads and 20-25 lbs for spray heads. mq D. Rotary Heads: All rotary heads shall be installed 4" from back of vehicular curb using a full swing joined with Schedule 40 PVC threaded fittings and Schedule 80 PVC nipples. The top of the head shall be no more than 1/4" above finished grade. Adjust partial circle arcs as required to complete coverage. E. Section Valve Wiring: Section valve wiring shat I be supplied in accordance with the specifications. Valve wires shall be bundled with plastic electrical tape every 10 feet. Wiring shall be inspected during installation to avoid any wiring with faulty insulation. All wire splices shall be made with mechanical connectors, which are then waterproofed and a 10" valve box is to be installed over all splices. 3.7 FINAL CLEANUP A. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the site of the work, his surplus and discarded materials,temporary structures and discarded materials and debris of every kind. He shall leave the site of the work in a neat and orderly condition. 3.8 TESTS A. Prior to backfill,test system for leakage at furthest point of system to maintain design performance pressure for one hour. System is acceptable if no leakage or loss of pressure occurs during test period. 02910-6 7152 3.9 SYSTEM DEMONSTRATION A. Instruct owner's personnel in operation and maintenance of system, including adjusting of sprinkler heads. Use operation and maintenance material as basis for demonstration, END OF SECTION 02910-7 7152 SECTION 03350-CONCRETE PATCHING AND TOPPING PART I - GENERAL 1.1 SUMMARY A. This Section includes, but is not limited to, work necessary for preparing concrete slab floor surfaces as scheduled exposed concrete finish and/or as a substrate surface for scheduled applied finishes. I Floor leveling grout. 2. Floor surface patching. 3. Concrete topping for: a. Recessed floor slab infill. b. Curing of concrete toppings. 4. Machine surface grinding. B. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Cast-In-Place Concrete: Elsewhere in Division 3. 3. Joint sealers: Division 7. 4. Tile: Division 9. 5. Resilient Tile Flooring: Division 9. 6. Carpeting: Division 9. 7. Painting: Division 9. C. Related Documents: 1. Notes and details on the drawing sheets. 1.2 DEFINITIONS A. Floor Leveling Grout: Pre-mixed cementitious grout floor filler material in thicknesses from zero (0") to one inch (V), in locations where existing floor slab depressions are indicated to be filed with grout,and where existing concrete floor slopes are to be leveled for substrate for floor finish material application. B. Surface Patching: Pre-mixed cementitious floor surface patch material in locations where the existing concrete floor is uneven, cracked, and/or the slab surface is worn, damaged or deteriorated to a condition unsuitable for use as a substrate for application of scheduled floor finish materials; and where demolition and/or other work under this contract has otherwise disturbed the existing concrete floor surface. 03350-1 OR 7152 MR C. Concrete Topping: Standard aggregate concrete topping material for sloped cooler floors, interior curbs, infill of slab openings and to level floor depressions greater than one inch (I") in depth, and for steel pan stair tread fill. D. Machine Surface Grinding: Application of electric powered equipment specifically designed for surface grinding and finishing, and/or hand-held electric powered or pneumatic equipment capable of producing the required floor surface configuration and/or smooth transitions between adjoining floor surfaces. 1.3 SUBMITTALS A. Provide product data, samples, laboratory test reports, and materials certificates for products of this section as for those specified in Section "Cast-In-Place Concrete." B. Provide product samples and other as may be requested by the Architect. 1.4 REMEDIAL CONSTRUCTION WORK A. Remedial work includes, but is not limited to, application of specified new construction materials for patching, infilling, topping and leveling of concrete floor slabs and/or closing of floor slab openings; work necessary for floor slab correction and preparation for scheduled finishes; and corrective and patching work resulting from demolition and removal activities. 1. Refer to"Selective Construction Demolition"specified in Division 2 for additional project requirements. 1.5 COORDINATION A. Coordinate work under this section with "Selective Construction Demolition" specified in Division 2, and with the several applied finish sections specified in Division 9 for the preparation of existing concrete floor surfaces and new construction concrete topping work necessary to produce the proper substrate for scheduled applied finishes and completed construction configuration. PART 2 - PRODUCTS 2.1 REFERENCES A. General: Comply with requirements of"Cast-In-Place Concrete" specified elsewhere in Division 3 for all other related materials and products necessary for application and finishing of toppings and patching materials in this section. 2.2 FLOOR LEVELING GROUT 03350-2 7152 A. General: Provide cementitious grout floor leveling and filler material in locations where existing floor finish depressions are indicated to be filed with grout;as a minor eleva'tion transition for flooring materials of differing thicknesses; and elsewhere to level existing concrete floor slopes to a true and level substrate for indicated floor finish material application. 1. Product shall contain no gypsum. B. Provide manufacturer's recommended aggregate filler for necessary thickness of application. C. Provide manufacturer's recommended primers, D. Basis of Design: Provide products equal to the following,as manufactured by Ardex,Inc. I. Ardex "K-15" self-leveling cementitious underlayment. 2.3 FLOOR SURFACE PATCHING A. General:Provide cementitious floor surface patch material in locations where the existing concrete floor is uneven, damaged and/or deteriorated to a condition unsuitable for use as a substrate for application of indicated floor finish materials; and where demolition and/or other work under this contract has otherwise disturbed the existing concrete floor surface. I. Product shall contain no gypsum. B. Provide manufacturer's recommended aggregate filler for necessary thickness of application. C. Basis of Design: Provide products equal to the following,as manufactured by Ardex,Inc. I. Ardex "SD-P Instapatch"concrete underlayment and patch. 2.4 CONCRETE TOPPING AND INTERIOR CURB MIX A. Portland Cement: ASTM C 150,Type I or Type U1. B. Normal Weight Aggregate: ASTM C 33, and as follows: I. Fine aggregate,consisting of sand or crushed stone screenings,clean, hard, free of deleterious matter. Grade by weight to pass sieves as follows: a. 3/8-inch: 100 percent b. No. 4: 95-100 percent C, No, 8: 80-90 percent 03350-3 all 7152 d. No. 16: 50-75 percent e. No. 30: 30-50 percent f. No. 50: 10-20 percent g. No. 100: 2-5 percent C. Fibrous Reinforcement: Collated, fibrillated, polypropylene fiber material. I Provide fibrous reinforcement at a rate of 1.5 pounds per cubic yard of concrete,or as recommended by the manufacturer for the specific application. 2. In food Storage, handling and processing areas provide products equal to the following: a. "Fibermesh with Microban '13' "; Fibermesh, Inc. 3. In all other areas provide one of the following: MR a. "Forza CR"; Forta Corp. b. "Fibermesh"; Fibermesh, Inc. D. Steel Reinforcement: ASTM A 185, welded steel wire fabric where indicated. E. Standard Aggregate Topping Mix: Design mix to produce topping material with the following characteristics: 1. Compressive strength: 3500 psi at 28 days. �► 2. Slump: 8 inches maximum at point of placement for concrete containing high-range water-reducing admixture(super-plasticizer)and 3 inches maximum for other concrete. 414 1 Maximum W/C ratio: 0.51. F. Job Mixed Topping: 11� I. Follow manufacturer's print-d instructions. 04 2. Provide batch type mechanical mixer for mixing topping material at Project site. Equip batch mixer with a suitable charging hopper, water storage tank,and a water measuring device. Use only mixers that are capable of mixing aggregates,cement, and water into a uniform mix within specified time,and of discharging mix without segregation. 3. Mix each batch of 2 cu. yds. or less for at least 1-112 minutes after ingredients are in mixer. Increase mixing time 15 seconds for each additional cu. yd. or fraction thereof. G. Transit Mixed Concrete Topping: 1. Ready-mixed concrete topping may be used when acceptable to Architect. When acceptable, furnish ready-mixed topping complying with requirements of ASTM C 94. MR 03350-4 7152 2.5 MISCELLANEOUS CONCRETE MATERIALS A. Bonding Compound: Non-redispersable acrylic bonding admixture,ASTM C 1059,Type B. Epoxy Bonding Systems: ASTM C 881; type, grade, and class as necessary for project conditions. 2.6 MACHINE SURFACE GRINDING A. Provide appropriate electric powered equipment, specifically designed for surface grinding and finishing, and/or hand-held electric powered or pneumatic equipment as necessary to produce the required floor surface configuration and/or smooth transitions between adjoining floor surfaces. B. Internal combustion powered equipment shall not be used in the building. C. Provide all necessary accessories and supplies required to perform work. PART 3 - EXECUTION 3.1 MACHINE SURFACE GRINDING A. Using appropriate equipment, accessories and supplies specifically designed for surface grinding and finishing, perform the following types of work in locations necessary to produce the finished building configuration: 1. Remove high spots. 2. Smoothly transition adjoining floor surfaces. 3. Smoth floor surfaces in demolition areas. 4. Floor grinding necessary to provide reasonable substrade for applied finishes. 3.2 FLOOR LEVELING GROUT A. General: Condition substrate surface, apply primer, install grout and cure according to manufacturer's printed instructions. B. Aggregate: Provide proper aggregate filler according to manufacturer's printed recommendations for extending floor leveling grout to necessary thickness. 3.3 PATCHING EXISTING CONCRETE FLOOR SLAB SURFACES A. General: At all existing interior concrete floor slabs,patch damaged or worn surfaces with cementitious floor surface patch and filler material. Patch all concrete floor slab areas 03350-5 7152 whether existing or due to work under this contract. Floor slab areas covered by concrete toppings need not be surface patched prior to placing topping. B. Condition substrate surface, apply primer, install grout and cure according to manufacturer's printed instructions. C. Provide proper aggregate filler according to manufacturer's printed recommendations for extending floor leveling grout to necessary thickness. D. Preparation of minor floor slab imperfections with laytex surfacing and leveling compound is specified as part of the work in the respective floor finish sections of division 9. 3.4 CONCRETE SLAB TOPPING A. General: Provide interior floor topping slabs in rooms where original wood flooring is removed and will not be replaced under this contract, and elsewhere as indicated. B. New Construction Substrate Preparation: Prepare new concrete construction floor slab work to receive topping work by finishing new concrete work with specified "scratch finish." C. Existing Concrete Substrate Preparation: Prepare existing concrete floor surfaces for topping slabs by appropriate water blast,detergent cleaning and/or sand blast cleaning of existing floor slab surface areas to remain as topping substrate, or otherwise properly clean and acid etch prior to applying bonding compound, in accordance with manufacturer's instructions. 1. Bush hammer or otherwise chip-out and depress the top elevation of existing floor slabs where necessary to provide a minimum concrete topping thickness of I"at the perimiter where there is no wall termination. 2. Where existing slabs are hammer recessed to provide minimum topping thickness, saw cut a guiding outline perimeter of floor area to be recessed prior to beginning recess hammer work. 3. Coordinate topping substrate preparation work with demolition work and underfloor MEP work in the area. D. Reinforcing: Place dowels and reinforcing as indicated. E. Floor Slab Topping Placement: 1. Place topping slab in one continuous pour for each individual area scheduled for slab topping. Fully consolidate concrete topping material to prevent subsurface voids. 2. Provide floor elevations to match and blend into adjoining floor elevations.. 03350-6 7152 3. Top elevation of slab topping shall be a straight and continuousgrade meeting the adjoining floor elevation,or to the finish elevations indicated. Provide continuous sloped topping surface where indicated. 4. Perimeter joints at intersection of concrete topping and existing construction shall be a tightly fitted and consolidated "cold" joint. Where topping "cold Joints are exposed in the completed construction, provide a continuous tooled slot grove at the joint's top surface to receive sealant joint fill. F. Topping Slab Finishing: 1. Provide specified Trowel and Fine Broom Finish matching approved sample for topping slabs and curbs exposed to view in the completed project and/or to receive a thin set ceramic the finish. 2. Provide specified Scratch Finish for topping slabs and curbs to receive an applied quarry the finish. 3. Provide specified Trowel Finish matching approved sample for topping slabs and curbs to receive a paint finish or a vinyl flooring or base finish. G. Topping Slab Sealer: 1. Where scheduled floor surface is sealed concrete, provide specified sealer application for topping slabs. 2. Floor sealer is specified in division 9, Painting. 3.5 CONDITION OF SURFACES A. Topping Applied to Hardened Concrete:Throughly clean existing slab surfaces to remove dirt, loose material, oil, grease, paint,or other contaminants, leaving a clean surface and meeting manufacturer's recommendations. 1. When base slab surface is unacceptable for good bonding, roughen surface by chipping or scarifying before cleaning. 2. Prior to placing topping mixture, thoroughly dampen slab surface but do not leave standing water. Over the dampened surface apply specified bonding compound or epoxy adhesive as appropriate for the conditions at hand. 3. Place topping mix after rewettable bonding compound has dried or while nonrewettable bonding compound or epoxy adhesive is still tacky. B. For reinforced toppings, provide necessary chairs or supports, and maintain position of reinforcing mesh as shown on drawings. C. Joints: Mark locations of joints in base slab so that joints in top course will be placed directly over them. r 3.6 TOPPING PLACEMENT AND FINISHING 03350-7 FM 7152 A. Float Finish: Spread topping mixture evenly over prepared base to the required elevation and strike off. Use highway straightedge, bull float, or darby to level surface. After the topping has stiffened sufficiently to permit the operation, and water sheen has disappeared, float the surface at least twice to a uniform sandy texture. Restraighten where necessary with highway straightedge. The surface shall achieve an F/F of 20 and F/L of 17 tolerance when tested in accordance with ASTM E 1155. Uniformly slope surface to drains. B. Where joints are required, construct to match and coincide with joints in base slab. Provide other joints as shown. C. Trowel Finish: After floating, begin first trowel finish operation using power driven trowels. Continue troweling until surface is ready to receive final troweling. Begin final troweling when a ringing sound is produced as trowel is moved over surface. D. Continue final trowel operation to produce finished surface free of trowel marks,uniform in texture and appearance,and achieving an F/F of 25 and F/L of 20 tolerance when tested in accordance with ASTM E 1155. .� 3.7 CURING AND PROTECTION A. Cure and protect topping applications and finishes as indicated for "Cast-In-Place Concrete." 3.8 FAILURE OF CONCRETE TOPPING A. Failure of concrete topping to fully fill and bond to substrate and/or failure to consolidate to full thickness of topping material over substrate(as evidenced by a hollow sound when tapped with a rod),or disintegration or other failure of topping to perform as a floor finish will be considered a failure of materials and workmanship. B. Remove and replace toppings and/or curbs in the areas of such failures. Cut out areas to be removed in a regular rectangle pattern covering the entire area of failure. END OF SECTION 03350-8 7152 SECTION 03300 - CAST-IN-PLACE CONCRETE PART I - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: I Formwork for cast-in-place concrete, with excavation, shoring, bracing, and anchorage. 2. Formwork accessories. 3. Form stripping. 4. Reinforcing steel for cast-in-place concrete. 5. Cast-in-place concrete for the following: a. Foundations, footings. b. Formed cast-in-place concrete. C. Slabs on grade. d. Structuraly supported slabs. e. Equipment pads and bases. f. Infill openings in existing concrete slab, and demolition areas. 6. Coordination of items of other trades to be cast into concrete work. 7. Concrete curing. B. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Portland Cement Concrete Paving: Division 2. 3. Concrete Toppings: Elsewhere in Division 3. 4. Bentonite Waterproofing System: Division 7. 5. Joint sealers: Division 7. 6. Painting: Division 9. C. Related Documents: 1. General notes on the Structural drawing sheets. 1.2 DEFINITIONS A. Unexposed Finish: A general-use finish,with no appearance criteria,applicable to all formed concrete concealed from view after completion of construction. 03300-1 MR 7152 me B. Exposed Finish: A general-use finish applicable to all formed concrete exposed to view and including surfaces which may receive a finish or coating. 1.3 SUBMMALS 09 A. Shop Drawings: Submit shop drawings for fabrication and placement of the following: am 1. Reinforcement: Comply with ACI SP-66. Include bar schedules, diagrams of bent bars, arrangement of concrete reinforcement, and splices. a. Show construction joints. M4 b. Include details of reinforcement at openings through concrete structures. C. Include elevations of reinforcement in walls. d. Show stirrup spacing. no 2. Reproductions of the contract drawings are not acceptable as the required shop drawings. 04 B. Certifications: Provide certification from manufacturers of concrete admixtures that chloride content complies with specified requirements;and that there are no hazardous fuel or raw materials used in the production of either the cement or fly ash. C. Quality Control Submittals: Submit the following information related to quality assurance requirements specified: 1. Design data: Submit proposed mix designs and test data before concrete operations begin. Identify for each mix submitted the method by which proportions have been selected. a. For mix designs based on field experience, include individual strength test results, standard deviation, and required average compressive strength f(cr) calculations. b. For mix designs based on trial mixtures, include trial mix proportions, test results, and graphical analysis and show required average compressive strength f(cr). C. Indicate quantity of each ingredient per cubic yard of concrete. d. Indicate type and quantity of admixtures proposed or required. 2, Placement schedule: Submit concrete placement schedule prior to start of any concrete placement operations. Include location of all joints indicated on drawings, plus anticipated construction joints. 3. When requested by the Architect,provide batch tickets complying with ASTM C 685 or delivery tickets complying with ASTM C 94, as applicable, for each load of concrete used in the work. a. Include on the tickets the additional information specified in the ASTM document. 03300-2 7152 4. According to the prevailing weather conditions at the time of concrete placement, submit description of planned protective measures for either cold weather or hot weather concreting. D. Provide additional data and/or samples as required by the Architect. 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with the following documents, except where requirements of the contract documents or of governing codes and governing authorities are more stringent: 1. ACI 301. 2. ACI 318. 3. AWS D1.4. '" 1.4. 4. CRSI Manual of Standard Practice. B. Qualification of Welds, Welding Operators, and Welders: 1. Perform welding procedure qualification, except for prequalified procedures, as required by AWS D 1.4, prior to executing any welding of reinforcing steel. Only AWS qualified welders or welding operators shall perform welding of reinforcing steel. C. Source of Materials: Obtain materials of each type from same source for the entire project. 1.5 CONCRETE TESTING SERVICE A. Consistent with the General Conditions, the Owner will engage and pay a testing laboratory to perform quality control testing during construction described by Item 3.16 below. 1. Testing agency shall meet ASTM E329 requirements. B. The Contractor shall provide design concrete mixes certified by an independent testing agency. C. Materials and installed work may require testing and retesting, as directed by the Architect,at anytime during progress of work. Allow free access to material stockpiles and facilities. Retesting of rejected materials and installed work shall be done at 1P Contractor's expense. 03300-3 MR 7152 OR 1.6 REINFORCING DELIVERY, STORAGE, AND HANDLING No A. Deliver reinforcement to project site bundled and tagged with metal tags indicating bar size, lengths, and other data corresponding to information shown on placement MR drawings. No 1. Store concrete reinforcement materials at the site to prevent damage and accumulation of dirt or rust. 1.7 PROJECT CONDITIONS A. Cold-Weather Concreting: Comply fully with the recommendations of ACI 306. B. Hot-Weather Concreting: Comply fully with the recommendations of ACI 305R. 1. Well in advance of proposed concreting operations, advise the Architect of planned protective measures including but not limited to cooling of materials before or during mixing, placement during evening to dawn hours, fogging during finishing and curing, shading, and windbreaks. 1.8 REMEDIAL CONSTRUCTION WORK A. New construction materials and work of this Qection includes necessary work resulting from demolition and removal activities, the infilling of existing openings and/or openings created by demolition work. 1. Refer to "Selective Construction Demolition" specified in division 2 for additional project requirements. B. Coordinate work under this section with"Selective Construction Demolition"specified in division 2, for the proper preparation of existing concrete floor surfaces necessary to produce the scheduled finishes and completed construction configuration. PART 2 - PRODUCTS 2.1 FORMWORK A. Facing Materials: 1. Unexposed finish concrete: Any standard form materials that produce structurally sound concrete. No OR 03300-4 7152 2. Exposed finish concrete: Materials selected to offer optimum smooth, stain-free final appearance and minimum number of joints. Provide materials with sufficient strength to resist hydrostatic head without bow or deflection in excess of allowable tolerances, and as follows: a. Overlaid plywood: PS-I "B-B High Density Concrete Form Overlay," Class I. B. Formwork Accessories: I. Form coating: Form release agent that will not adversely affect concrete surfaces or prevent subsequent application of concrete coatings. 2. Metal ties: Commercially manufactured types;cone snap ties, taper removable bolt, or other type which will leave no metal closer than 1-1/2 inches from surface of concrete when forms are removed, leaving not more than a 1-inch-diameter hole in concrete surface. 3. Fillets: Wood or plastic fillets for chamfered corners, in maximum lengths possible. 12 VAPOR BARRIER A. Under all concrete placed on grade,provide continuous 6 mil polyethylene vapor barrier sheet material with all joints, seams and penetrations sealed. I Bentonite waterproofing system is provided under elevator pit slab. 2.3 REINFORCING MATERIALS pa A. Reinforcing Bars: 1. Provide weldable grade reinforcing bars for connections and fabrications requiring welding of reinforcing bar material. 2. In all other locations provide ASTM A 6t5, Grade 60 deformed bars, except where specifically indicated otherwise. B. Reinforcing Bar Mats: ASTM A 184, clipped type. C. Provide mechanical connections for reinforcement splices of the type indicated and capable of developing at least 125 percent of the specified yield strength of the bar when tested in tension and compression. D. Provide end bearing splices complying with ACI 318 and of the type indicated. E. Welded Wire Fabric: ASTM A 185-79, plain. 03300-5 7152 F. Reinforcing Accessories: 1. Tie wire: Black annealed type, 16-1/2 gage or heavier. 2. Supports: Bar supports conforming to specifications of CRSI "Manual of Standard Practice." a. Class I (plastic protected)at all formed surfaces which will be exposed to weather. b. Class I (plastic protected) or Class 2 (stainless steel protected) at all formed surfaces which will be exposed to view but not to weather. C. Precast concrete blocks of strength equal to or greater than specified strength of concrete or Class 3 supports equipped with sand plates, where concrete will be cast against earth. Concrete masonry units will not be accepted. G. Fibrous Reinforcement:Collated,fibrillated,polypropylene fiber material. Provide one of the following: 1. "Forta CR:; Forta Corp. 07 2. "Fibermesh"; Fibermesh, Inc. 3. Provide fibrous reinforcement at a rate of 1.5 pounds per cubic yard of concrete, or as specifically recommended by the manufacturer. 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, and as follows: 1. Type 1, except where other type is specifically permitted or required. a. Type I may be replaced by Type III (high early strength) for concrete placed during cold weather. B. Water- Potable. C. Aggregates: 1. Normal weight concrete: ASTM C 33. a. Class IN. b. Local aggregates not in compliance with ASTM C 33 but which have demonstrated capacity to produce concrete of adequate strength and durability may be used when specifically approved through normal approval process. 03300-6 7152 2. Maximum size of coarse aggregates, whichever is least: a. One-fifth narrowest dimension between sides of forms. b. One-third of depth of slabs. C. Three-fourths of minimum clear distance between reinforcing bars or between bars and side of form. d. Columns and piers: Two-thirds of minimum clear distance between bars. D. Admixtures - General: Admixtures which result in more than 0.1 percent of soluble chloride ions by weight of cement are prohibited. E. Air-Entraining Admixture: ASTM C 260 and certified by manufacturer for compatibility with other mix components. 1. Products: The following products,provided they comply with requirements of the contract documents, will be among those considered acceptable: a. "Air Mix"; The Euclid Chemical Company. b. "Sika-Aer"; Sika Corporation. C. "Micro-Air"; Master Builders, Inc. d. "Darex AEA"; W. R. Grace &Co. e. "Burke 2001" or "Burke 2002"; The Burke Company. f. "Air-Tite"; Cormix Construction Chemicals. F. Water-Reducing, Retarding Admixture: ASTM C 494, Type D. G. Water-Reducing and Accelerating Admixtures: ASTM C 494, Type E. I. Products: The following products,provided they comply with requirements of the contract documents, will be among those considered acceptable: a. "Acceiguard 80"; The Euclid Chemical Company. b. "Pozzutec 20"; Master Builders, Inc. C. "Gilco Accelerator"; Cormix Construction Chemicals. H. High-Range Water-Reducing Admixture (Superplasticizer): ASTM C 494,Type F or G. 2.5 MISCELLANEOUS MATERIALS AND ACCESSORIES A. Waterstops, General: Provide continuous waterstops at all construction joints, keyed joints, expansion joints, breaks in concrete pour, areas where floor slab pours over grade beam and as otherwise indicated. Size and configure to suit joint conditions. 03300-7 OR 7152 I Joint Sealant Type, typical: Sika.Corporation, "Sikaflex-I a". 2. Extruded Rubber type, where shown: Corps of Engineers CRD-C 513. B. Nonshrink Grout: ASTM C 1107. 1. Type: Provide nonmetallic type only, C. Chemical Hardener: Colorless,aqueous solution of fluosilicates and wetting agents for application to cured concrete for surface densification. 1. Refer to Division 9, Painting section for concrete sealer. D. Burlap: AASHTO M 182, Class 2 jute or kenaf cloth. E. Moisture-Retaining Cover: ASTM C 171, and as follows: 1. Curing paper. 2. Polyethylene film, 3. White burlap-polyethylene sheeting. 4. Liquid Curing Compounds F. Liquid Curing Compounds: Provide non-staining commercial compounds which dry water clear, and are compatible with applied finishes or adhesives. G. Bonding Compound: Non-redispersable acrylic bonding admixture, ASTM C 1059, Type H. H. Epoxy Bonding Systems: ASTM C 881;type,grade,and class as necessary for project conditions. 1. Premolded Joint Filler: 1. Resilient one-half inch thick, non-bituminous, semi-rigid, joint filler material conforming to ASTM D1752-67. J. Supports for Reinforcement: I. Provide supports for reinforcement including bolsters,chairs,spacers and other devices for spacing,supporting and fastening reinforcing bars and welded wire fabric in place. Use wire bar type supports complying with CRSI specifications. 03300-8 7152 2.6 PROPORTIONING AND DESIGN OF MIXES A. Contractor shall employ and pay testing laboratory acceptable to Architect to prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. B. Submit written reports to Architect of each proposed mix for each class of concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed by Architect. C. Mix Adjustments: Provided that no additional expense to Architect is involved, contractor may submit for Architect's approval requests for adjustment to approved concrete mixes when circumstances such as changed project conditions, weather, or unfavorable test results occur. Include laboratory test data substantiating specified properties with mix adjustment requests. 2.7 CONCRETE MIX A. General: Design mixes to provide normal weight concrete with the 28 day compressive strengths properties for the project locations indicated on the drawings, and/or specified: I. !ntegral Fibrous Reinforcement: Provide integral fibrous reinforcement for all 1P concrete floor slabs and for exterior flatwork. 2. Integral fibrous reinforcement shall not be considered as contributing to the required compressive strength of concrete mixes. 3. Refer to Division 2 section "Reinforced Cement Concrete Paving" for other concrete work requirements and mix strengths, B. Fly Ash: Limit fly ash content of concrete mix design to a maximum of 20%of required cement, by weight. C. Slump: As indicated. D. Admixtures: 1. Air-entraining admixture: Use in mixes for exterior exposed concrete unless otherwise specifically indicated. Add at rate to achieve total air content in accordance with Table 1.4.3 of ACI 201.2. For concrete not exposed to exterior,add at rate to achieve total air content between 2 percent and 4 percent. a. Do not use in slabs-on-grade scheduled to receive topping, unless manufacturer of topping recommends use over air-entrained concrete. 03300-9 aq 7152 2. Water-reducing and retarding admixture: Add as required in concrete mixes to be placed at ambient temperatures above 90 degrees F. 3. Water-reducing and accelerating admixture: Add as required in concrete mixes to be placed at ambient temperatures below 50 degrees F. 4. High-range water-reducing admixture (superplasticizer): Add as required for placement and workability. Use for vertical formed work or for pumping. 5. Do not use admixtures not specified or approved. 2.8 CONTROL OF MIX IN THE FIELD A. Slump: Concrete mix slumps are specified as maximum. An absolute tolerance of up to one-half inch(1/2") above specified design mix slump will be permitted for I batch in 5 consecutive batches tested. 1. Concrete of lower slump than that specified may be used, provided proper placing and consolidation is obtained. B. Total Air Content: A tolerance of plus or minus 1/2percent of approved design mix air content will be allowed for field measurements. C. Do not use batches that exceed tolerances. Batches or delivery trucks that have excessive water added at the job site and the mix exceeds the specified slump will be rejected and removed from the job. 2.9 TRANSIT MIX CONCRETE A. Transit Mixers: Mix concrete materials in transit mixers,complying with requirements of ASTM C 94. I At ambient temperatures of 85 to 90 degrees F,reduce mixing and delivery time to 75 minutes. 2. At ambient temperatures above 90 degrees F, reduce mixing and delivery time to 60 minutes. 2.10 SITE MIXED CONCRETE A. Store cementitious materials off of the ground in a dry,weathertight location. Maintain accurate records of shipment and use. 1. Store aggregates to permit free drainage and to avoid contamination with deleterious matter or other aggregates. When stockpiled on ground, discard bottom 6 inches of pile. 03300-10 po 7152 2. Handle aggregates to avoid segregation. PART 3 - EXECUTION 3.1 CONCRETE FORM PREPARATION A, General: Comply with requirements of ACI 301 for formwork,and as herein specified. The contractor is responsible for design, engineering, construction, installation and bracing of formwork, and for its timely removal without damage to placed concrete. B. Earth Formed Work: Provide earth formed concrete only for slabs on grade and elsewhere as specifically indicated and/or approved by the Architect. Otherwise utilize earth formed concrete only in below grade instances where finished surfaces will not be exposed to view, or where forms would be trapped. Hand-trim bottoms and sides of earth forms to profiles indicated on the drawings. Remove loose dirt before placing concrete. C. Design: Design and fabricate forms for easy removal, without impact, shock, or damage to concrete surfaces or other portions of the work. Design to support all applied loads until concrete is adequately cured, within allowable tolerances and deflection limits. D. Construction: Construct and brace formwork to accurately achieve end results required by contract documents, with all elements properly located and free of distortion. Provide for necessary openings, inserts, anchorages, and other features shown or otherwise required, 1. Joints: Minimize form joints and make watertight to prevent leakage of concrete. a. Align joints symmetrically at exposed conditions. 2. Chamfers: Provide chamfered edges and corners at exposed locations, unless specifically indicated otherwise on the drawings. 3. Permanent openings: Provide openings to accommodate work of other trades, sized and located accurately. Securely support items built into forms; provide additional bracing at openings and discontinuities in formwork. 4. Temporary openings: Provide temporary openings for cleaning and inspection in most inconspicuous locations at base of forms, closed with tight-fitting panels designed to minimize appearance of joints in finished concrete work. E. Tolerances for Formed Surfaces: Comply with minimum tolerances established in ACI 117, unless more stringent requirements are indicated on the drawings. 03300-11 ON 7152 OR F. Release Agent: Provide either form materials with factory-applied nonabsorptive liner am or field-applied form coating. If field-applied coating is employed, thoroughly clean and recondition formwork and reapply coating before each use. Rust on form surfaces is unacceptable. G. Curbs and Toppings Formed Against Insulated Cooler Wall Panels: Provide 1/2"thick premould expansion joint filler material between concrete curbs and/or topping placed directly against insulated cooler panels. Wo 3.2 VAPOR BARRIER A. General: Install vapor barrier as a continuous membrane under all concrete placed on U4 grade. Seal penetrations, tears, damage and seams. 3.3 PLACING REINFORCEMENT A. General: Comply with requirements of ACI 301 and as herein specified. B. Preparation: Clean reinforcement of loose rust and mill scale, soil,and other materials which adversely affect bond with concrete. C. Placement: Place reinforcement to achieve not less than minimum concrete coverages required for protection. Accurately position,support,and secure reinforcement against displacement., Provide Class C tension lap splices complying with ACI 318 unless otherwise indicated. Do not field-bend partially embedded bars unless otherwise indicated or approved. 1. Use approved bar supports and tie wire, as required. Set wire ties to avoid contact with or penetration cl exposed concrete surfaces. Tack welding of reinforcing is not permitted. 2. Wire fabric: Install in maximum lengths possible,lapping adjoining pieces not less than one full mesh. Offset end laps to prevent continuous laps in either direction, and splice laps with tie wire. D. Welding: Welding of reinforcement is not permitted, except with the Architect's specific approval. 1. Perform welds in accordance with AWS D 1.4. 3.4 CONCRETE FLOOR JOINTS 03300-12 If r- 7152 A. Locate and install construction joints in new construction as indicated on drawings. If construction joints are not indicated, locate in manner which will not impair strength and will have least impact on appearance, as acceptable to the Architect. 1. Reinforcement: Continue reinforcement across and perpendicular to construction joints, unless details specifically indicate otherwise. 2. Waterstops: Provide waterstops as indicated, installing to form continuous, watertight dam, with field joints fabricated in strict accordance with manufacturer's instructions. B. Control Joints: Construct contraction joints in slabs placed on grade to form panels of sizes indicated on drawings. 1. Saw Cut Joints: Thicken new construction floor slabs at control joints and power saw cut joints after concrete placement. Form control joints by means of saw cuts one-fourth the depth of the slab,performed as soon as possible after slab finishing without dislodging aggregate. 2. Keyways: Keyed joints shall not be used. C. Isolation Joints: Construct isolation joints in slabs poured on grade at points of contact with vertical components, such as at intersections with foundation walls and concrete wall panels. Install expansion joint filler to full concrete depth. Recess top edge of filler 1/8 inch where joints are unsealed. 3.5 INSTALLATION OF EMBEDDED ITEMS A. General: Set anchorage devices and other items required for other work connected to or supported by cast-in-place concrete, using templates, setting drawings, and instructions from suppliers of items to be embedded. 1. Edge Forms and Screeds: Set edge forms and intermediate screeds as necessary to achieve final elevations indicated for finished slab surfaces. 2. Accurately place and support sleeves and items of other trades to be cast into concrete work. r 3.6 CONCRETE FLOOR SLAB INFILL WORK A. Preparation For New Construction Slab Infill Adjoining Previously Placed Work: 1. At locations where new construction concrete slab placement, repair and/or infill work is to join previously placed concrete or existing construction: 03300-13 NR 7152 a. Confirm that all necessary demolition and underfloor work is complete, ml� and that existing abutting surfaces have beem properly prepared. b. Prepare existing surfaces to receive concrete work by cleaning as necessary, acid etching and applying bonding material in accordance -4 with manufacturer's instructions. B. Doweled Connections: At locations where new concrete adjoins existing work, drill 8"deep holes in face of existing concrete,for#4 steel dowel bars x 2'-0",located at 16" o.c. along the slab connection length, and pack dowels solid into holes with nonshrink grout or epoxy material. 1. Refer to structural notes on the drawings for additional requirements. low 1 Slip joint dowels shall be installed and securely supported to maintain positions parallel to one another, and in one horizontal plane. GIR C. Place typical slab reinforcing in the field of the slab infill area. D. Top elevation of new slab and infill work shall meet and match existing adjoining MIR construction and form one continuous plane and substrate for scheduled floor finish. Where the existing adjoining floor surface is to receive leveling topping, the new slab and infill work shall be installed at finish floor level. 1. Joints at intersection of newly placed concrete and existing construction shall be a tightly fitted and consolidated bonded joint. a. Provide continuation of all existing slab control joints across new construction slabs and infill. 2. Unless directed otherwise by the Architect,slab and infill areas over 100 square feet, tool a slot grove at the top of the perimiter cold joint to receive sealant joint fill. 3. Slab thickness shall be as indicated, or if not specifically indicated match that of the adjoining work. 3.7 CONCRETE PLACEMENT A. Preparation: Provide materials necessary to ensure adequate protection of concrete MR during inclement weather before beginning installation of concrete. B. Inspection: Before beginning concrete placement,inspect formwork,reinforcing steel, and items to be embedded, verifying that all such work has been completed. I Wood forms: Moisten immediately before placing concrete in locations where form coatings are not used. 03300-14 7152 C. Bonding Compound: Provide liquid bonding compound at all locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. D. Placement - General: Comply with requirements of ACI 304 and as follows: I. Schedule continuous placement of concrete to prevent the formation of cold joints. 2. Provide construction joints if concrete for a particular element or component cannot be placed in a continuous operation. 3. Deposit concrete as close as possible to its final location, to avoid segregation. Do not convey concrete in the formwork. E. Placement in Forms: Limit horizontal layers to depths which can be properly consolidated, but in no event greater than 24 inches. I Consolidate concrete by means of mechanical vibrators, inserted vertically in freshly placed concrete in a systematic pattern at close intervals. Penetrate previously placed concrete to ensure that separate concrete layers are knitted together. 2. Vibrate concrete sufficiently to achieve consistent consolidation without segregation of coarse aggregates. 3. Do not use vibrators to move concrete laterally. F. Slab Placement: Schedule continuous placement and consolidation of concrete within planned construction joints. 1. Thoroughly consolidate concrete without displacing reinforcement or embedded items, using internal vibrators, vibrating screeds, roller pipe screeds, or other means acceptable to Architect. 2. Strike off and level concrete slab surfaces, using highway straightedges, darbies, or bull floats before bleed water can collect on surface. Do not work concrete further until finishing operations are commenced. G. Cold Weather Placement: Comply with recommendations of ACI 306 when air temperatures are expected to drop below 40 degrees F either during concrete placement operations or before concrete has cured. H. Hot Weather Placement: Comply with recommendations of ACI 3058 when ambient temperature before, during, or after concrete placement is expected to exceed 90 degrees F or when combinations of high air temperature, low relative humidity, and wind speed are such that the rate of evaporation from freshly poured concrete would otherwise exceed 0.2 pounds per square foot per hour. 03300-15 7152 1. Do not add water to approved concrete mixes under hot weather conditions. 2. Provide mixing water at lowest feasible temperature, and provide adequate protection of poured concrete to reduce rate of evaporation. 3. Use fog nozzle to cool formwork and reinforcing steel immediately prior to placing concrete. 3.8 FINISHING FORMED SURFACES A. Repairs, General: Repair surface defects in all formed surfaces, including tie holes, immediately after removing formwork. 1. Remove honeycombed areas and other defective concrete down to sound concrete, cutting perpendicular to surface or slightly undercutting. Dampen patch location and area immediately surrounding it prior to applying bonding compound or patching mortar. 2. Before bonding compound has dried,apply patching mixture matching original concrete in materials and mix except for omission of coarse aggregate, and using a blend of white and normal portland cement as necessary to achieve color match. Consolidate thoroughly and strike off slightly higher than surrounding surface. B. Unexposed Form Finish: Repair tie holes and patch defective areas. Rub down or chip off fins or other raised areas exceeding 1/4 inch height, C. Exposed Form Finish and Formed Finish to Receive Waterproofing: Repair and patch defective areas, with fins or other projections completely removed and smoothed. 1. Smooth rubbed finish: Apply to surfaces indicated no later than 24 hours after form removal, a. Wet concrete surfaces to be finished and rub with Carborundum brick or other abrasive until uniform color and texture are achieved. b. Do not apply separate grout mixture. 2. Contiguous unformed surfaces: Strike smooth and float to a similar texture tops of walls, horizontal offsets, and other unformed surfaces adjacent to or contiguous with formed surfaces. Continue final finish of formed surfaces across unformed surfaces, unless otherwise specifically indicated. 19 CONCRETE FINISHING A. Finishing Operations - General: 1. Do not directly apply water to stab surface or dust with cement. 03300-16 E. 7152 2. Use hand or powered equipment only as recommended in ACI 302.1 R. 3. Screeding: Strikeoff to required grade and within surface tolerances indicated. Verify conformance to surface tolerances. Correct deficiencies while concrete is still plastic. 4. Bull Floating: Immediately following screeding, bull float or darby before bleed water appears to eliminate ridges, fill in voids, and embed coarse aggregate. Recheck and correct surface tolerances. 5. Do not perform subsequent finishing until excess moisture or bleed water has disappeared and concrete will support either foot pressure with less than 1/4-inch indentation or weight of power floats without damaging flatness. 6. Final floating: Float to embed coarse aggregate,to eliminate ridges,to compact concrete, to consolidate mortar at surface, and to achieve uniform, sandy texture. Recheck and correct surface tolerances. 7. Troweling: Trowel immediately following final floating. Apply first troweling with power trowel except in confined areas, and apply subsequent trowelings with hand trowels. Wait between trowelings to allow concrete to harden. Do not overtrowel. Begin final troweling when surface produces a ringing sound as trowel is moved over it. Consolidate concrete surface by final troweling operation. Completed surface shall be free of trowel marks,uniform in texture and appearance, and within surface tolerance specified. a. Grind smooth surface defects which would telegraph through final floor covering system. B. Provide necessary samples and/or coordinate appearance and texture of required final finishes with the Architect before application. C. Slab Finish Schedule: Apply finishes in the following typical locations and as otherwise shown on the drawings-, 1. Scratch Finish: Surfaces to receive bonded cementitious toppings, unless indicated otherwise. a. After screeding and leveling to tolerance, roughen surface before final set with stiff brushes, brooms, or rakes. 2. Broomed float: Exterior and slabs not otherwise scheduled. a. After floating and when water sheen has practically disappeared, apply uniform transverse corrugations approximately 1/16 inch deep,without tearing surface. 3. Trowel Finish: Interior floors to receive applied finish such as sealed concrete, resilient tile or carpet, an not otherwise scheduled. a. Trowel immediately following final floating. Apply first troweling with power trowel except in confined areas,and apply subsequent trowelings with hand trowels. Wait between trowelings to allow concrete to 03300-17 No 7152 harden. Do not overtrowel. Begin final troweling when surface produces a ringing sound as trowel is moved over it. Consolidate concrete surface by final troweling operation. Completed surface shall be free of trowel marks, uniform in texture and appearance, and within surface tolerance specified. b. Concrete sealer is specified with "Painting" in Division 9. 4. Trowel and Fine Broom Finish: Interior floor slabs scheduled for thin-set ceramic tile finish, and elsewhere as indicated. a. Follow trowel finishing operation immediately with fine brooming to achieve slightly scarified surface. M+ D. Slab Surface Tolerances: For slabs and flatwork indicated to be finished to a surface elevation or to surface grade contours. 1. Achieve flat, level planes except where grades are indicated. Slope uniformly to spot elevations or drains. Overall surface high points no higher than elevations indicated. 2. Tolerance dimensions listed below are total accumulative dimension within the lengths indicated. a. Scratched finishes: Depressions between high spots shall not exceed 1/2 inch under a 10-foot straightedge. b. Floated finishes: Depressions between high spots shall not exceed 5/16 MR inch under a 10-foot straightedge. C. Troweled finishes: Achieve level surface plane so that depressions between high spots do not exceed. 1/8 inch,using a 10-foot straightedge. E. Slab Surface Tolerances: For slabs and flatwork either level or sloped, indicated to be finished to specific spot surface elevations. a. Troweled finishes and fine broom finish: Achieve surface plane so that depressions between high spots do not exceed 1/8 inch, using a 10-foot straightedge. 3.10 REPAIR OF SLAB SURFACES A. Test slab surfaces for smoothness and to verify surface plane to tolerance specified. Repair defects as follows: 1. High areas: Correct by grinding after concrete has cured for not less than 14 days. 2. Low areas: Immediately after completion of surface finishing operations, cut out low areas and replace with fresh concrete. Finish repaired areas to blend with adjacent concrete. Proprietary patching compounds may be used when approved by the Architect. 03300-18 7152 3. Crazed or cracked areas: Cut out defective areas, except random cracks and single holes not exceeding I inch in diameter,by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts. Dampen exposed concrete and apply bonding compound. Mix, place, compact, and finish patching concrete to match adjacent concrete. 4. Isolated cracks and holes: Groove top of cracks and cut out holes not over I inch in diameter. Dampen cleaned concrete surfaces and apply bonding compound; place dry pack or proprietary repair compound acceptable to Architect while bonding compound is still active: a. Dry-pack mix: One part portland cement to 2-1/2 parts fine aggregate and enough water as required for handling and placing. b. Install patching mixture and consolidate thoroughly, striking off level with and matching surrounding surface. Do not allow patched areas to dry out prematurely. 3.11 CONCRETE CURING AND PROTECTION A. General: 1. Prevent premature drying of freshly placed concrete, and protect from excessively cold or hot temperatures until concrete has cured. 2. Provide curing of concrete by one of the methods listed and as appropriate to service conditions and type of applied finish in each case. B. Curing Period: 1. Not less than 7 days for standard cements and mixes. 2. Not less than 4 days for high early strength concrete using Type III cement. C. Formed Surfaces: Cure formed concrete surfaces by moist curing with forms in place for full curing period or until forms are removed. 1. Keep wooden or metal forms moist when exposed to heat of the sun. 2. If forms are removed prior to completion of curing process,continue curing by one of the applicable methods specified. D. Surfaces Not in Contact with Forms: 1. Start initial curing as soon as free water has disappeared, but before surface is dry. 2. Keep continuously moist for not less than 3 days by uninterrupted use of any of the following: 03300-19 OR 7152 MR a. Water ponding. aq b. Water-saturated sand. C. Water-fog spray. d. Saturated burlap: Provide 4-inch minimum overlap at joints. OR 3. Begin final curing procedures immediately following initial curing and before concrete has dried. a. Moisture-retaining cover: Lap not less than 3 inches at edges and ends, vl� and seal with waterproof tape or adhesive. Repair holes or tears during curing period with same tape or adhesive. Maintain covering in intimate contact with concrete surface. Secure to avoid displacement. 04 1. Extend covering past slab edges at least twice the thickness of slab. 2. Do not use plastic sheeting on surfaces which will be exposed to view when in service. b. Curing compounds other than water shall not be used for the curing process. 4. Continue final curing to end of curing period. E. Avoid rapid drying at end of curing period. F. During and following curing period, protect concrete from temperature changes of adjacent air in excess of 5 degrees F per hour and 50 degrees F per 24 hours. Progressively adjust protective measures to provide uniform temperature changes over entire concrete surface. • 3.12 SHORES AND SUPPORTS A. General: Comply with recommendations of ACI 347 for shoring and reshoring construction. B. Reshoring: Remove shores and reshore in a planned sequence, to avoid damage to partly cured concrete. Locate and provide adequate reshoring to safely support work without excessive stress or deflection. 3.13 REMOVAL OF FORMS AND SUPPORTS A. Non-Load-Bearing Formwork: Provided that concrete has hardened sufficiently that it will not be damaged, forms not actually supporting weight of concrete or weight of soffit forms may be removed after concrete has cured at not less than 50 degrees F for 24 hours. Maintain curing and protection operations after form removal. 03300-20 PM 7152 B. Load-Bearing Formwork: Do not remove shoring and forms supporting weight of concrete,such as beam soffits,joists,slabs,and other structural elements,until concrete has attained at least the specified compressive strength f(c)and until the contractor has determined that the actual compressive strength attained is adequate to support the weight of the concrete and superimposed loads. C. Keep reshores in place a minimum of 15 days after placing upper tier, and longer if required,until concrete has attained at least the specified compressive strength F(c)and until the contractor has determined that the actual compressive strength attained is adequate to support the weight of the concrete and superimposed loads. D. Keep supports in place until heavy loads due to construction operations have been removed. E. Test field-cured specimens to determine potential compressive strength of concrete for specific locations. 3.14 MISCELLANEOUS CONCRETE ITEMS A. Fill-in: Fill in holes and openings left in concrete structures for passage of work by other trades after such work is in place. Place such fill-in concrete to blend with existing construction, using same mix and curing methods. B. Equipment Bases and Poundations: Provide all required and/or necessary machine and equipment bases and foundations. Set anchor bolts at correct elevations, complying with diagrams or templates of equipment manufacturer. 1. Grout base plates and foundations with nonshrink grout. 2. Use nonmetallic grout for exposed conditions, unless otherwise indicated. 3.15 CONCRETE REPAIRS A. Perform cosmetic repairs of concrete surfaces as specified under concrete application. B. Perform structural repairs with prior approval of the Architect for method and procedure, using epoxy bonding systems. The Architect's approval is required for repair methods using materials other than those specified. 03300-21 so 7152 3.16 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Composite Sampling,and Making and Curing of Specimens: ASTM C 172 and ASTM C 31. The testing agency shall perform the following items: 1. Take samples at point of discharge. 2. For pumped concrete,perform sampling and testing at the frequencies specified herein at point of delivery to pump,and perform additional sampling and testing at the same frequency at discharge from line. Results obtained at discharge from line shall be used for acceptance of concrete. B. Slump: ASTM C 143. One test per strength test and additional tests if concrete consistency changes. 1. Modify sampling to comply with ASTM C 94. C. Air Content of Normal Weight Concrete: ASTM C 173 or ASTM C 231. One test per strength test performed on air-entrained concrete. .4 D. Concrete Temperature: 1. Test hourly when air temperature is 40 degrees F or below. 2. Test hourly when air temperature is 90 degrees F or above. 3. Test each time a set of strength test specimens is made. E. Compressive Strength Tests: ASTM C 39. 1. Compression test specimens: Mold and cure one set of 4 standard cylinders for each compressive strength test required. 2. Testing for acceptance of potential strength of as-delivered concrete: a. Obtain samples on a statistically sound, random basis. b. Minimum frequency: 1. One set per 100 cubic yards or fraction thereof for each day's pour of each concrete class. 2. One set per 3500 square feet of slab or wall area or fraction thereof for each day's pour of each concrete class. 3. When less than 5 cubic yards is placed in one day, the Architect may waive laboratory testing of specimens if adequate evidence .� of satisfactory strength is provided. (Molding and curing of these specimens is not waived.) 4. When the above testing frequency would provide fewer than 5 strength tests for a given class of concrete during the project, 03300-22 7152 conduct testing from not less than 5 randomly selected batches, or from each batch if fewer than 5. C. Test one specimen per set at 7 days for information unless an earlier age is required. d. Test 2 specimens per set for acceptance of strength potential; test at 28 days unless other age is specified. The test result shall be the average of the two specimens. If one specimen shows evidence of improper sampling, molding, or testing, the test result shall be the result of the remaining specimen; if both show such evidence,discard the test result and inform the Architect. e. Retain one specimen from each set for later testing, if required. f. Strength potential of as-delivered concrete will be considered acceptable if all of the following criteria are met: 1. No individual test result falls below specified compressive strength by more than 500 psi. 2. Not more than 10 percent of individual test results fall below specified compressive strength f(c). 3. Average of any 3 consecutive strength test results equals or exceeds specified compressive strength f(c), 9- Evaluate construction and curing procedures and implement corrective action when strength results for field-cured specimens are less than 85 percent of test values for companion laboratory-cured specimens. 3. Removal of forms or supports: Mold additional specimens and field-cure with concrete represented; test to determine strength of concrete at proposed time of form or support removal. F. Test Results: Testing agency shall report test results in writing to the Architect,Owner and Contractor within 24 hours of test. I Test reports shall contain the following data: a. Project name, number, and other identification. b. Name of concrete testing agency. C. Date and time of sampling. d. Concrete type and class. e. Location of concrete batch in the completed work. f. All information required by respective ASTM test methods. 2. Nondestructive testing devices such as impact hammer or sonoscope may be used at Architects option for assistance in determining probable concrete strength at various locations or for selecting areas to be cored, but such tests shall not be the sole basis for acceptance or rejection. 03300-23 7152 3. The testing agency shall make additional tests of in-place concrete as directed by the Architect when test results indicate that specified strength and other concrete characteristics have not been attained. a. Testing agency may conduct tests of cored cylinders complying with ASTM C 42, or tests as directed. b. Cost of additional testing shall be borne by the contractor when unacceptable concrete has been verified. END OF SECTION 03300-24 • 7152 SECTION 04205 - UNIT MASONRY PART I - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: 1. Masonry units specified herein. 2. Mortar and grout. 3. Reinforcement, anchorage, and accessories. 4. Installation of Cast Stone units specified under Precast Products, specified elsewhere in Division 4. 5. Remedial and repair masonry work. B. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Cast-In-Place Concrete: Division 3. 3. Cast Stone: Elsewhere in Division 4. 4. Flashings and sheet metal: Division 7. 5. Joint Sealers: Division 7. 6. Hydraulic Elevator: Division 14. C. Reinforced masonry requirements indicated on drawings. 1.2 SUBMITTALS A. Product Data: Submit published data from manufacturers of products and accessories specified, indicating or including certifications that each type complies with specified requirements. I Coordinate products specified under other Sections and installed as part of work under this Section. B. Samples for Verification Purposes: Submit samples of all masonry unit finish types, and special units, indicating full range of exposed color and texture to be expected for each item in the completed work. I Coordinate necessary quantities and timing for submittal of cast stone samples specified under another Division 4 Section with mock-up requirements of this Section. 04205-1 04 7152 C. Provide documentation that concrete masonry unit (CMU) producer is certified by the admixture manufacturer for the product's use. D. Mortar and grout mix data and mortar color samples. E. Coordinate necessary submittals for cast stone material specified elsewhere in Division 4. F. Provide additional data and/or samples as required by the Architect. 1.3 QUALITY ASSURANCE MR A. Source Control: Obtain each type of exposed masonry unit from a single manufacturer, with texture and color of each type uniform or of a uniform blend acceptable to the Architect. B. Mock-up: Prior to commencement of exposed masonry work,erect sample panel to serve as standard of appearance and workmanship throughout construction period. 1. Build at location directed by the Architect. 2. Build mock-ups containing each type and pattern of exposed unit masonry work in the project. Mock-up panel shall be approximately 6'-8"long, 4'-8" high, by the overall thickness of wall construction, including metal framing and sheathing backup, and specified anchoring. 3. Provide a partial window opening on one end of the panel and one vertical control joint with joint filler in the panel. 4. Should the mock-up may be rejected, it is required to be reconstructed to proper construction quality until accepted by the Architect, 5. Retain approved mock-up during construction as standard for judging completed masonry work. 6. Maintain mock-ups in good condition during construction. 7. When directed,demolish mock-ups and remove from site. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle, and store masonry units by means which will prevent mechanical damage; and deterioration due to moisture,temperature changes;and contamination by soil staining by other materials and/or construction operations. 1. Provide protection of concrete masonry units which will limit moisture absorption to the maximum percentage specified for Type I units at a relative humidity which is normal for the project site. 2. Provide protection of cast stone masonry units which will prevent exposure to moisture or its absorption by the units. 04205-2 7152 B. Protect cementitious materials from precipitation and absorption of ground moisture. C. Store masonry accessories to prevent corrosion, dirt accumulation, and other deterioration. D. Work under this section includes proper coordination of cast stone submittals, production of sample units for approval and masonry mock-up, and for scheduling of delivery of necessary cast stone material on the job site. 1.5 PROJECT CONDITIONS A. Construction Protection: Cover tops of incomplete masonry elements exposed to the weather with waterproof sheet material at end of each work day and when masonry work is not in progress. I. Secure weather protection in place with weights or by use of temporary fasteners. 2. Immediately remove mortar, soil, and other such materials from exposed masonry faces to prevent staining, 3. Prevent splashing and soiling of masonry near ground level by spreading durable sheet material covering continuously soil or masonry faces. Do not remove temporary ground protection until other or permanent ground surface treatment is in place. 4. Protect horizontal masonry elements from mortar droppings. Do not allow mortar B. Hot-Weather Protection: Cover or shade masonry units and mortar materials and use cool water for mortar whenever ambient air temperature is 90 degrees F(32 degrees Celsius) or greater. At air temperatures of 85 degrees F (29 degrees Celsius) or above,if relative humidity is less than 30 percent or wind is in excess of 15 miles per hour (24 kilometers per hour), provide protection by immediately covering newly constructed walls, by providing windbreaks, or by using fog spray to reduce rate of evaporation. 1.6 REMEDIAL CONSTRUCTION WORK A. New construction materials and work of this section includes necessary work resulting from demolition and removal activities, the infilling of existing openings in brick or clay the masonry, and/or openings created by demolition work, and the proper preparation of existing masonry surfaces andlor substrates to receive work under this section which is necessary to produce the completed finish construction configuration. 1. All openings in masonry work which are not reused as a part of this project shall be closed with masonry construction types and materials as specified 04205-3 OR 7152 MR herein and/or detailed, matching and blending into existing construction. This requirement shall apply to all openings of the building,whether existing U9 or created by demolition work under this contract,and whether concealed or exposed in the completed construction. 2. Existing openings in masonry which are reused as part of the work under this contract shall be resized as necessary by either accurate enlargement cutting to the proper clear opening size,or infilling oversized openings with masonry construction to produce a tight fit around the penetrating item. 3. Concrete masonry units or clay brick may be used to repair and/or infill existing clay tile masonry construction. B. Refer to "Selective Construction Demolition" specified in division 2 for additional project requirements. PART 2 - PRODUCTS 2.1 BRICK A. Brick: Provide special face brick units conforming to ASTM C 216; and matching ER existing face dimensions of the building's existing units. 1. Provide face brick units equal in color blend, surface finish, and surface textures to match and blend with existing face brick units. B. Salvaged Facing Brick: It shall be the contractor's option to reuse existing undamaged face brick for work for this project. Salvage material shall be from existing facing brick units from demolition work of existing exterior wall panels which have been properly removed and cleaned. Salvaged brick units and new brick units shall not be mixed in any one wall panel or in wall panels extending around openings. 1. Removal of existing mortar and suitably cleaning of existing face brick units for reuse shall be a part of the work under this section. C. For applications, patterns or reveals resulting in exposure of brick surfaces which otherwise would be concealed from view,provide special encored or unfrogged units with all exposed surfaces finished. 2.2 CONCRETE MASONRY UNITS A. MANUFACTURERS WN 1. Manufacturer: Obtain each type of masonry unit from one manufacturer, of uniform texture and color for each kind required, for each continuous area and visually related areas. 04205-4 PP 7152 2. Masonry Unit Characteristics: Provide units complying with standards and requirements referenced. B. STANDARD CONCRETE BLOCK: Comply with referenced standards for types required, and as follows: 1. Size: Standard units with nominal face dimensions of 16 inches long and 8 inches high(15-5/8"by 7-5/8"actual),with nominal thicknesses as indicated on drawings for various locations. a. Provide half-high units with nominal face dimensions of 16 inches long and 4 inches high (15-5/8" by 3-5/8" actual) as starter units for walls beginning on footings located below floor level. 2. Special shapes: Provide special block shapes and/or types where necessary for corners, control joints, headers, lintels, and other special construction conditions, whether or not specifically indicated on the drawings. a. Outside corners: Square-edged units except where otherwise specifically indicated. 3. Concrete Masonry Units: As indicated. 2.3 CAST STONE UNITS A. Refer to Division 4 section "Cast Stone" for cast stone unit material. 2.4 MORTAR AND GROUT MATERIALS A. Portland' Cement: ASTM C 150, Type 1. 1. Provide commercial gray cement for concealed or paint finished masonry joints. 2. Provide white cement and commercially produced mortar color admixture for mortar that is to be exposed in the finished construction. 3. Commercially prepared "Mason's Cement" is not acceptable. B. Hydrated Lime: ASTM C 207, Type S, C. Aggregate for Mortar: ASTM C 144. r 1. Colored Mortars: White natural or manufactured aggregates with colors compatible with finished mortar color. 2. Natural Gray Mortar: Natural sand or ground stone. D. Grout Aggregate: ASTM C 404, E. Water: Potable. 04205-5 OR 7152 F. Water Repellent Mortar Admixture: For all exterior masonry and elsewhere where masonry work is weather exposed in the completed construction and without applied weather protective finish, provide commercially prepared water repellent mortar admixture to be field blended with cement mortar mix to produce water repellent cured mortar. 1. Basis of Design: Provide water repellent mortar admixture equal to Addiment"Mortar Tite"as produced by Addiment, Inc.,Doraville GA(800- 458-3090), or approved equal. 2. Proportion and mix admixture into mortar batches according to manufacturer's printed instructions. 3. Cement products with advertised integral waterproofing qualities are not acceptable. G. Mortar Color Admixtures: 1. Pigments for Colored Mortar:Commercially produced pigmented admixtures specifically for mortar color use, with demonstrated record of satisfactory performance in mortar mixes. 2. For exterior masonry and where masonry work is to be exposed and otherwise unfinished in the completed construction, provide commercially prepared color admixtures to be blended with white and/or gray cement as necessary to produce a finished and cured mortar colors listed below, 3. Mortar Colors: a. Mortar for exterior cast stone units to be colored to match cast stone units. Provide stone color mortar for bed and head joints only. b. Mortar for exterior CMU to be colored to match split face block units. Provide split face block color mortar for all exterior CMU joints. C. Mortar for interior CMU work to be natural cement gray, without color admixture. 2.5 CONCEALED FLASHING MATERIALS A. Asphalt-Coated Copper Flashing: Flexible flashings consisting of three (3) ounce copper coated with flexible fibrated asphalt. Provide in widths required and in continuous lengths for applications. B. Adhesive for Flashings: Of type recommended by manufacturer of flashing material. C. Products: Subject to compliance with requirements, provide one of the following: 1. "Cop-A-Cote"; Afco Products Inc. 2. "Copper Coated Flashing"; Sandell Manufacturing Co., Inc. 3. "Copperseal"; York Manufacturing, Inc. 04205-6 7152 2.6 TIES, REINFORCEMENT AND ANCHORING DEVICES A. Reinforcing Bars and Accessories: As specified in "Cast-In-Place Concrete," Division 3. B. Manufacturers: Subject to compliance with requirements, provide products of one of the following: 1. Dur-O-Wall, Inc. 2. Hohmann & Barnard, Inc. 3. Masonry Reinforcing Corporation of America C. Materials: Comply with requirements indicated below for basic fabrication materials and with requirements indicated under each form of joint reinforcement, tie and anchor for size and other characteristics: 1. Hot-Dip Galvanized Steel Wire: ASTM A 82 for uncoated wire and with ASTM A 153, Class B-2 (1.5 oz. per sq. ft. of wire surface) for zinc coating applied after prefabrication into units. 2. Hot-Dip Galvanized Carbon Steel Sheet. ASTM A 366, Class 2 or ASTM A 635; hot-dip galvanized after fabrication to comply with ASTM A 153, Class B. D. Flexible Joint Anchors: Provide flexible masonry anchors to tie new masonry into existing.construction. with flexible anchors equal to Dur-O-Wall, Anchors shall be equal to Dur-O-Wall, D/A 5431. Locate anchors within horizontal joints containing ladder horizontal reinforcing at a maximum of 16" vertically. 1. Provide anchors to existing construction of type recommended by the flexible anchor manufacturer. If there are no specific recommendations, provide threaded anchors equal to 3/8" diameter Tapcon type anchors. E. Horizontal Joint Reinforcement: Welded-wire units prefabricated into straight lengths of not less than 10 feet, with deformed continuous side rods and plain cross rods. 1. Basis of Design: Provide products complying with requirements of the contract documents and equal to D/A 310 truss as manufactured by the Dur-O-Wal Inc. a. For anchoring horizontal joint reinforcing to jambs at openings in concrete panels provide D/A 5213 as manufactured by the Dur-O-Wal, Inc, 2. Width: Approximately 1-1/2 inches less than nominal wall width,providing not less than 1/2 inch mortar coverage on each exposure. 3. Wire sizes: r. 04205-7 MR. 7152 a. Side rod diameter: 0.1483 inch. b. Cross rod diameter: 0.1483 inch. 4. Configuration: a. Applications for single unit wythe masonry: Truss design with straight side bars and diagonal cross rods. b. Corners: Prefabricated L- and T-shaped units. 2.7 MISCELLANEOUS MASONRY ACCESSORIES A. Non-Shrink Non-Metallic Grout: Pre-mixed, factory-packaged, non- staining, non- corrosive, non-gaseous grout complying with CE CRD-C621. Provide grout specifically recommended by manufacturer for applications of type specified in this section. B. Weepholes: Provide 3/8" x 4" medium density polyethylene tubing, or cotton sash cord of length required to produce 2" exposure on exterior and 18" in cavity. 1. Trim plastic or cotton cord weeps flush with face of masonry after masonry cleaning. 2. Basis of Design: Provide products complying with requirements of the contract documents and equal to D/A 1005 tubes as manufactured by the Dur-O-Wal Inc. C. Expansion Joint Fillers: Shall be closed cell neoprene material conforming to ASTM D 1056, Class RE 41, as follows: 1. Vertical Joints: Provide preformed closed cell neoprene material. Horizontal joint reinforcing shall run continuous through vertical control joints. a. Basis of Design: Provide products complying with requirements of the contract documents and equal to D/A 2015, "Rapid Expansion Joint", 3/8" thick x full width of wall, as manufactured by Dur-O-Wal, Inc. 2. Ledges and Lintels: At the underside of structurally suspended ledges and shelf angles andlor at all locations where non structural masonry abuts the underside of structural members, provide 1/8" thick compressible strip expansion joint material. a. Basis of Design: Provide products complying with requirements of the contract documents and equal to D/A 2010, "Soft Joint" as manufactured by Dur-O-Wal. Inc. b. Refer to Division 5 "Metal Fabrications" for requirements for steel lintels. D. Grout Support: Shall be monofilament screen material set into horizontal masonry joints to support grout material until it cures. 04205-8 s■ 7152 PW I Basis of Design: Provide products complying with requirements of the contract documents and equal to Dur-O-Stop as manufactured by the Dur-O-Wal Inc. 2. Provide grout support screen mesh material at all locations where grout is otherwise unsupported. E. Vertical bar Positioner: Shall be fabricated wire material units set into horizontal in masonry joints to support vertical reinforcing bars 1. Basis of Design: Provide products complying with requirements of the contract documents and equal to D/A 811, D/A 812 or D/A 816, according to individual reinforcing conditions,as manufactured by the Dur-O-Wal Inc. 2. Provide vertical bar positioner units at first course above sill, at last joint below top of wall, and at a maximum of 4'4' on center in between. 2.8 EXPOSED METAL FLASHING MATERIALS A. Refer to Division 7 section"Flashing and Sheet Metal Fabrications"for requirements for exposed metal flashing and coping materials. 2.9 MORTAR AND GROUT MIXES A. General: Do not use additional admixtures unless indicated as acceptable in the contract documents, 1. Do not use calcium chloride in mortar or grout mixture. B. Mixing: Use mechanical batch mixer and comply with referenced ASTM standards. C Mortar: 1. Type S: ASTM C 270, Proportion Specification. 2. Limit cementitious materials to lime and portland cement. 3. Admixtures: Provide specified admixtures according to manufacturer's recommendations. 4. Proportion selected pigments with cements and other ingredients to produce color matching existing mortar. 5. Do not exceed ratio of pigment-to-cement recommended by pigment manufacturer. 6. Obtain Architect's approval of cured mortar sample colors by prior to installation of permanent masonry work. D. Grout: ASTM C 476; provide consistency required at time of placement to fill completely all spaces to be grouted. 04205-9 NR 7152 2.10 MASONRY CLEANER A. At the Contractor's option, provide one of the following: 1. Job-Mixed Detergent Solution: Solution of tri-sodium phosphate(1/2 cup dry measure) and laundry detergent (1/2 cup dry measure) dissolved in each one gallon of water. 2. Commercial Prepared Cleaning Material: Provide Commercially prepared masonry cleaner produced by a recognized company and formulated specifically for masonry cleaning work. PART 3 - EXECUTION 3.1 REMEDIAL WORK A. All masonry coursing,joint thickness and top of masonry elevations shall match and blend into adjacent existing construction. B. Existing Surface Preparation: Prepare existing surfaces that are to receive masonry construction as follows: 1. Existing Adjoining Construction: Clean off all existing floor, wall and overhead finish and/or treatments where masonry construction abuts existing construction. Abrade or etch existing concrete surfaces equal to a light sandblast surface for application of base course mortar. 2. Existing Masonry Construction: Clean off all existing sealant and mortar to a smooth and clean surface. 3. In locations where masonry construction abuts existing plaster, remove all existing plaster which is not fully bonded to its substrate, or is in otherwise unsound condition. a. Patching and/or replacing plaster is part of the work under Division 9 section, Lath and Plaster. C. Thickness: Build walls and other masonry construction to the full thickness shown. All masonry walls are to be laid-up full thickness,extending inner and outer wythes with internal insulation, continuous for each days work. Provide night covers for tops of all incomplete exterior masonry walls. D. Leave openings for equipment to be installed after completion of masonry work. After installation of equipment,complete masonry work to match work immediately adjacent to the opening. Build into masonry work all sleeves,penetrations,openings, recesses,and built-in construction items furnished by other trades or furnished under other specification sections. 04205-10 ps 7152 E. Cut masonry units using motor-driven saws to provide clean,sharp,unchipped edges. Cut units as required to provide continuous pattern and to fit adjoining work. Use full-size units without cutting where possible. Where cut units are required,set units with face of brick exposed to view. 1. Masonry units that are to remain unpainted shall be saw-cut and laid with face of unit exposed where less than full units are required. With the PP exception of outside corner construction, do not expose ends of brick units where half units are required in running bond work. 3.2 NEW CONSTRUCTION A. Layout: Lay out masonry for accurate pattern bond,for uniform joint widths,and for accurate location of specific features before beginning actual construction. Avoid use of masonry units of less than 1/2size. Do not use units with less than nominal 4 inch (100 mm) horizontal face dimensions at corners and jambs. B. Coursing: Typically, layout vertical masonry coursing and dimensions beginning at the finish floor level, and extending above floor line in full nominal masonry unit heights, unless specifically indicated otherwise. Where masonry extends below finish floor line,provide half-high concrete masonry units to course out with footing elevations, and saw-cut units as necessary for shelf or masonry recess dimensions. 1. Where new construction work abuts and/or otherwise connects to existing masonry work, match coursing of existing masonry with new construction. C. Pattern Bond: Lay both exposed and concealed masonry in running bond except where other bonds are indicated at special features. 1. Interlock wythes at corners and offsets in each course with masonry bond. D. Stopping Work: Lay masonry in proper sequence to avoid toothing. Rack walls back in each course at end of each work day. Before resuming,clean exposed surfaces and remove loose masonry units and mortar. 1. Lightly wet previously laid clay masonry units which have rate of absorption of more than I grain per square inch per minute(ASTM C 67),before laying fresh masonry. E. Built-in Work: As work progresses, build in items indicated for installation in masonry, filling around built-in items solidly with masonry. I. Fill joints between masonry and metal frames solidly with mortar, unless specific conditions are otherwise detailed. 04205-11 t" 7152 no 2. At locations where built-in items are to be connected to hollow unit masonry, solidly grout adjoining jamb CMU cells to provide positive anchorage. 3. Unless other conditions are specifically detailed,solidly grout CMU cells for at least 24 inches below bearing plates, lintels, and similar features and conditions. F. Expansion and Control Joints: Build in movement joints where indicated,installing built-in accessory items specified elsewhere as masonry is constructed. G. Lintels: Install lintels of types indicated at all openings. L Bearing: Provide not less than 8 inches of bearing at each jamb. 2. Reinforcement: At masonry openings greater than one foot in width, install horizontal joint reinforcement in 2 courses immediately above lintel and 2 courses immediately below sill. Except at control joints, install opening reinforcement to extend not less than 24 inches beyond jamb on each side. H. Examine structures on which masonry work will be installed. Do not start installation until conditions are satisfactory. 1. Coordinate installation of items required in masonry work that are to be either provided by others for installation into the masonry work of this section, or to be installed by others into the masonry work of this section. I Allow access, provide all necessary special saw cut masonry units, and otherwise cooperate with the installers of items being installed by others into the masonry work of this section. J. Reinforcement and Anchorage: Before placing metal masonry accessories, remove loose rust, dirt, and other coatings. K. Masonry Thickness: Build masonry and veneer elements to full thickness shown. 1. Build single-wythe walls to actual thickness of masonry units. L. Chases and Recesses: Build masonry to accommodate the work of other trades, including chases and recesses as shown or required. Provide not less than 8 inches of masonry between jambs of openings and chases and recesses. M. Openings for Equipment and Services: Leave openings in masonry as required for subsequent installation of equipment and services. Make openings in designated locations and in exact size required, if known; otherwise, leave rough openings in approximate size required and complete masonry work after installation of equipment, matching adjoining masonry. MR 04205-12 so 7152 N. Job Site Cutting: Where cutting is required,use power saws to provide clean,sharp, unshipped edges. 1. Do not use wet cutting techniques with concrete unit masonry. pe 2. Perform all masonry cutting outside of the building unless specifically allowed otherwise by the Architect. O. Install flashing at lintels, angles, and ledges, and at other horizontal obstructions. P. Install weeps at each flashing location and at each other location where moisture may collect. Locate weeps at not more than 2 feet on center. 3.3 REPAIRING AND REPOINTING MASONRY A. Replacement: Carefully remove areas of damaged masonry and replace with matching, undamaged units using mortar which matches original work. B. Pointing: As joints are being tooled, remove mortar with visible holes or mortar t' which cannot be compacted properly because of hidden voids,and replace with fresh mortar, filling each joint completely and tooling to match adjacent work. C. Rake out joints as follows: 1. Rake out mortar from joints to depths not less than 1/2 inch or not less than that required to expose sound, unweathered mortar. 2. Remove mortar from masonry surfaces within raked-out joints to provide reveals with square backs and to expose masonry for contact with pointing mortar. Brush, vacuum, or flush joints to remove dirt and loose debris. 3. Do not spall edges of masonry units or widen joints. Replace damaged masonry units. a. Cut out old mortar by hand with a chisel and mallet, unless otherwise indicated. b. Do not use power-operated grinders without Architect's written r approval based on submission by Contractor of a satisfactory quality-control program and demonstrated ability of operators to use tools without damaging masonry. Quality-control program shall include provisions for supervising performance and preventing damage due to worker fatigue. D. Point joints as follows: P1 I Rinse masonry-joint surfaces with water to remove dust and mortar particles. Time rinsing application so, at the time of pointing, excess water has evaporated or run off and joint surfaces are damp but free of standing water. IM 04205-13 am 7152 2. Apply the first layer of pointing mortar to areas where existing mortar was removed to depths greater than surrounding areas. Apply in layers not greater than 3/8 inch (9 mm) until a uniform depth is formed. Compact each layer thoroughly and allow it to become thumbprint hard before applying the next layer. 3. After joints have been filled to a uniform depth, place remaining pointing mortar in 3 layers with first and second layers each filling about two-fifths of joint depth;third layer,the remaining one-fifth. Fully compact each layer and allow to become thumbprint hard before applying next layer. Where existing bricks have rounded edges, slightly recess final layer from face. Take care not to spread mortar over edges onto exposed masonry surfaces or to featheredge mortar, 4. When mortar is thumbprint hard, tool joints to match original appearance of joints, unless otherwise indicated. Remove excess mortar from edge of joint by brushing. 5. Where repointing work precedes cleaning of existing masonry, allow mortar to harden at least 30 days before beginning cleaning work. 3.4 MASONRY CONSTRUCTION TOLERANCES all A. Variation from Plumb: Do not exceed the following construction tolerances in vertical elements, including surfaces of walls, columns, and arises: 1. 1/4 inch in 10 feet. 2. 3/8 inch in one story height,or 20 feet, whichever is less,except 1/4 inch for external comers, expansion joints, and other highly conspicuous vertical elements. 3. '/-z inch in 40 feet or more. 4. Plus or minus 1/4 inch in 10 feet, 1/2 inch maximum, for vertical alignment of head joints. B. Variation from Level: Do not exceed the following construction tolerances for bed joints and lines of exposed lintels, sills, parapets, horizontal grooves, and other conspicuous horizontal elements: 1. 1/4 inch in one bay or in 10 feet maximum. 2. 1/2 inch in 20 feet or more. C. Variation from Plan Lines: Do not exceed the following horizontal construction tolerances for related portions of columns, walls, and partitions: 1. 1/2 inch in any bay or in 20 feet maximum. 2. 3/4 inch in 40 feet or more. 04205-14 7152 D. Variation in Cross Section: Do not exceed the following construction tolerances for thickness of walls and other masonry elements: I Minus 1/4 inch. 2. Plus 1/2 inch. E. Variation in Mortar Joint Thickness: Do not exceed the following construction tolerances for thickness of mortar joints: 1. Plus or minus 1/8 inch, all joints. 3.5 CAST STONE UNITS A. General: Use skilled stone-fitters to perform field-cutting when required. 1. Where necessary, cast stone units may be field cut with power saws. Cut exposed edges straight and true. Surfaces exposed to view nay not be cut. 2. Provide necessary supports, stone anchors, and other fasteners. 3. Set stone in patterns indicated, with uniform joints, and within tolerances specified. 4. Where not otherwise specifically indicated, cast stone work shall match existing work and installation apperance. 5. Where sealant joints are indicated, remove all mortar from joints. B. Setting Cast Stone Units: I. Wet stones thoroughly at time of setting. Clean soiled surfaces prior to setting. Do not set damaged or stained cast stone units. 2. Lay stones with fully mortared bed and head (vertical)joints. 3. Use setting buttons or shims to prevent mortar from being squeezed out. Set r buttons back from face of stone at least the width of joint. a. For heavy stones, also wait until mortar supporting stones below has hardened. r b. Support cantilevered and unbalanced stones until work above is complete. 4. Tool joints promptly when mortar becomes hard to the touch. a. Use a round tool 1/8 inch(3 mm)larger in diameter than joint width. 3.6 INSTALLING CONCEALED MASONRY FLASHING po A. General: Whether or not specifically indicated,install flashing at all conditions such as lintels and shelf angles,where the downward flow of any water within the masonry on will be interrupted, so that such water will be diverted to the exterior. 04205-15 P1 7152 1. Extend flashings full width at such obstructions and at least 4 inches into adjoining masonry. M* 2. Turn up ends of flashing material in vertical joints to form watertight pan at non-masonry construction. 3. Remove or cover protrusions or sharp edges on substrates which could EIR puncture flashings. 4. Place flashings on sloped mortar bed; seal lapped ends and penetrations of flashing before covering with mortar. 5. Extend flashings to within 1/4 inch (6 mm) of exterior face of masonry. B. Through-Wall Flashings: Bring completely through inner wythe and turn up where concealed by other construction;otherwise stop not more than 1/2 inch(13 mm)from inner face. Drop flashing at least 4 inches before bringing through outer wythe. C. Heads and Sills: Turn up ends of flashing at least four(4") inches at heads and sills to form a pan, and seal joints. D. Sealing: Seal all joints in flashing to assure watertight integrity. 1. Lap end joints of flexible flashings at least 4 inches; seal in accordance with manufacturer's instructions. E. Weep Holes: Provide weep holes in head joints of the first course of masonry immediately above concealed flashings. Space at intervals of 16 inches on cen'Cr. F. Reglets and Other Built-in Accessories: Install to receive flashing where indicated. 3.7 JOINT REINFORCEMENT INSTALLATION A. Horizontal Joint Reinforcement: Provide continuous horizontal joint reinforcement for all single-wythe non-veneer masonry walls as follows,lapping reinforcing splices w a minimum of 6 inches: 1. Vertical Spacing: Provide horizontal reinforcing at first course above bed joint and at 16 inches on center thereafter. 2. Continuity: Use prefabricated L-shaped and T-shaped sections at corners and intersections. Do not span movement joints with reinforcement. 3. Set horizontal joint reinforcing in continuous bed of mortar. 3.8 LAYING MASONRY UNITS A. Hollow Masonry Units: Install so that face shells are solidly mortared, horizontally and vertically. Bed webs solidly in mortar at starting course. 1. Bed webs solidly in mortar at cores to be grouted. 04205-16 so to 7152 B. Joints: Make mortar joints visually and dimensionally consistent. 10 1. Except as otherwise indicated, maintain mortar joint widths of 3/8 inch. C. Concealed Joints: Cut flush, unless otherwise detailed. D. Exposed Joints: Using concave jointer slightly larger than joint width, tool exposed joints before mortar has assumed final set. E. Resetting: Do not pound, tap, or otherwise attempt to adjust masonry units after "' initial set has occurred. Remove units which require adjusting,clean thoroughly,and reset in fresh mortar. I P0 F. Veneer Wall Cayities: Where wall type requires open air space cavities, use special care to keep veneer wall air space clear of mortar droppings where anchors are spot grouted, and strike flush mortar joints facing cavity. 3.9 INSTALLING REINFORCED UNIT MASONRY A. General: CMU masonry veneer is installed unreinforced. All other CMU walls are installed as reinforced masonry construction. Refer to Structural drawings for requirements of reinforced masonry construction. B. Preparation: P1 1. Refer to notes on structural drawings for additional requirements. 2. Clean reinforcement bars of loose rust; do not use bars which have rusted excessively or which have bends or kinks not specifically shown on the drawings. C. Placing Reinforcement: Secure reinforcement accurately at locations indicated and to avoid displacement;minimum spacing between bars or to masonry surfaces shall be bar diameter or 1/4 inch for fine grout and 1/2 inch for coarse grout, whichever is greater. D. Splicing: Provide lapped splices of minimum size indicated or permitted by governing code at locations shown;other methods or locations must be approved by the Architect. E. Formwork: Construct formwork where required for temporary support of reinforced masonry,bracing as required to maintain proper shape during placement and curing of grout and adequately tight to avoid grout leakage. 3.10 GROUTING 04205-17 7152 A. Grouting Technique: Perform all grouting by means of low-lift technique;do not use high-lift grouting. 1. Do not exceed 48 inches in height for grout pours. 3.11 CLEANING AND PROTECTION A. Rub down masonry surfaces during installation as work progresses to remove loose mortar, and mortar on the face of masonry units. B. Clean masonry after mortar is thoroughly set and cured. I. Scrape off adhered mortar particles by hand, using non-metallic tools. 2. Apply commercial cleaning solution in accordance with manufacturer's printed instructions. 3. Test cleaning solution and methods of application on half of sample panel, leaving other half in its original state. 4. Protect adjacent surfaces from cleaner as necessary with appropriate coating or polyethylene sheet. 5. Before applying cleaning solution, saturate masonry surfaces with water; rinse thoroughly immediately after cleaning. 6. Use bucket and brush hand-cleaning method described in BIA Technical Notes No. 20 Revised for cast stone masonry. 7. Comply with directions of concrete unit masonry manufacturer and NCMA Tek Bulletin No. 45 for cleaning CMU. C. Protection: Institute protective measures as required to ensure that unit masonry work will be clean and undamaged at substantial completion. END OF SECTION 04205-18 7152 pa SECTION 04440 -CAST STONE ps PART I - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: I Cast Stone units. B. Related Sections Include,but not limited to: 1. Selective Construction Demolition: Division 2. 2. Cast-In-Place Concrete: Division 3. 1p 3. Unit masonry: Elsewhere in Division 4. 4. Metal fabrications: Division 5. 5. Flashing: Division 7. 6. Sealants: Division 7. 1.2 SUBMITTALS op A. Product Data: Submit published data from manufacturers of products and accessories specified, indicating compliance with requirements. 1. Properly coordinate products specified under this Section and installed as part of work under other Sections. B. Shop Drawings: Submit complete shop drawings for fabrication and installation of stone units, showing detailed dimensions and profiles and final position location for each type of unit. C. Samples for Verification and Mock-Up Purposes: Submit samples of all cast stone masonry unit finish types, and special units, indicating full range of exposed color and texture to be expected for each item in the completed work. 1. Coordinate necessary quantities, unit types and timing for submittal of cast stone samples specified in this Section with requirements for sample approval and field mock-up required in "Unit Masonry" specified in another Division 4 section. D. Provide additional data and/or samples as required by the Architect. ps 1.3 QUALITY ASSURANCE 04440-1 7152 A. Mock-up: Provide sample cast stone units tobe inclused in field-constructed masonry mock-up(s). 1. Construction of masonry mock-up is specified in Unit Masonry, elsewhere in Division 4. 2. Approved mock-up sample units will be used to establish appearance and quality of products to be expected in completed work. 1.4 PROJECT CONDITIONS A. Protect stonework from precipitation. 1. Cover tops of walls with waterproof membrane at end of work each day. Cover whenever work is not in progress. Cover at least 24 inches (600 mm) down each side; fasten in place. 2. At 40 degrees F(4 degrees Celsius) and below: Cover stonework completely. B. Prevent staining of stone from all sources; immediately remove materials which could cause stains, without damaging stone. C. Protect bases of walls from mud spatter. D. Protect projecting stonework from droppings, E. Do not install stonework at temperatures below 40 degrees F(4 degrees Celsius). F. Remove frozen stonework and work damaged by freezing. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle materials in a manner to prevent damage and deterioration. B. Use only nonstaining materials in contact with stone. C. Handle stone in a manner to prevent damage; use appropriate tools and lifting devices; do not use materials that could stain stone. D. Store stone off the ground on wood supports, arranged to avoid breakage. E. Protect stored stone from weather with waterproof membrane allowing air circulation. F Store cement off the ground, covered, and dry. 04440-2 go 7152 PART 2 - PRODUCTS 2.1 CAST STONE UNITS A. Stone: Cast stone. 1. Profiles: As detailed and as necessary to match existing adjoining units. 2. Color and Finish: Match existing adjoining units. 2.2 MORTAR A. Portland Cement: ASTM C 150, nonstaining. 1. Type 1, white, buff and/or grey proportioned as necessary to match existing mortar color. 2. Obtain all cement(s) from one manufacturer. B. Hydrated Lime: ASTM C 207,Type S. C. Aggregate: ASTM C 144. 1. Obtain each aggregate from one source. 2. Uniform quality and color. 3. For colored mortar: Use colored aggregate, either natural sand or ground granite, marble, or other sound stone. 4. Exception for joints narrower than 1/4 inch (6 mm): 10 percent passing the No. 8 sieve (2.36 mm) and 95 percent passing the No. 16 (1.18 mm) sieve, D. Water: Nonalkaline. E. Mortar Mixes - General: 1. Additives, including pigments, unless specifically indicated. 2. Use mechanical batch mixer. 3. Colored mortar: Color(s) as indicated. r a. Use colored aggregate. 4. Mix in accordance with ASTM C 270, using cement-to-lime proportions. P5 F. Mortar: Type S. ps 2.3 ACCESSORY MATERIALS 04440-3 an 7152 A. Stone Anchors in Direct Contact with Stone: Stainless steel, Type 304 or 316 unless specifically indicated. 1. Exception: Anchors fully embedded in mortar or grout may be hot-dip galvanized steel. B. Relief Angles: Galvanized steel, ASTM A 36, galvanized after fabrication in accordance with ASTM A 123. C. Masonry Dowels and Ties: Provide type and configuration of ties, dowels and other accessories indicated or as necessary for proper installation and anchorage of work under this section. D. Setting Buttons, Shims, and Sheet: Lead or nonstaining resilient plastic. 1. Thickness: Equal to joint thickness, or as necessary for proper alignment. E. Galvanizing Repair Paint: Zinc dust paint complying with SSPC-Paint 20 or MIL P-21035B, Type I or H. F. Weeps: Flexible polyethylene tubing; outside diameter 1/4 inch (6 mm); length as required to extend from exterior face of stone to open cavity behind. 2.4 FABRICATION - CAST STONE UNITS A. Fabricate stonework as indicated and/or necessary to match existing adjoining units and to comply with other requirements. 1. Cut stones for anchors, supports, and lifting devices as indicated or required, 2. Cut reveals, reglets, and openings as required to accommodate contiguous work. 3. Cut joints straight, of uniform width, and with edge face perpendicular to exposed face, unless otherwise indicated. 4. Saw or roughly dress unexposed backs to approximate true plane. 5. Back-check(cut out) backs of stones as required to clear structural members. 6. Where corner details are not indicated match existing adjoining units. B. Unit Sizes: 1. As indicated. C. Fabricate with finishes indicated. 04440-4 7152 D. Inspect finished stones prior to delivery; replace stones which do not comply with requirements of material, appearance, or fabrication. E. Clean all saw cut surfaces, removing rust stains and iron particles. 2.5 FABRICATION - SHOP COATINGS A. Galvanize all steel members. B. Galvanizing: Comply with ASTM A 123. 1. Clean and touch up welds, bolted joints, and damage to galvanizing in accordance with ASTM A 780, using galvanizing repair paint. PART 3 - EXECUTION 3.1 CAST STONE A. Examination: Examine structures on which stonework will be installed. Do not start installation until conditions are satisfactory. B. Preparation: Coordinate installation of items required for stonework that are to be installed by others. 1. Clean stone surfaces prior to setting, using fiber brushes followed by a thorough drenching with clear water. Use only mild cleaning compounds containing no caustic or abrasives. 3.2 SETTING CAST STONE -GENERAL A. Use skilled stone-fitters to perform field-cutting when required. 1. Cut stone with power saws. 2. Cut exposed edges straight and true. B. Coordinate stonework installation with other work. Close up temporary openings, after other work is complete, with work matching work already installed. C. Set stone as indicated on drawings. ps D. Install supports, stone anchors, and other fasteners. E. Set stone in patterns indicated, with uniform joints of dimensions indicated, and within tolerances specified. 04440-5 7152 F. Adjust anchors and supports as required. G. Attach stone anchors securely to stone and to backup surfaces. H. Where sealant joints are indicated,remove all mortar from joints. 1. Install flashing at lintels, angles, and ledges, and at other horizontal obstructions. J. Install weeps at each flashing location and at each other location where moisture may collect. Locate weeps at not more than 2 feet on center. K. Setting Tolerances: 1. Variation from plumb of vertical lines, corners and surfaces: Do not exceed 1/4 inch (6 mm) in 10 feet (3.05 in); 3/8 inch (10 min) in a story height or 20 feet (6.1 in) maximum; or 1/2 inch (13 mm) in any length over 40 feet (12.2 in). 2. Variation from level of horizontal lines, comers, and level surfaces: Do not exceed 1/2 inch (13 mm) in any bay or 20 feet (6.1 in) maximum, or 3/4 inch (19 mm) in any dimension over 40 feet (12.2 in). 3. Variation from position in plan: Do not exceed 1/2 inch (13 mm) in any bay or 20 feet (6.1 in) maximum,or 3/4 inch (19 min) in any dimension over 40 feet (12.2 m). 4. Variation in column plan dimensions and wall thicknesses: From dimensions indicated,do not exceed minus 1/4 inch (6 mm) or plus 1/2 inch(13 mm). 5. Variation between face surfaces of adjacent pieces of stone and adjacent panels: Do not exceed plus or minus 1/8 inch (3 mm). 3.3 SETTING CAST STONE MASONRY A. Cast Stone: 1. Joint width: 3/8 inch(10 mm). 2. Set with mortar. 3.4 MORTAR JOINTS A. Wet stones thoroughly at time of setting. B. Lay stones with fully mortared bed and head (vertical)joints, unless otherwise indicated. C. Use setting buttons or shims to prevent mortar from being squeezed out. Set buttons back from face of stone at least the width of joint. 04440-6 7152 1 For heavy stones, also wait until mortar supporting stones below has P hardened. 2. Support cantilevered and unbalanced stones until work above is complete. D. Tool joints promptly when mortar becomes hard to the touch. I Use a round tool 1/8 inch (3 mm) larger in diameter than joint width. 3.5 SEALANTS A. Set the following joints for sealant: 1. Building expansion joints. 2. Control, relieving, and soft joints within field of stonework. 3. Joints below relieving angles. 4. Joints between stonework and adjacent construction. 5. Other joints indicated. B. Set the following for sealant joints: I. Cornices, belt courses, and other projecting courses, 3.6 ADJUST AND CLEAN A. Remove and replace stonework that: 1. Is damaged (broken,chipped, stained, etc.). 2. Does not match approved mock-up. 3. Has defective joints. 4. Does not comply with requirements indicated. B. Replace without evidence of patching or repair. C. Clean stonework as soon as possible. 1. Clean mortar-set stonework not sooner than 7 days after completion of work. 2. Water-pressure cleaning may be used. 3. Do not use cleaning tools or materials which could damage stone. 4. Do not use acid unless approved by stone supplier. D. Galvanized Members: Clean and touch up welds, bolted joints, and damage to galvanizing in accordance with ASTM A 780, using galvanizing repair paint. 3.7 PROTECTION 04440-7 04 7152 A. Protect completed work, and maintain protection until completion and acceptance by the Architect, END OF SECTION 04440-8 7152 SECTION 04901 - MASONRY RESTORATION AND CLEANING PART I - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: I Repairing masonry, including replacing damaged units. 2. Cleaning interior and exterior exposed masonry surfaces. 3. Repointing mortar joints. B. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Unit Masonry: Division 4. 3. Cast Stone: Division 4. 4. Steel Sash Window Restoration: Division 7. 5. Wood Window Restoration: Division 7. 6. Joint Sealers: Division 7. 1.2 SUBMITTALS A. Product Data: For each product provided. Include recommendations for application and use. Include test reports and certifications substantiating that products comply with requirements. B. Samples for verification,before starting the mockup, of the following: 1. Each new exposed masonry material to be used for replacing existing materials. Include in each set of samples the full range of colors and textures to be expected in the completed Work. a. Provide straps or panels containing at least 4 brick units. 2. Each type of mortar for pointing and masonry rebuilding and repair in the form of sample mortar strips, 6 inches (150 min) long by 112 inch ( 13 inin) wide, set in aluminum or plastic channels. 3. Each type of repair anchor. 04901 - 1 7152 4. Each type of cleaner. MIR C. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with M9 project names and addresses, names and addresses of architects and owners, and other information specified. D. Restoration and cleaning program for each phase of the restoration process, including protection of surrounding materials on the building and Project site during operations. Describe in detail the materials,methods,equipment,and sequence of operations to be used for each phase of the restoration work. I. If alternative materials and methods to those indicated are proposed for any phase of restoration work,provide a written description,including evidence of successful use on other comparable projects, and a testing program to demonstrate their effectiveness for this Project. E. Provide additional data and/or samples as required by the Architect. 1.3 QUALITY ASSURANCE A. Restoration Specialist: Engage an experienced masonry restoration and cleaning firm that has completed work similar in material,design,and extent to that indicated for this Project and with a record of successful in-service performance. 1. At Contractor's option, the work may be divided between 2 specialist firms: I for cleaning work and I for repair work. 2. Field Supervision: Require restoration specialist firms to maintain an experienced full-time supervisor on the Project site during times that clay masonry restoration and cleaning are in progress. B. Chemical Manufacturer Qualifications: A company regularly engaged in producing masonry cleaners that have been used for similar applications with successful results, and with factory-trained representatives who are available for consultation and Project site inspection and assistance at no additional cost. C. Mockups: Prepare field sample areas for restoration methods and cleaning procedures to demonstrate aesthetic effects and qualities of materials and execution. Use materials and methods proposed for completed Work and prepare samples under same weather conditions to be expected during remainder of Work. 1. Locate mockups on the building where directed by Architect. 44901 - 2 on 7152 pa 2. Masonry Repair: Prepare sample panels of approximately 48"x 48" for each type of masonry material indicated to be patched, rebuilt, or replaced. 3. Cleaning: Prepare sample approximately 25 sq. ft. (22.3 sq. in) in area. a. Test cleaners and methods on samples of adjacent materials for possible adverse reactions,unless cleaners and methods are known to have a deleterious effect. b. Allow a waiting period of not less than 7 days after completion of sample cleaning to permit a study of sample panels for negative reactions. 4. Repointing: Prepare 2 separate sample areas approximately 36 inches(900 flum high by 72 inches (1800 inin) wide for each type of repointing required; I for demonstrating methods and quality of workmanship expected in removing mortar from joints and the other for demonstrating quality of materials and workmanship expected in pointing mortar joints. 5. Notify Architect 7 days in advance of the dates and times when samples will be prepared. 6. Obtain Architect's approval of mockups before starting the remainder of the work. 7. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. D. Source of Materials: Obtain materials for masonry restoration from a single source for each type of material required(face brick,cement,sand,etc.)to ensure a match of quality,color, pattern, and texture. 1.4 DELIVERY, STORAGE, AND HANDLING A. Carefully pack,handle,and ship masonry units and accessories strapped together in suitable packs or pallets or in heavy-duty cartons. B. Deliver other materials to Project site in manufacturer's original and unopened containers, labeled with type and name of products and manufacturers. C. Store cementitious materials off the ground, under cover, and in a dry location. D. Store aggregates, covered and in a dry location, where grading and other required characteristics can be maintained and contamination avoided. E. Comply with manufacturer's written instructions for minimum and maximum temperature requirements for storage. 1.5 PROJECT CONDITIONS 04901 - 3 so 7152 OR A. Do not repoint mortar joints or repair masonry unless air temperature is between and 40 and 80 deg F (4 and 27 deg Cl and will remain so for at least 48 hours after completion of Work. B. Hot-Weather Requirements: Protect restoration work when temperature and humidity conditions produce excessive evaporation of water from mortar and patching materials. Provide artificial shade and wind breaks and use cooled materials as required. Do not apply mortar to substrates with temperatures of 90 deg F (32 deg C) and above. C. Clean masonry surfaces only when air temperature is 40 deg F(4 deg C)and above and will remain so for at least 7 days after completion of cleaning. D. Prevent grout or mortar used in repointing and repair work from staining face of surrounding masonry and other surfaces. Immediately remove grout and mortar in contact with exposed masonry and other surfaces. E. Protect sills, ledges, and projections from mortar droppings. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: 1. Nonacidic Liquid Cleaner: a. Bio-Cleanse; Dominion Restoration, Inc. 2. Alkaline Prewash Cleaner: a. Sure Klean 766 Prewash; ProSoCo, Inc. 3. Alkaline Paint Remover: a. Diedrich 404/606/606X Paint Remover; Diedrich Technologies, Inc. b. Hydroclean Heavy Duty Paint Remover(HT-716);Hydrochemical Techniques, Inc. C. Enviro Strip#1; ProSoCo, Inc. d. Enviro Strip #2; ProSoCo, Inc. 04901 - 4 7152 PP e. 1217 Poultice/Paint Stripper; ProSoCo, Inc, f. Sure Klean Heavy-Duty Paint Stripper; ProSoCo, Inc. 4. Solvent-Type Paint Remover: a. Diedrich 505 Special Coatings Stripper; Diedrich Technologies, Inc. b. Diedrich 505X Dry Strip; Diedrich Technologies, Inc. C. Dominion Multi-Layer Paint&Graffiti Remover;Dominion Restoration, Inc. d. Hydroclean Solvent Paint Remover(HT-300);Hydrochemical Techniques,Inc. e. Non-Methylene Chloride Paint Stripper; ProSoCo, Inc. f. Sure Klean 509 Paint Stripper; ProSoCo, Inc. g. Sure Klean 859 Paint Stripper; ProSoCo, Inc. h. Sure Klean 940 Paint Stripper; ProSoCo, Inc. 5, Low-Odor, Solvent-Type Paint Remover: a. Enviro Strip#3; ProSoCo, Inc. b. Enviro Strip#4; ProSoCo, Inc. 6. Liquid Strippable Masking Agent: a. Diedrich Acid Guard; Diedrich Technologies, Inc. b. Sure Klean Acid Stop; ProSoCo, Inc. 7. Masonry Repair Anchors, Expansion Type: a. Mechanical Repair Anchors; Dur-O-Wal, Inc. b. #52 IRA Repair/Restoration Anchor; Hohmann & Barnard, Inc. 8. Masonry Repair Anchors, Spiral Type: a. Dur-O-Flex; Dur-O-Wal, Inc. b. #391 Spiro Remedial Tie; Heckman Building Products, Inc. C. Helifix HRT60; Helifix Ltd. d. Helifix HRT80; Helifix Ltd. 2.2 MASONRY MATERIALS A. Face Brick and Accessories: Provide face brick and accessories, including specially molded, ground, cut, or sawed shapes where required to complete masonry restoration work. 04901 - 5 7152 I Provide units with color, surface texture, size, and shape to match existing brick work and with physical properties not less than those determined from preconstruction testing of selected existing units. 2. Provide units with color,surface texture,and physical properties to match Architect's sample. Match existing units in size and shape. B. Building Brick: Provide building brick complying with ASTM C 62, of same vertical dimension as face brick, for masonry work concealed from view. 2.3 MORTAR MATERIALS A. Portland Cement: ASTM C 150,Type I or Type 11. I Provide white cement containing not more than 0.60 percent total alkali when tested according to ASTM C 114. B. Hydrated Lime: ASTM C 207, Type S. C. Quicklime: ASTM C 5, pulverized lime. D. Aggregate for Mortar: ASTM C 144, unless otherwise indicated. 1. Colored-Mortar Aggregate: Natural or manufactured sand selected to match size, texture, and gradation of existing mortar as closely as possible. E. Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, compounded for mortar mixes. Use only pigments with a record of satisfactory performance in masonry mortars. F. Water: Potable. 2.4 CLEANING MATERIALS A. Water for Cleaning: Potable. B. Nonacidic Liquid Cleaner: Manufacturer's standard mildly alkaline liquid cleaner formulated for removing mold, mildew, and other organic soiling from ordinary building materials, including polished stone, brick, aluminum, plastics, and wood, C. Alkaline Prewash Cleaner: Manufacturer's standard alkaline cleaner for prewash applications used only where followed by an acidic cleaner of type indicated for afterwash. 04901 - 6 7152 D. Alkaline Paint Remover: Manufacturer's standard alkaline paste formulation for removing paint coatings from masonry. E. Solvent-Type Paint Remover: Manufacturer's standard thixotropic, water-rinsable solvent formulation for removing paint coatings from masonry. F. Low-Odor, Solvent-Type Paint Remover: Manufacturer's standard low-odor, thixotropic, water-rinsable solvent formulation, containing no methanol or methylene chloride, for removing paint coatings from masonry. G. Liquid Strippable Masking Agent: Manufacturer's standard liquid,film-forming,strippable masking material for protecting glass, metal, and polished stone surfaces from the damaging effects of acidic and alkaline masonry cleaners. 2.5 MISCELLANEOUS MATERIALS A. Masonry Repair Anchors, Expansion Type: Mechanical fasteners designed for masonry veneer stabilization consisting of a 1/4-inch- (6-ti-ini-) diameter, Type 304 stainless-steel rod with brass expanding shells at each end and a water-shedding washer in the middle. Expanding shells shall be designed to provide positive mechanical anchorage to veneer on one end and backup masonry on other end. B. Masonry Repair Anchors, Spiral Type: Type 304 stainless-steel spiral rods designed to anchor to backing and veneer. Anchors are flexible in plane of veneer but rigid perpendicular to it. 1. Provide adhesive installed anchors complete with manufacturer's standard epoxy adhesive and injection tubes, screens, sleeves, or other devices required for installation. 2. Provide driven in anchors designed to be installed in drilled holes and relying on screw effect rather than adhesive to secure them to backup and veneer. 2.6 MORTAR MIXES A. Preparing Lime Putty: Slake quicklime and prepare lime putty according to appendix to ASTM C 5 and manufacturer's written instructions. B. Measurement and Mixing: Measure cementitious and aggregate material in a dry condition by volume or equivalent weight. Do not measure by shovel; use known measure. Mix materials in a clean, mechanical batch mixer. 04901 - 7 91 7152 1. Mixing Pointing Mortar: Thoroughly mix cementitious and aggregate materials together before adding any water. Then mix again adding only enough water to MR produce a damp, unworkable mix that will retain its form when pressed into a ball. Maintain mortar in this dampened condition fe- I to 2 hours. Add remaining water in small portions until reaching mortar of the desired consistency. Use mortar within 30 minutes of final mixing; do not retemper or use partially hardened material. C. Colored Mortar: Produce mortar of color required by using selected ingredients. Do not adjust proportions without Architect's approval. I. Mortar Pigments: Where mortar pigments are indicated, do not exceed a pigment-to-cement ratio of 1:10 by weight. D. Do not use admixtures of any kind in mortar, unless otherwise indicated. I" E. Mortar Proportions: Mix mortar materials in the following proportions: 1. Pointing Mortar for Brick: I part portland cement,2 parts lime,and 6 parts colored- or natural-mortar aggregate. a. Add mortar pigments to produce mortar colors required. 2. Rebuilding Mortar: Same as pointing mortar, 2.7 CHEMICAL CLEANING SOLUTIONS A. Dilute chemical cleaners with water to produce solutions of concentration recommended by chemical cleaner manufacturer, unless otherwise indicated. PART 3 - EXECUTION 3.1 PREPARATION A. General: Comply with chemical cleaner manufacturer's written instructions for protecting building surfaces against damage from exposure to their products. B. Protect persons, motor vehicles,surrounding surfaces of building being restored, building site,plants,and surrounding buildings from injury resulting from masonry restoration work. 04901 - 8 7152 I Prevent chemical cleaning solutions from coming into contact with pedestrians, motor vehicles, landscaping, buildings, and other surfaces that could be injured by such contact. r2. Do not clean masonry during winds of sufficient force to spread cleaning solutions to unprotected surfaces. 3. Neutralize and collect alkaline and acid wastes for disposal off Owner's property. r4. Dispose of runoff from cleaning operations by legal means and in a manner that prevents soil erosion, undermining of paving and foundations, damage to landscaping, and water penetration into building interiors, 5. Erect temporary protection covers over pedestrian walkways and at points of entrance and exit for persons and vehicles that must remain in operation during course of masonry restoration work. C. Protect adjacent surfaces from contact with chemical cleaners by covering them with a liquid strippable masking agent or polyethylene film and waterproof masking tape. Apply masking agent to comply with manufacturer's written instructions. Do not apply liquid masking agent to painted or porous surfaces. 3.2 BRICK REMOVAL AND REPLACEMENT A. Carefully remove by hand, at locations indicated, bricks that are damaged, spalled, or deteriorated. Cut out full units from joint to joint and in a manner to permit replacement with full-size units without damaging surrounding masonry. B. Support and protect remaining masonry that surrounds removal area. Maintain flashing, reinforcement, lintels, and adjoining construction in an undamaged condition. C. Salvage as many whole, undamaged bricks as possible. D. Remove mortar,loose particles,and soil from salvaged brick by cleaning with brushes and water. Store brick for reuse. E. Clean remaining brick at edges of removal areas by removing mortar, dust, and loose particles in preparation for replacement. F. Install new or salvaged brick to replace removed brick. Fit replacement units into bonding and coursing pattern of existing brick. If cutting is required, use a motor-driven saw designed to cut masonry with clean, sharp, unchipped edges. r G. Lay replacement brick with completely filled bed, head,and collar joints. Butter ends with sufficient mortar to fill head joints and shove into place. Wet clay bricks that have ASTM C 67 initial rates of absorption (suction) of more than 30 g per 30 sq. in. per min. 04901 - 9 7152 MIR (30 g per 194 sq. cm per rnin.). Use wetting methods that ensure units are nearly saturated but surface dry when laid. Maintain joint width for replacement units to match existing units. 1. Tool exposed mortar joints in repaired areas to match joints of surrounding existing brickwork. 2. Rake out mortar used for laying brick before mortar sets and point new mortar joints in repaired area to comply with requirements for repointing existing masonry. 3.3 REANCHORING VENEERS A. Install masonry repair anchors in horizontal mortar joints and according to manufacturer's written instructions. Install at not more than 16 inches (400 nim) o.c. vertically and 32 inches(800 nun)o.c.horizontally,unless otherwise indicated. Install at locations to avoid penetrating flashing. B. Recess anchors at least 5/8 inch (1.6 inni) from surface of mortar joint and fill recess with am pointing mortar. 04 3.4 CHEMICAL CLEANING SOLUTIONS 94 A. Dilute chemical cleaners with water to produce solutions of concentration recommended by chemical cleaner manufacturer, unless otherwise indicated. 3.5 CLEANING MASONRY, GENERAL A. Proceed with cleaning in an orderly manner-, work from top to bottom of each scaffold width and from one end of each elevation to the other. Work from bottom to top of the building for each scaffold drop. B. Use only those cleaning methods indicated for each masonry material and location. 1. Use natural-fiber brushes only. 2. Use spray equipment that provides controlled application at volume and pressure indicated,measured at spray tip. Adjust pressure and volume to ensure that cleaning methods do not damage masonry. Equip units with pressure gages. 3. For chemical cleaner spray application, use a low-pressure tank or chemical pump suitable for chemical cleaner indicated, equipped with a cone-shaped spray tip. 04901 - 10 7152 4. For water spray application, use a fan-shaped spray tip that disperses water at an angle of 25 to 50 degrees. C. Perform each cleaning method indicated in a manner that results in uniform coverage of all surfaces, including corners, moldings, and interstices, and that produces an even effect without streaking or damaging masonry surfaces. D. Removing Plant Growth: Completely remove plant,moss,and shrub growth from masonry surfaces. Carefully remove plants,creepers,and vegetation by cutting at roots and allowing to dry as long as possible before removal. Remove loose soil and debris from open masonry joints to whatever depth they occur. 1. Apply ammonium sulfamate or another acceptable root-killing material to plant roots according to manufacturer's written instructions. Do not apply materials to plants y. that are to remain. E. Chemical Cleaner Application Methods: Apply chemical cleaners to masonry surfaces to comply with chemical cleaner manufacturer's written instructions; use brush or spray application methods, at Contractor's option, unless otherwise indicated. Do not allow chemicals to remain on surface for periods longer than those indicated or recommended by manufacturer. 1. Spray Application: Apply chemical cleaners at pressures not exceeding 50 psi (345 kPa), unless otherwise indicated. 2. Reapplying Chemical Cleaners: Do not apply chemical cleaners to same masonry surfaces more than twice. If additional cleaning is required, use a steam wash. F. Rinse off chemical residue and soil by working upward from bottom to top of each treated area at each stage or scaffold setting. G. Nonacidic Liquid Cleaner: Manufacturer's standard mildly alkaline liquid cleaner formulated for removing mold, mildew, and other organic soiling from ordinary building materials, including polished stone, brick, aluminum, plastics, and wood. H. Remove paint on masonry surfaces with appropriate material applied according to manufacturer's printed instructions. 3.6 REPOINTING MASONRY A. Rake out joints as follows: 04901 - 11 MR 7152 MR 1. Rake out mortar from joints to depths equal to 2-1/2 times their widths, but not less than 1/2 inch 03 mm) or not less than that required to expose sound, unweathered mortar. 2. Remove mortar from masonry surfaces within raked-out joints to provide reveals with square backs and to expose masonry for contact with pointing mortar. Brush, vacuum, or flush joints to remove dirt and loose debris. 3. Do not spall edges of masonry units or widen joints. Replace damaged masonry •. units. a. Cut out old mortar by hand with a chisel and mallet, unless otherwise indicated. b. Do not use power-operated grinders without Architect's written approval based on submission by Contractor of a satisfactory quality-control program and demonstrated ability of operators to use tools without damaging masonry. Quality-control program shall include provisions for supervising performance and preventing damage due to worker fatigue. B. Point joints as follows: 1. Rinse masonryjoint surfaces with water to remove dust and mortar particles. Time rinsing application so, at the time of pointing,excess water has evaporated or run off and joint surfaces are damp but free of standing water. 2. Apply the first layer of pointing mortar to areas where existing mortar was removed to depths greater than surrounding areas. Apply in layers not greater than 3/8 inch (9 mm) until a uniform depth is formed. Compact each layer thoroughly and allow it to become thumbprint hard before applying the next layer. 3. After joints have been filled to a uniform depth, place remaining pointing mortar in .IR 3 layers with first and second layers each filling about two-fifths of joint depth;third layer, the remaining one-fifth. Fully compact each layer and allow to become thumbprint hard before applying next layer. Where existing bricks have rounded -m edges,slightly recess final layer from face. Take care not to spread mortar over edges onto exposed masonry surfaces or to featheredge mortar. 4. When mortar is thumbprint hard, tool joints to match original appearance of joints, unless otherwise indicated. Remove excess mortar from edge of joint by brushing. 5. Cure mortar by maintaining in a damp condition for at least 72 hours. 6. Where repointing work precedes cleaning of existing masonry, allow mortar to harden at least 30 days before beginning cleaning work. 3.7 FINAL CLEANING 04901 - 12 • 7 152 A. After mortar has fully hardened, thoroughly clean exposed masonry surfaces of excess mortar and foreign matter; use stiff-nylon or-fiber brushes and clean water, spray applied at a low pressure. B. Do not use metal scrapers or brushes. C. Do not use acidic or alkaline cleaners. END OF SECTION 04901 - 13 7152 SECTION 05010- REMEDIAL STRUCTURAL METAL WORK PART I - GENERAL 1.1 SUMMARY po A. Work under this section includes providing remedial fabrication,cleaning,repair and welding work necessary to correct the weather damaged portions of the existing steel structural system that will remain as a part of the completed project, and not otherwise provided under other specification sections. P• B. Section Includes, but is not limited to: I. Fabrication and installation of replacement structural components, pe miscellaneous structural items, framing and/or supports. 2. Repair of structural steel members necessary due to demolition work under this contract. 3. Welding work related to structural metal repair. 4. Cleaning and rust-inhibitive primer painting for remedial work areas of existing structural members. C. Related Sections Include, but not limited to: I. Selective Construction Demolition: Division 2. 2. Cast-In-Place Concrete: Division 3. 3. Structural Steel: Elsewhere in Division 5. 4. Steel Roof Deck: Elsewhere in Division 5. 1.2 SUBMITTALS A. Product Data: Submit manufacturer's specifications, anchor details and installation instructions for products used in miscellaneous metal fabrications, including paint products. B. Shop Drawings: Submit shop drawings for fabrication and erection of metal fabrications. Include plans,elevations and details of sections and connections. Show anchorage and accessory items. 1. Where materials or fabrications are to comply with certain requirements for design loadings include structural computations,material properties and other information needed for structural analysis. 2. Reproductions of the contract drawings are not acceptable as shop drawings. 05010-1 MR. 7152 C. Shop Drawings: For each major fabricated item. D. Provide additional data and/or samples as required by the Architect. 1.3 JOB CONDITIONS A. Fit fabrications accurately to actual construction. If it is not practical or possible to take field measurements before fabrication,allow adequate fabrication tolerances and trim to fit. B. Coordination with Masonry and Concrete Work: Where fabricated items or their anchors are to be embedded into concrete and masonry work,deliver such items to those performing the installation, together with coordination drawings and installation instructions. PART 2 - PRODUCTS 2.1 MATERIALS - GENERAL A. Steel Shapes: 1. Plates, bars, angles,channels, and H-sections: ASTM A 36. 2. Grating bars: ASTM A 36 or ASTM A 569. 3. Galvanizing: Hot-dip galvanizing after fabrication in accordance with ASTM A 123. 4. Tube: a. Hot-rolled, ASTM A 501. b. Cold-formed: ASTM A 500. 5. Pipe: ASTM A 53 (black steel and hot-dip galvanized). a. Galvanizing: ' STM A 53, (G 185 nominal). B. Steel Sheet: 1. For structural uses: Hot-rolled, ASTM A 570; cold-rolled, ASTM A 611. C. Gray Iron Castings: ASTM A 48, Class 30. D. Malleable Iron Castings: ASTM A 47, grade as selected by fabricator. 2.2 MATERIALS - MISCELLANEOUS A. Grout- Nonshrink, factory blended and packaged; complying with ASTM C 1107. B. Concrete Inserts: Style as required for application. 05010-2 7152 C. Fasteners: Use fasteners suitable for the material being fastened and for the type of connection required. 1. For exterior use or built into exterior walls: Nonferrous stainless steel, zinc coated or cadmium plated. 2. Use fasteners of same material as items being fastened unless otherwise indicated. • 3. Bolts and studs: ASTM A 307. 4. Nuts: ASTM A 563. 5. Lag bolts: FS FF-B-561. 6. Machine screws: FS FF-S-92. 7. Plain washers: FS FF-W-92. 8. Lock washers: FS FF-W-84. F, 9. Expansion shields: FS FF-S-325. 10. Toggle bolts: FS FF-B-588. D. Bituminous Mastic: SSPC-Paint 12. E. Galvanizing Repair Paint: Zinc dust paint complying with SSPC-Paint 20 or MIL P-2103513, Type I or H. F. Rust-inhibitive Primer: lead and chromate free,low VOC primer,complying with FS TT-P-664, or equivalent. 2.3 METAL FABRICATIONS - GENERAL A. General: Provide all fabricated metal items specified and/or indicated as part of the work under this section. Fabricated metal items shall be of required materials, and configured, assembled and installed according to details, descriptions and/or specified requirements. I. Use materials of size and thickness indicated or, if not specifically indicated as necessary to produce strength and durability in finished product for its intended use. 2. Work to dimensions indicated or as modified on accepted shop drawings, using proven details of fabrication and support. r t B. Form all work to be exposed to view in the completed construction true to line and PP level, with accurate angles and surfaces, and with straight sharp edges and corners. f 1. Ease exposed edges to a radius of approximately 1/32" unless otherwise required. 2. Form bent metal comers to smallest radius possible without causing grain separation or otherwise impairing integrity of the work. 05010-3 7152 RR C. Welding: Continuously weld intersections at all material overlaps,joints, corners, seams and material splices. am 1. Comply with AWS recommendations. 2. Provide continuous welds at all material overlaps,joints,comers,seams and material splices. 3. Exposed welded connections,grind exposed welds smooth and flush to match and blend with adjoining surfaces. 4. All fabricated assemblies shall be constructed,fitted and welded that no water may penetrate through into and/or behind any part or component of a fabricated assembly. D. Fabricate and shop-assemble in largest practical sections for delivery to site. 1. Prepare and reinforce fabrications as required to receive applied items. 2. Fabricate items with joints tightly fitted and secured. 3. Make exposed joints tight, flush, and hairline. E. Shop form exposed field assembly connectionq with hairline joints,flush and smooth, using concealed fasteners wherever possible. F. Cut, reinforce, drill and tap miscellaneous metal work as necessary to receive field applied items, finish hardware, and similar work. I Coordinate template requirements with individual items to be attached. G. Fasteners: Use concealed fasteners wherever possible. 1. Exposed fasteners: Flathead, countersunk type unless otherwise indicated. H. Anchors: Fabricate to suit substrates involved,conditions indicated and coordinated ••ll with supporting structure. Use anchors of same material and finish as fabricated item except where specifically indicated otherwise. Fabricate and space anchoring devices to provide adequate support for intended use. I. Galvanizing: Provide a zinc coating for those items indicated or specified to be galvanized, as follows: 1. ASTM A 153 for galvanizing iron and steel hardware. 2. ASTM A 123 for galvanizing rolled,pressed and forged steel shapes,plates, bars and strip 1/8" thick and heavier. 3. ASTM A 386 for galvanizing assembled steel products. 05010-4 r 7152 J. Joints Exposed to Weather: Where indicated design requires water penetration into the assembly, provide adequate drainage of that water to the exterior of the fabrication. K. Shop Coatings: Provide the appropriate specified chop coating finish on each metal fabrication. PP 1 2.4 FABRICATED ITEMS A. Provide all fabricated steel replacement items and accessory components necessary to produce the completed project. B. Provide all steel replacement framing, bracing and supports which are not specifically a part of structural steel framework. C. Fabricate miscellaneous units to sizes,shapes and profiles of required dimensions to receive or to mate to adjacent other work. PART 3 - EXECUTION 3.1 INSTALLATION - GENERAL A. Anchor metal fabrications to substrates indicated; provide appropriate anchors and fasteners required by substrates involved. B. Perform all necessary field fabrication and/or modification of fabrications necessary for proper installation. 1. Fit joints tightly. 2. Field weld joints: a. Weld in accordance with AWS code. b. Exposed welds: Grind flush and smooth. C. Clean and touch up field welded surfaces with appropriate primer. C. Do not cut or weld items galvanized after fabrication that are indicated for bolted or screwed connections. D. Install items in correct location, plumb, square and/or level, without rack or warp. E. Provide temporary supports and bracing as required for proper installations. F. Install manufactured components in accordance with manufacturer's instructions. G. Coat aluminum surfaces in contact with concrete and masonry with bituminous mastic. 05010-5 04 7152 MR 3.2 CLEANING, DERUSTING AND FIELD PRIME PAINTING •. A. General: Provide rust-inhibitive primer painting for remedial work areas of existing structural members after completion of cleaning and inspection of derusting and remedial metal work. B. Preparation: Derust all corroded areas of existing steel framing and support members by powered mechanical tools and/or approved commercial cleaning and derusting product applied according to manufacturers' instructions, or by sand blast application. C. Use proper precautions, shields and protections necessary to prevent damage to adjoining construction to remain exposed to view in the completed project. 1. It shall not be the Contractor's option to provide additional remedial work and/or cleaning in lieu of the required protection. Mq D. Primer Application: 1. Clean all derusted and repair areas and spot prime after inspection. Apply rust inhibiting primer extending a minimum of 12" beyond any derusted or repaired work areas. 2. It shall be the contractor's option to employ brush or by spray application. 3. Provide adequate shielding, masking and drop cloths to prevent primer application, spillage or overspray from accumulating on substrates for application of finish materials. E. Touch up damage to galvanized surfaces using galvanizing repair paint in accordance with ASTM A 780. F. Touch up shop painted items immediately after erection. END OF SECTION 05010-6 7152 SECTION 05120 - STRUCTURAL STEEL PART I - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: I Structural steel work indicated, including schedules, notes and details, typical connections, and type of steel required. 2. Structural steel components, connections and accessories not specifically indicated,but necessary for the complete and code complying assembly indicated. 3. Relocation of existing steel roof frame members to new bearing elevations. 4. Remedial construction and repair work. 5. Provide all necessary steel framing and connections to close and/or modify the size of existing roof openings, or to provide new deck openings in the existing roof frame structure. B. Related Sections Include,but not limited to: I. Selective Construction Demolition: Division 2. 2. Unit Masonry: Division 4. 3. Remedial Structural Metal Work: Division 5. 4. Steel joists: Elsewhere in Division 5. 5. Steel Roof deck: Elsewhere in Division 5. 6. Metal fabrications: Elsewhere in Division 5. 7. Modified Bitumen Roofing System: Division 7. 8. Roof Specialties: Division 7. C. Structural steel is that work defined in American Institute of Steel Construction (AISC) "Code of Standard Practice" and as otherwise shown on drawings. D. Source Quality Control: Materials and fabrication procedures are subject to inspection and tests in mill, shop, and field, conducted by a qualified inspection r agency. Such inspections and tests will not relieve Contractor of responsibility for providing materials and fabrication procedures in compliance with specified requirements, 1. Promptly remove and replace materials or fabricated components which do not comply. E. Design of Members and Connections: Details shown are typical; similar details apply to similar conditions. Verify dimensions at site whenever possible without causing delay in the work. 05120-1 go 7152 I Promptly notify Architect whenever design of members and connections for any portion of structure are not clearly indicated. 1.2 SUBMITTALS A. Product Data: Submit producer's or manufacturer's specifications and installation instructions for following products. Include laboratory test reports and other data to show compliance with specifications (including specified standards). 1. Structural steel (each type), including certified copies of mill reports covering chemical and physical properties. 2. High-strength bolts, including nuts and washers. 3. Structural steel primer paint. 4. Shrinkage-resistant grout. B. Shop Drawings: Submit shop drawings prepared under supervision of a registered professional engineer, including complete details and schedules for fabrication and assembly of structural steel members, procedures and diagrams. I Field verify all existing dimensions and conditions affecting the work under this section. Provide confirming note on the shop drawings stating that all necessary field investigation has been accomplished. 2. Include details of cuts, connections, camber, holes, and other pertinent data. Indicate welds by standard AWS A2.1 and A2.4 symbols, and sho�.-., size, length, and type of each weld. a. Provide setting drawings, templates, and directions for installation of anchor bolts and other anchorages to be installed as work of others sections, C. Test Reports: Submit copies of reports of tests conducted on shop and field bolted and welded connections. Include data on type(s) of tests conducted and test results. D. Provide additional data and/or samples as required by the Architect. 1.3 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of following, except as otherwise indicated: I AISC "Code of Standard Practice for Steel Buildings and Bridges". a. Paragraph 4.2.1 of the above code is hereby modified by deletion of the following sentence: "This approval constitutes the owner's acceptance of all responsibility for the design adequacy of any 05120-2 on 7152 p• connections designed by the fabricator as a part of his preparation of these shop drawings". 2. AISC "Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings", including "Commentary" and Supplements thereto as issued. 3. AISC "Specifications for Architecturally Exposed Structural Steel". 4. AISC "Specifications for Structural Joints Using ASTM A 325" as approved by the Research Council on Riveted and Bolted Structural Joints, of the Engineering Foundation dated Nov. 13, 1985. 5. American Welding Society (AWS) D 1.1 "Structural Welding Code - Steel". 6. ASTM A 6 "General Requirements for Delivery of Rolled Steel Plates, Shapes, Sheet Piling and Bars for Structural Use". 1.4 DELIVERY, STORAGE AND HANDLING A. Delivery materials to site at such intervals to insure uninterrupted progress of work. B. Deliver anchor bolts and anchorage devices, which are to be embedded in concrete or masonry, in ample time to not to delay work. C. Store materials to permit easy access for inspection and identification. Keep steel members off ground, using pallets, platforms, or other supports. Protect steel member'S and packaged materials from erosion and deterioration. Do not store steel materials or connectors in containers that will trap water. I Do not store materials on structure in a manner that might cause distortion or damage to members, deck or supporting structures. Repair or replace damaged materials or structures as directed. PART 2 - PRODUCTS 2.1 MATERIALS A. Metal Surfaces, General: For fabrication of work which will be exposed to view, use only materials which are smooth and free of surface blemishes including pitting, rust and scale seam marks, roller marks, rolled trade names and roughness. Remove such blemishes by grinding, or by welding and grinding, prior to cleaning, treating and application of surface finishes. B. Structural Steel Shapes, Plates and Bars: ASTM A 36. C. Cold-Formed Steel Tubing: ASTM A 500, Grade B. 05120-3 am 7152 OR D. Steel Pipe: ASTM A 53,Type E or S, Grade B; or ASTM A 501. 1. Finish: Shop painted,except where indicated to be galvanized. E. Concrete Anchor Bolts: ASTM A 325, nonheaded type. F. High-Strength Threaded Fasteners: ASTM A 325, Heavy hexagon headed structural bolts, with washers and heavy hexagon nuts. 1. Provide hexagonal heads and nuts for all connectors. G. Electrodes for Welding: Comply with AWS Code. H. Structural Steel Primer Paint: Red oxide, oil alkyd; TT-P-86, Type ff. I. Non-Shrink Grout: CRD-C 621, factory pre-mixed grout, non-metallic. 1. Products: Subject to compliance with requirements, provide one of the following: a. "Five Star Grout"; U.S. Grout Corp. b. "Masterflow 713"; Master Builders C. "Sonogrout"; Sonneborn-Contech d. "Ecco-NS"; Euclid Chemical Co. e. "Supreme"; Gifford-Hill f. "Set Non-Shrink"; Set Products, Inc. 2.2 FABRICATION A. Shop Fabrication and Assembly: Fabricate and assemble structural assemblies in shop to greatest extent possible. Fabricate items of structural steel in accordance with AISC Specifications and -s indicated on final shop drawings. Provide camber in structural members where indicated. 1. Properly mark and match-mark materials for field assembly. Fabricate for delivery sequence which will expedite erection and minimize field handling of materials. 2. Where finishing is required, complete all assembly, including welding of units, before start of finishing operations. Provide finish surfaces of members exposed in final structure free of distortion, burrs, and other defects. B. Connections: Weld or bolt shop connections, as indicated. 05120-4 PR 7152 PM 1. Bolt field connections, except where welded connections or other connections are specifically indicated. Provide high-strength threaded fasteners for all bolted connections. C. High-Strength Bolted Construction: Install high-strength threaded fasteners in accordance with AISC "Specifications for Structural Joints using ASTM A 325". D. Welded Construction: Comply with AWS Code for procedures, appearance and quality of welds, and methods used in correcting welding work. 1. Assemble and weld built-up sections by methods which will produce true alignment of axes without warp. E. Holes for Other Work: Provide holes required for securing other work to structural steel framing, and for passage of other work through steel framing members, as shown on final shop drawings. 1. Provide threaded nuts welded to framing, and other specialty items as indicated or necessary to receive other work. 2. Cut, drill, or punch holes perpendicular to metal surfaces. Do not flame cut holes or enlarge holes by burning. 2.3 SHOP PAINTING A. General: Shop paint structural steel, except those portions of members to be embedded in concrete or mortar. Paint partially exposed portions of embedded steel, and the initial 2" of embedded areas only. 1. Surface preparation: SSPC-SP3 Power Tool Cleaning, or SSPC-SP6 Commercial Blast Cleaning, as may be necessary to comply with paint manufacturer's recommendations. B. Do not shop paint portions of steel surfaces which are to be welded or high- strength bolted with friction-type connections. C. Painting: Paint material shall be modified alkyd, containing 55.0% solids, and equal to Tnemec Co., Inc. 10-99 Tnemec Primer, Gray color. 1. Provide a one-coat shop applied paint system to a minimum dry film thickness of 2.0 mils. 2. Apply 2 coats of shop paint to surfaces which are inaccessible after assembly or erection. Change color of second coat to distinguish it from first. 05120-5 7152 D. Provide galvanized finish after fabrication for steel members exposed to the weather. PART 3 - EXECUTION 3.1 EXISTING STEEL ROOF FRAME A. Relocate existing steel roof frame members to new bearing elevations indicated. Remove existing roof deck prior to re-elevating the joists. Properly shore and brace members during relocation until fully stabilized in their relocated positions. B. It shall be the Contractor's option as to the sequence of removing the existing roof deck's bulb-tees from the joists. OR C. Existing shelf angle support members may be reused when approved by the Engineer. Provide replacement wall anchors for reattachment of shelf angle to wall. M9 D. Carefully raise each joist member at support points which will not damage or distort the joist. E. Secure joists to new support locations and install metal deck. 3.2 ERECTION A. Surveys: Employ a registered professional engineer or land surveyor for accurate erection of structural steel. Check elevations of concrete and masonry bearing surfaces, and locations of anchor bolts and similar devices, before erection work proceeds, and report discrepancies to Architect. Do not proceed with erection until corrections have been made, or until compensating adjustments to structural steel work have been agreed upon with Architect. B. Relocation of existing steel roof frame members to new bearing elevations: Carefully perform such disassembly, raising and reconnection work necessary to reposition existing roof framing members to the configurations indicated. C. Temporary Shoring and Bracing: Provide all necessary temporary shoring and bracing members with connections of sufficient strength to bear imposed loads. Remove temporary members and connections when permanent members are in place and final connections are made. Provide temporary guy lines to achieve proper alignment of structures as erection proceeds. MR 05120-6 so W 7152 Im D. Temporary Planking: Provide temporary planking and working platforms as necessary to effectively complete work. E. Setting Bases and Bearing Plates: Clean concrete and masonry bearing surfaces ps of bond-reducing materials and roughen to improve bond to surfaces. Clean bottom surface of base and bearing plates. Set loose and attached base plates and bearing plates for structural members on wedges or other adjusting devices. F. Tighten anchor bolts after supported members have been positioned and plumbed. Do not remove wedges or shims, but if protruding, cut off flush with edge of base • or bearing plate prior to packing with grout. G. Pack grout solidly between bearing surfaces and bases or plates to ensure that no voids remain. Finish exposed surfaces, protect installed materials, and allow to cure. For proprietary grout materials, comply with manufacturer's instructions. H. Field Assembly: Set structural frames accurately to lines and elevations indicated. Align and adjust various members forming part of complete frame or structure before permanently fastening. Clean bearing surfaces and other surfaces which will be in permanent contact before assembly. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. I Level and plumb individual members of structure within specified RISC tolerances. 2. Splice members only where indicated and accepted on shop drawings. 1. Bolted Connections: 1. Do rot enlarge unfair holes in members by burning or by use of drift pins, except in secondary bracing members. Ream holes that must be enlarged to admit bolts. 2. Prior to bolt installation, clean bolts, nuts and washers if factory finish has been damaged. Dirt and noticeable rust shall not be accepted. r 3. Install "High Strength Fastening System" in accordance with Manufacturer's printed instructions, and RISC "Specifications for Structural Joints using ASTM A 325". 4. On exposed welded construction, erection bolts may be left in place. 5. Comply with RISC Specifications for bearing, adequacy of temporary connections, alignment, and removal of paint on surfaces adjacent to field welds. J. Gas Cutting: Do not use gas cutting torches in field for correcting fabrication errors in primary structural framing. Cutting will be permitted only on secondary members which are not under stress, as acceptable to Architect. Finish 05120-7 !■ no 71,52 on appearance of gas-cut sections shall be equal to a shop fabricated sheared appearance when modification is completed. 1. Secure proper approval from facility Fire Official prior to any open flame work. K. Touch-Up Painting: Immediately after erection,clean field welds, bolted connections, and abraded areas of shop paint. Apply paint to all exposed areas and connectors, using same material as used for shop painting. 3.3 QUALITY CONTROL A. Engage an independent testing and inspection agency to inspect high-strength bolted connections and welded connections and to perform tests and prepare test reports. 1. Refer to Division 1 section: Testing Agency Services. 2. Testing agency shall conduct and interpret tests and state in each report whether test specimens comply with requirements, and specifically state any deviations therefrom. 3. Provide access for testing agency to places where structural steel work is being fabricated or produced so that required inspection and testing can be accomplished. B. Correct deficiencies in structural steel work which inspections and laboratory test reports have indicated to be not in compliance with requirements. Perform additional tests, at Contractors expense, as may be necessary to reconfirm any noncompliance of original work, and as may be necessary to show compliance of corrected work. C. Field Bolted Connections: Inspect in accordance with AISC specifications. D. Field Welding: Inspect and test during erection of structural steel as follows: I Certify welders and conduct inspections and tests as required. Record types and locations of defects found in work. Record work required and performed to correct deficiencies. 2. Perform visual inspection of all welds. END OF SECTION 05120-8 7152 SECTION 05210- STEEL JOISTS PART I - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: 1. Steel joists as indicated on the drawings. 2. Bracing and bridging. B. Products Furnished but Not Installed under This Section: 1. Bearing plates. 2. Anchor bolts. C. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Cast-In-Place Concrete: Division 3. 3. Unit Masonry: Division 4. 4. Structural Steel- Elsewhere in Division 5. 5. Steel Roof Deck: Elsewhere in Division 5. 1.2 SYSTEM DESCRIPTION A. Provide joist system which is designed and fabricated to comply with requirements of the contract documents and which strictly conforms to material, manufacturing, and erection requirements of the Steel Joist Institute's(SJI) "Standard Specifications Load Tables and Weight Tables for Steel Joists and Joist Girders" (referred to hereinafter as SJI "Specifications"). I. Wind uplift: Design joists and connections to comply with wind uplift requirements indicated. 1.3 SUBMITTALS A. Product Data: Submit for each distinct type of joist required and for accessories. B. Shop Drawings: Drawings for fabrication and erection of joists; include plans, elevations, and large scale details of typical sections, special connections,joining, and accessories. I Show location and spacing of joists; indicate mark number and type. 2. Show bridging. 05210-1 OR, 7152 C. Quality Control Submittals: Submit the following: 1. SJI certification of joist characteristics. 2. Manufacturers'certification of Joist characteristics. 3. Manufacturer's installation instructions, including specific installation sequence. D. Provide additional data and/or samples as required by the Architect. 1.4 QUALITY ASSURANCE A. Field Welder Qualification: Qualify welding procedures and each welder in accordance with the American Welding Society's "Structural Welding Code --Steel (AWS D1.1)." B. Testing: Engage an independent testing agency acceptable to the owner to perform specified quality control procedures and to prepare reports. 1. Only AWS-certified welding inspectors shall inspect and evaluate welds. 1.5 DELIVERY, STORAGE, AND HANDLING A. Strictly conform to requirements of SJI Technical Digest No. 9. 1.6 COORDINATION A. Coordination Data: Prepare and distribute to affected installers, drawings or templates detailing placement of bearing plates and anchor bolts. PART 2 - PRODUCTS 2.1 MATERIALS A. Steel: Conform to requirements of SJI "Specifications." B. Steel Primer: Rust-inhibitive, lead and chromate free, low VOC primer, complying with FS TT-P-664, or equivalent. C. Accessories: Provide accessories required for erection of steel joists,complying with SJI "Specifications" and with contract documents. 12 JOIST FABRICATION A. General: All materials shall be clean and straight. 05210-2 7152 B. Bridging is schematically shown on drawings. Detail and fabricate bridging in complete accordance with SH requirements. C. Surface Preparation for Shop Priming: SSPC-SP 3: Power tool cleaning. lip D. Shop Priming: Apply primer in accordance with paint manufacturer's recommendations. E. K-Series Joists: 1. Top chord extensions: Provide extensions where indicated. Extension members shall be designed as cantilever beams, with their reactions carried back at least to the first panel point of the joists. 2. Bottom chords: Form bottom chord members of joists using angles. 3. Bottom chord extensions: Where indicated,provide extended bottom chords or separate extension units properly designed to support ceilings attached directly to joist bottom chords. Maximum clearance between wall finish and end of extension: 1/2 inch, unless indicated otherwise. 4. Camber: Comply with recommendations of SH "Specifications." 5. Bearing plates: Furnish bearing plates fabricated from same grade of steel as joists, with welded stud anchors or anchor bolts, or as oterhwise shown on drawings. PART 3 - EXECUTION 3.1 ERECTION A. Do not begin joist erection until structural support components have been installed and are in suitable condition to receive joists. B. Do not overload or exceed carrying capacity of any joist during construction period. C. Accurately position and space joists before permanent attachment to structural supports, D. Provide safe, stable structure throughout construction period. Do not remove bridging after construction is completed, unless specifically authorized to do so by the architect. I Install bridging in accordance with SH requirements. 2. Bridging installation shall proceed concurrently with joist erection and shall be completed before joists are subjected to construction loads. E. K-Series Joist Anchorage: PIP 05210-3 OR 7152 NR I Weld joists to structural support members as required by SJI"Specifications. F. Touch-up Painting: Immediately after erection, solvent clean and hand- or 01 power-tool clean (SSPC-SP 2 or SSPC-SP 3) completed field connections and damaged surfaces of shop-primed joists and adjoining structural steel. Apply MR corrosion-resistant touch-up paint compatible with primer. 3.2 FIELD QUALITY CONTROL NOR A. General: Provide access for independent testing agency so that inspection can be accomplished safely. B. Verify location, sizing, and spacing of joists. C. Perform visual inspection of all connections. END OF SECTION 05210-4 7152 SECTION 05313 - STEEL ROOF DECK PARTI - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: I Architectural prefinished roof deck. 2. Structural metal roof deck for new steel framed roof areas. 3. Structural metal roof deck for attachment to existing steel roof frame construction areas. 4. Formed steel deck accessories. 5. Support framing for Deck openings, not a part of other work. B. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Structural steel: Elsewhere in Division 5. 3. Steel joists: Elsewhere in Division 5. 4. Metal fabrications: Elsewhere in Division 5. 5. Modified Bitumen Roofing System: Division 7. 6. Roof Specialties and Accessories: Division 7. 1.2 SYSTEM DESCRIPTION A. Performance Requirements: Design roof decking provided under this section in accordance with Steel Deck Institute Design Manual and as indicated. 1. Include manufacturer's certification of deck characteristics. 2. Submit manufacturer's installation instructions,including specific installation sequence. B. Shop Drawings: Submit detailed drawings indicating deck types, deck lengths and plan layout; support, lap and splice locations and anchorages; projections; openings and reinforcement; and pertinent details and accessories. C. Welder Qualifications: Submit evidence that welders employed in the work are currently certified under AWS qualification procedures. 1. Qualify welders for application of metal deck to light gage metal framing. 05313-1 am 7152 OR D. Provide additional data and/or samples as required by the Architect. 04! 1.3 QUALITY ASSURANCE A. Codes and Standards: Comply with requirements of the following, except where exceeded by the contract documents or requirements of governing authorities: 1. AISI "Specification for the Design of Cold-Formed Steel Structural Members." 2. AWS D1.3 "Structural Welding Code--Sheet Steel." 3. "Steel Deck Institute Design Manual for Composite Decks, Form Decks, Roof Decks, and Cellular Metal Floor Deck with Electrical Distribution." B. Qualifications: Qualify welding processes and welding operators according to procedures specified in AWS D 1.1. C. Installer: A company specializing in this type of work and with 5 years of documented experience. 1.4 STORAGE AND HANDLING A. Storage: Separate sheets and store units on dry wood sleepers, sloped to promote drainage. Cover with waterproof material ventilated to avoid condensation. B. Marking: Unless deck units are all of the same gage and yield strength for the project,'mark each unit clearly to identify differences. PART 2 - PRODUCTS 2.1 ARCHITECTURAL PREFINISHED ROOF DECK A. Basis of Design: Provide uninsulated architectural prefinished roof deck equal to "Wideck EP" as produced by Epic Metals Corp., Rankin, PA (412-351-3913). 1. Provide prefinished deck sections in 3" thick x 24" wide x single length for application. 2.2 STRUCTURAL METAL DECK A. Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: I Robertson, a United Dominion Company, 05313-2 7152 2. United Steel Deck, Inc. 3. Vulcraft Division/Nucor Corporation. 4. Wheeling Corrugating Company Division/Wheeling-Pittsburgh Steel Corporation. 5. Verco Mfg. Co. 2.3 MATERIALS A. Steel for Galvanized Metal Deck Units: ASTM A 446. B. Sheet Metal Accessories: ASTM A 526, galvanized. C. Galvanizing: ASTM A 525, G60 coating where indicated. D. Galvanizing Repair Paint: Comply with requirements of Military Specification MIL P-21035B, Type I or H. 2.4 FABRICATION A. Roof Deck Units: Comply with metal deck information on the drawings. B. Fabricated Metal Deck Support Strips: Fabricate channel shaped metal strips from 0.045" min. (18 gauge) sheet steel with 1-1/2" high legs for support of cut edges of deck at openings, terminations and at locations where edges of deck are otherwise unsupported. 1. Provide fabricated metal deck support strips at perimeter of deck openings where roof accessories and/or equipment supports installed. Located between deck flutes; at longitudinal deck edges cut between deck support flutes; and at all deck openings supporting roof accessories and/or equipment. 2. Provide fabricated metal deck support strips at perimeter of roof deck, between deck and structural edge angle,where longitudinal edges of deck are cut between deck support flutes. r C. Fasteners: Stainless steel, self-drilling size as indicated. 0 0 T PART 3 - EXECUTION 3.1 EXAMINATION A. Examine field conditions,structural framing and substrates to receive metal decking, and verify that existing conditions are acceptable before commencing installation. 05313-3 on 7152 3.2 ARCHITECTURAL PREFINISHED ROOF DECK INSTALLATION A. Install according to manufacturer's instructions using the attachment materials and methods recommended. B. Handle and install deck to protect exposed architectural finish. 3.3 STRUCTURAL METAL DECK INSTALLATION A. General: Install deck units and accessories in compliance with Steel Deck Institute specifications, manufacturer's recommendations, and requirements of this specification section. Fasten deck units to supports promptly after placement and alignment. Do not leave placed sheets unattached at end of working day. 1. Refer to structural drawings for beginning locations for full sheets of deck material. 2. Shop drawings: Comply with final shop drawings. 3. Bearing: Allow minimum bearing of 4 inches at nonsteel supports;align and level deck units. 4. Steel bearing: Allow minimum bearing of 3 inches at steel supports; align and level deck units. 5. Placement: Place deck units flat and square, without excessive warp or deflection. a. Do not stretch or contract side lap interlocks. 6. End laps: Lap ends of deck units over supports and make laps not less than -1 inches. 7. Uplift anchorage: Install and anchor roof deck units to resist uplift loading as specified. 8. Precautions: Coordinate location of decking bundles to prevent overloading of structure. B. Cutting and Fitting: Cut and neatly fit deck units and accessories around other work projecting through or adjacent to the decking, as shown. Fully support edges and deck ends at all openings. Provide additional metal reinforcement and closure pieces as required for strength,continuity of decking and support of other work. 1. Install continuous fabricated metal deck support strips between deck units and steel supporting members at all locations where deck edge is cut for opening, or where cut deck edge does not allow typical deck rib welding to support along the edge of deck termination. Provide proper lengths of metal deck support strips between deck ribs, at ends of deck where nailers, blocking, curbs, drains or equipment is installed over the deck opening. Fasten fabricated metal closure strips to roof deck and to steel supporting members same as for fastening standard deck units, 053134 Po 7152 C. Openings: Cut deck units and accessories for proper fit and clearances around other work penetrating both new construction and existing roof decks. 1. At openings up to 12 inches in either dimension, provide reinforcement and closure strips as necessary for maintaining proper deck strength and rigidity. 2. Infill area inside of HVAC roof support curbs with metal deck. Provide openings for ductwork penetrations. Provide additional angle support framing inside curb area as necessary. D. Fabricated Metal Deck Support Strips: Install between decking and supporting members where indicated and/or specified. Attach to support members and to roof deck same as for balance of metal deck work. E. Metal Accessories: Fasten metal accessories securely to deck units, using welding or mechanical fasteners as appropriate to conditions. 1. Install other metal accessories and patch plates as indicated and/or necessary. F. Fastening: Refer to structural notes on the drawings for additional requirements. I Fasten roof deck units to steel supporting members as noted on the drawings. In addition, secure deck to each supporting member in ribs where side laps occur. Provide weld washers where recommended by deck manufacturer or as necessary to prevent weld burn-throughs, 2. Comply with AWS requirements and procedures for manual shielded metal arc welding,appearance and quality of welds,and methods used in correcting F10 welding work. 3. Mechanically fasten side laps of adjacent deck units between supports, at intervals noted on the drawings. rG. Touch-up Painting: Touch-Up Painting: After decking installation,wire brush,clean and paint scarred areas, welds and rust spots on top and bottom surfaces of decking units and supporting steel members. I Touch-up painted surfaces with same type of shop paint used on adjacent surfaces. 2. Apply galvanizing repair paint to galvanized surfaces, complying with manufacturer's instructions, r3. In areas where painted surfaces of existing roof deck are disturbed by work under this contract, apply touch-up paint to blend into adjacent surfaces. r 05313-5 I" 7152 •r 3.4 CLEAN UP A. As work progresses clean up and remove all scrap materials, accessories, deck cuttings and welding rods from the completed deck areas. B. Upon completion of work, remove all rubbish, debris, and excess materials prior to installation of roofing system. END OF SECTION ME --q MW 05313-6 7152 SECTION 05500 - METAL FABRICATIONS PART I - GENERAL 1.1 SUMMARY A. Work under this section includes providing construction castings and all necessary metal fabrications and miscellaneous structural supports necessary for completion of the project that are not otherwise provided under other specification sections. B. Section Includes, but is not limited to: 1. Prefabricated construction castings. 2. Fabricated miscellaneous items, framing and supports. 3. Fabricated loose lintels an bearing plates. 4. Fabricated vertical steel ladders. 5. Fabricated steel pipe railings, handrails and guardrails. 6. Fabricated sheet metal items. C. Related Sections Include,but not limited to: 1. Selective Construction Demolition: Division 2. 2. Cast-In-Place Concrete: Division 3. 3. Remedial Structural Metal Work: Elsewhere in Division 5. 4. Structural Steel: Elsewhere in Division 5. 5. Flashing and Sheetmetal: Division 7. 1.2 SUBMITTALS A. Product Data: Submit manufacturer's specifications, anchor details and installation instructions for products used in miscellaneous metal fabrications, including paint products and grout. B. Shop Drawings: Submit shop drawings for fabrication and erection of miscellaneous metal fabrications. Include plans,elevations and details of sections and connections. Show anchorage and accessory items. Provide templates for anchor and bolt installation by others. I Where materials or fabrications are to comply with certain requirements for design loadings include structural computations,material properties and other information needed for structural analysis. 2. Reproductions of the contract drawings are not acceptable as shop drawings. 05500-1 04 7152 04 C. Shop Drawings: For each fabricated item, show the following: MIR I Plans and elevations. 2. Jointing and connections. a. Indicate welded connections using standard AWS symbols; indicate OR net weld length. 3. Profiles of sections and reinforcing. 4. Fasteners and anchors. ON 5. Accessories. 6. Location of each finish. OR D. Samples of products and materials when requested. MIR E. Provide additional data and/or samples as required by the Architect. 1.3 JOB CONDITIONS A. Fit fabrications accurately to actual construction. If it is not practical or possible to take field measurements before fabrication,allow adequate fabrication tolerances and MIR trim to fit. B. Coordination with Masonry and Concrete Work: Where fabricated items or their anchors are to be embedded into concrete and masonry work, deliver such items to those performing the installation, together with coordination drawings and installation instructions. PART 2 - PRODUCTS 2.1 MATERIALS - GENERAL A. Steel Shapes: 1. Plates, bars, angles,channels, and H-sections: ASTM A 36. 2. Grating bars: ASTM A 36 or ASTM A 569. 3. Galvanizing: Hot-dip galvanizing after fabrication in accordance with ASTM MR A 123. 4. Tube: a. Hot-rolled: ASTM A 501. b. Cold-formed: ASTM A 500. 5. Pipe: ASTM A 53 (black steel and hot-dip galvanized). a. Galvanizing: ASTM A 53, (G 185 nominal). B. Steel Sheet: 05500-2 7152 1. For structural uses: Hot-rolled, ASTM A 570; cold-rolled, ASTM A 611. C. Galvanized Steel Sheet: 1. For structural uses: ASTM A 446. 2. For nonstructural uses: ASTM A 526. 3. Galvanizing: In accordance with ASTM A 525, G90, unless otherwise indicated. D. Gray Iron Castings: ASTM A 48, Class 30. E. Malleable Iron Castings: ASTM A 47, grade as selected by fabricator. F. Brackets,Flanges and Anchors: Cast or formed metal of the same type material and finish as supported rails. r 2.2 MANUFACTURED COMPONENTS A. Rolled Steel Floor Plate: Complying with ASTM A 786. 1. Patterned: Hot-rolled, raised pattern, ASTM A 36 copper-bearing steel. a. Hot-dip galvanized after fabrication in accordance with ASTM A 123. Minimum coating thickness grade 85. b. Pattern: Manufacturer's standard. B. Bar Gratings: Manufacture in accordance with "Standard Specifications for Metal Bar Grating and Metal Bar Grating Treads" (part of NAAMM MBG 531),except for PP specific requirements specified here. 1. Galvanizing, where indicated: Minimum 1.5 ounces zinc per square foot of coated surface; galvanized after fabrication. C. Bar Gratings: I Steel. 2. Welded construction. 3. Bar sizes, dimensions, and spacings as indicated on drawings. 4. Crossbar spacing: 1-1l2 inch. 5. Top surface: Serrated. 6. Finish: Shop primed,except galvanize exterior gratings and others indicated. 05500-3 7152 D. Expanded Metal Mesh: I Steel: MIL-M-17194, Class 1. a. Standard mesh, unless otherwise indicated. E. Abrasive Castings: Cast aluminum with integral abrasive surface. 1. Style(s): As indicated on drawings. 2. Abrasive: Aluminum oxide or silicon carbide grit, or both. 3. Surface texture: Plain except where otherwise indicated. 4. Anchors: Manufacturer's standard. a. For embedding into concrete: Concealed integral anchor. b. Anchor spacing: As recommended by manufacturer and as indicated. 5. Coat surfaces in contact with concrete with bituminous mastic. 6. Manufacturers: Provide products complying with requirements of the contract documents and equal to products by Wooster Products, Inc. 2.3 MATERIALS - MISCELLANEOUS A. Grout: Nonshrink, factory blended and packaged; complying with ASTM C 1107. B. Concrete Inserts: Style as required for application. C. Fasteners: Use fasteners suitable for the material being fastened and for the type of connection required. 1. For exterior use or built into exterior walls: Nonferrous stainless steel, zinc coated or cadmium plated. 2. Use fasteners of same material as items being fastened unless otherwise indicated. 3. Bolts and studs: ASTM A 307. 4. Nuts: ASTM A 563, 5. Lag bolts: FS FF-B-561. 6. Machine screws: FS FF-S-92. 7. Plain washers: FS FF-W-92. 8. Lock washers: FS FF-W-84. 9. Expansion shields: FS FF-S-325. 10. Toggle bolts: FS FF-B-588. D. Bituminous Mastic: SSPC-Paint 12. E. Galvanizing Repair Paint: Zinc dust paint complying with SSPC-Paint 20 or MIL P-21035B,Type I or 11. F. Shop Primer: Rust-inhibitive, lead and chromate free, low VOC primer,complying with FS TT-P-664, or equivalent, 05500-4 7152 2.4 PREFABRICATED CONSTRUCTION CASTINGS A. General: Provide prefabricated construction castings in quantities and locations indicated, scheduled and/or specified. B. Elevator Pit Sump Grate: Provide cast iron grate and matching frame equal to McKinley,Light Duty grate cover unit, type JGL 24 x 24, with cut-out modification indicated. C. Refer to sitework drawings and other specification sections for additional requirements and construction casting items. 2.5 METAL FABRICATIONS -GENERAL A. General: Provide all fabricated metal items specified and/or indicated as part of the work under this section. Fabricated metal items shall be of required materials, and configured, assembled and installed according to details, descriptions and/or specified requirements. 1. Use materials of size and thickness indicated or, if not specifically indicated as necessary to produce strength and durability in finished product for its intended use. 2. Work to dimensions indicated or as modified on accepted shop drawings, using proven details of fabrication and support. B. Form all work to be exposed to view in the completed construction true to line and level, with accurate angles and surfaces, and with straight sharp edges and corners. I Ease exposed edges to a radius of approximately 1132" unless otherwise required. 2. Form bent metal comers to smallest radius possible without causing grain separation or otherwise impairing integrity of the work. C. Welding: Continuously weld intersections at all material overlaps,joints, corners, r seams and material splices. 1. Comply with AWS recommendations. 2. Provide continuous welds at all material overlaps,joints,corners, seams and material splices. 3. Exposed welded connections,grind exposed welds smooth and flush to match and blend with adjoining surfaces. 4. All fabricated assemblies shall be constructed,fitted and welded that no water may penetrate through into and/or behind any part or component of a fabricated assembly. 05500-5 7152 D. Fabricate and shop-assemble in largest practical sections for delivery to site. I. Prepare and reinforce fabrications as required to receive applied items. 2. Fabricate items with joints tightly fitted and secured. 3. Make exposed joints tight, flush, and hairline. E. Shop form exposed field assembly connections with hairline joints,flush and smooth, using concealed fasteners wherever possible. F. Cut, reinforce, drill and tap miscellaneous metal work as necessary to receive field applied items, finish hardware, and similar work. I. Coordinate template requirements with individual items to be attached. G. Fasteners: Use concealed fasteners wherever possible. I. Exposed fasteners: Flathead, countersunk type unless otherwise indicated. H. Anchors: Fabricate to suit substrates involved,conditions indicated and coordinated with supporting structure. Use anchors of same material and finish as fabricated item except where specifically indicated otherwise. Fabricate and space anchoring devices to provide adequate support for intended use, 1. Galvanizing: Provide a zinc oating for those items indicated or specified to be galvanized, as follows: I. ASTM A 153 for galvanizing iron and steel hardware. 2. ASTM A 123 for galvanizing rolled,pressed and forged steel shapes,plates, bars and strip 1/8" thick and heavier. 3. ASTM A 386 for galvanizing assembled steel products. J. Joints Exposed to Weather: Where indicated design requires water penetration into the assembly, provide adequate drainage of that water to the exterior of the fabrication. K. Shop Coatings: Provide the appropriate specified chop coating finish on each metal fabrication. 2.6 SHOP COATINGS A. Prepare surfaces to be coated as follows: 1. Solvent-clean in accordance with SSPC-SP 1. 2. Exterior fabrications: Clean in accordance with SSPC-SP 5, SSPC-SP 6, SSPC-SP 8, or SSPC-SP 10. 05500-6 7152 3. Interior fabrications: Clean in accordance with SSPC-SP 3, SSPC-SP 5, SSPC-SP 6, SSPC-SP 8, or SSPC-SP 10. B. Shop prime all iron and steel fabrications, except: 1. Galvanized fabrications. 2. Fabrications specified as not to be primed. C. Shop Priming: Comply with SSPC-PA 1. I Apply primer immediately following surface preparation. 2. Do not prime surfaces to be welded. 3. Do not prime surfaces in direct contact bond with concrete. 4. Apply extra primer coat to comers,edges,fasteners,and over finished welds. D. Shop Painting: Comply with SSPC-PA 1. E. Hot-dip galvanize exterior steel and iron assemblies set in concrete and masonry,and as otherwise required. F. Galvanizing: Provide a zinc coating for those items indicated or specified to be galvanized, as follows: 1. ASTM A 153 for galvanizing iron and steel hardware. 2. ASTM A 123 for galvanizing rolled, pressed and forged steel shapes, plates, bars and strip 1/8" thick and heavier. 3. ASTM A 386 for galvanizing assembled steel products. 2.7 FABRICATED MISCELLANEOUS ITEMS, FRAMING AND SUPPORTS A. Provide all fabricated- steel items and accessory components indicated and/or necessary to produce the completed project. B. Provide all steel framing and supports which are not specifically a part of structural steel framework, as necessary to complete work. C. Fabricate miscellaneous units to sizes, shapes and profiles indicated or, if not indicated, of required dimensions to receive adjacent other work. D. Provide all steel Except as otherwise specifically required, fabricate from structural steel shapes, plates and steel bars, of welded construction using mitered joints for P0 field connection. Cut, drill and tap units to receive hardware and similar items. I 05500-7 7152 E. Equip fabrications for casting into concrete or building into masonry with integrally welded anchors. Furnish inserts if units must be installed after concrete or masonry is in place. 1. Except as otherwise required, space anchors a maximum of 24" o.c. around perimeter of the fabricated item, and provide minimum of two anchors per item. 2. Provide minimum 1/2" diameter expansion or wedging type anchor bolts as appropriate for installing metal fabrications to finished and/or existing concrete or masonry construction. 2.8 FABRICATED LOOSE LINTELS,BEARING AND LEVELING PLATES A. Unless specifically work of another section,work of this section shall include providing all fabricated metal shapes, plates and components necessary to complete the work. B. Provide loose masonry lintels, and bearing and leveling plates for items bearing on masonry or concrete construction, made flat, free from warps or twists, and of required thickness and bearing area. Drill or punch plates to receive anchor bolts and for grouting as required. Galvanize all exterior weather exposed applications after fabrication. 2.9 FABRICATED SHEET METAL ITEMS A. General: fabricate sheet metal items to profiles indicated or to match existing fabricated work. I. Corridor Wainscot Trim:match metal gage and profile for existing metal trim where necessary to provide completed construction configuration. 2.10 FABRICATED VERTICAL STEEL LADDERS A. Fixed Vertical Ladders: Construct as indicated. I. All steel construction, one inch (I") diameter standard pipe rungs, and two inch (2") diameter standard pipe side rails, unless indicated otherwise. a. Hot-dip galvanize all exterior ladders after fabrication and their fasteners shall also be galvanized finish. b. Shop prime interior ladders unless indicated otherwise. C. Where other handholds are not indicated above the top rung of ladders: 1. Extend hand rails a minimum of 42 inches above the top rung; return to wall and anchor with wall flange and appropriate fastener. 05500-8 7152 2. Where there is no adjacent wall or structure above the top of ladder, make rails extend at least 42 inches above top rung-, turned back and down to walking surface. 2. Equally space rungs at a maximum of 12" and weld rungs on centerline of • side rails. 3. Provide slip resistant grit surface for top of ladder rungs. 4. Smooth all sharp edges and remove burrs. S. Ladders shall be configured and installed with a minimum of seven inches (7)clearance from the back of ladder to adjoining wall or other obstruction. 6. Anchor both side rails of ladders at bottom,top and at a maximum of 410"o.c. in between. Provide all brackets and fasteners necessary for a complete installation. 2.11 ELEVATOR PIT LADDER A. Fixed Ladder: Comply with requirements for Vertical Steel Ladders listed above, ANSI A14.3 and applicable elevator code regulations. I Vertical Ladders: provide all steel construction with welded connections. Shop prime interior ladder. 2. Where no other handholds are specifically indicated: a. Equally space rungs terminating with top rung at finish floor line. b. Extend side rails extend at least 42 inches above the top rung; return and anchor to wall. 2.12 FABRICATED STEEL PIPE RAILINGS, HANDRAILS, GUARDRAILS A. Railings - General: Construct as indicated. 1. Preassemble in shop to maximum extent practicable. 2. Bending of members: Use jigs to make each similar configuration the same; make neat bends without other deformation. 3. Provide all components necessary for assembly of railings and for attachment to other work. a. For attachment to concrete or masonry: Provide inserts for installation into concrete or masonry, or provide other type of anchorage. b. For anchoring to solid masonry: - Use fittings fastened to masonry with bolts and expansion shields unless otherwise indicated. C. For anchoring to hollow masonry: Use fittings fastened into masonry with appropriate bolts unless otherwise indicated. d. For anchoring to stud partitions: Use fittings fastened with lag bolts to wood backing between studs. e. Fasten fittings to railings in same manner as railing connections. 05500-9 MR 7152 MR 4. Where exposed open ends of members are specifically indicated or otherwise unavoidable, close ends using prefabricated hemispherical end plugs, fully "OR welded and ground smooth. 5. Wall mounted handrails: Return railing to wall at ends using prefabricated 90 degree curved component and ending in wall plate, except where otherwise specifically indicated. 6. Exterior railings: Galvanize all components of exterior railings. a. Provide weep holes or other means for evacuation of water trapped in hollow members. 7. Expansion joints: Slip joints located not more than 6 inches from posts and at not more than 40 feet on center;provide an internal sleeve at least 4 inches longer than width of joint, fastened to one side of joint. 8. Toe Boards: Where necessary,provide toeboards at railings around openings and at the edge of open-sided floors and platforms. Fabricate to dimensions and details indicated or,if not indicated, use a 4"high x 1/8" plate welded to, and centered between, each railing post, .■ B Steel Pipe/Tube Railings: 04 1. Fabricate steel pipe railings and handrails to design, dimensions,and details required. Provide railings and handrails members formed of pipe of sizes and wall thickness required,but not less than that necessary for support of design so loading. 2. Provide 1-1/4" inside diameter steel pipe, unless specifically indicated otherwise, Schedule 40, standard weight. 3. Hot-dip galvanize all exterior steel pipe/tube railings after fabrication. 4. Shop prime all non galvanized steel pipe/tube railings. 5. Connections: Welded and ground smooth. 6. Welding: Fill joints completely and grind off flush, maintaining contours of raining. 7. Bends and Elbows: Form necessary bends 12" and smaller radius using prefabricated elbow fittings and radius bend components. Form necessary bends for radius of 12" or greater by bending pipe. 8. Tee and cross intersections: Coped and welded. 9. Exposed ends: Close with prefabricated fittings, fully welded and ground smooth. C Prefabricated Brackets, Flanges, Fittings and Anchors: Where necessary, provide prefabricated wall brackets,end closures,flanges,miscellaneous fittings and anchors for interconnections of pipe and attachment of railings and handrails to other work. Furnish inserts and other anchorage devices for connecting railings and handrails to concrete or masonry work. 05500-10 7152 1. Provide prefabricated pipe/tube rail components as necessary to produce the configurations indicated, and equal to the following as manufactured by J. G. Braun Co. (800-323-4072). 2. Components required for this project include but are not limited to: a. Handrail wall brackets: #4596. b. Handrail wall return: #13068. C. Pipe/tube ends: #13062. D. Form simple and compound curves by bending pipe in jigs to produce uniform curvature for each repetitive configuration required; maintain cylindrical cross- section of pipe throughout entire bend without buckling, twisting, or otherwise deforming exposed surfaces of pipe. E. Provide wall returns at ends for all wall-mounted handrails,except where otherwise specifically indicated. PM PART 3 - EXECUTION 3.1 INSTALLATION - GENERAL A. Anchor metal fabrications to substrates indicated; provide appropriate anchors and fasteners required by substrates involved. B. Pztrform all necessary field fabrication and/or modification of fabrications necessary for proper installation. 1. Fit joints tightly. 2. Field weld joints: • a. Weld in accordance with AWS code. b. Exposed welds: Grind flush and smooth. C. Clean and touch up field welded surfaces with appropriate primer. 1p C. Do not cut or weld items galvanized after fabrication that are indicated for bolted or screwed connections. D. Install items in correct location, plumb, square and/or level, without rack or warp. E. Provide temporary supports and bracing as required for proper installations. F. Install manufactured components in accordance with manufacturer's instructions. G. Coat aluminum surfaces in contact with concrete and masonry with bituminous mastic. 05500-11 7152 3.2 INSTALLATION - RAILINGS A. Cut cored holes for posts. B. Align joints and verify that posts are plumb before anchoring railing. C. Set posts with grout. I. Build up exposed surface of grout slightly to slope away from post. 2. Seal grout exposed to weather or water in accordance with manufacturer's instructions. 3.3 CLEANING AND TOUCH-UP A. Touch up damage to galvanized surfaces using galvanizing repair paint in accordance with ASTM A 780. B. Touch up shop paint immediately after erection. I. Clean field welds,bolted joints, and areas where primer is damaged. 2. Paint with material used for shop painting, minimum 2 mils dry film thickness. MR END OF SECTION 05500-12 Ps 7152 10 I SECTION 06100 - ROUGH CARPENTRY 10 PART I - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: I Carpentry work not specified as part of other sections and which generally is not exposed, except as otherwise indicated. 2. Rough carpentry for. a. Miscellaneous lumber for attachment and support of other work. b. Wood shims, fillers, furring, blocking and nailers. C. Construction panels for miscellaneous uses. 3. Preservative treatment. 4. Remedial construction and repair carpentry work. B. Related Sections Include, but not limited to: r 1. Selective Construction Demolition: Division 2. 2. Finish Carpentry: Elsewhere in Division 6. 3. Architectural Woodwork: Elsewhere in Division 6. 4. Gypsum Board Systems: Division 9. 1.2 QUALITY ASSURANCE A. Lumber: Comply with NIST PS 20 and approved grading rules and inspection agencies. B. Grade Stamps for Concealed Lumber: Each piece of lumber, applied by inspection agency and showing compliance with each specified requirement. C. Construction Panels: Comply with NBS PS I where veneer plywood is specified; • comply with APA PRP-108 where APA rated panels are specified; bearing APA trademark showing compliance with each specified requirement. 1.3 DELIVERY STORAGE AND HANDLING A. Protect wood products against moisture and dimensional changes. Support stacks at several uniformly spaced points to prevent deformation. Store stacks raised above ground. Cover to protect from rain and snow. Select and arrange cover to allow air circulation under and all around stacks to prevent condensation. Maintain and restore displaced coverings. Remove from the site any wood products that have been subjected to moisture or that do not comply with the specified moisture requirements. 06100-1 7152 1.4 REMEDIAL CONSTRUCTION WORK A. New construction materials and work of this section includes necessary work resulting from demolition and removal activities,repair carpentry work, and the proper preparation of existing framing, surfaces and/or substrates to receive work under this section which is necessary to produce the completed finish construction configuration. I Provide necessary repair, rebuilding and raising the top elevations of existing roof curbs that remain as part of the completed construction. B. Refer to "Selective Construction Demolition" specified in division 2 for additional project requirements relating to remedial construction work. PART 2 - PRODUCTS 2.1 DIMENSION LUMBER A. Size: Provide nominal sizes indicated,complying with NIST PS 20 except where actual sizes are specifically required. B. Miscellaneous Lumber: Provide dimension lumber and boards necessary for the support of work specified in other sections, whether or not specifically indicated, MIR and including but not limited to blocking, nailers, etc. 1. Moisture content: 19 percent maximum (S-dry). 2. Lumber: S4S,No. 2 or standard grade. -■ 3. Boards: Standard, 3 common, or No. 3 grade. 2.2 CONSTRUCTION PANELS 81! A. Construction Panels/Plywood: Miscellaneous uses. 1. Electrical/telephone panel backer: APA rated sheathing, Exposure 1, Treating Grade fire-retardant treated. 2.3 MISCELLANEOUS MATERIALS A. Fasteners: Provide as required by applicable codes and as otherwise indicated. 1. Provide fasteners with a hot-dip zinc coating (ASTM A 153) for treated lumber and where wood is in ground contact, subjected to high relative humidity, or exposed to weather. B. Reinforced Polyethylene Film: Clear, fire retardant treated, three ply, polyethylene film laminated with reinforced high strength cord grid equal to Griffolyn Type 55- FR, manufactured by Reef Industries, Inc., Houston,TX. 2.4 WOOD TREATMENT BY PRESSURE PROCESS 06100-2 7152 A. Preservative Treatment(P.T.) for Aboveground Use: I Provide one of the following: a. "Wolmanized"; Hickson Corporation. b. "Non-Com"Wolmanized; Koppers Corporation. 2. Kiln dried after treatment to 19 percent maximum moisture content. 3. Treat the following: a. Wood in contact with roofing, flashing, or waterproofing. b. Wood in contact with masonry or concrete. C. Other members indicated. 4. Treat the following: a. Wood in contact with ground. 5. The following products, provided they comply with requirements of the contract documents, will be among those considered acceptable: a. "Wolmanized"; Hickson Corporation. b. "Non-Com" Wolmanized; Koppers Corporation. B. Fasteners for Preservative Treated Wood: Hot-dip galvanized steel (ASTM A 153),stainless steel Type 304 or 316, silicon bronze, or copper, at contractor's option. I Fire-retardant treated plywood: AWPA C27. PART 3 - EXECUTION 3.1 INSTALLATION - GENERAL A. Arrange work to use full length pieces except where lengths would exceed commercially available lengths, Discard pieces with defects that would lower the required strength or appearance of the work. B. Cut and fit members accurately. Install plumb and true to line and level. C. Fasten carpentry in accordance with applicable codes and recognized standards. D. Where exposed, countersink nails and fill flush with suitable wood filler. E. Use fasteners of appropriate type and length. Predrill members when necessary to avoid splitting wood. 3.2 SPECIAL SHAPED WOOD BLOCKING AND NAILERS A. Where special shaped wood sections are indicated and/or noted, provide oversize wood members saw cut or milled to the cross-sectional profiles indicated. 1. Wood members requiring sloping faces or other special cross-sectional profiles shall be shop processed on appropriate equipment and/or machinery. 06100-3 7152 2. Wood members required to be cut down in width from nominal dimension lumber may fabricated at the job site. 3.3 MISCELLANEOUS CARPENTRY A. Provide miscellaneous blocking, nailers, grounds, and framing as shown and as required for support of facing materials, fixtures, specialty items, and trim. Cut and shape to the required size. Provide in locations required by other work. B. Use countersunk fasteners appropriate to applied loading. 3.4 WOOD FURRING A. Install wood furring plumb and level; shim as necessary to bring true to plane; install closure strips at ends perpendicular to main furring direction. 1. Nail or screw miscellaneous plywood panels to supports. 3.5 REMEDIAL WORK A. Provide remedial and repair carpentry work in locations and quantities necessary for completion of the project to its finished configuration. 3.6 CLEAN UP A. Provide continuing clean up and removal all scrap materials, nails, screws and accessories as work progresses. Maintain a clean and safe work area. B. Remove all material cuttings and sawdust from roof deck surface at the completion of carpentry work on or over the roof deck. C. Upon completion of work, remove all rubbish, debris, and excess materials from project site. END OF SECTION 06100-4 r 7152 SECTION 06400 - ARCHITECTURAL WOODWORK PART I - GENERAL 1.1 DESCRIPTION OF WORK A. Section Includes, but is not limited to: 1. Architectural Woodwork and wood shelving units. 2. Plastic Laminate Finished Casework. 3. Plastic laminate counter tops. r 4. Finished wood trim. t 5. Cabinet hardware. B. Related Sections Include, but not limited to: 1. Rough Carpentry: Elsewhere in Division 6. 3. Gypsum Board Systems: Division 9. 1.3 QUALITY ASSURANCE A. AWI Quality Marking: Mark each assembled unit of architectural woodwork with manufacturer's identification and grade mark evidencing compliance with required AWI quality grade. Locate grade mark on surfa"s which will not be exposed after installation. For other items requiring field assembly,a certification of compliance may be substituted for marking of individual pieces. 1.4 REFERENCES A. AWI Quality Standard: Comply with applicable requirements of"Architectural Woodwork Quality Standards" published by the Architectural Woodwork Institute (AWI). 1.5 SUBMITTALS A. Product Data: Submit manufacturer's brochure, specifications and installation instructions for each factory-fabricated woodwork item and hardware. B. Quality Certification: Submit manufacturer's (Fabricator's) certification, stating that the fabricated work complies with quality grades and other requirements required. zl.� C. Shop Drawings: Submit shop drawings showing location of each item, dimension- ed plans and elevations, large scale details, attachment devices and other compo- nents. Shop drawings shall be based on confirmed dimensions taken at the job site r and verified dimensions of all built-in items. r 06400-1 "R 7152 D. Samples: Submit the following samples for each species and cut or pattern of architectural woodwork: 1. Exposed cabinet hardware: One unit of each type and finish. 2. Plastic Laminate: Four 6" square samples for each type, color and surface finish. 3. Finished wood trim shapes: Four 12" lengths of each type required. D. Provide additional data and/or samples as required by the Architect. 1.6 PRODUCT DELIVERY, STORAGE AND HANDLING A. Protect woodwork during transit,delivery,storage and handling to prevent damage, soiling and deterioration, B. Do not deliver woodwork until painting,wet work, grinding and similar operations which could damage, soil or deteriorate woodwork have been completed in installation areas. If, due to unforeseen circumstances, woodwork must be stored in other than installation areas, store only in areas meeting requirements specified for installation areas. 1.7 JOB CONDITIONS B. Where components and/or members are to replicate, match or resemble existing building components, make necessary site investigations and take samples of existing work for patterns. MIR B. Conditioning: Installer shall advise Contractor of temperature and humidity requirements for woodwork installation areas. Do not install woodwork until required temperature and relative humidity have been stabilized and will be maintained in installation areas. C. Maintain temperature and humidity in installation area as required to maintain moisture content of installed woodwork within a 1.0 percent tolerance of optimum moisture content, from date of installation through remainder of construction period. The fabricator of woodwork shall determine optimum moisture content and required temperature and humidity condition. PART 2 - PRODUCTS 2.1 BASIC MATERIALS AND FABRICATION METHODS A. General: Comply with the following requirements for architectural woodwork not specified as prefabricated or prefirushed standard products. 06400-2 7152 B. Wood Moisture Content: Provide kiln-dried(KD) lumber with an average moisture content range of 6% to I I% for interior work. Maintain temperature and relative humidity during fabrication, storage and finishing operations so that moisture content values for woodwork at time of installation do not exceed the following: 1. Interior Wood Finish: 5%-10%a for mild regions (as defined by AWI). C. Interior Wood: I. Solid Wood and finished wood trim shapes for Transparent Finish(Clear or Stained): Clear Red Oak. 2. Solid Wood for Opaque Finish: Poplar or Birch. 3. Plywood: a. For exposed work with transparent finish, provide faced plywood, with unplugged"A-C"face sheets of Clear Red Oak,with no less than "C" core sheets, and exterior glue complying with requirements for specified woodwork grade. b. For exposed work with opaque finish, "C-C" plugged face plywood. C. Exterior Wood: 1. Solid Wood for Opaque Finish: Clear Poplar or Pine. 2. Plywood for exposed work with opaque finish:"C-C" plugged face exterior plywood. D. Plastic'Laminate: Comply with NEMA LD-3 for type, thickness, color, pattern and finish indicated for each application. E. Quality Standards: For following types of architectural woodwork, comply with indicated standards as applicable: 1. Casework and Counter tops: AWI Section 400. 2. Shelving: AWI Section 600. F. Design and Construction Features: Comply with details required for profile and construction of architectural woodwork;where not otherwise required,comply with applicable Quality Standards, with alternate details as Fabricator's option. G. Pre-Cut Openings: Fabricate architectural woodwork with pre-cut openings, where possible, to receive hardware, appliances, plumbing fixtures, electrical work and similar items. Locate openings accurately and use templates or roughing-in diagrams for proper size and shape. Smooth edges of cutoffs and,where located in counter tops and similar exposures seal edges of cutouts with a water-resistant P5 coating. H. Measurements: Before proceeding with fabrication of woodwork required to be r fitted to other construction, obtain measurements and verify dimensions and shop drawing details as required for accurate fit. 06400-3 r 7152 I Where sequence of measuring substrates before fabrication would delay the project,proceed with fabrication (without field measurements)and provide ample borders and edges to allow for subsequent scribing and trimming of woodwork for accurate fit. 2.2 INTERIOR ARCHITECTURAL WOODWORK A. Plastic Laminate Finished Casework: 1. Grade: Premium. 2. Construction: Flush overlay. 3. Plastic Laminate Substrate: All plastic laminate covered components shall be applied over a 3/4" thick plywood substrate. No particle board shall be incorporated in laminate covered millwork. 4. Exposed Surfaces: Provide high pressure laminate in grades required for the following types of surfaces: a. Horizontal Surfaces: GP-50(0.050" nominal thickness.) b. Post Formed Surfaces: PF-42 (0.042" nominal thickness.) C. Vertical Surfaces: GP-28(0.028" nominal thickness.) 5. Semi-Exposed Surfaces: Finish semi-exposed surfaces as follows: a. Plastic laminate, GP-28. 6. Fabricate exposed edges of casework, including edges of doors and drawers when open, with matching plastic laminate. B. Plastic Laminate Counter tops, Backsplashes and End Returns: 1. Colors: Shall match exactly colors scheduled. 2. Plastic Laminate: Premium grade, fire-rated type, 0.050" thick, UL labeled;ratings of 25 for flame spread,25 for fuel contributed and 100 for smoke developed when bonded to plywood substrate. 3. Counter Top Substrate: All counter tops, back-splash, returns and other laminate covered components shall be applied over a 3/4" thick plywood substrate. No particle board shall be incorporated in laminate covered counter tops. 4. Counter Top Construction: Comply with standards indicated. Unless specifically indicated otherwise,provide 4"high back-splash and end- splash, top-mounted square butt joint, fully covered with matching plastic laminate,eased edges for all tops. Exposed counter edges shall be plastic laminate matching surface, case exposed edges of overlap sheet. Counter top backsplash shall run continuous for the full width of the top, with end returns scribe cut to the back-splash's profile. 2.4 FINISH FOR ARCHITECTURAL WOODWORK A. General: Field finishing of installed architectural woodwork shall be as scheduled and/or specified in division 9, Painting. 1. Wood cabinet backs are to be prime painted. MR 06400-4 7152 B. Preparations for Finishing: Comply with AWI Quality Standards, Section 1500, for sanding, filling countersunk fasteners, back priming and similar preparations for finishing of architectural woodwork, as applicable to each unit of work. 2.5 HARDWARE AND ACCESSORY MATERIALS A. General: Provide hardware and accessory materials associated with architectural woodwork. B. Hardware Finish:Provide exposed to view hardware in Dark Bronze finish,all other hardware with finish matching satin chrome plated (626), or satin stainless steel (630). Aluminum hardware items shall be clear anodized. C. Manufacturers: Provide steel or Ferrous casting hardware items equal to that manufactured by: Stanley Hardware (S) Knape and Vogt Manufacturing Co. (KV) D. Material: Provide the following: 1. Each 3/4" thick door shall have: I pr. hinges 332 (S) I ea. magnetic catch SP46 (S) I ea. pull 4484 (S) 2. Each drawer shall have: I pr. slides 1300 (KV) I ea. pull 4484 (S) 3. Adjustable cabinet shelves shall have: Recessed Standards 255 (KV) Brackets 256 (KV) 5. Provide ten(10)drawer and/or door locks,installed where designated by the Owner on the shop drawings. Key all locks separately or as designated on the shop drawings, and masterkey each building area's locks separately. Locks 986 NP (KV) PART 3 - EXECUTION 3.1 PREPARATION A. Condition woodwork to average prevailing humidity conditions in installation areas prior to installing. B. Deliver concrete inserts and similar anchoring devices to be built into substrates, well in advance of time substrates are to be built. 06400-5 No 7152 C. Prior to installation of architectural woodwork,examine shop fabricated work for completion, and complete work as required, including back priming and removal of packing. 3.2 INSTALLATION A. Install the work plumb, level, true and straight with no distortions. Shim as required using concealed shims. Install to a tolerance of 1/8"in 8'-0"for plumb and level (including counter tops); and with 1/16" maximum offset in flush adjoining surface, 1/8" maximum offsets in revealed adjoining surfaces. B. Scribe and cut work to fit adjoining work, and refinish cut surfaces or repair damaged finish at cuts. C. Anchor woodwork to anchors or blocking built-in or directly attached to substrates. Secure to stripping and blocking with countersunk,concealed fasteners and blind nailing as required for a complete installation. Except where prefinished matching fasteners heads are required, use fine finishing nails for exposed nailing, counter- sunk and filled flush with woodwork, and matching final finish where transparent finish is required. D. Casework: Install without distortion so that doors will fit openings properly and be accurately aligned. Adjust hardware to center doors in openings and to provide unencumbered operation. Complete the installation of hardware and accessory items as required. E. Counter tops: Anchor securely to base units and other support systems as required. 3.3 ADJUSTMENT, CLEANING, FINISHING AND PROTECTION A. Repair damaged and defective woodwork wherever possible to eliminate functional and visual defects;where not possible to repair properly,replace woodwork. Adjust joinery for uniform appearance. B. Clean hardware, lubricate and make final adjustments for proper operation. C. Clean woodwork on exposed and semi-exposed surfaces. Touch-up shop applied finishes to restore damaged or soiled areas. D. Replace damaged plastic laminate covered items with newly fabricated replacement items. The Architect shall specifically approve any field repair of plastic laminate items. E. Complete the finishing work specified as work of this section, to whatever extent not completed at shop or prior to installation of woodwork. F. Protection: Properly protect architectural woodwork during remainder of construction period to ensure that work will be without damage or deterioration at time of acceptance. 06400-6 7152 END OF SECTION • r IP r r po r pm r 06400-7 r A P0 7152 SECTION 07128 - BENTONITE WATERPROOFING SYSTEM PART I -GENERAL 1.1 SUMMARY A. Bentonite waterproofing system work is hereby defined to include all bentonite panel and accessory materials applied as recommended by the manufacturer and as may be necessary to form a complete and continuous horizontal and vertical (completely covering bottom and sides)waterproof membrane system for below grade cast-in-place concrete elevator pit construction. pe B. Section Includes, but is not limited to: 1. Bentonite waterproofing panels and accessories. 2. Miscellaneous manufacturer recommended or furnished installation PF materials. C. Related Sections Include,but not limited to: 1. Selective Construction Demolition: Division 2. 2. Cast-in-place Concrete: Division 3. D. Related Documents: 1. General notes on the drawing sheets. 1.2 QUALITY ASSURANCE A. Manufacturer: Obtain primary waterproofing materials from a single manufacturer. Provide secondary materials only as recommended by manufacturer of primary materials. ;PW B. Installer: Firm with not less than 3 years of successful experience in installation of waterproofing of the same type as specified for this project and which is acceptable to or licensed by manufacturer of primary waterproofing materials. 1. As applicable, assign work closely associated with waterproofing, including but not limited to flashing and joint sealers, to installer of waterproofing, for individual responsibility. 1.3 SUBMITTALS A. Product Data: Submit specifications, installation instructions, and general recommendations from waterproofing materials manufacturer, for types of 07128-1 7152 waterproofing required. Include data substantiating that materials comply with requirements. B. Provide additional data and/or samples as required by the Architect. 1.4 JOB CONDITIONS A. Substrate: Proceed with work of this section only after earthwork and other substrate construction work have been completed and conditions meet manufacturer's requirements. B. Weather: Proceed with waterproofing and associated work in areas exposed to the outside only when existing and forecasted weather conditions will permit work to be performed in accordance with manufacturers' recommendations and warranty requirements. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Provide bentonite waterproofing system materials tested to show compliance with required performances,or provide other materials of the same generic type required and certified in writing to be equal-to, or better-than that specified in every significant respect, and otherwise acceptable to Architect, B. Bentonite Waterproofing Panels: 1. Provide bentonite waterproofing system equal to Volclay Panels, as produced by CETCO Building Materials Group (800-527-9948). 2. Provide Volclay Type I it I CR material according to ground water conditions at the site. Contractor shall test ground water according to manufacturer's requirements to determine Volclay material type. 3. Material shall be formed into uniform panels 4' x 4' and not less than 3/16" thick, and containing not less than one pound of bentonite per square foot. C. Accessory and Miscellaneous Materials: Provide the following Volclay accessory materials as required by the waterproofing conditions and configurations.Install in locations and according to manufacturer's recommended installation details. 1. Bentoseal: Trowel grade bentonite detailing mastic. 2. Hydrobar Tube: 2" diameter water soluble tube filled with bentonite. 07128-2 7152 3. Watter Stoppage: Loose granular bentonite. 4. Aquadrain: Prefabricated drainage composite. 5. Protection Mat I OV/16VH: Heavy gage protection course materials. 6. Waterstop-RX:Expanding bentonite based concrete joint strip waterstop. PART 3 - EXECUTION 3.1 INSPECTION A. Installer must examine.substrates and conditions under which waterproofing work is to be performed and must notify Contractor in writing of unsatisfactory rw conditions. Do not proceed until unsatisfactory conditions have been corrected in manner acceptable to installer. 3.2 PREPARATION A. Prior to installation of waterproofing and associated work, meet at project site with installer of each component of associated work, inspection and testing agency representatives(if any),and installers of work requiring coordination with waterproofing work,for purpose of reviewing material selections and procedures to be followed in performing work. 3.3 INSTALLATION A. General: Comply with manufacturer's instructions for handling and installation of waterproofing materials, except where more stringent requirements are indicated. B. Coordinate Installation of waterproofing materials and associated work to provide complete system complying with combined recommendations of manufacturers and installers involved in work. Schedule installation to minimize period of exposure of sheet waterproofing materials. C. Extend and properly lap and secure waterproofing panels as required to provide complete membrane over area to be waterproofed. Seal to projections through membrane and seal seams. Secure to vertical surfaces and also where required, or recommended by manufacturer, secure to horizontal surfaces. 3.4 PROTECTION COURSE A. Install protection course over completed membrane, complying with manufacturer's recommendations for both waterproofing sheet over protection 07128-3 7152 course materials. Extend protection course over and fully encasing subsoil drain pipe according to manufacturer's standard installation details. B Concrete Work: Install reinforcing and concrete over completed waterproofing sysyem. Do not allow waterproofing, protection course to be disturbed during concrete operations. 3.5 PERFORMANCE REQUIREMENTS A. It is required that waterproof membranes be watertight and not deteriorate in excess of limitations published by manufacturer, 3.6 WATERPROOFING SYSTEM PROTECTION A. Institute all manufacturer recommended procedures for penetrations and protection of completed membrane during installation of work over membrane and throughout balance of construction operations. Do not allow traffic of any type on unprotected membrane. END OF SECTION Mq aq 07128-4 am, 7152 SECTION 07270 - FIRESTOPPING AND SMOKESTOPPING PARTI - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: I Firestopping of all penetrations through both existing and new construction floors and corridor, stair or vestibule walls, and roof decks, and for all penetrations through other fire or sound rated walls. 2. Smokestopping of all penetrations through all other walls and partitions. B. Work Not Included: Repairing existing openings or penetrations or those made in error and repairing penetrations which are too large to be sealed by the methods indicated; these are to be repaired using the same or equal materials to the original construction. Refer to requirements for closing and/or resizing openings. C. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Unit Masonry: Division 4. 3. Gypsum Board Systems: Division 9. 4. Lath and Plaster: Division 9. 5. Mechanical: Division 15. 6. Electrical: Division 16. D. Sleeves which are an integral part of the firestopping assembly are provided under the work of Divisions 15000 and 16000. 1.2 SUBMITTALS A. Product Data: Complete product and system description, including tested assembly details, installation instructions, and limitations on use. B. Maintenance Data: Include detailed instructions for repair and for modification due to changes in penetrating items. C. Final inspection report certifying proper sealing of all penetrations. D. Provide additional data and/or samples as required by the Architect. 07270-1 7152 1.3 DELIVERY, STORAGE, AND HANDLING A. Coordinate delivery of products to minimize storage time at site. B. Deliver products to project site in original unopened containers bearing the name of the manufacturer,product name,type,and testing agency's identification mark. C. Store products in accordance with manufacturer's instructions. 1.4 SEQUENCING AND SCHEDULING A. Perform firestopping and smokestopping work after completion of work which penetrates fire and smoke barriers,but prior to covering up or eliminating access to the penetration. Coordinate with installers of such other work. PART 2 - PRODUCTS 2.1 QUALITY ASSURANCE A. All work of this section shall be performed by a single firm. 2.2 MANUFACTURERS A. Firestopping Materials: I. Manufacturers: Products made by the following manufacturers,provided they comply with requirements of the contract documents,will be among those considered acceptable: a. American Vamag Company, Inc. b. Bio Fireshield, Inc. C. Chase Technology Corporation. d. Dow Corning Corporation. e. Flamemaster Corporation. f. GE Silicones. 2.3 MATERIALS A. Firestopping Materials: Provide penetration seal assemblies whose fire-resistance ratings have been determined by testing in the configurations required and which have fire-resistance ratings at least as high as that of the fire-rated assembly in which they are to be installed. I. It is the contractor's responsibility to determine the types of penetrations to be seated and to select appropriate Firestopping assemblies. 07270-2 !6 7152 2. If a tested assembly is not available for a particular penetration configuration, modify the penetration configuration to suit available assemblies; do not modify assembly configuration except as specifically stated in the test report or as approved by the authority having jurisdiction. 3. Provide products which: a. Allow normal expansion and contraction movement of the penetrating item without failure of the penetration seal, b. Emit no hazardous, combustible,or irritating by-products during installation or curing period. C. Do not require special tools for installation. B. Smokestopping: Use any gunable or pourable joint sealant recommended by the manufacturer as suitable for the application; use only fully curing types where accessible in the finished work. Provide products which: 1. Allow normal expansion and contraction movement of the penetrating item without failure of the penetration seal. 2. Emit no hazardous, combustible, or irritating by-products during installation or curing period. 3. Do not require special tools for installation. PART 3 - EXECUTION 3.1 EXAMINATION A. Preinstallation Inspection: Inspect all fire and smoke barriers for penetrations of any type; mark or otherwise identify all penetrations indicating action required: 1) repair; 2) firestopping; or 3) smokestopping. 1. Conduct confirming inspection prior to covering up or enclosing walls or ceilings. 3.2 PREPARATION A. Prepare penetrations in accordance with the material manufacturer's instructions. 3.3 INSTALLATION A. Install firestopping materials in exact accordance with manufacturer's instructions and the conditions of the testing;provide all accessory materials required. B. Remove combustible forming materials,unless they are a required component of the tested assembly. ps 07270-3 7152 C. Provide finished escutcheons or similar finished trim in locations exposed to view. D. Sealing sleeves and annular space between sleeve and work passing through sleeve. 3.4 FIELD QUALITY CONTROL A. Inspect completed installations for completeness and correct installation: 1. If installed work is to be covered in completed work, inspect and obtain approval prior to covering. 2Obtain the approval of the material manufacturer. 3. Obtain the approval of the authority having jurisdiction. 4. Submit report of inspection to the architect. 3.5 CLEANING A. Clean up excess material adjacent to penetrations promptly; use methods and materials approved by the manufacturers of the penetration seals and of surfaces to be cleaned. 3.6 PROTECTION A. Protect installed work during curing period. B. Protect installed work from damage from construction operations using substantial barriers if necessary. C. Repair damaged materials in accordance with manufacturer's instructions. END OF SECTION 07270-4 7152 SECTION 07410 - MANUFACTURED PREFINISHED METAL ROOF PANELS PART I - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: I Manufactured metal roofing system: a. Manufactured metal roof panels. b. Fabricated metal trim members. C, Installation accessories. 2. Prefinished metal flashing and trim exposed to view, and B. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Structural Steel: Division 5. 3. Steel Roof Deck: Division 5. 4. Flashing and Sheetmetal: Elsewhere in Division 7. 1.2 REFERENCES A. ASTM A 446/A 446M-93 -- Standard Specification for Steel Sheet, Zinc-Coated (Galvanized)by the Hot-Dip Process, Structural (Physical) Quality; 1993. B. FM P7825 Approval Guide 1992;Factory Mutual System; 1992(with supplement 1.3 SYSTEM DESCRIPTION A. Structural Requirements: Design roof and wall systems to safely withstand dead load and live loads prescribed by the governing building code. B. Wind Uplift: Provide metal roof panel systems which have been tested and approved by FM for the following rating: 1. Class 1-90. 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: A company with a minimum of 5 years successful experience in the design, fabrication, and installation of metal panel systems comparable in size and nature to those required for this project. 1.5 WARRANTY 07410-1 IR 7152 A. Warrant coated finish against cracking,peeling,blistering,chalk in excess of 8 units, and fade in excess of 5 NBS points, for a period of 15 years, without reducing or otherwise limiting any other rights to correction which the Owner may have under the contract documents. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufactured Metal Panel Systems: Furnish basic materials, including panels, accessories,and fasteners,from a single source manufacturer. Furnish other products integral with panel system from the same manufacturer as basic materials, or from a manufacturer approved or recommended by the basic materials manufacturer. I. Provide products complying with requirements of the contract documents and made by one of the following: a. Metal Building Components, Inc. 2.2 MATERIALS A. Galvanized Steel Sheet: ASTM A 446, with minimum G90 zinc coating. 2.3 ROOF SYSTEM A. Structure Substrate: Refer to Steel Roof Deck specified in Division 5. B. System Type: Uninsulated system consisting of roof panels with concealed attachment clips in panel seams and purlins,or similar secondary structural system to attach roof system to primary building structure. 1. Seam type: Panel joint covered and locked by applied cap or strip (batten cover). 2. Fabricate panels from galvanized sheet steel,minimum 22 gage(0.034 inch) thick. 3. Exterior finish: Fluoropolymer. 4. Interior (underside) finish: Manufacturer's standard corrosion-inhibiting wash coat. 5. Panel width (nominal coverage): 16 inches. 6. Panel profile: "Craftsman"; Metal Building Components, Inc. (MCBI). C. Concealed Panel Clips: 1. Fabricate from galvanized steel. 2. Provide roof system manufacturer's standard type clips to suit project requirements, including but not limited to the following: M9 a. Live loads. 07410-2 FW 7152 b. Thermal movement;accommodate expansion and contraction without introducing stress into roof system. C. Slope of roof. d. Special conditions at transitions, penetrations, and terminations. D. Rigid Insulation: 1. Provide extruded polystyrene sheets equal to Owens Corning "Foamular" mechanically attached to metal deck substrate as recommended by the manufacturer for 1-90 complying installation. r E. Fasteners: 1. Threaded fasteners - general: Provide manufacturer's standard corrosion-resistant fasteners of size and type required for intended application. a. Use of cadmium-plated fasteners is not allowed. 2. Rivets: Noncorrosive metal, compatible with metals to be fastened. a. Exposed-to-view rivets are not allowed. F. Accessories: ► 1. Sheet metal closures, flashing, and trim: Fabricate from same type of sheet metal, and with same finish, as adjacent roof panel. 2. Concealed sealants and gaskets: Manufacturer's standard. 3. Exposed joint sealant: As specified elsewhere in Division 7. 2.4 FINISHES A. Fluoropolyrner Finish: I Pretreatment: Caustic etch and conversion coating, each followed by water rinse. 2. Primer: Manufacturer's standard corrosion inhibiting wash coat. 3. Finish coat: 70 percent "Kynar 500" or "Hylar 5000" resin finish coat, minimum 0.8 mil ( 0.02 mm) thick; bake to cure. a. Color: Finish color shall match that of the manufacturer's color scheduled on the drawings, whether that color is included in the selected manufacturer's standard available colors or not. 4. Protective film: Provide strippable plastic film,applied to finish of coil stock before forming. PART 3 - EXECUTION r 3.1 EXAMINATION A. Verify that substrate or structural system to receive work of this section is complete, properly sized, and is laid out correctly in plan and elevations. 07410-3 14 7152 B. Correct unacceptable substrate installations before start of metal panel erection. C. Coordinate work with other adjacent elements of building envelope to ensure watertight construction. 3.2 INSTALLATION A. General: Install manufactured metal panels in accordance with panel manufacturer's recommended practices. 1. Fasten panels to structure as necessary to comply with performance criteria, allowing for expansion and contraction due to temperature variations and building movement. 2. Install gaskets, sealants,closures, and trim as the work progresses to ensure airtight and watertight performance of the completed installation. B. Roof System Installation: 1. Secondary structure: Install panel supports, taking care to align members correctly for proper engagement of panel attachment system. 2. Install roof panels in single, continuous piece from eaves to ridge. 3. Roof panel installation: Install roof panels using concealed clips in panel joints. 3.3 INSTALLATION TOLERANCES A. Manufactured Panel Systems: 1. Alignment: 1/4 inch (6 mm) in 20 feet (6.1 m) for conformity of panel layout, vertical alignment, and panel joint location. 2. Panel offset/profile alignment: Maximum 1/8 inch(3 mm) offset. 3.4 CLEANING AND PROTECTION A. Remove protective coverings from prefinished metal surfaces after each panel is installed. B. Touch up or refinish marred or abraded surfaces. Replace damaged units and units which cannot be refinished to the Architect's satisfaction. C. Clean finished surfaces using techniques and materials recommended by panel manufacturer. Protect cleaned surfaces until project completion. END OF SECTION 07410-4 7152 SECTION 07515 - MODIFIED BITUMEN ROOFING SYSTEM PART - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to, providing a high-performance rf ance multi-ply rubber-modified bitumen roof system: 1. Installation of"hot-applied" multi-ply roof system. 2. Miscellaneous flashings and accessories. 3. Installation of drain and scupper components. 4. Furnish manufacturer's warranty for materials and workmanship. B. Related Sections Include,but not limited to: 1. Selective Construction Demolition: Division 2. 2. Structural Steel: Division 5. 3. Steel Roof deck: Division 5. 4. Metal Fabrications: Division 5. 5. Rough Carpentry: Division 6. 6. Flashing and Sheetmetal: Elsewhere in Division 7. 7. Joint Sealers: Elsewhere in Division 7. 8. Mechanical: Division 15. 1.2 QUALITY ASSURANCE A. Contractor shall: I. Be experienced in multi-ply modified bitumen roofing,five years minimum. 2. Have been in business under same name and ownership,five years minimum. B. Manufacturer shall: I. Be current member, National Roofing Contractors'Assn. (NBCA). 2. Provide Owner list of qualified applicators. 3. Provide qualified employee or independent consultant for daily monitoring and final inspection. 4. Provide list of similar projects available for inspection. C. Project Meetings 1. Pre-Construction Conference: a. Scheduled by the Contractor. Pe b. Attendees: Owner's representative, Architect and Contractor. C. Agenda: (1) Review of Contract Documents and submittals. 2. Progress Meetings 07515-1 7152 a. May be scheduled by Owner's Representative or Architect as needed. b. Attendance: Owner's Representative, Contractor, Architect, others, as needed. C. Minimum agenda: (1) Review of work progress, problems, and decisions. (2) Review of upcoming plans for work progress. 3. Changes: Submit requests for changes in writing; do not proceed with any changes without written notification. 4. Pre-final and Final Inspection: a. Scheduled by upon job completion. b. Attendance: Owner's Representative, Contractor, Architect and representative of Major material Manufacturer. C. Minimum Agenda: (1) Visual Inspection. a) Identification of conditions requiring correction, am 1.3 SUBMITTALS A. Submit: go 1. Product data sheets. 2. Samples of each material, if different from specified, with approval letter from Specifier. 3. Shop drawings of applicable flashing/design features and layout showing crickets, saddles and other tapered areas. 4. Material Safety Data Sheets for applicable roof system materials. B. Provide additional data and/or samples as required by the Architect. 1.4 DELIVERY, STORAGE AND HANDLING A. Delivery of Materials I Deliver materials to job site in new, dry, unopened, and well-marked containers showing product and manufacturer's names. 2. Deliver materials in sufficient quantity for continuity of work. 3. Coordinate delivery to avoid delays. B. Storage of Materials 1. Provide dry area protected from precipitation and humidity. 2. Store ply sheets on ends only,selvedge end up; discard rolls that are creased, flattened, or otherwise damaged; place materials on pallets; do not stack pallets. 3. Remove plastic packaging. Cover tops & sides of all stored materials with waterproof tarpaulin and secure per manufacturer's guidelines. 4. Rooftop storage shall be permitted only with prior approval by the Architect. If approved, place material on plywood sheets. Disperse materials to avoid 07515-2 7152 concentrated loading. C. Material Handling 1. Handle materials so as to avoid damage and contamination, including moisture. 2. Use material handling equipment in such a way as to not damage deck construction and new roofing; do not operate or situate such equipment in ?p locations that will hinder smooth flow of vehicular or pedestrian traffic, 1.5 SITE CONDITIONS A. Existing Conditions: Provide a monitor to remain inside building to prevent damage from falling debris. B. Environmental Requirements - Do not work in presence of snow, rain, or with temperatures at or predicted to be below 45 degrees F. C. Security Requirements I. Comply with Owner security requirements. 2. Provide Owner with current list of accredited personnel. 3. Provide identification for personnel employed directly and indirectly on this project. D. Safety Requirements 1. Procedures and equipment shall conform to OSHA standards. 2. Comply with federal/state/local fire and safety requirements. 3. Advise Owner before beginning activities which may be hazardous to employees and/or operations. 4. Maintain a floor area guard during deck repair/replacement and when materials are apt to enter building; protect interior using plastic sheeting, where necessary. E. Fire Prevention I. Contractor is responsible for fire prevention for the duration of this project. 2. Maintain sufficient operable extinguishers, with proper agent, at all times. 3. Train employees in the use and placement of fire extinguishers used on site. 4. Maintain at least one approved fire extinguisher (minimum 20 - B:C classification)within 30 feet of each kettle during the period such kettle is in use, and one additional 20- B:C extinguisher on the roof being covered. a. Kettles shall be equipped with a tight-fitting cover. b. Place kettles a safe distance from combustible materials and buildings. C. An attendant shall be within 100 feet of kettle(s) with burner in operation,with no ladders or other objects obstructing his route to the Fn kettle. Im 07515-3 7152 d. Place propane bottles 25 ft.,min.,from kettle(s);place?No Smoking Within 100 Feet? signs at bottle locations; 100 lb. bottles must be staked and chained. 5. Continuously inspect areas near open flames during and for 60 minutes following work, to prevent fire related damage. 6. Contractor personnel shall wear safety glasses when working with power equipment. 7. Obtain Welding Permit from Owner if open flames or torches are to be utilized. 1.6 RANDOM SAMPLING A. During project,Owner or Specifier may secure samples of materials being used at job site and submit them to a laboratory for analysis. B. If tests prove that a material is not as specified, Contractor shall pay: I. For all testing, 2. Liquidated damages, as determined by Owner. 3. For removal of unspecified materials and replacement with specified products. 1.7 Warranty Agreements: Shall become effective on full payment to suppliers. 1.8 Manufa-turer's Warranty Agreement: Submit executed copy of Major Manufacturer's A. No Dollar Limit Warranty agreement. B. Warranty Agreement shall cover leaks and defects associated with all bituminous materials, flashing metal and accessory components installed as part of roofing assembly ? from the deck up ? and shall be signed by a corporate officer. C. Defects shall include splits, punctures, blisters, delamination and other anomalies related to faulty materials and/or workmanship. D. Warranty Period: Twenty five (25) years from date of project completion. E. Warranty shall not deprive Owner of rights Owner may have under other provisions of Contract Documents and shall be in addition to and run concurrent with other warranties made by Contractor under requirements of Contract Documents. F. Applicator's Warranty Agreement: Submit executed copy of Applicator?s Warranty agreement. I. Defects shall include splits, punctures, blisters, delamination and other anomalies related to faulty materials and/or workmanship. 2. Warranty Period: Two (2) years from date of project completion. 07515-4 7152 PART 2 - MATERIALS 2.1 GENERAL A. Follow NRCA standards,pertinent codes and manufacturers'data.Where conflict(s) exist, more stringent requirements prevail. B. Do not use any materials containing asbestos. C. Acceptable Manufacturers 1. Environmental Roofing Systems, Inc. (ERSI). 2. US Intec/GAF 3. Siplast PP 4. Tremco, Inc. D. Performance Specifications 1. These specifications are intended to be based on material quality as evaluated by common test procedures listed herein. 2. Listing of manufacturers' names in this section does not ensure that all listed firms can and/or will meet specification requirements. 3. Performance requirements listed herein are provided as minimum standards of material compliance. r 2.2 ROOFING MATERIALS r A. Bottom Ply: Heat-stabilized 180 gm. polyester membrane conforming to the following: SYSTEM PROPERTY TEST METHOD PERFORMANCE STANDARD Elongation ASTM D-4830 50%©, MD; 55%, CMD Tensile Strength ASTM D- 4830 115 lb., MD; 105 lb., CMD Tear Strength ASTM D-4830 40 lb., MD; 401b., CMD B. Primary Membrane Ply: Shall contain SBS and SEBS modified asphalt reinforced with 180-gm. polyester reinforcement and having the following properties: SYSTEM PROPERTY TEST METHOD PERFORMANCE STANDARD Thickness ASTM D 5147-91 120 mils Softening Point ASTM D 36 50EF/120EC Cold Flexibility ASTM D 5147-91-13EF/-25EC Pliability ASTM D 146 Pass Elongation to Break ASTM D 5147-91 60% MD; 70%© XMD r 07515-5 i 7152 Tensile Strength ASTM D 5147-91 1051bf/in MD; 751bf/in XMD Dimensional Stability ASTM D 5147-91 0.5%, max, Fire Resistance UL790 Class A C. Hot-applied Mopping Asphalt:ASTM D-312,Type 1111,and having 145%elongation. D. Flashing Membranes 1. Bottom Ply: Heat-stabilized 180 gm.polyester membrane conforming to the following: SYSTEM PROPERTY TEST METHOD PERFORMANCE STANDARD Elongation ASTM D-4830 50%, MD; 55%, CMD Tensile Strength ASTM D-4830 115 lb., MD; 105 lb., CMD Tear Strength ASTM D-4830 40 lb., MD; 401b., CMD Top Ply (Choose a. or b.): Mineral-surfaced SBS-modified bitumen ply conforming to the following: SYSTEM PROPERTY TEST METHOD PERFORMANCE STANDARD Tensile Tear Strength @77EF ASTM D-2523 MD: 164 lb./in.; CMD: 121 lb./in. Elongation @ max. load ASTM D-5147-91 35% MD; 34% CMD Impact Resistance ASTM D-3746 40 mm max. Thickness ASTM D-5147-91 4.0 mm Glass fiber APP-modified bitumen membrane with reflective aluminum conforming to following criteria: SYSTEM PROPERTY TEST METHOD PERFORMANCE STANDARD Tensile/tear Strength @77EF ASTM D- 2523 130 lbf., MD;130 lbf., XMD Fire Resistance UL 790/E 108 Class A Maximum Load D-5147-91 200 lb./in., MD and XMD Elongation @ Max. Load D-5.47-91 8 %, both MD and XMD Thickness ASTM D-5147 2.2 mm E. Related Materials: I. Asphalt/Flashing Mastic: As approved by Major Manufacturer. 2. Elastomer: Shall have 600% elongation and be compatible with roofing system components. 3. Reinforcing Membrane: Coated glass fiber, as approved by Major Manufacturer. 4. Asphalt Primer: As approved by Major Manufacturer. 5. Rubber Membrane: 45 mil CSPE sheeting as approved by Major Manufacturer. 6. Sealant Tape: As recommended or approved by Major Manufacturer. a. Sealant: One-part polyurethane; Sonneborn NP-1. b. Coping Joint Tape: Dow 123 Tape. 07515-6 7152 C. Coping Sealant: Dow 795. d. Quick-Set Concrete: Star-Rock, by ERSI. e. Sheathing Membrane: Nervastral Seal-Pruf. 2.3 WOOD BLOCKING (HAILERS), CURBS and FURRING STRIPS A. Coordinate work with Division 6 section "Rough Carpentry". B. Southern Pine;#2 grade,free from warping&decay;treated with chromated copper arsenate (CCA) to meet AWPB, LP-22,0.40 retention. C. Plywood: APA CD, plugged&touch-sanded, exposure 1, PS 1-83, 1/2". 2.4 METAL FLASHING AND ACCESSORIES A. Termination Bar: 1/8" X 1-3/4" extruded aluminum with caulk receiver. B. Refer to Flashing and Sheet Metal Fabrications elsewhere in Division 7. 2.5 MECHANICAL FASTENERS A. Wood to wood: 1. Type:Galvanized common annular ring nail as manufactured by Independent Nail, Inc.,W.H. Maze Co. or approved substitute. 2. Length: Sufficient to penetrate target piece 1-1/4 inches. B. Wood to Masonry: 1. Olympic Heavy Duty Screw - Olympic Manufacturing Group, Inc. 2. Rawl-Drive -The Rawlplug Co., Inc. C. Termination Bar to Concrete/Masonry: I Tapcon 1/4 inch diameter, Phillips flat-head anchor with EPDM washer by Buildex Division of ITW. 2. Zamac Naillin with stainless steel nail by The Rawlplug Co., Inc. D. Wood and/or Insulation to Steel: Heavy Duty Olympic Screws, or approved substitute. 2.6 DRAINS and ACCESSORIES A. Refer to Division 15, Mechanical. 2.7 SCUPPERIDOWNSPOUT/COLLECTOR HEAD and ACCESSORIES A. Refer to Flashing and Sheet Metal Fabrications elsewhere in Division 7. 07515-7 OR 7152 2.8 THERMAL INSULATION A. Top Layer: ASTM C-728 perlite board,0.5 inch thick. B. Bottom Layer: ASTM C-1289-95 polyisocyanurate board, 2.5 inches thick. C. Cants, and Tapered Insulation: ASTM C-728 perlite board 1. Tapered edge shall taper from 1-5/8 in.to 1/8 in.(on 18-in.side), 18-in.wide. 2. Cants shall measure 4 in. x 4 in. 3. Tapered insulation shall be designed as a system sloped a minimum of 1/4 per F-O" and/or as necessary to provide proper flow of water to drains. D. Crickets/Saddles: ASTM C-728 perlite board, factory fabricated, 2' x 4'boards. PART 3 - EXECUTION MR 3.1 INSPECTION A. Verify installation conditions as satisfactory to receive work. am B. Install no roofing until all unsatisfactory conditions are corrected; beginning work am constitutes acceptance of conditions. C. Verify that work of other trades penetrating roof deck or requiring men or equipment to transverse roof deck has been approved by Owner and Specifier. D. Check projections, curbs, and deck for inadequate anchorage, foreign material, moisture, and unevenness that may prevent quality and execution of new roofing system. E. Field Measurements and Material Quantities - Applicator is solely responsible for accuracy of measurements, sizes and quantities. 3.2 GENERAL WORKMANSHIP/PREPARATION A. Substrate: shall be free of foreign matter prior to installing roof membrane. B. Work sequence: waterproof entire work area each day, applying water-stops at each edge of newly completed roof assembly section. C. Keep traffic and equipment off of completed plies until adhesive has set; broom or roll (with water-filled "lawn/sod" roller such as Agrifab model 450191,) from un- mopped side of felt rolls. 07515-8 7152 D. Kettle I. Shall be Reeves Afterburner and Safety Loader, or equal. 2. Shall be free of contaminants or materials not specified. 3. Bitumen heating: 4. Use low burner flames during initial melt-down. 5. Circulate bitumen after initial melt-down, 6. Heed supplier's EVT guidelines. E. Hot asphalt coverage rate shall be 30 lb./square, minimum. F. Approved felt layer: Lightweight Aluminum Felt Layer, model S-36 or U-100 with aluminum follower tool by Garlock Equipment Co. G. Mechanical fasteners shall be of sufficient length to engage deck or substrate per manufacturer's instructions and FM 1-90 requirements. H. Entrapped aggregate,packaging materials or other debris within new roof membrane is unacceptable; its discovery is sufficient cause for rejection of entire roof. I. Protect equipment, materials, and personnel in building from roofing related abuse, but without disrupting ongoing operations. J. Protect landscaped areas, paved areas, and building exterior from roofing related abuse;repairs shall be the responsibility of Contractor;use tarpaulins where needed. K. If specifications conflict with Major Manufacturer's guidelines, more stringent standards shall prevail. L. Provide at site, prior to start of work, a container or dump-truck to receive roofing debris; and dispose of when full, using an approved disposal site; remove same, at job completion; remaining debris shall be removed and area cleaned immediately. M. Do not use new roofing for storage, walking surface, or equipment movement; relocate equipment and storage areas as required by work progression. N. Provide plywood walkways to prevent tracking of aggregate from existing membrane into new work areas. 0. Provide waterproof tie-ins at the end of each day at each roof edge. 3.3 SURFACE PREPARATION A. Completely remove gravel,contaminants,roofing and insulation,where applicable, in work areas each day. 07515-9 aw 7152 B. Apprise General Contractor of dirt, fumes,etc. that may interfere with air quality or on-site activities. C. Perform authorized repairs to deck, parapet, other substrate, wood blocking, curbs, runners, etc., prior to installing insulation or roof membrane. 3.4 CARPENTRY A. Roof Perimeter(Walls & Parapets): B. Mechanically attach wood blocking; blocking thickness shall equal insulation thickness. 1. Install fasteners in two rows staggered; do not exceed 24 inches, each row; within eight feet of outside comers,spacing shall not exceed 12 inches,each row. 2. Offset blocking layers 12 inches and weave comers. C. Wood Curbs 1. Fasten wood blocking per 3.5, A. 2. Install additional wood blocking at top of curb to raise final curb height a minimum of eight inches above new roof surface; blocking shall be flush with outside curb surface. D. Metal Curb Flashings 1. Raise curb and clean flange, as required. 2. Mechanically attach wood blocking as in 3.5 A. 3.5 THERMAL INSULATION (two layers) A. Bottom layer: 1. Fasten boards to deck per FM 1-90 requirements; if different from these specifications, more stringent methods apply. 2. Install additional fasteners as needed to ensure insulation is firm under foot. 3. Stagger joints six inches, min. 4. Install fasteners flush to surface; use two fasteners, min., per piece of filler insulation. B. Top layer: I Adhere boards to bottom layer in a uniform and continuous mopping of hot asphalt. 2. Offset joints of top layer six inches in both directions from joints of bottom layer. M" 3. Immediately walk insulation boards into hot bitumen to achieve solid bond. 4. Promptly spread bitumen pools that accumulate on surface to achieve smooth surface. 07515-10 7152 C. Crickets: 1. Install crickets and/or saddles, where indicated and/or as needed to ensure proper drainage. 3.6 BASE MEMBRANE INSTALLATION PE A. Install one layer ply sheet,shingle fashion,starting at lowest point,moving up-slope. B. Embed plies in a uniform and continuous mopping of hot asphalt;apply adhesive no more than six feet ahead of each roll of felt. C. Form four inches, twelve inch end laps. D. Place ply sheets so that water will flow over or parallel to,but never against exposed edges. E. Lightly broom plies from un-mopped side to ensure complete adhesion; use roller along top of overlap as required for good adhesion. F. Ply shall not touch ply, even at edges, laps, cants, etc. G. Fit plies into roof drain rims, where applicable; install metal flashing and finishing plies; secure clamping ring/collar; install domt1strainer. H. Extend plies four inches beyond top edge of cant at walls/projections. 10 I. Cut out fishmouths/side laps which are not fully sealed; seal using mastic and 1reinforcing membrane in a 3-course repair; replace sheets which are not fully and continuously bonded. J. Avoid walking on plies until adhesive has cooled. K. Overlap previous days work 24 inches. 3.7 PRIMARY MEMBRANE INSTALLATION: A. Unroll and relax membrane 30-minutes, minimum, prior to installation. B. Install top Modified Bitumen ply in same manner as base membrane; use four-inch side laps and 12-inch end laps. C. Fit plies into roof drain rims, where applicable; install metal flashing and finishing plies; secure clamping ring/collar; install dome/strainer. 07515-11 7152 D. Extend plies four inches beyond top edge of cant at walls/projections. E. Cut out fish-mouths/side laps which are not fully sealed; seal using mastic and reinforcing membrane in a 3-course repair; replace sheets which are not fully and continuously bonded. 3.8 DAILY WATERSTOP/TIE-INS A. Remove contaminants from tie-in area in an 18-inch wide strip. B. Envelope insulation 1. Using hot asphalt or mastic, adhere a 12-in. wide roofing ply from exposed deck to new membrane. 2. Adhere an 18-in. wide roofing ply centered over previous ply using hot asphalt in same manner, with three in. overlap. 3. Create envelope so that no water can infiltrate the new roof assembly or the existing assembly at tie-in point C. At beginning of next day's work, remove tie-ins and deadman fillers. 3.9 FLASHINGS: A. General 1. Install top flashing ply so that selvedge is vertical and laps are one roll-width apart. a. EXCEPTION: On curbs less than eight feet per side, top membrane ply may be installed horizontally, with side-laps only at corners. 2. Strip-in base flashing laps with 3-course application of elastomer and membr,nne. 3. Immediately embed loose minerals sufficient to completely hide exposed asphalt,or paint with approved aluminum after asphalt has completely cured. 4. Securely fasten base flashings eight inches o. c. B. Parapets and Walls 1. Mop bottom flashing ply beginning on roof six in. from cant up to top of parapet;on parapets above 12-in., terminate ply six in. above cant. 2. Mop top flashing ply beginning on roof four-in. beyond bottom ply and continuing up cant to a point even with bottom ply. 3. On parapets higher than 12-in., fasten termination bar six in. 0. C. over top edge of flashing plies; where applicable, adhere wall flashing plies starting at exterior side of parapet, three in. below top, then down onto and four in. below termination bar. 4. On parapets lower than 12-in.and walls not having reglets,install termination bar over top of base flashing at top of wall; fasten six in. o. c.; coping cleat may be used as termination bar,where applicable;apply sealant tape between 0751542 r 7152 flashing and termination bar/cleat. 5. On walls with reglets, install receiver and counterflashing per NBCA guidelines. C. Coping and Wall Panel Installation 1. Install continuous cleats on inner and outer vertical surfaces of parapet, 2. In areas where wall panels are to be installed, wrap wall in sheathing membrane, completely covering exposed substrate; seal laps. 3. Install wall-panel hat channels near top and bottom of wall per panel manufacturer's guidelines, 4. Adhere insulation boards between wall and metal panels,where opposite side of wall is occupied building space. 5. Install wall panels onto hat channels or plywood per manufacturer's guidelines; bottom hat channel may be used to fasten top of base flashing; lower panel edges shall extend four inches below top of base flashing, and approximately six inches above roof surface. 6. Install coping, cover plates and ancillary components per manufacturer's guidelines; do not install fasteners through coping; attach coping via dual- cleat system. 7. Unless precluded by manufacturer?s guidelines,adhere three-in.wide coping joint tape,centered on joint, per tape manufacturer?s guidelines. 8. Install cover-plates over joints; apply beads of sealant inside both edges parallel to joint. 9. Ensure good water shed performance prior to completion. D. Pitch Pans (for conduit and other penetrations): 1. Install wood blocking, as required. 2. Clean surface of dirt, moisture,etc.; apply primer. 3. Install roofing system onto wood blocking or prepared substrate. 4. Fabricate pitch pans. a. Sides shall be four inches high, minimum. b. Allow a minimum of two inches between projection and sides of pan. C. Hem pan to outside. d. Form continuous four-inch flange around base of pan. 5. Pack gap in deck with compressible insulation. 6. Prime metal with clear primer and roof surfaces with asphalt primer. 7. Nail flange to blocking, 3 inches o. c., staggered. 8. Install two flashing plies onto flange; extend bottom ply four-in. beyond flange; top ply shall extend six in. beyond bottom ply. 9. Seal juncture of horizontal and vertical surfaces using elastomer. 10. Fill pan to within ?-inch of top with non-shrink grout; allow to cure. 11. Fill remainder with elastomer flush with top of pan. 12. Install 22-gauge cap flashing or umbrella over detail. E. Plumbing Vent Stacks 07515-13 7152 1. Wedge vent pipe tight against deck. 2. Install wood blocking/tapered edge strip, as required. 3. Install roofing system onto blocking/substrate. 4. Apply?-in.layer of elastomer to surface within eight in.radius of projection. 5. Fabricate and install a lead jack vent flashing with four in. flange, min.; neatly dress flange with wood block or mallet. a. Pipe outside diameter greater than two in.-Bend lead inside pipe one in., minimum, with pliers or rubber/plastic mallet; replace damaged lead. b. Pipe outside diameter two-in. or less-Cut lead at vent top; fabricate and install lead cap;fit cap down over pipe two in.without restricting air flow. 6. Prime flange using asphalt primer and apply two flashing plies onto flange; bottom ply shall extend four in. beyond flange; top ply shall extend three in. beyond bottom ply. 7. Seal base of stack using elastomer. no F. Edge Flashings 1. Install roofing plies six in. beyond outer edge of wood blocking, then mop back- using hot asphalt-onto completed roof membrane as an "envelope". 2. Install continuous cleat along vertical surface of roof edge per SMACNA guidelines. 3. Apply bed of elastomer along horizontal edge prior to installation of metal edge. 4. Install metal edge: a. Mechanically fasten flange three inches o. c., staggered; clip bottom edge onto cleat. b. Apply ?-in. bed of elastomer between metal surfaces at end laps. C. Install coping joint tape, centered on joint, per tape manufacturer?s guidelines. d. Install cover plates over joints. 5. Prime metal surface. 6. Install two-ply flashing a. Mop bottom flashing ply,min. six in. wide, centered on inside edge. b. Mop top flashing ply, min. twelve in. wide, centered on bottom ply; allow hot asphalt to bleed out continuously along inside edge (roof membrane side). C. Apply bead of elastomer to outer edge of flashing ply. G. Scuppers 1. Install roofing plies to roof edge and through scupper opening. 2. Apply?-in. bed of elastomer on roof surface prior to installation of scupper. 3. Install scupper body;mechanically fasten flange three inches o.c.,staggered. 4. Prime metal surface. 5. Install two-ply flashing 07515-14 7152 a. Mop bottom flashing ply, min. six in. wide,centered on inside edge. b. Mop top flashing ply, min. twelve in. wide, centered on bottom ply; allow hot asphalt to bleed out continuously along inside edge (roof membrane side). F.. Drains I Seal lead flange with two flashing plies embedded between layers of hot asphalt. 2. Extend first ply three inches beyond flange onto adjacent roofing. 3. Extend top ply six inches beyond bottom ply; remove wrinkles and voids. 3.10 INSTALLATION OF DRAINS A. Cut openings in roof to fit drain bowl and install drain assembly to plumbing. B. Repair defective decking, insulation or adjacent materials with approval of Owner or Specifier; use non-shrink grout, as needed, to level bowl in opening. C. Install tapered edge strip around drain to create a 4'X 4'sump;miter comers;seal toe of tapered edge to drain rim with reinforcing membrane embedded between alternate courses of asphalt mastic. D. Install roofing system into sump and onto drain rim. E. Apply ?-in. layer of elastomer to surface receiving lead. F. Set lead flashing in elastomer;center on drain;extend lead six in. beyond drain rim; neatly dress with wood block; tap lightly with mallet to ensure good adhesion to underlying surfaces. P0 G. Join clamping ring to drain bowl;apply?-in. of elastomer between two components. H. Neatly cut lead inside clamping ring and remove excess; using rubber mallet,lightly tap lead edges down inside drain bowl. 1. Prime lead with asphalt primer. J. Seal lead flange per 3.09, H. K. Seal/plug drain to prevent water entry until plumbing is completed. L. Complete plumbing connection and un-seal drain prior to rainfall. M. Installation shall conform to local/state codes and regulations. 07515-15 we 7152 so 3.11 SURFACING TREATMENT so A. Following Pre-Final Inspection, repair defects and clean surface of dirt &debris. B. FIELD OF ROOF OR 1. Cover exposed asphalt with emulsion at a rate of three-gallons/square. 2. Immediately embed loose mineral granules so that asphalt is hidden by a continuous covering of embedded minerals. C. BASE&WALL FLASHINGS 1. Coat exposed asphalt with either emulsion and minerals or reflective coating, as approved by Major Manufacturer. 2. Leave no exposed, un-coated asphalt. an 3.12 ADJUSTING AND CLEANING A. Repair of Deficiencies: Correct deficiencies noted during Pre-final Inspection, and make ready for Final Inspection within five working days. B. Clean-Up 1. Immediately upon job completion, clean roof area of debris, 2. Clean walls,equipment and other surfaces of stains resulting from roof work. END OF SECTION 07515-16 7152 P0 SECTION 07605 - FLASHING AND SHEET METAL FABRICATIONS PART I - GENERAL r 1.1 SUMMARY A. Section Includes, but is not limited to: P1 1. Prefinished sheet metal coping, flashing and trim exposed to view. 2. Prefinished sheet metal scuppers, leaders, gutters and downspouts. 3. Galvanized sheet metal flashing and trim not exposed to view. P1 4. Fasteners and attachment devices. 5. Coatings and slip sheets to isolate sheet metal from dissimilar materials. B. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Rough Carpentry: Division 6. 3. Modified Bitumen Roofing System : Elsewhere in Division 7. 4. Roof Specialties and Accessories: Elsewhere in Division 7. 5. Joint Sealers: Elsewhere in Division 7. 6. Mechanical: Division 15. 7. Electrical: Division 16. 1.2 SUBMITTALS A. Product Data: Manufacturer's technical information and installation instructions, in sufficient detail to demonstrate products comply with contract documents. B. Shop Drawings: Detailed drawings clearly indicating component profiles,joints, transitions, fastening methods,and relationship of flashing materials to adjacent construction. C. Provide additional data and/or samples as required by the Contracting Officer. 1.3 QUALITY ASSURANCE A. Installer: A company familiar with installing products included in this section and which has completed at least 20 installations similar in scope to work included in this section. 07605-1 7152 B. Quality Standard: Fabricate and install sheet metal work in accordance with Sheet Metal and Air Conditioning Contractors' National Association, Inc. (SMACNA) "Architectural Sheet Metal Manual" Fifth Edition, unless specifically indicated otherwise. 1.4 REMEDIAL CONSTRUCTION WORK A. New construction materials and other work of this section includes necessary work resulting from demolition and removal activities,the infilling and finishing of existing openings and/or openings created by demolition work,and the proper preparation of existing surfaces and/or substrates to receive work under this section which is necessary to produce the completed finish construction configuration, B. Refer to "Selective Construction Demolition" specified in Division 2 for additional project requirements. PART 2 - PRODUCTS 09 2.1 PREFINISHED STEEL MATERIAL W4 A. Provide preformed and prefinished manufactured panels for fascia and soffit panels and for equipment screens with all necessary accessory items, for both new construction and remedial work on existing systems. an 1. Provide panel thickness recommended by the manufacturer for the application, but not less than 24 gage. 2. Provide preformed and prefinished manufactured panels with profile, pattern,sizes and configuration to match similar installation locations on the existing building and existing equipment screens. B. Provide prefinished sheet material for fabrication of indicated and/or necessary accessory items,copings,fascia panels, flashings, trim,gutters,scuppers,leader heads, gutters and downspouts. 1. Provide panel thickness recommended by the manufacturer for the fabrication application,but not less than 20 gage. 2. Provide 18 gage color matching prefinished sheet material for fabrication of the scuppers, leader heads and downspout assemblies. C. Fluoropolymer Finish: 07605-2 r 7152 1. Pretreatment: Caustic etch and conversion coating, each followed by water rinse. 2. Primer: Manufacturer's standard corrosion inhibiting wash coat. 3. Finish coat: 70 percent "Kynar 500" or "Hylar 5000" resin finish coat, minimum 0.8 mil (0.02 mm) thick; bake to cure. 4. Color: Finish color shall match that of similar prefinished metal on the existing building and/orequipment screens,whether that color is included in the selected manufacturer's standard available colors or not. 2.2 GALVANIZED STEEL SHEET A. Galvanized Steel Sheet: ASTM A 653/A 653/M-96 and A 924/A 924/M96a, P1 commercial quality, G90 hot-dip galvanized. 1. Minimum thickness: 24 gage(0.0239 inch)(0.607 mm)unless indicated otherwise. 2.3 ACCESSORY MATERIALS A. Sheet Metal Fasteners: Corrosion-resistant metal material compatible with the material being fastened, or other material recommended by sheet metal r. manufacturer. Match finish and color of exposed fastener heads to finish and color of sheet material being fastened. B. Sealant: As specified elsewhere in Division 7. 1. Use noncuring type for concealed joints. 2. Use nonsag elastomeric type for exposed joints, C. Bituminous Coating: Heavy bodied, sulfur-free, asphalt-based paint; FS TT-C-494. 2.4 FABRICATION - GENERAL A. Form sheet metal to match profiles indicated,substantially free from oil-canning, fish-mouths, and other defects. B. Comply with SMACNA "Architectural Sheet Metal Manual" for applications indicated. C. Provide for thermal expansion of exposed sheet metal work exceeding 15 feet (4.56 m) running length. 07605-3 7152 1. Flashing and trim: Provide movement joints at maximum spacing of 10 feet (3.05 m); no joints allowed within 2 feet (0.608 m) of corner or intersection. 2. Cover joints in continuous copings and similar fabrications with matching plates 4" wide with two continuous strips of sealant each side of joint. D. Conceal fasteners and expansion provisions wherever possible. 1. Exposed fasteners are not allowed on faces of sheet metal exposed to public view. E. Form a 1/2-inch (13 mm) hem on underside of exposed edges. F. Fabricate cleats and attachment devices from same material as sheet metal component being anchored or from compatible, noncorrosive metal recommended by sheet metal manufacturer. I. Gage: As recommended by SMACNA or metal manufacturer for application, but in no case less than gage of metal being secured. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions under which products of this section are to be installed and verify that work may properly commence. Do not proceed with the work until unsatisfactory conditions have been fully resolved. I Verify that nailers, blocking, and other attachment provisions for sheet metal work are properly located and securely fastened to resist effects of wind and thermal stresses. 3.2 PREPARATION A. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. B. Isolate dissimilar metals by means of a heavy bituminous coating,approved paint coating,adhered polyethylene sheet,or other means approved by the Contracting Officer. 3.3 FABRICATED JOINTS no 07605-4 7152 A. General: Comply with sheet metal manufacturer's installation methods and PP recommendations in the SMACNA "Architectural Sheet Metal Manual." B. Sealed Joints: Form minimum 1-inch(25 mm) hooked joints and embed flange into sealant or adhesive. Form metal to completely conceal sealant or adhesive. 1. Moving joints: When ambient temperature is moderate (40-70 degrees F)(4-20 degrees Celsius)at time of installation,set joined members for 50 percent movement either way. Adjust setting position of joined members proportionally for temperatures above 70 degrees F(20 degrees Celsius). Do not install sealant at temperatures below 40 degrees F (4 degrees Celsius). Refer to section on sealants elsewhere in Division 7 for handling and installation requirements for joint sealers. C. Soldered Joints: Typically provide full soldered joints for galvanized metal fabrications. Clean surfaces to be soldered, removing oils and foreign matter. Properly tin each surface to be joined and complete the soldered joint. 3.4 FABRICATED LEADERHEADS AND DOWNSPOUTS A. General: Fabricate leaderheads to match existing sizes and configurations, and similar to figures 1-27A and 1-30B in the SMACNA "Architectural Sheet Metal Manual." Fabricate downspouts in longest lengths possible,similar to SMACNA figures 1-33,Detail-2 and 1-32B,and join downspout ends with inside lap joints r without coverplates. 1. Anchor downspouts to building face with 3" wide x 20 gage matching sheet metal straps at top and bottom of downspout and at 5'on center maximum in between. Hem all edges of anchor straps. Provide suitable fasteners to building face according to substrate involved,two per anchor strap. 3.5 CLEANING AND PROTECTION A. Repair or replace work which is damaged or defaced, as directed by the Contracting Officer. B. Remove from sheet metal surfaces any debris or substances which will inhibit uniform weathering. C. Protect sheet metal work as recommended by the installer so that completed work will be clean, secured, and without damage at substantial completion. END OF SECTION r 07605-5 7 7152 P0 SECTION 07700 - ROOF SPECIALTIES AND ACCESSORIES PART I - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: I Manufactured roof hatch. 2. Manufactured roof curb. B. Related Sections Include,but not limited to: 1. Selective Construction Demolition: Division 2. 2. Structural Steel: Division 5. 3. Steel Roof deck: Division 5. 4. Metal Fabrications: Division 5. 5. Rough Carpentry: Division 6. 6. Modified Bitumen Roofing System: Elsewhere in Division 7, 7. Flashing and Sheetmetal: Elsewhere in Division 7. 8. Joint Sealers: Elsewhere in Division 7. 9. Mechanical: Division 15. 10. Electrical: Division 16. 1.2 REFERENCES A. NRCA Roofing and Waterproofing Manual, Fourth Edition, National Roofing Contractor's Association, 1996, B. Architectural Sheet Metal Manual; Sheet Metal and Air Conditioning Contractors' National Association, Inc. (SMACNA); 1993. 1.3 PERFORMANCE REQUIREMENTS A. Structural Requirements: Design and install work of this section, including attachment to the structure, to safely withstand dead load and live loads prescribed by the governing building code. B. Environmental Requirements: Provide for expansion and contraction of system pa components due to air temperature and solar heat gain. Provide systems which will accommodate movement due to temperature change without buckling, failure of 07700-1 7152 seals, undue stress on structural elements, reduction of performance, or other detrimental effects. 1. Anticipated air temperature range: 20 degrees F, to 120 degrees F. 1.4 SUBMITTALS A. Product Data: Manufacturer's specifications, standard details, and installation recommendations. B. Shop Drawings: Submit edited product data or shop drawings, or a combination thereof,as required to accurately describe products to be provided. Show elevations, field measurements, reinforcement, anchorages, expansion provisions, installation accessories, and detail sections of composite members. 1. Manufactured curbs: Indicate sizes and weights of equipment to be supported. Provide engineering calculations, test results on standard curb units, or engineering data to substantiate that curbs can support equipment safely. C. Coordinate dimensional locations of structural support framing for both new construction and existing roof areas,with the size and configuration of roof curbs and accessories provided. As a part of the submittal data, provide written confirmation that this required coordination has been accomplished for sizes and quantities of roof curbs and accessories. D. Provide additional data and/or samples as required by the Architect. PART 2 - PRODUCTS 2.1 MATERIALS A. Aluminum Sheet: ASTM B 209; alloy and temper to suit specified finishes. B. Steel Sheet: ASTM A 570. C. Galvanized Steel Sheet: ASTM A 526 or A 527, minimum G90 coating. D. Hot-Dip Galvanizing (fabricated products and hardware): ASTM A 123. E. Fasteners: NEW no 07700-2 ■4 IP 7152 1. For attachment of roof accessories to supporting structure: Hot-dip galvanized zinc plated or cadmium plated steel, or stainless steel. 2. For steel and galvanized steel: Hot-dip galvanized steel. F. Steel for Structural Supports and Reinforcements: ASTM A 36, hot-dip galvanized after fabrication in accordance with ASTM A 123. G. Isolation Coatings: 1. Zinc molybdate alkyd primer: FS TT-P-645. 2. Bituminous coating: FS TT-C-494,Type R. 2.2 MANUFACTURED ROOF HATCH A. Manufacturer: Products of the following manufacturers,provided they comply with P0 requirements of the contract documents,will be among those considered acceptable: 1. The Bilco Company. 2. Milcor/Lima Register. B. Roof Hatch: Single leaf type for ladder access. 1. Basis of Design: Type "S", The Bilco Company. 2. Single leaf: 2'-6" by Y-0". 3. Metal cover: Galvanized sheet steel, mill phosphatized to receive paint finish; 14 gage outside face,rigid insulation I inch thick,22 gage inner liner; fully welded and reinforced for rigidity. 4. Curb: Provide fully welded units with a minimum height of 12" above the highest surrounding roof membrane. a. Fabricate with same material and thickness used for cover top. b. Insulation:Manufacturer's standard,minimum I inch thick,protected by metal liner of same material and thickness used for inner liner of cover. C. Slope bottom edge of curb to match slope of roof deck, so top is level when installed. 5. Weatherstripping seal: Continuous extruded neoprene, EPDM, or vinyl gasket. 6. Hardware: Manufacturer's standard corrosion-resistant metal, to include: a. Latch mechanism with inside and outside plastic covered handles. b. Hinges. C. Damped lift mechanism. d. Hold-open arm, set to hold cover at 90 degrees, with detent release. 1W e. Hasp for padlock. 07700-3 7152 C. Accessories: Provide extendable safety post equal to Bilco"Ladder-Up"safety post, located and installed according to manufacturer's printed instructions. 2.3 MANUFACTURED ROOF CURB A. Manufacturer: Products of the following manufacturers,provided they comply with requirements of the contract documents,will be among those considered acceptable: 1. ThyCurb Fabricating Division/Thybar Corporation. 2. The Pate Company. 3. Custom Curb, Inc. so B. Roof Penetration and Equipment Support Curbs: Fabricate from galvanized steel sheet,minimum 18 gage,with seams fully welded,ground smooth,and painted with am zinc-rich primer. Engineer units to support superimposed loads. Provide units with the following characteristics and equal in design to ThyCurb Fabricating Division/Thybar Corporation (Model TC-3). 1. Style: Vertical curb face surfaces. 2. Insulation: Provide noncombustible rigid insulation,minimum 1-1/2 inches thick, secured to inside face of curbs. 3. Slope bottom edges to match slope of roof deck so that top is level when installed. 4. Nailers: Provide on top of curb units, fabricated from softwood lumber preservative-treated by the pressure process in accordance with AWPB LP-2. 5. Provide units of heights indicated; where height is not indicated, provide units of a minimum height of 8" above the highest surrounding roof membrane. 6. Curbs for mechanical units: Provide minimum 20 gage galvanized steel cap over areas not weatherproofed by mechanical units. Where unsupported cap dimension exceeds 8 inches, provide minimum 3/4 inch exterior grade plywood support or formed metal framing capable of supporting 200 pound concentrated load at any point. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that substrates and openings are rigidly set, at proper lines and elevation, properly sized, and ready to receive units. B. Do not proceed with installation until conditions detrimental to proper installation have been corrected. C. Coordinate installation with roofing work and other adjacent elements of building envelope to ensure watertight construction. 07700-4 7152 3.2 PREPARATION A. Coat contact surfaces of dissimilar metals with one or more coats of isolation coating. I The following metals are not considered dissimilar: aluminum, stainless steel, cadmium, and zinc. B. Apply one 15-mil dry film thickness coat of bituminous isolation coating to metal surfaces other than galvanized steel which will be in contact with cementitious materials. 3.3 MANUFACTURED ROOF ACCESSORIES A. General: Comply with manufacturer's instructions and recommendations. Coordinate with installation of roof deck, opening supports, and other substrates to receive accessory units, and with roof insulation, roofing and flashing; as necessary to ensure that each element of the work performs properly, and that combined elements are waterproof and weathertight. Anchor units by welding securely to • supporting structural members,adequate to withstand lateral and thermal stresses as well as inward and outward loading pressures. Roof deck shall lap over base flanges of roof curb and be tack welded to flanges. B. Install roof mounted curbs directly to structural framing support. The metal roof deck shall extend over the base flanges of the prefabricated roof units and otherwise be secured and supported as detailed. I. Except as otherwise required,install roof accessory items in accordance with construction details of"NRCA Roofing and Waterproofing Manual" Fourth Edition. 2. Provide all blocking,steel support angels,and treated wood nailers necessary for complete installation. 3.4 INSTALLATION A. Install roof accessory products sitting firmly on and anchored to structural framing supports with the roof deck lapped over the unit's bottom flange and tack welded. All installations shall be in accordance with manufacturer's instructions, except where more stringent requirements are indicated or specified, and except where project conditions require extra precautions or provisions to ensure satisfactory performance of the work. B. Install products in correct location, plumb, level and true, without warp or twist. C. Pack any shim spaces with batt insulation. 07700-5 7152 3.5 CLEANING AND PROTECTION A. Remove protective material from prefinished surfaces immediately after installation. B. Wash exposed surfaces using mild detergent; thoroughly clean inside comers. C Touch up marred or abraded areas of finished elements. If satisfactory touch-up cannot be accomplished, remove and replace element. END OF SECTION M" =4 all 07700-6 r 7152 1 SECTION 07900 - JOINT SEALERS ON PART I - GENERAL ps 1.1 SUMMARY 1■ A. Section Includes, but is not limited to: I The sealing of joints related to new construction work, indicated on schedule at the end of this section, including: a. Paving and concrete flatwork. b. Wall joints. C. Joints around perimeter of frames. d. Masonry control joints e. Joints between counter tops and walls. f. Control joints in gypsum wallboard. 9. Joints in floors. 2. The sealing of joints in existing construction,indicated on schedule at the end of this section, including: a. Penetrations through exterior walls and roofs by work under this contract. b. Resealing of existing exterior wail penetrations. C. Existing paving joints between concrete flatwork and back of curbs, and between concrete flatwork and building perimeter. 3. The sealing of other joints and conditions indicated on drawings. B. Joints of a nature similar to that of joints indicated on the schedule shall be sealed with same sealer,whether specifically indicated on drawings to be sealed or not. C. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Asphalt Concrete Paving: Division 2. 3. Portland Cement Concrete Paving: Division 2. 4. Unit Masonry: Division 4. 5. Firestopping and Smokestopping: Elsewhere in Division 7. 6. Steel Doors and Frames: Division 8. 7. Glass and Glazing: Division 8. 8. Tile: Division 9. 9. Gypsum Drywall: Division 9. 10. Resilient Flooring: Division 9. 11. Mechanical: Division 15. r 07900-1 MR 7152 am 12. Electrical: Division 16. MR 1.2 DEFINITIONS A. Substrates: an 1. M-type substrates: Concrete, concrete masonry units, brick, mortar, natural stone. The term "masonry" means brick, stone, and concrue masonry work. 2. G-type substrates: Glass and transparent plastic glazing sheets. 3. A-type substrates: Metals, porcelain, glazed tile, and smooth plastics, 4. 0-type substrates: Wood, unglazed tile; substrates not included under other categories. MR 1.3 SUBMITTALS 04 A. Product Data: Manufacturer's data on each joint sealer, with instructions for substrate preparation and installation. B. Samples for Color Verification: Cured samples of each color of each product used, prepared to simulate actual joints minimum 6 inches (150 mm) long; use substrates similar in appearance to actual substrates. (Products exposed to view only.) 1. Provide sealant materials to be installed in masonry mock-up panel. C. Installer's Preconstruction Inspection Report: List all conditions detrimental to performance of joint sealer work. D. Provide additional data and/or sawles as required by the Architect. 1.4 QUALITY ASSURANCE A. Installer Qualifications: 1. Execution of at least 50 sealer installations of similar size and scope. 2. Similar installations completed within 2 years before start of this project. 3. Lead mechanic assigned from among those experienced on previous similar projects. B. Field Installation Tests: Before installation, test the adhesion of all sealers to actual substrates. 07900-2 7152 I Seal at least 5-foot (1525 mm) lengths of joints and cure properly. Try to pull sealer out of joint by hand, by method recommended by sealer manufacturer. 2. Select test joints representative of joints to be sealed by the product to be tested. 3. Perform tests for each type of sealer used on exterior. 4. Do tests in the presence of the Architect and the technical representative of sealer manufacturer. 5. Report acceptable results only. C. Mock-ups: Before beginning installation, install sealers in joints in actual construction as directed by the Architect, to show color, materials, and installation. Keep mock-ups intact as the standard for evaluating the completed work. 1. Coordinate sealant mock-up installation with Unit Masonry mock-up r specified in Division 4. 1.5 DELIVERY, STORAGE, AND HANDLING 10 A. Deliver materials in original containers or bundles with labels showing manufacturer, product name or designation, color, shelf life, and installation instructions. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Do not install sealers if any of the following conditions exist: 1. Air or substrate temperature exceeds the range recommended by sealer manufacturer or is below 40 degrees F(4.4 degrees C). 1 Substrate is wet, damp, or covered with snow, ice, or frost. B. Dimensional Limitations: Do not install sealers if joint dimensions are less than or greater than that recommended by sealer manufacturer; notify the Architect and get sealer manufacturer's recommendations for alternative procedures. 1.7 COORDINATION A. Coordinate work of this section with "Selective Construction Demolition" specified in Division 2, and "Concrete Patching" specified in Division 3 for preparation of joints in concrete floor substrate necessary to produce the proper substrate for applied finishes, and the project's completed construction configuration. r 07900-3 7152 1.8 WARRANTY A. Submit a written warranty signed by installer guaranteeing to correct failures in sealer work that occur within 5 years after substantial completion, without reducing or otherwise limiting any other rights to correction which the owner may have under the contract documents. Failure is defined as failure to remain weathertight due to faulty materials or workmanship. Correction is limited to replacement of sealers. PART 2 - PRODUCTS 2.1 MATERIALS - GENERAL A. General: Provide only products which are recommended and approved by their manufacturer for the specific use to which they are put and which comply with all requirements of the contract documents. 1. For each generic product, use only materia!s from one manufacturer. 2. Provide only materials which are compatible with each other and with joint substrates. 3. Colors of exposed sealers: As selected by the Architect from manufacturer's standard colors. 2.2 FLOOR JOINT SEALANT A. At all interior concrete floor stabs scheduled to be covered with finish flooring material, and for replacement of existing sealant joints in quarry the floor, provide sealant infill material equal to Sonneborn"Epolith-P"or"Epolith-G"at the contractor's option. Completely fill the full depth of the floor joints,and fill all natural surface cracks 1/8" or wider to approximately one inch (I") deep. B. Properly remove existing materials,clean out, dry and prepare joints for sealant installation. C. Finish all sealant floor joints filled flush with floor surface. 2.3 ELASTOMERIC SEALANTS A. Elastomeric Sealants-General: Chemically curing clastomeric sealants of types indicated, complying with ASTM C 920, including specific Type,Grade,Class, and Uses indicated, as well as all other requirements specified. I Where movement capability exceeding that measured by ASTM C 920 is specified, sealant shall withstand the total movement indicated while 07900-4 • 7152 remaining in compliance with the other requirements specified, when tested in accord with ASTM C 719,with base joint width measured at the time of application. 2. For M-type substrates: Comply with requirements for Use M. pa 3. For G-type substrates: Comply with requirements for Use G. 4. For A-type substrates: Comply with requirements for Use A. 5. For O-type substrates: Comply with requirements for Use M(minimum) and Use 0 for the particular substrate. B. One-Part Nonsag Low-Modulus Urethane Sealant: Type S,Grade NS,Class 25, Use NT, plus movement capability of 50 percent in both extension and compression. C. One-Part Pourable Urethane Sealant: Type S, Grade P, Class 25, Use T. 2.4 SOLVENT-RELEASE-CURING SEALANTS A. Acrylic Sealant: Nonsag, one-part, solvent-release-curing; complying with ASTM C 920, Type S, Grade NS, Use NT, with the following exceptions: 1. Weight loss: 15 percent, maximum. 2. Movement capability: 12-1/2 percent in both extension and compression, minimum. B. Butyl Sealant: Nonsag, one part, solvent-release-curing; complying with FS A-A-272, Type III; nonstaining; paintable. 2.5 NONCURING SEALERS A. Butyl Polyisobutylene Sealant: Noncuring, nondrying, solvent-release; complying with 809.2, as described in AAMA 800. 2.6 SEALANT BACKERS A. General: Nonstaining; recommended or approved by sealant manufacturer for rspecific use. B. Backer Rods: Flexible, nonabsorbent, compressible polyurethane foam, either open-cell or non-gassing closed-cell, unless otherwise restricted by sealant manufacturer; preformed to appropriate size and shape. 1W 2.7 MISCELLANEOUS MATERIALS A. Primers: As recommended by sealer manufacturer, r 07900-5 in 7152 an B. Cleaners: As recommended by sealer manufacturer and not damaging to substrates. C. Masking Tape: Nonabsorbent, nonstaining. D. Tooling Agents: Approved by sealant manufacturer; nonstaining to sealant and substrate. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints for characteristics that may affect sealer performance, including configuration and dimensions. B. Do not begin joint sealer work until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Cleaning: Just before starting sealer installation,clean out joints in accord with recommendations of sealer manufacturers and as follows: 1. Remove all material that could impair adhesion, including dust, dirt, coatings, paint, oil, and grease. Exception: Materials tested to show acceptable adhesion and compatibility. 2. Dry out damp and wet substrates thoroughly. 3. Clean M-type and O-type substrates by suitable mechanical or chemical methods, 4. Remove loose particles by vacuuming or by blowing with oil-free compressed air. 5. Concrete: Remove laitance and form-release coatings. 6. Clean A-type and G-type substrates by chemical or other methods which oil will not damage the substrate. 7. Use methods which will not leave residues that will impair adhesion. B. Priming: Prime substrates as recommended by sealer manufacturer. C. Masking Tape: Use masking tape to keep primers and sealers off of adjacent surfaces which would be damaged by contact or by cleanup. Remove tape as soon as practical. D. Install fillers where needed to provide proper joint depth or support for sealant backers. 07900-6 MR 7152 3.3 INSTALLATION rA. Comply with sealer manufacturers' installation instructions and recommendations,except where more restrictive requirements are specified. B. Gunnable and Pourable Sealants: Comply with recommendations of ASTM C 1193. po C. Backers: 1. Install backers at depth required to result in shape and depth of installed sealant which allows the most joint movement without failure. a. Except where floor and paving joints are indicated as full sealant filled, provide backer material set at proper depth in all sealant joints. b. Make backers continuous, without gaps, tears, or punctures. 1W C. Do not stretch or twist backers. 2. If backers become wet or damp before installation of sealant, dry out thoroughly before proceeding. D. Sealants: Use methods recommended by manufacturer;completely fill the joint; make full contact with bond surfaces; tool nonsag sealants to smooth surface eliminating air pockets. 1. Use concave joint shape shown in Figure 5A in ASTM C 1193,where not otherwise indicated. 2. Use flush joint shape shown in Figure 5B in ASTM C 1193, where indicated. 3.4 PROTECTION AND CLEANING A. Clean surfaces adjacent to joints as work progresses and before sealants set using methods and materials approved by manufacturers of sealers and of surfaces to • be cleaned. B. Protect joint sealers from contamination and damage. C. Remove and replace damaged sealers. 3.5 SCHEDULE OF JOINT SEALERS A. General: Unless otherwise indicated,joints around perimeter of frames, where indicated to be sealed, are to be sealed using sealer specified for the substrate adjacent to the frame. 07900-7 7152 B. Exterior Joints for Which No Other Scaler Is Indicated: 1. Use one of the following sealants: a. One-part nonsag low-modulus urethane sealant. 2. Backer: Backer rod. 3. Joint shape: Concave joint configuration. C. Interior Joints for Which No Other Sealer Is Indicated: 1. Use one of the following sealants: a. Acrylic sealant. b. Butyl polyisobutylene sealant. 2. Backer: Backer rod. 3. Joint shape: Concave joint configuration. D. Exterior Joints Well Protected from Weather and Not Subject to Movement: 1. Use one of the following sealants: a. Butyl sealant. 2. Backer: Backer rod. E. Interior Floor Joints for both exposed joints and under applied floor finishes,less than 1-1/2 Percent Slope: 1. One-part pourable urethane sealant. 2. Backer: Backer rod. 3. Joint shape: Flush joint configuration. F. Joints around Pipes, Ducts, and Conduit Penetrating Exterior Walls and Roofs: 1. Use one of the following sealants: a. Same as used for adjacent substrates. END OF SECTION 07900-8 7152 SECTION 08110- STEEL DOORS AND FRAMES 1• PARTI - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: 1. Standard steel door frames. 2. Steel frames for fixed glass windows. 3. Standard steel doors. 4. Insulated steel doors. 5. Field modification and repair of existing steel frames for installation of new doors and/or hardware. 6. Field repair and modification of existing steel frames for installation of replacement base at each jamb of rust damaged existing door frames. B. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Unit Masonry: Division 4. 3. Wood Doors: Elsewhere in Division 8. 4. Finish Hardware: Elsewhere in Division 8. ip 5. Glass and glazing: Elsewhere in Division 8. 6. Gypsum Board Systems: Division 9. 7. Painting: Division 9. 1.2 SUBMITTALS A. Product Data: Submit manufacturer's printed product information indicating compliance with specified requirements. B. Shop Drawings: Submit drawings for fabrication and installation of steel doors and frames, including the following information: IP I Details of construction,joints, and connections. 2. Details of each frame type, including anchorage. 3. Details for replacement base at rust damaged existing door frames. 4. Elevations of each opening type. 5. Conditions at openings, including coordination with louvers, and glass and glazing requirements. 6. Location and installation requirements of door hardware and reinforcements. 08110-1 no 7152 7. Schedule of openings coordinated with numbering system used in contract documents. C. Quality Assurance Certification: Submit manufacturer's certification that products have been constructed and tested in full compliance with ANSI/SDI 100. As applicable, include test reports for core construction and reinforcing methods not specifically designated as acceptable by ANSI/SDI 100. D. After frame installation and inspection by the project's superintendant,the General Contractor shall submit a copy of the superintendant's inspection report and certification that all frames have been installed level,plumb,and in accordance with proper frame installation required in Part 3 of this Section. E. Provide additional data and/or samples as required by the Architect. 1.3 QUALITY ASSURANCE A. Quality Standard: Comply with SDI 100. B. Coordination: Transmit copy of final shop drawings to wood door manufacturer to allow prefitting of wood doors to steel frames. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver products in crates or cartons suitable for storage at the site. B. Replace items damaged in delivery, unless damage is minor and can be repaired to match intact items, as determined by architect. C. Store products under cover, raised above ground level, and stacked to prevent warping and to promote air circulation. 1. Prevent moisture from accumulating and remove saturated packaging before products can be damaged. 1.5 EXISTING FRAME DE-RUSTING AND PREPARATION FOR REFINISHING A. Field cleaning, de-rusting and preparation for field applied finish on existing metal doors and frames that remain as part of the completed project is a part of work specified in Division 9 section: Painting. B. Coordinate field modification of doors and/or frames under this section with refinishing work specified in Division 9 section: Painting. 08110-2 • 7152 1.6 EXISTING FRAME MODIFICATIONS PF A. Field modification of existing frames is included as a part of the work under this Section. Properly modify and/or reinforce existing metal frames as may be necessary for installation of new scheduled door and/or hardware, and close off any abandoned hardware preparations or holes with welded inserts. All modifications and repairs shall be field welded, filled, ground smooth and otherwise made to be not visible under specified finishes. I For smoothing and correcting minor damage and surface irregularities to otherwise sound metal of existing doors and frames to remain as a part of the completed project, provide two part epoxy auto body surface filler equal to "Bondo." B. As a part of the work under this Section,provide field modification of existing metal frames to include additions of vertical mullions within existing pair door openings to convert to single leaf openings with sidelights. I Securely anchor mullions to floor and weld to existing frame head. 2. Provide accessory fabricated metal anchor for base of sidelights. r. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Provide products complying with requirements of the contract documents and made by one of the following: 1. Republic Builders Products Division/DESCO. 2. Amweld Building Products, Inc. 3. Ceco Corp. 4. Curries Company. 5. Fenestra Corp. 6. Mesker Door Co. 2.2 MATERIALS f A. Steel Sheets, Hot-Rolled: ASTM A 569 and ASTM A 568, commercial quality, r pickled and oiled. B. Steel Sheets, Cold-Rolled: ASTM A 366 and ASTM A 568, commercial quality, matte finish exposed, oiled. r 08110-3 7152 C. Steel Sheets,Galvanized: ASTM A 526 and ASTM A 525,commercial quality,A60 zinc-iron or G60 zinc coating, mill phosphatized. D. Anchorages: Galvanized steel, minimum 18 gage (1.2 mm) E. Fasteners and Inserts: Units standard with manufacturer. 1. Exterior walls: ASTM A 153, hot-dip galvanized, Class C or D. F. Primer: Rust-inhibitive enamel, either air-drying or baking, suitable as a base for specified finish paints, complying with ANSI A224.1, "Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames." 2.3 FABRICATION A. General: Shop-fabricate assemblies to greatest extent possible,assuring that installed units will be without warp, twist,bow, or other defect in appearance or function. B. Exposed Door Faces: Fabricate from cold-rolled steel. C. Frames: Fabricate from cold-rolled or hot-rolled steel. D. Edge Channels, Stiffeners, and Reinforcement: Fabricate from cold-rolled or hot-rolled steel. E. Exterior Doors: Fabricate from hot-dip galvanized steel. F. Seal top and bottom edges integrally with door construction, or use minimum 16 gage (1.5 mm)channels to form flush closure. G. Exterior Frames: Fabricate from galvanized steel. H. Exposed Screws and Bolts: Where required, provide only countersunk, flat Phillips-head fasteners. I. Insulated Assemblies: At all exterior locations, provide insulating door and frame assemblies which have been tested in accordance with ASTM C 236 for thermal resistance. I. U-value: 0.24 BTU per hour per square foot per degree F, minimum, J. Hardware Preparation: Comply with DHI A115 series specifications for door and frame preparation, using final hardware schedule and templates from hardware supplier. 08110-4 7152 1. Reinforcement: Reinforce doors and frames for field-installed exposed hardware items. 2. Locations: Comply with final shop drawings. r K. Shop Painting: I. Preparation: Clean surfaces thoroughly before beginning painting operations, removing rust, scale, oil, grease, and other contaminants. 2. Primer: Apply primer evenly to achieve full protection of all exposed surfaces. PP 2.4 FIRE LABELED ASSEMBLIES A. At all locations where fire-rated assemblies are scheduled, provide door and frame assemblies which comply with NFPA 80 and have been tested and labeled in accordance with ASTM E 152 by agency acceptable to governing authorities. B. Provide fire-rated door and frame units with permanently attached metal identification labels. Adhesive attached decal type labels are not acceptable. 2.5 STEEL DOORS A. General: Fabricate steel doors in accordance with requirements of SDI 100. B. Interior: Grade H - Heavy-Duty, Model I - Full Flush (18 gage). C. Exterior Insulated: I Grade III - Extra Heavy-Duty, Model IA - Full Flush or with lights where indicated (14 gage). 2. Grade III- Extra Heavy-Duty,Model 3- Stile and Rail panel and with lights as indicated (14 gage). D. Fully coordinate leaf sizes and hardware preprations necessary for steel doors to be installed in existing frames. 2.6 STEEL DOOR ACCESSORIES A. Stops for Glazing and Louvers: Provide manufacturer's standard 20 gage channel profile stops, predrilled for installation with oval head screws. I Provide permanent fixed stops at outside of exterior units and removable stops at interior side. 08110-5 7152 2.7 STEEL FRAMES A. General: Fabricate steel frames for scheduled openings, in styles and profiles as shown, using concealed fasteners. 1. Minimum thickness: a. Interior: 16 gage (1.5 mm). b. Exterior: 14 gage (1.8 mm). 2. Corner Construction: Mitered and welded comers. 3. Reinforcing: Provide welded back-up plate reinforcing for all operating hardware. Coordinate template requirements with "Door Hardware" specified elsewhere in division 8. B. Door Silencers: Drill stops to receive silencers, except on frames scheduled for weatherstripping. 1. Provide 3 silencers on strike jambs of single-swing frames. 2. Provide 2 silencers on heads of frames for pairs of doors. C. Guards: Weld protective covers to back of hardware openings at locations where grout, plaster, or other wall construction materials may interfere with hardware operation. PART 3 -EXECUTION 3.1 EXISTING STEEL DOOR AND FRAME MODIFICATIONS A. Perform field modifications on existing steel frames to remain as part of the completed project as may be necessary for reinforcements and back-up plates for new hardware, and for closing of all abandoned frame openings. B. Provide proper sized metal filler plate material for frame patches, continuously welded to match the original frame's characteristics. Grind and dress all welded connections smooth. Do not use surface filler to infill holes. C. Fill all other metal imperfections that do not penetrate doors or frames with two part epoxy auto body filler material made specifically for metal applications. Apply filler according to manufacturer's printed instructions, and dress to a uniformly smooth surface. D. Sand the entire frame surface smooth after completion of patching and repair work and provide a full coat of rust inhibiting primer. Do not allow rust to appear on the modified frames prior to application of specified finishes. 08110-6 7152 3.2 INSTALLATION A. General: Install steel doors, frames, and accessories to comply with SDI specifications and manufacturer's recommendations. 1. Install door frames level, plumb, square and true to plane. 2. Comply with detailed installation requirements of final shop drawings. 3. Install fire-rated doors and frames with clearances specified in NFPA Standard No. 80. B. Frame Installation: 1. General: Adhere to provisions of SDI 105. 2. Place welded frames prior to construction of enclosing elements, braced securely to achieve plumb, planar installation. Remove braces after anchorages have achieved final set, leaving frames in smooth, undamaged condition. 3. Anchors: Provide a minimum of three (3) 18 gage base metal wall anchors per jamb, located at hinge and strike levels. 4. Anchors For Metal Stud Partitions: Attach wall anchors to stud framing with tapping screws. 5. Openings in Concrete Panels and Existing In-place Masonry: Fasten frames securely to concrete or masonry with recessed flat head expansion type machine screws anchors. C. Frame Installaction Inspection:The General Contractor's superintendant shall inspect and test each installed metal frame prior to completion of the wall assembly containing the frame, and provide a report certifying that each frame has been installed in accordance with the above requirements. 1. After review of the inspection report, the Architect will approve completion of the adjoining wall assemblies. D. Door Installation: Comply with requirements and clearances specified in SDI 100. 3.3 ADJUST AND CLEAN A. Prime Coat Touch-up: Immediately after erection, sand smooth any rusted or damaged areas of prime coat and spray-apply compatible air-drying primer. B. Final Operating Adjustments: Check hardware at all openings for proper operation of doors, making final corrections as required to assure that work of this section is complete and undamaged. 08110-7 7152 C. Dented or otherwise damaged frames may be repaired with epoxy auto body filler upon specific approval of the Architect. D. Distorted frames shall be removed and replaced with new units. E. Protect glazing from damage during subsequent construction operations. F. Final Adjustments: Check and readjust operating finish hardware items at all openings for proper operation of doors,making final corrections as required to assure that work of this section is complete and undamaged. Leaving steel doors and frames in complete, undamaged and proper operating condition. END OF SECTION 08110-8 7152 SECTION 08210 - SOLID CORE FLUSH WOOD DOORS PART I - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: I Solid core wood-faced doors, both standard and fire rated construction. 2. Factory-prefitting to existing and/or new construction frames and factory-premachining for hardware. 3. Wood glazing stops and preparation of flush doors to receive glazing specified elsewhere. 4. Temporary wood doors. B. Related Sections Include, but not limited to: 1. Architectural Woodwork: Division 6. 2. Steel Doors and Frames: Elsewhere in Division 8. 3. Stile and Rail Wood Doors: Elsewhere in Division 8. 4. Finish Hardware: Elsewhere in Division 8. 5. Glass and Glazing: Elsewhere in Division 8. 6. Painting: Division 9. 1.2 REFERENCES A. Architectural Woodwork Quality Standards; Architectural Woodwork Institute (AWI); 1994. B. How to Store,Handle,Finish,Install and Maintain Wood Doors;National Wood Window and Door Association (NWWDA); undated. 1.3 SUBMITTALS A. Coordination: Submittals for wood doors shall be fully coordinated with, and accompany submittals for Steel door frames. B. Product Data: Submit detailed technical information for each distinct product specified in this section. C. Shop Drawings: Prepare and submit shop drawings showing all relevant information, including: I Dimensions and location of each product specified. 2. Construction details for each distinct product type. 3. Dimensions and location of blocking for hardware. 08210-1 7152 D. Preinstallation Report: Submit report indicating compliance with examination requirements specified in "Part 3." E. Provide additional data and/or samples as required by the Architect. 1.4 QUALITY ASSURANCE A. Flush Doors: Comply with the following, hereinafter referred to as referenced standard(s): 1. "Architectural Woodwork Quality Standards, Guide Specifications and Quality Certification Program," including Section 1300, "Architectural Flush Doors," Architectural Woodwork Institute (AWI). B. Manufacturer: Member of AWI. C. Manufacturer: Obtain doors from a single manufacturer. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products as required to prevent damage or deterioration. Comply with manufacturer's recommendations, requirements of referenced standard, and recommendations of NWWDA I.S.1-A. B. Identify each door with individual opening numbers which correlate with designation system used on shop drawings for door, frames,and hardware,using temporary, removable or concealed markings. 64 1.6 PROJECT CONDITIONS A. Environmental Requirements: DL not deliver or install products of this section before building's design temperature and humidity levels have been achieved and will be maintained at those levels. on 1.7 WARRANTIES A. Manufacturer's Warranty: Submit a written warranty signed by the manufacturer guaranteeing to correct failures in products which occur within the warranty period indicated below, without reducing or otherwise limiting any other rights to correction which the Architect may have under the contract documents. Failures are defined to include faulty workmanship; stile, rail, or core show-through (telegraphing); and warp (including bow, cup, and twist). Correction may include repair or replacement. Correct failures which occur within the following warranty period(s) after substantial completion: 08210-2 r 7152 1. Warranty shall also include reinstallation which may be required due to repair or replacement of defective doors where defect was not apparent prior to hanging, and shall be in effect during following period of time after date of Substantial Completion. a. Life of installation. PART 2 - PRODUCTS 1P 2.1 SOLID CORE WOOD-FACED DOORS A. Manufacturers: 1. Products of the following manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: a. Algoma Hardwoods, Inc. b. Buell Door Co. C. Eggers Industries, d. Fenestra Corporation. e. Weyerhaeuser. B. Grade: Premium. C. Solid Core Wood-Faced Doors for Transparent Finish: 1. Faces: Veneers for transparent finish. a. Species: Red oak. 7 b. Cut: Plain sawn. 2. Stiles: Solid wood, same species as face veneers. 3. Finish: Transparent finish specified elsewhere. 4. Construction: 5 ply. 5. Core construction: SLC-5(Glued staved lumber core,five ply)bonded to stiles and rails, sanded. 6. Opening Framing and Wood Stops: Species to match door faces. r D. Solid Core Fire Rated Doors for Transparent Finish: • Where scheduled, provide doors which are identical to doors tested as part of fire-rated assemblies in accordance with requirements of ASTM E 152. 2. Acceptable testing and inspection agencies: Underwriters Laboratories Inc. 3. Provide doors with the same finish characteristics as for non rated doors. 08210-3 MR 7152 MR 4. Provide interior doors tested and labeled for the label type indicated on the door schedule. 5. Construction and components of fire rated doors shall not contain asbestos or other hazardous materials. 2.2 FIRE RATED DOORS A. Provide 20 minute label fire rated doors for installation in all corridor and exitway locations. 2.3 DOOR ACCESSORIES MR A. Stops for Glazing: Provide units of manufacturer's standard profile wood stops and trim finished to match door faces. 2.4 DOOR FABRICATION A. Doors: Fabricate to provide consistent clearance as indicated. 1. Hinge and lock edges: Provide standard(1/8-inch in 2 inches) (3 mm in 50 mm)bevel at edges, unless standard bevel would not precisely match hardware bevel; provide proper bevel for hardware. 2. Make neat mortises and cutouts for door hardware indicated. 3. Prefitting: Fabricate and trim doors to size at factory to coordinate with frame shop drawings and floor finishes as indicated in the finish schedule. 4. Premachining: Make all mortises and cutouts required for hardware at the factory to conform to approved hardware schedule, hardware templates, and door frame shop drawings. B. Face Veneers: Provide matching wood grain color and patterns for pair doors. C. Openings: Cut, frame, trim, and seal openings in doors at the factory. 2.5 TEMPORARY DOOR LEAFS A. Provide temporary door leafs for all openings necessary for temporary construction operations and/or security. Temporary doors shall be of suitable size and thickness the frame opening involved. 1. Permanent wood doors shall not be used for temporary construction operations or security, such as for secure store rooms or electrical equipment security. 2. Secure Architect's approval before installing permanent door units. 08210-4 7152 PART 3 - EXECUTION P1 3.1 EXAMINATION A. Inspect door frames and doors before beginning door installation. 1. Verify that frames are properly installed and aligned and are capable of providing trouble free support for doors throughout range of door swing. 2. Do not install doors in defective and/or misaligned frames. 3. Do not install damaged or defective doors. B. Submit written report describing examination that has been performed and any conditions not conforming to requirements. C. Correct unsatisfactory conditions before installing products of this section. Commencement of installation indicates acceptance of conditions. 3.2 INSTALLATION A. General: Install wood doors after other fabrication, framing and wall work is completed in the adjoining areas. Do not use finish wood doors as part of construction barriers, security closers or for other temporary use, B. Finish Hardware: Coordinate necessary hardware locations, proper clearances and operating functions before installing any finish hardware. I Coordinate dimensional locations for hardware preparation of doors to be installed into existing frames. C. Install doors only after the proper installation of frames has been verified. Doors shall be installed in accordance with manufacturer's recommended procedures and requirements of referenced standard. 1. Fire-rated doors: Comply with NFPA 80 requirements. D. Fitting of Doors: 1. Minimize field fitting to those procedures that are necessary to complete work unfinished during factory prefitting and to provide trouble free operation. 2. Accurately align and fit doors for trouble free operation throughout range of door swing. E. Clearances: Provide consistent and even margins on all four door edges. Listed below are maximum margins between doors and frames,minimum margins shall not be less than 2/3 of that listed. 1. Clearance between door edge and head: 1/8 inch. 08210-5 no 7152 2. Clearance between door edge and jamb: 1/8 inch. 3. Clearance between door bottom edge and top surface of threshold: 1/4 inch. 4. Clearance between door bottom edge and floor covering surface, finish or threshold: 1/4 inch. 5. Clearance between meeting edges at pairs of doors: 1/8 inch. 3.3 ADJUSTING A. Adjust doors for proper operation;coordinate with hardware adjustment;replace doors which cannot be properly adjusted. 1. Do not attempt to correct warped or otherwise defective doors by adjusting or manipulating hardware. 3.4 PROTECTION A. Protect doors as recommended by door manufacturer to ensure that wood doors will be without damage or deterioration at time of Substantial Completion. B. Provide suitable protections and coverings for doors to protect from physical damage and/or stains from traffic and/or other work in progress. Shield faces of doors during carpet or other flooring installation. C. It shall.not be the Contractor's option to provide cleaning, repair or other remedial work in lieu of the required protection. D. Where specifically allowed by the Architect,door finishes unavoidably damaged during installation may be restored, in a manner acceptable to the Architect; without sanding the face veneers too thin; and employing processes that results in the door showing no evidence of the restoration work. 1. If in the opinion of the Architect, restoration work and/or the refinished door cannot be made to satisfactorily match other doors, the door shall then be replaced at the contractor's expense. END OF SECTION 08210-6 7152 SECTION 08212 - STILE AND RAIL WOOD DOORS PART I - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: I Exterior opaque finished stile and rail wood doors with glass lights and wood panels. a. Provide doors for openings 100A, 101 B, 102B, 103B, 104B and 105B. 2. Exterior opaque finished fixed stile and rail wood side lights and wood panels. I a. Provide two side lights for openings 101B, 102B, 103B, 104B and 105B. 3. Provide opaque finished fixed transom panel with glass lights for door frame type I (opening 100A). 4. Shop priming stile and rail wood doors, transom panels and side lights. 5. Factory machining for hardware. 6. Coordinating doors with hardware preparation and modified existing frames. B. Related Sections include, but are not limited to: I Sealants: Elsewhere in Division 8. 2. Glazing Elsewhere in Division 8. 3. Painting: Division 9. 1.2 SUBMITTALS A. Product Data: For each type of door. Include details of construction and glazing. I Include factory-finishing specifications. B. Shop Drawings: Indicate location, size, and hand of each door; elevation of each kind of door; construction details and trim profiles, including those for stiles, rails and panels; glazing muntins and mullions; and other pertinent data. 1. Indicate dimensions and locations of mortises and holes for hardware. C. Samples for Verification: Corner sections of doors approximately 12 by 12 inches showing edges,faces,joinery,panel and material qualities of typical stile,rail,molding,and panel. Provide 12" long samples of glazing mullion and glass stop material. 08212-1 7152 D. Product data for paint primer. MR E. Provide additional data and/or samples as required by the Architect. 1.3 QUALITY ASSURANCE A. Source Limitations: Obtain stile and rail wood doors through one source from a single manufacturer. B. Quality Standard: Comply with the following standard: 1. NWWDA Quality Standard: NWWDA I.S.6, "Industry Standard for Wood Stile and Rail Doors." 1 AWI Quality Standard: AWI's "Architectural Woodwork Quality Standards" for grade of door, construction, finish, and other requirements. 1.4 DELIVERY, STORAGE, AND HANDLING A. Protect doors during transit, storage, and handling to prevent damage, soiling, and deterioration. Comply with requirements of referenced standard and manufacturer's written instructions. B. Mark each door with individual opening numbers used on Shop Drawings. Use removable tags or concealed markings. 1.5 PROJECT CONDITIONS • A. Environmental Limitations: Do not deliver or install doors until building is enclosed, wet-work and finish painting are complete. B. Leave existing doors in place and provide temporary doors for opening 100A during construction and while finishing work is in progress. PART 2 - PRODUCTS 2.1 MANUFACTURERS 08212-2 7152 A. Manufacturers: Subject to compliance with requirements, provide units produced by a commercial AWI complying millwork shop with a minimum of three years experience producing units of the type specified under the same company name. 2.2 STILE AND RAIL DOORS, SIDELIGHTS AND TRANSOM PANELS OF SPECIAL DESIGN AND CONSTRUCTION A. Construction, General: Comply with the following requirements: I Grade for Opaque Finish: Premium. 2. Construction for Opaque Finish: Clear hardwood; may be edge glued for width or finger jointed. 3. Flush Panel Construction for Opaque Finish: Clear hardwood lumber,edge glued for width. B. Exterior Doors: Comply with the following requirements: 1. Stile and Rail Widths: As indicated. 2. Molding Profile: Manufacturer's standard. 3. Molding Profile: As indicated, 4. Flush Panel Thickness: Manufacturer's standard, but not less than 1-1/8 inches. 5. Panel Design: Flush. 6. Glass for Openings: Uncoated, clear, laminated glass made from two liter of 3.0-mm-thick annealed glass. 2.3 DOORS, SIDELIGHTS AND TRANSOM PANEL A. Provide doors, sidelights and transom panel in configurations and indicated. B. Overall design of doors, sidelights and transom units shall be in the configurations indicated. C. Components, members, frame and trim shall be fabricated to dimensions and profiles noticeably different from the existing doors and transoms. D. It shall be the contractor's option to use mill stock components or other wood shapes and profiles available for doors, sidelights and transom panel fabrication. E. Indicate intended unit dimensions and trim profiles on shop drawing submittal. 2.4 FABRICATION 08212-3 aq 7152 04 A. Fabricate stile and rail wood doors and sidelights in sizes and configuration indicated. am B. Factory machine doors for hardware. Locate hardware to comply with DHI-WDHS-3. Comply with final hardware schedules, door frame Shop Drawings, DHI Al 15-W series standards, and hardware templates. No 1. Coordinate measurements of hardware mortises in metal frames to field confiern, dimensions and alignment before factory machining. no C. Glazed Openings: Trim openings indicated for glazing with solid wood moldings of profile compatible with opposite face of mullion-muntin, with one side removable. MR D. Transom and Side Light Panels: Fabricate panels to match adjoining doors in materials, finish, and quality of construction. 2.5 SHOP PRIMING A. Doors for Opaque Finish: Shop prime exposed portions of doors for paint finish with one coat of wood primer specified in Division 9 Section "Painting." B. Touch-up all surfaces and perimeter faces after installation. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine installed door frames before hanging doors. 1. Verify that frames comply with indicated requirements for type, size, location, and swing characteristics and have been installed with plumb jambs and level heads. B. Examine installed doors upon arrival. Reject doors with damage or defects. C, Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Job-Fit Doors: Align and fit doors in frames with uniform clearances and bevels as indicated below; do not trim stiles and rails in excess of limits set by manufacturer. 08212-4 7152 Machine doors for surface mounted hardware. Seal all cut surfaces after fitting and machining. 1. Clearances: Provide 1/8 i tich(3.2 min) at heads,jambs,and between pairs of doors. Provide 1/8 inch (3.2 imn) from bottom of door to top of decorative floor finish or covering. Where threshold is shown or scheduled, provide clearance from bottom of door to top of threshold compatible with weatherstrip. 2. Bevel non-fire-rated doors 1/8 inch in 2 inches (3-1/2 degrees) at lock and hinge edges. B. Field-Finished Doors: Refer to the finishing requirements of Division 9 Section"Painting." ff 3.3 ADJUSTING AND PROTECTING A. Operation: Rehang or replace doors that do not swing or operate freely. B. Finished Doors: Refinish or replace doors damaged during installation. C. Protect doors as recommended by door manufacturer to ensure that wood doors are without damage or deterioration at the time of Substantial Completion. END OF SECTION 08212-5 7152 SECTION 08305 - ACCESS DOORS PART I - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: 1. Standard wall and ceiling access doors. 2. Fire-rated wall access doors, where applicable. B. Related Sections Include,but not limited to: 1. Selective Construction Demolition: Division 2. 2. Unit Masonry: Division 4. 3. Gypsum Board Systems: Division 9. 4. Painting: Division 9. 5. Mechanical: Division 15, 6. Electrical: Division 16. 1.2 ACCESS DOOR LOCATIONS A. Provide-wall and ceiling access doors in locations indicated, and also at all locations where access to items otherwise concealed by finish construction is necessary. Coordinate sizes and locations of access doors required by work and/or equipment of other trades, and provide appropriate styles and quantities of access doors as necessary. I Locations and sizes of all necessary access doors are not specifically indicated on the drawings. a. The contractor shall obtain quantities of access doors not otherwise indicated, and coordinate their specific locations and size requirements with with trades providing items and/or building equipment requiring access into otherwise concealed areas. b. The contractor shall also review the existing building's construction to remain as part of the completed project, and provide access doors in locations and quantities necessary. 2. Where access doors must be installed in fire-rated assemblies, provide fire-rated units of rating required by applicable codes. B. Access doors are not required in lay-in ceiling assemblies. 08305-1 so 7152 1.3 REFERENCES A. Building Materials Directory; Underwriters Laboratories Inc. (UL); 1994. B. UL 10B -- Standard for Fire Tests of Door Assemblies; Underwriters Laboratories Inc.; 1986. 1.4 SUBMITTALS A. Product Data: Manufacturer's descriptive information for each access door assembly type including installation instructions, finishes, anchorage accessories, and latching/locking provisions. B. Shop Drawings: Drawings of adequate scale to show fabrication details of door panels, frames, and accessories. Show installation methods, including anchors, for construction type in which access doors are installed. C. Provide additional data and/or samples as required by the Architect. 1.5 QUALITY ASSURANCE A. Fire Resistance: 1. Provide access door units which have been tested in accordance with UL 108, and are listed in Underwriters Laboratory, Inc. "Building Materials Directory" for fire rating indicated. a. Attach UL label to each fire-rated access door. B. Size Variations: Contracting officer shall approve manufacturer's standard access door sizes which are larger than actual opening size necessary for access. No doors with opening size smaller than necessary for access shall be installed. 1.6 SEQUENCING AND SCHEDULING A. Sequence and Schedule: Schedule delivery of access doors with other work to avoid delays in phased construction work. B, Coordination: Supply access door anchors to be sequenced with other work to the respective trade for installation. PART 2 - PRODUCTS 2.1 ACCESS DOOR UNITS 08305-2 r 7152 A. Manufacturers: Provide products complying with requirements of the contract documents and made by one of the following: I Cesco Products. rp 2. J.L. Industries. 3. Milcor Limited Partnership. B. Standard Wall and Ceiling Access Doors: Provide at all locations where building employees and service personnel have normal access, and building visitors are not normally allowed. 1. Installation: Gypsum board or masonry walls and gypsum board ceiling. 2. Type: Flush door panel with concealed frame. 3. Substrate: Gypsum board. 4. Frame: 16 gage (1.5 mm) steel. 5. Door: 14 gage (1.7 mm) steel flush panel. 6. Hinge: Double-acting concealed spring hinges allowing door to open a minimum of 175 degrees, removing hinge pin allows removal of door. 7. Finish: Baked-on rust-inhibitive prime coat. 8. Typical latching device: Screwdriver operated cam lock. 9. Basis of Design: Milcor, Style "DW" for gypsum board surfaces. 10. Basis of Design: Milcor, Style "M" for masonry surfaces. C. Fire-rated Wall Access Doors: Provide at all locations where access is required into fire-rated wall assemblies. 1. Installation: Fire-rated gypsum board walls. • 2. Type: Flush door panel with exposed frame. 3. Fire rating: 3/4 HR (C). 4. Frame: 14 gage (1.7 mm) steel. 5. Door: 20 gage (0.9 mm) inner and outer steel flush panels, insulated. 6. Hinge: Self closing,continuous type hinge with stainless steel pin. 7. Finish: Baked-on rust-inhibitive prime coat. 8. Typical latching device: Manufacturer's standard self latching, screwdriver operated units. 9. Basis of Design: Milcor, Style "UFR." D, Fabrication and Finish: PP 1. General: Fabricate wall and ceiling access door and frame components of continuous welded construction, with welds ground smooth. 2, Exposed frame: Fabricate frame with manufacturer's standard flange for the style specified. 08305-3 MR 7152 ER a. Fabricate frames for installation in gypsum board construction with flanges designed for gypsum board finishing. b. Fabricate frames for installation in masonry construction to accept adjustable masonry anchors. 3. Flush panel doors: Fabricate door panel from material and gage indicated, with a smooth face, and with door edges installed square uniform in the door frame. a. Fabricate fire-rated units with insulated flush doors,continuous piano hinge, and self-closing mechanism with interior side safety latch release in manufacturer's standard tested design for fire rating indicated. 4. Paint Finish: Typically finish door and frame assembly with manufacturer's standard factory-applied baked-on rust-inhibitive primer, unless otherwise indicated. MIR a. Field Finishing: Paint finish primed steel access doors to match surrounding construction as specified in Division 9. 5. Stainless Steel finish: At locations specified, finish door and frame assembly with door manufacturer's standard brush finish exposed stainless steel door and frame. MR PART 3 - EXECUTION M, 3.1 INSTALLATION MR A. Install access doors in accordance with door manufacturer's instructions. B, Fasten access door assemblies securely in place with exposed surfaces located level and flush with substrate. 3.2 ADJUSTING A. Upon completion of installation, adjust door panels, hinges, and hardware to operate smoothly. B. Remove and replace damaged or warped doors or frames. END OF SECTION 08305-4 r 7152 SECTION 08590 - STEEL SASH WINDOW RESTORATION PART I - GENERAL 1.1 SUMMARY A. Restoration of steel exterior windows Type "E" to remain as part of the completed project, including but not limited to: I Removing paints, glass and glazing compounds. 2. Derusting sash, frame, and trim members. 3. Replacing damaged and missing hardware from lower units to remain operable. 4. Fixing upper operable units in the closed position. B. Related Sections - including but not limited to: 1. Joint Sealers: Division 7. 2. Glass and Glazing: Division 8 3. Lath and Plaster: Division 9 4. Painting: Division 9 1.2 SUBMITTALS A. Product Data 1. Descriptive data and application instructions for patching compound and consolidant. 2. Descriptive data on each hardware,illustrating materials,profiles, and finishes. D. Provide additional data and/or samples as required by the Architect. IP PART 2 - PRODUCTS r 2.1 MATERIALS A. Patching Compound: Epoxy based,multiple component;auto body filler equal to Bondo. B. Hardware: Reuse existing hardware; provide new hardware to match where existing is damaged or missing. 08592-1 49 7152 no C. Weatherstripping: Zinc, spring folded for tight fit. am D. Fasteners: Type and size as required by conditions of use; hot dip galvanized or corrosion resistant coated steel. an PART 3 - EXECUTION 3.1 PREPARATION OR A. Remove existing finish coatings to bare metal. OR B. Remove lead-based paint, non-lead based paints and asbestos-bearing glazing compounds using proper methods and procedures. Dispose of no hazardous materials as prescribed by law. C. Remove existing glass and glazing compound, 04 3.2 RESTORATION - GENERAL A. All Windows: 1. Make upper operable sash of windows fixed. 2. Restore lower operable sash to working condition. 3. Install weatherstripping at operable sash. 4. Apply paintable sealant as necessary to fuly seal openings and gaps in window framing and mull components, and at fixed window sash. 5. Reattach and lubricate existing intact and operable hardware. 3.3 EPDXY PATCHING METAL FRAME COMPONENTS A. Apply patching compound to fill voids,pitting and/or other imperfections after derusting and through cleaning. B. Remove rust and unsound metal back to a point at which sound metal frame material is reached. C. Mix and apply patching compound in accordance with manufacturer's instructions. Preliminarily contour filler to adjoining profiles while in a plastic state. D. After patching compound has cured, sand, chisel or plane off to smooth surface, flush with adjacent surfaces. 3.4 REATTACHING AND LUBRICATING HARDWARE 08592-2 7152 A. Replace missing fasteners with new to match existing. B. Replace missing hardware for operating sashes. Components from units fixed in place may be used for replacement stock. C. Replace missing fasteners with new to match existing. Tighten existing fasteners. D. Lubricate operable parts. E. Adjust for smooth operation. 3.5 REFINISHING METAL FRAMES AND SASH A. Prior to reglazing,surfaces of sash,frame,and trim are primed and finish painted under provisions of Section 09900. 3.6 REPLACEMENT OF GLASS A. New glass is installed under provisions of Section 08800. END OF SECTION 08592-3 7152 SECTION 08592 - WOOD WINDOW RESTORATION PART I - GENERAL 1.1 SUMMARY A. Restoration of wood exterior windows (Window Types A, B, C, D and H)and exterior entry fixed transom panels(openings 1018, 102B, 10313, 104B and 105B)to remain as part of the completed project,including but not limited to: 1. Removing paints and glazing compounds. 2. Restoring deteriorated wood sash, frame, muntins and trim members. 3. Restoring existing hardware. 4. Replacing damaged and missing hardware. 5. Replacing all glass. 6. Prime painting restored wood units. 7. Sealing perimeter and fixed sash within the window frame. B. Proper encapsulation, abatement, removal and disposal of lead bearing paint, conforming to regulations governing such activities, on all components of existing wood units receiving work under this section. C. Fabrication, installation and prime painting of replacement windows to match configuration and construction detail of original windows. D. Fabrication and prime painting of new replica windows (Window Type E. Replacement of damaged or missing marble stools as noted on the Window Condition Survey attached to this section. F. It is the Contractor's option under this section to remove and salvage wood windows indicated as part of demolition work. G. Related Sections - including but not limited to: 1. Joint Sealers: Division 7. 2. Glass and Glazing: Division 8 3. Lath and Plaster: Division 9 4. Painting: Division 9 08592-1 OR 7152 am 1.2 DEFINITIONS MR A. Good Condition: All muntins and mullions are in place, sash and frame show less than 5 percent rot or corrosion, finish shows little sign of paint failure, glazing is intact, all hardware is operable, and weatherstripping is in place and in good condition or only moderately worn. B. Fair Condition: Majority of muntins and mullions are in place, sash and frame show less than 30 percent rot or corrosion,finish shows some signs of paint failure, glazing is intact but joint materials have begun to deteriorate, most hardware is operable, and weatherstripping is starting to show deterioration. C. Poor Condition: Significant damage to muntins and mullions (missing or broken),sash and frame show significant(but less than 50 percent)rot or corrosion, some glazing is missing or broken, and up to 50 percent of the joint materials are cracked or missing, less than 50 percent of the hardware is intact or operable, and weatherstripping is badly worn. D. Bad Condition: The window is missing or beyond repair, more than 50 percent of the window shows rot or corrosion, more than 50 percent of the glazing or hardware is missing or broken,and the frame and sash are severely warped. 1.3 SUBMITTALS A. Product Data 1. Descriptive data and application instructions for patching compound and consolidant. 2. Descriptive data on each hardware,illustrating materials,profiles, and finishes. B. Samples: 12 inch long samples of each wood profile. C. Qualifications: Restorer qualifications, including past projects. D. Provide additional data and/or samples as required by the Architect. 1.4 QUALITY ASSURANCE A. Restorer Qualifications: 1. Minimum 3 years experience in work of this Section. 2. Successful completion of at least 2 projects of similar scope and complexity within past 3 years. 08592-2 r r 7152 B. Mockup: 1. Size: One typical window. 2. Illustrate wood replacement, patching, and consolidation materials and methods. 3. Restore each type of hardware. 4. Install weatherstripping. 5. After approval of materials and methods, refinish window to illustrate paint materials and methods. 6. Approved mockup may remain as part of the Work. PART 2 - PRODUCTS 2.1 MATERIALS A. Lumber: 1. Species: To match existing wood. 2. Free from machine defects,face checks,cracks,and pitch pockets over 1/8 inch in width. 3. Knots: Maximum one pin knot per 20 square feet. 4. Maximum moisture content: 6 percent. B. Concealed Blocking and Nailers: Concealed wood blocking and nailers installed as a part of window restoration or replacement work shall be fire retardent treated material. Provide material cut to necessary sizes and thickness. C. Consolidant: Low viscosity penetrating consolidant, 8 hour minimum cure time; LiquidWood by Abatron, Inc. or approved substitute. D. Patching Compound: Epoxy based,multiple component; WoodEpox by Abatron, Inc. or approved substitute. E. Dowels: Hardwood type with longitudinal splines. F. Adhesive: Exterior waterproof type, formulated specifically for use on wood. G. Hardware: Reuse existing hardware; provide new hardware to match where existing is damaged or missing. H. Weatherstripping: Zinc, spring folded for tight fit. 1. Fasteners: Type and size as required by conditions of use; hot dip galvanized or corrosion resistant coated steel. 08592-3 aq 7152 J. Joint Sealer: Specified in Division 8 Section -Joint Sealers. K. Primer: Shop prime for field paint finish with one coat of wood primer type specified in Division 9 Section "Painting." 2.2 FABRICATION A. Fabricate new wood components with profiles and dimensions to exactly match existing using salvaged materials as a template. B. Cut curved trim in segments from solid stock. Join sections with oval MR shaped wood inserts and glue. 2.3 REPLACEMENT WINDOWS OR A. Provide quantity of replacement windows constructed to the dimensions, configurations and locations indicated on the Window Survey attached to this section. B. Overall design and appearance of replacement window units shall match the existing unit type being replaced. Window components and members shall be fabricated of matching member dimensions and profiles. 2.4 REPLICA WINDOWS A. Provide replica windows in configurations and locations indicated. B. Overall design of replica window units shall be in the configurations indicated. C. Sash components, members, frame and trim shall be fabricated to dimensions and profiles noticeably different from the existing windows. D. It shall be the contractor's option to use mill stock components or other wood shapes and profiles available for replica window fabrication. 2.5 REPLACEMENT MARBLE STOOLS A. Provide marble stools of dimensions and configurations matching existing units for replacement of damaged and/or missing stool units. Refer to Window Survey attached to this section for locations required for replacement stools. PART 3 - EXECUTION M4 08592-4 MR r 7152 3.1 PREPARATION r t A. Lead Lased Paint: Remove lead-based paint, non-lead based paints and asbestos-bearing glazing compounds using proper methods and procedures. Dispose of hazardous materials as prescribed by law. 1. The Owner has used lead check swabs on the painted surfaces of this project. These swabs are capable of identifying surfaces that have lead levels above regulatory action levels. r 2. Based on the swab tests the following painted surfaces contain lead levels that exceed regulatory action levels. a. Door frames. b. Door faces C. Window sash and frames. d. Exterior metal canopy supports. B. Remove existing sealants and glass. 3.2 RESTORATION - GENERAL A. All Windows: 1. Make upper operable sash of windows fixed at all locations. 2. Restore lower operable sash to working condition at all locations. 3. Install weatherstripping at operable sash. 4. Reattach and lubricate ,-.xisting intact and operable hardware. 5. Replace glass and glazing compounds under provisions of Section 08800. 6. Refurbish exterior and interior surfaces of sash frame and shop prime. B. Windows in Good Condition: Consolidate soft wood. C. Windows in Fair Condition: 1. Consolidate soft wood. r2. Epoxy patch deteriorated wood. D. Windows in Poor Condition: 1. Consolidate soft wood. 2. Epoxy patch moderately deteriorated in wood. r 3. Replace severely deteriorated wood and missing wood elements with matching new components. E. Windows in Bad Condition: 1. Provide new wood window frame and sash to match existing. 2. Provide new wood trim to match existing. 08592-5 7152 3.3 DOWELING LOOSE JOINTS A. Temporarily align joints using clamps. B. Drill holes through adjoining members for placement of dowels. C. Set dowels in full adhesive bed. D. Cut off dowels flush with adjacent surface; sand smooth. 3.4 CONSOLIDATING SOFT WOOD A. Identify soft wood as surfaces that are punctured under moderate pressure from a screwdriver. B. Apply consolidant in accordance with manufacturer's instructions. C. Completely saturate identified areas with consolidant; allow to cure 8 hours minimum. D. Apply to end grain where exposed. Where end grain is not exposed,drill 1/8 inch holes staggered and at angles to side grain to expose as much end grain as possible. E. Prevent leakage with wax or clay plugs. Clean leakage before it cures. F Apply second coat if first coat does not completely saturate and harden wood. 3.5 EPDXY PATCHING VOIDS IN WOOD A. Apply patching compound to fill voids after consolidant has cured. B. Remove loose and unsound wood back to a point at which sound material is reached. C. Mix and apply patching compound in accordance with manufacturer's we instructions. Preliminarily contour filler to adjoining profiles while in a plastic state. D. Embed wood in center of large patches to reduce amount of patching compound. wa E. After patching compound has cured, sand, chisel or plane off to smooth surface, flush with adjacent surfaces. 08592-6 7152 3.6 REPLACING DETERIORATED AND MISSING WOOD A. Replace deteriorated and missing wood frame, sash, and trim members with new wood members. B. Match new wood to profile and grain of existing wood. C. Fabricate frame and sash members with mortised and tenoned joints. Fit to hairline joint, glue and nail. Stapling not permitted. 3.7 PRIME PAINTING A. At the conclusion of restoration work for the wood members,prime paint the entire window assembly prior to attaching weatherstrip, hardware and/or accessories,and prior to inserting the sash menbers into the frame. Prime paint all wood surfaces including glazing recesses. 3.8 REATTACHING AND LUBRICATING HARDWARE A. Replace missing fasteners with new to match existing. B. Replace damaged and missing hardware, C. Replace sash cords. D. Reattach loose sash weights. Replace missing sash weights with new to match. E. Replace missing fasteners with new to match existing. Tighten existing fasteners. F. Lubricate operable parts. G. Adjust for smooth operation. 3.9 GLASS INSTALLATION A. New glass is installed under provisions of Section 08800. 3.10 REFINISHING WOOD A. Wood surfaces of sash, frame, and trim are finish painted under provisions of Section 09900, 08592-7 AR 7152 3.11 REPLACEMENT AND REPLICA WINDOW INSTALLATION A. Install replacement windows in locations indicated on the Window Condition Survey attached to this section. Install replica windows according to Window Schedule. Installations shall match the appearance and configuration of the existing window installation. B. Provide all necessary installation components,blocking,nailers,fasteners and trim for a complete installation. C. Coordinate with unit masonry and other trades necessary for installation of items to be built into other work for replica window installation. 3.12 REPLACEMENT MARBLE STOOL INSTALLATION A. Install replacement marble stools in locations indicated on the Window Condition Survey attached to this section. B. Replacement marble stools shall be of dimensions, configurations and surface finish to match similar existing units. PART 4 - WOOD WINDOW CONDITION SURVEY 4.1 General: A. It is the purpose of the attached Window Condition Survey to indicate the general condition of the windows and to illustrate the minimum damage and restoration work to be expected. It is not the purpose of the Survey to be a definitive source of information as to all of the existing window's conditions and/or the extent of all necessary work; or to limit or restrict in any way the work necessary to complete each and every step in the reconstruction,restoration and prime finishing work necessary to produce the completed work required under this section. B. By submitting a bid, the Contractor certifies that he has reviewed the project's conditions at the site and has satisfied himself as to the actual condition of the windows and extent of the work. 4.2 Key to Window Condition Survey Codes: A. Floor: Two-digit numeric floor code, (e.g., 01, 02, etc.) Window #: Two-digit numeric assigned code, (e.g., 01, 02, etc.) NOTE:Window numbers correspond to numbers indicated on the floor plans. 08592-8 r 7152 Orientation: One-letter alpha direction code, (N, S, E, W) Width and Height: Two digit code, in inches. Type: Three-letter alpha code from Type list, (e.g., SGH) Material: W=Wood. B. Overall Window Condition: I -Good Condition. All muntins and mullions in place, sash and frame show less than 5% rot/corrosion,finish shows little sign of paint failure, glazing is intact, all of the hardware is operable, weatherstripping is in place and in good condition/only moderately worn. 2 - Fair Condition. Majority of muntins and mullions in place, sash and frame show less than 30%rot/corrosion,finish shows some signs of paint failure, glazing is intact but joint materials have begun to deteriorate, most of the hardware operates, weatherstripping starting to show deterioration. 3-Poor Condition. Significant damage to muntins and mullions(missing or broken), sash and frame show significant (but less than 50% rot/corrosion), some of the glazing is broken/missing and up to 50% of the joint materials are cracked/missing,less than 50% of the hardware is inoperable/broken/missing, weatherstripping is badly worn. 4 - Bad Condition. The window is missing or obviously beyond repair, more than 50%of the windows show rot or corrosion, more than 50%of the glazing and/or hardware is broken/missing, and sash and frame are severely warped. C. Recommendation Code: X = Replace R= Repair 4.3 CONDITION CODES A. Finish: I - No apparent paint failure present 2 - Less than 30% of the painted area shows signs of failure. 3 - Less than 50% of the painted area shows signs of failure. 4 - More than 50% of the painted area shows signs of failure. B. Glass: I - 100% intact 2 - less than 30% broken or missing 3 - less than 50% broken or missing 08592-9 7152 4 - more than 50% broken or missing C. Frame: I - little or no water damage on sill 2 - sill shows some water damage, but less than 30% rot/rust overall 3 - sill shows considerable water damage, but less than 50% rot/rust 4 -extensive sill damage,over 50% rot/rust overall D. Sash (stiles, rails, muntins and mullion): I - intact, little or no rot/corrosion, warpage/structural deterioration 2-<30%damaged,some rot/corrosion,warpage/structural deterioration 3->30%broken or missing,slightly rotten/corroded,warped/deteriorated 4->50%broken or missing,severely rotted/corroded,warped/deteriorated E. Hardware (sash weights, pulleys, chains, handles): I - less than 10% of hardware missing 2 - less than 30% of hardware missing 3 - less than 50% of hardware missing 4 - more than 50% of hardware missing F. Joint Materials (putty, caulk, sealants); I - no cracked or missing areas, compound is pliant 2 - less than 30% needs replacement ? - less than 50% of compounds need replacement 4 - more than 50% of compounds need replacement G. Weatherstripping: I -in place and in good condition 2 - shows minor wear 3 - shows moderate wear, occasionally cracked or broken 4 - missing entirely or ineffective due to wear or window condition H. Surrounding Support Materials: I - All material intact/sound 2 - Needs some minor work, but is easily repairable 3 - Requires moderate repair 4 - Major reconstruction work is needed to support the window system 4.4 SURVEY ABBREVIATIONS (An accompanying umber indicates more than one damaged or missing) TR Top Rail BR Bottom Rail LMR Lower Meeting Rail 08592-10 7152 UMR Upper Meeting Rail MLN Mullion MTN Muntin Lock Sash Lock Lift Sash Lift 4.5 WINDOW CONDITION SURVEY A. Refer to attached sheets for Window Condition Survey forms: fi 08592-11 7152 WIN(Window Identification Numbcr) SPECIFIC CONDITIONS SKETCH NOTES 0 (6! O O ca .0 0 O 0 E 0 C, CL 0 :3 # > 0 P4 ±10Y Lila Work Codes: "Ballpark"Estimate of S: OR LF,dlurc Codes; Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES = p . 0 a bo .0 lu co P. P. �5 0 a 0 0, 0 > 4) CO f 92 Work Codes: lBallpark"Estimate of S: Failure:Codes: Remarks: NOR WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES to 2 0 >R Gj 0 0 E 0 E > 0 ix 81414 4a Work Codes: 4allpark"Estimate of S: Failure Codes: Remarks: Window Condition Survey 08592-12 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES x to 0 0 0 bo E 0 4u -0 Cl CL L. 0 cn > 02 0 Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES tq 0 0cl. to 0 cc 0 � . cc% -0 91. .0 LA 0 CL) 0 iz >- E S 0 0 r= uV 0. cd 0 a V2 .0 aG Work Codes: "Ballpark"Estimate of S: t Failure Codes; ---7Remarks: I WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES Zit COY 0 0 0 e.0 -- . 4)0 0 02 a; c G; M -0 —00 = "0 0 0 F to 't (01N, 0 V, 00 M 4- 0 > 0 P A LO 01)Ln Work Codes.- "Ballpark"Estimate of S: Failure Codes: Remarks: Window Conditlun Survey 08592-13 7152 MR WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 4n 40 W Cd 5 'bG 0 W 0 cc 5 -0 C, 0 0 Ali Id-lidd,ki4tl Icad No Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 04 r- z g r- 0 0 .5i O . 4) M a t x ta zi o q a 00 Q ga S MR Cd c: "c' V6 % .2tt 0 iz 0 1 y a CL 03 0 = =1 v L > JI NJ t n& Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES cz —,d a .r. C v I I- CU C 0 0 0 �: .2 0. -r- *0 by 0 — p 4) ;X4 CU *90z iz 0 r0 0 E CL 0 Cx 4) 0 0 > 0 14TE bk4y) I 151bi- 6R7WY1 "IrnLriyd Work Codes: [EaUpark"Estimate of S: Failure Codes: _--7Remarks: Window Condition Survey 08592-14 7152 WIN(Window Identification Nwnber) SPECIFIC CONDITIONS SKETCH NOTES a 0 to 0 0 E5 —0 C5 01 4) SZ5 .0 E V 40 — S E0 ro > C/2 0 Lb Work Codes; "Ballpark"Estimate of S: Failure Codes: 7TRcmarl WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 9z -rd r— a V (A 00 0 V cn cc 0 00 a 0 0 J 11 be G 0 W cl cn M .0 1 -1 Ned k 1-71 z ILL14 rdkwL# d(Bed Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Number} SPECIFIC CONDITIONS SKETCH NOTES 0 bo 0 0 0 "0 0 0 0 0 > 4) 0 cn rnMON. 0 P4 L4 151L 7 z 9- Work Codes: "Ballpark"Estimate of S: Failurc'Codm Window Condition Survey 08592-15 7152 WIN(Window Idcatification,Number) SPECIFIC CONDITIONS SKETCH NOTES a r .00 0 5 0 -rj r- 0 0 lie( V. t 04 0 '0 CL 0 0 J.- W :3 > cn 0 Work Codes-. "Ballpark"Estimate of S: Failure Codes: iarlcs: WIN(Window Identification.Nurnbcr) SPECIFIC CONDITIONS SKETCH NOTES 00 0 .0 0 C%3as 0J. 0 0 E -5 a ry) I 0 S 0 i2 c i> IN de Work Codes: "Ballpark"Estimate of S: FaHurc Codes: rks: WIN(Window Ideatifica tion Number) SPECIFIC CONDITIONS SKETCH NOTES bo V to OR 0 tJ 13 0 co 4) cod Lg t. 0 qQy .[ •C 0 0 cc 0 8 cn 0 Work Codes: "Ballpark"Estimate of S: TFaUurc Codes: Remarks: Window Condition Survey 08592-16 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0 -a -0 0 4) � - �4 z 0 0 U 0 cu 0 U :90 0 1(27 CL 0 > 0 Work Codes: "Ballpark"Estimate of S: Failure Codes; oxarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES = = :3 _I= 0 c, 0 cd cd P.4 r 'a 0 W 0 L. c: 0 op t: rA0 w E MTAf 0 0 > 0 cn .0 f4 it, 15-b M'Z[10414 t 41 CDOMfirl"121 Work Codes: "Ballpark"Estimate of S: [Failure Codes: marks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES bo 0 0 I of 4) 0 >-. 0) — A :9 F AID 0#105 r- .0 iz 0 :2 0 0 C r- s bG 0 S CL E -9 0 a Z) > 0.) 0 P4 1j)k lit 1,1 1 1A I 01V rab pmt 4z14 a 44 1�� klT Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: Window Condition Survey 08592-17 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES .0 0 4) 0 To I- W �2 - iz 0 IV -0 -c k; 0 C-) E S -S .1 0 r ., 0 4) lu cn Lk > 4) c g.� � 0,14141414:l 11,181 E IDN4 1� h12I owrahn/ 9 Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES gn lu be O 6, .0 0 0 M iz iz C nom. u an tz .0 0 0 W 0 > OLC:�d Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks; WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES Wirt PW co 0 ............. 0 0 •4 is cd w93 V -0 to liz ;2i 0 0 Q > 5ftlp 0 C4 Lock 011�4 1�461 lobl ]ehkM4P41 4 tc-po I I(D 01(ry d Work Codes: "Ballpark"Estimate of S; FRUure Codes: Remarks: a" 08592-18 Window Condition Survey 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES c: 4U !n 00 4A 0 lu CIS cn c, x 7�1 0 S rATAJ 0 va ca > 0 pC Work Codes: "]Ballpark"Estimate of S: Failure Codes: Re narlcs: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES .5 �i 4" 01 C! 'A 0 p I -, i . G — 0 0 rz1 q3 Cc 0 0 00 r, 0 0 E .5 CL MT� cx 6 CO > 0 6�2M"I 12.19 IF, 1 1�1 I 1�d I I ki J41ir 4 A41q I ed 0J. DY(i Work Codes: "Ballpark"Estimate ors: Failure Codes: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0 t� -a 6 � Cn* B. r. 0 ell N co U E 0 4u c an S OOL 'a CL cc 0 > 0 L 4144 MPf0firM.1; Work Codes: "Ballpark"Estimate or S: Failure Codes: Remarks: Window Condition Survey 08592-19 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 00 03 cn 0 .0 .0 0 4) c 0 0 > IDIP46\1 lb-bl 1�1 I�-1 M 1414142A LaA =1 Md 0 uj Work Codes: "Ballpark"*Estimate of S: WA Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKE'T'CH NOTES a = 0 a bo .,q C4 :3 � .5 -c: o 0 0 , an —4 L) lu 0 0 L. 0 QU 4) . =L J F- cm : Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks. WIN(Window Identification Number) SPECIFIC CONDITIONS S llH-NOTES X- *0 43 a Fj A 0 0 al r 0 > 0 V S 0 7g CL 0 tj Work Codes: `Ballpark"Estimate of S: Failure Codes: "�— Remarks: Window Condition Survey 09592-20 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0 0 61 lu 9) V, 00 co UQ V 0 5 bo E .5 S 0A cc ,a Fz 72 > 4.)0 j- 0 in 0 P4 I alp-, 1 1314� 6r R I 1p Work Codes: "Ballpark"'Estimate of S: Failure Codes: 77: Remarks: WIN(Window Identification Number} SPECIFIC CONDITIONS SKETCH NOTES IM C: iv y u 60 o 0 M lu Q to 4) C4 > Cd 0 0 M lz 4) V 41 0 0 > .0 Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES bo 4) 0 Cd4) t6 0. 14 '0 W, : 1-9 r_ -0 to 0 c: .0 C: bp 0 0 = 0 > 0 P4 �kL4 4 1p Work Codes; "Ballpark"Estimate of S: Failure Codes: Remarks: Window Condition Survey 08592-21 152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0 0 ca 4) c 0 V r- U 5 lu 0 = r,E 4 ca 0 4) 0 > 0 d,la)I I di ILI 1� I 41:2[�A4 Work Codes: "Ballpark"Estimatc of Failure Codes: Remarks: WIN(Window Identification Number) spEaFic CONDITIONS SKETCH NOTES -it = r-. �c" a 0 V = 4 00 yr 0 .5 0 M cu "D P4 = .0 0 0 4D a a E 4j 0 0 -9 0 :3 U > 40 ra wtnv tit 4 L4 141 Work Codes: "Ballpark"Estimate of S: Failure Codes: marks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES co bo 0 .0 .0 ca +- cc d) 0 0 (D .r c: a a V r 0 z W V bp Ij o > cn Q Work Codes: "Ba park"Estimate of S: t Failure Codes: Remarks: Window Condition Survey 08592-22 7152 WIN(Window Identification Number) SPECIFIC CONDITION'S SKETCH NOTES C r 0 0 .00 LULL 0 00 0 0 Cd Z (4 41 cis 0 o is qu 0 x iz on 0 .5 E •0 Cd V) > 4) Cn 0 Work Codes: "BaUpark"Estimate Of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 00 p.. 0 .2 0 0 0 E 0 (a i~ W 26- mt, 0 V2 > 4) Work Codes: "Ballpark"Estimate of S; FaUurc Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0 t3 .5i Cd O� 0 > E- r 0 .000 = a 9 " , ro LO 'OL 4> ; Cn > Work Codes: "Ballpark"Estimate of S: -Failure Codes: Remarks: Window Condition Survey 08592-23 7152 WIN(Window Identification,Number) SPECIFIC CONDITIONS SKETCH NOTES 0 0. 0ts�rN-�� V c 0 0 0 E 0 co S C, E 0 cx cn cn > 0 0 04 D111313.1WHAL01 Work Codes: ---7Rcxnarks: "Ballpark"Estimate of S: Failure Codes: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES W 0 1p• . c 4) 0 C13 0 to Vd ix. $4 * CL.2 -S t. 40 cc% >E .00 g .0 a �E u " EE I bo 0 to S a 4— co co 0 > cn WON No (D D1 Work Codes: -Ballpark"Estimate of S: �Failure Codes: -- Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 43 0 cc 0 V V. 0 0> 0 E 0M 0. 0 ca > 4) 0 04 j Me Work Codes: "Ballpark"Estimate of S: Failure Codes- Remarks: 04 Window Condition Survey 08592-24 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0 43 *c: 0Qf ✓ V 0 B: -r14 0 co 0' t; #- I vs 00 0 Q r= 0 as CL CL 0 > 0 44 Work Codes: "Ballpark"Estimate of-$: LFailure Codes: Remarks: WIN(Window identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0 4. tZ e46 to 0 lz 0 15 � , > P4 Work Codes: ``Ballpark"Estimate of S.- -7 Failure Codes: Remarks: 'WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES M ba bo 0 0 M r. � :I .0 E- cz 0 00 *0 0 > ROO L Work Codes: `Tallpark"Estimate of S: Failure Codes: Rcmar Wincl—ow Unon SurVey 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES bo fl CL. r •C, fl fl 0 — 0 -.0 :g >, 4) 4) 0 E 0 S 0 S *0 CL 0 = 0 cn c dditiddNAJ 13161 1�fijzl g 14 1141411 41 1 IWork Codes: "Ballpark"Estimate of S: Failure Codes: narks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES�= 0 0 0 0 0 0 La. *a 10 �: -M — 0.) 44 M 0 0 fi. c1 0 0 U E an C r= 0 'r" WAJ -0ct) Qz- > 4) .0 OWN (ffj Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: 'WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES ZM r. — -5 - .9 .9 0 1 t t x 00 0 .0 .0 US .5 Q. Z cd 4) cd -0 2 I rx, '0 �q 5t 0 0 4- 0 Q 0 > 4) W 0 LEI � 11Tl �p 19-4M4,414 414,m-- mrnl� -11410- Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: Window Condition Survey 08592-26 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 4k c: r = r. .0 �ijj M lu —M %:2 be 0 E; CL 4)0 0 ca :3 0 > 0 g4 lyr Work Codes. "Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES tz: X: VW U bo g — 0 .0 0. Q. .0 0 0 4) 03 a is. 3 ;� w oma' r, i:, 'tog 0 g .S 0 0 0 Q :3 V2 > cn Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTE;-7 :* r- - %- : — c: .5j g 0 41 = 0 o bo � Q 0 r lt� .0 0 4) 0 ;G co 0 0 1 T 0 U 's 00 fT)Ttj 0 0 co cl -41- 0 > 0 Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: Window Condition Survey 08592-27 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES r CZ00 0 0 ca 9 to cla u. 0 0 0 a (I ta L. 0 CL) Cn rA Luck CQ> 0 �MV04, Work Codes: 4%allparkl'Estimate of S: -Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS -J SKETCH NOTES IQ IU 00 Cd ft 0 cs 0 15 �s 4 CL (27 0 > 4) Cn .0 Work Codes: {`Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES tz .L' -C, 0, bo 0 J0 0 to 44 c: i 0 ami .r.0 0 C z 05 0 CL 0 OL > 0 X4 Work Codes: "Ballpark"Estimate of S; Failure Codes: marks: Window Condition Survey 08592-28 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0 0 pro 0 C) E* 0 0 w r. iz Ll E 0 < 43 0 E S cl 0 CL 0 :3 0 > 0j LV01- 0 Work Codes: "Ballpark"Estimate of S: Failure Codes. Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS t SKETCH NOTES bo rn 0 no 4) 0 co 0 AU ba 0 E ca r- q)rj -S A 0 0 AD 0 C�o En > t� I t t Work Codes: "Ballpark"Estimate of S: Failure Codes: — Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES tit z — r- — = = �-; bo rn Cd 0 J-.- .4 ,Z 0 0 0 .- .-.til kr A Q (-U .- - 0 0 - i (D 0 0 0 00 A t:0 rmr y . ck Cd Cl 4--,Y- > 4.) o 5. Work Codes: "Balipark"Estimate of S: Failure Codes: Remarks: Window ConciAlon Survey 08592-29 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES .0 0 0 • bo • 0 -S C4 C Cd o tW) 0 S 72 CL > 0 P4 ag+ C) Work Codes: ;—auparkll Estimate ofS: Failure Codes: _ Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0 0 o 00 W .2 0 .5 0 In iz ;E 0 0 C *C2 x 0 E - t: 0 W 15 0 4) 0 to > 0 .0 04 4z 6-4 Work Codes: -Ballpark"Estimate of S:, Failure Codes: Remarks: 'WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES Q 0 A it a 0 CIS .0 2 .0 CIS -0 0 0 iz FT 0 u Er = l~ u b , CIS 06 0 U > 4,) cn Work Codes: "Ballpark"Estimate of S: 7152 SKETCH NOTES WIN(Window Icicat0cation Number} SPECIFIC CONDITIONS 0 .0 cis co 4. .2 —05 r '0 1 0 0 0 * --. a -4- E -9 0 0 CL [T1 rnP E a SPECIFIC c: 0 4) 0 V3 0 r 101 I'l 511 Ink 1W I I- t Lt.] 1 &-M4 41gaq DrU Work Codes; "Ballpark"Estimate of S: Failure Sod= Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0 cl .0 -0 t iz 0 .0 — H ca c: c: r- -- lp 0O .0 J= 44 Work Codes: "Ballpark"Estimate of S: Failure Codes. Remarks: WIN(Window ldcatirication Number) SPECIFIC CONDITIONS SKETCH NOTES ec: c: 0 0 000 • Z: .2 0 5 -r. cd 0 UE 0 CL 'd E 72 CL OIVJ 0 P L. 0 > cn + 4 11 T-1 lid 0 Ll 11 1 z L414 avrM opo I Work Codes: "DaUpark"Estimate of S: Failure Codes: arks: Window Condition Survey 08592-31 7152 WIN(Window ldcatMication.Number) SPECIFIC CONDITIONS SKETCH NOTES 0 AU 0 0 0 0 to -Z 1- M 0 0 in L) E 0 mr)J o 0 0 cfj > 0 Work Codes: -.UallparlO Estimate of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 4) 0 t S no 0 c: 0. 43 0 4 4) r- .0 .0 40 0 -1 1 LA r. C 4V 0 60 .0 U to > 0 H H mom -14141 1 c-I Li i 1TV 1+N-1k 4MI ilEg Work Codes: "Ballpark"Estimate of$*, t Failure Codes: Remarks; WIN(Window Icicatific2tion Number) SPECIFIC CONDITIONS SKETCH NOTES 00 C 0 43 �M .0 0 > 0 43 0 cd ;G cd w P. 04 0 O Q E V v 4) c I r. ; iz cd .0 0 cL 0 E 7CL 0 > V o2c too 0 Pd (,kf Work Codes: "Ballpark"Estimate of S: Failure Codes; Remarks: Window Condition Survey 08592-32 7152 —WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 00 vi 0 `a3 -.; .5 as 0 0 0 Cn "0 a .0 MI M >. bo L M iz U " 6 E 7a 1p CL L. 0 > 0 04 r Work Codes: "Ballpark"Estimate of S: Codes:Faiture marks: WEN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 2 4) 0, 0 *2 :g , 9 - Q, iz b % 0 es 0 (U -r- -C 6 0 15 40 -0 ck CL c. =3 (n > .0 Work Coda: `Ballpark"Estimate of S: FaUvre Codes: _ Remarks: WIN(Window IdtWiric2tion N=bcr) SKETCH NOTES SPECIFIC CONDITIONS 0 0 :g CO 44 0. r r 10 a .0 0 r= 43 U 0 �s be to ,S 0 al 0 CL =% 0 > 4) Work Codes: "Ballpark"Estimate of S: TL Failure Codes: Rmarks: Window Condition Survey 08592-33 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 4t a 7d- J— 00 0 0 .2 0 A :9 0 g4 ;,L. V .5 y -- - I L cd 0 cc ry >8 0 0 4) m r E 5 0 0 • CL 0 co cn > 0 bW�01C-141A1101 l.d6l 18hL-U 4141411 1- MA,rj...... rM k-w Work Codes: Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Numbcr) SPECIFIC CONDITIONS SKETCH NOTES * 0 — x 41 [: r- 4) a4 ui 0 .0 ur um, cy, 0 cd 0 QC) 4.) -C C bo 41 C U a 0 A t: 0 2, X/ cu 'aE; CL 44 &- 0 = = WMM > V2 .0 P4 Work Codes: "Ballpark"Estimate of S: Failure Codes: 'WIN(Window Identification Number) SPECIFIC COND171TIONS SKETCH NOTES 4) bO 0 , -Ei 2 V3 0 (u 0 E 0 E 79 CL <—4- 0 > 0 P4 Work Codes: -Ballpark"Estimate of S: Failure Codes: Remarla: Window Condition'-gurvey 08592-34 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0 0 4;;p m W 0 0 E 2 4Y 0 0 . C, 0 5 0 Work Codes: "Ballpark"Estimate of S: Failure Codes: Rma rlcs: WIN(Window Identification Nurnbcr) SPECIFIC CONDITIONS SKETCH NOTES c: r_ 00 yr 0 Q 0 C6 .2, 0 p 0 V) 3 c r 0 0 W 41rrry2 -Ck C 0 0 Cd G Cd 0 iz :2 dt 0 qj 00 0 A CO Cn > .0 Nyy, OW&IJ30-1 o -12 44 14 Work Codes: "Ballpark"Estimate of S: Failure Codes; Remarks: -'WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES Ly 4t I = �0 • J_- . n bo o 0 0 Co '44 4 0 03 r 0, 0 4) C: 'r. 0 1 4) .9 ;56 00 0 0 ca U C/3 > 0 P4 4.) Work Cod= "Ballpark"Estimate of S: Failure Coda., Remarks: Window Condition Survey 08592-35 7152 WIN-(Window Identification Number) SPECIFIC CONDITIONSS SKETCH NOTES............. ............... c: c lu to — Gn 0 tip -c A c 0 V 0 —ca pMP. .n tk V .9 �c *: 0 A 0 w , C.) S tho t 0 0 0 S'a MR qu E M V3 0 P4 Work Codes: "Ballpark"Estimate Of S: Failure Codes: Remarks: WIN(Window IcicatificAtion,Number) SPECIFIC CONDITIONS SKETCH NOTES 00 0 r 4 C .0 0 5 0) c a :t ,.,E L 0 U c- ir id 0 5 E a CL .0 cd > Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES o 0 4) "Zo- 00 0 0 0 . ou (-4 L. .5 .0 i2 0 0" 0 > aui V2 boom ;'21 0 zl pJ— +U44 1 �k— *w on Work Codes: "Ballpark"Estimate of S: Failure Codes: 7RCMarks: Window Condition Survey 08592-36 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES x 00 to O 0 0 0 co ocz .0 .0 0 >2 0 U E 00 = E 0 CL 0 4j 0 Work Codc3; "Ballpark"Estimate of S: Failure Colles: Remarks: WIN(Wincloy Identification Number) SPECIFIC CONDITIONS SKETCH NOTES L- .4t r- — r-, r- r.- " 4) .9 0 M 00 0 0 .00 61 -.; .5 .2 .2 -E! 1� 4 Vj .5 0� 9 V3 0 0-3 cc -U — 'a —00 r 0 E00 V- 0 I~ .0 > Work Codes: "Ballpark"Estimate of S. Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0 00 0 cn ca 4L) 0 S S on C12 0 I I r A 46 1 1!l 1---18 111 Work Codes-. "Ballpark"Estimate of S: Failure Codes: Remarks: Window Condition Survey 08592-37 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES FIC MCONDrr.I ONS G c: 00 0 0 0 0 Itl t 0 0 0 —co 0 iz r C 4j Q 0—0 0 E 0 > 0 Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Nuinbcr') SPECIFIC CONDITIONS SKETCH NOTES fA 0 no c 0 c 0 iz W M 0 0 r..0 0 c: 00 0 1 r 0— �jj .0 > now ,0 Work Codes: "Ballpark"Estimate of S: Failure Codes. Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES iti 0 0 0 P 0 cd liz .0 w r 0 rz 0 047- cn -4a 0 P4 L I T61712-2. 4 4 1 Work Codes: FTallpark"Estimate ofS: Failure Codes-. 7Remarks: Window Condition Survey 08592-38 7152 WIN(Window Identification Number) snanc CONDITIONS SKETCH NOTES :4t rZ 00 Cd �:- = C: = = � 6.) V, = 4) F.0 0 - * - w . .S .5 0 00 .0 z; 0 r- 0 0 0 C C 00 EPs CL 44 0 Work Codes. "Ballpark"'Estimate of$: Failure Codes: Rcma'rks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES O C N trr3 h u yap ut 00to 0 Q r 0 r 0 0 4) 0 a 00 0 0 0 CL CL 0 ca = 0 = > 0 (4 C 1p Work Codes: "Ballpark"Estimate ors: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES bO a0 0 0 4) c: "0 0 -.0 0 r- .0 :2 1,2 bo 4— to CL ca 0 SJ- R > 4) o CDM Work Codes: "Ballpark"Estimate of$: Failure Codes: arks: r Window Condition Survey 08592-39 OR 7152 WIN(Window Ideatirication Ntunbcr) SPECIFIC CONDITIONS SKETCH NOTES 0 0 to 0 �y-1 toSy 0 .0 0 it 0 0 iz S 00 0 3* • .5 21 a-t0 to 41 7g CL t- j- 0 1%TUU) k Vol I ,)v�l 1p�hl I 141414 4,14 Z-19 (I)#orhwo I Work Codes: lBallpark"Estimate of$. MR L Failure Codes: Remarks: WIN(Window ldcutification Nwnber) SPECIFIC CONDITIONS SKETCH NOTES 4 11 . 0 .0 0 0 12 - A - a to rl 0 W t. MR 0 d) c c 0 0 -0 CL i2 0 0 :1 cl) (U U > o P4 1_ MR Work Codes. "Ballpark"Estimate of S: Failure Codes: 04 'WIN(Window Identification N=bcr) SPECIFIC CONDITIONS SKETCH NOTES 0 0 C14 0 >1 0 r6 0 0 r_ -c El S 0 MR 0 E . ft 0 72 CL 0 A - > 0 'n M 0 P4 -a Work Codes: "Ballpark"Estimate of S: —Failure Codes: TRcmarlu: Window Condition Survey 08592-40 t �• 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 4k c c c 0 0 0 a o o 4) -o 0 co 0.0. " •3v 2 1'.. aCi OJG C C x .2 u i+. O E W '� .� u or)} ' x(16 o x I I bld -1 El -6 Work Codes: "Ballpark"Estimate of S: Failure Coder Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 6 00 0 3 n. C v 'moo m .1 .5 c ,� C U E u u id a °O o l�� S W 's .5, u o 2 m I Ll t -7,12- 4141 �T It ; Work Codes: I "Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES . O p C '~O mop 0 m m c m 3 n. 0 0 �40 V2 C O V U 43 3 x o U m T C 3 d > o x 5i5�z 2 '. Work Codes: "Ballpark"Estimate of S: Failure Codes: 7Remarks: f Window Condition Survey 08592-41 7152 WIN(Window ldcutification Number) SPECIFIC CONDITIONS SKETCH NOTES 4La 0 > tr-o .6 • •— :9 A. 0 0 0 a U E ba CL cor 41CL 0 = > 0 I I OR Work Codes: "Ballpark"'Estimate of S: aq Failure Codes: tZe tarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES so 0 0 jR A ;t4 iz , 0 m *a cd all L. L. .0 .0 0 4) C C 0 = S 0 > O fix am Work Codes: diBallparlel Estimate of S: -- Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES an 46 2 .2 C14 to in to 0 -.3 .0 -1 C c c: 7i 0 4. FT Ei 00 0 0 fA 0 > O P4 Pl L4414244412-.ai4� ovath(i-fl i Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: Window Condition Survey 08592-42 pe 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0 .0 0 0 0 Go 0 CZ CZ .0 c r_ S 0 0 x r: c cl r 0 > 0 rx Work Codc3: "Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0. 0 0 C 94 to Cd 44 0 E Do 0 = ES a Cd CL .0 > cn (sl4k 11,011511)1 lab I-ZIP, 4 1 4a d4 I Work Codc3: "Ballpark"Estimate of S: Fadurc Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 4.) tio 0 0 0 03 4) 4) M 0 t r. 0 4) 0 MS 06 0 V 72 pt f2 7 > 0 g4 A�UIAJIJ_ T 1 14 11 2W 41.4 Work Codc3: 4'BaLlpark"Estimate of S: Failure Codes: Remarks: po09592-43 Window Condition Survey 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES IU 00 0 0 y 0 0 cx. r- — 5i CL. -jr 2 'a 0$� ca .1 a . 0 In >4 0 OR rz U 0 CL E 0 U > 0 10P 18FZ 44 Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES zM = -;� -ro- F 0 0 0 w to L; to 0 ca 4) E-- ca -j 0 0 0 Vx " wooer E 0 CL CL -.Rod > ami vs O Pd Work Codes: "Ballpark"Estimate of S: Failure Codes: — Remarks: 'WIN(Window Ideutific2tion,Number) SPECIFIC CONDITIONS SKETCH NOTES 0 .5i 0 0 iRl 'a S *M 40 t 4) era 0 75 L ba 0 = E .5 0 ck C43 CL 43 U 0 = �-Z) > 0 Work Codes: "B a4lipark"Estimate of S: No T-Failure Codes: Remarics: Window Condition Survey 08592-44 7152 WIN(Window Identification Nwnbcr) SPECIFIC CONDITIONS SKETCH NOTES 0 C 664 a bo 0 0 ca U. c: c .0 4u •c: •c: E -U 2 S 0 t: 4, 0 0 = E a 0 0 > U3 0 Work Codes; "Ballpark"Estimate of S: Failure Codes: Rem arks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOT E*S 0 .0 43 r .2 .2 co C c: 0 0 4) C . n 0 . :2 0 0 >0 cn .0 P4 m, 4 41412-0 40(wfn-61 V-1 Work Codes- "LlIpark"Estimate of S: Failure Codes: �5 7emarics: 'WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES C; r: 0 d 0 00 cd 4t B: c 4.) V2 ;a 10 - to r "a 0 .0 E U �s bo 0 F3 0 CL E 'a O� 0 cd > CO 0 P4 -41,IZ141 14 �3 �141 Work Codes: 'Tal.lparlel Estimate ors.. Failure Codes: T Remarks: Window Condition Survey 08592-45 44 7152 WIN(Window Identification.Number) SPECIFIC CONDITIONS SKETCH NOTES be 0 .2 0 0 C6 0 A g ;a 'tog E U V or 0 0 .5 C, All — *V CL E 31 1 . (U al 0 W cl) 0 J- I- -L till 1( 1, Work Codes; -F--Ballpark" 'Estimate of Failure Codes: Rcina-rics: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES -;a Ei 0 .0 0 0 co 0L> —al W cz c� .0 0 4) E 00 0 0 C, cl. 0 :3 > Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: 'WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0 C, 10 .2 . c: 0 c: 0 E Z 0 CL 0 CL > U3 4 3fbol 4&dlbWUjl F50 Work Codes: '93allpark"Estimate of S: Failure Codes: lemarkv Window Condition Survey 08592-46 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES Ztt r- j- 00 0 0O 0 Q 0 itl ix� C 0 0 0 a) •a •a 0 0 .5 0 ff CL Q -0 cx cc 0 40 L. = 0 0 0 00 > 4) 0 P4 Work Codes: J -Ba Uparlel Estimate of S: Failure Codes: Rema'rlcs: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0 0 C Z 0 ed to Q M a 0 :z 00 0 E cd - ga. > -350M) (76 kH �32 # zJ4 Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES L- 0 .2 0 0 •— (d LL. 1= .0 4) a E:0 0 E Ei cd C6 A 0 o ) cn ps r Work Codes: "Ballpark"Estimate of S. Failure Codes: Remarks: Window Condition Survey 08592-47 7152 WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES - Z g qlp :F. -9 R 0 > 0 r- -;;5 .0 I co iz 0 c 0 0 CL cn > 0 '07 jjV+.S Work Codes: 1p 9--r ti) "Ballpark"Estimate of S: Vailurc Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES 0. 0 0 0ck 'r 0 iz iz iz 0 x . c c a 0 113 S3> .0 P4 '—El Work Codes: "Ballpark"Bstimatc of S: Failure Codes: Remarks: WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES c: c: MIR C 4J 0 iz Z. co 0 44 iz 0 () 0 0 i� 0Si 0 as WCL "o Ex 0 > 0 Work Codes: "Ballpark"Estimate of S: Failure Codes: Remarks: window Condition Survey 08592-48 7152 WIN(Window Identification Nwnber) SPECIFIC CONDITIONS SKETCH NOTES 0 p w Rs ;C c ;4 p o a y "° �° • v 5 0 -- S o W u Q4) to r F<�F3 I-L 14. Work Cods: "Batlpark"Estimate of S: "' Railure Codes: Remarks: WIN(Window Identification Nwnber) SPECIFIC CONDITIONS SKETCH NOTES o " c .v coo a* o h * oo .� G y C C cl U to t; Z — o � ° 'a CL o x ...j r H71- Work Cocks: Lowr "Ballpark"Estimate of S: Failure Codes: Remarks: 'WIN(Window Identification Number) SPECIFIC CONDITIONS SKETCH NOTES V, 7. y oc q Qy uC M y 40 ..te�'a�'• •Rf .n�.s +��r4�{ •{d ky ixt jy "(j 'U 43 O u *c c 4u t.0 h oCL CL ` 0 L Work Codes: IT of S: f Failure Codes: Remarks: !� Window Condition Survey 08592-49 14 7152 END OF SECTION Window Condition Survey 08592-50 7152 SECTION 08710- FINISH HARDWARE PART I -GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: I All finish hardware necessary for completion of the project for both new construction and existing doors to remain as part of the completed construction. 2. Cylinders for: a. Locksets. b. Exit devices. 3. Adjustment and lubrication of all existing door hardware to remain as part of the completed project. B. Existing Hardware: I Where indicated in the door and/or hardware schedule, existing swinging door hardware is to be removed, cleaned, functionally reconditioned, repainted, lubricated and reinstalled after door finish work is completed. 2. Where existing transom units are scheduled to remain as a part of the com-,leted project, C. Related Sections Include, but not limited to: 1. Architectural Woodwork: Division 6. 2. Steel Doors and Frames: Elsewhere in Division 8. 3. Solid Core Flush Wood Doors: Elsewhere in Division 8. 1.2 SUBMITTALS A. Product Data: Manufacturer's data for each different piece of hardware, with installation instructions, with cycle test results. B. Coordination: Provide evidence of proper coordination with work and products of other specification sections as a part of submittal data. Clearly indicate any deviations from the hardware schedule necessary by the required coordination. C. Hardware Schedule: prepared by an architectural hardware consultant (AHC), and showing manufacturer's complete identification for every item for every door. 1. Cross-reference to item names and designations in contract documents. 2. Indicate door/frame materials and sizes. 3. Explain number codes and abbreviations. 08710-1 7152 4. Indicate hardware mounting heights or locations, if different from those specified. 5. Indicate finish for each item. 6. Preliminary schedule will be reviewed if accompanied by product data. 7. Provide manufacturers' brochure and/or cut-sheets for each item scheduled. D. Keying Schedule: Separate schedule showing how each lock is keyed. E. Operation and Maintenance Data: For operating parts and finishes. F. Maintenance letter of agreement specified in this section. G. Provide additional data and/or samples as required by the Architect. 1.3 COORDINATION A. Coordinate with work and products of other specification sections that are to receive lock devices and/or hardware provided under this section for proper preparation and operation. I. Adjust the scheduled lock devices and/or hardware provided under this section as may be necessary for proper fit and operation of work and products specified in other sections. B. Coordinate necessary rework of existing metal frames and/or doors to remain that receive new construction hardware preparation and/or closing and filling of deleted hardware damage areas, with work described in Steel Doors and Frames specified elsewhere in Division 8. 1.4 QUALITY ASSURANCE A. Qualifications of Supplier: A supplier of architectural finish hardware who has been supplying hardware for at least 2 years under the current company name, and who employs an architectural hardware consultant (AHC). B. Qualifications of Architectural Hardware Consultant(s) (AHC): Certified by the Door and Hardware Institute. 1.5 PROJECT CONDITIONS A. Sequence submittal of hardware schedule and door and frame submittals, allowing adequate time for review and resubmittal, if required, so that construction is not delayed; provide adequate information for review. 08710-2 7152 B. Provide hardware installation templates to installers of hardware and to fabricators !0 of other work which is required to be prepared in the shop or factory for hardware installation. C. Existing Swinging Door frames and Hardware to remain: 1. Existing door hardware is to be removed cleaned,functionally reconditioned and reinstalled after door finish work is completed. Exposed metal components will be cleaned, derusted and painted or lacquer sealed as appropriate for finish involved, and not otherwise replated or refinished. 2. Provide adjustment for proper function and lubrication of existing door hardware to remain as part of the completed project. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver hardware at the times and to the locations required for timely installation. B. Package each item separately or in container with items of same set only. C. Mark each item or package with hardware set number from hardware schedule. D. Provide a locked storage area controlled by the Contractor for hardware not yet installed; take special care to prevent loss of Owner furnished and long-lead items. 1.7 MAINTENANCE A. Provide all adjustment and maintenance tools recommended by hardware manufacturers. B. Installer shall provide letter agreement to the Owner that,approximately eleven(11) months after substantial completion and/or before expiration of any warranties, the installer shall coordinate a site visit the project, with representatives of the Owner and the manufacturer(s) of locking devices, and accomplish the following: I. Test operate all hardware and adjust and lubricate as necessary. 2. Evaluate maintenance procedures and recommended changes or additions and instruct the Owner's personnel. 3. Identify items that have deteriorated or failed, and make provisions for warranty replacement. 4. Submit a written report to the Owner's Representative; identifying problems that are likely to recur. 08710-3 IR 7152 PART 2 - PRODUCTS 2.1 EXISTING HARDWARE TO BE REUSED A. Existing operating hardware for doors and transoms include, but are not limited to: 1. Operating hardware for existing transom panels that remain as part of the completed project. 2.2 MANUFACTURERS AND PRODUCTS A. The following listed products and manufacturers are intended to establish type,style, quality and configuration for finish hardware. Products of other manufacturers may be proposed according to requirements for substitutions. 1. Provide products of each type from only one manufacturer. 2.3 MATERIALS - GENERAL A. Provide the following finishes on all exposed hardware items, unless specifically indicated otherwise: 1. Finish all hardware exposed to the exterior: Oxidized Bronze (613). 2. Finish interior hardware for wood doors: Oxidized Bronze (613). 3. Finish all exposed plastic,iron, steel,and/or similar exposed items to match Oxidized Bronze (613). 4. Provide bronze anodized aluminum finish for all exposed aluminum items. 5. Exceptions: As may be specifically indicated. B. Fasteners: Provide hardware prepared by the manufacturer with fastener holes for machine screws, unless otherwise indicated. 1. Exposed screws: Match hardware finish. 2. Provide all fasteners required for secure installation. 3. Select fasteners appropriate to substrate and material being fastened. 4. Use wood screws for installation in wood. 5. Use through-bolts for installation of door closers and stops on wood doors. 6. Use fasteners impervious to corrosion outdoors and on exterior doors. 7. Exposed screws: Match hardware finish. 2.4 HINGES A. Manufacturers: Provide products complying with requirements of the contract documents and equal to products by Hagar Hinge Company. 08710-4 7152 B. Butt Hinges: Three-knuckle, flush-barrel butt hinges. 1. Comply with applicable requirements of BHMA A156.1. 2. Use heavy weight ball bearing hinges for door leafs with closers and otherwise where scheduled. 3. Use full mortise hinges. 4. Provide ball bearing units at door leafs with closers. 5. Dimensions: As indicated,within limits prescribed by ANSI/BHMA A 156.7. a. S ize/Model No.: 4-1/2 by 4-1/2 inches(I 10 mm by 110 mm),Model No. CBPIOO. b. Coordinate hinge sizes to suit thickness of door including applied facings, and hinge preparations in existing frames to be reused. 1P6. Hinge pins: Unless otherwise indicated: a. Use steel pins for steel hinges. b. Use stainless steel pins for nonferrous hinges. 1P C. Provide nonremovable pins or safety studs for out-swinging doors with keyed lock or exit function. d. Provide nonrising pins for interior doors. 7. Provide ball tips with matching finish on hinge pins. 2.5 BI-FOLDING DOOR HARDWARE A. Track and Suspension System: Provide products equal to those produced by Stanley Hardware, New Britain, CN. 1. Provide Stanley #2916 kit for 1-3/4" thick solid core door leafs with continuous overhead track with one, 4-wheel trolley per door leaf; and all other necessary pivots, anchors, fasteners, etc. B. Bi-fold Door Hinges:Three pair Stanley#741,finished to match balance of building hardware. C. Track trim: Provide formed sheet metal angle trim to cover track at door head. Track trim shall be formed from 20 gage sheet metal, into an angle 2" x 2" x door opening width. Paint finish trim to match door frame. 2.6 LOCKS, LATCHES, EXIT DEVICES AND BOLTS op A. Manufacturers: 1. Locksets and latchsets: Provide products complying with requirements of the contract documents and equal to products by Best Lock Corporation. 2. Exit devices: Provide products complying with requirements of the contract documents and equal to products by Von Duprin, Inc. 08710-5 OR 7152 on 3. Flush bolts: Provide products complying with requirements of the contract documents and equal to products by Glynn Johnson. No B. Mortise Locksets and Latchsets: MR 1. Provide Best Style: 35H-7-16J in appropriate function type and for indicated door thickness. a. Trim: Lever with trim plate. C. Exit Devices: 1. Provide Von Duprin Series 99 rim type units. 2. Provide Von Duprin Keyed Removable Mullion at pair doors. 3. Comply with requirements of BHMA A 156.3, Grade 1. 4. Outside trim: Lever handles with rectangular escutcheons, non "free- wheeling"cluching lever. D. Flush bolts: Lever-extension flush bolts complying with BHMA A 156.16,Grade 1. 1. Manual: a. Lower actuator centered 12 inches (300 mm) from door bottom; upper actuator centered not more than 72 inches (1825 mm) from door bottom. b. Glynn Johnson Style: FB6. E. Strikes: Provide appropriate strike for each latch bolt and lock bolt and sized to fit existing and new construction door frame openings. 1. Provide wrought box strikes with curved lips unless otherwise indicated. 2. In floors for pair doors, use dustproof strikes unless threshold incorporates a raised latch strike. 2.7 LOCK CYLINDERS AND KEYING A. Lock Cylinders: 1. Provide products complying with requirements of the contract documents and equal to products by Best Lock Corporation. 2. Cylinders: Minimum 7-pin tumbler cylinders. 3. Finish: Match lockset finish or adjoining hardware. 4. Construction: Provide removable core cylinders for locks on all doors. All parts brass, bronze, nickel silver or stainless steel. 5. Construction keying: Provide for lock-out of construction keys without replacement of cylinders, by using a construction master key. 6. Removable-core cylinders: Interchangeable core insert type cylinders. 08710-6 7152 a. Furnish and install all inserts. b. Provide temporary inserts where required for construction keying; remove temporary inserts at completion. B. All key operated door hardware,locksets,cylinders,padlocks,etc. furnished for this project shall be capable of grand-masterkey, masterkey and individual lock keying. All locks shall be keyed into a building grand-master key system with masterkeys and change keys as designated by the Owner's Representative during the review of submittals under this section. 1. Existing hardware designated to remain as a part of the completed project shall be provided with new cylinder locks and keyed into the building's key system. C. Permanent keying schedule and master keying requirements will be as designated by the Owner's Representative. D. The Contractor may provide temporary construction cylinders, locks, padlocks and keying acceptable to the Owner for securing the building during construction, and r as necessary for doors and gates in the construction areas under the Contractor's control. r 1. Provide duplicates for all temporary construction keys to the Owner's Representative and campus authorities. 2. Permanent lock cylinders and locksets may not be used for temporary security or construction locking purposes, rE. Keys: Nickel silver. 1. Stamp each key with manufacturer's change symbol. 2. Provide individual change key for each lock which is not designated to be rkeyed alike with a group of related locks. 3. Provide 3 of each change key. 4. Each master key system: 5 master keys. r 5. Each grand-master key system: 5 grand-master keys. 6. Extra blanks: 20 r 2.8 DOOR CONTROL DEVICES A. Manufacturers: Provide closers conforming to the contract documents and equal to LCN 4100 series units. B. Surface-Mounted Closers: r 08710-7 7152 I Provide full rack-and-pinion cast iron type closers with adjustable backcheck. Furnish through-bolts with machine screws for fastening closers and closer arms to doors. Provide drop plates and/or similar accessories where necessary for proper installation in the configurations required. 2. Use closers of sizes recommended by manufacturer, unless a larger size is specified. 3. Size closer or adjust closer opening force to comply with applicable codes. 4. Surface-Mounted Closers: a. Comply with requirements of BHMA A156.4, Grade 1, with b. PT 4B feature: Additional 35 percent adjustment in closing force. C. Typical Installation, Style: LCN 4110, door mounted, pull side. d. Corridor Installation, Style: LCN 4120, door mounted, push side. e. Provide delayed-action feature at corridor doors. f. Finish: Powder coated (MTLPC) metallic paint finish, color similar to metal hardware on same door. C. Stops: Comply with requirements of ANSI A156.16. 1. Wall-mounted stops: a. Glynn Johnson Style: G-J 50W-629. 2. Resilient bumpers: Gray. 2.9 SEALS, WEATHERSTRIPPING,THRESHOLDS AND ACCESSORIES A. Manufacturers: 1. Weatherstripping and Thresholds: Provide products complying with requirements of the contract documents and equal to products by National Guard Products, Inc. B. Sound Seals: I At jambs and head: Replaceable spring loaded Neoprene bumper in surface-mounted extruded aluminum housing. National Guard Products,Inc. Style: 303. a. Astragal: National Guard Products, Inc. Style: 148, mounted on inside of inactive leaf. 2. At bottom:Surface applied automatic door bottom:National Guard Products, Inc. Style: 221S. C. Weatherstripping: 1. At jambs and head: Replaceable bumper in surface-mounted extruded aluminum housing. a. Bumper: National Guard Products, Inc. Style: 160S. 08710-8 7152 b, Astragal: National Guard Products,Inc.Style: 142,mounted in edge of each leaf. 2. At bottom: National Guard Products, Inc. Style: 318. D. Thresholds: Ribbed aluminum. 1. Select style to suit changes in elevation and to fit door hardware and frames. 2, Standard type threshold: 5 inches (100 mm)wide by 1/2 inch (12 mm) high. a. National Guard Products, Inc. Style:, 425. E. Sealant for Setting Thresholds: Butyl-rubber or butyl-polyisobutylene sealant. F. Silencers:Provide"stab-in"type molded rubber silencers for drilled openings in steel door frames. Adhesive attached silencers are unacceptable. 2.10 PROVISIONS FOR THE HANDICAPPED A. Door Hardware: Handles, knobs, pulls, latches, locks, and other operating devices on accessible doors shall have a shape that is easy to grasp with one hand and does not require tight grasping, tight pinching,or severe twisting of the wrist to operate. The force required to activate door hardware shall be not greater than 5 lbf. B. Door Closures: The sweep period of the closer shall be adjusted so that from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches from the latch, measured to the leading edge of the door. C. Door Opening Force: The maximum force for pushing or pulling open a door shall not exceed those indicated below. For hinged doors, the force shall be applied perpendicular to the door at the door opening or 30 inches from the hinged side, whichever is farther from the hinge. 1. Force at exterior hinged door shall not exceed 8.5 lbf. Slight increases in opening force shall be allowed where 8.5 lbf is insufficient to compensate for air pressure differentials. PART 3 - EXECUTION 3.1 PREPARATION A. Factory or shop prepare all work for installation of hardware to the greatest extent possible. Limit field preparation for hardware installation to the minimum possible. 08710-9 on 7152 3.2 INSTALLATION A. Follow hardware manufacturer's recommendations and instructions. B. Provide the services of an architectural hardware consultant (AHC} to advise on proper installation, to inspect the finished work, and either to adjust or to instruct those who are adjusting. C. Install surface-mounted items after substrates have been completely finished;install recessed items and recessed portions of items before finishes are applied and provide suitable, effective protection. I When surface-mounted items are installed before final finish,remove,store, and reinstall, or apply suitable effective protection. D. Mount at heights specified in the Door and Hardware Institute's "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames." 1. Exceptions: a. Verify mounting heights with Americans with Disabilities Act requirements. b. As may be required by the Owner and/or other applicable governing authorities. E. Install hardware in correct location, plumb and level. F. Reinforce substrates as required for secure attachment and proper operation. G. Saddle Thresholds: Apply continuous bead of sealant to all contact surfaces before installing. H. Sound Seals: Install sound seals set in two continuous beads of sealant hidden under applied units. � 3.3 ADJUSTMENT A. Adjust each operable unit for correct function and smooth, free operation. B. Adjust door closers to overcome air pressure produced by HVAC systems. C. If hardware adjustment is completed more than one month before substantial completion,readjust hardware not more than one week before substantial completion. 3A INSTRUCTION OF OWNERS PERSONNEL 08710-10 7152 A. Instruct the Owner's personnel in operation and maintenance of hardware, including finishes. 3.5 CLEANING A. Clean hardware; clean other work soiled during hardware installation. 3.6 KEYS A. Delivery: Required keys,masterkeys and key blanks to all permanent cylinders,shall be delivered personally and only to the Owner's designated representative. B. Provide a delivery receipt for signatures. Include a copy of receipt as a part of the Operations and Maintenance data. 3.7 HARDWARE - GENERAL A. The following general listing of hardware requirements is to indicate the general types of hardware and the function necessary for this project. It is not necessarily a complete listing of each and every component which may be necessary for a complete installation of the items indicated. B. Any items of hardware required by established standards or practices, or to meet governing codes, shall be furnished whether or not specifically called out in the following listed groups without additional cost to the Owner. C. The Contractor shall be responsible for providing all necessary finish hardware and accessories for all operating openings, and shall be responsible for the proper application of all finish hardware furnished, Provide all accessory components of each hardware item provided as may be necessary for a complete installation, whether specifically listed herein or not. 3.8 HARDWARE SET SCHEDULE A. Minimum Hardware: Where no other hardware in indicated for door leafs indicated to remain as a part of the completed project, provide hardware set #4, per leaf. B. Schedule: Provide hardware sets with necessary accessories as indicated on the drawings. END OF SECTION 08710-11 7152 SECTION 08800 - GLASS AND GLAZING PARTI - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: I Replacement of vision light units in exterior windows refurbished under this contract. 2. Replacement of existing glass vision light units missing or damaged in interior transom panels to remain as part of the completed project. 3. Glazing for entrances and other new construction doors, sidelights and transoms. 4. Interior borrowed light units. 5. Replacement of existing glass light units in interior cabinet doors reused in room 116. B. Related Sections Include, but not limited to: 1. Architectural Woodwork, Division 6. 2. Joint Sealers: Division 7. 3. Steel Doors and Frames: Elsewhere in Division 8. 4. Solid Core Flush Wood Doors: Elsewhere in Division 8. 5. Stile and Rail Wood Dow-s-, Elsewhere in Division 8. 6. Steel Sash Window Restoration: Elsewhere in Division 8. 7. Wood Window Restoration: Elsewhere in Division 8. 8. Window Treatments: Division 12. 1.2 DEFINITIONS A. Manufacturer is used in this Section to refer to a firm that produces primary glass or fabricated glass as defined in the referenced glazing standard. 1.3 SYSTEM PERFORMANCE REQUIREMENTS A. General: Provide glazing systems that are produced, fabricated, and installed to withstand normal thermal movement, wind loading, and impact loading (where applicable), without failure including loss or glass breakage attributable to the following: defective manufacture,fabrication, and installation; failure of sealants or gaskets to remain watertight and airtight;deterioration of glazing materials;and other defects in construction. B. Glass Design: Glass thicknesses indicated on Drawings are for detailing only. Confirm glass thicknesses by analyzing Project loads and in-service conditions. 08800-1 7152 Provide glass lites for the various size openings in the thicknesses and strengths (annealed or heat-treated) to meet or exceed the following criteria: I Tinted and/or heat-absorbing glass thicknesses for each tint indicated are the same throughout Project. C. Normal thermal movement results from the following maximum change (range) in ambient and surface temperatures acting on glass-framing members and glazing components. Base engineering calculation on materials'actual surface temperatures due to both solar heat gain and nighttime sky heat loss. 1. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. 1.4 SUBMITTALS A. Product data for each glass product and glazing material. B. Samples for verification purposes of 12-inch-square samples of each type of glass,and 12-inch-long samples of each color and each type of sealant or gasket exposed to view. Install sealant or gasket sample between two strips of material representative in color of the adjoining framing system and wall material. C. Product certificates signed by glazing materials manufacturers certifying that their products comply with specified requirements. D. Compatibility and adhesion test reports from sealant manufacturer indicating that glazing materials were tested for compatibility and adhesion with glazing sealants. Include sealant manufacturer's interpretation of test results relative to sealant performance and recommendations for primers and substrate preparation needed for adhesion. E. Compatibility test report from manufacturer of insulating glass edge sealant indicating that glass edge sealants were tested for compatibility with other glazing materials including sealants, glazing tape, gaskets, setting blocks, and edge blocks. F. Product test reports for each type of glazing sealant and gasket indicated,evidencing compliance with requirements specified. G. Data for glazing materials included in Operating and Maintenance Manual. H. Provide additional data and/or samples as required by the Architect. 1.5 QUALITY ASSURANCE 08800-2 7152 A. Glazing Publications: Comply with published recommendations of glass product manufacturers and organizations below,except where more stringent requirements are indicated. Refer to these publications for glazing terms not otherwise defined in this Section or in referenced standards. 1. FGMA Publications: TGMA Glazing Manual." B. Safety Glass: Products complying with ANSI 297.1 and testing requirements of 16 CFR Part 1201 for Category H materials. 1. Subject to compliance with requirements, provide safety glass permanently marked with certification label of Safety Glazing Certification Council(SGCC) or other certification agency acceptable to authorities having jurisdiction. C. Fire-Resistive Glazing Products for Door Assemblies: Products identical to those tested per ASTM E 152, labeled and listed by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. D. Glazier Qualifications: Engage an experienced glazier who has completed glazing similar in material, design, and extent to that indicated for Project with a record of successful in-service performance. E. Single-Source Responsibility: Obtain glass and glazing accessories from one source for each product type. 1.6 DELIVERY, STORAGE, AND HANDLING A. Protect glazing materials to comply with manufacturer's directions and as needed to prevent damage to glass and glazing materials from condensation, temperature changes, direct exposure to sun, or other causes. 1.7 WARRANTY A. General: Warranties specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and will be in addition to and run concurrent with other warranties made by the Contractor under requirements of the Contract Documents. B. Manufacturer's Warranty on Coated Glass Products: Submit written warranty signed by coated glass manufacturer agreeing to furnish replacements for those coated glass units that deteriorate as defined in "Definitions" article, f.o.b. point of manufacture, freight allowed Project site, within specified warranty period indicated below. Warranty covers only deterioration due to normal conditions of use and not to handling,installing,and cleaning practices contrary to glass manufacturer's published instructions. 08800-3 7152 I Warranty Period: Manufacturer's standard but not less than 5 years after date of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Products: Subject to compliance with requirements, products that may be incorporated in the Work include, but are not limited to, the products specified in Product Data Sheets at end of this Section. 2.2 PRIMARY FLOAT GLASS PRODUCTS A. Float Glass: ASTM C 1036,Type I(transparent glass,flat),Class as indicated below, and Quality q3 (glazing select). 1. Class I (clear) 1/4" thick, unless otherwise indicated. 2.3 HEAT-TREATED FLOAT GLASS PRODUCTS A. General: 1. Fabrication Process: By horizontal (roller-hearth) process with roll-wave distortion parallel to bottom edge of glass as installed, unless otherwise indicated. 2. Fabrication Process: By vertical (tong-held) or horizontal (roller-hearth) process, at manufacturer's option, except provide horizontal process where indicated as tongless or free of tong marks. B. Uncoated,Clear, Heat-Treated Float Glass: ASTM C 1048, Condition A (uncoated surfaces),Type I(transparent glass, flat),Class I (clear),Quality q3 (glazing select), kind as indicated below. 1. Kind FT(fully tempered) 1/4" thick, where indicated and/or required by Code. C. Available Manufacturers: Subject to compliance with requirements, manufacturers offering heat-treated glass products that may be incorporated in the Work include,but are not limited to, the following companies. 1. AFG Industries, Inc. 2. Saint-Gobain. 3. PPG Industries, Inc. 4. Tempglass. 2.4 REPLACEMENT GLASS UNITS 08800-4 7152 A. General: provide replacement glass and glazing products for all previously glazed openings that are to remain as a part of this project, and not otherwise specifically required to be replaced under other specification sections. B. Products: Provide replacement glass and glazing products of types, and thicknesses to match that of the existing adjoining units or damaged units being replaced. I Provide not less than 1/8" thick, clear DSB, unless otherwise indicated. 2.5 ELASTOMERIC GLAZING SEALANTS A. General: Provide products of type indicated, complying with the following requirements: 1. Compatibility: Select glazing sealants and tapes of proven compatibility with other materials they will contact, including glass products, seals of insulating glass units,and glazing channel substrates,under conditions of installation and service, as demonstrated by testing and field experience. 2. Suitability: Comply with sealant and glass manufacturer's recommendations for selecting glazing sealants and tapes that are suitable for applications indicated and conditions existing at time of installation. 3. Colors: Provide color of exposed joint sealants to comply with the following: a. Match colors indicated by reference to manufacturer's standard designations. b. Provide selections made by Architect from manufacturer's full range of standard colors for products of type indicated. B Elastomeric Glazing Sealant Standard: Provide manufacturer's standard chemically curing,elastomeric sealants of base polymer indicated that comply with ASTM C 920 requirements indicated on each Elastomeric Glazing Sealant Product Data Sheet at the end of this Section, including those referencing ASTM classifications for Type, Grade, Class and Uses. I. Additional Movement Capability: Where additional movement capability is specified in Elastomeric Glazing Sealant Product Data Sheet,provide products, when tested for adhesion and cohesion under maximum cyclic movement per ASTM C 719,with the capability to withstand the specified percentage change in the joint width existing at time of installation and remain in compliance with other requirements of ASTM C 920 for uses indicated. C. Glazing Sealant for Fire-Resistant Glazing Products: Identical to product used in test assembly to obtain fire-resistive rating. 2.6 GLAZING TAPES 08800-5 IR 7152 A. Back-Bedding Mastic Glazing Tape: Preformed, butyl-based elastomeric tape with a solids content of 100 percent, nonstaining and nonmigrating in contact with nonporous surfaces, with or without spacer rod as recommended by tape and glass manufacturers for application indicated, packaged on rolls with a release paper backing. B. Available Products: Subject to compliance with requirements,glazing tape that may be incorporated in the Work include, but is not limited to, the following: I. Back-Bedding Mastic Glazing Tape With Spacer Rod: a. PTI 303 Glazing Tape (with shim), Protective Treatments, Inc. b. Pre-shimmed Tremco 440 Tape,Tremco, Inc. C. PTI 606 Architectural Sealant Tape, Protective Treatments, Inc. 2.7 MISCELLANEOUS GLAZING MATERIALS A. General: Provide products of material, size, and shape complying with referenced glazing standard,requirements of manufacturers of glass and other glazing materials involved for glazing application indicated,and with a proven record of compatibility with surfaces contacted in installation. B. Cleaners,Primers and Sealers: Type recommended by sealant or gasket manufacturer. C. Se,ting Blocks: Elastomeric material with a Shore A durometer hardness of 85 plus or minus 5. , D. Spacers: Elastomeric blocks or continuous extrusions with a Shore A durometer hardness required by glass manufacturer to maintain glass lites in place for installation indicated, E. Edge Blocks: Elastomeric material of hardness needed to limit glass lateral movement (side-walking). F. Plastic Foam Joint Fillers: Preformed, compressible, resilient, nonstaining, nonextruding, nonoutgassing, strips of closed-cell plastic foam of density, size, and shape to control sealant depth and otherwise contribute to produce optimum sealant MR performance. G. Glazing compound: Provide commercially produced glazing compounds for each substrate type equal to"DAP". 1. Provide glazing accessories necessary for a complete "putty glazing" installation. 2.8 FABRICATION OF GLASS AND OTHER GLAZING PRODUCTS 08800-6 7152 A. Fabricate glass and other glazing products in sizes required to glaze openings indicated for Project,with edge and face clearances,edge and surface conditions,and bite complying with recommendations of product manufacturer and referenced glazing standard as required to comply with system performance requirements. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine glass framing, with glazier present, for compliance with the following: 1. Manufacturing and installation tolerances,including those for size,squareness, offsets at comers, 2. Minimum required face or edge clearances. 3. Effective sealing between joints of glass-framing members. B. Do not proceed with glazing until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean glazing channels and other framing members receiving glass immediately before glazing. Remove coatings that are not firmly bonded to substrates. 3.3 GLAZING, GENERAL A. Comply with combined recommendations of manufacturers of glass,sealants,gaskets, and other glazing materials,except where more stringent requirements are indicated, including those in referenced glazing publications. B. Glazing channel dimensions as indicated on Drawings provide necessary bite on glass, minimum edge and face clearances,and adequate sealant thicknesses,with reasonable tolerances. Adjust as required by Project conditions during installation. C. Protect glass from edge damage during handling and installation as follows: 1. Use a rolling block in rotating glass units to prevent damage to glass corners. Do not impact glass with metal framing. Use suction cups to shift glass units within openings; do not raise or drift glass with a pry bar. Rotate glass lites with flares or bevels on bottom horizontal edges so edges are located at top of opening, unless otherwise indicated by manufacturer's label. 2. Remove damaged glass from Project site and legally dispose of off site. Damaged glass is glass with edge damage or other imperfections that, when installed, weaken glass and/or impair performance and appearance. D. Apply primers to joint surfaces where required for adhesion of sealants,as determined 08800-7 WS 7152 MR by preconstruction sealant-substrate testing. E. Install elastomeric setting blocks in sill rabbets, sized and located to comply with referenced glazing standard, unless otherwise required by glass manufacturer. Set blocks in thin course of compatible sealant suitable for heel bead. F. Do not exceed edge pressures stipulated by glass manufacturers for installing glass liter. G. Provide spacers for glass sizes larger than 50 united inches (length plus height) as follows: I Locate spacers inside,outside,and directly opposite each other. Install correct size and spacing to preserve required face clearances,except where gaskets and glazing tapes are used that have demonstrated ability to maintain required face clearances and comply with system performance requirements. 2. Provide 1/8-inch minimum bite of spacers on glass and use thickness equal to sealant width. With glazing tape, use thickness slightly less than final compressed thickness of tape. H. Provide edge blocking to comply with requirements of referenced glazing publications, unless otherwise required by glass manufacturer. 1. Set glass lites in each series with uniform pattern, draw, bow, and similar characteristics. 3.4 TAPE GLAZING A. Position tapes on fixed stops so that when compressed by glass their exposed edges are flush with or protrude slightly above sightline of stops. B. Install tapes continuously but not in one continuous length. Do not stretch tapes to make them fit opening. C. Where framing joints are vertical, cover these joints by applying tapes to heads and sills first and then to jambs. Where framing joints are horizontal, cover these joints by applying tapes to jambs and then to heads and sills, D. Place joints in tapes at corners of opening with adjoining lengths butted together, not lapped. Seal joints in tapes with compatible sealant approved by tape manufacturer. E. Do not remove release paper from tape until just before each lite is installed. F. Apply heel bead of elastomeric sealant. 08800-8 r 7152 G. Center glass lights in openings on setting blocks and press firmly against tape by inserting dense compression gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at corners and work toward centers of openings, H. Apply cap bead of elastomeric sealant over exposed edge of tape. 3.5 PUTTY GLAZING A. Reglaze existing window light openings previously installed with"putty glazing"with specified glazing compound according to manufacturer's instructions. 3.6 PROTECTION AND CLEANING A. Protect glass from breakage immediately after installation by attaching crossed streamers to framing held away from glass. Do not apply markers to glass surface. Remove nonpermanent labels, and clean surfaces. B. Protect glass from contact with contaminating substances resulting from construction operations including weld splatter. If, despite such protection, contaminating substances do come into contact with glass, remove them immediately as recommended by glass manufacturer. C. Examine glass surfaces adjacent to or below exterior concrete and other masonry surfaces at frequent intervals during construction,but not less than once a month,for build-up of dirt,scum,alkali deposits,or stains,and remove as recommended by glass manufacturer. D. Remove and replace glass that is broken, chipped, cracked, abraded, or damaged in any way, including natural causes, accidents and vandalism, during construction period. E. Wash glass on both faces in each area of Project not more than 4 days prior to date scheduled for inspections that establish date of Substantial Completion. Wash glass as recommended by glass manufacturer. END OF SECTION 08800-9 7152 SECTION 09205 - LATH AND PLASTER PARTI - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: I Metal lath, furring and suspension systems for repair of existing building's plaster construction and/or for new construction. a. Miscellaneous plaster framing components for attachment and/or support of other applied work. 2. Patch, replace and/or repair existing plaster surfaces where unsound plaster is removed under Selective Construction Demolition: Division 2. 3. Patch, repair and/or replacement of existing plaster wall and ceiling surfaces where these existing surfaces are to be the substrate for applied finish in the completed project, a. Under the Base Bid, work will involve 50% of the existing plaster surfaces. Should the actual work necessary exceed 50% of existing plaster surfaces, the Owner may authorize additional work based on the unit price shown on the Bid form, according to the Change Order process. 4. Patch, replace and/or repair plaster window opening returns coordinated with window renovation work. 5. Exterior cement plaster(stucco) soffit. B. Related Sections Include,but not limited to: 1. Selective Construction Demolition: Division 2. 2. Rough Carpentry: Division 6. 3. Gypsum Board Systems: Elsewhere in Division 9. 4, Painting: Elsewhere in Division 9. 5. Mechanical: Division 15. 6. Electrical: Division 16. 1.2 SUBMITTALS A. Product data consisting of manufacturer's product specifications and installation instructions for each product, including data showing compliance with the requirements. 09205-1 7152 B. Samples for verification purposes in units at least 12 inches square of each type of finish indicated, in sets for each color,texture, and pattern specified, showing full range of variations expected in these characteristics. C. Material Certificates: Submit producer's certificate for each kind of plaster aggregate indicated evidencing that materials comply with requirements. D. Provide additional data and/or samples as required by the Architect. 1.3 QUALITY ASSURANCE MR A. Coordination of Work: Coordinate layout and installation of suspension system components for suspended ceilings with other work supported by or penetrating through ceiling. B. Plaster work under this Section shall match the adjoining existing plaster work in thickness surface elevation and texture. New plaster work shall match and blend into existing construction without evidence of transition. C. Single-Source Responsibility: Obtain each type of lath and plaster materials from a single manufacturer. D. Provide additional data and/or samples as required by the Architect. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in original packages, containers, or bundles bearing brand name and identification of manufacturer. B. Store materials inside, under cover, and in manner to keep them dry, protected from weather, direct sunlight, surface contamination, aging, corrosion, and damage from construction traffic and other causes. Neatly stack gypsum lath flat to prevent deformation. 1.5 PROJECT CONDITIONS: A. Environmental Requirements, General: Comply with requirements of referenced plaster application standards and recommendations of plaster manufacturer for environmental conditions before, during, and after application of plaster. B. Cold Weather Protection: When ambient building temperatures are below 40 deg F (4.4 deg C), maintain continuous uniform temperature of not less than 40 deg F (4.4 deg C) nor more than 80 deg F(26 deg C)for not less than I week prior to beginning plaster application, during its application, and until plaster is dry but for 09205-2 7152 not less than one week after application is complete. Distribute heat evenly; prevent concentrated or uneven heat from contacting plaster near heat source. C. Ventilation: Ventilate building spaces as required to remove water in excess of that required for hydration of plaster. Begin ventilation immediately after plaster is applied and continue until it sets. D. Protect contiguous work from soiling, spattering, moisture deterioration and other harmful effects that might result from plastering. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include but are not limited to the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Expanded Metal Lath: a. Gold Bond Building Product-- Div., National Gypsum Co. b. United States Gypsum Co. C. Western Metal Lath Co. 2. Accessories: a. Fry Reglet Corp. b. Gold Bond Building Products Div., National Gypsum Co. C. MM Systems Corp. d. United States Gypsum Co. 2.2 METAL SUPPORTS FOR SUSPENDED AND FURRED CEILINGS A. General: Size metal ceiling supports to comply with the following, unless otherwise indicated. 1. Gypsum Plaster Installations: ASTM C 841. 2. Portland Cement Plaster Installation: ASTM C 1063. B. Wire for Hangers and Ties: ASTM A 641, Class I zinc coating, soft temper. C. Rod Hangers: Mild steel, zinc or cadmium coated. 09205-3 MR 7152 Oft D. Flat Hangers: Mild steel, zinc or cadmium coated or protected with rust-inhibitive paint. E. Channels: Cold-rolled steel,0.05980-inch minimum thickness of base metal (uncoated), allowable bending stress of 18,000 psi,protected with rust-inhibitive paint or galvanizing complying with ASTM A 525 for G60 coating designation, and as follows: 1. Carrying Channels: 1-1/2-inch-deep by 7/16-inch-wide flanges, 475 lbs. per 1000 feet painted, 508 lbs. per 1000 feet galvanized. 2. Furring Channels: 3/4-inch-deep by 7/16-inch-wide flanges, 300 lbs. per 1000 feet painted, 316 lbs. per 1000 feet galvanized. 3. Provide galvanized channels for exterior installations. F. Hanger Anchorage Devices: Screws,cast-in-place concrete inserts, or other devices appropriate for anchorage to the form of structural framing indicated and whose suitability for use intended has been proven through standard construction practices or certified test data. I Size devices to develop full strength of hanger but not less than 3 times calculated hanger loading,except size direct pullout concrete inserts for 5 times calculated hanger loading. 2.3 VERTICAL METAL FURRING A. Channel Furring and Braces: Cold-rolled steel,0.0598-inch min. thickness of base (uncoated) metal, allowable bending stress of 18,000 psi, protected with rust-inhibitive paint finish or galvanizing, 3/4-inch-deep by 7/16-inch-wide flanges, 300 lbs. per 1000 feet with painted finish, 316 lbs. per 1000 feet with galvanized finish. 1. Hat-Channels: Hat shaped screwable furring channels, 7/8-inch deep formed from zinc-coated (galvanized) steel sheet minimum 0.0179-inch thick complying with ASTM A 446, Coating Designation G 60, grade A (33,000 psi yield point). B. Furring Brackets: Serrated-arm type, 0.0329-inch min. thickness of base (uncoated) metal, adjustable from 1/4-inch to 2-1/4-inch wall clearance for channel furring. 2.4 LATH: A. Expanded Metal Lath: Fabricate expanded metal lath from uncoated or zinc-coated (galvanized) steel sheet to produce lath complying with ASTM C 847 09205-4 r 7152 for type, configuration, and other characteristics indicated below, with uncoated steel sheet painted after fabrication into lath. 1. Diamond Mesh Lath: Comply with the following requirements: a. Configuration: Self-furring. 1) Weight: 2.5 lbs. per sq. yd. 2) Weight: 3.4 lbs. per sq. yd. 2. Rib Lath: Comply with the following requirements: a. Configuration: Rib depth of 3/8 inch. 1) Weight: 3.4 lbs. per sq. yd. 2) Weight: 4.0 lbs. per sq. yd. B. Lath Attachment Devices: Devices of material and type required by referenced standards and recommended by lath manufacturer for secure attachment of lath to framing members and of lath to lath. 2.5 PLASTER ACCESSORIES FOR PORTLAND CEMENT PLASTER A. General: Comply with material provisions of ASTM C 1063; coordinate depth of accessories with thicknesses and number of coats required. B. Metal Corner Reinforcement: Expanded large-mesh diamond mesh lath fabricated from zinc-alloy or welded wire mesh fabricated from 0.0475-inch-diameter zinc-coated (galvanized) wire and specially formed to reinforce external corners of portland cement plaster on exterior exposures while allowing full plaster encasement. C. Metal Comer Beads: Small nose corner beads fabricated from zinc alloy, with expanded flanges of large-mesh diamond lath to allow full encasement by plaster. D. Casing Beads: Square-edged style, with expanded flanges and removable protective tape, of the following material: 1. Material: Zinc alloy. E. Control Joints: Prefabricated, of material and type indicated below: I. Material: Zinc alloy, 2. One-Piece Type: Folded pair of nonperforated screeds in M-shaped configuration, with expanded flanges. 2.6 PORTLAND CEMENT PLASTER MATERIALS A. Base Coat Cements: Portland cement, ASTM C 150, Type I or H. 09205-5 7152 B. Finish Coat Cement: Portland cement, ASTM C 150,Type I. XW C. Lime: Special hydrated lime for finishing purposes, ASTM C 206, Type S, or special hydrated lime for masonry purposes, ASTM C 207,Type S. D. Sand Aggregate for Base Coats: ASTM C 897. Mo E. Aggregate for Finish Coats: ASTM C 897 Manufactured or natural sand. MW F. Fiber for Base Coat: Alkaline-resistant(AR) glass or polypropylene fibers, 1/2 inch long, free of contaminates, manufactured for use in portland cement plaster. an 2.7 MISCELLANEOUS MATERIALS A. Water for Mixing and Finishing Plaster: Drinkable and free of substances capable no of affecting plaster set or of damaging plaster, lath, or accessories. B. Bonding Agent for Portland Cement Plaster: ASTM C 932. am C. Acoustical Sealant: ASTM C 919, nonoxidizing, skinning paintable types for exposed applications; nondrying, nonhardening, nonstaining, nonbleeding, am gunnable-type sealant complying with requirement specified in Division 7 Section "Joint Sealers" for concealed applications. MM 2.8 PORTLAND CEMENT PLASTER MIXES AND COMPOSITIONS A. General: Comply with ASTM C 926 for portland cement plaster base and finish coat mixes as applicable to plaster bases, materials, and other requirements indicated. B. Portland Cement Plaster Base Coat Mixes and Compositions: Proportion materials for respective base coats in parts by volume for cementitious materials and in parts by volume per sum of cementitious materials for aggregates to comply with the following requirements for each method of application and plaster base indicated. Adjust mix proportions below within limits specified to attain workability. I Fiber Content: Add fiber to following mixes after ingredients have mixed at least 2 minutes. Comply with fiber manufacturer's directions but do not to exceed 2 tbs. per cu. ft. of cementitious materials. Reduce aggregate quantities accordingly to maintain workability. 2. Three-Coat Work Over Metal Lath: Base coats as indicated below: 09205-6 r 7152 a. Scratch Coat: I part portland cement, 3/4 to 1-1/2 parts lime, 2-1/2 to 4 parts sand. b. Brown Coat: I part portland cement, 3/4 to 1-1/2 parts lime, 3 to 5 parts sand. 3. Three-Coat Work Over Masonry: Base coat as indicated below: C. Scratch Coat: I part portland cement, 3/4 to 1-1/2 parts lime, 2-1/2 to 4 parts sand. d. Brown Coat: I part portland cement, 3/4 to 1-112 parts lime, 3 to 5 parts sand. C. Job-Mixed Portland Cement Plaster Finish Coats: Proportion materials for finish coats in parts by volume for cementitious materials and parts by volume per sum of cementitious materials for aggregates to comply with the following requirements: I I part portland cement, 3/4 to 1-112 parts lime, 3 parts sand, or factory-prepared portland cement finish coats 2. Modify proportions as necessary to match existing plaster surface . 2.9 MIXING A. Mechanically mix cementitious and aggregate materials for plasters to comply with applicable referenced application standard and with recommendations of plaster manufacturer. PART 3 - EXECUTION 3.1 INSTALLATION OF LATHING AND FURRING, GENERAL A. Portland Cement Plaster Lathing and Furring Installation Standard: Install lathing and furring materials indicated for portland cement plaster to comply with ASTM C 1063. B. Install supplementary framing, blocking, and bracing at terminations in the work and for support of fixtures, equipment services, heavy trim, grab bars, toilet accessories, furnishings, and similar work to comply with details indicated or, if not otherwise indicated, to comply with applicable published recommendations of gypsum plaster manufacturer or, if not available, of"Gypsum Construction Handbook" published by United States Gypsum Co. I Isolation: Where lathing and metal support system abuts building structure horizontally and where partition/wall work abuts overhead structure, isolate the work from structural movement sufficiently to 09205-7 ER 7152 prevent transfer of loading into the work from the building structure. Install slip- or cushion-type joints to absorb deflections but maintain lateral support. 2. Frame both sides of control and expansion joints independently, and do not bridge joints with furring and lathing or accessories. 3.2 INSTALLATION OF CEILING SUSPENSION SYSTEMS A. Preparation and Coordination: Coordinate installation of ceiling suspension system with installation of overhead structural systems to ensure that inserts and other structural anchorage provisions have been installed to receive ceiling hangers in a manner that will develop their full strength and at spacings required to support ceiling. B. Hanger Installation: Attach hangers to structure above ceiling to comply with MUSFA "Specifications for Metal Lathing and Furring" and with referenced standards. C. Install ceiling suspension system components of sizes and spacings indicated but not in smaller sizes or greater spacings than those required by referenced lathing and furring installation standards. I. Wire Hangers: Space 8-gage {0.16-inch-diameter) wire hangers not over 4'-O" o.c. parallel with and not over Y0" perpendicular to direction of carryiii� channels, unless otherwise indicated, and within 6 inches of carrying channel ends. 2. Carrying Channels: Space carrying channels not over Y-0" o.c. with 4'-ff' o.c. hanger spacing. 3. Furring Channels to Receive Metal Lath. Space furring channels not over 16 inches o.c. for 3.4-1b. diamond mesh lath, 19 inches o.c. for 3.4-1b. flat rib lath, or 24 inches o.c. for 3.4-1b., 3/8 inch rib lath. 4. Furring Channels to Receive Gypsum Lath: Space furring channels not over 16 inches o.c. for 3/8-inch-thick, clip-attached gypsum lath, unless closer spacing indicated or required for fire-resistance rated assembly. 3.3 INSTALLATION OF VERTICAL METAL FURRING A. Metal Furring to Receive Metal Lath: Comply with requirements of MUSFA "Specification for Metal Lathing and Furring" applicable to each installation condition indicated. 3.4 METAL LATHING 09205-8 7152 A. Install expanded metal lath for the following applications where plaster base coats are required. Provide appropriate type, configuration, and weight of metal lath selected from materials indicated that comply with referenced lathing installation standards. 1. Suspended and fur-red ceilings using 3.4 lbs. per sq. yd. minimum weight diamond mesh lath. 2. Vertical metal framing and furring. 3. Ceramic the setting beds using 3.4 lbs, per sq. yd. minimum weight diamond mesh lath. a. Monolithic surfaces not complying with requirements of referenced plaster application standards for characteristics that permit direct bond with plaster. 3.5 INSTALLATION OF PLASTERING ACCESSORIES A. General: Comply with referenced lathing and furring installation standards for provision and location of plaster accessories of type indicated. Miter or cope accessories at corners; install with tight joints and in alignment. Attach accessories securely to plaster bases to hold accessories in place and alignment during plastering. B. Accessories for Portland Cement Plaster: Provide the following types to comply with requirements indicated for location: 1. Corner Reinforcement. Install at external corners. 2. Corner Bead: Install at external corners. 3. Casing Beads: Install at terminations of plaster work unless otherwise indicated. 4. Control Joints: Install control joints at locations indicated or, if not indicated, at locations complying with the following criteria and approved by Architect. a. Where an expansion or control joint occurs in surface of construction directly behind plaster membrane. b. Where plaster panel sizes or dimensions change, extend joints full width or height of plaster membrane. C. For Portland Cement Plaster: Where, in surfaces of ceilings and walls,distances between and areas within control joints exceed, respectively, the following measurements: 1) 18 feet in either direction and 144 sq. ft. 2) 10 feet in either direction and 100 sq. ft. 3.6 PLASTER APPLICATION, GENERAL 09205-9 04 7152 A. Plaster work under this Section shall match the adjoining existing plaster work in thickness surface elevation and texture. New plaster work shall match and blend into existing construction without evidence of transition. B. Prepare monolithic surfaces for bonded base coats and use bonding compound or agent to comply with requirements of referenced plaster application standards for conditioning of monolithic surfaces. C. Tolerances: Do not deviate more than 1/8 inch in 10'-4" from a true plane in finished plaster surfaces, as measured by a 10°O" straightedge placed at any location on surface. D. Grout hollow metal frames, bases, and similar work occurring in gypsum plastered areas, with base coat plaster material, and prior to lathing where necessary. Except where full grouting is indicated or required for fire-resistance rating, grout at least 6 inches at each jamb anchor clip. E. Sequence plaster application with the installation and protection of other work so that neither will be damaged by the installation of the other. F. Plaster flush with metal frames and other built-in metal items or accessories that act as a plaster ground, unless otherwise indicated. Where plaster is not terminated at metal by casing beads,cut base coat free from metal before plaster sets and groove finish coat at the junctures with metal. G. Apply thicknesses and number of coats of plaster necessary to match existing adjoining plaster work. 3.7 PORTLAND CEMENT PLASTER APPLICATION A. Portland Cement Plaster Application Standard: Apply Portland cement plaster materials, compositions, and mixes to comply with ASTM C 926. B. Number of Coats: Apply portland cement plaster, of composition indicated, to comply with the following requirements: I. Use three-coat work over the following plaster bases: a. Metal lath. b. Existing building or new construction masonry. 2. Finish Coat: Floated finish unless otherwise necessary to match existing plaster work for texture. 09205-1 IP 7152 C. Moist-cure portland cement plaster base and finish coats to comply with ASTM C 926, including recommendations for time between coats and curing in "Annex A2 Design Considerations." 3.8 CUTTING AND PATCHING A. Cut, patch, point up, and repair plaster as necessary to accommodate other work and to restore cracks, dents, and imperfections. Repair or replace work to eliminate blisters, buckles, excessive crazing and check cracking, dry outs, efflorescence, sweat outs, and similar defects and where bond to the substrate has failed. B. Sand smooth-troweled finishes lightly to remove trowel marks and arrises. 3.9 CLEANING AND PROTECTION A. Remove temporary protection and enclosure of other work. Promptly remove plaster from door frames, windows, and other surfaces that are not to be plastered. Repair floors, walls, and other surfaces that have been stained, marred, or otherwise damaged during the plastering work. When plastering work is completed, remove unused materials, containers, and equipment and clean floors IA of plaster debris. B. Provide final protection and maintain conditions, in a manner suitable to Installer rthat ensure plaster work's being without damage or deterioration at time of I Substantial Completion. r t END OF SECTION r r r r 09205-11 7152 SECTION 09265 - GYPSUM BOARD SYSTEMS PART I - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: 1. Metal support and suspension systems. 2. Gypsum wallboard. 3. Gypsum wallboard surface texture. 4. Wallboard accessories. 5. Acoustic insulation and sealant. 6. Manufactured specialty trim. B. Related Sections include, but are not limited to: 1. Unit Masonry: Division 4. 2. Architectural Woodwork: Division 6. 3. Steel Doors and Frames: Division 8. 4. Access Doors: Division 8. 5. Sealants: Division 8. 6. Lath and Plaster; Elsewhere in Division 9. 7. Painting: Elsewhere in Division 9. 1.2 SYSTEM DESCRIPTION A. General Performance Requirements: Provide pre-engineered system produced and distributed by a single manufacturer and tested for compliance with specified performance requirements. 1.3 SUBMITTALS A. Product Data: Submit manufacturer's brochure product and technical data for systems required, including installation instructions and data sufficient to show compliance with requirements. B. Shop Drawings: Submit shop drawings for special assemblies designated on the drawings,including details sufficient to show compliance with design intent and performance requirements. 1. Provide layout of control, isolation and expansion joint locations. C. Samples: Provide confirming samples of texture to match plaster texture for Architect's approval. 09265-1 MR 7152 an 1. Sample panels shall be 18" x 18" on gypsum board 2. Cover edges of gyp board panels with suitable tape after application of texture. D. Provide additional data and/or samples as required by the Architect. WIR 1.4 QUALITY ASSURANCE A. Installer Qualifications: Provide installation by a company specializing in work similar to that required on this project and with not less than 5 years of documented experience, B. Regulatory Requirements: At locations indicated on drawings,provide fire-rated assemblies tested in accordance with ASTM E 119 and acceptable to authorities for ratings required. Provide assemblies as listed in the following: I. GA-600, "Fire Resistance Design Manual." 2. Underwriters Laboratories Inc.s (UL) "Fire Resistance Directory." C. Industry Standards:Applicable standards,requirements and recommendations as published by The Gypsum Association, Washington, DC (202-289-5440). D. Installation Standards: Install metal framing and support systems,drywall panel units, trim and accessories as specified herein and according to "Gypsum Construction Handbook",90th Anniversary Edition, published by United States Gypsum Company (USG), Chicago, 11. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in original and unopened packages,containers,or bundles,with brand names and manufacturer's labels intact and legible. B. Store materials in dry location,fully protected from weather and direct exposure to sunlight. C. Stack gypsum board products flat and level, properly supported to prevent sagging or damage to ends and edges. D. Store corner bead and other accessories to prevent bending, sagging, distortion, or other damage. 1.6 PROJECT CONDITIONS A. Temperature: Maintain temperature in areas of installation between 50 and 70 degrees F for at least 24 hours before installation begins and for not less than 48 hours after joint finishing has been completed. 09265-2 7152 B. Ventilation: Provide controlled ventilation during joint finishing operations, to eliminate excessive moisture. Avoid drafts during hot, dry weather to prevent excessively fast drying of joint compound, 1.7 REMEDIAL CONSTRUCTION WORK A. New construction materials and work of this section includes necessary work resulting from demolition and removal activities, the infilling of existing openings and/or openings created by demolition work,and the proper preparation of existing framing,surfaces and/or substrates to receive work under this section which is necessary to produce the completed finish construction configuration. 1. All openings in existing gypsum board work which are not reused as a part of this project shall be closed with gypsum board construction types and materials matching and blending into existing construction. This requirement shall apply to all openings of the building, whether existing or created by demolition work under this contract,and whether concealed or exposed in the completed construction. 1 Existing openings in gypsum board work which are reused as part of the work under this contract shall be resized as necessary by either accurate enlargement cutting to produce the proper clear opening size,or infilling with matching gypsum board construction producing a tight fit around the penetrating item. B. Refer to "Selective Construction Demolition" specified in division 2 for additional project requirements. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturer: Subject to compliance with requirements,provide products of one of the following: 1. Suspended Metal Support System: a. Chicago Metallic Corp. b. Donn Corporation C. Armstrong World Industries, Inc. d. United States Gypsum Co. 2. Metal Wall and Partition Framing Materials: a. Gold Bond Building Products Division, National Gypsum Co. b. Dale/Incur Division; Inryco Inc. C. United States Gypsum Co. d. Unimast, Inc. 3. Gypsum Board,Cementitious Backer Board and Related Products: a. Louisiana-Pacific Corp. b. Georgia-Pacific Corporation 09265-3 7152 C. Gold Bond Building Products Division, National Gypsum Co. d. United States Gypsum Co. 2.2 SUSPENDED METAL SUPPORT SYSTEM: A. In areas scheduled for gypsum board ceilings, provide one of the suspension systems listed below. 1. New Construction Hanger Wire: ASTM A 641,soft,Class I galvanized. a. Ceiling hangers: Minimum 8 gage wire. b. Furring channel ties: Minimum 18 gage wire. 2. Existing Hanger Wire: Shall not be reused. 3. Traditional Suspended Metal Channel and Hat-shaped Furring Assembly: a. General: Size ceiling support components to comply with ASTM C 754. b. Ceiling Channels: ASTM C 754,cold-rolled or hot-rolled steel, with rust-inhibitive finish. C. Furring Members: ASTM C 645; 25 gage, hat-shaped. d. Provide formed or fabricated metal molding, edges and trim components necessary for ceiling openings and penetrations. e. Attachment: Provide commercially produced Metal Furring Channel Clips or proper gage tie wire for assembly attachment. 4. Commercially Produced Clip-together Metal Suspension Framing System: System designed and specifically produced for drywall screw attachment. a. Basis of Design: Provide system equal to "HD Drywall Framing System",Armstrong World Industries, Inc.; or U.S. Gypsum Co. "Rigid V framing system. b. Provide intermediate grid members and trim components necessary to accommodate all ceiling mounted and ceiling penetrating items, whether or not specifically indicated on the drawings. B. Miscellaneous Members: Provide miscellaneous fabricated components and/or manufacturer's standard clips, angles and runners necessary to install the configurations indicated. 2.3 FRAMING AND FURRING MATERIALS A. General: Provide minimum 20 gage framing members and establish spacing to comply with requirements of ASTM C 754 unless otherwise specifically indicated. 1. Maximum deflection: U240 at 5 pounds per square foot loading. B. Studs and Tracks: ASTM C 645, steel with protective coating. 1. Provide framing members according to partition types indicated. 09265-4 7152 2. Typical depth: 3-5/8 inches and as otherwise indicated on the drawings.. C. Furring Members: ASTM C 645, steel with protective coating. 1. Hat-shaped except as otherwise indicated. 2. Where indicated as "resilient"or"acoustical,"or where required for STC ratings indicated, provide manufacturer's special type designed for attachment by one flange for reduced sound transmission. 3. C-shaped studs, in locations indicated. D. Special Fabricated Metal Components: Provide all special fabricated metal framing components indicated and/or specified. Such components shall be fabricated from a minimum of 20 gage galvanized metal, or matching the gage of the major framing components associated with the fabricated component. E. Framing Fasteners/Connectors: Manufacturer's recommended system for specific application indicated, complying with ASTM C 754. 2.4 GYPSUM BOARD A. Gypsum Wallboard: ASTM C 36; in maximum lengths available for vertical application, for the wall heights indicated and with minimum of horizontal end-to-end butt joints. 1. Regular, except as otherwise indicated. 2. Fire-resistant type (Type X or equivalent). 3. Edges: Tapered. 4. Thickness: 518 inch, except as otherwise specifically indicated. B. Moisture-Resistant (MR) Gypsum Backing Board: ASTM C 630. 1. Fire-resistant type,(Type X or equivalent). 2. Edges: Tapered, for taped joint treatment. 3. Thickness: 518 inch, except as otherwise shown. C. Provide moisture resistant gypsum board in toilet rooms for all walls where cementitious backer board is not specified, and at other locations as a substrate for ceramic the finish. 2.5 TRIM AND ACCESSORIES A. General: Except as otherwise specifically indicated,provide trim and accessories by manufacturer of gypsum board materials, made of galvanized steel or zinc alloy and configured for concealment in joint compound. 1. Include corner beads, edge trim, and other trim units indicated or necessary for project conditions. Provide accessories as required in order to achieve details indicated, whether or not specific accessories are indicated on the drawings. 09265-5 7152 B. Exposed Trim: At outside corners and similar locations subject to edge or comer damage, provide manufacturer's standard metal trim units designed for concealment in joint compound. C. Control Joints: Provide manufacturer's standard one-piece control joints of extruded vinyl,zinc alloy,or other noncorrosive metal at locations indicated and as specified herein. 2.6 MANUFACTURED SPECIALTY TRIM A. Basis of Design: Provide manufactured specialty trim and accessories equal to products of Pittcon Industries, Division of American Metal Forming Corp. 1. Wall Reveal: Softforms 2" SWR series wall reveal, paint grade finish, 2. End Cap: Softforms Condition #19 End Cap for 2" SWR series wall reveal. 3. Intersections: Provide factory fabricated "Tees"' and "X's" where necessary. 17 JOINT TREATMENT A. General: Provide products by manufacturer of gypsum boards and cementitious backer panels. Comply with ASTM C 475 and with manufacturer's recommendations for specific project environmental and fire rating conditions. B. Joint Tape: Manufacturer's standard paper reinforcing tape. I. Joint Tape for Water-resistant Board: If recommended by manufacturer, provide open-weave fiberglass tape for joint treatment of moisture-resistant gypsum backing board. C. Joint Compound: At joints and fasteners in moisture-resistant gypsum backing board and cementitious backer panels intended for the surfacing, provide compound specifically recommended or permitted by manufacturer of gypsum board. D. Drying Type Joint Compound: Vinyl-based ready-mixed type for interior use, and as follows: 1. Taping compound: Type specifically formulated for embedding tape and accessories and for prefilling. 2. Topping compound: Type specifically formulated for finishing drywall over taping compound. E. Manufacturers: Provide products complying with requirements of the contract documents and equal to those produced by U.S. Gypsum Co. 2.8 TEXTURING MATERIALS 09265-6 7152 A. General: Provide products by manufacturer of gypsum boards; if not available, products equal to those produced by U.S. Gypsum Co. Comply with manufacturer's recommendations for specific project environmental conditions. B. Texture Material: At the contractor's option, provide commercially prepared texture material of either powder type or premixed paste type. C. Manufacturers: Provide products complying with requirements of the contract documents and equal to those produced by U.S. Gypsum Co. D. Provide clean sand in the texturing mixture as necessary to match plaster texture. 2.9 ACOUSTICAL MATERIALS A. General: Provide acoustical materials as produced or recommended by manufacturer of gypsum products. B. Sound Attenuation Blankets: ASTM C 665, Type 1; unfaced semirigid mineral fiber mat; thickness as required for wall construction and indicated. Provide 3" minimum thickness. C. Acoustical Sealants: ASTM C 919;nondrying,nonhardening,nonskinning type for concealed locations; nonoxidizing, skinning type for exposed locations. 2.10 SEALANT.MATERIALS A. General: Provide sealant material continuous between bottom edge of gypsum board and/or cementitious backer units where specified or otherwise detailed. B. Sealant Material: Provide one-part nonsag low-modulus urethane sealant products complying with requirements of the contract documents. 2.11 MISCELLANEOUS MATERIALS A. General: Provide miscellaneous materials asproduced or recommended by manufacturer of gypsum products. B. Sound Attenuation Blankets: ASTM C 665,Type 1; unfaced semirigid mineral fiber mat;thickness as required for wall construction and/or STC rating indicated. C. Screws: ASTM C 1002; self-drilling type; lengths as recommended by gypsum board manufacturer for project conditions. I Interior applications: ASTM C 1002,Type S;or ASTM C 954,Type S- 12, with manufacturer's standard corrosion resistant finish. 09265-7 OR 7152 an D. Acoustical Sealants: ASTM C 919; nondrying,nonhardening,nonskinning type for concealed locations; nonoxidizing, skinning type for exposed locations. am E. Spot Grout: ASTM C 475, setting-type joint compound of type recommended oft for spot grouting hollow metal door frames. F. Adhesive: Unless otherwise recommended by the manufacturer, provide adhesive equal to W.W. Henry Co. (800-231-5592), #117 Multi-Purpose Construction Adhesive. G. Provide adequate coverings and protections necessary to properly protect other work and equipment in place. 1. It shall not be the Contractor's option to substitute cleaning,repair and/or other remedial work in lieu of the required protection. PART 3 - EXECUTION 3.1 EXAMINATION A. Inspection: Verify that project conditions and substrates are appropriate to begin installation of work of this section. 3.2 PREPARATION A. Layout:Layout gypsum board framing and suspension systems to the dimensions and locations indicated. Unless specifically indicated otherwise, locate all door frames to provide required handicap clearances at strike jambs. Should actual framing layout dimensions at any door location not allow required handicap jamb clearances,consult with the Architect for resolution before installation of framing in that area. B. Coordination: Coordinate installation of anchorage and suspension devices for suspended ceilings/soffits with ceiling mounted fixtures and devices, and verifying that spacing and rated strength are correct for anticipated load conditions. 1. Provide additional "trapeze" hanger supports for locations where other building components prevent direct suspension of ceilings or soffits. 3.3 INSTALLATION OF METAL FRAMING AND SUSPENSION SYSTEMS A. General: Comply with provisions of ASTM C 754 except where exceeded by other requirements. B. Suspended Ceilings and Soffits: 09265-8 7152 I Secure hangers to structure or to anchorage devices so that full strength of hanger can be achieved. a. Install ceiling channels at spacing indicated or required, but not greater than permitted by ASTM C 754. 2. Secure furring members by means of screws, clips, or wire ties, as appropriate to substrate. Space furring members as follows: a. As permitted by ASTM C 754 for span of furring member and thickness of gypsum board. 3. Level ceiling system to a tolerance of 1/8 inch in 12 feet, or to a higher tolerance if required by specific project conditions. 4. Reinforce openings and interruptions in horizontal framing system with additional furring channels. Ensure that entire suspension system is laterally braced. C. Metal Stud System: 1. General: Install tracks and studs in accordance with Wall Types shown on the drawings, manufacturer's recommendations and as follows: a. Stud spacing: 16" o.c., unless specifically indicated otherwise. 2. Space wall furring members 16" ox., unless otherwise required. Brace stud furring walls back to existing wall at 5'-0" o.c. vertically maximum with metal furring support brackets equal to USG"Unimast"wall furring brackets for all vertical furring members with top track not positioned against underside of building structure. 3. Door Frames and Wall Openings: Comply with recommendations of USG "Gypsum Construction Handbook";reinforce openings as required for size and weight of doors,using a minimum of two side-by-side studs on each side of opening. a. At openings in fire-rated partitions,comply with requirements of governing authorities for framing. b. Frame inside perimeter of return air openings in walls above ceilings to close off wall stud cavaty. 4. Partition heights: Extend studs above ceilings and properly brace,or full height to underside of floor or roof construction above as indicated. 5. Blocking and bracing: Install blocking and bracing as indicated and/or recommended by manufacturer for adequate support of wall-mounted items installed as work of other sections. 6. Frame door openings and similar wall opening work to comply with details indicated or,if not otherwise indicated,to comply with applicable published recommendations. Provide a minimum of two vertical studs at jambs and attach frame with screws directly to jamb anchor clips on metal door frames. Comply with GA-214;reinforce openings as required for size and weight of doors. a. At openings in fire-rated partitions,comply with requirements of governing authorities for framing. 09265-9 7152 b. Spot grout frames at anchor locations according to method described in the"Gypsum Construction Handbook"published by United States Gypsum Company, C. Coordinate requirements for door and window installation with other Sections in Division 8. 7. Frame openings other than door opc.iings to comply with details indicated or if not indicated, in same manner as required for door openings and with a box header over the opening. For openings up to 3'- 6" wide, box headers shall be made up of partition width runner tracks top and bottom,and wall width studs set on edge at each leg of the tracks. For openings between Y-6" wide and 6'-0" wide box headers shall be made up with partition width runner tracks top and bottom, and 6" deep studs set on edge at each leg of the tracks. Fasten box headers with screws at each end of runner tracks and at 12" O.C. in between. Install framing below sills of openings to match framing required above door heads. Coordinate opening sizes to accommodate wood nailers where required. 8. Bulkhead partitions: Extend studs as indicated above ceiling height to underside of roof construction and brace back with additional diagonal stud framing at 4'o.c. 3.4 BOARD INSTALLATION •• A. General:Gypsum board installation shall comply with ASTM C 840 and GA-216 except where exceeded by other requirements. 1. Wherever possible, install gypsum board to minimize butt end joints. 2. Apply ceiling boards prior to installation of wallboards. Arrange to minimize butt end joints near center of ceiling area. 3. Install wallboards in a manner which will minimize butt end joints in center of wall area. Stagger vertical joints on opposite sides of walls. 4. Butt all joints loosely, with maximum of 1/16 inch between boards. 5. Place wrapped edges adjacent to one another; do not place cut edges or butt ends adjacent to wrapped edges. 6. Support all edges and ends of each board on framing or by solid substrate, except that long edges at right angles to framing members in non-fire-rated construction may be left unsupported. 7. In double-layer ceiling work, apply base layer with long edges perpendicular to framing members, with face layer in opposite direction, and with all joints offset. 8. In double-layer wall applications, apply base layer with long edges parallel to framing members,with all joints in face layer offset from those in base layer. 9. Elevate bottom edge of gypsum boards approximately !/2" above floor. 10. Accurately locate and size openings in gypboard panels for all penetrations. 09265-10 r I r 7152 B. Control Joints: Form control joints by means of 1/4-inch space between adjacent gypsum boards,with each edge supported on separate framing member,ready to receive trim accessory, and locate as shown on the drawings and as follows. Secure Architect's approval for control joint locations prior to their installation. r 1. Not more than 30 feet apart on walls which are not otherwise intersected and the gypsum board membrane is interrupted by other walls for 50 feet or more. 2. On ceilings with perimeter relief, not more than 50 feet apart in both directions. 3. On ceilings without perimeter relief, not more than 30 feet apart in both directions. 4. At exterior soffits, not more than 30 feet apart in both directions. C. Control Joints In Fire Rated Systems: Form control joints in fire rated systems according to requirements and illustrations of GA-234. D. Isolation Joints: Where gypsum board construction intersects structural components, provide isolation by stopping board a minimum of 1/4 inch from structure, for finishing by means of casing trim on gypsum board edge and paintable caulk between casing bead and adjoining member. E. Sound Isolation Construction: At Wall Types shown for installation of sound attenuation blankets, seal perimeter of construction with acoustical sealant, complying with ASTM C 919. Carefully seal around perimeter,penetrations and at control joints and other openings. 1. At Wall Types shown, install sound attenuation blankets after gypsum board has been installed on one side. F. Installation on Metal Framing and Furring: 1. Single-layer application: Install gypsum board by means of screw attachment. a. On walls and partitions,plan installation of gypsum board so that leading edge or end of gypsum board is attached to open end of stud flange first. G. Installation of Moisture-Resistant Backing Board: I. General: At locations indicated for installation of applied finishes other than paint, wallcovering, or ceramic tile, install gypsum backing board, using same technique employed for gypsum wallboard. 2. Install moisture-resistant gypsum backing board in accordance with manufacturer's recommendations for installation, including minimum clearances and sealing of penetrations and edges. Do not install water-resistant backing board on ceilings or over vapor retarders. 09265-11 7152 H. Spot Grout for Opening Frames: At all wall openings with frames anchored to drywall framing, spot grout all anchor connections at each side of the wall according to USG"Gypsum Construction Handbook",90th Anniversary Edition, page 122. 1. Return Air Openings: Provide a minimum of one return air opening for all rooms whose wall configuration prevent a direct return air path into the above ceiling plenum area. Provide a minimum return air opening size of 14" x 12". Coordinate other required sizes with mechanical work. 3,5 INSTALLATION OF TRIM AND ACCESSORIES A. Provide trim in the locations listed below. Drawing detail indications may, or may not,indicate individual trim units at each and every location specified below, but unless the drawing detail specifically notes the trim pieces to be omitted,they shall be provided in all locations specified. B. Installed trim units shall be concealed in joint finishing compound, except for portions of trim items intended by manufacturer to be left exposed or semi- exposed. C. Fasten metal trim items to substrate with same fasteners used to install gypsum board products. Where such screw fastening is not possible, fasten flanges by nailing or stapling in accordance with manufacturer's printed instructions and/or recommendations. D. Install one-piece (beaded-type)control joints at the following locations. Do not remove tape until finishing operations are complete. 1. At all jambs of door frames and similar wall opening locations, and on both sides of wall or partition; extend control joints in gypsum board vertically from top of frame or opening to the full height of gypsum wall construction. Finished control joint trim piece may be terminated approximately 4" above ceiling. 2. At all iambs of borrowed lights,window frames,and similar wall opening locations, and on both sides of wall or partition;extend control joints in gypsum board vertically from top of frame or opening to the full height of gypsum wall construction and in line vertically to the floor below the opening. Finished control joint trim piece shall be provided in all exposed locations, and may be terminated approximately 4" above ceiling. 3. Where partition, furring, or column fireproofing abuts a structural element, except floor, or a dissimilar wall or ceiling material. 4. Where ceiling abuts a structural element, dissimilar wall or partition, or other vertical penetration. 09265-12 r r 7152 5. Where gypsum board support construction changes type or direction within the plane of a partition or ceiling. 6. Where the uninterrupted length of a partition or furring exceeds 30'-0% coordinate exact location of control joints with the Architect prior to installation. 7. Where ceiling dimension in either direction exceeds 20!-0" without perimeter relief, or 50'-0" in either direction with perimeter relief; 1p coordinate exact location of control joints with the Architect prior to installation. 8. Where wings of"L", "T", and "U" shaped ceilings are joined. E. Install metal edge trim whenever edge of gypsum board would otherwise be exposed or semi-exposed and where gypsum board abuts lay-in ceiling system. I Provide type with face flange to receive joint compound except where semi-finishing type is required. 1 Install L-type trim where work is tightly abutted to other work,and install special kerf-type where other work is kerfed to receive long leg of L-type 1 trim. 3. Install U-type trim where edge is exposed,revealed,gasketed,or sealant- filled. F. Corner Bead: Install metal corner bead at all external corners. IP G. Control Joints: Install one-piece control joints at required locations. Do not remove tape until finishing operations are complete. 3.6 MANUFACTURED SPECIALTY TRIM A. Install wall reveal trim in smooth continuous lines. Fully conceal attaching drywall screws in flange trim and set below bedding compound line. B. Field cut necessary miter joints true and clean with appropriate accurate cutting power compound miter saw. Fit all butt joints to a uniform hair line, true, straight and without gaps. C. Provide factory end caps at all end conditions. 3.7 ACOUSTICAL CONTROL A. Provide sound attenuation blankets in all locations specified and indicated. Provide acoustical sealant treatment for perimeters and openings on each side of partitions containing sound attenuation blankets. 09265-13 7152 B. All new construction toilet room drywall work is required to be sound resistive construction, including installation of sound attenuation blankets in all walls adjoining interior areas and on one side of plumbing chase walls between toilet rooms. Seal the work at perimeters, control joints, openings and penetrations with a continuous bead of acoustical sealant including a bead at both faces of MIR partitions. Comply with ASTM C 919 and manufacturer's recommendations for location of beads, and close off sound-flanking paths around or thorough the work, including sealing of partitions above acoustical ceilings. 1. Provide sound attenuation blankets in walls extending to 18" above the toilet room's ceiling elevation. 2. Provide sealant along bottom of partitions where indicated, specified or otherwise necessary. C. Install acoustical treatment to comply with applicable published recommendations. 3.8 SEALANT INSTALLATION A. General: Provide sealant material continuous between bottom edge of gypsum board and/or cementitious backer units, and the concrete floor substrate where ceramic tile is applied as floor or base finish on one or both sides of the partition. 3.9 FINISHING A. Protection: Protect adjacent equipment, windows, prefinished items and other surfaces that are not to receive gypsum board finishing materials from contamination and/or damage by the application of specified gypsum board finishing and texturing work. Provide suitable masking,drapes,drop cloths and the like for protection purposes. 1. It shall not be the Contractor's option to substitute cleaning,repair and/or other remedial work in lieu of the required protection. B. General: Finishing for joints, trim and fasteners is required for all wallboard exposed to view or used as a substrate for applied finish material. I Comply with ASTM C 840 and GA-216 except where exceeded by other requirements. 2. Do not mix joint compounds except as specifically recommended by manufacturer. C. Finish gypsum board in accordance with the following level of finish per GA-214, except where indicated otherwise on the drawings: 1. Level 3: Embed tape in joint compound at all joints and interior angles. Provide two separate coats of compound at all joints, angles, fastener heads, and accessories. Provide smooth surfaces free of tool marks and ridges. 09265-14 7 r 7152 D. Joint Treatment: Tape and finish joints in accordance with manufacturer's instructions for compounds used, using proper hand tools designed for the purpose. 1. Avoid raising nap of face paper when sanding;carefully sponge down any areas roughened by sanding process. E. Penetrations: Fill minor openings and cutouts around fixtures and penetrations with acoustical sealant. F. Finish moisture-resistant(MR)gypsum board and cementitious backer panels to comply with ASTM C 840 and manufacturer's directions for treatment of joints behind ceramic tile. G. Partial Finishing: Omit third coat and sanding on concealed drywall work such as attic spaces,and areas covered by applied finishes such as FRP panels or vinyl wall covering. H. Refer to specification sections for painting ,wall-coverings and/or other applied decorative finishes specified elsewhere in Division 9 applied to drywall substrate. 3.10 TEXTURING A. General: Provide texturing for gypsum board scheduled for painted finish,in all room a-_,eas exposed to view in the completed construction. Ensure that surfaces r to receive textured finish are clean, dry, and smooth. Prime gypsum board surfaces completely with a good quality white flat alkyd wall paint or a primer acceptable to manufacturer of texturing materials. B. Mixing: Prepare powder-type texturing material by mixing with water in proportions recommended by manufacturer, using a clean container and variable-speed power agitator. 1. Include sand into the mixture to match plaster texture. C. Application: Apply textured finish by means of roller or powered spray equipment acceptable to manufacturer, and at application rate to match the approved texture sample. 1. If necessary,modify texture by means of appropriate tools while surface is still wet, to match approved samples. 3.11 PROTECTION AND CLEANING A. It shall not be the contractor's option to provide cleaning and/or repair work in lieu of the required protection unless specifically approved by the Contracting officer. 09265-15 7152 B. Provide protection for all finished work, surfaces, equipment, windows, prefinished items and other surfaces to be exposed to view in the completed construction. L Provide necessary drop cloths,drapes and coverings to protect equipment, adjoining work and work of other trades, whether to be otherwise field finished or not,against damage and/or contamination by joint and texture work. 2. Protect all exposed concrete floor areas and applied floor finishes with suitable coverings. 3. Protect prefinished items such as tile, window framing and glass from droppings, overspray and splatter. C. Promptly remove any residual gypsum drywall and finishing materials from adjacent or adjoining surfaces, leaving spaces ready for subsequent finishing operations and decorating. an END OF SECTION 09265-16 7152 SECTION 09300-TILE PARTI - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: 1. Glazed ceramic wall tile. 2. Unglazed ceramic mosaic tile. 3. Unglazed quarry tile. 4. Marble threshold units. 5. Preparation and installation of salvaged the units. B. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Cast-In-Place Concrete: Division 3. 3. Concrete Patching and Topping: Division 3. 4. Unit Masonry: Division 4. 5. Joint Sealers: Division 7. 6. Gypsum Board Systems: Elsewhere in Division 9. 1.2 REFERENCES A. ANSI A 108.4-1992--Installation of Ceramic Tile with Organic Adhesives or Water Cleanable Tile Setting Epoxy Adhesive; 1992. B. ANSI A108.5-1992 -- Installation of Ceramic Tile with Dry-Set Portland Cement Mortar or Latex-Portland Cement Mortar; 1992. C. ANSI A108.10-1992 Installation of Grout in Tilework; 1992. D. ANSI At 18.1-1992 American National Standard Specifications for Dry-Set Portland Cement Mortar; 1992. E. ANSI A 118.6-1992 -- American National Standard Specifications for Ceramic Tile Grouts; 1992. F. ANSI A136.1-1992 -- American National Standard for Organic Adhesives for Installation of Ceramic Tile; 1992. G. Handbook for Ceramic Tile Installation;Tile Council of America, Inc. (TCA) 1994. 09300-1 an 7152 1.3 SUBMITTALS A. Product Data: Written product information which demonstrates materials to be used on the project comply with contract documents. B. Shop Drawings: Showing tile layout and details of expansion joints in tile work and underlying construction. C. Qualifications Documentation: Written confirmation that companies executing work in this section comply with experience requirements. D. Samples for Verification Purposes: Submit the following: 1. Submit full size units of each the type and color(s)selected. Mount units less MR than 12" square on a minimum 14 inch square backup board. Provide a minimum of nine tiles in a square pattern, with joints filled using selected grout. 2. Trim and accessories: Samples of actual units in selected color(s). 3. Trim strips and thresholds: 6-inch long samples. E. Provide additional data and/or samples as required by the Architect. 1.4 QUALITY ASSURANCE A. Material Source: Furnish each type, finish, and color of the product and accessory materials from a single supplier. B. Installer: A company with not less than 20 installations of tile work similar in size and complexity to the work of this project. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver and store tile products and setting materials in manufacturer's sealed packages. Protect material from damage and store in dry location. 1.6 PROJECT CONDITIONS A. Provide temperatures in tiled areas during installation and after completion as required by referenced installation standard or manufacturer's instructions, but not less than 50 degrees F(10 degrees Celsius), B. If necessary to use temporary heaters,vent units to exterior to protect tile work from carbon dioxide accumulation. 1.7 REMEDIAL CONSTRUCTION WORK 09300-2 7152 A. New construction materials and other work of this section includes necessary work resulting from demolition and removal activities, the infilling and the finishing of existing openings and/or openings created by demolition work, and the proper preparation of existing surfaces and/or substrates to receive work under this section which is necessary to produce the completed finish construction configuration. B. Refer to"Selective Construction Demolition" specified in Division 2 for additional project requirements. C. Reinstall salvaged existing the units to the greatest extent possible in locations for repair and/or remedial construction involves existing tile surfaces. D. Cutting and chipping recesses in existing concrete floor stabs necessary for recessed installation of floor the shall be part of work under this section. to 1.8 COORDINATION A. Coordinate work of this section with "Selective Construction Demolition" and "Concrete Patching and Topping" for preparation of concrete floor substrate necessary to produce the proper substrate for applied finishes under this section,and the project's completed construction configuration. B. Coordinate the work with replacement of existing quarry the units. PART 2 - PRODUCTS 2.1 MATERIALS - GENERAL A. Tile Installation Materials Standard: ANSI standard referenced for setting and grouting materials. B. Colors, Textures, and Patterns, Tile, Grout, and Other Products: Match colors indicated or as scheduled on drawings. I. Tile trim and accessories: Match color and finish of adjoining flat tile. C. Color Blending: Factory-blend the products which have a natural color range so products taken from one box will have the same range as products from a separate box. D. Tile Mounting: Manufacturer's standard factory back- or edge-mounting. E. Substitutions: Equivalent products from other manufacturers,consisting of the same material characteristics,color,texture and pattern will be considered according to the specified provisions for product substitutions. 09300-3 am 7152 2.2 REUSED EXISTING TILE A. Where specifically indicated or aproved by the Architect for continuity of existing tile surfaces, existing salvaged the units may be used in the construction work for replacement of damaged units and continuity of existing tile work. B. Coordinate with "Selective Construction Demolition" specified in Division 2 for additional requirements. •t C. Cleaning,preparation and proper storage of salvaged the units for reinstallation shall be part of the work under this section. am 2.3 TILE PRODUCTS 09 A. Manufacturer: Subject to compliance with requirements,and the scheduled product sizes and colors, provide products equal to those of the following manufacturers: 1. Glazed Wall Tile: a. Universal Quarry b. United States Ceramic Tile Co. C. Dal-Tile B. Unglazed Ceramic Mosaic Floor Tile, Factory-Mounted Flat Tile: 1. Basis of Design: a. Room Finish/Color Schedule designation: "F2". 1. Manufacturer: Dal-Tile. 2, Color: As scheduled, 3. Size: 2 inch x 2 inch. C. Glazed Ceramic Tile Base, Factory-Mounted Tile: 1. Basis of Design: a. Room Finish/Color Schedule designation: "BY' 1. Manufacturer: Dal-Tile. 2. Color: As scheduled. 3. Size: 4-1/4 inches x 4-1/4 inches. 2. Trim units: Match color and finish of adjacent flat tile: a. Shapes and sizes: Manufacturer's standard,as indicated;coordinated with indicated sizes and coursing of adjacent flat tile, where applicable: b. Cove base (field miter corners). D. Glazed Ceramic Mosaic Wall Tile: Factory-Mounted Flat Tile: 1. Basis of Design: a. Room Finish/Color Schedule designation: "W2A, B, C & D". 1. Manufacturer: Dal-Tile. 09300-4 r r 7152 2. Colors: As scheduled. 3. Pattern: As detailed. 4. Size: 4-1/4 inches x 4-1/4 inches. 2. Trim units: Match color and finish of adjacent flat tile: a. Shapes and sizes: Manufacturer's standard,as indicated;coordinated with indicated sizes and coursing of adjacent flat tile, where applicable: I Bullnose,outside comers and terminations(square butt inside corners). rE. Unglazed Quarry Tile: Square-edged flat tile: 1. Basis of Design: Provide units to match existing floor units. r a. Room Finish/Color Schedule designation: "174." 1. Manufacturer: Dal-Tile, 2. Pattern: Match existing. 3. Size: 6 inches x 6 inches. 4. Grout: Match existing. F. Unglazed Quarry Tile Base: Coved base tile: 1. Basis of Design: Provide units to match existing base units. a. Match Room Finish/Color Schedule designation: "F4" listed above. 2. Cove base (field miter comers). 2.4 TILE MAINTENANCE STOCK A. Extra Tile Material Units: Deliver supply of maintenance materials to the Owner. Furnish maintenance materials from same lot as materials installed, and enclosed in r protective packaging with appropriate identifying labels. 1. Furnish not less than two percent (2%) of the total amount of each type, color, pattern, and size of the unit installed in this project for maintenance rstock. Provide a minimum of 24 units of each tile. 2. Deliver maintenance stock in suitable storage boxes, marked and identified as to their contents,to the Owner's designated on site storage area,and obtain a signed receipt. 2.5 MARBLE THRESHOLDS A. Provide marble thresholds complying with ASTM C 503 requirements for interior use and for abrasion resistance where exposed to foot traffic, a minimum hardness of 10 per ASTM C 241. 1. Provide white, honed marble units with beveled edges as detailed, and complying with MIA Group "A" requirements for soundness. 2.6 SETTING MATERIALS 09300-5 OR 7152 A. Manufacturers: Products of the following manufacturers,provided they comply with requirements of the contract documents,will be among those considered acceptable: 1. Dal-Tile. 2. Bostik Inc. 3. Mapei Corporation. 4. Laticrete International, Inc. 5. Summitville Tiles, Inc. 6. W. R. Bonsal Company. B. Preparation of Existing Construction Substrate Areas for Tile Work: Unless existing construction substrate preparation work is specifically a part of work under other sections, provide the following: I. In locations where the work is indicated to be installed and/or repaired over an existing building construction substrate,provide appropriate cementitious patching and/or leveling material as may be necessary to bring substrate to grade and condition for application of the work. MR C. Dry-Set Portland Cement Mortar: ANSI Al 18.1. am D. Latex-Portland Cement Mortar: One-component dry grout mix, field-mixed with water; or two-component, dry grout mix and liquid latex additive, field-mixed; complying with ANSI A118.4. mm I. All components premeasured and prepackaged. 2. Dry latex additive: Polyvinyl acetate or ethylene vinyl icetate. 3. Liquid latex additive: Manufacturer's standard water emulsion. 4. Mix in accordance with manufacturer's recommendations. 2.7 GROUTING MATERIALS A. Manufacturers: Products of the following manufacturers,provided they comply with requirements of the contract documents,will be among those considered acceptable: 1. Dal-Tile. 2. Bostik Inc. 3. Mapei Corporation. 4. Laticrete International, Inc. 5. Summitville Tiles, Inc. 6. W. R. Bonsal Company. B. Commercial Dry-Set Grout: ANSI Al 18.6. C, Grout Color: Provide grout color scheduled, or as selected by the Architect from the manufacturer's complete line of available colors. 2.8 MISCELLANEOUS MATERIALS 09300-6 7152 A. Filler for Tile: Proprietary compound designed for filling unglazed tile to prevent staining. B. Tile Cleaner: Product specifically acceptable to tile manufacturer and grout manufacturer for application indicated and as recommended by National Tile Promotion Federation or Ceramic Tile Institute. 1. Tile Cleaner Manufacturer's: a. L& M Surco Mfg. Co., Inc. b. Hillyard, Inc. C. Mapei Corporation. 2.9 MIXING MORTAR AND GROUT A. Mix mortar and grout to comply with referenced standards and manufacturer's printed mixing procedures, B. Do not retemper uninstalled mortar or grout which has become partially set. PART 3 - EXECUTION 3.1 EXAMINATION A. The installer shall verify that substrate areas where tile is to be installed have been prepared correctly, and that all backing materials have been installed. B. Confirm that concrete floor slab substrate cementitious patching work and/or topping work is complete, and substrate floor joint sealant is in place and properly cured. C. Unacceptable conditions shall be corrected before start of the work. 3.2 PREPARATION A. Factory-Blending: Before start of installation verify that tile with an anticipated range of colors has been correctly blended to achieve a uniform color range from the package to the package. B. Provide suitable temporary seals for all plumbing drains within the areas where tile work occurs. 1. Prevent the work materials from entering drains. 2. At completion of tile work remove temporary seals and confirm proper operation of drains with the Architect. 3.3 REPAIR, PATCHING AND REPLACEMENT OF EXISTING TILE WORK-GENERAL 09300-7 04 7152 OR A. As part of demolition work,coordinate salvage of sufficient wall and floor the units for patching work and replacement of damaged tile units in those existing wall and floor tile areas to remain as part of the completed construction. B. Provide new replacement the units matching existing units as necessary, where lack of matching existing salvaged units occurs, and/or where specifically indicated. C. Saw cut straight perimeter lines for recessed tile work into existing concrete floors a" and chip-out floor areas to depth necessary for installation of tile or thresholds. D. Repair, patch and otherwise suitably prepare existing construction substrate to receive replacement and repair the units. E. Align substrate of new construction with that of existing work to form a continuous the plane without discernable offset from existing work to remain. F. Install floor tile over repaired substrate and align joint pattern to form a continuous floor plane without discernable offsets from existing work to remain. G. Where patch and repair tile work is indicated, use cleaned and undamaged salvage tile units to the greatest extent possible for replacement of damaged tiles and to patch demolition areas and existing damaged surfaces. 3.4 NEW CONSTRUCTION INSTALLATION -GENERAL A. New construction floor the work is installed over concrete slab substrate, and wall the work over moisture-resistant (MR) gypsum board or cementitous backer board as indicated on the drawings. B. Tile Installation Standard: ANSI A108 series, for setting and grouting materials listed. C. Installation Methods: Comply with TCA "Handbook for Ceramic Tile Installation" for type of applications indicated. D. Install the under or behind equipment, fixtures and wall mounted accessories. Wall tile may be omitted behind wall-to-wall mirrors in toilet rooms 10 and 11. E. Carefully cut, drill,and grind tile to fit around items projecting through tile surface, so that escutcheons or cover plates fully conceal cut edges. F. Joint Patterns: Lay out tile according to patterns indicated on drawings, or if not shown, in a grid pattern with floor joints aligning with wall and trim joints. Install joints straight and of uniform width. 09300-8 7152 I Sheet-mounted tile: Install with joint dimension between sheets the same width as the joint within the sheet for a continuous, uniform installation. G. Sealant-Filled Joints: Install expansion,control,and isolation joints where necessary, and/or indicated on drawings. Saw-cut joints are unacceptable. 1. Provide sealant filled control joints at all inside corners of the surfaced walls. 2. Expansion joint installation method: TCA EJ 171. 3. Sealant color shall match adjacent grout color. H. Grout Installation Standards: I Ceramic tile grouts (sand-portland cement, dry-set, commercial portland cement, and latex-portland cement): ANSI A108.10. 1. Marble Thresholds: Install where indicated and where exposed edge of tile meets other finishes flush with top of tile. 3.5 TILE APPLICATIONS A. Interior Floor, Thin-Bed: 1. Tile: Unglazed ceramic mosaic or quarry tile. 2. Installation method: a. Concrete subfloor: TCA F113. b. Bond coat: Dry-set, portland cement mortar, ANSI A 108.5. 3. Grout: Dry-set portland cement, ANSI A108.10. B. Interior Wall, Thin-Bed: 1. Tile: Glazed ceramic mosaic. 2. Installation methods: a. Moisture-resistant (MR) or standard gypsum board on metal studs, TCA W243 b. Cementious backer units on metal studs, TCA W244. C. Concrete masonry units (CMU),TCA W202. 3. Bond coat: Latex-portland cement mortar, ANSI A 108.5. 4. Grout: Dry-set portland cement, ANSI A 108.10. 3.6 CLEANING AND PROTECTION 1. A. Clean the surfaces after installation is complete. 1. Tile filler: Clean and dry tile before applying filler. Apply filler at rate and by method recommended by filler manufacturer to achieve complete coverage and a uniform color over entire tile area. 09300-9 7152 B. Replace any broken, chipped, marred, or otherwise damaged the before final acceptance. We C. Protection: Apply neutral protective cleaner to the after installation if recommended by the manufacturer. Overlay completed the installation with kraft paper for protection from subsequent construction activities. 1. Do not allow any traffic on completed the floors for minimum 7 days after completion. 2. Remove protection, rinse, and dry the installations before final review and acceptance. END OF SECTION 09300-10 7152 SECTION 09512 - SUSPENDED CEILING SYSTEM PART I -GENERAL 1.1 SUMMARY A. Section Includes, but not limited to: I Exposed metal suspension systems for lay-in panel units of this section. 2. Trim and accessories. 3. Acoustical lay-in panels. 4. Suspended framing for attachment of gypsum board and/or acoustical ceiling panels. 5. Acoustical insulation above ceiling panels. B. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Rough Carpentry: Division 6. 3. Gypsum Board Systems: Elsewhere in Division 9. 4. Miscellaneous Specialties: Division 10. 5. Mechanical: Division 15. 6. Electrical: Division 16. 1.2 QUALITY ASSURANCE A. No salvaged material shall be used in finished ceiling construction. B. Fire Performance Characteristics: 1. Surface burning characteristics: Provide products having the following characteristics when tested in accordance with ASTM E 84: a. Maximum flame spread: 25. b. Maximum smoke developed: 50. 1.3 SUBMITTALS A. Product Data: Manufacturer's product specifications and installation instructions for acoustical ceiling material and suspension system, including certified laboratory test reports and other data as required to show compliance with these specifications. B. Manufacturer's recommendations for cleaning acoustical units, including precautions against materials and methods which may be detrimental to finishes ► and acoustical performances. C. Samples:Sets of samples for acoustical units showing full range of exposed color and texture, and sets of 12" long samples of each exposed runner and molding. 09512-1 7152 D. Provide additional data andlor samples as required by the Architect. 1.4 PROJECT CONDITIONS A. Coordinate ceiling system installation with"Selective Construction Demolition" specified in Division 2 for additional project requirements. B. Coordination Data: Prepare and distribute to affected installers, data necessary for coordination with related work. C. Coordinate ceiling system installation with work of other sections as required, including but not limited to the following: 1. Fabric covered acoustic ceiling panels. an 2. Light fixtures. 3. HVAC devices. 4. Fire suppression system components. am 5. Loudspeakers. 6. Smoke detectors MR 7. Partitions. 8. Security devices. 9. Ceiling mounted ceiling mounted video projector platforms and MR projection screens. D. Within each space to receive specified products, do not begin installation until the following conditions are met: 1. Work above ceilings has been completed,tested,inspected and approved. 2. Space to receive ceiling system is properly enclosed and protected from weather. 3. Any wet work within the space is completely dry. E. Do not begin installation of ceiling system until building's normal operating temperature and humidity levels have been reached and will be maintained. PART 2 - PRODUCTS 2.1 CEILING SUSPENSION SYSTEM A. Provide suspension systems conforming to specified requirements and to requirements of ASTM C 635. B. Manufacturers: Provide acoustic ceiling system products complying with requirements of the contract documents and made by one of the following: 1. Chicago Metallic Corp. 2. Donn Corporation 09512-2 7152 3. Armstrong World Industries, Inc. 4. United States Gypsum Co. C. Colors: Provide indicated colors. D. Finishes: Manufacturer's standard shop-applied finishes. E. Attachment Devices for Suspension System: provide anchors and intermediate support members sized capable of sustaining 5 times the load-carrying capabilities shown in ASTM C 635, Table 1, "Direct Hung" column. F. Provide manufacturer's standard factory finished suspension grid members in sizes and lengths to produce the ceiling assembly pattern indicated on the drawings, or as necessary to provide a completed ceiling system in the areas scheduled to receive lay-in ceiling. 1. Provide 90 degree hemmed edge-angles and all grid members and field modified members necessary to install all ceiling mounted equipment, devices, and fixtures into the lay-in ceiling system, whether specifically indicated on the drawings or not. 2. Provide miscellaneous fabricated components and/or manufacturer's standard clips, angles and runners necessary to install the configurations indicated. G. Hanger Wire: ASTM A 641,soft,Class 1,galvanized,minimum 12 gage{0.106 inch diameter) wire. I. Provide commercially manufactured hanger wire attachment angle clips with power driven fasteners to concrete deck. H. Existing hanger wires shall not be reused in the completed project for any purpose. 1. Provide new hanger wires in existing ceiling systems where existing wires must be detached or otherwise disturbed for grid replacement and/or repair work. 2.2 LAY-IN ACOUSTICAL MATERIALS A. Standard for Acoustical Ceiling Units: Provide units conforming to applicable requirements of ASTM E 1264 for Class A materials. 2.3 LAY-IN ACOUSTICAL CEILING SYSTEM A. Room Finish/Color Schedule designation: "C I" B. Acoustical Panels; 1. Size: 24 by 48 inches. 09512-3 7152 2. Edge profile: Square. 3. Color: White. 4. Basis of Design: "Minatone Cortega Square Lay-In"; Armstrong World Industries, Inc. Mm C. Exposed Grid System: Formed steel, hot dip galvanized, with painted finish. 1. Profile: Single-web tee, 15/16 inch wide. 2. Structural classification (ASTM C 635): Heavy-Duty System. 3, Color and texture: White color; standard smooth texture. 4. Basis of Design: "Prelude XL", Armstrong World Industries, Inc. 2.4 LAY-IN ACOUSTICAL CEILING SYSTEM 2 A. Room Finish/Color Schedule designation: "C4" B. Acoustical Panels: 1. Size: 24 by 48 inches. 2. Edge profile: Square edge. 3. Color: White. 4. Basis of Design: "Armatuf'; Armstrong World Industries, Inc. C. Exposed Grid System: Formed steel, hot dip galvanized, with painted finish. 1. Profile: Single-web tee, 15/16 inch wide. 2. Structural classification (ASTM C 635): Heavy-Duty System. 3. Color and texture: White color; standard smooth texture. 4. Basis of Design: "Prelude XL", Armstrong World Industries, Inc. with panel hold down clips. 2.5 SOUND ATTENUATION BLANKETS A. Sound Attenuation Blankets: ASTM C 665, Type 1; unfaced semirigid mineral fiber mat; thickness as required for wall construction and indicated. Provide 3" minimum thickness. 2.6 MAINTENANCE MATERIAL A. Extra Acoustical Lay-in Panel Materials: After installation has been completed, deliver extra materials to owner's designated on campus storage area, and provide appropriate receipt for signature. 1. Provide products which precisely match installed products. 2. Protect with appropriate protective packaging and provide clearly printed, legible identifications. If possible provide original manufacturer's undamaged factory shipping wrappers. 09512-4 7152 3. Provide undamaged full-sized acoustical lay-in panels of each type installed, and in quantities not less than two percent(1%) of quantity of panels installed, but not less than one complete and unopened package. PART 3 - EXECUTION 3.1 EXAMINATION r A. Examine substrates and conditions under which products of this section are to be installed and verify that the work properly may commence. 1P B. Verify that any products furnished as work of this section,but not installed under this section,have been properly installed by the entity performing the installation. 3.2 PREPARATION A. General: Arrange suspension grid to place acoustical units in manner shown by reflected ceiling plans. Coordinate placement of items of other trades included in the completed ceiling assembly. B. Layout: Conform to ceiling patterns and configurations indicated on the drawings. Any deviations shall be specifically approved by the Architect. r1. Position ceiling components to maximize use of full-sized acoustical units and to provide border units which are equal in size and shape at opposing ceiling edges. Use of acoustical units which are smaller than r1/2 full-width is prohibited at ceiling perimeters. Conform to reflected ceiling plans to greatest extent possible. C. Existing ceiling the units and suspension components that are to be reused as necessary in rebuilding existing ceiling work in areas of renovation and demolition,where required by the documents are to be coordinated with the work specified under Division 2 section, Selective Construction Demolition. 1. Existing materials to be reused shall be carefully removed and stored in such a manner to prevent damaging or otherwise disfiguring the components, 3.3 SUSPENSION SYSTEM INSTALLATION A. General: 1. Conform to the requirements of ASTM C 636,manufacturer's installation instructions, and governing regulations. 2. Install grid hanger wires and suspension system according to requirements for seismic restraint as required to meet the requirements of ASTM E 580. 09512-5 7152 3. Install hangers plumb and supported by building structure members, trapeze carrying channels or angle clips attached to structure. 4. Do not allow hangers to contact any objects or materials in ceiling plenum which are not actual components of ceiling system. B. Hanger Wires: 1. Suspend hanger wires from overhead building structure. 2. Do not reuse existing hanger wires. 3. Loop and tie wire hangers securely to angle clips and grid. 4. Vertical hanger wires may be splayed only where required to miss obstructions and offset resulting horizontal forces by bracing, countersplaying, or other equally effective means. Maximum splay for vertical hanger wires shall be I (horizontal) in 6(vertical)out of plumb, unless counter sloping wires are provided. 5. Do not attach hanger wires to piping, conduit,or duct. Provide carrying channel trapeze support where obstruction cannot be avoided by splaying hangers a maximum of 15 degrees from vertical. 6. Provide additional ceiling hanger wires in quantities necessary so as to locate one hanger wire at each corner of every lay-in type light fixture, and at each support point of any ceiling mounted items directly supported by the grid which are provided under this contract. 7. Space hangers for main runners or carrying channels at not more than 48 inches on center,beginning and ending within 6 inches of ends or splices of each direct-hung runner or carrying channel, unless specifically indicated otherwise. 8. Secondary grid members, or cross-tees, shall not span more than 30" between direct-hung runner or carrying channel and wall edge angle without hanger wire support to the middle of the secondary member. 9. Level ceiling suspension system to tolerance of 1/8 inch in 12 feet, with cumulative tolerance not to exceed 1/4 inch, both lengthwise on each member and transversely between parallel members. Bending or kinking of hangers is not allowed. C. Direct-hung Runners(Main Tees): 1. Provide manufacturer's longest length direct-hung runners for the room dimensions indicated. Each direct-hung runner shall be suspended 2. Where splicing of direct-hung runners is necessary to accommodate ceiling dimensions, provide add-on material splice lengths at least T-O" long. Provide a minimum of two hanger wires for each spliced section. Alternate locations of spliced sections in each room so that the splice locations do not align. 3. Arrange ceiling grid lay-out so that direct-hung runners are typically spaced at 4'-0" on center. Lay-out ceiling grid in smaller areas that direct-hung runners are so located that no individual runner is supporting more than T-6" of grid on either side. 09512-6 7152 D. Install grid members square, with ends of members securely interlocked. Remove and replace dented,bent, or kinked members. 1. Ensure that entire suspension system is laterally braced. E. Install vertical ceiling height transitions as a continuation of the ceiling pattern as indicated. Panel pattern shall run continuous between planes of ceiling levels. 3.4 TRIM INSTALLATION A. Install edge moldings and trim units at acoustical ceiling borders, at locations indicated, and at other locations necessary to cover acoustical unit edges. 1. Do not reuse existing edge angle trim except under specified conditions. 2. Molding and trim attachment: Space screws not more than 16 inches on center and within 3 inches of ends of each trim-piece being installed. Install moldings and trim level with suspension system and within tolerance specified for suspension system, 3. Miter corners and align butt joints carefully to form tight hairline joints. Lap joints and/or joints with exposed faces out-of-plane are not acceptable. 4. Face-riveting of trim and moldings is allowed only where required for fabrication of vertical ceiling height transitions and by referenced standards or approved by the Architect. 3.5 LAY-IN PANEL INSTALLATION A. General: Condition areas to receive acoustic panels to temperature and humidity levels recommended by the manufacturer. B. Panel Installation: Install acoustical panels for accurate fit with suspension system and trim members. Scribe and accurately cut panels at ceiling perimeter, penetrations and obstructions to provide neat, precise fit. I Square-edge panel installation: Provide installation with panel edges which are hidden from view by suspension members or trim. Provide the same dimension of panel edge overlap on suspension grid members for field cut edges as for those with factory cut edges. 2. Install panels in vertical ceiling height transitions using hold down clips to secure vertical panels in place. 3.6 SOUND ATTENUATION BLANKET INSTALLATION A. Install Sound attenuation blankets directly over ceilings of rooms indicated. Install blankets continuous over tops of room walls and extend a minimum of 4- 0" beyond walls. 09512-7 7152 B. Install blankets close fitting and cut around penetrations and ceiling mounted equipment. C. Do not install blankets covering return air passages or vented light fixtures. 3.7 ADJUST AND CLEAN A. Use ceiling manufacturer's recommended methods and materials to clean and touch-up exposed components of ceiling system, 3.8 PROTECTION A. Protect ceiling panels and suspension system during the balance of work in the area. B. Replace ceiling system components which are discolored or damaged in any way, in a manner which results in the ceiling system showing no evidence of replacement work. END OF SECTION 09512-8 r 7152 SECTION 09640- WOOD FLOORING PARTI - GENERAL 1.1 SUMMARY A. Section Includes, but not limited to: I Solid-wood strip or plank flooring. 2. Wood nailers and subfloor supports. 3. Urethane finish system. fi B. Related Sections include, but not limited to: 1. Concrete Patching and Topping: Division 3. 2. Rough Carpentry: Division 6. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show installation details including location and layout of each type of wood flooring and accessory. C. Samples for Initial Selection: Stain color charts showing the full range of colors and finishes available for wood flooring. D. Samples for Verification: For each t,pe of wood flooring and accessory, with stain color and finish required. Provide sets of three approximately 12" x 12" sample panels of same thickness and material indicated for the Work. Include sample sets showing the full range of normal color and texture variations expected. E. Provide additional data and/or samples as required by the Architect. 1.3 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed wood flooring similar in material,design,and extent to that indicated for this Project and whose work has resulted in wood flooring installations with a record of successful in-service performance. 09640 - 1 am 7152 B. Source Limitations: Obtain each type of material and product from one source with resources to provide materials and products of consistent quality in appearance and physical properties. C. Softwood Flooring: Comply with WCLIB No. 17 grading rules for species,grade,and cut. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver wood flooring materials in unopened cartons or bundles. B. Protect wood flooring from exposure to moisture. Do not deliver wood flooring until after concrete, masonry, plaster,ceramic tile, and similar wet-work is complete and dry. C. Store wood flooring materials in a dry, warm, well-ventilated, weathertight location. D. Move wood flooring into spaces where it will be installed, at least seven days before installation. 1.5 PROJECT CONDITIONS A. Conditioning: Maintain relative humidity planned for building occupants and an ambient temperature between 65 and 75 deg F(18 and 24 deg C)in spaces to receive wood flooring for at least seven days before installation, during installation, and for at least seven days after installation. After post-installation period, maintain relative humidity and ambient temperature planned for building occupants. 1. For unfinished products,open sealed packages to allow wood flooring to acclimatize. 2. Do not install flooring until it adjusts to the relative humidity of and is at the same temperature as the space where it is to be installed. 3. Close spaces to traffic during flooring installation and for time period after installation recommended in writing by flooring and finish manufacturers. B. Install factory-finished wood flooring after other finishing operations, including painting, have been completed. 1.6 WARRANTY A. General Warranty: Special warranty specified in this Article shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents. 09640 - 2 7152 B. Engineered-Wood Flooring Warranty: Written warranty,signed by manufacturer agreeing to repair or replace engineered-wood flooring that fails in materials or workmanship. Failures include, but are not limited to, buckling, cupping, warping, and delamination. PART 2 - PRODUCTS 2.1 SOLID-WOOD STRIP AND PLANK FLOORING A. Strip and Plank Flooring: Provide kiln-dried wood flooring from a manufacturer who has produced material of this type for a minimum of five years, and as follows: I. Species: Red Oak. 2. Grade: C and better flooring. 3. Cut: vertical grain. 4. Thickness: 3/4 inch 5. Face Width: 2-118 inch 6. Matching: Tongue and groove, and end matched. 7. Backs: Channeled (kerfed) for stress relief. 8. Random Lengths: Provide standard random-length strips(24"minimum)complying with applicable grading rules. 2.2 FINISHING MATERIALS A. Urethane Finish System: Complete system of compatible components that is recommended by finish manufacturer for application indicated. 1. Type: Solvent based, oil modified. 2. Type: Water based. 3. Stain: Penetrating and nonfading type. a. Color: Match Architect's sample. b. Color: As selected by Architect from manufacturer's full range. 4. Floor Sealer: Pliable, penetrating type. 5. Finish Coats: Formulated for multicoat application on wood flooring. 6. 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: 7. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Basic Coatings. b. BonaKemi USA, Inc. C. Dura Seat Division; Minwax Co., Inc. 09640 - 3 7152 d. Hillyard Floor Treatments. e. Huntington Laboratories, Inc. f. National Coatings Co. B. Wood Filler: Formulated to fill and repair seams,defects,and open-grain hardwood floors; compatible with finish system components and recommended by filler and finish manufacturers for use indicated. If required to match approved samples,provide pigmented filler. no 2.3 ACCESSORY MATERIALS ON A. Vapor Retarder: ASTM D 4397,polyethylene sheet not less than 6.0 mils(0.15 mm)thick. B. Felt Underlayment: ASTM D 226, Type 1, No. 15, asphalt-saturated felt. C. Wood Flooring Adhesive: Mastic recommended by flooring and adhesive manufacturers for application indicated. D. Fasteners: As recommended by manufacturer, but not less than that recommended in NOFMA's "Installing Hardwood Flooring." E. Subfloor Fill: Loose perlite material to completely fill all subfloor voids. F. Concealed Nailers and Blocking: Fire retardant treated wood material. PART 3 - EXECUTION 3.1 PREPARATION A. With the exception of the wood base, all other construction work shall be complete prior to installation of the wood flooring. B. Install wood nailers and necessary subfloor supports according to flooring manufacturer's recommendations. C. Fill all subfloor spaces with cenientitious floor fill material. 3.2 EXAMINATION 09640 - 4 7152 A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements,installation tolerances,and other conditions affecting performance of wood flooring. Proceed with installation only after unsatisfactory conditions have been corrected. 3.3 INSTALLATION A. General: Comply with flooring manufacturer's written instructions, but not less than recommendations in NOFMA's "Installing Hardwood Flooring," as applicable to flooring type. B. Pattern: Lay wood flooring across the direction of the building's original nailers in each room. C. Expansion Space: Provide expansion space at walls and other obstructions and terminations of flooring of not less than 314 inch. 1. Unless fully concealed by trim,fill expansion space with flush cork expansion strip. D. Vapor Retarder: Where flooring is nailed to sleepers over concrete, install flooring over a layer of polyethylene sheet with edges overlapped over sleepers and turned up behind baseboards. E. Nailing: Blind nail or staple flooring to substrate according to NOFMA's written recommendations. F. Installation Accessories-, As recommended by the flooring manufacturer. 3.4 SANDING AND FINISHING A. Machine-sand flooring to remove offsets, ridges, cups, and sanding-machine marks that would be noticeable after finishing. Vacuum and tack with a clean cloth immediately before applying finish. B. Apply filler according to manufacturer's written instructions. 1. Fill open-grained hardwood. 2. Fill and repair seams and defects. C. Apply stain to match approved Sample. D. Apply floor sealer according to finish manufacturer's written instructions. 09640 - 5 7152 E. Apply floor finish according to finish manufacturer's written instructions. Apply in number of coats recommended by finish manufacturer for application indicated, but not less than three. F. For water-based finishes, use finishing methods recommended by finish manufacturer to minimize grain raise. 3.5 PROTECTION A. Cover installed wood flooring to protect it from damage or deterioration,before and after finishing, during remainder of construction period. Use heavy corrugated cardboard with joints overlapping and taped or other suitable covering material. Do not use plastic sheet or film that could cause condensation. 1. Do not cover site-finished floors with kraft paper, or any other material, until finish reaches full cure, but not less than seven days after applying last coat. 2. It shall not be the Contractor's option to provide additional cleaning or repair work in lieu of the required protection. END OF SECTION 09640 - 6 7152 SECTION 09660- RESILIENT TILE FLOORING PART I - GENERAL 1.1 SUMMARY A. Section Includes, but not limited to: 1. Resilient Vinyl Composition the flooring. 2. Resilient base. 3. Resilient Thresholds. 4. Resilient termination and reducing strips. 5. Installation adhesives. B. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Concrete Patching and Topping: Division 3. 3. Carpet: Elsewhere in Division 9. 4. Tile: Elsewhere in Division 9. 5. Hydraulic Elevator: Division 14. 1.2 REFERENCES A. FS SS-T-31213 -- Tile, Floor: Asphalt, Rubber, Vinyl, and Vinyl Composition; 1974 (Amendment-I(YD) 1979 and Reapproved 1990). B. FS SS-W-40A -- Wall Base: Rubber, and Vinyl Plastic; 1966 (Amended 1970 and Corrected 1974). 1.3 SUBMITTALS A. Product Data: Manufacturer's data for each material, with recommendations instructions for substrate preparation and product installation. B. Verification Samples: Submit samples of each type, color, and pattern of resilient product required, as follows: 1. Vinyl tiles (full size units). 2. Base (12" lengths). 3. Cut sections of resilient flooring accessories, not less than 12 inches in length. 4. Other materials requested by Architect. C. Base Installation: Provide information as to whether rubber base corner installation will be accomplished using factory prepared outside corner units, or 09660-1 7t52 site-fabricate comers, using heat-forming tool acceptable to manufacturer. Include information on heat-forming tool, if one is to be used. D. Provide documentation from vinyl the manufacturer stating approval and acceptance of the existing concrete substrate's preparation; new construction topping,underlayment,filler and/or leveling compound materials,and the primer and adhesive products to be used for this project. E. Provide documentation from vinyl tile manufacturer stating recommended protective sealer polish material and application instructions. F. Maintenance Procedures: Submit manufacturer's published instructions for care and cleaning of resilient flooring products specified, G. Provide additional data as required by the Architect. 1.4 QUALITY ASSURANCE A. Manufacturer: For each type of product required,including adhesives, cleaning compounds,and other accessories,provide the same product by one manufacturer throughout the project. 1.5 COORDINATION A. Coordinate work of this section with "Selective Construction Demolition" and "Concrete Patching" for preparation of concrete floor substrate necessary to produce the proper substrate for applied finishes under this section, and the project's completed construction configuration. 1.6 PROJECT CONDITIONS A. Environmental Requirements: At least 48 hours prior to beginning work, move resilient flooring materials to areas of installation and maintain at minimum 70 degrees F until 48 hours after completing installation and at minimum 55 degrees F thereafter. B. Sequencing: Do not begin installation of resilient flooring products until painting has been completed for each area. C. Existing Conditions: Do not install resilient flooring on concrete substrates until all cleaning and surface preparation work have been completed, and testing to assure that moisture levels are acceptable has been conducted. 1.7 EXTRA MATERIALS 09660-2 7152 A. Extra Resilient Flooring Materials: After installation has been completed,deliver extra materials to owner's designated on campus storage area, and provide appropriate receipt for signature. 1. Protect with appropriate protective packaging and provide clearly printed, legible identifications. If possible provide original manufacturer's undamaged factory shipping wrappei s. op B. Provide the following quantities for each material. Provide the following quantities for each material, with a minimum of one full carton of each item. 1. Resilient tile: One percent(I%) of each variety and color installed. 2. Resilient base: Two percent (2%) of each variety and color installed. 3. Provide a corresponding quantity of adhesive materials. PART 2 - PRODUCTS 2.1 VINYL COMPOSITION FLOOR TILE A. Standard- Vinyl Composition Tile: FS SS-T-312, Type IV, 12" x 12" x 1/8" thick, Composition 1, asbestos-free. B. Manufacturers: Products of the following manufacturers, provided they comply • with requirements of the contract documents, will be among those considered acceptable: I. Amtico 2. Armstrong World Industries, Inc. 3. Azrock C. Vinyl Composition Tile: Room Finish/Color Schedule designation: "F3." Basis of Design: 1. Manufacturer: Armstrong. 2. Pattern or style: Selections as scheduled. 3. Size and gage: 12 inches by 12 inches by 1/8 inch. 4. Colors: Colors and patterns as scheduled. 2.1 RUBBER BASE, THRESHOLDS AND ACCESSORY MATERIALS A. Standard: Rubber Wall Base: FS SS-W-40,Type 1: B. Manufacturers: Products of the following manufacturers,provided they comply with requirements of the contract documents, will be among those considered acceptable: 1. Roppe Corporation. 2. Johnsonite, Inc. 3. Burke Industries, Inc. 09660-3 an 7152 OR C. Rubber Base: Room Finish/Color Schedule designation: "B L" Basis of Design: Im 1. Manufacturer: Roppe. 2. Height: 4 inches. 3. Style: Standard cove(toe)base at resilient tile flooring,and straight base at carpet flooring locations. 4. Comers: At contractor's option, provide prefabricated units matching base in color and finish,or site-fabricate corners,using heat-forming tool acceptable to manufacturer. 5. Color: As scheduled. D. Rubber Threshold, Basis of Design: Where rubber thresholds are scheduled, provide units equal to products by the Roppe Corporation. 1. Provide units equal to Roppe No. 32, between carpet flooring on the square edge side,and vinyl flooring or concrete floor on the beveled side. 2. Provide units equal to Roppe No. 33,between vinyl flooring or concrete floor surfaces either side. 3. Color: Matching rubber base color. E. Resilient Edge Strip,Basis of Design: Solid rubber edging,in tapered or rounded profile, nominally I inch in width and 1/8 inch in thickness. 1. Color: Matching flooring field the color, 2.2 MISCELLANEOUS FLOORING ACCESSORIES A. Surfacing and Patching Compound: Provide latex based surfacing and patching compound acceptable to manufacturer of resilient flooring product. B. Primer: Type recommended by manufacturer of resilient flooring material and adhesive material for application to concrete substrates. I Products shall be equal to W.W. Henry Co. #336 "Laytex, Liquid Additive". C. Flooring Adhesive: Provide flooring adhesives recommended by the flooring manufacturer and the following: 1. Provide moisture and alkali resistant adhesive in for all vinyl flooring. a, Products shall be equal to W.W. Henry Co. #430 "Floor Tile Adhesive". D. Base Material Adhesive: Provide base material adhesive recommended by the flooring manufacturer and the following: 1. Products shall be equal to W.W. Henry Co. #440"Cove Base Adhesive". E. Sealers or Polishes: Provide types recommended by flooring manufacturer for new installations. 09660-4 r 7152 2.3 COLORS AND PATTERNS A. Provide colors and patterns of resilient flooring materials as indicated and/or scheduled on drawings. 2.4 SUBSTITUTIONS • A. Equivalent products from other manufacturers, consisting of the same material characteristics, color, texture and pattern will be considered according to the specified provisions for product substitutions. PART 3 - EXECUTION 3.1 TILE PATTERNS AND PHASED CONSTRUCTION A. Coordinate overall flooring layout, indicated start points, and dimensional locations of flooring pattern modules with installation of flooring material in the project's several phases, to produce the overall floor pattern indicated for the completed project. 3.2 INSTALLATION STANDARDS A. Vinyl Flooring Installation: I. Install all vinyl flooring work, accessories and similar work to comply with details indicated or if not otherwise indicated, to comply with applicable published recommendations of material manufacturer,or if not available, of"Armstrong Engineered Installation System", published by Armstrong World Industries, Inc. 3.3 EXAMINATION A. General: Inspect substrates and conditions of installation to verify that work may properly commence. Do not proceed with the work until unsatisfactory conditions have been corrected. B. Concrete Substrates: Perform manufacturer's recommended moisture tests before beginning installation,to verify that concrete surfaces have cured sufficiently to allow adhesive bond to resilient flooring. Do not proceed until unsatisfactory conditions are remedied. C. Confirm that concrete floor slab substrate and cementitious patching work is complete, and any floor joint sealant work is in place and properly cured. 09660-5 OR 7152 D. Maintain all room areas, flooring substrates, materials and adhesives at a minimum of 70 degrees F for a minimum of 48 hours before and after installation. 3.4 PREPARATION A. Clean and properly prepare existing concrete floor substrate as necessary. Remove dirt, grime, grease, paint, adhesive, and all other previous surface conditions deleterious to the installation of materials under this section. 1. Remove loose or broken joint filler material prior to application of materials under this section. B. Fill minor floor substrate surface imperfections, depressions, cracks, and other irregularities with laytex based surfacing and leveling compound. I Remove paint,curing compounds,and other materials that could interfere with adhesion of resilient products. 2. Sweep or vacuum clean substrate immediately prior to beginning installation in each area. 3. Apply primer to concrete substrates prior to application of adhesive, following manufacturer's printed instructions. 3.5 GENERAL INSTALLATION REQUIREMENTS A. Comply with manufacturer's published recommendations for installation in each area, extending resilient flooring into spaces which are partially concealed and fully under equipment units. Cut and fit tightly to columns, pipes, and other flooring penetrations and/or obstructions, as well as to walls and partitions. 1. At the Contractor's option floor the may be installed after installation of refrigerated product cases and accurately cut around the perimeter if this equipment. 2. Proper coordination with equipment installation and Architect's approval for installation technique is required. B. Access Covers: Install resilient flooring tightly to removable access covers in field of flooring, taking care that pattern will match when covers are in closed position. C. Tightly adhere resilient flooring to substrate with no open joints or cracks, and without raised or blistered areas. Spread adhesive evenly, so that final installation will be without telegraphed markings from adhesive or substrate. 3.6 TILE INSTALLATION 09660-6 7152 A. Layout: In locations where no floor pattern start point is indicated, establish center of each space and lay the from center point, adjust layout as necessary so that tiles at each edge will be not less than 1/2 the units and be equal in width. B. Matching: In each space, use tiles from same production run, and lay tiles in same sequence as removed from cartons. Discard broken,chipped,or otherwise damaged tiles. 1. Lay the square to room axis. 2. Lay field tile units with adjacent tiles oriented in opposite directions (basket weave). 3. Lay indicated tile flooring patterns with all the units running the same direction. C. Primer shall be applied prior to installation of any resilient flooring. No "jump joints will be allowed. D. Apply adhesive with notched trowel,and/or otherwise following manufacturer's instructions. Install resilient flooring only after adhesive has developed sufficient tack, firmly butting tiles to achieve hairline joints. Fully roll each area of installation at regular intervals, to assure firm bonding of tiles to substrate. 3.7 INSTALLATION OF RESILIENT BASE A. Apply base securely in locations scheduled and/or indicated, using maximum lengths available to minimize joints. Adhere to substrate with full spread of adhesive, assuring continuous contact with vertical and horizontal surfaces. Site'-fabricate corners,coping or mitering inside corners and heat-forming outside corners using manufacturer-approved device,or provide preformed comer units. 1. Apply resilient base to columns, furrings and other fixed, freestanding elements in spaces where resilient base is scheduled. 2. At irregular vertical surfaces where top edge of resilient base does not make continuous contact, fill voids with manufacturer's recommended adhesive compound. 3.8 INSTALLATION OF MISCELLANEOUS ACCESSORIES A. Resilient Edge Strips: Along exposed termination edges of resilient flooring, at locations indicated, or where otherwise required to protect edge of resilient flooring, install resilient edge strips securely adhered with recommended adhesive, to achieve tightly butted joint with resilient flooring. 3.9 INSTALLATION OF ELEVATOR FLOORING A. Coordinate sequence for installation if flooring in elevator cab. Install flooring immediately prior to elevator final inspection. 09660-7 7152 B. Provide flooring and base materials as selected by Architect from project's approved colors. 3.10 CLEANING A. Initial Cleaning: Remove excess and waste materials promptly, and sweep or vacuum clean resilient flooring as soon as installation has been completed in each area. After adhesive has had adequate time to set,mop each area with damp mop and mild detergent. B. Final Cleaning: Remove scuff marks, excess adhesive, and other foreign substances, using only cleaning products and techniques recommended by manufacturer of resilient products. C. Sealer and Polish: Apply protective sealer polish recommended by resilient flooring manufacturer to all resilient flooring surfaces provided under this contract. 'MR 3.11 PROTECTION an A. Construction Period: Cover traffic routes across completed resilient flooring with plywood, hardboard, or other durable material to protect against damage from loaded dollies and other construction traffic. END OF SECTION 09660-8 7152 SECTION 09680 - CARPET PART I - GENERAL 1.1 SUMMARY A. Section Includes, but not limited to: 1. Broadloom carpet. 2. Carpet accessories. 3. Installation adhesive. 4. Removal and recycling of existing carpet material removed for installation of carpet material under this section. B. Related Sections Include, but are not limited to: 1. Selective Construction Demolition: Division 2. 2. Concrete Patching and Topping: Division 3. 3. Resilient Tile Flooring: Elsewhere in Division 9. C. Substitutions: 1. Requests for product substitutions shall be submitted in prescribed form to the Owner's Representative for consideration no later than fifteen (15) days prior to submission of Proposals. No substitution requests will be considered after that date. 2. Approved substitutions will be acknowledged in an Addendum issued prior to Proposal date. 3. Consideration will be given only to those submittals containing samples, product specifications in the format used herein, and certified test reports to its compliance with requirements of this section. 4. The particular carpets specified in these documents have been chosen by the Architect for their particular colorations, design and overall appearance to coordinate with the rest of the finishes for this project. Any carpet(s)submitted other than those specifically identified in these documents shall not only be equivalent in construction and specification details, but also in coloration, general design and overall appearance. 5. Samples shall be accompanied by the manufacturer's certification on company letterhead, certifying equal qualification with every requirement as specified herein, and signed by a company officer. 1.2 REFERENCES A. 16 CFR, Chapter 11, Part 1630 - Standard for the Surface Flammability of Carpets and Rugs (FF 1-70); Code of Federal Regulations. • 09680-1 7152 1.3 SUBMITTALS A. Product Data: Submit technical data for each distinct type of carpeting material and accessory indicated. 1. Include information which details installatioii methods for substrates indicated. B. Verification Samples: Submit the following to serve as standards for judging the completed work: 1. For each distinct color,pattern,or type indicated,submit sample 18 inches(450 mm) square which has been prepared from actual carpet to be installed. 2. Edging accessories: For each distinct edging accessory which will remain exposed after installation, submit sample 12 inches (300 mm) long. C. Certification: 1. Submit manufacturer's certification that materials furnished comply with requirements indicated. Include official results from independent testing agency which establish that materials meet or exceed test requirements indicated. D. Provide documentation from carpet manufacturer stating approval and acceptance of r. the existing concrete substrate's preparation;new construction topping,underlayment, filler and/or leveling compound materials, and the adhesive products to be used for this project. E. Maintenance Instructions: Submit manufacturer's instructions for maintaining appearance and condition of installed products. Include information on cleaning materials which could damage carpet. F. Provide additional data and/or samples as required by the Architect. 1.4 QUALITY ASSURANCE A. Manufacturer's Qualifications: Firm regularly engaged in manufacture of products specified in this section, whose products have been in satisfactory use, under similar service conditions, for not less than 5 years. B. Installer's Qualifications: Firm regularly engaged in installation of products specified in this section, with a minimum of 5 years of experience. 1.5 PERFORMANCE CHARACTERISTICS A. Fire Performance: Provide carpet materials capable of meeting the following requirements when tested in accordance with methods indicated,by UL(Underwriters Laboratories Inc.) or other independent testing agency acceptable to governing authorities. 1. Methenamine pill test(ASTM D 2859): Passes. 09680-2 7152 1.6 DELIVERY, STORAGE, AND HANDLING A. Take measures as required to ensure materials are not damaged or deformed. Store products in flat position in properly ventilated, dry space. Use suitable means to prevent materials from lying in direct contact with the ground. B. Allow carpet materials to reach room temperature or minimum temperature recommended by manufacturer before installation. 1.7 COORDINATION A, Coordinate carpet work of this section with Selective Construction Demolition and Concrete Patching specified elsewhere for preparation of concrete floor substrate necessary to produce the proper substrate for applied finishes under this section, and the project's completed construction configuration. B. Coordinate carpet work of this section with removal of existing building carpet and lecture room fixed swing-arm seating system specified in Division 2 section,Selective Construction Demolition. 1.8 WARRANTY A. Submit a written warranty signed by the manufacturer, installer, and the contractor, guaranteeing to correct failures in carpeting which occl.i7 within 2 years after substantial completion, without reducing or otherwise limiting any other rights to correction which owner may have under the contract documents. Failures are defined to include faulty workmanship or faulty materials. Correction may include repair or replacement. 1.9 EXTRA MATERIALS IP A. Extra Carpet Materials: After installation has been completed,deliver extra materials to owner's designated on campus storage area, and provide appropriate receipt for signature. 1. Protect with appropriate protective packaging and provide clearly printed, legible identifications. If possible provide original manufacturer's undamaged rfactory shipping wrappers. B. Provide the following quantities for each material. I. Carpet: Five percent (5%) of each variety and color of carpet installed. 2. Accessories: Two percent (2%) of each variety and color installed. 1, 3, Provide a corresponding quantity of trim and adhesive materials. PART 2 - PRODUCTS 09680-3 24 7152 ■n 2.1 CARPET am A. MANUFACTURERS 1. Preapproved manufacturer is Designweave, a division of Queen Carpet Corp., Santa Fe Springs, CA (800-366-0951). 2. Colors, patterns and textures shall match samples of those specified. 3. Owner's Representative will review reasonable products meeting or exceeding the technical, color and pattern specifications listed herein as provided in this section. 4. Unless otherwise amended, no "value engineering" suggestions will be entertained in this item and all Respondents are required to comply with these specifications. Any additional approvals will be issued by an Addendum prior to Proposal date. 2.2 CARPET A. Carpet Material: At all locations where carpet is scheduled,provide material equal in construction and appearance to carpet products listed below by Stratton Commercial Carpets. Wn B. Substitutions: Products of other manufacturers, equivalent in appearance and in all other construction respects to the product named below, will be considered as a 64 substitution. Substitute material must be received by the Architect in a timely manor, so as to allow evaluation and approval actions,and to be listed in a written Addendum to be issued at least ten (10) days prior to bid. an C. Colors, Textures and Patterns: I. Carper colors have been selected from the products of a specific manufacturer. Equivalent materials of another approved manufacturer will be acceptable; however,standard colors of another manufacturer which only approximate the colors shown on the drawings or indicated on the schedules will not necessarily be acceptable. 2. Should a contractor or supplier elect to propose a substitution of equivalent materials from another recognized major manufacturer, it shall be his responsibility to provide samples of carpet materials which match, to the satisfaction of the Architect, the material and color selections of specified below. Such material proposals shall be considered as Substitutions, and be subject to the following conditions: 3. Substitutions: Products of other manufacturers, equivalent in appearance and in all other construction respects to the product named below, will be considered as a substitution. Substitute material must be received by the Architect in a timely manor,so as to allow evaluation and approval actions,and to be listed in a written Addendum to be issued at least ten (10) days prior to bid. 09680-4 7152 D. Carpet Material: Room Finish/Color Schedule designation: "F L" 1. Carpet Material/Pattern: #994 "Chain Reaction". 2. Carpet Material/Color: #336 "Meltdown". 3. Installation method: Direct glue-down. 4. Edge guard: Vinyl or Rubber. E. Additional requirements: 1. ADA Conformance: Conform to requirements of Americans With Disabilities Act for minimum static coefficient of friction of.60, as recommended for accessible routes. F. Carpet Flammability: 1. Pill Test: Provide carpet which passes the flammability test of ASTM D 2859 (DOC FF-1-0). 2. Radiant Panel Test: Provide carpet which meets National Bureau of Standards recommended limits for commercial (Class II) and/or institutional (Class 1) occupancies (critical radiant flux of 45 watts/cm2 or greater)when tested by the Flooring Radiant Panel Test(FRPT),NBS IR 75-950. 3. Smoke Density Test: Test in radiant heat chamber, with and without flame, for density of smoke generated; ASTM E 662,or NFPA No. 258, also known as NBS smoke density chamber test. G. Static Test Results: I. Provide carpet which is static protected to generate no more than 1.5 kv at 70°F 20% RH, by AATCC-134-7 5 standards. 2.3 CARPET ACCESSORIES A. Patching Compound: Latex leveling and patching compound acceptable to manufacturer of carpet material. B. Carpet Edge Guard, Non-metallic: Extruded or molded vinyl or rubber carpet edge guard equal to Mercer#710 at vinyl tile,and#230 at unfinished floor;colors shall be the same as selected for base material specified under Section 09660, Resilient Tile Flooring,or as selected by Architect from among standard colors available within the industry. C. Installation Adhesive: Water-resistant type as recommended by carpet manufacturer, and which complies with flammability requirements for installed carpet. D. Seaming Cement: Hot-melt seaming adhesive or similar product recommended by carpet manufacturer, for taping seams and buttering cut edges at backing to form secure seams and prevent pile loss at seams. 09680-5 7152 E. Tack Strip: Provide units as recommended by the carpet manufacturer where necessary. F. Noncombustible Carpet Separator: Extruded aluminum; finish to match other exposed accessories. MR G. Concrete Slab Primer: Non-staining type as recommended by flooring manufacturer. H. Floor Surfacing Compound: Latex type as recommended by flooring manufacturer. I. Miscellaneous Materials: Provide all materials and accessories necessary for complete carpet and edge strip installation as recommended by manufacturers of carpet, and other carpeting products; and selected by Installer to meet project cir- cumstance and requirements. 2.4 WALL BASE A. Refer to Section Resilient Tile Flooring specified elsewhere in Division 9 for wall base material. PART 3 - EXECUTION 3.1 EXAMINATION A. General: Verify that proper repair, topping, leveling and other necessary remedial work to existing concrete floor substrate has been accomplished, and that substrates are completely dry,free of harmful substances,and in satisfactory condition to receive carpeting materials. B. Notify the Architect in writing of unsatisfactory conditions. Do not begin installation until these conditions have been satisfactorily corrected. C. Start of installation work constitutes acceptance of substrate conditions and full responsibility for the completed work. D. Perform moisture and acidity tests on concrete surfaces where recommended by carpet manufacturer. 3.2 PREPARATION A. General: Follow carpet manufacturer's recommendations to ensure that each substrate is properly prepared to receive carpeting. 1. Fill all minor cracks, gaps, and depressions using carpet manufacturer's recommended materials and methods. 09680-6 r 7152 2. Glue-down installation: Maximum variation in substrate 1/8 inch(3mm)in 10 feet(3 in). B. Level off all high spots or ridges to prevent uneven carpet wear. C. Determine whether substrates are susceptible to dusting. Apply sealer where required to prevent formation of dust. D. Vacuum-clean substrates thoroughly,just prior to beginning installation. E. Maintain temperature of floor and relative humidity of rooms where carpet materials are to be installed at levels and for periods recommended by carpet manufacturer before, during, and after installation. 3.3 INSTALLATION - GENERAL A. Perform installation in accordance with manufacturer's instructions, except where more stringent requirements are shown or specified, and except where project 1P conditions require extra precautions or provisions to ensure satisfactory performance of the work. 1. Maximize consistency of carpet appearance,particularly in terms of lay of pile and its direction. Follow manufacturer's recommendations for placement of seams. 2. Continue carpet into recessed spaces such as closets, and underneath obstacles rwith open bases. 3. Follow manufacturer's instructions for cutting carpet, using tools designed to cut type of carpet materials being installed. B. Provide noncombustible carpet separator wherever carpet materials are to be installed on both sides of a fire door. rC. At door openings,orient carpet seam perpendicular to traffic direction;doorway seam rmust be located directly underneath door in closed position. 3.4 INSTALLATION - GLUE-DOWN CARPET rA. Before applying adhesive to substrate,prefit carpet in areas where it is to be installed. Where cutting is necessary,provide properly prepared, straight, and unfrayed edges. B. Apply even layer of adhesive to substrate, using trowel of carpet manufacturer's recommended notch size. r C. Install prefitted carpet; butt edges snugly at seams and against vertical obstructions. 1. Stretch carpet tightly over substrate,so that it lies flat,is uniformly smooth,and rfree of bulges. I r 09680-7 7 7152 2. Apply seaming cement to butted edges. D. Install edge guards at exposed carpet edges unless indicated otherwise;provide secure attachment to substrate. E. After installation, lightly roll carpet as recommended by carpet manufacturer. F. Immediately remove adhesive from surface of carpet by method which will not damage carpet. 3.5 CLEANING A. Remove carpet remnants which are not usable;comply with owner's instructions for final disposition of usable remnants. B. Use commercial-quality vacuum cleaner to thoroughly clean installed carpeting;trim loose yarns where required. C. Eliminate stains;contractor shall pay for and replace carpet from which stains cannot be eliminated using carpet manufacturer's recommended products and methods. 3.6 PROTECTION A. Protect installation with a nonstaining building paper. Do not use a moisture barrier such as plastic film. B. Do not permit foot traffic or place furniture on glued-down carpet for a minimum of 49 hours after installation. 1. Do not wet-clean any glued-down carpet within 60 days of installation. C. Ensure that carpet will be clean and without deterioration or damage at date of substantial completion. END OF SECTION 09680-8 7152 SECTION 09900 - PAINTING PART I - GENERAL 1.1 SUMMARY A. Section Includes, but not limited to: 1. Painting and finishing of all surfaces exposed to view in the completed configuration of this project. Paint finishing and/or refinishing of all surfaces, both interior and exterior, unless factory prefinished or specifically noted or specified not to be painted. 2. Finish painting of wood windows and entry door transoms prepared and primed under work of Division 8 section: Wood Window Restoration, 3. Necessary work resulting from demolition and removal activities and infilling of openings; and the proper preparation of existing surfaces and/or substrates to receive work under this section which is necessary to produce the completed finish construction configuration. Refer to "Selective Construction Demolition"specified in division 2 for additional project requirements. 4. Proper abatement, removal and disposal of lead bearing paint, conforming to regulations governing such activities, on all existing building components receiving work under this section. 5. Field painting of mechanical and electrical items exposed to view. Refer to applicable parts of Divisions 15 and 16 for additional requirements. 6. "Paint" as used herein means all coating systems materials, including primers, emulsions, enamels, stains, sealers, fillers, and other applied materials, whether used as barrier, prime, intermediate or finish coats. 7. Where exposed items or surfaces are not specifically scheduled or mentioned on the Finish and/or Color Schedule, paint these the same as adjacent similar materials or areas. 8. Safety identification colors and/or striping at all locations and conditions required by governing authorities. B. Section does not include: 1. Preparation work related to wood window restoration and entry door transoms, including stripping existing finish, preparing wood substrate and priming specified under Division 8 section: Wood Window Restoration. 2. Refinishing of factory finished manufactured products and/or equipment, unless specifically indicated. 3. Painting moving parts of equipment. 4. Pre-finished Items: Items described to be factory-finished, such as prefinished metal panels,ceramic tile, acoustical ceiling board and grid, 09900-1 7152 exterior masonry,plumbing light,fixtures,electrical devices,switchgear and distribution cabinets, etc. a. Exterior galvanized items and chain link fence system shall not be painted unless specifically indicated. b. New construction exterior masonry work and precast work including cast stone. 5. Concealed Surfaces: Painting is not required on surfaces such as walls or ceilings in concealed areas and inaccessible areas, furred areas, pipe spaces and duct shafts. 6. Finished Material Surfaces: Metal surfaces of anodized aluminum,stain- less steel,chromium plate,bronze and similar finished materials will not require finish painting unless a component part of a system that is otherwise painted or specifically required. Similarly,painting will not be required where the natural finish of the material is obviously intended and/or specifically noted as a surface not to be painted. Such surface conditions shall be confirmed with the Architect. 7. Operating Parts: When applying paint finish to exposed equipment, do not paint any moving part of operating units, mechanical and electrical parts, such as valve and damper operators, linkages, sinkages, sensing devices, motor and fan shafts, unless specifically noted otherwise. 8. Labels: Do not paint over any code-required labels,such as Underwriters Laboratories and Factory Mutual, or any equipment identification, performance rating, name, or nomenclature plates. 9. Painting foam insulated refrigeration lines,unless specifically indicated. C. Related Sections Include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Traffic Striping: Division 2. 3. Cast-In-Place Concrete: Division 3. 4. Remedial Structural Metal Work: Division 5. 5. Metal Fabrications: Division 5. 6. Finish Carpentry and Woodwork Restoration: Division 6. 7. Architectural Woodwork: Division 6. 8. Steel Sash Window Restoration, Division 8. 9. Wood Window Restoration: Division 8. 10. Wood Flooring: Elsewhere in Division 9 11. Seamless Flooring: Elsewhere in Division 9 12. Lath and Plaster: Elsewhere in Division 9. 13. Gypsum Board Systems: Elsewhere in Division 9. 14. Metal Louvers: Division 10. 15. Mechanical: Division 15. 16. Electrical: Division 16. 1.2 REFERENCES 09900-2 7152 A. Steel Structures Painting Manual Volume 2, "Systems and Specifications",Steel Structures Painting Council (SSPC); Current Ed. 1.3 DEFINITIONS A. DFM(dry film mils): Thickness, measured in,-nils,of a coat of paint in the cured state. 1.4 SUBMITTALS A. Product Data: Manufacturer's technical data sheets for each coating. 1. Material analysis including vehicle type and percentage by weight and by volume of vehicle, resin, and pigment. 2. Application instructions including mixing, surface preparation, compatible primers and topcoats, recommended wet and dry film thickness, recommended application methods. B. Manufacturer's Data: Submit manufacturer's specifications including paint label analysis and application instructions for each material proposed to be furnished. Paint can labels will not be accepted. C. Manufacturer's Certification: Provide certification statement signed by a qualified representative of the manufacturer that all materials and systems included on the Schedule submitted are recommended by the manufacturer for the applications indicated. D. Schedule: Submit schedule of all materials proposed to be furnished, in same format as paint schedule included herein. E. Prior to commencement of painting operations,prepare and submit for approval two 6" x 6" samples of each color scheduled, applied over sample of material scheduled to receive paint or stain. F. Provide additional data and/or samples as required by the Architect. 1.5 QUALITY ASSURANCE A. Materials: All coating materials required by this section shall be provided by a single manufacturer, unless otherwise required or approved. B. Applicator: Firm with not less than 5 years of successful experience in painting work similar in scope to work of this project. 1. Maintain throughout duration of the work a crew of painters who are fully qualified to satisfy requirements of the specifications. 09900-3 MR 7152 MR C. Mock-up: Before proceeding with work of this section, finish one complete space or item of each color scheme required, showing selected colors, finish texture, materials, and workmanship. D. Where color matching is a part of the work under this contract, the selected manufacturer's suppliers shall have the capability of electronic or computer generated matching paint color formulas. E. Color Matching: All paint colors for this project required to be matched to colors of the existing building, or Owner's standard colors, shall be performed by the paint manufacturer's electronic color matching equipment. The contractor shall submit confirming color samples of each color for review by the Architect. F. Paint Compatibility: It shall be the contractor's responsibility to perform all such tests of factory applied coatings, or other existing undercoatings, as may be necessary to determine the proper materials and preparation necessary for proper adhesion and finish quality of paint materials. 1.6 DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver materials in manufacturer's original containers bearing coating name and color, material composition data,date of manufacture, legal notices if applicable, and mixing, thinning, and application instructions. B. Storage: 1. Store materials in an orderly fashion and in clean, well-closed containers with labels intact. 2. Maintain above 40 degrees F(4 degrees Celsius). Do not allow materials to freeze. 1.7 PROJECT CONDITIONS A. Apply coatings only under the following environmental conditions: 1. Air and surface temperatures are between 50 and 100 degrees F(10 and 38 degrees Celsius), unless otherwise recommended by manufacturer. 2. Surface temperature Is at least 5 degrees F (minus 15 degrees Celsius) above dew point. 3. Provide temporary lighting where necessry to achieve a well-lit surface with a level of at least 80 footcandles measured at work area's mid-height. B. Ventilation: Provide proper controlled fresh air intake and exhaust ventilation during paint application operations,to prevent paint odors from accumulating in occupied work areas. 09900-4 7152 1 Provide continuous ventilation and heating to prevent accumulation of hazardous fumes and to maintain surface and ambient temperatures above 45 degrees F(7 degrees Celsius) for 24 hours before, during, and for 48 hours after application of finishes,or longer if required to obtain fuel cure as indicated by manufacturer's instructions. 2. Provide necessary barriers to prevent fresh paint odors entering the building's operating HVAC systems. C. Do not apply coatings during inclement weather except within enclosed, conditioned spaces. 1.8 COORDINATION A. General: Perform work in proper sequence with work of other trades to avoid damage to finished work. B. Coordination: Where painting work under this Section will be applied over shop coatings specified in other sections, coordinate work of such other sections to ensure that only approved,compatible primers are applied. I. Furnish the Architect with product data on both coatings demonstrating coating compatibility. 2. Fully coordinate work of this section with preparation work and materials of other sections. C. Floor Finish: Coordinate work of this section with "Selective Construction Demolition" and "Cast-In-Place Concrete" for preparation of existing concrete floor substrate,and with other work to ensure that installed finish is not damaged or soiled. 1.9 MAINTENANCE STOCK A. At time of completing application, deliver stock of maintenance material to the Owner's on-site storage. Furnish not less than one unused,properly labeled and sealed 1-gallon(3.8 liter)can of each type of finish coat of each color,taken from lots furnished for the work. PART 2 - PRODUCTS 2.1 PAINT COLORS AND FINISHES: A. Refer to drawings for colors of paint, surface treatments and finishes. B. Paint Coordination: Provide finish coats which are compatible with prime paints used. Review other sections of these specifications in which prime paints are to be provided to ensure compatibility of total coatings system for various 09900-5 715-1 substrates. Upon request from other trades,furnish information on characteristics of finish materials proposed for use,to ensure compatible prime coats are used. Provide barrier coats over incompatible primers or existing surfaces. Notify Architect in writing of any anticipated problems using specified coating systems. C. Color selections shown on the drawings or indicated on the schedules have been selected from the products of a specific manufacturer. Equal materials of another approved manufacturer will be acceptable; however,should the Contractor elect to use materials of another approved manufacturer, it shall be his responsibility to perform all mixing operations which may be required to provide an identical match, to the satisfaction of the Architect, of the color selections shown on the drawings or indicated on the schedules. D. Final approval of all colors shall be made by the Architect from samples applied at the job to the surface for which the color is intended. E. Color Pigments: Shall be pure,non-fading,applicable types to suit substrates and service indicated. 2.2 PAINT MANUFACTURERS A. Paint Products: The following manufacturers, provided they comply with requirements of the contract documents, will be among those considered in accordance with standard substitution procedures: I. Jones-Blair 2. Benjamin Moore&Company. 3. PPG Industries, Inc./Pittsburgh Paints. 4. Pratt & Lambert, Inc. •. 5. ICI. 2.3 PAINT PRODUCTS A. Colors: I. For multicoat systems, apply each coat to all undercoats using a successively darker tint or shade, unless approved otherwise. 2. Top coat colors: As shown on drawings and schedules. B. Hazardous Materials Content: All materials shall be lead and mercury free. Materials containing zinc chromate or strontium chromate pigments shall not be used. C. Proprietary names used to designate colors or materials are not intended to imply that equivalent products of other approved manufacturers will not be acceptable provided that a match of the required color be provided. 09900-6 7152 D. Provide the best grade of the various types of coatings as regularly manufactured by approved paint materials manufacturers. Materials not displaying the manufacturer's identification as a best-grade product will not be acceptable. E. Provide undercoat paint produced by same manufacturer as finish coats. Use only thinners approved by paint manufacturer,and use only within recommended limits. R All materials shall comply with applicable state and local laws enacted to insure compliance with Federal clean Air Standards. All materials shall conform to the restrictions of the local air pollution control authority, 1. Should any materials specified in the painting schedule not meet the applicable Volatile Organic Compound (VOC) content limitations, the Contractor shall notify the Architect prior to commencing the work, informing the Architect of the noncompliance and proposing a substitute complying material. 2. Substitute materials may be proprietary paint materials of the same type, color, and which are equivalent in performance of the types specified in the painting schedule and which meet VOC content requirements. 3. Equivalent performance shall be within 10 percent (10%) of the values for the percent of pigment,the percent of nonvolatile vehicle(by weight), the viscosity (in K.U.'s), the gloss and the drying times for set-to-touch, recoating, and dry hard. G. Provide interior paint types that produce low or no objectionable odors. Provide interior paint material equal to Glidden "Lifemaster 2000" series paints. H. Provide compatible paint material type for all necessary touch-up and repainting of existing painted surfaces. 1. Provide heat resistant paint materials for application to equipment, accessories, valves andlor piping in association with high operating temperature systems. 2.4 CONCRETE FLOOR SEALER A. Provide floor sealer system equal to "Sealhard" as manufactured by L & M Construction Chemicals, Inc., Omaha, NE (402-453-6600). Complete with all accessory materials and application process necessary for proper installation, B. Provide adequate ventilation for all work areas,and proper separation from work areas and continuing Work activities. C. Clean existing concrete of previous applied finishes and water blast clean previously unfinished concrete areas. 09900-7 7152 D. Protect floor sealer application areas for a minimum of one day cure period. 2.5 MISCELLANEOUS MATERIALS A. Provide suitable first quality joint fillers,painters caulk, wood dough,and epoxy metal filler type products as necessary for repairing and filling surface defects, joints,connections and material transitions in conjunction with paint preparation work. 1. Caulk and or putty seal all connection joints in wood trim and wood windows after priming and prior to finish painting. B. Provide other accessory materials, admixtures, and thinners as necessary for material preparation, application, and cleanup. C. Provide adequate masking, drop cloths, and coverings necessary for proper protection of other work. PART 3 - EXECUTION 3.1 INSPECTION A. Examine areas and conditions under which painting work is to be applied to determine conditions detrimental to proper and timely completion of work. Verify that surfaces and conditions are ready for work in accordance with coating manufacturer's recommendations.Do not proceed with work until unsatisfactory conditions have been corrected, B. Prior to commencement of work,examine surfaces scheduled to be finished. 1. Confirm that proper cleaning required under other specification sections has been completed in areas to be painted. 2. Report any unsatisfactory conditions in writing. 3. Do not apply coatings to unsatisfactory substrates. 4. Beginning painting work on an area will be deemed construed acceptance of surfaces in that area. 3.2 LEAD PAINT A. Provide proper abatement, removal and disposal of lead bearing paint, conforming to regulations governing such activities,on all building components receiving work under this section. B. The Owner has used lead check swabs on the painted surfaces of this project. These swabs are capable of identifying surfaces that have lead levels above regulatory action levels. 09900-8 • 7152 C. Based on the swab tests the following painted surfaces contain lead levels that exceed regulatory action levels. 1. Door frames. 2. Door faces 3. Window sash and frames. 4. Exterior metal canopy supports. 3.3 CAULKING AND JOINT FILLING A. Provide proper caulking, wood dough and/or joint fillers to completely fill otherwise open joints in all opaque finished woodwork, door and window units and/or frames that are part of the completed project, and to fill joints between woodwork or trim and adjoining surfaces and/or construction. B. Provide filler or sealant, colored to match stained finish woodwork or trim, to close joints between stained finish woodwork or trim and adjoining surfaces and/or construction. C. Provide suitable first quality joint epoxy fillers and/or paintable caulk products for filling surface defects,joints, connections and material transitions in metal surfaces, as may be necessary for the substrate involved . 1. Fill all open joints between horizontal and vertical members of hollow metal frame assemblies with paintable caulk prior to finishing, 2. Fill all metal work surface defects such as grinding marks, and all rough or irregular joints with suitable epoxy filler and/or caulking prior to finishing, as may be appropriate for the substrate and the surface defect. Do not attempt to repair or conceal poor fabrication or damage with fillers. 3.4 SURFACE PREPARATION FOR EXISTING CONSTRUCTION A. Derusting: Properly removing rust and corrosion(derusting)from existing metal surfaces for application of paint finish work is a part of work under this section. 1. Remove all rust and corrosion by the method deemed appropriate for the material and surface condition of the item at hand. 2. At the contractor's option, provide appropriate blast media cleaning, power brush, sanding and/or chemical treatment cleaning. Use of specialty rust conversion treatment processes may be used with Architect's approval. 3. At completion of cleaning and derusting, all rust and corrosion on the surfaces to be coated shall be removed and/or neutralized. B. Concrete Floors: Existing concrete floors scheduled for applied an coating finish shall be steam cleaned and dried prior to other cleaning and surface preparation recommended by the manufacturer. • 09900-9 7152 C. Previously painted surfaces: Properly prepare all existing construction and previously painted items to receive paint work under this contract in accordance with paint manufacturer's printed instructions. Throughly clean and prepare previously painted surfaces. Do not apply paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise detrimental to formation of a durable paint film bond. D. Remove hardware,hardware accessories,prefinished surfaces,plates,and similar items in place and not to be finish-painted,or provide surface-applied protection prior to surface preparation and painting operations. Remove, if necessary, for complete painting of items and adjacent surfaces. Following completion of painting of each space or area,reinstall removed items. E. Clean surfaces to be painted before applying paint or surface treatments. Remove oil and grease prior to mechanical cleaning. Program cleaning,preparation and painting so that contaminants from cleaning process will not fall onto recently painted surfaces. Remove dust prior to beginning finish applications. F. Sand existing surfaces lightly prior to beginning finish applications and/or provide surface conditioning products recommended by the paint product manufacturer for the substrate at hand. Sand surfaces lightly, or as otherwise recommended by the paint product manufacturer between successive finish coats. G Provide barrier coats over incompatible primers or remove and re-prime as required. Notify Architect in writing of any anticipated problems in using the specified coating systems with substrates primed by others. 3.5 SURFACE PREPARATION FOR NEW CONSTRUCTION A. Apply coatings to surfaces that are clean and properly prepared in accordance with manufacturer's instructions and as herein specified. Remove dirt, dust, grease, oils, and foreign matter. Prepare surface for proper texture necessary to optimum coating adhesion and intended finished appearance. Plan cleaning, preparation, and coating operations to avoid contamination of freshly coated surfaces. 1. Do not apply coatings to labels that identify equipment, fire-resistance ratings,etc. MR 2. Remove hardware, cover plates, and similar items before applying coatings. 3. Provide protection for non-removable items not scheduled for coating. After application of coatings, install removed items. Use only skilled workmen for removal and replacement of such items. 4. Protect surfaces not scheduled for coating. Clean,repair,or replace to the satisfaction of the Architect any surfaces inadvertently spattered or coated. 09900-10 7152 B. Concrete: 1. Apply coatings to fully cured surfaces that are at least 28 days old. 2. Perform any required surface repairs before applying coatings. Remove any fins or protrusions from surface. Patch any holes and cracks in an approved manner. 3. Clean surface of all dirt, oil, wax, grease, or other contaminants before preparing surface profile. Use appropriate detergents and pressurized hot water. Thoroughly flush cleaning agents from surface. 4. Allow substrate to dry thoroughly. Test for moisture in accordance with coating manufacturer's recommendations before applying coatings. C. Masonry: 1. Apply coatings to fully cured surfaces that are at least 28 days old. 2. Perform any required surface repairs before applying coatings. Remove any fins or protrusions from surface. Patch any holes and cracks in an approved manner. Verify the joints are struck flush or concave unless otherwise specifically required. 3. Clean surface of all dirt, oil, wax, grease, or other contaminants. Use appropriate detergents and hot water. Thoroughly flush cleaning agents from surface. D. Ferrous Metal: 1. Clean and prepare surface profile in accordance with the applicable SSPC specifications for hand tool or power tool cleaning. 2. Intricate fabricated shapes may be pickled in lieu of hand or power tool cleaning. 3. Before hand or power tool cleaning, remove visible oil, grease, soluble welding residue, and salts by solvent cleaning. After hand or power tool cleaning, reclean surfaces if necessary. 4. Before touching up ce,itings damaged by handling or welding, reprepare damaged surfaces. E. Wood: 1. Scrape and remove any sap or pitch deposits from surface and clean with mineral spirits. Seal any knots and pitch pockets with a suitable product recommended by the coating manufacturer. Sand rough spots. Remove dust. 2. After first coat has dried,fill holes,cracks,or depressions with a suitable wood filler recommended by the coating manufacturer. Sand filler when dry. 3. Provide suitable first quality joint fillers,painters caulk,and wood dough type products as necessary for the substrate involved for repairing and filling surface defects, joints, connections and material transitions in woodwork. a. Fill all open wood joints,defects and nail holes prior to finishing. 09900-11 04 7152 No 4. Sand surfaces lightly between successive coats. Remove dust. no F. Gypsum Board: 1. Latex-fill minor defects. 2. Spot-prime defects after repair. G. Mildew: 1. Remove mildew by scrubbing with solution of trisodium phosphate and bleach. 2. Rinse with clean water and allow surface to dry. H. Insulated Coverings: 1. Remove dirt, grease, and oil from canvas, cotton, and other insulated coverings to be painted. 3.6 MIXING AND THINNING A. Perform all thinning and mixing -according to the individual material manufacturer's printed instructions for the applications involved. B. Remove and discard any skin formed on surface of coatings in containers. Discard any containers where skin comprises 2 percent or more of the remaining material. Do not add thinner except as specifically recommended (not merely permitted)by the coating manufacturer for�,roper coating application under the circumstances prevailing at the project site when application equipment recommended by the coating manufacturer is employed. Use only the quantities and the types of thinner recommended, C. Mix materials using mechanical mixers in accordance with coating manufacturer's instructions. Agitate mixed materials during application if recommended by manufacturer. D. Combine multi-component paints in quantities needed for use within the manufacturer's recommended pot life at the anticipated application temperatures. Discard remaining mixed material after pot life has expired. E. Strain pigmented coatings after mixing except where mechanical application equipment is provided with effective strainers. F. Tinting: Except where coating materials cannot be tinted, tint each successive coat of paint a sufficiently contrasting color to facilitate identification of complete coating coverage. 3.7 APPLICATION 09900-12 MR 7152 A. General: 1. Apply coatings in accordance with coating manufacturer's instructions and using application method best suited for obtaining full, uniform coverage of surfaces to be coated. 2. Employ only application equipment that is clean, properly adjusted, in good working order, and of the type recommended by the coating manufacturer. 3. Apply successive coats after adequate cure of the preceding coat and within the recommended recoating time. 4. Apply each coat to achieve the dry film thickness per coat recommended rby the coating manufacturer. Application rates in excess of those recommended and fewer numbers of coats than specified will not be r accepted. 5. Completed coatings shall be free of defects such as runs,sags, variations in color, lap or brush marks, holidays, and skips. 6. Apply coatings according to the schedule at the end of this section and as otherwise indicated. Coat all similar surfaces not specifically mentioned unless specifically exempted. a. Ensure that all surfaces receive a dry film thickness equivalent to those of flat surfaces. 7. Coat front and back of miscellaneous items such as covers,access panels, and grilles. Apply finish coats to walls and ceiling surfaces behind movable items of furniture and equipment before their installation. Apply prime coat only behind non-movable items of equipment and/or furnishings before their installation. 8. Sand gloss coats before applying subsequent coatings. B. Remove coatings not in compliance with this specification, reclean and re-prepare surfaces as specified, and apply coatings to comply with the contract documents.. C. Scheduling: I Apply first coat of material to properly prepared surfaces without delay. a. Apply successive coats within the time limits recommended by the manufacturer. D. Mechanical and Electrical Items: 1. Paint mechanical and electrical items in finished spaces where exposed r to view, except in equipment rooms. 2. Paint interior surfaces of ducts and other construction items, where visible through registers or grilles, with a flat, non-specular black paint. 3. Color-code items in accordance with color schedules. a. Color-band and identify each component with the following: 1) Flow arrows. r 09900-13 7152 4. Mechanical items to be painted include, but are not limited to, the following: a. Piping, pipe hangers, and supports b. Heat exchangers. C. Tanks .� d. Ductwork and insulation e. Motor supports f. Exposed primed metal surfaces of mechanical equipment g. Accessory items 5. Electrical items to be painted include, but are not limited to, the following: a. Conduit and fittings. b. Electric panels exposed to view in occupied areas. 6. Other items specifically indicated on drawings. 3.8 PRIME COATS A. General: 1. Field apply bottom coats scheduled except where the contract documents require shop coating of ferrous metals. 2. Where first coat shows signs of suction spots or poorly sealed areas, reapply first coat material to adequately seal surface before proceding with successive coats. 3. Apply block fillers using manufacturer's recommended application techniques and achieving a pinhole-free surface. ., 4. Ferrous metals that have not been shop primed shall be field primed promptly after arrival at the site or shall be stored away from the effects of weather. -, 5. Reprepare and retouch damaged prime coats using approved,compatible primer. 3.9 FINISH COATS A. Number of Coats and Minimum Coating Thickness:Dry Film Thicknesses(DFT) indicated for paint coatings are minimum. Any locations showing evidence of lesser applied DFT or substrate material showing through shall be recoated as directed by the Architect at no additional contract cost. 1. Apply not less than the number of coats indicated. 2. Apply each coat to achieve not less than the dry film thicknesses indicated per coat. 3. Apply additional coats at no additional cost to the contract when necessary to achieve complete hiding, uniform texture,or uniform sheen and appearance. 09900-14 7152 B. Cut-in a clean and straight paint line at color changes and at meeting edges of paint work and glazed surfaces. 3.10 DAILY CLEAN-UP A. During progress of work, remove from site discarded paint materials, rubbish, cans and rags from all building areas at end of each work day, or earlier to avoid unacceptable paint odors in the building. 3.11 PROTECTION AND CLEANING A. Protection: 1. Protect all finished work, surfaces, equipment, windows, prefinished items and other surfaces to be exposed to view in the completed construction. Provide necessary drop cloths, drapes and coverings to protect adjoining work and work of other trades,whether to be painted or not,against damage and/or contamination by painting and finishing work. Protect all exposed concrete floor areas and applied floor finishes with suitable coverings. Protect prefinished items such as tile, window framing and glass from droppings, overspray and paint-spatter. a. It shall not be the contractor's option to provide cleaning and/or repair work in lieu of the required protection unless specifically approved by the Architect. 2. Protect work against damage until fully cured. Provide"Wet Paint"signs as necessary to identify and protect newly-painted finishes until surfaces are adequately cured. Remove temporary protective wrappings provided for protection of other work, after completion of painting operations. 3. At the completion of work of other trades,touch-up and restore damaged or defaced painted surfaces. 4. Shortly before final completion of the project, examine surfaces for damage to coatings and restore coatings to as-new,undamaged condition. 5. Touch-up of minor damage will be acceptable where result is not visibly different from surrounding surfaces. Where result is different either in color, sheen, or texture, recoat entire surface. B. Cleaning and Restoration: 1. Correct any unavoidable damage by cleaning,repairing or replacing,and repainting, as acceptable to Architect. 2. Remove all trace of coatings from glass and adjacent surfaces not scheduled to be coated. Remove spattered paint by proper methods of washing,solvent cleaning or careful scraping,using care not to scratch or otherwise damage finished surfaces. 3.12 MISCELLANEOUS SUBSTRATE COATINGS 09900-15 7152 A. Paint types and coating systems for substrate types not specifically listed below, but necessary to provide the specified paint finish work under this section, shall be as recommended by the approved paint products manufacturer's printed literature for the substrates involved. 3.13 SCHEDULE OF COATINGS FOR INTERIOR NONTRAFFIC SURFACES A. Basis of Schedule and Specification: The brand-name paint products listed in the schedule below, and made by the following manufacturer are the basis of the contract documents: 1. Benjamin Moore&Company, unless otherwise indicated. WN B. Gypsum Wallboard and Cement Plaster: 1. Latex, satin. a. Bottom coat: Moore's Latex Quick Dry Prime Seal 201;0.9 DFM am (0.02 mm). b. Intermediate coat: Same as top coat. C. Top coat: Regal AquaPearl 310; 1.4 DFM (0.036 mm). OR 2. Latex, semigloss. a. Bottom coat: Moore's Latex Quick Dry Prime Seal 201;0.9 DIM (0.02 mm) b. Intermediate coat: Same as top coat. C. Top coat: Regal AquaGlo 333; 1.3 DFM (0.033 nun), C. Concrete Masonry Units- Filled Finish: 1. Latex, eggshell. a. Bottom coat: Moorcraft Interior/Exterior Block Filler 173. b. Intermediate coat: Same as top coat. C. Top coat: Regal AquaVelvet 319; 1.4 DFM (0.036 mm). D. Wood: 1. Latex, eggshell. a. Bottom coat: Moore's Latex Quick Dry Prime Seal 201;0.9 DFM (0.02 mm). b. Intermediate coat: Same as top coat. C. Top coat: Regal AquaVelvet 319; 1.4 DFM (0.036 mm). E. Ferrous Metal: 1. Latex, semigloss. a. Bottom coat: Ironclad Retard-X Rust Inhibitive Latex Primer 162; 1.6 DFM (0.040 mm). b. Intermediate coat: Same as top coat. C. Top coat: Regal AquaGlo 333; 1.3 DFM (0.033 mm). 3.14 SCHEDULE OF COATINGS FOR EXTERIOR NONTRAFFIC SURFACES A. Wood: 1. Latex, satin,New construction. not 09900-16 an 7152 a. Bottom coat: Same as top coat. b. Intermediate coat: Same as top coat. r C. Top coat: MoorGlo latex House & Trim Paint 096; 1.2 DFM (0.030 mm). 2. Latex, satin, Existing construction, ps a. Bottom coat:Same as top coat,touchup existing paint preparation areas and bare areas. b. Intermediate coat: Same as top coat, C. Top coat: MoorGlo latex House & Trim Paint 096; 1.2 DFM (0.030 mm). B. Ferrous Metal: 1. Latex, satin. a. Bottom coat: IronClad Retardo Rust Inhibitive Paint 163; 1.3 DFM (0.033 mm). b. Intermediate coat: Same as top coat. C. Top coat: MoorGlo latex House & Trim Paint 096; 1.2 DFM (0.030 mm). C. Galvanized metal: 1. Latex, satin. a. Bottom coat: IronClad Galvanized Metal Laytex Primer 155; 1.3 DFM (0.033 mm). b. Intermediate coat: Same as top coat. C. Top coat: MoorGlo latex House & Trim Paint 096; 1.2 DFM (0.030 mm). D. Cement Plaster(Stucco) Soffit Coating: 1. Bottom and Top Coats:Dantex,Flex-Kote#109,medium texture finish, custom tinted to match color of existing building's stucco canopies. 3.15 SCHEDULE OF COATINGS FOR INTERIOR TRAFFIC SURFACES A. Concrete: 1. Floor Sealer: One coat Sealhard, 200 s.f. per gallon. 3.16 SCHEDULE OF COATINGS FOR INTERIOR AND EXTERIOR WINDOW FRAME SURFACES A. Wood Windows: I Latex, satin, Field prepared window frames and trim. a. Bottom coat: Moore's Latex Quick Dry Prime Seal 201;0.9 DFM (0.02 mm). b. Intermediate coat: Same as top coat. C. Top coat: MoorGlo latex House & Trim Paint 096; 1.2 DFM (0.030 mm). 2. Latex, satin, Existing construction, 09900-17 7152 a. Bottom coat: Touchup restoration primer preparation areas as necessary. b. Intermediate coat: Same as top coat. C. Top coat: MoorGlo latex House & Trim Paint 096; 1.2 DFM (0.030 mm). B. Metal Window frame system: Note prime paint all frame surfaces prior to fixing operable units closed and reglazing. 1. Latex, satin. a. Bottom coat: IronClad Retardo Rust Inhibitive Paint 163; 1.3 DIM (0.033 mm). b. Intermediate coat: Same as top coat. C. Top coat: MoorGlo latex House & Trim Paint 096; 1.2 DFM (0.030 mm). 3.17 COATING FOR SURFACES OF REUSED FINISH HARDWARE A. Derusted and cleaned hardware components: 1. Bottom and top coat: Rust Inhibitive spray applied coating equal to Rust- Oleium, High Temperature, Barbeque Black. END OF SECTION 09900-18 r 7152 SECTION 10 165 -TOILET COMPARTMENTS PART I - GENERAL 1.1 SUMMARY A. Section Includes, but not limited to: 1. Floor mounted overhead braced toilet compartments and screen panels. 2. Wall mounted screen panels. B. Related Sections Include, but not limited to: 1. Rough Carpentry: Division 6. 2. Tile: Division 9. 3. Gypsum Board Systems: Division 9. 4. Toilet accessories: Elsewhere in Division 10. 1.2 REFERENCES A. CABG/ANSI A117.1-1992 -- American National Standard for Buildings and Facilities - Providing Accessible and Usable Buildings and Facilities; 1992. 1.3 SUBMITTALS A. Product Data: Submit written technical information for each distinct panel system indicated. Include data on hardware, accessories, leveling-and-anchorage devices, and fasteners. B. Shop Drawings: Submit shop drawings detailing construction of compartments. 1. Show layout of panels and associated hardware and accessories. 2. Include details showing patiel connections, anchorage, and support systems. 3. For compartments which are to be hung from building structure (ceiling or wall), show fastener design and anchorage details bearing stamp of professional structural engineer registered in the state in which the project is located. C. Panel Color Verification Samples: Submit 6-inch(150 mm)square samples of each panel finish type and color to be installed. D. Manufacturer's Instructions: Submit for each product specified in this section. Include instructions for examination, preparation, and protection of adjacent work. E. Coordination: Submit certification that necessary coordination with Metal Fabrications work for providing complete overhead steel suspension system for toilet partitions has been accomplished. 10165-1 an 7152 F. Provide additional data and/or samples as required by the Architect. 1.4 QUALITY ASSURANCE A. Manufacturer's Qualifications: A company regularly engaged in manufacture of products specified in this section, and whose products have been in satisfactory use under similar service conditions for not less than 5 years. B. Installer's Qualifications: A company regularly engaged in installation of products specified in this section, with a minimum of 5 years of experience. C. Regulatory Requirements: Products and finished installations to be used by handicapped persons must comply with requirements of ANSI A 117.1. 1.5 PROJECT CONDITIONS A. Field Measurements: If possible, determine field measurements before beginning shop fabrication. Wherever field measurements have not been made before fabrication, provide components capable of adjustment during installation. 1.6 COORDINATION A. Use manufacturer's instructions and data to determine anchorage requirements for panel systems. In a timely manner, distribute to affected installers of related work those system components and anchorage devices provided by panel manufacturer for incorporation into other work. B. Coordination Drawings: Prepare coordination drawings for panel system assemblies. Include information necessary to properly coordinate locations of plumbing work. Distribute to affected installers of related work. an PART 2 - PRODUCTS am 2.1 MANUFACTURERS: am A. Manufacturers: Provide products complying with requirements of the contract documents and made by: 1. Accurate Partitions Corporation. 2. Bobrick Washroom Equipment, Inc. 3. Global Steel Products Corporation. 4. The Sanymetal Products Company, Inc, 2.2 PANEL AND SCREEN MATERIALS 10165-2 7152 A. General: Provide manufacturer's standard panels fabricated of solid phenolic core plastic surfaced material. Premachine panels for field installation of hardware and accessories. 1. Pilaster and door thickness: 3/4" 2. Panel thickness: 1/2" 3. Hardware, accessories, and mounting brackets: Manufacturer's standard styles. The following materials will be acceptable: a. Chromium-plated nonferrous cast alloy ("Zamac"). 4. Colors: As scheduled on drawings or as selected by Architect from the manufacturer's full line of available colors. 2.3 HARDWARE AND ACCESSORIES A. General: All toilet stalls shall be equipped with the following: 1. Hardware,accessories,and mounting brackets:Manufacturer's standard styles and designs capable of withstanding heavy duty service. 2. Hinge: Self-closing, pivot type hinge, recess-mounted within door; adjustable to permit door to rest at any angle, 3. Leveling-and-anchorage devices: Rust-resistant steel devices as recommended by panel manufacturer for overhead suspended installation of panels in conditions indicated. 4. Pilaster trim cover for ceiling-supported compartments: Stainless steel,finish to match compartment hardware. Minimum trim cover height: 3 inches. 5. Fasteners: Tamper-resistant rust-proof,exposed fasteners as recommended by panel manufacturer for installation of panels and hardware in conditions indicated. Finish to match hardware. B. Typical stall hardware and accessories: In addition to the general accessory items listed above, provide the following items at typical (non-handicap) stall units. 1. Latch for typical (non-handicapped) compartments: Concealed type, with emergency access feature. Provide stop and keeper with rubber bumper. 2. Combination coat hooks with integral rubber bumper: Provide one unit per typical stall door. Install centered on inside face of the stall door, at 60" above the floor. C. Handicap stall hardware and accessories: In addition to the general accessory items listed above, provide the following items at handicap stall units. 1. Door pull for handicapped compartments (for outer side of compartment doors): Door pull design and installation suitable for use by handicapped persons. 2. Latch for handicapped compartments: Surface-mounted sliding latch (for inner side of compartment doors) and fixed keeper, with emergency access feature, designed for use by handicapped persons. 3. Combination coat hook with rubber bumper: Provide two (2) units per handicap stall. a. Install one on the outside of the door near the strike edge,of sufficient length to act as door stop, and prevent compartment door from 10165-3 7152 striking other construction and/or installed toilet accessories. Install outside door stop at 60" above the floor. b. Locate the second hook within the compartment for use as a coat hook, located on the compartment's side wall without grab bar. Install inside coat hook at 48" above the floor. Do not install coat hook on inside face of door. Mark hook location and have Architect approve prior to installation. PART 3 - EXECUTION am 3.1 EXAMINATION ow A. Verify that conditions conform to requirements of contract documents. B. Verify all dimensions by field measurements. lw' C. Verify locations of plumbing fixtures to determine proper placement of panel assemblies. D. Verify that anchorage devices,provided by panel manufacturer to installers of related work, have been properly installed and aligned. E. Correct unsatisfactory substrate conditions before start of panel system installation. 3.2 INSTALLATION A. Perform installation in accordance with manufacturer's instructions, except where more restrictive requirements are shown, specified, or are necessary for project conditions. B. Secure panels using number and type of brackets recommended by manufacturer for conditions indicated. Clearances exceeding I inch (25 mm) between panels and walls are not acceptable, I Panels attached to tile-faced walls: Where possible, place brackets so that anchorage fasteners penetrate joints, not tiles. C. Compartments: I Securely attach panels to pilasters using manufacturer's recommended number and type of brackets. Align brackets with corresponding brackets at wall connections. Clearances exceeding V2inch(13 mm)between panels and pilasters are not acceptable. Provide level, plumb installation, 2. Floor mounted compartments: Form solid connection to floor. Secure pilasters using leveling-and-anchorage devices designed to support compartment weight. Install pilaster trim cover where each pilaster joins. a. Compartments with doors: Properly align door. Bottom edge of closed compartment door must be flush with bottom edge of panels. 10165-4 r 7152 D. Screens: I Form solid connection between panel system and building structure using manufacturer's recommended devices for conditions indicated. Anchorage must be designed to support weight of panels without damaging building finishes. Provide level, plumb installation. Provide screens capable of resisting impacts and stresses imposed during anticipated use and maintenance. E. Hardware and Accessories: Mount items in accordance with manufacturer's instructions. 3.3 ADJUSTING A. Operating Hardware: 1. In-swinging door: Adjust hinges to automatically bring door to rest at an angle approximately 30 degrees from fully closed position when door is not latched. 2. Out-swinging door: Adjust hinges to automatically bring door to rest in fully closed position when door is not latched. 3.4 CLEANING A. Clean panel system components using manufacturer's recommended procedures and cleaning agents. 3.5 PROTECTION A. Protect installed components from damage until final acceptance. END OF SECTION 10165-5 7152 SECTION 10200 - LOUVERS PART I - GENERAL 1.1 SUMMARY A. This Section includes, but is not limited to: I Panel louvers. B. Related Sections Include,but not limited to: 1. Unit Masonry: Division 4. 2. Joint Sealers: Division 7. 3. Mechanical: Division 15. 1.2 DEFINITIONS A. Louver Terminology: Refer to AMCA Publication 501-85 for definitions of terms for metal louvers not otherwise defined in this section or referenced standards. 1.3 PERFORMANCE REQUIREMENTS A. Structural Performance: Design,engineer, fabricate, and install exterior metal wall louvers to withstand the effects of loads and stresses from wind and normal thermal movement, without evidencing permanent deformation of louver components including blades,frames,and supports;noise or metal fatigue caused by louver blade rattle or flutter;and permanent damage to fasteners and anchors. 1. Wind Load: Uniform pressure (velocity pressure) of 20 lbs, per sq. ft. acting inwards or outwards. 2. Normal thermal movement is defined as that resulting from the following maximum change(range) in ambient temperature. Base design calcula- tions on actual surface temperatures of metals due to both solar heat gain and nighttime sky heat loss. a. Temperature Change Range: 100°F. B. Air Performance,Water Penetration,and Air Leakage Ratings: Provide thermal break louvers complying with performance requirements as demonstrated by testing manufacturer's stock units,of height and width required,according to Air Movement and Control Association (AMCA) Standard 500. t.4 SUBMITTALS: A. Product data for each product specified. 10200-1 04 7152 B. Shop drawings of louver units and accessories. Include plans, elevations, sections, and details showing profiles, angles, spacing of louver blades; unit dimensions related to wall openings and construction; free areas for each size required; and profiles of frames at jambs, heads, and sills. 1. Coordinate with requirements for security bars in openings. C. Provide additional data and/or samples as required by the Architect. 1.5 QUALITY ASSURANCE: A. Single Source Responsibility: Obtain louvers from a single source where alike in one or more respects with regard to type, design, and factory-applied color finish. B. SMACNA Standard: Comply with SMACNA "Architectural Sheet Metal Manual" recommendations for fabrication,construction details, and installation procedures. PART 2 - PRODUCTS +, 2.1 MATERIALS: A. Aluminum Sheet: ASTM B 209,Alloy 3003 or 5005 with temper as required for forming, or as otherwise recommended by metal producer to provide required finish. . a" B. Aluminum Extrusions: ASTM B 221, Alloy 6063-T5 or T-52. C. Fastenings: Of same basic metal and alloy as fastened metal. Do not use metals which are corrosive or incompatible with materials joined. 1. Use types, gauges, and lengths to suit unit installation conditions. 2. Use Phillips flat-head countersunk machine screws for exposed fasteners. D. Anchors and Inserts: Of type,size and material required for type of loading and installation required. Use nonferrous metal or hot-dip galvanized anchors and inserts for exterior installations and elsewhere as required for corrosion .� resistance. E. Subsill: Provide continuous .060 aluminum subsill with 1-1/2" turnup at back face and jamb ends of each louver. Subsill shall extend full width of louver opening including sealant joint. Size length of front projection as necessary to cover individual sill conditions. Lap, fasten, and seal all subsill joints. Finish subsill to match louver unit. F. Bituminous Paint: SSPC-Paint 12 (cold-applied asphalt mastic). 10200-2 7152 2.2 FABRICATION, GENERAL: A. General: Fabricate louvers to comply with requirements for design,dimensions, materials,joinery, and performance. B. Preassemble louvers in shop. C. Maintain equal louver blade spacing, including separation between blades and frames at head and sill, to produce uniform appearance. D. Fabricate frames, including integral sills, to fit in openings of size(s) required with allowances made for fabrication and installation tolerances of louvers, adjoining construction, and perimeter sealant joints. E. Include supports, anchorages, and accessories required for complete assembly. F. Join frame members to one another and to fixed louver blades as follows, unless otherwise required, or size of louvers assembly makes bolted connections between frame members necessary: 1. With fillet welds, concealed from view; or mechanical fasteners; or a combination of these methods; as standard with louver manufacturer. 2.3 PANEL LOUVERS: A. Single Source Responsibility: Obtain louvers from a single source where alike in one or more respects with regard to type, design, and factory-applied color finish. B. Manufacturer: Subject to compliance with requirements,provide products of one of the following: Airolite Co. Construction Specialties, Inc. Penn Ventilator Co., Inc. I. Provide aluminum panel louver units equal to Construction Specialties, Inc., fixed louver, 4" deep x size scheduled, Model A6100. 2. Provide subsill and insect screen. C. Fabricate louvers tocomplywith requirements fordesign,dimensions,materials, joinery, and performance. D. Preassemble louver panels and major components in shop to greatest extent possible. E. Maintain equal louver blade spacing, including separation between blades and frames at head and sill, to produce uniform appearance. 10200-3 7152 F. Fabricate frames, including integral sills, to fit in openings of size(s) required with allowances made for fabrication and installation tolerances of louvers, adjoining construction, and perimeter sealant joints. G. Include supports, anchorages, and accessories required for complete assembly. H. Join frame members to one another and to fixed louver blades as follows, unless otherwise required, or size of louvers assembly makes bolted connections between frame members necessary: 1. With fillet welds, concealed from view; or mechanical fasteners; or a combination of these methods; as standard with louver manufacturer. I. Provide each Type of exterior louver with louver screens complying with the following requirements: 1. Screen Location for Louvers: Interior face of louvers. 2. Secure screens to louver frames with stainless steel machine screws, spaced at each corner and at approximately 12" o.c. between. J. Louver Screen Frame: Fabricate screen frames to louver sizes, with mitered comers, and to comply with the following requirements: 1. Metal: Same kind and form of metal as louver frames to which screens are attached. Reinforce extruded aluminum screen frames at comers with clips. 2. Finish: Same finish as louver frames to which louver screens are attached. 3. Type: Rewireable extruded frames for securing screen mesh. 4. Insect Screening: 1/16" square mesh formed of woven aluminum wire. Coordinate screen mesh size and louver construction to provide air flow required. Refer to Mechanical drawings and specifications for air requirements. K. Finish all exposed aluminum surfaces of panel louvers and screens with manufacturer's standard anodized dark bronze. an PART 3 - EXECUTION 3.1 PREPARATION: an A. Coordinate setting drawings,diagrams,templates,instructions,and directions for installation of anchorages which are to be embedded in stone or masonry construction. Coordinate delivery of such items to project site. mm, 3.2 INSTALLATION: 10200-4 7152 A. Locate and place louver units plumb, level and in proper alignment adjacent work. B. Use concealed anchorages where possible. Provide brass or lead washers fitted to screws where required to protect metal surfaces and to make a weathertight connection. C. Provide perimeter reveals and openings of uniform width for sealants and joint f illers. • D. Repair finishes damaged by cutting,welding, soldering and grinding operations required for fitting and jointing, Restore finishes so there is no evidence of corrective work. Return items which cannot be refinished in field to shop,make required alterations, and refinish entire unit, or provide new units. E. Protect galvanized and nonferrous metal surfaces from corrosion or galvanic action by application of a heavy coating or bituminous paint on surfaces which will be in contact with stone, masonry or dissimilar metals. F. Install concealed gaskets, flashings, joint fillers, and insulation, as louver installation progresses where required to make louver joints weathertight. Comply with Division 7 Section "Joint Sealers" for all perimeter and assembly sealants applied during installation of louvers. 3.3 ADJUSTING AND PROTECTION: A. Protect louvers from damage of any kind during construction period, including use of temporary protective coverings where needed and approved by louver manufacturer. Remove protective covering at time of Substantial Completion. B. Restore louvers damaged during installation and construction period so that no evidence remains of corrective work. If results of restoration are unsuccessful, remove damaged units and replace with new units. 1. Clean and touch-up minor abrasions in finishes with air-dried coating that matches color and gloss of,and is compatible with,factory-applied finish coating. 34 CLEANING: A. Periodically clean exposed surfaces of louvers, which are not protected by temporary covering,to remove fingerprints and soil during construction period; P• do not let soil accumulate until finish cleaning. B. Before final inspection,clean exposed surfaces with water and with a mild soap or detergent not harmful to finishes. Rinse thoroughly and dry surface. 10200-5 aq 7152 END OF SECTION .A 10200-6 ., SECTION 10426 - SIGNAGE PART I -GENERAL 1.1 SUMMARY A. Section Includes: 1. Interior Panel Signs 2. Building Dimensional Letters. 3. Building Directory Board. B. Related Sections: 1. Finish Hardware, Division 8. 2. Fire extinguisher signage: Elsewhere in Division 10. 3. Elevator doorjamb markings: Division 14. 4. Mechanical identification: Division 15. 5. Electrical identification: Division 16. 6. Illuminated exit signs: Division 16. 1.2 SUBMITTALS A. Product Data: Submit for each type of sign specified, including details of construction relative to materials,dimensions of individual components,profiles,and finishes. B. Shop drawings: 1. Show fabrication and erection of signs. Include plans, elevations, and large-scale sections of typical members and other components. Show anchors, grounds, layout, reinforcement, accessories, and installation details. 2. Provide message list for each sign required, including large-scale details of wording and lettering layout. 3. For signs and display cases supported by or anchored to permanent construction,provide setting drawings,templates,and directions for installation of anchor bolts and other anchors to be installed as a unit of Work in other Sections. 4. Templates: Furnish full-size spacing templates for individually mounted dimensional letters and numbers. C. Samples: 1. Submit manufacturer's full range of samples of color,pattern,and texture of all exposed materials for initial selection. 2. Interior Panel Signs: Submit at least one full size sample for each type of interior sign specified. a. Include a representative sample of the graphic image process required. b. Show graphic style,and colors and finishes of letters,numbers, and other graphic devices, 10426-1 OR c. Where finishes involve normal color and texture variations, include sample sets showing the full range of variations expected. d. Include each method of attachment. 1.3 QUALITY ASSURANCE A. Sign Fabricator Qualifications: Firm experienced in producing signs and/or display cases similar to those indicated for this Project,with a record of successful in-service performance. 1. For each separate type of signage required, obtain items from a single manufacturer. 1.4 PROJECT CONDITIONS A. Field Measurements: Take field measurements prior to preparation of shop drawings and fabrication where necessary to ensure proper fitting. Show recorded measurements on final shop drawings. B. Provide and/or coordinate requirements for all necessary backup construction, wall reinforcing and blocking built into walls by other trades for installation of items specified in this Section. PART 2 - PRODUCTS 04 2.1 INTERIOR PANEL SIGNS A. Basis 0'f Design: Provide interior room number and occupant identification panel no signage equal to Best Manufacturing Sign Systems, HC200 ADA System, "MP" plastic, (800-235-2378). W4 B. Style and Quantities: Provide sign copy that complies with the specified requirements and as indicated by the following manufacturer's catalog numbers for size, style, spacing, content, position, material, finishes, and colors of letters, numbers, and other graphic devices. 1. Provide one combination room number and occupant identification panel sign at each interior door opening or cased opening in the project. In addition to this count,provide ten(10)additional signs to be located as directed by the Owner. Individual room number and changeable occupant identification signs shall be equal to HC200CM. 2. In addition to identification signage for toilet rooms (item I above), provide one 8"x 8"HC200S international handicap accessabile graphic toilet room sign for each toilet room with either Men's or Women's graphics, as appropriate. 3. Provide three individual floor identification signs equal to HC200F,indicating floor number and five combination HC200N direction arrow and HC200C copy modules for each floor sign. 10426-2 r C. Graphic Content: Room numbers and identification names for all signs shall be provided by the Owner as a part of the submittal process. r D. Materials: As indicated and as may be standard for the specified manufacturer's 4 product. 1. Letter style to be equal to Best Manufacturing Sign Systems: "Helvetica Medium." Color of signs shall be white lettering on a matte field, color as selected from manufacturer's standard colors. E. Accessability Compliance: Fabricate panel signs to comply with requirements of the Texas Accessability Standards (TAS), and the Americans With Disabilities Act (ADA) Guidelines for Buildings and Facilities for materials, thicknesses, finishes, colors, designs, shapes, sizes and details of construction. 1. Produce smooth, even, level sign panel surfaces, constructed to remain flat under installed conditions within a tolerance of plus or minus 1116" measured diagonally from corner to corner. 2. Provide raised lettering and braille accompaniment as required by the ADA. 3. Provide sign copy to comply with ADA requirements for sizes,styles,spacings, content, positions, materials, finishes and colors of letters. 4. Properly coordinate length of individual sign panels with the length of wall surface available for mounting signs. F. Unframed Panel Signs: Fabricate unframed panel signs with edges mechanically and smoothly finished to conform with following requirements: 1. Edge Condition: Square cut. 2. Corner Condition: Square, no border. 2.2 METAL BUILDING LETTERS A. Acceptable Manufacturers: I Metal Letters Manufacturer: Subject to compliance with requirements,provide products of one of the following: a. Andco Industries, Inc. b. Seaboard Graphics Inc. c. The Southwell Company d. The Supersine Company B. Materials, General: 1. Aluminum Castings: Aluminum letters shall be cast from 214 aluminum alloy, and temper recommended by aluminum producer or finisher for casting process used and for use and finish required. 2. Fasteners: Use concealed fasteners, unless otherwise specifically required, which are fabricated from metals which are non-corrosive or staining to either PP sign materials or mounting surface, 3. Anchors and Inserts: Use non-ferrous metal or hot-dipped galvanized anchors and inserts for exterior installations and elsewhere as required for corrosion 10426-3 OR resistance. Use toothed steel or lead expansion bolt devices for drilled-in-place on anchors. Furnish inserts,as required,to be set into concrete or masonry work. 4. Colored Coatings for Cast Aluminum Letters: Prepare, pretreat, prime and apply coating to exposed metal surfaces to comply with coating and resin am manufacturer's instructions. a. Provide manufacturer's standard satin finish, multicoat thermo-cured system, composed of specially formulated primer and fluorocarbon topcoats, complying with AAMA 605.2. C. Metal Letters: I. General: Provide metal letters to comply with requirements for manufacturing process, materials, finish, style, size and message content. MR 2. Cast Letters and/or Numbers: Form letters by casting. Produce characters with smooth, flat surfaces; sharp comers; precisely-formed lines and profiles; and free from pits, scale, sand holes or other defects. Cast lugs into backs of MIR characters and tap to receive threaded mounting studs. a. Metal: Aluminum. b. Size: All letters shall be upper Case, with height as indicated on the MR, drawings, c. Style: Helvetica Medium. d. Color: Obtain finish and color approval prior to fabrication of letters. MR D. Graphic Content: Provide one set of 14" high letters reading: 1. 1115 BUSINESS ASSISTANCE CENTER 2.3 BUJI DING DIRECTORY BOARD A. Provide one non-illuminated combination directory and bulletin board, located as indicated or as directed by Architect. Directory board shall be aluminum framed with lockable glass doors,changeable individual letter type. 1. Basis Of Design: Provide combination directory and bulletin board unit equal to Claridge, No. 1824. MIR 2. Size: 60" wide x 48" high. 3. Frame fabricated of extruded aluminum, with two swinging lockable doors. 4. Provide left half of board as felt covered changeable letter back panel. 5. Provide right half of board as felt covered cork bulletin board back panel. 6. Provide "ETH" aluminum header panel with lettering copy as directed by the architect. 7. Provide six (6)sets of 3/4" high,and one set of 2" high, white, helvetica letter and number assortments. B. Graphic Content: Graphic copy for header panel shall be provided by the Owner as a part of the submittal process. C. Metal Finishes: Comply with NAAMM "Metal Finishes Manual" for finish designations and applications recommendations. 10426-4 D. Metal Fasteners: Provide fasteners recommended by the manufacturer and that are not corrosive or discoloring to the finished material or mounting surface. 2.4 FINISHES A. General: Colors and Surface Textures: For exposed sign material that requires selection of materials with integral or applied colors, surface textures or other characteristics related to appearance, provide color matches indicated, or if not indicated, as selected by the architect from the manufacturer's standards. B. All exposed aluminum and/or metal surfaces shall have color matching the project's aluminum window system color. Obtain finish and color approval prior to fabrication. C. Plastic signs shall have color(s)as selected from manufacturer's standard color range. 2.5 ANCHORING MATERIALS A. Interior panel signs: Anchor each sign to substrate with a minimum of two continuous ribbons of silicone adhesive applied to the longest dimension of the sign unit. Secure sign unit in proper position with masking tape until adhesive has completely set up. B. Exterior Building Letters Anchors and Inserts: Use nonferrous metal or hot-dipped galvanized anchors and inserts for exterior installations and elsewhere as required for corrosion resistance. 1. Use corrosion resistant expansion bolt devices for drilled-in-place anchors in masonry. Furnish inserts, as required, to be set into masonry or similar work. 2. Provide noncorrosive and non staining anchors,sleeves and spacers necessary to securely anchor signs through EEFS finish system into back-up framing located in structural portion of exterior walls. C. Building Directory: Provide anchors as recommended by the manufacturer for the unit provided and the substrate involved. PART 3 - EXECUTION 3.1 INSTALLATION A. General: I Locate units and accessories where indicated and/or directed, using mounting methods of the type described. 2. Install interior signs at locations and heights required by ADA Guidelines. 3. Install sign units level, with sign surfaces free from distortion or other defects of appearance and in compliance with manufacturer's instructions. 10426-5 B. Panel Signs: I Attach panel signs to wall surfaces using screws and two 1/4"diameter ribbons of clear silicone adhesive. Locate signs according to ADA guidelines. C. Metal Building Letters: 1. Flush mounting: Mount all items with backs in contact with the wall surface. 2. Use approved heavy weight paper template to establish letter spacing and to locate holes for fasteners. 3. Mount letters using standard fasteners recommended by manufacturer for letter form, type of mounting, wall construction, and condition of exposure. D. Building Directory: 1. Install according to manufacturer's printed instructions where indicated on the drawings. Confirm location with Owner prior to installation. 3,2 CLEANING AND PROTECTION A. After installation,clean soiled surfaces according to the manufacturer's instructions. Protect units from damage until final acceptance by the Owner. B. It shall not be the Contractor's option to substitute cleaning and/or repair work for the required protection. END OF SECTION 10426-6 7152 SECTION 10522 - FIRE EXTINGUISHERS, CABINETS, AND ACCESSORIES PART I - GENERAL 1.1 SUMMARY A. Section Includes, but not limited to: I. Portable fire extinguishers. 2. Fire extinguisher cabinets. 3. Fire extinguisher mounting brackets. 4. Fire extinguisher signage. B. Related Sections Include, but not limited to: 1. Lath and Plaster: Division 9. 2. Gypsum Board Systems: Division 9. 1.2 REFERENCES A. Fire Protection Equipment Directory; Underwriters Laboratories Inc. (UL); 1993. B. FM P7825 Approval Guide 1992;Factory Mutual System; 1992(with Supplement I). C. NFPA iO Standard For Portable Fire Extinguishers; National Fire Protection Association; 1994. 1.3 SUBMITTALS A. Product Data: Manufacturer's data showing compliance with contract documents. B. Certification: Installer shall submit written certification that the fire extinguishers installed comply with the contract documents and are fully and correctly charged. C. Samples: Finishes of cabinets, on actual or similar material. D. Provide additional data and/or samples as required by the Architect. 1.4 QUALITY ASSURANCE A. Provide only fire extinguishers which comply with NFPA 10. 10522-1 7152 B. Labels: Provide only fire extinguishers which are listed and labeled by Underwriters Laboratories Inc., or Factory Mutual System. 1.5 PROJECT CONDITIONS A. Do not deliver or install extinguishers until just before substantial completion. B. Do not use permanent fire extinguishers for construction period fire protection. PART 2 - PRODUCTS MR 2.1 MANUFACTURERS A. Provide fire extinguisher units, cabinets, hangers and accessories from one of the MR following: 1. J. L. Industries, Div. of J. N. Johnson Co. 2. Larsen's Mfg. Co. am 3. Norris Industries wq 2.2 FIRE EXTINGUISHERS A. Fire Extinguisher FE- 1: Provide fourteen(14)units located as directed by Architect all or Owner's Representative. 1. Rating: 2A:I0B:C. 2. Type: Regular dry chemical(sodium bicarbonate or potassium bicarbonate). all a. Stored pressure type. 3. Cabinet mounted. B. Fire Extinguisher FE - 2: Provide four(4) units located as directed by Architect or Owner's Representative. 1. Rating: 2A:l0B:C. 2. Type: Regular dry chemical(sodium bicarbonate or potassium bicarbonate). a. Stored pressure type. 3. Wall bracket mounted. C. Brackets and Cabinets: Provide one wall bracket or cabinet for each fier extinguisher type provided, 2.3 CABINETS AND CABINET ACCESSORIES A. Cabinets: 1. Basis of Design: Provide units equal to"Panorama Series Model 1826 P 50", J. L. Industries. 10522-2 r 7152 B. Hinges: Provide hinges for each door;concealed or continuous type; allow full 180 degree opening of door. I. Exposed hinges: Finish to match door. r 2.4 WALL HANGER BRACKETS A. Wall Hanger Brackets for Fire Extinguishers: 1. Basis of Design: Provide units equal to Larsen's Mfg. Co. Model 846. 2.5 SIGNAGE A. Provide aluminum wall signage at each wall bracket mounted fire extinguisher unit. 1. Provide .040 aluminum with white background and red graphics "Fire Extinguisher." 2. Provide signage units equal to Sargent-Swell Co., Item 02X692 (800-527- 2450). r PART 3 - EXECUTION 3.1 INSTALLATION A. Perform installation in accordance with the manufacturer's instructions except where more stringent requirements are shown or specified, and except where project conditions require extra precautions or provisions to ensure satisfactory performance of the work. B. Confirm actual installation locations of fire extinguisher cabinets and hangers with Architect, prior to installation of hangers or cabinets. C. Install fire extinguisher cabinets with the bottom of the projecting cabinet trim twenty-six inches (26") above finish floor. rD. Install so that bottom of wall mounted extinguishers are thirty-eight inches (38") above finish floor. r E. Install fire extinguisher signage located over each wall hung extinguisher unit. Attach signage to wall with screws. F. Provide secure storage for all extinguisher units until installation. Fire extinguisher units provided under this contract shall not be used as temporary fire protection during construction. G. Install extinguishers at completion of construction in each phased area. END OF SECTION 10522-3 7152 SECTION 10810-TOILET ACCESSORIES PARTI - GENERAL 1.1 SUMMARY A. Section Includes, but not limited to: 1. Toilet Accessories B. Related Sections Include, but not limited to: 1. Rough Carpentry: Division 6. 2. Gypsum Board Systems: Division 9. 3. Toilet Compartments: Elsewhere in Division 10. 1.2 SUBMITTALS A. Product Data: Written technical information for each accessory specified. B. Shop Drawings: 1. Submit rough-in drawings. Include the following details and all other information necessary to demonstrate compliance with contract documents: a. Dimensions. b. Rough-in requirements. c. Required clearances. d. Methods of assembling components. e. Anchorages. C. Certificates: Submit certification that work complies with requirements of contract documents. D. Manufacturer's Instructions: Submit for each product specified in this section. 1. Include installation instructions and instructions for examination, preparation, and protection of adjacent work. E. Provide additional data and/or samples as required by the Architect. 1.3 QUALITY ASSURANCE A. Manufacturer's Qualifications: A company regularly engaged in manufacture of products specified in this section, whose products have been in satisfactory use, under similar 10 service conditions, for not less than 5 years. B. Installer's Qualifications: A company regularly engaged in installation of products specified in this section, with a minimum of 5 years of experience. 10810-1 7152 1.4 DELIVERY, STORAGE, AND HANDLING A. Execute product manufacturer's special instructions to prevent damage to products. Store products in manufacturer's original shipping containers. 1.5 COORDINATION A. Use manufacturer's instructions and data to determine anchorage requirements for products specified. In a timely manner, distribute the following to affected installers of related work: 1. Components and anchorage devices provided by toilet accessory manufacturer for incorporation into other work. 2. Coordination data including setting drawings,templates,instructions,etc.,for cutouts and installations. PART 2 - PRODUCTS pq 2.1 MANUFACTURERS A. For each distinct type of toilet accessory, provide accessories fabricated by a single manufacturer. B. All model numbers specified are products of Bobrick Company. C. Equivalent products of the following other manufacturers, provided they comply with requirements of the contract documents, will be among those considered acceptable: 1. American Specialties, Inc. 2. Bobrick Washroom Equipment, Inc. 3. Bradley Corporation. 4. McKinney/Parker, Inc., a Subsidiary of Essex Industries, Inc. 5, Watrous, a Division of American Specialties, Inc. 2.2 TOILET ACCESSORIES A. Framed Mirror: (Indicated as item"D" & "DD") 1. Basis of design: No. B-165, 24" x 36". a. Mirror with one-piece stainless steel channel frame with bright polished finish and mitered corners. Locate at accessible lavatory. B. Toilet Paper Dispenser: (Indicated as item"F') 1. Basis of design: B-2892. a. Surface mounted stainless steel, satin-finished, twin 9" roll. C. Combination Towel Dispenser/Waste Receptacle: (Indicated as item"K") 10810-2 r r 7152 1. Basis of design: B-3944 a. Recessed stainless steel, satin-finished. D. Grab Bar: (Indicated as item"E") 1. Basis of design: B-6806 ra. 42" long, satin finish stainless steel. b. 36" long, satin finish stainless steel. PF E. Sanitary Napkin Disposal Units: (Indicated as item"G") 1. Basis of design: B-354 r a. Stainless steel, satin-finished, two-sided, partition mounted. 1 2. Basis of design: B-353 a. Stainless steel, satin-finished, wall mounted F. Soap Dispenser: (Indicated as item"J") 1. Basis of design: B-4112 a. Wall mounted, for dispensing liquid soap. G. Mop and Broom Holder: (Indicated as item"N") 1. Basis of design: B-224 a. Stainless steel. H. Paper Towel Dispenser: (Indicated as item"R") 1. Basis of design: Model No. B-262. a. Surface mounted stainless steel, satin-finished, multifold towels. 2. Basis of design: Model No. B-2621. a. Surface mounted stainless steel, satin-finished, multifold towels. r 2.3 MATERIALS 1. A. Mounting Devices and Fasteners: Provide toilet accessory manufacturer's recommended items for substrates and conditions indicated. r 2.4 FABRICATION A. Manufacturer's Trademarks and Model Numbers: Neither name nor trademark of manufacturer is acceptable on exposed surfaces of accessories. Provide manufacturer's name and model number on stamped plate or waterproof label securely affixed to unexposed surface of accessory. B. Surface Mounted Accessories: Where possible, design accessory to provide concealed anchorage when installed. Precisely-fit seams and joints. Roll exposed edges unless rindicated otherwise. Use full-length stainless steel piano-type hinges for access doors and panels. 10810-3 7152 C. Recess Mounted Accessories: Design accessories to provide concealed anchorage when closed. Weld all joints. Precisely miter corners where indicated. Use full-length stainless steel piano-type hinges for access doors and panels. PART 3 - EXECUTION 3.1 EXAMINATION A. Accessory Locations: Coordinate accessory locations with other work to avoid interference and to ensure proper operation and servicing of accessories. Notify the architect in writing of any conflicts concerning product placement,for resolution. Do not proceed without resolution. B. Correct unsatisfactory substrate conditions before start of accessory installation. 3.2 PREPARATION A. Clean surfaces to receive accessories. Protect surrounding elements from damage during accessory installation. no 3.3 INSTALLATION so A. Perform installation in accordance with manufacturer's instructions, except where more stringent requirements are shown or specified, and except where project conditions require extra precautions or provisions to ensure satisfactory performance of the work. B. Provide plumb, level accessory installations. MR C. Securely attach accessories to substrate. D. Accessories Installed for Use by Handicapped Persons: Install accessories in accordance with applicable regulations. 3.4 ADJUSTING A. Adjust accessories as required to provide smooth operation and trouble free servicing. 3.5 CLEANING A. Clean and polish exposed surfaces of accessories using accessory manufacturer's recommended procedures and cleaning agents. 10810-4 7152 3.6 PROTECTION A. Provide coverings as required to protect installed accessories. END OF SECTION 10810-5 7152 SECTION 10950 - MISCELLANEOUS SPECIALTIES PARTI. - GENERAL 1.1 SUMMARY A. Section Includes: Manufactured items not a part of other work under this contract, including but are not limited to: 1. Expansion joint covers. 2. Comer Guards. 3. Chalk and tack boards. 4. B. Related Sections Include, but are not limited to: 1. Selective Construction Demolition: Division 2. 2. Cast-in-Place Concrete: Division 3. 3. Rough Carpentry: Division 6. 4. Gypsum Board Systems: Division 9. 5. Suspended Ceiling System, Division 9. 1.2 SUBMITTALS A. Manufacturer's Data: Submit copies of manufacturer's specifications and installation instructions and color samples for selection of each type of miscellaneous specialty included in this section. B. Samples: Provide confirming product samples as requested by the Architect. C. Provide additional data and/or samples as required by the Architect. 1.3 WARRANTIES A. Provide manufacturer's standard product warranties and/or guaranties for all products provided under this section as a part of the closeout documents. PART 2 - PRODUCTS 2.1 EXPANSION JOINT COVERS A. Provide extruded aluminum expansion joint covers for all building interior expansion joints exposed to view in the completed construction. Locations required for interior expansion joint covers include wall and ceiling. FIP 10950-1 7152 B. Basis of Design: Provide units equal in design and quality to units manufactured by the C/S Group,Conspec Systems,Inc. Expansion joint cover units shall be sized for one inch(I")clear joint widths. 1. Wall Units: FWF-100 for gypsum board or plaster. 2. Floor Units: Not required. 3. Ceiling Units: FCF-100 for suspended gypsum board or plaster. None required for suspended acoustical tile grid system. 2.2 CORNER GUARDS A. Provide 2" x 2" x 4'-0" long corner guards, surface mounted and installed complete with four countresunk oval head screws per flange face. B. Basis of Design: Clear polycarbonate material equal to products manufactured by: 1. American Plastics, Fort Worth, Texas. 2. Tri-Guards, Inc.,Wheeling, Illinois. C. Provide sixty (60) corner guard units installed in locations directed by the Architect and/or Owner's Representative. 2.3 CHALKBOARDS AND TACKBOARDS A. In room 116 provide one chalk board and five (5) tack boards set into refurbished existing building wood chalk rail and trim. Units shall be sized and configured as indicated on the room elevation attached to this section. B. Basis of Design: Provide units equal in design and quality to units manufactured by Claridge Products, Harrison, AR (800-364-2422). 1. Chalkboard; Claridge "Vitracite" 24 gage, black porcelain enamel finished steel skin over 1/4" thick hardboard backing. 2. Tackboards; Claridge "Tan Nucork" #550, processed cork over 1/4" thick hardboard backing. C. Field verify all dimensions and thicknesses as compatible with existing wood trim prior to submitting shop drawings. PART 3 - EXECUTION 3.1 INSTALLATION A. General: Install manufactured specialty items according to the individual manufacturer's printed instructions. 10950-2 7152 I Provide all fasteners, attachment hardware and accessories provided and/or recommended by the manufacturer,or as necessary for complete installation of each item. 2. Provide all necessary anchorage hardware and accessories not provided by the equipment manufacturer's. 3. Provide hardware and installation items appropriate for the substrates involved. 4. Connect and test all operating and/or electrical components. B Securely anchor all units according to manufacturer's printed instructions,and with manufacturer's provided or recommended hardware. END OF SECTION 10950-3 7152 77 � � k { MIR jj f � 1 , 4 (4 jjj� I 4T . !. mq IoL nu 4 2 J` If fl 333 . 1 �- i a i - yy d J . Attachment to Section 14950-4 7152 SECTION 12510 - HORIZONTAL LOUVER BLINDS PART I -GENERAL 1.1 RELATED DOCUMENTS A. Section Includes, but is not limited to: 1. This Section includes providing horizontal louver blinds for all exterior windows and interior borrowed lights,except for exterior entry doors and sidelights, stairwell windows, interior and exterior glazed transoms and B. Related Sections Include, but not limited to: I Steel Doors and Frames: Division 8. 2. Steel Sash Window Restoration: Division 8. 3. Wood Window Restoration: Division 8. 4. Gypsum Board Systems: Division 9. 1.2 SUBMITTALS A. Product Data: Manufacturer's specifications describing features,colors,options, accessories, for each type of unit. 1. Include installation instructions and show how installation methods may differ for different openings and mounting substrates. B. Shop Drawings: I Window blinds: lndic^te special parts and installation conditions which are not shown or dimensioned in product data. 2. Show how this work adjoins other work. 3. Show layout of blind units, in elevation, including meeting edges and corners. C. Schedule: Complete schedule with field measurements for each unit. D. Samples: 1. For color selection. Color charts showing full range of colors and finishes available. 2. For color verification: Samples of actual components to be used;provide for all exposed materials. 3. For each window treatment type: One sample identical with actual product to be used except overall size may be smaller. 12510-1 MR 7152 om E. Certificates: For review and approval,submit manufacturer's written certification stating compliance with requirements for the following: no 1. Physical properties indicated. EM F. Contract Closeout Submittals: 1. Operation and maintenance data: Include manufacturer's written operation and maintenance instructions. G. Provide additional data and/or samples as required by the Architect. 1.3 QUALITY ASSURANCE MR A. Qualifications: MR 1. Manufacturer qualifications: A company manufacturing all components of products specified in this section which have performed in a satisfactory manner for at least 3 years. MR 2. Installer qualifications: Company specializing in fabrication and installation of specified products, with at least 2 years of experience fabricating and installing similar products. 69 1.4 DELIVERY, STORAGE, AND HANDLING no A. Deliver materials in factory packages, marked with manufacturer and product name and location of installation. B. Store materials in dry area maintained at building's operating temperature and humidity. C. Follow manufacturer's instructions to prevent damage. 1.5 SEQUENCING AND SCHEDULING A. Do not install window treatment until all finish work is complete. 1.6 WARRANTY A. Submit manufacturer's standard 2 year warranty, which shall not reduce or otherwise limit any other rights to correction which the owner may have under the contract documents. 12510-2 7152 1.7 EXTRA MATERIALS A. Furnish matching extra material packaged for long-term storage and labeled for easy identification, B. Window Blinds: Provide six (6) additional units sized for the typical exterior window opening size on first and second floors. PART 2 - PRODUCTS 2.1 HORIZONTAL LOUVER BLINDS MANUFACTURERS A. Available Products: Subject to compliance with requirements,horizontal louver blinds that may be incorporated in the Work include, but are not limited to, the products specified in each Horizontal Louver Blind Product Data Sheet at the end of this Section. B Basis Of Design: Subject to compliance with requirements,provide the products equal to Levolor"Riveria" with I" wide blade C. Product Standard and Description: American Window Covering Manufacturers Association (AWCMA) Document 1029. Each horizontal louver blind unit consists of slats, rails, cord lock, tilting mechanism, tapes, and installation hardware, D. Lifting and Tilting Mechanisms: Non-corrosive, self-lubricating materials. E. Unit Sizes: Obtain units fabricated in sizes to fill each single window and other single openings as follows, measured at 74 deg F (23 deg Q. 1. Fabricate to fit actual construction; take field measurements of all openings before starting fabrication. 2. Provide units fully covering window opening, from jamb to jamb and from head to sill, with a single blind unit, unless multiple units are specifically indicated. 3. Where window openings are made up of multiple window units,provide multiple blind units to fill each window unit completely F. Installation Fasteners: Not less than two fasteners per bracket, fabricated from metal noncorrosive to blind hardware and adjoining construction and to support blind units under conditions of normal use. 2.2 FABRICATION 12510-3 MR 7152 no A. Fabricate to fit actual construction; take field measurements of openings before starting fabrication. MR B. Use materials that are compatible, will not need to be lubricated, and which will not adversely affect adjacent materials. MR C. Make blinds fill each opening completely, from jamb to jamb and from head to sill, with a single blind unit, unless multiple units are otherwise required. D. Where blinds are not set into openings,but are to be installed continuously across the face of windows or walls, fabricate so that ends occur only over vertical mullions or other definite vertical lines, and at corners. E. Vertical Louver Blinds: 1. Space louvers so they overlap at least 3/8 inch when closed. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates at locations in which window blinds will be installed. Do not begin installation until conditions are correct. 3.2 INSTALLATION A. Install blinds after all finish work in the area is completed, and in accordance with manufacturer's written installation instructions. B. Set units in correct location, plumb, and level; allow clearance for window operating hardware. C. Fasten securely to substrates. D. Separate metal components from concrete and masonry using plastic tape or other suitable material. 3.3 ADJUSTING A. Adjust each blind for proper operation. B. Replace defective and damaged units. 3.4 PROTECTION 12510-4 7152 A. Protect installed work. END OF SECTION 12510-5 7152 SECTION 14240- HYDRAULIC ELEVATOR PARTI - GENERAL 1.1 SUMMARY A. Section Includes, but is not limited to: I At location indicated, furnish and install hydraulic type passenger rp elevator described below: a. Definition: Hydraulic elevator work is hereby defined to include system in which car is hoisted either directly or indirectly by r action of a hydraulic plunger and cylinder jack); with other components of the work including fluid storage tank, pump, piping,valves,car enclosure,hoistway entrance,control systems, signal equipment, guide rails, electrical wiring, roping, buffers, and devices for operating,dispatching, safety, security, leveling, alarm, maintenance and similar required performances and capabilities. b. Elevator schedule indicates required performances, controls, capacities, features and finishes. C. Unless specifically a part of other work,all work necessary for the complete installation, operation and code compliance of the Hydraulic elevator shall be work of this section. B. Related sections include, but not limited to: 1. Selective Construction Demolition: Division 2. 2. Cast-i-i-place Concrete: Division 3. 3. Unit Masonry: Division 4. 4. Metal Fabrications: Division 5. 5. Gypsum Board Systems: Division 9. 6. Resilient Flooring: Division 9. 7. Mechanical: Division 15. 8. Electrical: Division 16. C. Fully coordinate work of other sections of specifications for related construction work which is not work of this section; including but not limited to electrical service with fused disconnect, lockable power switches for elevator system; hoistway,pits,and machinery room with access,lighting,and ventilation service required by code. 1.2 QUALITY ASSURANCE 14240-1 7152 A. Installer Qualifications: Either the elevator manufacturer or a licensee of the manufacturer, who has not less than 5 years' successful experience with the installation of similar elevators. B. Regulatory Requirements: I Elevator Code: Except for more stringent requirements as indicated or imposed by governing regulations (which must be complied with), comply with applicable requirements of ANSI/ASME A 17.1,Safety Code for Elevators, and Escalators(hereinafter referred to as the "Code"). 2. NFPA Code:Comply with applicable NFPA codes,and specifically with sections relating to electrical work and elevators. 3. Fire Resistance of Entrance:Comply with NFPA No.80,and provide unit bearing UL label with 30-min. temperature rise on label. 4. NEE Standards for Handicapped: Comply with NEIL "Suggested Minimum Passenger Elevator Requirements for the Handicapped", including clearances, handrails, locations for signal equipment and similar provisions. C. Handicap compliance: Provide elevator equipment and operating features complying with the applicable portions of the Texas Accessability Standards (TAS) and the Americans with Disabilities Act (ADA). D. Coordination: 1. Fully coordinate the power requirements of the elevator with the building's electrical work. 2. Fully coordinate the dimensions and locations of elevator pit, floor openings, imbeds, anchors and support locations with other work under this contract. 1.3 SUBMITTALS A. Product Data: Submit manufacturer's detailed technical product data and installation instructions for each principal component or product, and include certified test reports on required testing. List and describe features of control system, performances, and operating characteristics. B. Shop Drawings: Submit plans, elevations and details of car enclosure and hoistway entrance. Prepare elevatoring diagrams to show service to each level. Show location and excavation requirements for jack. Provide evidence of the following required coordination items. 1. Provide required hoistway opening dimensions for coordination of work under Division 2, Selective Construction Demolition. 2. Coordinate pit and sump sizes and locations with Division 3, Cast-in- Place Concrete. 14240-2 7152 3. Coordinate requirements and locations for all elevator related power specified as part of the work under Division 16, Electrical C. Provide detailed description and coordination requirements for car emergency operations and tie-in to building's emergency and fire alarm systems. Elevator supplier shall coordinate the electrical requirement; of all elevator equipment to be provided under this Section with the project's electrical contractor to assure proper rough-in and installation locations. Evidence of such coordination shall be provided as a part of the submittal. D. Samples: Submit samples of exposed finishes of car enclosure, hoistway entrance, and signal equipment. Provide 6" to 8" square samples of sheet materials and 10" and 12" lengths of running trim members. E. Maintenance Manuals: Submit bound manual with operating and maintenance instructions,parts listing,recommended parts inventory listing,purchase source listing, for major and critical components, emergency instructions, and similar information. F. Coordination: Provide certification documentation that proper elevator code required electrical power service devices, disconnects,switches and outlet types and their locations have been fully coordinated with the electrical work specified elsewhere. G. Certificates and Permits:Provide Owner with copies of all inspectionlacceptance certificates and operating permits as required by governing authorities to allow normal, unrestricted use of elevator. H. Provide additional data and/or samples as required by the Architect. 1.4 MAINTENANCE SERVICE AND WARRANTY A. Maintenance Service:Provide full maintenance by skilled,competent employees of the elevator installer for a period of 12 months following date of substantial completion of the building. Include monthly preventive maintenance,performed during normal working hours. Include repair/replacement of worn or defective parts or components and lubrication, cleaning and adjusting as required for proper elevator operation in conformance with specified requirements. Include 24 hour/day, 7 days/week emergency callback service. Exclude only repair/replacement due to misuse, abuse, accidents or neglect caused by persons other than installer's personnel. B. Warranty: Provide special project warranty, signed by contractor, installer and manufacturer, agreeing to replace/repair/restore defective materials and workmanship of elevator work during warranty period. "Defective" is hereby 14240-3 MR 7152 defined to include,but is not necessarily limited to, operation or control system failures, performances below required minimums, excessive wear, unusual deterioration or aging of materials or finishes, unsafe conditions, the need for excessive maintenance, abnormal noise or vibration, and similar unusual, unexpected and unsatisfactory conditions. I The warranty period shall be 12 months starting on date of substantial completion of the General Contract for the building project. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, provide products of one of the following manufacturers: 1. Dover Corp. 2. Fugitec America, Inc. 3. Montgomery Elevator Co. 4. Otis Elevator Co. 5. Schindler Elevator Corp, 2.2 MATERIALS AND COMPONENTS A. General: Provide pre-engineered elevator system which will fulfill the requirements described below where components are not otherwise indicated, provide standard components, included in standard pre-engineered elevator systems, and as required for a complete system. 1. Hydraulic Piping: Provide size,type and weight piping recommended by manufacturer,and provide isolation couplings to prevent sound/vibration transmissions from power unit. 2. Inserts and anchors: Furnish required concrete inserts and similar anchorage devices for the installation of guide rails, machinery and other components of elevator work. B. Floor openings for elevator pit and hoistway are a part of work under Division 2,Selective Construction Demolition. Roof opening for ventilation shall be part of work under Division 5, C. Guide-rail Anchors and Supports: Structural steel columns or other supports necessary for the proper installation and support of elevator guide rails and/or other equipment are to be properly designed, sized and provided as a part of the work under this section. 1. All such steel support members shall be subject to the requirements of applicable Division 5 Sections. D. Hydraulic Elevator and Equipment: 14240-4 7152 I The installation indicated on the drawings and described below is based upon"Saville 35" units as manufactured by Dover. Units of comparable design and construction of other approved manufacturers which incorporate the features listed below will be acceptable. 2. The elevator installation shall include, but not necessarily be limited to, the following characteristics: a. Power unit: hydraulic, b. Hydraulic plunger and cylinder (jack): single jack and pole centered on cab. C. Jack hole liner: shall be manufacturer's standard, field applied PVC auxiliary casing. d. Capacity: 3500 Pounds. e. Net Travel Speed: 125 feet per minute. f. Rise: as indicated on drawings, field verify dimension. 9- Number of stops and openings: two. h. Operation: automatic. i. Leveling: two-way. j. Control: across the line starting. k. Inspection operation: top-of-car inspection. 1. Car Platform,clear inside dimensions: 6-8" wide x 5'-5" deep. M. Car operating devices: mounted in stainless steel front return panel above telephone/service cabinet. n. Car Finish Flooring: Vinyl composition the and base provided under Division 9 section Resilient Flooring, applied over manufacturer's structural floor pan. 0. Car door and hoistway entrances: center opening, 3'-6" wide x T- 0" high with multi infrared light beam door protection system. P. Door operation: automatic, direct current powered. q. Signals:illuminated car and landing buttons with raised markings, multi-light car position indicator. r. Optional Features: Glasswrap cylinder protection, car hoistway access package, protective pads and hooks, telephone cabinet, emergency return unit, emergency car light, hoistway access package, car ventilation blower. S. Provisions for handicapped: Raised markings for hoistway door jambs, handrails, audible floor approach signal in car, multi- stroke gongs for car or hall lanterns, adjustable door open times. t. Hall-call operation: shall be activated by lighted push button. U. Cab communication: Provide ADA complying hands-free communication system providing both voice and non-voice emergency communication, ability. Install communication equipment in a door covered recessed enclosure with traveling cable terminated into elevator equipment room for connection to building's telephone and/or security system. V. Power supply: 208 volts, 3 phase, 60 hertz 14240-5 7152 W. Motor Size and Amperes: Manufacturer's standard X. Lighting supply: 120 volts, 20A capacity, 60 hertz E. Car enclosure shall include the following: 1. Hoistway doors and frames of stainless steel. 2. Car doors and front returns of stainless steel. 3. Car walls of plastic laminate panels with square edge returns and I" reveal slots. 4. Stainless steel handrail at back wall. 5. Canopy of manufacturer's standard steel frame, prefinished white color, and white diffuser panels for fluorescent lights. 6. Manufacturer's standard ventilating fan with cab opening above ceiling. 7. Manufacturer's standard structural floor system and substrate for scheduled finish flooring. F. Emergency Car Operation: 1. Provide circuitry and control devices for Emergency Fireman's Service, Phase I and Phase II, in accordance with ASME A17.1 elevator code. Smoke detectors shall be provided under specification Division 16. 2. Provide elevator manufacturer's battery powered emergency lowering system. Minimum sequence of operation shall be: a. Upon loss of power,phase reversal,phase loss or low voltage,the elevator shall automatically lower it self to the lowest landing and open its doors allowing any passengers to exit. b. The elevator shall then shut itself down. C. The elevator shall return itself to normal operation when proper power resumes. 2.3 POWER REQUIREMENTS AND PROJECT COORDINATION A. Should the power requirements for the elevator and its related equipment provided differ from that indicated to be provided under the general contract, work of this section shall include providing the proper electrical components necessary for a complete, code complying and fully functional installation. B. Such items include but are not limited to: 1. Power conduit size, conductor sizes and count. 2. Breaker capacity or count. 3. Disconnect capacity and location. 2.4 MISCELLANEOUS MATERIALS A. Hoist Beam and Guiderail Support Structure(s): .t 14240-6 .� 7152 1 Unless otherwise provided elsewhere in this project,provide hoist beam and all necessary metal imbeds, attachments and connections, all structural steel support members for vertical guide rails, as a part of this work. 2. Steel members and connections shall be designed according to code by a qualified engineer licenced to practice in this state. PART 3 - EXECUTION 3.1 INSPECTION A. Prior to commencing elevator installation,inspect hoistways,hoistway openings, pits and machine rooms, as constructed, verify all critical dimensions, and examine supporting structure and all other conditions under which elevator work is to be installed. Do not proceed with elevator installation until unsatisfactory conditions have been corrected. 3.2 INSTALLATION OF ELEVATOR SYSTEM A. General: Comply with manufacturer's instructions and recommendations for work required during installation. B. Excavation for Jack: Drill jack-hole in elevator pit to accommodate installation of cylinder unit. C. Install cylinder unit plumb and accurately placed for elevator car position and travel; anchor securely in place. D. Coordination: Coordinate elevator work with work of other trades, for proper time and sequence to avoid construction delays. E. Sound Isolation: Mount elevator equipment and components on vibration- absorption mounts,designed to effectively prevent transmission of vibrations to structure, and thereby eliminate sources of structure-borne noise from elevator system. F. Lubricate operating parts of systems as recommended by manufacturer. G. Alignment: Coordinate installation of hoistway entrance with installation of elevator guide rails,for accurate alignment of entrance with car. Where possible, delay final adjustment of sill and door until car is operable in shaft. Reduce clearances to minimum, safe, workable dimension at each landing. H. Leveling Tolerance: 1/2" maximum, up or down, regardless of load and direction of travel. 14240-7 MR 7152 04 1. Grout sills with non-staining,non-shrink grout. Set units accurately aligned with and slightly above finished floor at landings. M" 3.3 FIELD QUALITY CONTROL A. Acceptance Testing: Upon completion of elevator installation, and before permitting use of elevator(either temporary or permanent), perform acceptance tests as required and recommended by Code and by governing regulations or agencies. B. Notify Owner, Architect and inspection department of governing agencies, in advance of dates and times tests are to be performed on elevator. 3.4 PROTECTION A. Provide suitable protective coverings, barriers, devices, signs or such other methods or procedures to protect elevator work and hoistway doors and frames from damage or deterioration. Maintain protective measures throughout construction period. 3.5 TEMPORARY ELEVATOR USE A. The contractor may not use the completed elevator for any construction operations or purposes of any kind during the balance of the project. 3.6 INSTRUCTION AND MAINTENANCE A. Instruct Owner's personnel in proper use, operations and daily maintenance of elevators. Review emergency provisions, including emergency access and procedures to be followed at time of failure in operation and other building emergencies. Train Owner's personnel in normal procedures to be followed in checking for sources of operational failures or malfunctions. Confer with Owner on requirements for a complete elevator maintenance program. B. Make a final check of elevator operation, with Owner's personnel present and just prior to date of substantial completion. Determine that control systems and operating devices are functioning properly. C. Continuing Maintenance: Installer shall provide a continuing maintenance proposal to Owner, in the form of a standard yearly maintenance agreement, starting on date construction contract maintenance requirements are concluded. State services, obligations, conditions and terms for agreement period, and for renewal options. END OF SECTION 14240-8 r MECHANICAL TABLE OF CONTENTS Guinn School Adaptive Use Business Assistance Center For The City of Fort Worth,Texas Komatsu Architecture Job No. 7152 DIVISION 15 -MECHANICAL 15010 Basic Mechanical Requirements 15010-1-19 15200 Vibration Isolation 15200-1-4 15250 Insulation 15250-1-7 15400 Plumbing 15400-1-12 15500 Fire Protection Systems 15500-1- 8 15510 Hydronic Piping 15510-1-12 15620 Rotary Screw Water Chillers (Air Cooled) 15620-1-9 15690 Pumps 15690-1-2 15800 HVAC Equipment 15800-1-5 15840 Air Terminal Units -Variable Volume '15840-1-10 15850 Ductwork Accessories 15850-1- 8 15855 Central Station Air Handling Units 15855-1-11 15930 Air Terminal Units 15930-1-11 15900 Temperature Controls (W/DDC) 15900-1-7 15960 Energy Managment and Control System(With DDC) 15960-1-28 15990 Testing and Balancing 15990-1-6 15000-1 SECTION 15010 BASIC MECHANICAL REQUIREMENTS PART 1 —GENERAL 1.01 RELATED DOCUMENTS A. The conditions of the Contract for Construction and the General Requirements of Division I of the Specifications apply to the Work in this section. 1.02 CODES AND STANDARDS: A. Workmanship, material and equipment shall be in accordance with Specifications and Drawings and in some instances the requirements exceed those required by codes and standards. Where not exceeded,the codes and standards shall be considered as absolute minimum requirements. 1.03 REFERENCE ABBREVIATIONS: A. References are made in the various mechanical sections to technical societies, codes, specifications, trade organizations, and regulatory authorities in accordance with the following abbreviations: AABC- Associated Air Balance Council. AMCA- Air Moving and Conditioning Association. ARI- Air Conditioning and Refrigeration Institute. ASHRAE- Society of Heating,Refrigerating,and Air Conditioning Engineers. AWSC- American Welding Society Code. FM- Factory Mutual. NFC- National Fire Codes. NFPA- National Fire Protection Association. SMACNA- Sheet Metal and Air Conditioning Contractors National Association. UL- Underwriters Laboratories,Inc. 1.04 SHOP DRAWINGS AND DATA TO BE SUBMITTED: A. Reference catalog cuts and brochures of products to proper Paragraph in Specifications. Furnish numerical index by Specifications Paragraph number listing product name, catalog number and reference to page number of submittal brochure. B. Cross reference individual catalog numbers of substitute products to numbers of specified materials. C. Bind submittal in booklet form. D. Requests for permission to use substitute or alternate products shall be accompanied with evidence to prove that the product- 1. Conforms with the standard of performance and quality specified. 2. Will physically fit in the space allocated,with sufficient access and maintenance space. BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-1 3. Will not entail changes in details and construction of related work whether mechanical, electrical,or general in nature. 4. Involves no additional costs to the Owner or extended construction time. E. Provide with requests for permission to use substitute or alternate products, drawings, specifications,samples,performance data and other information as may be required to assist in determination of acceptability of the product. The burden of proof is the Contractors responsibility. No substitution shall be made without written acceptance. F. Equipment Items 1. Submit manufacturer's certified data relative to equipment required for the installation of the HVAC,plumbing,and fire protection systems. 2. Submit adequate engineering data on each piece of equipment to allow a careful check of compliance with the technical requirements of the Contract Documents. Clearly indicate on submitted data the manufacturer's name, piece number, equipment capacity,and other applicable technical data. 3. Data for Mechanical Systems- Pumps, Pump Characteristic Curves. Plumbing Fixtures and Equipment, Cuts, Trim and Fittings, Rough-in and overall Dimensions. Drains and Waste Receptors,Type of Grates, Free Grate Open Area. Schedule of Pipe, Fittings,Valves,with Manufacturer and Catalog Number. Specialties,Valves,Gages and Thermometers. Foundations,Supports,Hangers,Inserts. Insulation. Ventilation and Air Conditioning Equipment, Specialties and their Control Systems. Fans,Fan Characteristic Curves, Fan Tests. Control Dampers, Fire Dampers, Smoke Dampers, Louvers, Control Panelboards, Motor Starters and Controls for Electrically Operated Equipment Furnished by Mechanical Trades. Special Products Fumished by Mechanical Trades. Openings,Special Framing and Access Doors. Isolation Mounting. Fire Protection Equipment and Fire Sprinklers. BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-2 r r Chillers Data for Testing and Balancing of the Heating, Air Conditioning and Ventilating Systems. Installation Instructions-Submit Manufacturers Printed Installation Instructions. 4. Shop Drawings: Submit 1/4-inch minimum scale coordinated Shop Drawings relating to the piping or duct systems, equipment, and foundations, and dimensioned locations of each, including electrical coordination, accessories, and showing clearances for operating and servicing. Mechanical Room Layouts. Sheet Metal Ductwork. Grille and Diffusers. Temperature Controls,Equipment and Diagrams. Chilled Water Piping. Sprinkler System Piping and Head Layout on Sprinkler Drawings. 1.05 INSTRUCTIONS: A. When specified in other Sections, the Contractor shall furnish the services of competent instructors who will give full instruction to designated personnel in the adjustment,operation, and maintenance, (including pertinent safety requirements) of the equipment or system specified. Each instructor shall be thoroughly familiar with all parts of the installation and shall be trained in operating theory as well as practical operation and maintenance work. Instruction shall be given during the first regular work week after the equipment or system has been accepted and turned over to the Owner for regular operation. B. The number of man-days of instruction to be furnished shall be as specified in the various Sections of the Specifications. 1.06 OPERATING AND MAINTENANCE MANUALS: A. Bind in looseteaf binders with the words, "Operating and Maintenance Manual" and the Project identification imprinted on the cover. Prepare three complete sets of records for the Owner,with table of contents,index,and tabbed Section dividers. B. During the construction period, accumulate the following for inclusion in the Operating and Maintenance Manuals- I. Copies of warranties and guarantees. 2. Fixture brochures. 3. Wiring and Control Diagrams. BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-3 4. Approved Shop Drawings. 5. Operating instructions for- Fire Protection Systems HVAC Systems 6. Recommended maintenance procedures. 7. Lists of major items of equipment with name, address, and telephone number of each local representative. C. Submit the manuals for approval at approximately 75 percent job completion. D. Each manual shall consist of- t. Complete description of each Rem of equipment and apparatus furnished and installed- including ratings,capacities,and characteristics. 2. Fully detailed parts list including all numbered parts of each item of equipment and apparatus furnished and installed. 3. Manufacturer's printed instructions describing operation, servicing, maintenance and repair of each item of equipment and apparatus. 4. Typewritten record of all tests made of materials, equipment, and systems. All such records shall state the date tests were conducted,the names of all persons making and witnessing the tests,and citing any unusual conditions relevant to the tests. 1.07 RECORD DRAWINGS: A. Accumulate Record Drawings during the construction of the Project. Keep one set of blueline Contract Drawings at the job site at all times, and mark changes, rerouting or modifications which occur,clearly on the Drawings with dimensions. B. At completion of the job,obtain and pay for a set of repr6ducibles of the Contract Drawings and transfer the notations indicating changes to them. Reproducibles shall be submitted for approval prior to final payment. Reproducibles;shall be on mylar material,and shall be completely legible. 1.08 WELDER'S QUALIFICATIONS: A. All welding of piping and related systems shall be performed by welders meeting the qualification standards of NCPWB(MCRA). 1.09 EQUIPMENT CONNECTIONS: A. Provide water,waste and vent connections for scheduled equipment. 1 Equipment installed under other Sections of these Specifications - provide rough-in as required and make final connections. BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-4 PART 2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Manufacturers names and catalog numbers are scheduled or specified for the purpose of establishing standard of design, quality, appearance, performance and serviceability, and not to limit competition. Scheduled products(as may be modified by detailed specifications)are those selected as the basis for system design with respect to physical size and space arrangements, required capacity and performance characteristics,and the product quality intended. B. The Drawings indicate specified products physically arranged in the spaces, as cataloged by specific manufacturers,generally as listed in the Equipment Schedules. C. Listed "Acceptable Manufacturers" are those considered capable of manufacturing products conforming to detailed Specifications, and as such, are invited to compete on an equal basis provided the offering is comparable in every respect to scheduled or specified products and actually conforms to the detailed Specifications and Schedule requirements. Listing herein as "acceptable manufacturers"does not imply"accepted', "approved", "prior approval",or any other such connotation. All product offerings must be submitted for approval after Contract award. D. Vendors are invited to submit material or equipment bids to bidding Contractors on any comparable equivalent product,whether or not the manufacturer of such product is listed herein as an "acceptable manufacturer . Such product bids should clearly indicate offerings that are not listed as *acceptable manufacturers". In the event a bidding Contractor, after satisfying himself that such unlisted product is in fact *equal" to the specified product with respect to design,quality, performance and arrangement(space requirements),and the Contractor desires to fumish that product on the Project, he may request the name of the manufacturer be added to the list of acceptable manufacturers by addendum prior to bid time. E. At a bidders request, an unnamed manufacturers equipment will be considered to determine additional "acceptable manufacturers" if a request is made in writing no later than six days prior to the bid opening. If such requests are found acceptable, an addendum will be written listing additional acceptable manufacturers. Consideration will be given only to requests of bona fide bidders(Contractors),not to those received from vendors. F. Manufacturers of materials and equipment shall be as specified, scheduled, or as listed in each respective product Specification Article. 2.02 FLAME SPREAD AND SMOKE DEVELOPED PROPERTIES OF MATERIALS: A. Materials and adhesives used throughout the mechanical systems for insulation, acoustical lining, filters, ducts, flexible connections, and jackets or coverings regardless of kind, or for piping or conduit system components, shall have a flame spread rating not over 25 without evidence of continued combustion and with a smoke developed rating not higher than 50. If such materials are to be applied with adhesives, they shall be tested as applied with such adhesives, or the adhesives used shall have a flame spread rating not over 25 and a smoke developed rating not higher than 50. (Note: materials need not meet these requirements where they are entirely located outside of a building and do not penetrate a wall or roof, and do not create an exposure hazard or where specifically exempted in the body of these Specifications.) BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-5 B. "Flame Spread Ratingn and "Smoke Developed Rating" shall be as determined by the "Method of Test of Surface Burning Characteristics of Building Materials, NFPA No.255, ASTM E84, Underwriters Laboratories, Inc., Standard". Such materials are listed in the Underwriters Laboratories, Inc."Building Materials List"under the heading"Hazard Classification(Fire)". 2.03 IDENTIFICATION OF PIPING,AND EQUIPMENT* A. Identify mechanical equipment with nameplate bearing equipment name and number, using bevel edges, 1/16-inch thick, 1%-inch white laminated bakelite with engraved black letters, 1/2-inch(single line)or 7/8-inch (double line)high, permaner*mounted on the equipment in a conspicuous place with screws. Exception -see Fire Protection Section for special valve tags on fire protection system. B. Markings-Identify each piping system installed wherever accessible for maintenance operations with the direction of flow(where applicable)indicated by legends and flow arrows. The markings shall be applied after all painting and cleaning of the piping and insulation is completed.*Identify with semirigid mechanically applied plastic marked bands with background color coded per ANSI A13.1. Color of lettering and flow arrow shall be black. Marker material shall completely encircle the pipe when smaller than 8-inch ips. 1. Provide 1/2-inch letters,8-inch long color field on outside diameters less than 1 Yz-inch. 2. Provide 3144rich letters,8-inch long color field on outside diameters of 1 Y2to 2-inch. 3. Provide 1%-inch letters, 12-inch long color field on outside diameters over 2-inch, but smaller than 8-inch. C. Apply identification to piping throughout,except piping located underground between manholes, in furred spaces without means of access,or buried in the ground or encased in concrete. D. The legend and flow arrow shall be applied at each valve location, at each point where piping enters or leaves a wall, partition, bulkhead, cluster of piping, or similar obstruction, and at approximately 30-foot intervals on pipe runs with at least one legend and flow arrow in each space or room. E. Variations or changes in locations and spacing shall be made to meet conditions. F. Wherever two or more pipes run parallel,the printed legend and other markings shall be applied in the same relative locations so as to be in either vertical or horizontal linearity, whichever the case may be. G. The markings shall be located so as to be conspicuous and legible from any reasonable point. H. Standard pipe and conduit identification symbols. 1. CHS-Chilled Water Supply. 2. CHR-Chilled Water Return, 3. SS-Sanitary Sewer. 4. RD-Rain Water Leader. BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-6 r r5. WSP-Wet Standpipe. r6. SP-Sprinkler(Fire Protection). 1. Underground Warning Tapes For Buried Lines- r1. Provide 3-inch wide metallic core brightly colored polyethylene detection tape, shallow buried in the trench above nonmetallic pipes, serving the dual purpose of line location and identification. The tape shall be easily detected by any commonly used metal detector and shall bear a printed message (continuous along entire length) describing r the contents of the line beneath. 2. Provide 6-inch wide brightly colored polyethylene tape, shallow buried in the trench above metallic pipes,to identify the contents of the line beneath. The tape shall bear a printed message {continuous along entire length) describing the type of the buried line and its contents. J. Provide valve tag schedules and valve charts for each piping system consisting of Schematic Drawings of piping layouts along with a valve list, showing and identifying each valve by number, service, and location and describing its function. Upon completion of the Work, mount two copies of each chart, sealed to rigid backboard with clear lacquer, placed under glass and framed,on the wall. Two additional unmounted copies shall be delivered to the Owner. K. Valve Tags - Provide 1 Y4 x 1 Y4-inch square laminated plastic name tags with 1/4-inch engraved letters for all valves,with black letters on white tags, marked for type of service intended. Attach tags to valve handles by"S"hooks. L. Nameplates and tags shall correspond to the Record Drawings. M. Submit complete details of identification legends, color fields, and sizes, coordinated between trades. N. Acceptable Manufacturers-Seton Nameplate Corporation,W.H.Brady,Westline. 2.04 BEARINGS: A. All bearings supplied to the Project, regardless of supply responsibility or applications as integral parts of machinery, shall be standard catalog items and interchangeable with those of manufacturers currently represented in the local trade area with replacements stocked locally. Ball bearings shall be radial or thrust design, sealed and enclosed in a dust and moistureproof housing,and selected in accordance with AFBM Rating B-10 for at least 200,000 hour operating life as applied. Grease lubricated bearings shall be arranged for regreasing thru alemite fittings located outside machinery enclosures in a convenient location, with grease relief fittings in the bearing housing to prevent overgreasing or seal rupture. B. Acceptable Manufacturers-Andrews,Dodge, Hyatt,Link-Belt,McGill, Sealmaster,SKF, 2.05 ELECTRIC MOTORS: A. Shall conform to the requirements of IEEE, NEMA, and shall have voltage, phase, frequency and service as scheduled. B. Each item of motor driven equipment shall be furnished complete with the motors, drives and BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-7 control equipment, including remote pilot devices as required to perform the specific function for which it is intended. C. Motors shall be sleeve or ball bearing type selected for quiet operation, shall be manufactured 1 for general purpose duty,with each bearing accessible for lubrication, and designed for the load imposed by the drive. D. Motors 1/2 horsepower and larger shall have bearings with pressure grease lubrication. E. Motors connected to drive equipment by belt shall be furnished with adjustable slide rail bases except for fractional horsepower motors which shall have slotted bases. Motor leads shall be permanently identified and supplied with connectors. F. Provide open dripproof enclosures for motors located indoors in dry locations, and splashproof enclosures in wet locations. Motors to be installed outdoors shall be totally enclosed fan cooled. G. Unless otherwise scheduled, motors smaller than 3/4 horsepower shall be brushless, capacitor start or split phase type designed for 120 volt,single phase,60 Hz alternating current. H. Motors 3/4 horsepower and larger shall be squirrel cage induction type,for scheduled voltage, 3 phase,60 Hz alternating current. I. Each motor shall be free from magnetic hum,designed for quiet operation. J. Each motor shall be suitable for the brake horsepower of the driven unit, rated with 1.15 minimum service factor, with the temperature rise not to exceed NEMA standards and shall be capable of withstanding momentary overloads of 25 percent without injurious overheating. K. Electrical Specifications - Copper windings, winding insulation system NEMA Class B or better, wound for standard voltages. Except where premium motors are specifically required in the detailed Equipment Specifications,motors shall conform to NEMA Design B as a minimum. L. Mechanical Specifications - Frame dimensions conform to NEMA standards for "T-Frame" motors. Frame construction of motors larger than NEMA frame 145T of cast-iron or extruded aluminum construction and those of NEMA frame size 145T and smaller may be of fabricated steel type. Nameplates shall be stainless steel. Grease lubricated ball or roller bearings shall be supplied unless otherwise specified. On NEMA frame sizes 182T and larger make provisions for regreasing by use of removable grease plugs. M. Acceptable Manufacturers - Allis Chalmers, Baldor, Century, General Electric, Ideal, Lincoln, Louis Allis, Marathon, Reliance, U.S.,Wagner,Westinghouse. 2.06 MOTOR STARTERS: A. Except where otherwise specified or scheduled, each starter shall be furnished by the supplier who furnishes the equipment it controls. B. Provide a manual or magnetic starter or combination UFD and disconnect for each motor. 1 Where such devices are included in an "Equipment Control Schedule", they shall be as scheduled. Otherwise,they shall be as recommended by the equipment manufacturer. C. Magnetic starters shall include overload protection for each phase wired with normally closed contacts in series control circuit ahead of any other control contacts on the control side of the 1 BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-8 r solenoid coil, and no contacts, between the other side of the solenoid coil and the control power source. Motor starters shall conform to NEMA Standards for Industrial Control for 3 phase motors,No. IC-1,with 120 volt(maximum)control circuit and control power transformer. D. Where individual starters and disconnect switches(or circuit breakers)are indicated to be in the same location, furnish combination devices in a common housing. Fused disconnects shall have rejection type fuse clips and Class RK-1 fuses. E. In every instance where magnetic starters are not required,furnish manual starters for fractional horsepower single phase motor's - "ON-OFF", snap switch type with soldered ratchet overload protection. F. When interlocking or automatic control of single phase motors is indicated or required, the motors shall be furnished with magnetic across-the-line starters. G. When interlocking or automatic control of electric heaters is indicated or required, the heaters shall be furnished with contactors. Provide control power transformers as required to maintain control circuit voltages not exceeding 120 volts. H. Provide with each magnetic starter a reset button, pilot light, and HAND-OFF-AUTO switch, heavy duty type, mounted in starter cover. Provide field reversible (normally open or normally closed)auxiliary contacts required for interlocking but in no case less than two per starter. 1. Acceptable Manufacturers - Allen Bradley, Cutler-Hammer, General Electric, I-T-E, Square D, Westinghouse. 2.07 ACCESS DOORS: A. Fumish, for installation under appropriate Section of the Work, access doors at each point required to provide access to concealed valves,dampers, damper operators, and other devices requiring operation,adjustment,or maintenance. B. Shall be 16 gage steel, with mounting straps, concealed hangers, and screwdriver locks, designed for the doors to open 180 degrees,minimum. C. Access doors installed in fire walls or partitions shall be UL labeled to maintain the fire rating of the wall or partition. D. Provide prime coat finish for installation in ceilings or painted or unfinished surfaces. E. Provide polished chrome plate finish for installation in unpainted finished walls. F. Milcor Style M for masonry and surfaces not specified otherwise. G. Milcor Style K for plastered surfaces. H. Milcor Style DW for drywall surfaces. 1. Milcor Style ATR for drywall ceilings. J. Milcor Style AT for acoustical tile ceilings. K. Milcor Style AP for acoustical plaster ceilings. BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-9 L. Acceptable Manufacturers - Baldwin, Hannon, Josam, Miami, Carey, Milcor, Titus, Wade, Walsh,Zum. 2.08 METAL STRUT FRAMING SYSTEMS: A. Shall be a basic adjustable slotted steel framing system consisting of components specifically designed for the support of mechanical and electrical systems. Parts shall include modular type channels, available with or without bolt holes, knockouts, or slots, with fittings and hardware requiring no welding, drilling, or other complex fabrication techniques. Basic attachment to channel shall be by means of spring mounted gripping nuts with serrated grooves,and bolls. B. Available accessories shall include brackets, baseplates, rod connectors, pipe and conduit straps, pipe and conduit hangers, beam clamps, cable clamps, concrete inserts, and closure strips. C. Loading shall not exceed manufacturers published load capacities for parts, connections, and assemblies for the actual spans involved. D. Shall be UL listed for the purpose when utilized as electrical raceway. E. Acceptable Manufacturers-B-Line,Elcen,F and S, Kindorf, Power Strut, Unistrut. 2.09 SLEEVES, INSERTS,ANCHORS AND SUPPORTS: A. Provide in concrete, carpentry or masonry construction, hangers, sleeves, expansion bolts, inserts, supporting steel, or other fixtures necessary for the support of pipe, equipment and devices furnished under each Section of the Specifications. B. Provide each pipe, conduit, or duct passing through fire, smoke or sound control walls, floors, ceilings or partitions with sleeves having intemal dimension approximately 1-inch larger than the outside dimension(including insulation)of pipes,conduits or ducts. C. Sleeves (when required) through interior partitions and floors shall be no less than 22 gage galvanized steel,set flush with the finished surfaces. D. Sleeves through precast or postlensioned structures shall be no less than Schedule 40 galvanized steel pipe and shall be subject to the acceptance of the designer of the structure. Submit size, location,and sleeve material for approval. E. Sleeves through grade slabs,basement or exterior wall shall be steel or cast iron pipe with water stop flange, set flush with finished surfaces, and with the space between the pipe and the sleeves packed with oakum or jute twine and calked watertight. F. Sleeves in wet or potentially wet floors or spaces such as mechanical equipment rooms or sprinklered areas shall be Schedule 40 galvanized steel pipe with water stop flange and with the top of the sleeve projecting 2-inches above the finished floor, with annular space packed with oakum or jute twine and calked watertight. G. Option-Provide Unk-seal neoprene closure fittings in lieu of packing. H. Attachments to stiructure shall be by means of beam clamps wherever practicable. Unavoidable attachments to concrete structure shall be by means of preset concrete inserts whenever the BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 18010-10 F Fneed for such attachment can be reasonably foreseen and the locations and sizes of inserts is known prior to pouring of concrete. In instances where it is necessary to make attachments to concrete and proper inserts have not been preset, the attachment shall be made by means of drilled holes, and expansion anchors of either the bolt stud or flush variety. Design working stress of attachments shall be limited to 25 percent of the average maximum (ultimate) stress values published by the manufacturer. I. Inserts shall be cast iron or galvanized steel individual type, with accommodations for removable nuts and threaded rods up to 3/4-inch diameter,and permitting lateral adjustment. J. Fasteners in concrete beams shall be sufficiently above the bottom of the beam to clear reinforcing. K. Expansion anchors shall be zinc and chromate plated for corrosion protection and conform to the dimensional requirements of Federal Specification FF-S-325. Expansion anchors shall be selected and installed in accordance with the recommendations of Expansion Anchor Manufacturer's Institute(EAMI)and the manufacturer's instructions. L. Acceptable Manufacturers-Grinnell,Hilti, Phillips,or Thundedine. 2.10 FIRE STOPPING: A. Seal annular spaces between sleeves and penetrating materials in fire rated floors, ceilings, and walls with fireproof and waterproof silicone elastomer applied in accordance with the manufacturer's published instructions. Multiple penetrations shall be sealed with silicone calking. Seal material shall be UL classified for use in fire rated penetration seals,and shall be applied in the manufacturer's recommended thickness for the fire rating of the penetrated structure in accordance with ASTM E-814 requirements. B. Acceptable Manufacturers- Dow Coming,General Electric. 2.11 WATERPROOFING: A. Seal penetrations of exterior walls in below grade areas and in floors with membrane waterproofing with link seal Century Line Model CS-100 sleeves and interlocking rubber links, bolts, nuts and metal pressure plates as manufactured by Thunderline Corp. B. Acceptable Manufacturers-Calpico,Thundedine Corp. 2.12 AUXILIARY STRUCTURAL SUPPORTS: A. Provide auxiliary structural supports as necessary to support mechanical systems from the building structure.Coordinate with structural drawings. Supporting members shall be metal strut framing or standard structural shapes,designed to support imposed loads with a working stress no greater than 25 percent of ultimate stress values of the members, and articulation with the building structure without exceeding structural limitations at the point of attachment to the building structure. Prepare calculations and Shop Drawings of each such support and submit for acceptance to the Structural Engineer. Begin no work until receipt of acceptance from the structural engineer. BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-11 2.13 ESCUTCHEONS: A. Provide escutcheons or 22 gage minimum painted galvanized sheet metal wall flanges (in event standard manufactured product does not exist) for mechanical or electrical penetrations of floors, ceilings, walls or partitions. Escutcheons shall be sized to enclose the outside of the penetration sleeve and fit snugly to the pipe (or over outside of insulation) of insulated lines. Both exposed surfaces of such penetrated elements shall be fitted with escutcheons which shall both afford a finished appearance and prevent passage of vermin. B. Except where otherwise specified, escutcheons shall be one-piece (where practicable) or split, hinged,stamped brass type designed to fit the pipe, and to cover the terminating pipe sleeve, in chrome plated finish,with securing device to hold the escutcheon tight to the pipe. C. Use deep escutcheon on each sleeve set in a waterproof concrete floor. 1 D. Acceptable Manufacturers-Beaton and Corbin,Grinnell, Sweet and Donaldson. 2.14 CORRUGATED METAL: A. Shall conform to the requirements of FS-WW-P-405. 2.15 FLASHINGS: A. Furnish weatherproof flashings for mechanical system related openings through the roof for installation under roofing specification. B. Furnish roof flashing for round and rectangular openings, pipes, vents, machinery, devices, or ducts. The flashings shall be constructed to terminate not less than 12-inches above the roof. Provide suitable counterflashing constructed from the same material as the flashing. C. Furnish flashings for mechanical curbs,and fumish and install counterflashing at each. D. Construct roof flashings for plumbing vent pipes from a 4# lead, with a base extending not less than 10-inches beyond the exterior surface of the pipe, and turned down into the cavity of the pipe opening. E. Construct other roof flashings from 10 ounce copper sheets,with a base extending not less than 10-inches beyond the exterior surface of the opening to be flashed. 2.16 THERMOMETERS: A. Thermometers shall be bimetal actuated dial thermometers employing a single helix immersed in silicon oil for vibration protection, with suitable indicating mechanism, external recalibration adjustments, rear or bottom connected as required, with 3-inch dial, white face with black numerals,with stainless steel case gasketed and protected against leakage. The thermometers shall be guaranteed accurate plus or minus one percent of range over entire scale, selected and based on standard ranges, capable of indicating the temperature of fluids or gases in the systems on which they are installed such that indication is in the midrange of the scale during normal operation. B. Thermometers for piping systems shall have stems with separable socket 3/4-inch in size, capable of penetrating 25 percent of the diameter of the pipe in which it is installed, but not less than 3'/rinches in length. Separable sockets shall be constructed of brass and shall have BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-12 r suitable extension necks for insulated piping systems. At points where thermometer wells only are indicated, they shall be separable sockets as specified, installed in a vertical position and provided with proper caps for future insertion of test or permanent type thermometers. C. Thermometers for air systems shall have extended stems with union connections 1/2-inch in size, with suitable flange for duct installation. Stems shall be capable of penetrating 6-inches within the duct regardless of the thickness of the duct insulation. D. Temperature range of gauge shall be suitable for the duty applied and selected so that normal operating temperature is in midrange. E. Thermometers shall be installed after written verification of each location is accepted. The locations shown on the drawings are approximate only and shall be selected in the field where each unit is easily readable. F. Acceptable Manufacturers - American, Auto-Lite, Manning Maxwell & Moore, Marsh, Mueller, Trerice,Weksler,Taylor. 2.17 PRESSURE GAGES: A. Pressure gages shall be 02-inches in diameter and shall have black case with brass ring with white face and black numerals. Gages shall have a single bourdon internal mechanism with indicating needle. Each unit shall be furnished with a lever operated gage cock and shall have snubbers installed between the gage cock and the gage to eliminate pulsations. The range on the gage shall be suitable for the duty for which it is applied, selected such that indication is in midrange during normal operation. Furnish gage cocks only,less gages,where shown. B. Acceptable Manufacturers - American, Auto-Lite, Manning Maxwell & Moore, Marsh, Mueller, Trerice and Weksler. 2.18 BALANCING TAPS(TEST PLUGS): A. Universal test connections for use either with thermometer or gage consisting of a brass case with cap and seal, 1/4-inch ips male thread connector and neoprene valve for insertion of stab connector. B. Pressure rating of fittings shall be equal to or greater than the piping system in which installed. C. Furnish 2 each gage adapter fittings and thermometers(25-125 and 50-500 F.). D. Acceptable Manufacturers- Fairfax,Peterson(Pete's Plug),Sisko. 2.19 SPECIAL TOOLS: A. Furnish a set of special tools and devices required for the proper maintenance of the major pieces of equipment and install on adequate tool board. This shall include only tools which cannot normally be purchased"over-the-counter"at hardware stores. 2.20 EQUIPMENT GUARDS: A. Provide equipment with exposed moving parts with belt guards, coupling guards, fan guards or other enclosures as necessary for personnel safety. BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-13 2.21 ELECTRIC PIPE HEATING EQUIPMENT: A. Provide complete UL listed heat tracing systems to prevent scheduled pipe systems from freezing. B. Heater:Two 16 AWG finned copper bus wires embedded in parallel in a self-regulating polymer core that varies its output to respond to temperature WI Wong its length,allowing the heater to be crossed over itself without overheating. Heater wire suitable for use directly on plastic pipe. Provide cross linked modified polyolefin dielectric jacket. C. See Schedules for operating voltage. D. Size heater according to this table. Heater output rating is in wafts per foot at 50 F. (heater selection based on-10 F.ambient temperature), Pipe Size Heater Output Rating (Inches) (Watts per foot) 2Y2 to 4 5 E. The system shall be controlled by an ambient sensing thermostat set at 40 F. either directly or through an appropriate contactor. F. Apply the heater linearly on the pipe after piping has been successfully pressure tested. Secure the heater to piping with cable ties or fiberglass tape. G. Apply"electric traced"signs to the outside of the thermal insulation. H. Acceptable Manufacturers-Raychem,Briskheat,Chromalox,Nelson. 2.22 PIPE HANGERS AND SUPPORTS: A. Hold piping in place by accepted hangers,supports and anchors, designed to support weight of pipe,weight of fluid and weight of pipe insulation. Arrange hangers to prevent transmission of vibration from piping to building and supports. Allow clearance for application of specified vapor sealed insulation without cutting pipeline covering or fitting covering in installation of pipe hangers and fittings. Uninsulated copper or brass pipe or tubing shall be isolated from ferrous hangers or supports. Piping shall not be supported from roof decking. Furnish and install angle members to span steel joists or distribute load. B. Suspend and support horizontal and vertical piping from the structure with hangers and metal strut framing system or structural steel supports, spaced as scheduled. Furnish necessary accessories, nuts, lock nuts, bolts, rods and devices to allow installation to freely expand and contract. Hangers shall be formed steel clevis type, unless otherwise specified, with adjustable attachment to hanger rod. For copper or bran pipe, use plastic sheathed hangers to eliminate all possibility of galvanic action between hanger and copper tubing. Pipe hangers shall fit over vapor sealed insulated piping. 1. Clevis-Grinnell Fig.260 or 590. 2. Uninsulated copper tubing-Grinnell Fig. CT-99C. BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-14 r rC. Where pipe exceeds maximum loading recommended for clevis type hanger and for attachment to vertical pipes,provide steel pipe clamps. r1. Double bolt pipe clamps-Grinnell Fig.295. r2. Riser clamps-Grinnell Fig.261. 3. Copper tubing riser clamps-Grinnell Fig.CT-121-C. D. Provide trapeze hangers where several pipes can be installed parallel and at same level. Trapeze of standard structural steel shapes sized to support load and drilled for rod hanger at each end. r1. Grinnell Fig.46. E. Use roller supports with cast iron adjustable bases,where provision for expansion is required. r1. Grinnell Fig.274. F. For hanger rods on piping 3/4-inch thru 2-inch inclusive, use 3/8-inch rods; for 2'/2-inch thru 3'/2-inch inclusive, use 1/2-inch rods;for 4-inch thru 5-inch inclusive. G. Provide additional steel members required for hanging piping systems in areas with special conditions, or where vertical or horizontal structural steel supports are required other than those provided in the structure. H. Provide oversize hangers with hanger shields or blocking the same thickness as insulation to pitch insulated pipes accurately at time of installation. rI. C-Type hangers on sprinkler piping shall have lock nuts. J. Attach supporting rods to concrete by drilled anchors or inserts placed before concrete is poured. rK. Provide lateral bracing for supporting rods over 18-inches long braced at every fourth hanger with diagonal bracing attached to slab or beam. rL. Attach supporting rods to precast structural members on sides by expansion bolts located above steel reinforcing at minimum of 6-inches above the bottom. Powder driven devices shall not be used. rM. Floor Supports - Provide for supporting horizontal piping from floors with cast-iron pipe rests, with pipe nipples to suit. Fasten to floor. Where provision for expansion is required, provide pipe roll stands, without vertical adjustment. Provide concrete or steel pipe piers; fasten stands to piers. N. Wall Supports - Provide for supporting horizontal piping from wall with steel J-hook for pipe located close to wall and no larger than 3-inch pipe. For greater loads, up to 1500-pound maximum loading,provide welded steel bracket. O. Vertical Piping Supports - Support cast-iron soil pipe at every floor and at base of stack; other pipes at every floor unless otherwise scheduled. Use steel extension pipe clamps. Refer to manufacturer's rated maximum loading for each size pipe. Bolt clamp securely to pipe, rest r BASIC MECHANICAL REQUIREMENTS rGUINN SCHOOL 15010-15 clamp end extension on building structure. Where pipe sleeves extend above floor, place pipe clamps beneath floor slab within ceiling cavity below. P. Use inserts or drilled anchors in concrete construction,use beam clamps in steel construction. Q. Hanger spacing schedule, except for nonmetallic, cast iron, or fire protection systems, shall be as follows- 1/2 and 314-inch 6-feet I-inch 7-feet 1 Yi-inch 8-feet 1 Y2-inch 9488t 2-inch 10-feet Larger than 2-inch 12-feet R. Install a hanger immediately behind the hub of each fitting and each length of cast-iron soil pipe. Install a hanger within 10-feet of each elbow or tee on steel or copper piping systems. Support each valve,strainer or other device in 6-inch and larger pipe systems independently. S. Support each length of no-hub or gasketed compression joint soil pipe with a hanger adjacent to the joint on both ends(2 hangers per length). T. Support piping at each change of direction, at ends of branches, at base and top of riser pipes and drops and wherever necessary to prevent sag, bending or vibration, in addition to above listed hanger spacing. U. Fumish miscellaneous steel necessary to support piping systems, including those accessories required for trapeze or group hanging. V. Pipe hangers for fire protection system shall be spaced as scheduled in NFPA applicable bulletins,and shall include hangers and accessories as required by applicable NFPA bulletins. W. Acceptable Manufacturers-B-Line,Grinnell,Elgen, Fee and Mason, Michigan,Modem. PART 3-EXECUTION 3.01 ELECTRIC WIRING OF MOTORS AND EQUIPMENT: A. Power wiring and disconnect switches for the proper isolation of each piece of equipment shall be provided under the electrical section of the specifications, as necessary for operation in the "HAND"position of the HAND-OFF-AUTO control switch. B. The electrical design is based on the equipment listed in the schedules. Parties furnishing equipment requiring changes in the electrical design shall pay costs involved in modifying the electrical design to accommodate the equipment involved. C. Control and interlock wiring for the mechanical systems shall be provided under the electrical sections of the specifications, as necessary for operation in the "AUTO" position of the HAND-OFF-AUTO control switch. Wiring shall be in strict accordance with wiring diagrams, previously submitted and reviewed"acceptable". Systems include: 1 Plumbing. BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-16 2. Fire Protection. 3. Heating,Ventilating,and Air Conditioning. 4. Temperature Controls. D. Furnish complete integrated systems wiring diagrams showing the detailed power wiring, the interlock wiring, and the controls wiring, each relating to the exact equipment purchased for the installation. Include diagram wiring for smoke (or products of combustion) and heat detection devices and equipment fumished in connection with air distribution systems and as well as diagram wiring as required to cause fans to stop if vibration switches are activated by excessive vibration. E. Wiring diagrams shall be submitted within not more than thirty-five (35) days after equipment selections have been accepted. The diagrams shall be complete integrated wiring diagrams, not manufacturers equipment drawings. F. At the completion of the project, and before final inspection, those parties having detailed responsibility for(1) temperature control and interlock wiring diagrams; (2) equipment controlled by the temperature control system; and (3) installation of the temperature control and interlock wiring shall meet at the job site and jointly checkout, test and inspect each control circuit, each interlock and each power circuit to each piece of equipment,and shall advise in writing that each piece of equipment meets their joint approval insofar as performance, operation and interconnect are concerned. This document shall be jointly signed by each responsible individual and included in record documents. 3.02 PROTECTION OF EQUIPMENT.02 PROTECTION OF EQUIPMENT: A. Protect equipment from physical damage and deterioration after it is delivered to the Project, and during the installation period prior to Owner acceptance. B. The equipment shall be kept clean. Motors and electrical devices shall be covered with suitable materials to prevent dirt or dust accumulation within equipment. Machinery and devices shall be properly oiled and maintained to prevent rusting and deterioration. C. Repair scratches, mars,or paint deterioration. 3.03 EQUIPMENT SPACE: A. The Drawings indicate specified products physically arranged in the spaces, as cataloged by specfic manufacturers,generally as listed in the Equipment Schedules. B. Prepare Shop Drawings indicating the exact physical space requirements for equipment and servicing of equipment actually purchased for each item of equipment involved. NOTE: Physical space required for equipment servicing must be shown on Shop Drawings. C. Drawings show pipe and ductwork diagrammatically. D. Adhere to Drawings as closely as possible in layout of work. E. Vary run of piping, run and shape of ductwork and make offset during progress of work as required to meet structural and other interferences per accepted Shop Drawings. BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-17 F. Install piping and ductwork in furred spaces or ceiling plenum. Run exposed ductwork parallel to or at right angles to building walls. G. Keep horizontal lines as close to ceiling as practicable. H. Conform to ceiling heights established on architectural construction drawings. 3.04 EQUIPMENT FOUNDATIONS: A. Housekeeping pads, and concrete poured as an integral part of the building structural system will be provided under the concrete specifications. Coordinate to fit mechanical equipment. B. Provide housekeeping pads, curbs, or bases for all mechanical equipment, if not integral, constructed of concrete poured on existing floor slabs. C. Furnish templates for bolt installation,along with the anchor bolts. D. Provide isolation materials. Air handling units shall be internally isolated. E. Provide necessary supporting steel required for the mechanical and electrical systems. 1 F. Set equipment, and grout the equipment to the base, and fill void spaces with nonshrinking grout. Dowel direct driven equipment and driving motors to their common mounting frame after final alignment and run-in. 3.05 INTERFERENCES: A. Relocate or reroute existing pipe,wiring,or ducts as required to facilitate construction of finished work as planned. Restore surfaces,insulation,and finish to match condition of adjacent work. 3.06 CUTTING AND PATCHING: A. Assume costs and responsibility for cutting and patching required to complete the installation. B. Surfaces shall be patched to the condition of the adjacent surfaces. 3.07 PAINTING AND FINISHING AND CLEANING: A. Finish painting (other than factory applied) of mechanical equipment, and its associated piping and ductwork, is scheduled under other Sections. PrWde touchup painting of prefinished mechanical products. B. Surfaces shall be left clean,debris shall be removed,and equipment shall be furnished in prime coat finish ready for finish coats. 1. Piping, ductwork and equipment - Clean exterior of piping, ductwork and equipment, removing rust, plaster and dirt by wire brushing. Remove grease, oil, and similar materials by wiping with clean rags;and suitable solvents. 2. Motors, pumps and other items with factory finish - Remove grease and oil and leave surfaces clean and polished. BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-18 3. Plumbing Fixtures-Clean and polish fixtures immediately prior to final inspection. C. Cleaning operations are supplemented by detailed instructions for specific systems. 3.08 OPTION TO RELOCATE OUTLETS AND RELATED DEVICES: A. Air supply outlets, return air inlets,and exhaust air inlets may be relocated at the Owners option to points within 10-feet of their indicated locations, at no additional-cost to the Owner, provided the Contractor is notified prior to Shop Drawing preparation or roughing-in and fabrication. B. The roughing-in of the plumbing lines in the areas shown may be relocated to points within 10- feet of their indicated locations, at the Owner's option and without additional cost to the Owner, provided the Contractor is notified before Shop Drawing preparation, roughing-in or prefabrication. END OF SECTION-BASIC MECHANICAL REQUIREMENTS BASIC MECHANICAL REQUIREMENTS GUINN SCHOOL 15010-19 r SECTION 15200 VIBRATION ISOLATION PART 1 —GENERAL 1.01 RELATED DOCUMENTS A. The conditions of the Contract for Construction and the General Requirements of Division I of the Specifications apply to the Work in this section. 1.02 WORK INCLUDED: A. This Section of the Specification includes the vibration isolation of various machinery, equipment,piping,ductwork and conduit furnished in the Division 15 and Division 16 Sections. 1.03 QUALITY ASSURANCE: A. Static deflection of vibration isolators shall generally conform to the Schedules, but shall be no less than recommended in the ASHRAE Guide and Data Book for the actual floor spans involved. Replace at no charge any isolator failing to conform to these Specifications as applied to the actual systems involved. B. A single vibration isolation manufacturer, or his qualified representative, shall supply vibration isolation devices, including auxiliary steel bases and pouring forms, and be responsible for coordination of this Work. C. The vibration isolation manufacturer, or his qualified representative, shall provide such supervision as may be necessary to assure correct installation and adjustment of the isolation equipment, inspect the installation in operation, and submit a report in writing certifying the correctness of installation and compliance with approved submittal data, and indicating the actual measured isolator deflection compared with that predicted and that specified. D. The vibration isolation manufacturer and his representative shall have been engaged in the business of vibration isolation for no less than 5 years. Products shall be standard cataloged items with factory certified ratings. 1.04 SUBMITTALS: A. Submit the following data for approval,clearly identifying each item of equipment supported and the isolation to be installed at each point of support. 1. Floor span if the equipment is to be supported by structure above grade. 2. Horsepower of each motor,and rpm of both driven and driver,in each supported unit. 3. Calculated horsepower transmitted to the structure through the vibration isolation as applied. 4. Calculated static load of each isolator,in pounds. 5. Deflection recommended by the ASHRAE Systems Guide,in inches. 6. Scheduled deflection of each isolator. Identification of each isolator selected by model VIBRATION ISOLATION GUINN SCHOOL 15200-1 number and spring color. 7. Deflection of each isolator under the calculated load, actual loaded and unloaded measurable spring height. 8. The loading at which each isolator would be fully compressed to solid. 9. The load at which each isolator would operate at the deflection recommended by the ASHRAE Guide,and at scheduled deflection. 10. Shear stress at solid, calculated stress as applied, and maximum'allowable stress for infinite cycle life classification. 11. Horizontal stiffness KX,vertical stiffness KY,at calculated load at each isolator. 12. Calculated lateral load imposed on each isolator,and lateral deflection under load. 13. Design details of lateral restraints. 14. Factory certified data to allow submitted conditions of selection to be easily verified,with calculations. 15. Complete base details. 16. Complete flexible connection details. B. If an increase or decrease in calculated load of 20 percent would cause the mount to deflect more than 75 percent of full range - or to deflect less than called for by the Guide, submit an alternate selection. PART 2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Amber-Booth Co.,Consolidated Kinetics Corp., Korfund Dynamics Corp.,Mason Industries. 2.02 VIBRATION ISOLATOR GENERAL REQUIREMENTS: A. All vibration isolators shall have either known undeflected heights or other markings so that after adjustment,when carrying their load,the deflection under load can be verified,thus determining that the load is within the proper range of the device and that the correct degree of vibration isolation is being provided according to the design. B. All isolators shall operate in the linear portion of their load versus deflection curve. Load versus deflection curves shall be furnished by the manufacturer and shall be linear over a deflection range 500/6 above the design deflection. C. The ratio of lateral to vertical stiffness shall not be less than 1.0 or greater than 2.0. D. The vertical natural frequency for each support point, based upon the load per isolator and isolator stiffness,shall not differ by more than plus or minus 10%. E. Wave motion through the isolator shall be reduced to the following extent isolation above the resonant frequency shall follow the theoretical prediction based upon an undamped single, degree of freedom system, with a minimum isolation of 50 decibels above 150 cycles per VIBRATION ISOLATION GUINN SCHOOL 15200-2 r rsecond. 2.03 FIBERGLASS ISOLATORS: A. Precompressed molded fiberglass noise and vibration isolators,individually coated with a flexible moisture impervious elastomeric membrane. Material shall be manufactured specifically for isolation purposes,shall be produced in a range of density and spring rate to afford load bearing capacities from I to 500 psi. Natural frequency of isolators as applied shall be 12 Hertz or less. 2.04 NEOPRENE ISOLATORS: A. Neoprene shall be bridge bearing quality, 400 durometer unless specified otherwise, with a Shore hardness of 50 to 60 after minimum aging of 20 days or corresponding over aging. 2.05 STEEL SPRINGS: A. Springs shall be of the stable type having horizontal stiffness at least equal to the vertical stiffness. Each isolator shall be so selected that static deflection is no greater than 75 percent of total deflection from free height to fully compressed or "solido. Shear stress at solid shall be sufficiently low that the spring does not exceed its elastic limit and is certified by the manufacturer for infinite cycle life classification. Springs shall be coated in colored PVC. Colors shall be chosen such that each spring is visibly identifiable by color and physical size. 2.06 FLOOR MOUNTS: A. Floor mounted spring isolators shall be of the open type without horizontal restraint unless specified otherwise. Where indicated, limit stops shall be provided to limit motion of the supported equipment when the load is temporarily lessened or when equipment is subjected to external forces. Floor mounts may be of the single or multispring type so designed to force concentration of the supported load at the center of support. Floor mounted isolators shall be equipped with a glued-on neoprene sound pad on the bottom. Floor mounts shall be so selected that no more than I-inch of adjustment is required to level the equipment. 2.07 HANGERS: A. Hangers may be of the open or box type. Metal-to-metal contact between the supporting rods and hanger components shall be prevented by neoprene inserts. Box hangers shall be designed to withstand temporary loading of 400 percent of the design load without visible deformation. Spring hangers shall be so selected that no more than 1-inch of adjustment is required to level equipment. 2.08 CORROSION PROTECTION: A. Vibration isolators shall be designed or treated for resistance to corrosion. B. Steel components shall be PVC coated, or phosphated and painted with industrial grade enamel. Nuts, bolts and washers shall be zinc electroplated. Structural steel bases shall be thoroughly cleaned of welding slag and primed with zinc chromate or metal etching primer. A finish coat of industrial enamel shall be applied over the primer. C. Isolators exposed to the weather shall have steel parts PVC coated, hot-dip galvanized or zinc electroplated plus coating of neoprene or bitumastic paint. Aluminum components for outdoor installation shall be etched and painted with industrial grade enamel. Nuts, bolts and washers shall be zinc electroplated. VIBRATION ISOLATION GUINN SCHOOL 15200-3 r SECTION 15200 VIBRATION ISOLATION PART —GENERAL 1.01 RELATED DOCUMENTS A. The conditions of the Contract for Construction and the General Requirements of Division I of the Specifications apply to the Work in this section. 1.02 WORK INCLUDED: A. This Section of the Specification includes the vibration isolation of various machinery, equipment,piping,ductwork and conduit fumished in the Division 15 and Division 16 Sections. 1.03 QUALITY ASSURANCE: A. Static deflection of vibration isolators shall generally conform to the Schedules, but shall be no less than recommended in the ASHRAE Guide and Data Book for the actual floor spans involved. Replace at no charge any isolator failing to conform to these Specifications as applied to the actual systems involved. B. A single vibration isolation manufacturer, or his qualified representative, shall supply vibration isolation devices, including auxiliary steel bases and pouring forms, and be responsible for coordination of this Work. C. The vibration isolation manufacturer, or his qualified representative, shall provide such supervision as may be necessary to assure correct installation and adjustment of the isolation equipment, inspect the installation in operation, and submit a report in writing certifying the correctness of installation and compliance with approved submittal data, and indicating the actual measured isolator deflection compared with that predicted and that specified. D. The vibration isolation manufacturer and his representative shall have been engaged in the business of vibration isolation for no less than 5 years. Products shall be standard cataloged items with factory certified ratings. PART 2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Amber-Booth Co.,Consolidated Kinetics Corp.,Korfund Dynamics Corp., Mason Industries. 2.02 VIBRATION ISOLATOR GENERAL REQUIREMENTS: A. All vibration isolators shall have either known undeflected heights or other markings so that after adjustment, when carrying their load,the deflection under load can be verified,thus determining that the load is within the proper range of the device and that the correct degree of vibration isolation is being provided according to the design. B. All isolators shall operate in the linear portion of their load versus deflection curve. Load versus deflection curves shall be furnished by the manufacturer and shall be linear over a deflection range 50%above the design deflection. VIBRATION ISOLATION GUINN SCHOOL 15200-1 C. The ratio of lateral to vertical stiffness shall not be less than 1.0 or greater than 2.0. D. The vertical natural frequency for each support point, based upon the load per isolator and isolator stiffness,shall not differ by more than plus or minus 10%. E. Wave motion through the isolator shall be reduced to the following extent isolation above the resonant frequency shall follow the theoretical prediction based upon an undamped single, degree of freedom system, with a minimum isolation of 50 decibels above 150 cycles per second. 2.03 NEOPRENE ISOLATORS: A. Neoprene shall be bridge bearing quality, 400 durometer unless specified otherwise, with a Shore hardness of 50 to 60 after minimum aging of 20 days or corresponding over aging. 2.04 STEEL SPRINGS: A. Springs shall be of the stable type having horizontal stiffness at least equal to the vertical stiffness. Each isolator shall be so selected that static deflection is no greater than 75 percent of total deflection from free height to fully compressed or "solid". Shear stress at solid shall be sufficiently low that the spring does not exceed its elastic limit and is certified by the manufacturer for infinite cycle life classification. Springs shall be coated in colored PVC. Colors shall be chosen such that each spring is visibly identifiable by color and physical size. 2.05 FLOOR MOUNTS: A. Floor mounted spring isolators shall be of the open type without horizontal restraint unless specified otherwise. Where indicated, limit stops shall be provided to limit motion of the supported equipment when the load is temporarily lessened or when equipment is subjected to external forces. Floor mounts may be of the single or multispring type so designed to force concentration of the supported load at the center of support. Floor mounted isolators shall be equipped with a glued-on neoprene sound pad on the bottom. Floor mounts shall be so selected that no more than I-inch of adjustment is required to level the equipment. 2.06 HANGERS: A. Hangers may be of the open or box type. Metal-to-metal contact between the supporting rods and hanger components shall be prevented by neoprene inserts. Box .hangers shall be designed to withstand temporary loading of 400 percent of the design load without visible deformation. Spring hangers shall be so selected that no more than I-inch of adjustment is required to level equipment. 2.07 CORROSION PROTECTION: A. Vibration isolators shall be designed or treated for resistance to corrosion. B. Steel components shall be PVC coated, or phosphated and painted with industrial grade enamel. Nuts, bolts and washers shall be zinc electroplated. Structural steel bases shall be thoroughly cleaned of welding slag and primed with zinc chromate or metal etching primer. A finish coat of industrial enamel shall be applied over the primer. C. Isolators exposed to the weather shall have steel parts PVC coated, hot-dip galvanized or zinc electroplated plus coating of neoprene or bitumastic paint. Aluminum components for outdoor installation shall be etched and painted with industrial grade enamel. Nuts, bolts and washers shall be zinc electroplated. VIBRATION ISOLATION GUINN SCHOOL 15200-2 2.08 BRACKETS: A. Where height saving brackets for side mounting of isolators are specified, the height saving brackets shall be designed to provide for an operating clearance of 1-inch under the base and designed so that the isolators can be installed and removed without moving the machine when the operating clearance is 1-inch and the base is supported on shims. The operating distance between the top of the isolator spring compression plate and the underneath side of the bracket shall not exceed 2-112-inches in any case. When used with spring isolators having a deflection of 2-1/2-inches or more,the height saving brackets shall be of the precompression type to limit exposed bolt length between the top of the isolator and the underneath side of the bracket. 2.09 DESIGN REQUIREMENTS: A. Isolators supporting a given piece of equipment shall be selected for approximately equal spring deflection. B. Isolators for equipment installed out-of-doors shall be designed to provide adequate restraint due to normal wind conditions and to withstand wind loads of 30 pounds per square foot applied to any exposed surface of the equipment without failure. C. Horizontal deflection of isolators under operating conditions shall not exceed 2 percent of the height of the loaded elastic element. Provide stabilizers if necessary to limit such horizontal movement to 2 percent or 1/4-inch,whichever is least. 2.10 TYPE HSNT ISOLATORS: A. A combination spring and elastomeric hanger consisting of a rectangular steel box, coil spring, spring cups, neoprene impregnated fabric washer, and steel washer, with an elastomeric element at the top of the box for acoustic isolation. The design shall be such as to prevent metal-to-metal contact between the hanger rod and the top of the hanger box. The elastomeric element shall be designed for approximately 1/4-inch deflection and loaded so that deflection does not exceed 15 percent of the free height of the element. Provide a load transfer plate to hold the equipment or piping at a fixed elevation during installation and to permit transferring the load to the spring after installation.. 2.11 TYPE MSO ISOLATORS A. An adjustable,free standing,open spring mounting with combination leveling bolt and equipment fastening bolt. The spring (or springs)shall be rigidly attached to mounting baseplate and to the spring compression plate. The isolator shall be designed for a minimum of KX/KY(horizontal to vertical spring rate) of 1.0. A neoprenepad having a minimum thickness of 1/4-inch shall be bonded to the baseplate. Baseplates shall be sized to limit pad loading to 100 psi. PART 3-EXECUTION 3.01 CONCRETE WORK A. Where housekeeping pads are not poured integrally with the floor slab,construct housekeeping pads at least 4-inches high,unless otherwise noted herein, reinforced with No.3 steel wire mesh 6 x 6-inches, fastened to structural slabs with 1/2-inch diameter bolts embedded in structural slabs with expansion bolts at all comers (inset 3-inches) and no farther apart than 18-inches. Score structural slab thoroughly to assure concrete bonding between structural slab and housekeeping pad. Construct in full accordance with "Concrete" Section. Finish tops of housekeeping pads smooth and level within 1 percent of span. Provide housekeeping pads fo VIBRATION ISOLATION GUINN SCHOOL 15200-3 1. Each floor mounted air handling unit. 2. Air Cooled Chiller B. Housekeeping pads which are an integral part of the floor stab will be furnished, installed, and left in a finished condition under another Section of the Work. Coordinate the dimensions required for the equipment actually furnished and provide anchor bolts and templates. D. Provide anchor bolts for equipment mounted directly on concrete. Anchor bolts shall be embedded in concrete(length as necessary for applied anchor bolt loading)and equipment shall be bolted down firmly. 3.02 PIPE ISOLATION: A. Isolate each connected pipe for the first four hangers or supports from any piece of isolated equipment. Static deflection for these isolators shall be the same as specified for the equipment. B. Pipe Riser Supports - Isolate pipe risers as scheduled to both isolate the pipe for sound transmission and allow for vertical pipe extension and contraction. Isolation shall consist of Type MSO isolators supporting each end of extension riser clamps. Top and bottom of each isolated riser shall be isolated and intermediate isolators shall be spaced not to exceed 4 floors between isolators. Provide auxiliary structural supports as necessary for isolation mounting and for articulation with the building structure. All the isolators on any riser shall be adjusted to support equal loads during normal system operation. 3.03 DUCT PENETRATION: A. Provide 40 durometer neoprene resilient sleeves for each high velocity supply duct penetrating mechanical room walls or floors. 3.04 DUCT ISOLATION: A. Isolate supply air ducts from air handling units operating at more than 3-inches discharge static pressure(i.e.,3-inches static pressure at fan or unit discharge connection). 1. The stanchions supporting such ducts in equipment rooms and the first two support points in vertical risers shall rest on 1/2-inch deflection type MPF mounts. 2. Provide 1-1/2-inch deflection Type HSN hangers for the first 4 hangers from the fan for such ducts. 3.05 VIBRATION ISOLATION SCHEDULE: A. Specific Project requirements are scheduled below. Provide types of isolators and bases in accordance with the Specifications for each in Part 2. Minimum isolator deflections are scheduled in inches. EQUIPMENT BASE ISOLATOR DEFLECTION (Inches 1 Chilled Water Risers MSO 1.0 2. Chilled Water Piping Within Mechanical Room and at Pump and chiller END OF SECTION-VIBRATION ISOLATION VIBRATION ISOLATION GUINN SCHOOL 152004 r rSECTION 15250 rINSULATION rPART 1 —GENERAL 1.01 RELATED DOCUMENTS A. The conditions of the Contract for Construction and the General Requirements of Division I of the Specifications apply to the Work in this section. r1.01 WORK INCLUDED: A. Thermal insulation of piping systems, plumbing, casings and equipment installed under other Sections of these Specifications. 1.02 REFERENCE STANDARDS: rA. ASHRAE 90A- 1980, Section 5. B. NFPA 90A,Air Conditioning and Ventilating Systems. C. UL Guide No.V.8.15(Jackets,Adhesives and Sealers). D. SMACNA,Sheet Metal and Air Conditioning Contractors National Association. 1.03 SUBMITTALS: A. Submit manufacturer's product data on insulation materials, jackets, accessory materials, adhesives, tapes, etc. Submit a schedule for each class of insulation specified, indicating product, thickness, quantities, sizes, installation details, and surfaces to which each class is to be applied. 1.04 QUALIFICATIONS: A. Insulation shall be installed by a firm whose principal business is the application and installation of thermal insulating material on piping and duct systems. Materials shall be by recognized manufacturers and shall be installed by skilled mechanics in accordance with manufacturer's standard published instructions except as otherwise specified. PART 2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Insulation Material - Armstrong Cork, CertainTeed/Saint Gobain, Nomaco, Owens-Coming Fiberglas,Schuller. 2.02 ACCESSORY MATERIALS: A. Vapor Barrier Jacket- Laminate of 40#white kraft, foil, and flame snuffing adhesive reinforced with glass fibers. INSULATION (MECHANICAL) GUINN SCHOOL 15250-1 B. Tie Wire-16 gage soft annealed galvanized steel or copper. C. Asphalt Liquid Emulsion-Koppers 480. D. Vapor Barrier Tape-Scotch 473. E. Comer Angle - 1-1t2 inch leg,aluminum or galvanized. F. Hanger Adhesive-Foster 55,red-brown. G. 'Insulating Cement - Schuller No.375 or same material as insulation to which it is applied,but in cement form. H. Vapor Barrier Mastic-Insul-coustic I-0501 or Foster 60-30N,white. 1. Metal Rib Lath- 112-inch high rib,galvanized. J. Metal Lath-112-inch mesh expanded metal lath,galvanized. K. Wire Netting-1-inch hexagonal mesh,20 gage,galvanized prior to weaving. L Metal Bands-112-inch wide,0.20-inch thick aluminum. M. Flexible Cellular Insulation Adhesive-Armstrong 520 or Foster 82-40. N. Glass Fabric Mesh - Inorganic woven glass reinforcing membrane, No.20-10 open weave. Manville Duramesh 207. O. Glass Fabric Cloth Jacket Sealer, UL listed lagging adhesive, white - Foster 30-36, or Childers CP-50 pigmented. P. Vapor Barrier Lap Adhesive and Sealer,white-Foster 82-07. Q. Vapor Barrier Mastic,White-Foster 30-35 or Childers CP-30. R. Weather Barrier Mastic, White - Foster 35-00 or Childers CP-10, UL classified outdoor grade elastomeric vinyl mastic. S. Finishing Cement-Schuller No.301. T. Mechanical Fasteners for Flexible Polyethylene Insulation-Therma-cel Clips. 2.03 INSULATION JACKETS: A. ASJ Jacket - All Service Jacket -Vinyl coated and embossed vapor barrier laminate of 40 pcf white kraft, aluminum foil, and flame snuffing adhesive, reinforced with glass fibers, 0.05 permeability rating. B. MU Jacket-Metal Locking Jacket- Consisting of 0.016-inch thick embossed aluminum with 3 mill high density polyethylene vapor barrier film finished prerolled and precut with self-locking longitudinal joint, requiring no screws, rivets or bands for installation. Fittings shall be covered with two-piece 0.028 or 0.024-inch thick stamped fitting covers. Installation shall be made with vapor barrier cement to result in waterproof,weatherproof finish. INSULATION (MECHANICAL) GUINN SCHOOL 15250-2 r r2.04 TYPE FDB INSULATION: A. Foil Faced Fiberglass Duct Wrap Blanket, UL labeled, reinforced foil kraft vapor barrier jacket, r 0.30 K factor at 75 F. rB. Conforming to FS HH-1-5588, Form B,Type 1,Class 6,ASTM C-553. 2.05 TYPE FDL INSULATION: A. Fiberglass Duct Liner - Semirigid, multiple density, one-piece acoustical liner with facing to r preclude air erosion up to 6000 fpm velocity. Minimum sound absorption coefficients when tested by ASTM C423-66 test method shall be- rHertz 125 250 500 1000 2000 4000 r Thickness 1-Inch .13 .51 .71 .97 1.01 1.15 rB. 0.23 K factor at 75 F.,1.1 friction factor at 1000 fpm. 2.06 TYPE FPC INSULATION: rA. Fiberglass Pipe Covering, 0.23 K factor at 75 F., molded in cylindrical form to fit pipe snugly, sectional one-piece construction, with factory applied flame resistant vapor barrier jacket with double self-sealing flap. B. Conforming to FS HH-1-558B Form D,Type 3,Class 12 and ASTM C547. 2.07 TYPE PF INSULATION: A. PFP (W) - Polyethylene Flexible Pipe Covering (White) - Flexible closed cell fire resistant foamed polyethylene material, 0.01 permeability, 0.25 K factor at 75 F., molded in cylindrical form to fit pipe snugly. ASTM E-84 rating of 25 fire,50 smoke spread. 2.08 TYPE EF INSULATION: A. Install all EFP Systems completely as recommended by the manufacturer,including adhesive to match the assembly fire and smoke ratings listed. B. EFS - Elastomer material flexible sheet black in color, of materials listed above, shall be applied where scheduled. C. Armstrong"Armaflex", Rubatex, Halstead. 2.09 HANGER SHIELDS: A. Provide hanger shields to protect pipe insulation at each support point by a 360 degree insert of high density 100 psi,waterproofed calcium silicate encased in a 360 degree sheet metal shield. Insert thickness shall be same as insulation. Shield length shall equal nominal pipe diameter, minimum, but shall not be shorter than 4-inches and need not be longer than 12-inches I bearing load causes no discernible deformation. Insert shall extend 1-inch beyond sheet metal shield. 4-inch long shields shall be 26 gage minimum. Shields 5 to 9-inches long shall be 20 gage minimum. Shields longer than 9-inches shall be 16 gage. INSULATION (MECHANICAL) GUINN SCHOOL 15250-3 B. Provide penetration shields to encase insulated pipes penetrating fire walls or floors in a 360 degree, 24 gage minimum sheet metal hanger shield with insert of high density, 100 psi, waterproofed calcium silicate the same thickness as insulation and further enclosed within the sleeve, sized for maximum 1-inch spacing between sleeve and insulation shield. Pack annular space between sleeve and shield as specified under 'Are-Stopping" in the Basic Mechanical Requirements Section. Install an escutcheon plate to completely cover the wall penetration opening and fit snugly over the pipe insulation shield. Insert shall extend at least 1-inch beyond penetrated surface and escutcheon. 2.10 PIPE INSULATION FITTINGS: A. Fittings shall be premolded of the same material and thickness as the pipe covering and provided with a�matching vaporproof barrier, or build up the fittings from segments of pipe insulation or fibrous glass blanket to the proper thickness and then finish with fire retardant tape and vaporproof barrier. Fittings so covered shall be finished with a fire retardant covering to form a smooth, neat appearance similar to that on the straight length of pipe. B. Valves,strainers,expansion tanks,and similar appurtenances shall be insulated as specified for fittings except that valve bonnets and strainer cleanouts need not be insulated. C. One-piece premolded PVC fitting and valve covers may be provided in lieu of fitting jacketing specified. D. Where Type ASJ jacketing is specified, one-piece premolded PVC fitting and valve covers may be provided in lieu of fitting jacketing specified. E. Exposed elbows shall be protected with 0.024-inch thick aluminum fitting covers as specified for Type MU jacketing, with circumferential joints taped with 3-inch wide vapor barrier tape overlapping joint at least 1-inch on both sides. PART 3-EXECUTION 3.01 VAPOR SEALED PIPE INSULATION APPLICATION: A. Apply insulation only to clean dry pipe after it has been thoroughly tested. Each section of insulation shall be firmly butted together with the end surface of a section of covering having the entire surface buttered with vapor barrier cement and the adjacent end surface of the next section of covering pushed tight to this mastic and vapor sealed. Sealing of vapor barrier only will not be acceptable. The longitudinal seam for the full length of the covering shall also be butted surface. B. After the application has been made in this manner, the vapor barrier shall be sealed with white vapor barrier cement and the girth seam shall be stripped with 4-inch wide factory furnished strip and white cement. Staples or other materials which penetrate the vapor barrier shall not be used and self-sealing flap(I provided)shall not be relied upon for sealing. C. At points where pipe hangers occur, insulation damage shall be prevented. Wherever hangers are in direct contact with the pipe, insulation shall be neatly notched and patched with vapor barrier cement. 3.02 FLEXIBLE FOAMED PLASTIC PIPE INSULATION APPLICATION: INSULATION (MECHANICAL) GUINN SCHOOL 15250-4 r A. Insulation shall be cylindrical without longitudinal joint and slipped over the pipe prior to erection wherever possible. Seal circumferential butt joints with flexible tubing adhesive. Where slip-on technique is not possible, insulation shall be slit longitudinally, applied to pipe, and longitudinal and circumferential joints sealed with flexible tubing adhesive. 3.03 DOMESTIC COLD AND HOT WATER PIPING: A. Insulate in their entirety except do not insulate 1/2-inch and smaller branches in pipe chases serving single fixtures or horizontal stubouts directly to fixtures from pipe chases or chrome plated pipe. 3.04 COLD DRAIN AND STORM PIPING: A. Insulate A.C. unit drains completely from the unit drain pan to the point of disposal. 3.05 HEATED PIPING: A. Outdoor chilled water piping will be protected from freezing temperatures by the installation of electric heating tape. 1. See Article entitled "Electric Pipe Heating Equipment" in 'Basic Mechanical Requirements"Section. 2. Verify locations of these systems and apply insulation after installation, testing and approval of each heating tape system is complete. Apply insulation over tape and at thermostats,junction boxes,and required electrical devices as directed. B. Heated piping shall be insulated with 1-1/2 inch thick minimum Type FPC insulation with Type MU jacket where exposed to weather. 3.06 EQUIPMENT INSULATION: A. Insulate equipment as scheduled in this section. Material shall be as specified for each insulation class, installed in the manner specified in the following Articles. 3.07 VAPOR SEALED VESSEL INSULATION APPLICATION: A. Flexible Material- 1. aterial-1. Apply to clean dry surface, cut and fit insulation to contour of vessel with edges tightly sealed and joints staggered. Adhere with flood coat of flexible tubing adhesive. Insulation shall be miter cut and filly butted against and around appendages and shall be run at least 6-inches down supports. Further secure with metal bands 12-inches on center and finish surface with 2 coats of insulating paint to match the equipment color. 3.08 VAPOR SEALED BLANKET DUCT INSULATION APPLICATION: A. Wrap around ducts with insulation stuck fast to bottom and sides of ductwork by fire retardant insulation bonding adhesive applied in strips 6-inches wide on 12-inch centers. Cut insulation into lengths at least 2-inches longer than the duct perimeter. Remove the fiberglass from the 2- inch excess, for both longitudinal and circumferential joints, leaving the facing as an overlap. Buff insulation material with facing overlapping all joints at least 2-inches. Joints shall be lapped at least 2-inches in both directions and sealed with fire retardant vapor barrier lap sealer and Eadhesive and finished with 4-inch wide glass reinforced vapor barrier foil tape and vapor barrier INSULATION (MECHANICAL) GUINN SCHOOL 15250-5 lap adhesive (or glass fabric tape embedded in white vapor barrier mastic) applied over each joint. Insulation shall be installed in a neat vapor tight manner and shall not be fastened by the use of devices which pierce the vapor sea]backing,except the underside of horizontal ductwork. On rectangular ductwork 18-inches or greater in width, insulation blanket applied to the underside of the duct shall additionally be mechanically fastened to the duct system on clips (or weld pins), installed on 18-inch centers longitudinally and on the center line of the duct on duct widths from 18-inches to 3 feet 0-inches. On ducts 3 feet 1-inch in width and larger, rows of clips shall be installed on not greater than 18-inch centers. Clips shall be plastic,secured to the duct system with approved adhesive and provided with a slip on washer to hold the insulation in place, with the clip properly sized and the penetration sealed with an approved mastic. Metal weld on pins, property sized for insulation thickness and covered with a plastic retaining washer that completely covers the exposed portion of the pin are also acceptable. White vapor barrier mastic shall be applied to the washer to provide a vapor barrier.Cover pin washers with 4x4 inch squares of foil tape. The finished insulation surface shall be smooth and unbroken, without damaged or punctured vapor barrier. Cover duct reinforcements with insulation material and vapor barrier and seal carefully around hangers. Seal insulation to duct with vapor barrier tape wherever insulation terminates. 3.09 DUCT INSULATION: A. Insulate ductwork as scheduled in this Section. Material shall be as specified for each insulation class. B. Provide access door insulation so that doors can be opened without damaging insulation. C. Insulated ducts penetrating walls or floors shall be insulated completely through penetration. Provide waterproof calcium silicate insert, same thickness and jacketing as insulation, with wall flange for fire wall or floor penetrations. Do not insulate flexible runouts. 3.10 APPARATUS CASING LINER APPLICATION: A. Apparatus casing walls and ceilings shall have 2-inch thick Type FL liner with joints lapped 6- inches both ways,in direction of air flow and top to bottom. The liner shall then be compressed to nominal 1-1/2 inch thickness by installation of galvanized, 1-1/2 inch diamond mesh, 16 gage expanded metal. B. Apply liner and then fasten liner and expanded metal by welded pin mechanical fasteners installed on 6-inch centers around the perimeter and at edges of expanded metal, and installed on 12-inch centers both ways elsewhere. Seal fastener penetrations with adhesive sealing compound. Apply liner continuously over standing seams, angles or other obstructions directly on the inside face of the casing so that direct theffnal conductivity from the inside to the outside is limited to the fasteners. Apply lining to casing partitions and facing within the casing walls and ceilings. Wherever there is a choice to be made, apply partition lining and expanded metal on the side nearest the operating machinery. 3.11 EQUIPMENT INSULATION SCHEDULE: A. Air Cooled Chiller- 1. 2-inch thick Type FGS insulation on generator and hot piping. 2. 1-1/2 inch thick Type PFS insulation on chiller and cold suction piping. 3. Application in strict accordance with "Vapor Sealed Vessel Insulation Application" INSULATION(MECHANICAL) GUINN SCHOOL 1525" Article,this Section. 4. Factory applied insulation,standard With the manufacturer, is acceptable in lieu of above Specification,but insulate heads on the job as specified. B. Chilled Water Expansion Tank- 1. 1-inch thick Type FPC insulation. 3.12 PIPE INSULATION SCHEDULE: PIPE INSULATION INSULATION JACKET SIZE TYPE THICKNESS TYPE (inches) (inches) A. Domestic Cold Water All FPC 1/2 ASJ B. Domestic Hot Water Under 1-1/4 FPC 1/2 ASJ 1-1/4-3 FPC 1 ASJ 4&Above FPC 1-1/2 ASJ C. AC Condensate Drains All FPC 1 ASJ D. All Heat Traced Piping All FPC 1 Y2 Mu E. Chilled Water Supply All FPC 1 ASJ &Return Indoors F. Chilled Water Supply All FPC 1 1/2 mu &Return Outdoors- with heat tracing END OF SECTION-INSULATION INSULATION(MECHANICAL) GUINN SCHOOL 15250-7 F rSECTION 15400 rPLUMBING PART I —GENERAL r1.01 RELATED DOCUMENTS A. The conditions of the Contract for Construction and the General Requirements of Division I of r the Specifications apply to the Work in this section. r1.02 WORK INCLUDED: A. This Section of the Specification includes the furnishing and installation of complete drainage, water supply, plumbing fixtures and other equipment as described herein and as indicated on rthe Drawings. 1.03 SEWER AND WATER SERVICES: FA. Includes connections to site sewer and water lines. Before starting any work, coordinate locations and elevations of building services with the Site utilities. Discrepancies, if any shall be Fcorrected as soon as possible. B. Street sewer and water connections shall be performed in accordance with the rules and regulations of the local authorities. C. Before starting any work,coordinate locations and elevations of building services with the proper authorities. Discrepancies, if any shall be corrected as soon as possible. D. Required water meters, backflow prevention devices and pits are to be provided as required by local authorities. 1.04 ELECTRICAL VOLTAGES: A. Coordinate voltages of all electrical devices with electrical contractor. PART 2-PRODUCTS 2.01 DRAINAGE AND VENT PIPING: A. Hub-and-spigot cast-iron pipe not larger than 15-inch size shall be service weight ASTM A74, coated with gasketed joints. All changes in pipe size of soil, waste, and drain lines shall be made with reduction fittings or reducers. Changes in direction, where space permits, shall be made with long sweep bends,Y-fittings and 1/8 or 1116-bends, or combination Y and 1/8-bends. Sanitary tee branches and 1/4-bends may be used for connections of branch lines to fixtures and on vertical runs of pipe. B. Hub-and-spigot cast-iron pipe larger than 15-inch size shall be Type 11 or III; Grade C, cast-iron pressure pipe,and fittings in accordance with AWWA C-110. Joints shall be made with jute and pig lead,in accordance with AWWA C-600. C. "No-Hub" Cast-Iron Pipe: "No-Hub" cast-iron soil pipe shall'conform to Cast Iron Soil Pipe Institute Specification 301. Pipe and fittings, shall bear the symbol of the Cast Iron Soil Pipe PLUMBING GUINN SCHOOL 15400-1 Institute. "No-Hub'piping systems shall be installed in accordance with the Cast Iron Soil Pipe Institute's Pamphlet No. 100. Couplings shall be Hubless Soil Pipe Couplings, manufactured by "CLAMPALL CORPORATION" made of 24 gage type 304 stainless steel with hi-torque clamps tightened to 100-125 inch pounds of torque. Coupling gaskets shall be made of neoprene and shall be coated with'Tyler Pipe"Lubri/Fast. D. Gasketed Joints: Joints for cast-iron hub-and-spigot soil pipe shall be molded neoprene elastic compression type gaskets and shall conform to ASTM C 564. Pipe, fittings, and gaskets shall bear the symbol of the Cast Iron Soil Pipe Institute. Pipe and fittings shall be manufactured with the spigot ends plain and beveled, and the bells shall be modified to receive the gaskets. A lubricant shall be used in making the joints. When the joint is completed, a tight seal shall be formed between the extemal face of the pipe and the intemal face of the bell. Gaskets shall be capable of making and maintaining a tight seal with a deflection not to exceed 5 degrees. Deflection of pipe will not be allowed to avoid the use of fittings. 1. Joints shall be assembled by the use of tools and as recommended by the pipe,fittings, and gasket manufacturers. Fittings and gaskets shall conform to ASTM A 74 and ASTM C 564,and bear the symbol of the Cast Iron Soil Pipe Institute. E. Copper Drain, Waste and Vent Tubing: Copper tubing shall be Type M, in accordance with ASTM B 88,or Type DWV in accordance with ASTM B 306. Ends of tubing shall be cut square and shall be reamed before being made up. Tubing ends shall enter the full depth of the fitting recesses without binding. 1. D.W.V. Fittings shall be solder type, recessed drainage pattern, of wrought copper or cast brass. Recesses shall be smooth and correctly sized to provide proper clearance over the tubing. Solder shall be composition Sn 50. Flux shall be noncorrosive. Tubing ends and fitting recesses shall be thoroughly cleaned. Solder shall penetrate fully and shall fill the joint completely. 2.02 UNDERGROUND WATER PIPING: A. Underground water piping shall be in accordance with the local water authority regulations. If permitted by, or in the absence of, such regulations, piping materials shall be as hereinafter specified for underground piping. B. Underground water piping up to 3-inches in size shall be copper tubing, Type K, soft drawn, ASTM B-88. 1. Fittings shall be of the recessed solder joint type of either wrought copper or cast brass. Adapters for connection to threaded valves, fittings, meters and other equipment shall be cast brass. 2.03 ABOVEGROUND WATER PIPING: A. Aboveground domestic water piping 5-inches in size and smaller,shall be copper tubing,Type L, hard drawn,ASTM 8-88. 1. Fittings for copper tubing shall be of the recessed solder-joint type of either wrought copper or cast brass. Adapters for connection to threaded valves, fittings, meters and other equipment shall be cast brass. Recesses shall be smooth and correctly sized to provide proper clearance over the tubing. Solder shall be composition 95/5 tin- antimony. Flux shall be noncorrosive. Lead based solder will not be allowed. PLUMBING GUINN SCHOOL 15400-2 2. As an option to wrought copper or cast brass fittings and when permitted by local code authority, copper tubing may be joined using the patented "T-Drill" method with brazed joints. 2.04 UNDERGROUND DRAINAGE AND VENT PIPING: A. Underground and poured in concrete soil, waste, vent and storm drainage piping shall be as follows(unless otherwise indicated on Drawings): 1. Sanitary and storm drain lines below carton formed slabs and below crawl spaces shall be no-hub cast iron pipe and fittings. 2, Sanitary and storm drainlines in all other areas to be hub-and-spigot cast-iron pipe. 2.05 ABOVEGROUND SOIL,WASTE,VENT AND STORM PIPING: A. Aboveground soil, waste and vent drainage piping shall be hub-and-spigot cast iron, "No-Hub" cast iron,(with stainless steel and rubber gasketed pipe couplings)or DWV copper tubing. B. Exposed waste piping and fittings in toilet rooms, and in finished areas, shall be chromium plated brass. Pipe shall be red brass, standard weight, iron pipe size and thickness, ASTM B 43,and fittings shall be threaded cast-brass of the recessed drainage pattern. Chromium plated piping shall be carefully measured and cut so that no more than one full turn of thread shall be exposed beyond any fittings. Joints between brass and ferrous pipes shall be threaded. 2.06 MECHANICAL COUPLINGS: A. Couplings shall be self-centering and shall engage and lock in place the grooved or shouldered pipe and pipe fitting ends in a positive watertight couple. B. Coupling housing clamps shall be fabricated in two or more parts of malleable iron castings, ASTM A-47. Housing clamps shall hold in place a composition water-sealing gasket designed so that internal water pressure serves to increase the seal's watertightness. C. Coupling assembly shall be securely held together by two or more trackhead, square or oval neck, steel bolts. Bolts and nuts shall be heat treated carbon steel and shall be in accordance with ASTM A-183. Victaulic Vic-Boffless Style 791 coupling, permanently hinged at one end with a cold rolled steel locking pin and secured at the other end with a similar pin, may be used according to the manufacturer's published temperature and pressure ranges. D. Piping connections to equipment are to be installed so as to provide adequate flexibility for movement and freedom from objectionable noise and vibration transmissions. E. Acceptable Manufacturers-Victaulic,Grinnell. 2.07 TRAPS: A. Provide deep sea]traps on all floor drains. 2.08 CLEANOUTS AND FERRULES: A. Cleanouts shall be installed as shown on Drawings and where required by the building code. PLUMBING GUINN SCHOOL 15400-3 B. Cleanout plugs for threaded fittings shall be in accordance with Table 52 of CS 188. Except for test openings, where size must be sufficient to admit test plug, bushings will be permitted on pipes 5-inches and larger to reduce plug size to 4-inches;cleanout plugs for piping 44riches and smaller shall be the same size as the pipe. C. Cleanout plugs for hub-and-spigot fittings shall be screwed into ferrules calked into the fitting. Ferrules and plugs shall be in accordance with Table 54 of CS 188. D. Cleanout plugs on copper drainage lines shall be installed in solder-joint fittings having threaded openings provided for the cleanout,or in solder-joint fittings with threaded adapters. E. Floor Cleanouts;Finished Areas- 1. Smith 4023 adjustable cast iron floor cleanout with bronze threaded plug, and secured satin finish scoriated nickel alloy top. 2. Provide adjustable clamping device when installed through floors,with waterproof membrane. F. Floor Cleanouts Unfinished Areas- I. Smith 4023 adjustable cast iron floor cleanout with bronze threaded plug and heavy-duty loose set scoriated cast iron cover. 2. Provide adjustable clamping device when installed through floors with waterproof membrane. G. Floor cleanouts in floating slabs shall be J.R.Smith 9350 with cast-iron body and flashing collar, adjustable nipple, neoprene isolation gaskets, sump receiver plate, underdeck clamp, and secondary flashing clamp. Provide nicket-bronze top for finished areas and galvanized cast-iron top for unfinished areas. H. Wall Cleanouts- 1. Smith 4402 cast iron calking ferrule, coated cast iron countersunk plug, stainless steel round access coverplate secured to plug by countersunk screw. 1. Grade Cleanouts- 1. Smith 4240 adjustable cast iron floor cleanout with bronze threaded plug and heavy-duty loose set scoriated cast iron cover. J. Acceptable Manufacturers-Josam,Smith,Wade,Zum. 2.09 DRAINS: A. Floor drains shall be as follows: 1. Mechanical room and other unfinished area floor drains shall be Smith 2630-F with a sediment bucket and a ductile iron heavy duty strainer. Provide seepage pan and clamping collar on drains in slabs above grade. 2. All other floor drains shall be Smith 2350. Provide each drain with a VP satin finish nickel bronze top, and sediment bucket. Provide seepage pan and clamping collar on PLUMBING GUINN SCHOOL 15400-4 r drains in slabs above grade. B. Acceptable Manufacturers-Josam,Smith,Zurn,Wade. 2.10 DIELECTRIC ISOLATORS: A. Provide a dielectric isolator at all points of connection between ferrous and nonferrous piping. Isolators shall be made of Teflon or nylon made up in the form of screwed type unions or insulating gaskets and bolt sleeves and washers for standard flanged connections. B. Connections may be made with Schedule 80 CPVC nipples, nylon or Teflon bushings selected for the temperatures and pressures of the system. 2.11 WATER VALVES: A. All valves on house pump discharge lines where working pressures exceed 175 psi shall be rated as follows: 1. Working pressures of 176-300 psi to be 300 psi WWP. 2. Working pressures of 301-400 psi to be 400 psi WWP. B. All other valves shall be designed for 175 psi minimum water working pressure, but in no case less than 150%of the maximum system pressure,whichever is greater. C. Gate Valves: 1. Valves 5-inches and smaller shall be all bronze, threaded ends, rough bodies, and finished trimmings. D. Balance Valves: 1. Combination stop and balance type with memory stop, ring ball design, conventional port, bronze trim, two piece construction, blowoutproof stem, lever handle, brass packing gland, impregnated asbestos packing, silicone bronze stem, brass/bronze ball, TFE seat ring and cast red bronze body. Federal Spec WW-V-35, Type II, Class A, Style 3. E. Shut-Off Valves- 1. Valves 4-inches and smaller shall be standard port all bronze, threaded ends, blowout proof seat,316 stainless steel ball and stem, 1/4 tum ball valve with lever handle. F. Check Valves- 1. All domestic water system check valves up to 5-inch in size shall be brass body horizontal swing check type with composition metal, leather or brass discs. Valves with brass discs shall be regrinding type. 2.12 WALL HYDRANTS: A. Wall hydrants shall be cast bronze, chrome plated nonfreeze type with 3/4-inch inlet and 1-inch copper casing of sufficient length to extend through walls as required to place valve inside the building. Valve rod and seat washer shall be removable through the face of the hydrant. PLUMBING GUINN SCHOOL 15400-5 Hydrants shall be furnished complete with adjustment locknuts, union elbows, permanent wheel handles,and integral vacuum breaker. Woodford B-65 for cold water only. 2.13 HOSE BIBBS: A. Hose bibbs shall be brass, compression type, 3/4-inch hose thread and metal handle for use inside buildings,Woodford 24P. B. Each hose bibb shall be provided with a vacuum breaker. 2.14 SHOCK ABSORBERS: A. Shock absorbers shall be factory fabricated copper, stainless steel, or brass construction with design burst pressure of 1200 psi, with prechargeable O-ring sealed free piston, or stainless steel, phosphor bronze, or elastomer bellows. Charging shall be dry compressed air for the piston or stainless steel bellows,and pure glycerin for the elastomer bellows. Construction shall be in accordance with Plumbing and Drainage Institute Standard PDI-WH201, ANSI A-11 2.26.1,and ASSE 1010. B. Acceptable Manufacturers-Watts,PPI,Josam,Zum,Smith. 2.15 STRAINERS: A. Strainers up to 2-inches in size shall have brass bodies and shall be designed for a working pressure of not less than 250 psi; strainers 2-inches in size and up shall have iron bodies designed for a working pressure of 125 psi or 150 percent of the system working pressure. B. Strainers shall be easily cleanable and strainer elements shall be removable without disconnecting any piping. Strainer screens shall be stainless steel and shall have a free area equal to not less than 2 times the area of the inlet pipe. C. Each strainer shall be provided with a gate type drain valve with blowdown to safe drainage facility. 2.16 FIXTURE SUPPLY PIPING SUPPORTS: A. Support and position fixture rough-in piping in plumbing chases, shafts,fixture walls or batteries, at each fixture with metal strut framing system or angle iron supports and U-bolt clamps or high impact polystyrene or ABS anchoring channels designed for the purpose. Anchors shall effect positive electrolytic isolation, noise dampening,solid support,and rough-in positioning. B. Acceptable Manufacturers-Sumner,Stakfix,Posifix, Pipefix,Channel. 2.17 BACK-TO-BACK FIXTURE MANIFOLD: A. Wherever fixtures utilizing both hot and cold water are installed back-to-back on a partition, the hot water shall be on the left and the cold water shall be on the right on both sides of the partition. Cast bronze manifold fittings by Precision Plumbing Products "BAC 2 BAC" may be used. 2.18 SINK DISPOSER: A. Disposer shall be In-Sink-Erator Model LC-50, 1/2 horsepower, single phase, 120 volt, 1725 rpm,60 cycle,with overload protection switch and self-service wrenchete. PLUMBING GUINN SCHOOL 15400-6 r B. Acceptable Manufacturers-Chronomite,Eemax,Powerstream. 2.19 VACUUM BREAKERS(WALL MOUNTED): A. 1/2-inch-Chicago 892-G exposed chrome plated,union connected,top inlet, bottom outlet with wall escutcheons. 2.20 PIPE HANGERS AND SUPPORTS: A. See"Basic Mechanical Requirements". 2.21 WATER HEATER-ELECTRIC, STORAGE TYPE: A. Provide storage water heaters as scheduled, complete with welded steel tank, UL label, immersion type electric heating elements, adjustable thermostat, fiberglass insulation and protective sheet metal jacket with baked enamel finish, high temperature safety cutouts, ASME code temperature and pressure relief valve, and factory prewired control panel for single point electrical connection. Threaded tank openings shall be non-ferrous. B. The tank shall be fully glass or phenolic epoxy plastic lined with the lining no less than 10 mil thickness,factory installed in such a manner that the domestic water or copper piping systems never come in contact with ferrous metals. C. All tanks shall be designed and constructed in accordance with the applicable ASME code and shall bear the ASME construction stamp. D. Acceptable Manufacturers—Lochinvar,State,A.O.Smith. 2.22 WATER HEATER-ELECTRIC, INSTANTANEOUS TYPE: A. Provide wall mounted instantaneous electric water heaters as scheduled. B. The unit shall have a baked enamel steel case, a fully insulated copper bar, direct immersion heating coil,and a built in safety temperature limiter switch. Water heater shall be activated by a pressure differential flow switch. Provide each heater with a "Dole" triple orifice flow control valve with approximate gpm as scheduled. C. Acceptable Manufacturers-Chronomite,Hot Spot,PVI. 2.23 TEMPERATURE AND PRESSURE RELIEF VALVES: A. Provide combination temperature and pressure relief valves on each domestic water heater and each pressure vessel. Valves shall be constructed and rated in accordance with ASME standards,with cast iron bodies,shall be of the diaphragm type,with stainless steel spring, field adjustable,set to relieve above the operating pressure or temperature,but lower than the design pressure of the vessel. Pipe blowoff line full size to nearest drain. Install with temperature bulb immersed in tank. B. Acceptable Manufacturers-Bell&Gossett,Taco,Watts. 2.24 PLUMBING FIXTURES,GENERAL: A. Provide plumbing fixtures scheduled,at locations indicated on architectural drawings. PLUMBING GUINN SCHOOL 15400-7 B. Provide fixture, trim and equipment specified or of similar quality, design, capacity, appearance and function by acceptable manufacturer listed. C. Provide required trim for each fixture including faucets, stops, drains, tail pieces, traps and escutcheons. D. Fixtures fitted to walls shall have backs ground square and true. E. Identification - unless otherwise specified, American Standard series names and catalog numbers are used in the schedules for identification only. F. Exposed Pipe - Exposed flush, waste and supply pipes at fixtures shall be chromium plated brass pipe,iron pipe size. G. Vandalprooling - Provide vandalproof fittings for all fixtures located in areas accessible to the public. H. Acceptable Manufacturers- 1. Fixtures- Furnish as scheduled on drawings. 2. Drains-American Standard,Chicago,E1jer, Elkay,Kohler,Speakman. 3. Faucets-Furnish as scheduled on drawings. 4. Supplies,Stops and Traps-Central,McGuire. 2.25 PLUMBING FIXTURES A. EWC-1, EWC-2 Oasis, Model P8AMSL. With lead free materials, stainless steel top, flex guard bubbler, heavy gauge galvanized steel frame, high efficiency cooling tank and coil, refrigerant 134A and 5 year warranty. Provide trim bezel (031364-001) and push back and factory installed glass filler(029603-005). Coordinate with architect for color. B. L-1 American Standard lavatory, Roxalyn wall hung (0194.076), with Heritage faucet (4802.000.and 372H handles chrome finish, 1-114"trap, nipple and concealed arm support JR Smith 0720-E C. L-2 American Standard handicap lavatory, wheelchair users (9140.013), with Heritage faucet (4802.000.and 372H handles chrome finish, 1-1/4" trap, nipple and concealed arm support JR Smith 0720-E D. WG-1 American Standard water closet 4AFWALL" (2477.16), white, Olsonke #95 open front seat less cover,flush valve Sloan Royal#111. E. WC-2 American Standard water closet"AFWALL" 16-10 universal height 1.6 elongated flush valve toilet,white,Olsonfte#95 open seat less cover, Flush valve Sloan Royal#111. F. UR-1 American Standard urinal "Lynbrook" urinal (6601.012) white, flush valve Sloan Royal 186-1,stainless steel strainer(047068-0070A). G. UR-2 American Standard urinal "Lynbrook" urinal (6601.012) white, flush valve Sloan Royal 186-1,stainless steel strainer(047068-0070A) 17"from finish floor. PLUMBING GUINN SCHOOL 15400-8 H. SK-1 Just kitchen sink (DL-2133-B-GR) with JWF-201 faucet and JB-99 drain. Coordinate with architect for size. Truebro lavguard undersink protective pipe cover. I. MS-1 Fiat TSB3000 series 24X24X12 prescast, Terrazzo Service Basin with 6"drop front. PART 3-EXECUTION 3.01 SOIL,WASTE AND VENT SYSTEMS: A. Pitch drain lines at 1/8-inch per foot minimum and 1/4-inch per foot where possible. B. Drainage below grade- Install immediately after excavation. Lay pipe so that entire length bears on firm soil. Excavate for hub. Do not backfill until installation has been observed. C. Above Grade- Install in structure as high as possible. Independently support each length of cast iron. Support steel pipe according to hanger schedule. Support vertical lines at each floor, both horizontally and laterally. D. Vents-Slope up to high point. Support each length of vent pipe independently within structure. E. Sanitary Cleanouts - Install cleanouts where required by code and as shown on Drawings. Set floor cleanout covers flush with adjacent finished surface. F. Floor Drains, Waste Receptors - Install as shown and connect to cast-iron, deep seal "P" trap, anchor waterproof membrane to flange with clamping collar and rustproof bolts. G. Drain Lines - Install drain lines from tanks and other items of equipment requiring regular drainage,to waste receptors. Terminate above receptors with elbow turned down when piping is run horizontal to receptor. H. Plumbing Fixtures - Rough-in and install plumbing fixtures at height as recommended by the manufacturer unless otherwise indicated on architectural drawings. 3.02 DOMESTIC WATER SYSTEM: A. Above Grade- Run level as high as possible in building structure, install hangers per schedule, allow for expansion and contraction, and anchor where required. Separate hot and cold pipes, with 6-inch minimum clear space between piping. Install 3/4-inch hose end drain valve at low points. Install gate valve at each plumbing fixture or group of fixtures, and at each point of connection to equipment. Allow access to equipment, for removal and servicing of pumps or equipment without draining system. B. Connections to equipment: 1. Connect to each plumbing fixture. 2. Provide unions or flanged connections at each piece of equipment connected. 3. Install supply connections to fixtures through wall as high under fixtures as possible. 3.03 SHOCK ABSORBERS: PLUMBING GUINN SCHOOL 15400-9 A. Install where shown on drawings. 3.04 BACKFLOW PREVENTERS: A. Install as shown,and as required by all governing authorities. 3.05 VIBRATION ISOLATION: A. Provide vibration isolation for equipment as specified in the*Vibration Isolationo Section. 3.06 DISINFECTION OF WATER SYSTEMS: A. General - Disinfect domestic water systems. Disinfection shall not start until water systems are complete, connections made, and system is flushed out. Upon completion of disinfection, submit certificate and certified bacteriological test report for approval. B. Disinfectant Solution - Chlorine compound, gaseous or liquid chlorine, or commercial 5.25 percent sodium hypochlorite (such as "Clorox" or "Purex"), or similar products may be used. Disinfectant solution concentration shall be not less than 250 parts per million available chlorine (one gallon of"Clorox"or equivalent to 200 gallons of water). C. Procedure- Provide line size gate valve and tee with 34-inch side outlet valved. Close shutoff valve at main and open water outlets throughout slightly. Fill system by means of proportioning pump with disinfectant solution and inject disinfectant solution slowly and continuously at an even rate (not in slugs) until an orthotolidin test at each outlet indicates residual chlorine concentration of 50 ppm minimum. Close outlets including valve on solution injection connection and leave solution in pipes 24 hours. Final chlorine residual after 24 hours must exceed 10 ppm. Repeat procedure N residual concentration has decreased below 10 ppm until 10 ppm is obtained. After tests comply with Specifications, flush system until orthotolidin tests in outlet shows a residual of not more than 0.2 ppm. 3.07 TESTING: A. Systems shall be tested prior to insulation,covering or concealing this work. B. Plug or cap lines for testing and disconnect equipment and devices which may be damaged by excessive test pressures. C. Before final connections are made to public sewers and connection of fixtures, all underground drainage piping except as specified above shall be hydrostatically tested. All openings shall be capped or plugged and the system filled with water to the top of a vertical section of pipe 10 feet high,temporarily connected to the highest point of the underground system. The water shall be allowed to stand in the system for at least 30 minutes prior to inspection. If the water level remains constant and no leaks are found during the period of inspection, the water shall be drained from the system. Final connections shall then be made to the public sewer and the trenches backfilled. D. Before any fixtures are connected, all sanitary drain and vent systems, above ground, shall be 1 hydrostatically tested. All openings shall be capped or plugged and the systems filled with water. The water shall be allowed to stand in the systems for at least 30 minutes prior to inspection. If the water level remains constant and no leaks are found during the period of inspection, the water shall be drawn off and fixtures,etc.,connected. No parts of a system shall be tested with less than 10-foot head of water. No parts of a system using cast iron bell-and-spigot pipe shall be tested with more than a 40-foot head of water,and no parts of a system using screwed piping PLUMBING GUINN SCHOOL 15400-10 r shall be tested with more than 200-foot head of water. The Contractor shall be responsible for determining the amount of piping he wishes to test at one time, but the above conditions shall not be exceeded. E. Before final connections are made to a water supply system, all underground water piping shall be hydrostatically tested and proven tight at a pressure of not less than 175 psi or 50 psi in excess of the working pressure, whichever is greater, at the lowest point in the system. The pressure shall be maintained for at least 1 hour for inspection. If the pressure remains constant and no leaks are found during the period of inspection, the water shall be drained from the system. Final connections shall then be made to the water supply system, and the trenches backfilled. F. Before any fixtures are connected, all domestic water systems connected thereto above ground shall be hydrostatically tested and proven tight at a pressure of not less than 100 psi or 50 psi in excess of the working pressure, whichever is greater, at the lowest point in the system. The pressure shall be maintained for at least 2 hours for inspection. If the pressure remains constant and no leaks are found during the period of inspection, the water shall be drained from the systems and final connections shall then be made to the fixtures,etc. G. All tests shall be made when there is no danger of freezing,prior to enclosure of any parts of the systems by furrings,suspended ceilings,etc. H. Test to demonstrate the capacities and general operating characteristics of all equipment, such as water heating outfits, pumps, water coolers, etc., shall be made under the direction of the Architect at the time of final inspection and under conditions imposed by him. Water heaters having steam or water coils shall be tested with the main heating system in operation. 1. All tests shall be made in the presence of and results approved by the Architect. J. Should any leaks, flaws, or defective materials or equipment be found during the testing operations, such leaks or flaws shall be corrected, and defective materials and equipment replaced. All defective joints shall be remade, and calking or threaded joints will not be acceptable. After corrections have been made, tests shall be repeated until all systems are proven tight and satisfactory. All corrections and retests shall be made at Contractor's expense. 3.08 INSTALLATION: A. In areas where dropped ceilings are provided piping shall be installed above the ceiling whether so shown or not. B. Piping shall not be run exposed in finished areas unless prior approval is obtained in writing from the Architect. 3.09 COMPLETION: A. Complete each piping system in its entirety. Properly support the system, clean the interior surfaces of the pipe by flushing, and disinfecting domestic water piping as specified. Leave systems filled and free from air,and ready for operation and testing. 3.10 ALTERATION AND DEMOLITION WORK: A. All fixtures,equipment,piping,etc.,to be removed shall be disposed of, reused,or turned over to the Owner as directed by the Owner. r PLUMBING rGUINN SCHOOL 15400-11 B. All piping from fixtures to be removed shall be properly plugged or capped, so that upon completion of all new work,all abandoned piping shall be concealed in finished areas. C. No dead ends longer than two feet shall be left on any drainage piping upon completion of job. D. Existing exposed piping not to be reused,and not specifically noted or shown on drawings to be abandoned shall be completely removed including hangers and trim. E. Concealed abandoned piping need not be removed, if it does not interfere in any way with the new work. F. The existing systems shall be left in perfect working order upon completion of all new work. G. Locations and sizes of existing piping are approximate. Exact sizes and locations of all existing piping shall be verified on the job. Discrepancies shall be brought to the Architects attention as soon as possible. H. No removed existing piping,fixtures,etc.,shall be reused unless otherwise indicated. I. All existing exposed, unnecessary piping related to work being removed shall be completely removed. J. Contractor shall not interrupt any of the services of the existing building nor interfere with the services in any way without the expressed permission of the Owner. Such interruptions and interferences shall be made as brief as possible and only at the time stated by the Owner. K. Under no circumstances will workmen be permitted to use any part of the building as a shop, except parts designated by the Owner for such purposes. L. Unnecessary noise shall be avoided at all times and necessary noise shall be reduced to a minimum. M. Where the work makes temporary shutdowns of services unavoidable they shall be made at night or at times as will cause the least interference with the established operating routine of the Building. N. Contractor shall arrange to work continuously including overtime, if required to assure that services will be shutdown only during the time actually required to make the necessary connections to existing work. O. Contractor shall give ample written notice in advance to the Owner of any requested shutdowns. END OF SECTION-PLUMBING PLUMBING GUINN SCHOOL 15400-12 SECTION 15500 FIRE PROTECTION SYSTEMS PART 1 —GENERAL 1.01 GENERAL A. Refer to section 15010 for Mechanical General Requirements. The General Requirements, Supplementary Mechanical Conditions ( if any ) and Special Conditions ( if any ) are hereby made a part of this Division to the same extent as if written in full and this Contractor shall observe all of the requirements thereof insofar as they pertain to this work. B. Review the architectural, structural, mechanical,electrical and Owners equipment drawings and note the building type, materials and spaces relating to the installation of the fire suppresion system. 1.02 WORK INCLUDED: A.. Automatic sprinkler systems for entire building. 1.03 WATER SERVICE: A. Includes connections to site water lines. Before starting any work, coordinate location and elevation of building services with the site utilities. Discrepancies, if any, shall be corrected as soon as possible. 1.04 SCOPE OF WORK A. It is the intent that the Fire Protection Sub-contractor be responsible for the design and construction of the fire suppression systems and that these Specification details are to provide guidelines for the engineering design and complete installation of a hydraulically calculated fire sprinkler protection for all portions of the building. and the elevator equipment room. The contractor shall also supply and install the required City of Fort Worth vault for fire services. Scope of work shall include the following: 1. Install a sprinkler system for the entire Office Building, hydraulically calculated. 2. All areas of the building, the elevator machine room, except where prohibited by code, shall be protected by the wet pipe sprinkler system 3. Separate, indicating, supervised control valves shall be provided to isolate flow to sprinklers located in elevator machine rooms per state elevator safety code requirements. 4. Provide a fire department connection. 5. The contractor shall submit a unit price for the cost of relocating any Tenant sprinkler to accommodate the tenant layout. 6. The contractor shall submit a unit price to add a new sprinkler. 7. The minimum quantity of sprinklers included shall be based upon a maximum of 160 square feet of space for each sprinkler,with hydraulic allowance in the piping system for 100 square ft/sprinkler spacing. S. In future tenant finish-out areas, nominal 1/2"orifice, standard coverage sprinklers shall be installed according to spacing requirements above. FIRE PROTECTION SYSTEMS 15500-1 GUINN SCHOOL 1.05 DESIGN REQUIREMENTS A. Note the following requirements: 1. Classification of hazard shall be based upon NFPA 13 requirements ( including Appendix A.) 2. Galvanized pipe shall be used for all exterior wall penetrations, including the piping through the wall. Inside portion of penetration shall be protected by chrome escutcheons. Outside portion of penetration shall be protected by galvanized escutcheons. 3. 4. For purpose of bidding only, system design shall be based upon the water supply data assumed to exist at the point of connection to the city water main. Actual system design shall be based upon results obtained from a documented flow test performed within 6 months of bid date. 5. Hydraulic design shall include a minimum of 10 psi safety factor between the calculated system demand point and the available water supply curve. Also,the most demanding system's demand point shall not utilize more than 90%of the available water supply. 6. Due to the limited ceiling plenum space, the fire protection piping must be carefully coordinated with HVAC ductwork,plumbing piping and light fixtures. 7. The drawings and installation are to be coordinated with the structural and architectural features of the building. The installation is to be as unobtrusive as possible with details indicated and shown on the drawings for review by the Architect and the Owner. All wiring and piping in finished rooms and spaces shall be concealed unless otherwise approved by the Architect. 8. Where it is absolutely necessary to install exposed piping, this piping shall be carefully coordinated with the structural and architectural features of the area, such that its presence is visually and aesthetically unobtrusive inasmuch as possible. 9. Sprinklers shall be provided within areas designated as future corridor areas such that sprinklers will not need to be relocated when tenant floor corridors partitions are installed. 1.06 CODE REQUIREMENTS A. All aspects of design, installation, and equipment shall conform in all respects to the codes, regulations,AND REQUIREMENTS OF NFPA 13, 14, 20,24,the owner's insurance carrier,the Insurance Services Office/Commercial Risk Services ( ISO/CRS ), Underwriter's Laboratories, City and State Ordinances, including the City of Fort Worth. 1.07 WORK BY OTHER SECTIONS: A. Electrical Work in connection with fire protection systems(included in Division 16). 1.08 QUALITY ASSURANCE: A. Codes and Standards- 1. Install as required by- a. Insurance Underwriter. b. Governing State and Local Code Requirements. C. Applicable NFPA standards. FIRE PROTECTION SYSTEMS 15500-2 GUINN SCHOOL d. ASMEIANSI At 7.1 Electric Elevator Machine Rooms. B. License 1. The fire protection system shall be installed by a licensed Fire Protection Contractor that has been in business for 7 years or more. C. Materials Equipment and Accessories. 1 Material,equipment and accessories shall be as specified herein. 2. Materials, equipment and accessories not specified herein or on the drawings shall be as allowed by the governing authorities. 3. Coordinate voltages of all electric devices with electrical section. 1.09 SUBMITTALS: A. Prior to preparing piping shop drawings, submit coordinated reflected ceiling drawings showing sprinkler head coordination with all the ceiling elements,grid or the pattern, air inlets and outlets, lighting fixtures,speakers or other elements. B. Prepare complete shop drawings and dimensional working drawings for the entire installation. First submit to the Architect for approval of the basic arrangement and layout and such submittal will be noted for corrections or changes if required, submit in four (4) copies. The corrected drawings shall then be submitted by the Sub Contractor to the ISO/CRS and the owner's insurance carrier. Upon securing written approval of each of these agencies, submit to the Architect five (5) copies of all drawings, stamped and approved by each of the agencies.The ISO review letter shall also be included. 1.10 JOB CONDITIONS: A. Include required heads for required areas of coverage in bid. B. Submit with base bid,unit prices for the addition or deletion of each type of sprinkler head. 1.11 TESTING A. All piping shall be tested for two hours at 200 psi in the presence of the Owner's representative and the inspector for the Rating Bureau and the Fire Marshall's representative and shall be proven tight. Unsatisfactory workmanship shall be corrected to the satisfaction of all of the above representatives. Defective materials shall be replaced with new materials. Defective materials shall be removed from the premises. B. The contractor shall perform all NFPA—13 required acceptance tests,complete the Contractor's material and Test Certificates and forward the certificates to the Architect prior to asking for approval of the installation. 1.12 GUARANTEE A. All materials and workmanship installed under this section of the specifications shall be guaranteed for a period of one year from the date of acceptance of the installation by the Owner. Any defects noted within this period shall be promptly repaired by the Contractor at no expense FIRE PROTECTION SYSTEMS 15500-3 GUINN SCHOOL to the Owner. The Contractor shall also be responsible for any damage to other work caused be leaks or breaks in the work installed under this contract during the period of construction and the guarantee period. PART 2-PRODUCTS 2.01 AUTOMATIC SPRINKLERS A. Upright, pendent, sidewall or concealed type of proper temperature rating shall be installed throughout the areas as required by the hazard classification or the authorities having jurisdiction.The Architect shall be consulted for the type of sprinkler to be installed in any given location unless code dictates the sprinkler type. Where furred or finished ceilings occur, the piping shall be installed above the ceilings with the sprinkler heads nippled through the ceiling. Where "lay-in" type ceilings occur, sprinklers shall not be located closer than 6" to a T-bar. Where nominal 2 ft. by 2 ft ceiling files occur, sprinklers shall be centered in the ceiling file. Sprinklers shall be positioned in a symmetrical manner with effort toward"blending-in" with light fixtures. Sprinklers shall be of a finish and style as noted in the following paragraphs: B. All sprinklers located within the office building shall be nominal 1/2"orifice size,standard coverage type. C. All areas provided with ceilings shall be equipped with white finish,concealed sprinklers equal to Reliable Model G4 with coverplate and cup assembly attached using a strong, threaded engagement. D. Horizontal sidewall sprinklers, where provided, shall be recessed style with chrome plated sprinkler and white finish escutcheon. E. The unfinished equipment rooms shall be provided with brass sprinklers. Electrical closets and rooms shall be equipped with intermediate temperature sprinklers and protective basket guards. F. Basket guards shall be provided for upright sprinklers exposed within mechanical and electrical rooms. 2.02 SPRINKLER VALVES AND TRIM A. The risers serving the sprinklers shall be equipped with standard pipe valves, Drains,standard trimming and gauges. 2.03 WATER ALARMS A. Shall be furnished for each alarm valve and located exterior of the building. 2.04 DRAINS: A. Auxiliary drains are to be piped to interior drainage receptors where possible. 2.05 RISER VALVES: A. All zones shall include a NFPA/UL/FM approved,supervised OS&Y control valve. 2.06 PIPING SYSTEM VALVES: A. Shall be UL/FM OS&Y and approved for fire protection piping systems and shall be installed as required by NFPA. 2.07 PIPE FITTINGS,VALVES,ETC.: FIRE PROTECTION SYSTEMS 15500-4 GUINN SCHOOL F F A Pipe and fittings for wet pipe fire protection only, within the building shall be per NFPA 13 requirements for use in sprinklered buildings. Fittings shall be screwed, welded or Victaulic F coupled. Piping shall be manufactured to ASTM A53 or ASTM A135 standards. Mix matching of a grooved coupling manufacturer with another grooved fitting manufacturer shall not be Fallowed. B Above ground wet systems piping- 1. Black steel Schedule 40: 1 to 2 inches,for threaded applications only. 2. Black steel Schedule 10:2-inches and larger, roll grooved applications only,or 3. NFPA approved piling. C. The elevation of the sprinkler piping above the proposed ceiling level shall be such that sufficient clearance has been provided for the removal and/or relocation of lighting fixtures without alteration of the suspended ceiling grid. D. Underground service piping shall be per NFPA 24 and City of Fort Worth requirements. E. Installation of underground fire protection piping on the system side of the city main shall be performed by state licensed and approved fire protection contractor. F. Where piping must be exposed, piping shall follow the structural and architectural elements of the building such that its presence as visually unobtrusive as possible. G Fittings and piping that require"U"shaped hammer on key locks will not be allowed. H. OS&Y valves up to 175 psi service shall meet AWWA C 500 requirements, be UL/FM listed and marked,and shall be iron body,bronze mounted(IBBM),double disc parallel seat,flanged. Fl. OS&Y valves up to 250 psi service shall be IBBM, double disc parallel seat, extra heavy ANSI 250 psi,tested at 500 psi. J. Gate valves for high pressure service(above 175 psi)shall have ANSI rating equal to maximum system operating pressure. K. Check valves for 175 psi service shall be horizontal swing type, IBBM, rubber faced gate, flanged or mechanical joint connection. L. Check valves for high pressure service (above 175 psi) shall have ANSI rating equal to maximum system operating pressure. M. Acceptable Manufacturers-Clow, Gem,Grinnell, Kennedy,Mueller,Wallworth. 2.08 HANGERS: A. Shall be installed as required and shall be listed by the Underwriters' Laboratories for use in a sprinkler system. Hangers shall be attached to concrete beams,joists and/or to steel beams at or near panel points, and in such a way as to load the member symmetrically. Hangers shall be spaced in accordance with the requirements of NFPA. FIRE PROTECTION SYSTEMS 15500-5 GUINN SCHOOL 2.09 SPRINKLER CABINET: A. One cabinet with 6 sprinklers of each kind and a head wrench shall be installed in the project where directed.Sprinkler shall be representative of those installed. -2.10 FIRE DEPARTMENT CONNECTION: A. Fire department connection shall be chrome plated,wall mounted. B. Provide appropriate labeling for the Fire Department connection. 2.11 INSPECTORS TEST CONNECTION: A. Each zone shall be equipped with a NFPA approved test connection. 2.12 ALARM SWITCH: A. Each zone shall be equipped with an approved flow or pressure switch for alarm purpose as required.All system and riser valves shall be equipped with tamper switches. B. Refer to Division 16 for alarm wiring for switches. 2.13 THRUST RESTRAINTS: A. Thrust blocks shall be provided at each change of direction in the piping and at all tees, plugs, caps and bends. Concrete thrust blocks shall be placed between undisturbed earth and the fitting to be anchored. Thrust block design and installation shall conform to the rules, regulations and requirements of NFPA Bulletin#24, including Appendix B. 2.17 IDENTIFICATION: A. Signs to identify equipment, alarm valves, section valves, and dry system drains shall be of baked enamel, or porcelain, on 18 gage steel with rounded comers and grommeted comer holes,attached with brass chains. Wording shall be white lettering on red background. 2.19 SPRINKLER VALVES: A. Wet Pipe, Central Model F, variable pressure type, complete with all trim as detailed and required. B. Acceptable Manufacturers-Central,Viking, Reliable,Gem,Grinnell,Star. 2.20 FIRE PROTECTION SYSTEM SUPERVISION: A. Provide supervision equipment mounted in or on the piping systems. B. Electrical raceways and wiring of this equipment is included in another Section of the Work. C. Provide valve tamper switches on each main shutoff valve in fire protection systems except hose valves. D. Supervisory equipment- 1. Water Flow Switch-Potter Electric Signal Co.VSR-SS AND VSR-F with retard,24 volts DC. 2. Valve Tamper Switch - Potter Electric Signal Co. Model OSYS-U-2A, 24 volts DC, for OS&Y valves and Model PCVS(weatherproof)for post indicator valves. FIRE PROTECTION SYSTEMS 15500-6 GUINN SCHOOL 3. Water Motor Alarm Gong - Central Model F, complete with metallic bell housing or electric Motor Alarm Bell- Potter Electric Signal Corp., Model 10-inch diameter gong,24 volts DC, with weatherproof junction box. Also provide a 120 volts AC to 24 volts DC transformer. E. Acceptable Manufacturers-Potter, Honeywell,Notifier,Central. 2.21 SLEEVES: A, Where pipes pass through walls or floors, suitable sleeves shall be installed to give proper clearance around pipe.Area around pipe to be filled with fire rated sealant. 2.23 EMERGENCY SPRINKLER KIT: A. Provide kit where directed. Kit shall be furnished in an approved metal cabinet, shall be property labeled, and shall contain a spanner wrench, and the number of spare sprinkler heads as required. 2.24 HANGERS AND SUPPORTS: A. Hangers and supports to be in accord with applicable NFPA Standards. 2.26 INSPECTOR'S TEST AND FLUSHING CONNECTIONS: A. Provide necessary inspectors test connections and flushing connections. 2.27 SYSTEM DRAINS: A. Auxiliary drains for wet systems including valved lines shall be provided with screwed drain plugs. 2.28 BACKFLOW PREVENTOR A. Provide backflow preventer meeting City of Fort Worth requirements. Provide a valved bypass loop around check valve in Fire Department Connection check valve for testing backflow preventer. PART 3—EXECUTION 3.01 APPROVAL A. Before asking final approval of the fire suppression systems by the authority having jurisdiction,the installing company shall assure that the work covered by its contract has been completed and tested in accordance with the approved specifications and plans. 3.02 PERFORMANCE: A. Tests required by this standard for new work shall be performed by the installer. When the authority having jurisdiction desires to be present during the conduct of tests, the installer shall give the authority having jurisdiction advance notification of time tests will be performed. 3.03 WATER SERVICE: A. Pay entire cost involved in complete provision of fire protection water supply service as required FIRE PROTECTION SYSTEMS 15500-7 GUINN SCHOOL by the local water authority. B. Make connections at site utility work termination and extend piping into the building. C. Provide necessary gate valves, back water valves,and bypass valves in accordance with codes and utility company requirements. D. The entire installation shall be in accordance with requirements of governing authorities, utility company,and fire department. 3.04 VALVE TAG CHARTS AND DIAGRAMS: A. Prepare valve tag charts and diagrams for the fire protection systems. B. Arrange diagrams so that a minimum of one such diagram shall be furnished in each section of the building protected or controlled by a separate branch main or riser. C. Diagrams shall be framed under glass and shall be attached to the wall as and where directed. D. Additional complete sets of valve tag charts and diagrams to be furnished as specified in*Basic Mechanical Requirements"Section. 3.05 SYSTEM DRAINAGE: A. Each system shall be designed and installed in a manner to allow for complete drainage as required by NEPA-13. B. Drain low points. C. Pipe shall discharge to floor drains,janitor sinks,outside building or other safe place. 3.06 INSTALLATION: A. Built-in items - Place so that trim property covers perimeter of opening and fits close against abutting surface. Fasten item rigidly in place. B. Surface mounted items- Install on mounting surface using appropriate fasteners so that item is plumb,level,and at the correct height,and so that it fits tight against the surface and is rigid. C. Special requirement-Provide 2 keys for each cylinder lock,all of which shall be keyed alike and delivered to Owner at time of substantial completion. D. In areas where dropped ceilings are provided,piping shall be installed above the ceiling,whether so shown or not. E. Piping shall not be run exposed in finished areas unless prior approval is obtained in writing from the Architect. 3.07 COMPLETION AND TESTS: A. After each system is completely installed, it shall be tested in accordance with applicable NFPA standards and all local requirements. END OF SECTION-FIRE PROTECTION SYSTEMS FIRE PROTECTION SYSTEMS 15500-8 GUINN SCHOOL SECTION 15510 HYDRONIC PIPING PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections,apply to this section. 1.2 SUMMARY A. This Section includes piping systems for chilled water cooling, make-up water for these systems. Piping materials and equipment specified in this Section include: 1. Pipes,fittings,and specialties; 2. Special duty valves; 3. General Duty Valves. 4. Supports and Anchors 5. Hydronic specialties. 1.3 DEFINITIONS A. Pipe sizes used in this Specification are Nominal Pipe Size(NPS). 1.4 SYSTEM DESCRIPTION A. General: The hydronic piping systems are the "water-side" of an air-and-water air conditioning system. Hydronic piping systems specified in this Section include chilled water piping system. These systems are classified by ASHRAE as Low Water Temperature, Forced, Recirculating systems. 1.5 SUBMITTALS A. Product Data, including rated capacities of selected models, weights (shipping, installed, and operating), fumished specialties and accessories, and installation instructions for each hydronic specialty and special duty valve specified. B. Maintenance Data for hydronic specialties and special duty valves,for inclusion in operating and maintenance manual specified in Division-15 Section"Basic Mechanical Requirements." C. Welders' certificates certifying that welders comply meet the quality requirements specified in Quality Assurance below. D. Certification of compliance with ASTM and ANSI manufacturing requirements for pipe, fittings, and specialties. HYDRONIC PIPING GUINN SCHOOL 15510- 1 1.6 QUALITY ASSURANCE A. Regulatory Requirements: comply with the provisions of the following: 1. ASME B 31.9 "Building Services Piping" for materials, products, and installation. Safety valves and pressure vessels shall bear the appropriate ASME label. 2. Fabricate and stamp air separators and compression tanks to comply with ASME Boiler and Pressure Vessel Code,Section VIII, Division 1. 3. ASME"Boiler and Pressure Vessel Code", Section IX, "Welding and Brazing Qualification" for qualifications for welding processes and operators. 4. BOCA Basic National Mechanical Code. 1.7 SEQUENCING AND SCHEDULING A. Coordinate the size and location of concrete equipment pads. Cast anchor bolt inserts into pad. Concrete, reinforcement,and formwork requirements are specified in Division 3. B. Coordinate the installation of pipe sleeves for foundation wall penetrations. 1.8 EXTRA STOCK A. Maintenance Stock: Furnish a sufficient quantity of chemical for initial system start-up and for preventative maintenance for one year from Substantial Completion. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering hydronic piping system products which may be incorporated in the work include, but are not limited to,the following: B. Manufacturer: Subject to compliance with requirements,provide hydronic piping system products from one of the following: 1. Calibrated Plug Valves: a. Bell&Gossett ITT; Fluid Handling Div. b. Taco, Inc. 2. Pump Discharge Valves: a. Amtrol, Inc. b. Armstrong Pumps, Inc. C. Bell&Gossett ITT; Fluid Handling Div. d. Taco, Inc. 3. Safety Relief Valves: a. Amtrol, Inc. b. Bell&Gossett ITT; Fluid Handling Div. C. Spirax Sarco. d. Watts Regulator Co. HYDRONIC PIPING GUINN SCHOOL 15510-2 4. Pressure Reducing Valves: a. Amtrol,Inc. b. Armstrong Pumps, Inc. C. Bell&Gossett ITT; Fluid Handling Div. d. Taco, Inc. 5. Air Vents(manual and automatic): a. Armstrong Machine Works. b. Bell&Gossett ITT; Fluid Handling Div. C. Hoffman Specialty ITT;Fluid Handling Div. d. Spirax Sarco. 6. Air Separators: a. Amtrol, Inc. b. Armstrong Pumps, Inc. C. Bell&Gossett ITT;Fluid Handling Div. d. Taco, Inc. 7. Diaphragm-Type Compression Tanks: a. Amtrol, Inc. b. Armstrong Pumps, Inc. 8. Chemical Feeder. a. J.L. Wingert b. Vulcan Laboratories,Subsidiary of Clow Corp. C. York-Shipley, Inc. 9. Dielectric Unions: a. Perfection Corp. b. Watts Regulator Co. 10. Y-Pattern Strainers: a. Armstrong Machine Works. b. Hoffman Specialty ITT;Fluid Handling Div. c. Metraflex Co. d.. Wafts Regulator Co. 11. Basket Strainers: a. Crane Co. b. Metraflex Co. C. Spirax Sarco. d. Victaulic Company of 2.2 PIPE AND TUBING MATERIALS HYDRONIC PIPING GUINN SCHOOL 15510-3 A. General: Refer to Part 3 Article "PIPE APPLICATIONS" for identification of where the materials below are used. B. Steel Pipe: ASTM A 120, Schedule 40, seamless, black steel pipe, plane ends. For all chilled water piping C. CPVC Plastic Pipe: ASTM D 2846, Chlorinated Poly (Vinyl Chloride) (CPVC) pipe. For drain Piping 2.3 FITTINGS A. Cast-Iron Threaded Fittings: ANSI B16.4, Class 125, standard pattern, for threaded joints. Threads shall conform to ANSI 131.20.11. B. Malleable-Iron Threaded Fittings: ANSI B16.3, Class 150, standard pattern, for threaded joints. Threads shall conform to ANSI 131.20.1. C. Steel Fittings: ASTM A 234,seamless or welded,for welded joints. D. CPVC Plastic Fittings: ASTM D 2846, Chlorinated Poly (Vinyl Chloride) (CPVC) socket-type fittings and solvent for solvent cemented joints. E. Steel Flanges and Flanged Fittings:. ANSI B16.5, including bolts, nuts, and gaskets of the following material group,end connection and facing: 1. Material Group: 1.1. 2. End Connections: Buff Welding. 3. Facings: Raised face. F. Unions: ANSI B16.39 malleable-iron, Class 150, hexagonal stock, with ball-and-socket joints, metal-to-metal bronze seating surfaces;female threaded ends. Threads shall conform to ANSI 131.20.11. G. Dielectric Unions: Threaded or soldered end connections for the pipe materials in which installed;constructed to isolate dissimilar metals,prevent galvanic action,and prevent corrosion. H. Flexible Connectors: Stainless steel bellows with woven flexible bronze wire reinforcing protective jacket; minimum 150 pslig working pressure, maximum 250 deg F operating temperature. Connectors shall have flanged or threaded end connections to match equipment connected;and shall be capable of 314 inch misalignment. 2.4 JOINING MATERIALS A. Welding Materials: Comply,with Section 11, Part C.ASME Boiler and Pressure Vessel Code for welding materials appropriate for the wall thickness and chemical analysis of the pipe being welded. B. Gasket Material: thickness, material, and type suitable for fluid to be handled, and design temperatures and pressures. 2.5 GENERAL DUTY VALVES HYDRONIC PIPING GUINN SCHOOL 15510-4 A. Gate Valves: 2-Inch and Smaller MSS SP-80; Class 125, body and bonnet of ASTM B 62 cast bronze; with threaded or solder ends, solid disc, copper-silicon alloy stem, brass packing gland, "Teflon" impregnated packing, and malleable iron handwheel. Provide Class 150 valves meeting the above where system pressure requires. B. Gate Valves, 2-1/2-Inch and Larger MSS SP-70; Class 125 iron body, bronze mounted, with body and bonnet conforming to ASTM A 126 Class B; with flanged ends, "Teflon" impregnated packing,and two-piece backing gland assembly. C. Plug Valves,2-Inch and Smaller: Rated at 150 psi WOG; bronze body,with straightaway pattern, square head,and threaded ends. D. Plug Valves, 2-1/2-Inch and Larger MSS SP-78; rated at 175 psi WOG; lubricated plug type, with semisteel body,single gland,wrench operated,and flanged ends. E. Globe Valves,2-Inch and Smaller. MSS SP-80;Class 125; body and screwed bonnet of ASTM B 62 cast bronze; with threaded or solder ends, brass or replaceable composition disc, copper-silicon alloy stem, brass packing gland, "Teflon"impregnated packing, and malleable iron handwheel. Provide Class 150 valves meeting the above where system pressure requires. F. Globe Valves, 2-1/2-Inch and Larger. MSS SP-85; Class 125 iron body and bolted bonnet conforming to ASTM A 126, Class B; with outside screw and yoke, bronze mounted, flanged ends, and"Teflon" impregnated packing,and two-piece backing gland assembly. G. Backflow preventer: Provide backflow preventer as approved by the City of Fort Worth. 2.6 SPECIAL DUTY VALVES A. Calibrated Plug Valves: 125 psig water working pressure, 250 deg F maximum operating temperature, bronze body, plug valve with calibrated orifice. Provide with connections for portable differential pressure meter with integral check valves and seals. Valve shall have integral pointer and calibrated scale to register degree of valve opening. Valves 2 inch and smaller shall have threaded connections and 2-1/2 inch valves shall have flanged connections. B. Pump Discharge Valves: 175 psig working pressure, 300 deg F maximum operating temperature, cast-iron body, bronze disc and seat, stainless steel stem and spring, and 'Teflon" packing. Valves shall have flanged connections and straight or angle pattern as indicated. Features shall include non-slam check valve with spring-loaded weighted disc, and calibrated adjustment feature to permit regulation of pump discharge flow and shutoff. C. Pressure Reducing Valves: diaphragm operated, cast-iron or brass body valve, with low inlet pressure check valve, inlet strainer removable without system shut-down, and noncorrosive valve seat and stem. Select valve size,capacity, and operating pressure to suit system. Valve shall be factory-set at operating pressure and have the capability for field adjustment. D. Safety Relief Valves: 125 psig working pressure and 250 deg F maximum operating temperature; designed, manufactured, tested, and labeled in accordance with the requirements of Section IV of the ASME Boiler and Pressure Vessel Code. Valve body shall be cast-iron, with all wetted internal working parts made of brass and rubber. Select valve to suit actual system pressure and Btu capacity. E. Automatic Flow Control Valves: Class 150, cast iron housing, stainless steel operating parts; threaded connections for 2 inch and smaller, flanged connections for 2-1/2 inch and larger. HYDRONIC PIPING GUINN SCHOOL 15510-5 Factory set to automatically control flow rates within plus or minus 5 percent design, while compensating for system operating pressure differential. Provide quick disconnect valves for flow measuring equipment. Provide a metal identification tag with chain for each valve, factory marked with the zone identification,valve model number,and rate flow in GPM. 2.7 HYDRONIC SPECIALTIES A. Manual Air Vent: bronze body and nonferrous internal parts; 150 psig working pressure,225 deg F operating temperature;manually operated with screwdriver or thumbscrew,and having 1/8 inch discharge connection and 1/2 inch inlet connection. B. Automatic Air Vent: designed to vent automatically with float principle; bronze body and nonferrous internal parts; 150 psig working pressure, 240 deg F operating temperature; and having 1/4 inch discharge connection and 1/2 inch inlet connection. C. Diaphragm-Type Compression Tanks: size and number as indicated;construct of welded carbon steel for 125 psig working pressure, 375 deg F maximum operating temperature. Separate air charge from system water to maintain design expansion capacity, by means of a flexible diaphragm securely sealed into tank. Provide taps for pressure gage and air charging fitting, and drain fitting. Support vertical tanks with steel legs or base; support horizontal tanks with steel saddles. Tank, with taps and supports,shall be constructed,tested, and labeled in accordance with ASME Pressure Vessel Code,Section Vill,Division 1. D. Air separator welded black steel; ASME constructed and labeled for minimum 125 psig water working pressure and 375 F operating temperature; perforated stainless steel air collector tube designed to direct released air into compression tank; tangential inlet and outlet connections; screwed connections up to and including 2"NPS;flanged connections for 1-1/2*NPS and above; threaded blowdown connection;sized as indicated for full system flow capacity. E. Chemical Feeder bypass type chemical feeders of 5 gallon capacity,welded steel construction; 125 psig working pressure; complete with fill funnel and inlet, outlet, and drain valves. As manufactured by J.L.Wingert,model#21-11)or approved equal. 1. Chemicals shall be specially formulated to prevent accumulation of scale and corrosion in piping system and connected equipment, developed based on a water analysis of make-up water. F. Diverting Fittings: cast iron body with threaded ends, or wrought copper with solder ends; 125 psig working pressure, 250 deg F maximum operating temperature. Indicate flow direction on fitting. G. Y-Pattern Strainers: 125 psig working pressure cast-iron body (ASTM A 126, Class B), flanged ends for 2-1/2 inch and larger, threaded connections for 2 inch and smaller, boiled cover, perforated Type 304 stainless steel basket,and bottom drain connection. H. Basket Strainers: 125 psig working pressure; high tensile cast-iron body(ASTM A 126, Class B), flanged end connections, boiled cover, perforated Type 304 stainless steel basket, and bottom drain connection. I I 1. T-Pattern Strainers: 750 psi working pressure, ductile iron or malleable iron body, grooved end connections, Type 304 stainless steel strainer basket with 57 percent free area; removable access coupling and end cap for strainer maintenance. HYDRONIC PIPING GUINN SCHOOL 15510-6 2.8 MANUFACTURED UNITS A. Hangers and support components shall be factory fabricated of materials, design, and manufacturer complying'with MSS SP-58. 1. Components shall have galvanized coatings where installed for piping and equipment that will not have field-applied finish. B. Thermal Hanger Shield Inserts: 100-psi average compressive strength, waterproofed calcium silicate, encased with a sheet metal shield. Insert and shield shall cover entire circumference of the pipe and shall be of length indicated by manufacturer for pipe size and thickness of insulation. PART 3- EXECUTION 3.1 PIPE APPLICATIONS A. Install steel pipe with threaded joints and fittings fittings for 2 inch and smaller, and with welded joints for 2-1/2 inch and larger. For all chilled water piping. B. Install CPVC plastic pipe with solvent cemented joints for condensate drains. 3.2 PIPING INSTALLATIONS A. Locations and Arrangements: Drawings (plans, schematics, and diagrams) indicate the general location and arrangement of piping systems. Locations and arrangements of piping take into consideration pipe sizing and friction loss, expansion, pump sizing, and other design considerations. So far as practical, install piping as indicated. B. Use fittings for all changes in direction and all branch connections. C. Install exposed piping at right angles or parallel to building walls. Diagonal runs are not permitted, unless expressly indicated. D. Conceal all pipe installations in walls, pipe chases, utility spaces, above ceilings, below grade or floors, unless indicated to be exposed to view. E. Install piping tight to slabs, beams, joists, columns, walls, and other permanent elements of the building. Provide space to permit insulation applications,with 1"clearance outside the insulation. Allow sufficient space above removable ceiling panels to allow for panel removal. F. Locate groups of pipes parallel to each other, spaced to permit applying insulation and servicing of valves. G. Install drains at low points in mains, risers, and branch lines consisting of a tee fitting, 3/4" ball valve,and short 3/4"threaded nipple and cap. H. Exterior Wall Penetrations: Seal pipe penetrations through exterior walls using sleeves and mechanical sleeve seals. Pipe sleeves smaller than 6 inch shall be steel; pipe sleeves 6 inch and larger shall be sheet metal. I. Fire Barrier Penetrations: Where pipes pass through fire rated walls, partitions, ceilings, and floors,maintain the fire rated integrity. Refer to Division 7 for special sealers and materials. HYDRONIC PIPING GUINN SCHOOL 15510-7 J. Install piping at a uniform grade of 1 inch in 40 feet upward in the direction of flow. K. Make reductions in pipe sizes using eccentric reducer fitting installed with the level side up. L. Install branch connections to mains using Tee fittings in main with take-off out the bottom of the main,except for up-feed risers which shall have take-off out the top of the main line. M. Install unions in pipes 2 inch and smaller,adjacent to each valve, at final connections each piece of equipment,and elsewhere as indicated. Unions are not required on flanged devices. N. Install dielectric unions to join dissimilar metals. O. Install flanges on valves,apparatus,and equipment having 2-1/2 inch and larger connections. P. Install flexible connectors at inlet and discharge connections to pumps (except inline pumps) and other vibration producing equipment. Q. Install strainers on the supply side of each control valve, pressure reducing valve, pressure regulating valve,solenoid valve, inline pump,and elsewhere as indicated. R. Anchor piping to ensure proper direction of expansion and contraction. 1 3.3 HANGERS AND SUPPORTS A. General: Conform to the table below for maximum spacing of supports: B. Install the following pipe attachments: 1. Adjustable steel clevis hangers for individual horizontal runs less than 20 feet in length. 2. Adjustable roller hangers and spring hangers for individual horizontal runs 20 feet or longer. 3. Pipe roller complete - MSS Type 44 for multiple horizontal runs, 20 feet or longer, supported on a trapeze. 4. Spring hangers to support vertical runs. C. Install hangers with the following minimum rod sizes and maximum spacing: Nom. 1 Pipe Max. Min. Rod Size Span-Ft. Size-Inches 1 7 3/8 1-1/2 9 3/8 2 10 3/8 3 12 1/2 3-1/2 13 1/2 4 14 5/8 D. Support vertical runs at each floor. 3.4 INSTALLATION OF HANGERS AND SUPPORTS HYDRONIC PIPING GUINN SCHOOL 11%10-8 r rA. General: Install hangers, supports, clamps and attachments to support piping properly from building structure; comply with MSS SP-69 and SP-89. Arrange for grouping of parallel runs of horizontal piping supported together on field-fabricated, heavy-duty trapeze hangers where r possible. Install supports with maximum spacing complying with MSS SP-69. Where piping of various sizes is supported together by trapeze hangers, space hangers for smallest pipe size or install intermediate supports for smaller diameter pipe as specified above for individual pipe Fhangers. r B. Install building attachments within concrete or to structural steel. Space attachments within maximum piping span length indicated in MSS SP-69. Install additional attachments at concentrated loads, including valves,flanges,guides,strainers,expansion joints,and at changes in direction of piping. Install concrete inserts before concrete is placed; fasten insert to forms. Where concrete with compressive strength less than 2,500 psi is indicated,install reinforcing bars r through openings at top of inserts. C. Install hangers and supports complete with necessary inserts, bolts, rods, nuts, washers, and rother accessories. D. Support fire protection systems piping independently from other piping systems. rE. Install hangers and supports to allow controlled movement of piping systems, to permit freedom of movement between pipe anchors.. F. Load Distribution: Install hangers and supports so that piping live and dead loading and stresses r from movement will not be transmitted to connected equipment. G. Insulated Piping: Comply with the following installation requirements. 1. Clamps: Attach clamps, including spacers (if any), to piping with clamps projecting through insulation;do not exceed pipe stresses allowed by ASME 831.9. 2. Shields: Install protective shields MSS Type 40 on cold and chilled water piping that has vapor barrier. Shields shall span an arc of 180 degrees and shall have dimensions in inches not less than the following: NPS LENGTH THICKNESS 1/4 THROUGH 3-1/2 12 0.048 4 12 0.060 3. Insert material shall be at least as long as the protective shield. 4. Thermal Hanger Shields: Install where indicated, with insulation of same thickness as piping. 3.5 INSTALLATION OF ANCHORS A. Install anchors at proper locations to prevent stresses from exceeding those permitted by ASME 831.9 and to prevent transfer of loading and stresses to connected equipment. B. Fabricate and install anchors by welding steel shapes,plates,and bars to piping and to structure. Comply with ASME 831.9 and with AWS Standards D1.1. D. Anchor Spacings: Where not otherwise indicated, install anchors at ends of principal pipe runs, HYDRONIC PIPING GUINN SCHOOL 15510-9 at intermediate points where expansion can be accomodated Make provisions for preset of anchors as required to accommodate both expansion and contraction of piping. 3.6 PIPE JOINT CONSTRUCTION A. Threaded Joints: Conform to ANSI 1311.20.1,tapered pipe threads for field cut threads. Join pipe fittings and valves as follows: 1. Note the internal length of threads in fittings or valve ends,and proximity of internal seat or wall,to determine how far pipe should be threaded into joint. 2. Align threads at point of assembly. 3. Apply appropriate tape or thread compound to the external pipe threads (except where dry seal threading is specified). 4. Assemble joint wrench tight. Wrench on valve shall be on the valve end into which the pipe is being threaded. a. Damaged Threads: Do not use pipe with threads which are corroded or damaged. If a weld opens during cutting or threading operations, that portion of pipe shall not be used. B. Welded Joints: Comply with the requirement in ASME Code B31.9-"Building Services Piping." C. Flanged Joints: Align flanges surfaces parallel. Assemble joints by sequencing bolt tightening to make initial contact of flanges and gaskets as flat and parallel as possible. Use suitable lubricants on bolt threads. Tighten bolts gradually and uniformly using torque wench. D. CPUC Joints: Prepare surfaces to be solvent cemented by wiping with a clean cloth moistened with acetone or methylethyl keytone. Solvent cement joints in accordance with ASTM D2846. 3.7 VALVE APPLICATIONS A. General Duty Valve Applications: The Drawings indicate valve types to be used. Where specific valve types are not indicated the following requirements apply: 1. Shut-off duty. use gate,ball,and butterfly valves 2. Throttling duty- use globe,ball,and butterfly valves 3. Install shut-off duty valves at each branch connection to supply mains, at supply connection to each piece of equipment,and elsewhere as indicated. 4. Install throttling duty valves at each branch connection to return mains, at return connections to each piece of equipment,elsewhere as indicated. B. Install calibrated plug valves on the outlet of each heating or cooling element and elsewhere as required to facilitate system balancing. C. Install drain valves at low points in mains, risers, branch lines, and elsewhere as required for system drainage. D. Install check valves on each pump discharge and elsewhere as required to control flow direction. E. Install pump discharge valves with stem in upward position; allow clearance above stem for check mechanism removal. HYDRONIC PIPING GUINN SCHOOL 11%10-10 r F. Install pressure reducing valves as required to regulate system pressure. 3.8 HYDRONIC SPECIALTIES INSTALLATION A. Install automatic air vents at high points in the system, and elsewhere as required for system air venting. B. Install inline air separators in pump suction lines. Run piping to compression tank with 1/4 inch per foot(2 percent)upward slope towards tank. Install drain valve on units 2 inch and larger. C. Install pump discharge valves in horizontal or vertical position with stem in upward position. Allow clearance above stem for check mechanism removal. D. Install shot-type chemical feeders in each hydronic system where indicated; in upright position with top of funnel not more than 48 inches above floor. Install feeder in bypass line, off main using globe valves on each side of feeder and in the main between bypass connections. Pipe drain,with ball valve,to nearest equipment drain. E. Install diaphragm-type compression tanks on floor as indicated. Vent and purge air from hydronic system,charge tank with proper air charge to suit system design requirements. 3.9 FIELD QUALITY CONTROL A. Preparation for testing: Prepare hydronic piping in accordance with ASME B 31.9 and as follows: 1. Leave joints including welds uninsulated and exposed for examination during the test. 2. Provide temporary restraints for expansion joints which cannot sustain the reactions due to test pressure. If temporary restraints are not practical, isolate expansion joints from testing. 3. Flush system with clean water. Clean strainers. 4. Isolate equipment that is not to be subjected to the test pressure from the piping. Ifavalve is used to isolate the equipment, its closure shall be capable of sealing against the test pressure Without damage to the valve. Flanged joints at which blinds are inserted to isolate equipment need not be tested. 5. Install relief valve set at a pressure no more than 1/3 higher than the test pressure, to protect against damage by expansion of liquid or other source of overpressure during the test. B. Testing: Test hydronic piping as follows: 1. Use ambient temperature water as the testing medium, except where there is a risk of damage due to freezing. Another liquid may be used if it is safe for workmen and compatible with the piping system components. 2. Use vents installed at high points in the system to release trapped air while filling the system. Use drains installed at low points for complete removal of the that liquid. 3. Examine system to see that equipment and parts that cannot withstand test pressures are property isolated. Examine test equipment to ensure that it is fight and that low pressure filling lines are disconnected. 4. Subject piping system to a hydrostatic test pressure which at every point in the system is not less than 1.5 times the design pressure. The test pressure shall not exceed the maximum pressure for any vessel, pump, valve, or other component in the system under test. Make a check to verify that the stress due to pressure at the bottom of vertical runs HYDRONIC PIPING GUINN SCHOOL 15510-11 does not exceed either 90 percent of specified minimum yield strength, or 1.7 times the "SE" value in Appendix A of ASME B31.9, Code For Pressure Piping, Building Services Piping. 5. After the hydrostatic test pressure has been applied for at least 10 minutes, examine piping, joints, and connections for leakage. Eliminate leaks by tightening, repairing, or replacing components as appropriate,and repeat hydrostatic test until there are no leaks. 3.10 ADJUSTING AND CLEANING A. Clean and flush hydronic piping systems. Remove, clean, and replace strainer screens. After cleaning and flushing hydronic piping system, but before balancing, remove disposable fine mesh strainers in pump suction diffusers. B. Mark calibrated name plates of pump discharge valves after hydronic system balancing has been completed,to permanently indicate final balanced position. C. Chemical Treatment: Provide a water analysis prepared by the chemical treatment supplier to determine the type and level of chemicals required for prevention of scale and corrosion. Preform initial treatment after completion of system testing. 3.11 COMMISSIONING A. Fill system and perform initial chemical treatment. B. Check expansion tanks to determine that they are not air bound and that the system is completely full of water. C. Before operating the system perform these steps: 1. Open valves to full open position. Close coil bypass valves. 2. Remove and clean strainers. 3. Check pump for proper direction of connect improper wiring. 4. Set automatic fill valves for required system pressure. 5. Check air vents at high points of systems and determine I all are installed and operating freely(automatic type). 6. Set temperature controls so all coils are calling for full flow. 7. Check operation of automatic bypass valves. 8. Check and set operating temperatures of chillers to design requirements. 9. Lubricate motors and bearings. END OF SECTION 1%10 HYDRONIC PIPING GUINN SCHOOL 1,%10-12 F FSECTION 15620 FROTARY-SCREW WATER CHILLERS (AIR-COOLED) PART 1 —GENERAL F1.01 RELATED DOCUMENTS A. The conditions of the Contract for Construction and the General Requirements of Division I of the Specifications apply to the Work in this section. 1.02 SYSTEM DESCRIPTION: A. Microprocessor controlled centrifugal type chiller utilizing hermetic type compressors. 1.03 QUALITY ASSURANCE: A. Chiller performance shall be rated in accordance with Air Conditioning and Refrigeration Institute(ARI)Standard 550. B. Equipment and installation shall be in compliance with Mechanical Refrigeration Safety Code, ANSI B9.1. C. Cooler and/or condenser shall include ASME "U" stamp and nameplate certifying compliance with ASME Code for Unfired Pressure Vessels (Section VIII, Division 1) when water side contains 120 gallons or more (total of tubes and water boxes) and operates at or above 15 psig. 1.04 DELIVERY, STORAGE AND HANDLING: A. Unit(s)shall be stored and handled per manufacturer's recommendation. B. Unit(s) shall be shipped factory assembled with all refrigerant piping and control wiring factory installed. C. Unit(s) shall be shipped bearing firmly attached metal plates which state name of manufacturer,chiller unit model number,compressor type and refrigerant used. 1.05 REFERENCES: A. ANSI/ARI 550/590-98 — Standard for Water Chilling Packages using the Vapor Compression Cycle. B. ANSI/ASHRAE 15—Safety Code for Mechanical Refrigeration. C. ANSIJASHRAE 90.1 - Energy Efficient Design of New Buildings. D. ANSVASME SEC 8- Boiler and Pressure Vessel Code. E. ANSIINEMA MG 1 -Motors and Generators. F. ANSI/UL 1995-Central Cooling Air Conditioners. G. ANSI/UL 984-Safety Standard for Hermetic Motor Compressors. ROTARY-SCREW WATER CHILLERS (AIR-COOLED) -GUINN SCHOOL 15620-1 H. ANSI/AFBMA 9-1978 - Load Ratings and Fatigue Life for Ball Bearings. Bearings must have life of not less than L10 200,000 hours. I. ASTM 8117 -Standard Method of Salt Spray(Fog)Testing. J. ASTM A123-Zinc(Hot-Dip Galvanized)Coatings on Iron and Steel Products. K. ASTM A525 -Zinc (Hot-Dip Galvanized)Coatings on Sheet Steel Products. L. ASTM D1654 - Evaluation of Painted or Coated Specimens, Subjected to Corrosive Environments. 1.06 SUBMITTALS 1 A. Submit drawings indicating components, assembly, dimensions, weights and loadings, required clearances, and location and size of field connections. Indicate accessories where required for complete system. B. Submit product data indicating rated capacities, weights, specialties and accessories, electrical requirements and wiring diagrams. C. Submit manufacturer's installation instructions. 1.07 OPERATION AND MAINTENANCE DATA A. Submit operation data. B. Include start-up instructions, maintenance data,controls, and accessories. C. Submit maintenance data. 1.08 REGULATORY REQUIREMENTS A. Conform to ANSIJARI 550/590-98 Standard for testing and certified rating of Water Chilling Packages using the Vapor Compression Cycle. B. Conform to ANSI/UL 1995 code for construction of water chillers. In the event the unit is not UL approved, the manufacturer shall, at his expense, provide for a field inspection by an UL representative to verify conformance to UL standards. If necessary, contractor shall perform modifications to the unit to comply with UL,as directed by the UL representative. C. Conform to ANSVASME SEC 8 Boiler and Pressure Vessel Code for construction and testing of water chillers. D. Conform to ANSI/ASHRAE 15 code for construction and operation of water chillers. 1.09 STORAGE AND HANDLING A. Comply with manufacturer's installation instructions for rigging, unloading, and transporting units. B. Protect units from physical damage. Factory coil shipping covers shall be kept in place until installation. ROTARY-SCREW WATER CHILLERS (AIR-COOLED)-GUINN SCHOOL 15620-2 C. Unit controls shall be capable of withstanding 203 Deg F (95 Deg C) storage temperatures in the control compartment for an indefinite period of time. 1.10 MAINTENANCE SERVICE A. Furnish service and maintenance of complete assembly for one year from Date of Substantial Completion PART 2-PRODUCTS 2.01 SUMMARY A. The contractor shall furnish and install air-cooled water chillers as shown as scheduled on the contract documents. The chillers shall be installed in accordance with this specification and perform at the specified conditions as scheduled. B. APPROVED MANUFACTURERS 1. Trane,Carrier,York. 2.02 COMPRESSORS A. Construct chiller using semi-hermetic helical rotary screw compressors with independent circuits. B. Statically and dynamically balance rotating parts. C. Provide oil lubrication system with oil charging valve and oil filter to ensure adequate lubrication during starting,stopping,and normal operation. D. Provide compressor with automatic capacity reduction equipment consisting of suction valve unloaders or capacity control slide valve (rotary). Use lifting mechanism operated by oil pressure. Compressor must start unloaded for soft start on motors. E. Provide constant speed 3600 rpm compressor motor, suction gas cooled with solid state sensor and electronic winding overheating protection, designed for across-the-line or wye- delta starting. Furnish with starter. Compressor motor power factor shall be .90 or greater. If the compressor motor power factor is less than .90, power factor correction capacitors must be installed. F. Provide crankcase heater to evaporate refrigerant returning to crankcase during shut down. Energize heater when compressor is not operating. 2.03 EVAPORATOR A. Provide shell and tube type evaporator, seamless or welded steel construction with cast iron or fabricated steel heads, seamless internally finned copper tubes, roller expanded into tube sheets. B. Design, test, and stamp refrigerant side for 300 psig (2068 kPa) working pressure and water side for 215 psig(1482 kPa)working pressure, in accordance with ANSI/ASME SEC 8. C. Provide water drain connection, vent and fittings for factory installed leaving water temperature control and low temperature cutout sensors. ROTARY-SCREW WATER CHILLERS (AIR-COOLED)-GUINN SCHOOL 15620-3 D. Water connections shall be grooved pipe. Evaporator shall have only one entering and one leaving connection. If manufacturer provides 2 separate evaporators, contractor shall provide manifold and pressure gauges to ensure equal flow is provided to each evaporator. 2.04 CONDENSER AND FANS A. Chiller shall be able to operate in ambient conditions of 0 degrees F. B. Construct condenser coils of aluminum fins mechanically bonded to seamless copper tubing. Provide sub-cooling circuits. Air test underwater to 506 psig (3488 kPa). C. Provide coil protection for shipping. Entire condenser coil shall be covered with heavy plastic to prevent inadvertent damage to coil during shipment or rigging. D. Provide vertical discharge direct driven propeller type condenser fans with fan guard on discharge. Entire fan assembly shall be statically and dynamically balanced and fan assembly shall be either painted or zinc coated steel. Fan guard shall be either PVC, chrome or zinc coated. E. Provide fan motors with permanently lubricated ball bearings and built-in thermal overload protection. 2.05 ENCLOSURES A. House components in 12 gauge galvanized steel frame and mounted on welded structural steel base. Hot-dip galvanized steel frame coating shall be Underwriters Laboratories Inc. (UL) recognized as G90-U, UL guide number DTHW2. B. Unit panels, and control panels shall be finished with a baked on powder paint. Control panel doors shall have door stays. Paint system shall meet the requirements for outdoor equipment of Federal Government Agencies. C. Provide and mount starters and disconnects in weatherproof panel provided with full opening access doors. Provide lockable through-the-door disconnect operating handle external to panel and clearly visible from outside of unit indicating if power is on or off. D. Casings fabricated from steel that do not have a Zinc coating conforming to ASTM A 123 or ASTM A525 shall be treated for the prevention of corrosion with a factory coating or paint system. The coating or paint system shall withstand 500 hours in a salt-spray fog test in accordance with ASTM B 117. Each specimen shall have a standard scribe mark as defined in ASTM D 1654. Upon completion of exposure, the coating or paint system shall be evaluated and rated in accordance with procedures A and B of ASTM D 1654.The rating of failure at the scribe mark shall be not less than six(average creepage not greater than 1/8 inch).The rating of the unscribed area shall not be less than ten (no failure). Thickness of coating or paint system on the actual equipment shall be identical to that on the test specimens with respect to materials,conditions of application, and dry-film thickness. 2.06 REFRIGERANT CIRCUIT A. All units shall have 2 refrigeration circuits to provide redundancy, each with one or two (manifolded) compressors on each circuit. Single refrigerant circuit chillers are not acceptable. ROTARY-SCREW WATER CHILLERS (AIR-COOLED)-GUINN SCHOOL 15620-5 r B. Provide for each refrigerant circuit: 1 Liquid line shutoff valve. 2. Filter dryer(replaceable core type). 3. Liquid line sight glass and moisture indicator. 4. Electronic or thermal expansion valve sized for maximum operating pressure. 5. Charging valve. 6. Discharge and oil line check valves. 7. Compressor suction and discharge service valves. 8. High side pressure relief valve. 9. Full operating charge of HCFC-99 and oil. C. Provide Compressor suction service valves and discharge service valves in order to have the ability to isolate the compressor from the rest of the refrigerant system. D. Capacity Modulation: Provide capacity modulation by either slide valve or unloader valves. Unit shall be capable of operation down to 15%. In the event manufacturer can not provide a unit with modulation down to 15%, Hot Gas Bypass must be provided. 2.08 CONTROLS A. Chilled water temperature control shall be microprocessor-based, proportional and integral controller to show water and refrigerant temperature, refrigerant pressure, and diagnostics. This microprocessor-based controller is to be supplied with each chiller by the chiller manufacturer. Controls shall include the following readouts and diagnostics: 1. Phase reversaltunbatance/single phasing and over/under voltage protection. 2. Low chilled water temperature protection. 3. High and low refrigerant pressure protection. 4. Load limit thermostat to limit compressor loading on high return water temperature. 5. Condenser fan sequencing to automatically cycle fans in response to load, expansion valve pressure,and condenser pressure to optimize unit efficiency. 6. Display diagnostics. 7. Oil pressure control. 8. Compressors: Status (on/off), %RLA, solid state anti-short cycle timer, and automatic compressor lead-lag. B. On chiller, mount weatherproof control panel, containing starters, power and control wiring, -molded case disconnect switch (UL approved)with external lockable operator handle. Provide single point power connection on units with MCA less than 500 amps. Provide primary and ROTARY-SCREW WATER CHILLERS (AIR-COOLED)-GUINN SCHOOL 15620-6 secondary fused control power transformer and a single 115 volt single phase connection for evaporator heat tape. 1. The unit controller shall utilize the following components to automatically take action to prevent unit shutdown due to abnormal operating conditions which will perform as follows: a. High pressure switch that is set 20 PSIG lower that factory pressure switch that will automatically unload the compressor to help prevent a high pressure condenser control trip. One switch is required for each compressor and indicating light shall also be provided. b. Motor surge protector that is set at 95% of compressor RLA that will automatically unload the compressor to help prevent an overcurrent trip. One protector is required for each compressor and indicating light shall also be provided. C. Low pressure switch that is set at 5 PSIG above the factory low pressure switch that will automatically unload the compressor to help prevent a low evaporator temperature trip. One switch is required for each compressor and indicating light shall also be provided. C. In the above case, the chiller will continue to run in an unloaded state, and will continue to produce some chilled water in an attempt to meet the cooling load. However, if the chiller reaches the trip-out limits, the chiller controls will take the chiller off line for protection, and a manual reset will be required. Once the"near-trip"condition is corrected, the chiller will return to normal operation and can then produce full load cooling. D. For each compressor, provide wye-delta starter for 208Vofts. E. Provide the following safety controls with indicating lights or diagnostic readouts. 1. Low chilled water temperature protection. 2. High refrigerant pressure. 3. Low oil flow protection. 4. Loss of chilled water flow. 5. Contact for remote emergency shut-down. 6. Motor current overload. 7. Phase reversal/unbalance/single phasing. 8. Over/under voltage j0ption on 130-400 ton RTAA]. 9. Failure of water temperature sensor used by controller. 10. Compressor status (on or off). ROTARY-SCREW WATER CHILLERS (AIR-COOLED)-GUINN SCHOOL 15620-7 F. Provide the following operating controls: 1. Eight (8) or more step leaving chilled water temperature controller which cycles compressors and activates cylinder unloaders or slide valve based on PI algorithms. If manufacturer is unable to provide at least 8 steps of unloading, providing hot gas bypass shall be required. 2. Five minute solid state anti-recycle timer to prevent compressor from short cycling. If a greater than 5 minute solid state anti recycle timer is provided, hot gas bypass shall be provided to insure accurate temperature control in light load applications. 3. Load limit thermostat to limit compressor loading on high return water temperature to prevent nuisance tripouts. 4. High ambient unloader pressure stat that unloads compressors to keep head pressure under control and help prevent high pressure nuisance tripouts on days when outside ambient is above design. 5. Compressor current sensing unloader unit that unloads compressors to help prevent current overload nuisance tripouts. 6. Auto lead-lag functions that constantly even out run hours and compressor starts automatically. If contractor can not provide this function then cycle counter and hour meter shall be provided for each compressor so owner can be instructed by the contractor on how to manually change lead-lag on compressors and even out compressor starts and running hours. 7. Low ambient lockout control with adjustable setpoint. 8. Condenser fan sequencing which automatically cycles fans in response to ambient, condensing pressure and expansion valve pressure differential thereby optimizing unit efficiency. G. Provide pre-piped gauge board with pressure gauges for suction and discharge refrigerant pressures or digital display of pressures on microprocessor. H. Provide ammeters for each compressor or digital display of% RLA on microprocessor. I. Piping- 1. iping-1. Supply the following- a. Water piping to the nozzles of the cooler and condenser; make provisions for removal and replacement of piping when required to provide access for safe cleaning of cooler and condenser tubes. b. Water connections to oil cooler and other water supply drain and vent connections as required by equipment drawings and local codes. C. Refrigerant vent(relief)lines to outdoors as required on equipment drawings. d. Thermometers and Gages- ROTARY-SCREW WATER CHILLERS (AIR-COOLED) -GUINN SCHOOL 15620-8 1) A set of four 7-inch adjustable, indicating type, mercury filler thermometers of the separable socket adjustable type in glass faced metal cases in the piping adjacent to the machine, in the following places- • Chilled water line entering cooler. • Chilled water line leaving cooler. 2) Thermometer bulbs shall project sufficiently into pipe to accurately measure water temperature. 3) Thermometer cases shall have clear insulation. 4) Gage valves and gages so that cooler water pressure differences across these vessels are indicated. Gages shall be 42-inch dial type, indicating at approximately midscale point. 5) Thermometers and gages shall be mounted in a readily accessible location and easily read in a standing position from the equipment room floor. e. Flow switches for mounting in chiller water piping of each machine. Flow switches shall be mounted in horizontal run at least five pipe diameters downstream from bend or tee. PART 3- EXECUTION 3.01 INSTALLATION A, Install in accordance with manufacturers instructions. B. Align chiller package on steel or concrete foundations. C. Install units on Vibration isolators, D. Connect to electrical service, E. Connect to chilled water piping. F. Arrange piping for easy dismantling to permit tube cleaning. 3.02 MANUFACTURER'S FIELD SERVICES A. Supply service of factory trained representative for a period of one days to supervise testing, start-up,and instruction on operation and maintenance to Owner. B. Supply initial charge of refrigerant and oil. END OF SECTION- ROTARY-SCREW WATER CHILLERS (AIR-COOLED) ROTARY-SCREW WATER CHILLERS (AIR-COOLED)-GUINN SCHOOL 15620-9 r rSECTION 15690 PUMPS PART I -GENERAL 1.01 RELATED DOCUMENTS A. The conditions of the Contract for Construction and the General Requirements of Division I of the Specifications apply to the Work in this section. 1.02 WORK INCLUDED: A. Provide pumps as herein specified, and as scheduled on Drawings for use with HVAC; systems and equipment. B. Unless otherwise specified, pumps shall include motors, starters, controls, drive train, base or mountings,and accessories required to function property and safety for the services intended. 1.03 SUBMITTALS: A. See Basic Mechanical Requirements Section. PART 2-PRODUCTS 2.01 PUMPS(GENERAL): A. The contractor shall furnish and install, as shown in the drawings and as described in these specifications, a Type VL Vertical In-Line bronze, fitted, single stage, centrifugal pump, as manufactured by PACO Pumps or approved equal. B. To insure stable operation,the pump curve shall be constantly rising from run-out to shut off. To insure cavitation-free operation, each pump's NPSH requirement must be low enough to permit stable, continuous operation at 120% or greater of best efficiency point. Each pump shall be capable of continuous operation without producing noise in excess of Hydraulic Institute and OSHA guidelines. C. Motor shall be of such size that it will operate continuously without exceeding its HP rating, exclusive of service factor,at the design capacity and head. Motor shall be TEFL and provided with a canopy to make it weather proof. D. Pump casing shall be grey iron and shall be constructed with back pull-out capability. Models 3" and larger shall have balanced double volute design to reduce radial thrust and to prolong seal and bearing life. Pump casing shall incorporate a suction baffle to reduce pre-rotation and improve efficiency. Suction and discharge connections shall be the same size, flanged, 250 PSI rating, 180 degrees opposite on centerline for pipeline mounting. Casing shall have bronze replaceable wear ring. Impeller shall be cast bronze, enclosed, statistically, dynamically, and hydraulically balanced, and shall be factory trimmed to match the delivery conditions indicated on the schedule. Motor shaft shall be one piece stainless steel, or steel with bronze shaft sleeve. Pump shall have mechanical seal suitable for the temperatures and pressures indicated,and shall be properly vented to the pump suction connection. E. All normally required spare and replacement parts shall be available in kit form and shall be field PUMPS(HVAC} GUINN SCHOOL 15690-1 selectable from pump nameplate data. it shall not be necessary to reference any drawing when selecting spare or replacement parts. F. Pump shall be mounted on a heavy duty cast iron support stand. G. Pump shall be suitable for outdoor operation and be supplied with all required options for this use. PART 3-EXECUTION 3.01 MANUFACTURER'S DIRECTIONS: A. Install equipment in strict accordance with manufacturer's recommendations and requirements of other Sections. END OF SECTION-PUMPS 1 PUMPS(HVAC) GUINN SCHOOL 15690-2 r rSECTION 15800 rHVAC EQUIPMENT PARTI —GENERAL r1.01 RELATED DOCUMENTS A. The conditions of the Contract for Construction and the General Requirements of Division I of r the Specifications apply to the Work in this section. 1.01 WORK INCLUDED: A. Furnish and install airside heating, ventilating and air handling equipment of all types employed in the Project. Note that the central station air handling units are covered in section 15855. PART 2—PRODUCTS 2.01 CENTRAL STATION AIR HANDLING UNITS—see section 15 855 2.02. ROOFTOP EXHAUST FANS: A. Exhaust fans shall be centrifugal wheel roof ventilators, capacities, sizes, types, arrangements and accessories as scheduled. B. Each fan shall be selected to operate quietly and efficiently on its volume-pressure curve, free from objectionable vibration, and shall carry the certified rating seal authorized by AMCA at the scheduled ratings. C. Square curb base and throat section shall be constructed in one piece,of not less than 12 gage aluminum, with the throat section spun to provide streamlined entrance to the fan wheel. Fan wheel shall be centrifugal, backwardly inclined, non-overloading type, constructed of not less than 12 gage aluminum for blades and bottom inlet of wheel and 118-inch aluminum for the top plate. D. Motor and drive compartment shall be separated from the air stream by a horizontal plate constructed of not less than 1/8-inch aluminum and supported by columns of aluminum round stock or cast brackets. E. Outer baffle and motor compartment hood shall be spun aluminum of not less than 12 gage, designed for sub-assembty and arranged for access to motor-drive compartment and wheel assembly without dismantling unit. F. Drives for fan wheels shall be direct or V-belt as scheduled. G. Supporting members of drive assembly shall be constructed of not less than 1/8-inch aluminum, isolated with multi-directional vibration mountings. H. Where required, bearings shall be flanged type,mounted in rubber,sealed and prelubricated. 1. V-belt drives shall be furnished with variable sheave on the motor. HVAC EQUIPMENT GUINN SCHOOL 15800-1 J. Motor base shall be adjustable. K. Motors shall be NEMA standard, resilient mounted, ball bearing, open type with horsepower, speed and current characteristics as scheduled. Furnish with each motor, a factory mounted disconnect switch with motor overload protection suitable for the motor scheduled and factory isolated conduit from the motor compartment to inside the curb cap. L. Each unit shall be furnished with an easily removable galvanized or polyvinyl coated steel hardware cloth birdscreen and a gravity backdraft damper. Damper shall be constructed of not less than .020 aluminum formed for rigidity and pivoted to an extruded aluminum or heavy rustprMed steel frame with nylon or brass bearings. Blades shall be connected together with pivoted aluminum be rods. M. Provide fan manufacturers prefabricated minimum 12-inch high insulated metal roof curbs constructed of heavy galvanized steel or welded aluminum to match fan construction,full 2-inch thick heavy density internal insulation, rubber curb cap for fan base mounting, factory clips or attachment devices to secure fan fight to curb, counterflashing, wide roof flange, backdraft damper frame,and cant strip. Furnish complete and as recommended by the manufacturer. N. Acceptable Manufacturers- Carries,Greenheck, Loren Cook, 2.03 BACKDRAFT DAMPERS: A. Provide heavy-duty shutter type dampers,with galvanized 16 gage or extruded aluminum frame and wind stops, minimum 28 gage galvanized steel or 26 gage aluminum blades,3116-inch steel shaft with"Oilite"bronze bearings, roll formed blade edged with felt sealer,blades linked with tie bar and adjustable counter weight, to allow full blade position parallel to air flow under full air flow,with gravity closing of dampers on reverse flow. B. Provide frames for required mounting and access doors required for complete adjustment of balance weight. C. The foregoing Specifications shall not apply to relief damper's which are to be provided in conjunction with outside and return air dampers in air handling units. D. Fan manufacturers backdraft dampers are acceptable where furnished and installed in conjunction with exhaust fan installations scheduled,and similar to above. E. Acceptable Manufacturers- Krueger,Louvers&Dampers, Ruskin. 2.04 LOUVERS: A. Shall be 6063-T5 aluminum extrusions with stainless steel screws,fabricated into a stormproof assembly with air pressure drop no greater than 0.105-inches WC at 1000 feet per minute velocity through free area. Blades shall be at least 0.081-inches thick, spaced 2-inches on center with 0.625-inch flanges and"So design,set at 20 degrees pitch, 4-inch total louver depth. Frames material shall be at least 0.0814nches thick and frame shall be flanged face. Provide PVC coated 0.5 inch square mesh galvanized steel bird screen on inside face of louver. Provide accessory sub-frame,the same depth as the wall,for installation in the wall and into which the louver is mounted. Sub-frame shall be constructed of at least 16 gage galvanized steel. HVAC EQUIPMENT GUINN SCHOOL 15ZW-2 r rB. Louver finish shall be lacquered natural mill finished aluminum. C. Louvers shall be fabricated with 20 gage steel blades and 16 gage galvanized steel frames. Louver's shall be equal to American Warming and Ventilating Model LW-P-3131-FS formed F stationary weather louvers, with a pressure drop not exceeding 0.15-inches WC, derived from test in accordance with AMCA Standard 500. Louvers shall be complete with galvanized steel birdscreens. D. Acceptable Manufacturers-Air Balance,Airolite,American Warming&Ventilating,Carnes, 2.05 ROOF CURBS: A. Provide leakproof roof curbs approved by the National Roofing Contractors Association for ducts penetrating roof. Where prefabricated curbs are not furnished with fans, roof caps or packaged equipment, provide weatherproof roof curbs, prefabricated of continuous welded 18 gage minimum galvanized steel 12-inch minimum height, with 11/2-inch 3 pound density fiberglass thermal and acoustical insulation on deck plate and around entire perimeter, with built-in cant strip and flashing,duct mounting flanges top and bottom,and designed to support a minimum of 50 pounds per linear foot of perimeter. Provide internal reinforcing necessary to support imposed load. B. Provide raised cant,thickness to match thickness of roof insulation. C. Provide sheet metal surface on inside of curbs for supply ducts. D. Top surface of curbs shall be level- Provide pitched curb where installed on pitched roof. E. Provide fire resistant treated wood nailer strips around top perimeter. F. Acceptable Manufacturers-Carnes,Roof Products Systems,Stiles. 2.07 AIR SILENCERS: A. Shall be a standard manufactured prefabricated product rated to attenuate at least the sound energy scheduled without producing air pressure drop exceeding scheduled values. B. The outside casing shall have sound and air sealing gaskets on all sides and front and back of the units. Interior surfaces shall be perforated metal enclosing inorganic, incombustible, moistureproof and odorless sound absorbing material. C. Silencers shall be tested in accordance with standard accepted industry methods. D. Supply duct silencers shall be thermally insulated on all perimeter surfaces with 1-inch thick, 3 pound density fiberglass,enclosed within sheet metal casings. E. Roof mounted silencers shall be completely weatherproof. F. Acceptable Manufacturers - Baldwin-Ehret-Hill, Buensod-Stacy, Engineered Products Co., I.A.C., Keene, Koppers, Semco, Sound-Check, United Sheet Metal, Fan Manufacturers Standard. 2.08 GRILLES,REGISTERS AND DIFFUSERS: HVAC EQUIPMENT GUINN SCHOOL 15800-3 A. Provide as scheduled. B. Air Distribution- 1. Supply units shall be designed to provide the throw and spread required with no apparent drafts or excessive air movements within the ventilated or air conditioned spaces. 2. Provide air distribution accessories required to effect these conditions as part of the supply unit. C. Noise- 1. The noise spectrum of the supply units shall be no higher than N.C.-30 as defined in the latest issue of ASHRAE Guide. 2. Units causing excessive air movement, drafts or objectionable noise shall be replaced at no cost to the Owner. D. Volume Control - Furnish supply outlets with key operated volume dampers, unless volume dampers are installed in the runout to the diffuser. E. Gaskets- Flanges of diffusers, registers and grilles shall be gasketed with foam rubber gaskets to prevent leaking and smudging. F. Finish - Furnish grilles, registers, and outlets in factory baked white enamel finish, also suitable as prime coat for finish painting in the field, except as otherwise specified or scheduled, and except where installed in prefinished surfaces such as tile walls. Finish for grilles, registers, and outlets in such prefinished surfaces shall be finished in baked enamel in a color as selected by the Architect. H. Ceiling Diffusers (Louver Face) - Diffusers located in areas with nominal 24-inch wide lay-in ceilings shall be 23-34 x 23-3/4-inch, designed for lay-in ceiling construction with concentric rectangular louvers,with equalizing deflector in the neck,with volume control unit furnished only where it is connected directly to a duct serving more than one outlet, and there is no balancing damper in the diffuser outlet tap. Do not fumish volume control units where there is a damper in branch duct supplying air to a single diffuser. Diffuser shall be steel or aluminum constructed, shall be furnished complete with duct collar. I. Ceiling diffusers not located in areas with lay-in ceilings shall be similar to those specified for lay- in ceilings,but shall be designed with flange for mounting tight against the ceiling with gasket.. N. Linear Diffusers(Bar Type)-As scheduled,extruded aluminum construction. O. Linear diffusers shall have concealed screw fastening, with opposed blade damper, extruded aluminum construction.. R. Provide flat-black painted blank-off panels between active sections of linear diffusers. Seal ends of duct collars above top of diffuser face flange to prevent air leakage into ceiling cavity. V. Wall Returns - Minimum 34-inch flange with gasket. Where the sheet metal is visible behind HVAC EQUIPMENT GUINN SCHOOL 15800-4 the grille,paint the interior surface of the sheet metal flat black. W. Ceiling Return and Exhaust Inlets- 1. Ceiling Return Grilles- 1/2 x 1/2 x 1/2-inch aluminum grid. Provide a flat black finish on all surfaces above the grille face which are visible from below the ceiling. X. Where devices are to be supported by lay-in ceiling tees, and are of appropriate size for such supporting means,they shall be furnished without flanges for lay-in ceiling installation. Y. Devices not intended to be supported by lay-in ceiling tees shall be furnished with flanges and gasketed frames,suitable for the type of surface in which the installation is to be made. Z. Acceptable Manufacturers— Carries, Krueger,Metalaire PART 3- EXECUTION 3.01 MANUFACTURER'S DIRECTIONS: A. Install equipment in strict accordance with manufacturers recommendations and requirements of other sections. END OF SECTION—HVAC EQUIPMENT HVAC EQUIPMENT GUINN SCHOOL 15800-5 r rSECTION 15840 rAIR TERMINAL UNITS-VARIABLE VOLUME PART 1 GENERAL r1.01 RELATED DOCUMENTS A. The conditions of the Contract for Construction and the General Requirements of Division I of r the Specifications apply to the Work in this section. 1.02 SECTION INCLUDES rA. Single duct terminal units. r1. Variable volume. B. Fan powered terminal units. r1. Parallel flow(variable volume). C. Integral heating coils. r1. Electric resistance. D. Integral terminal unit controls. r1. Direct digital. 1.03 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION rA. None. r1.04 RELATED SECTIONS A. Section 15510-Hydronic Piping. rB. Section 15890-Ductwork.&Accessories C. Section 15900-Controls and Instrumentation. 1.05 REFERENCES A. NFPA 90A- Installation of Air Conditioning and Ventilation Systems. B. UL 181 -Factory-Made Air Ducts and Connectors. C. UL 1995, Heating and Cooling Equipment. D. CUL C22.2 No.236,Heating and Cooling Equipment. E. ASTM A 527(Steel Sheet,Zinc Coated Galvanized). F. A-A-1419 or F-F-310 Federal specification (filter element, Air conditioning, Viscous- impingement or Dry type, replaceable),Tested per UL 900. AIR TERMINAL UNITS—VARIABLE VOLUME GUINN SCHOOL 15840-1 1.06 QUALIFICATIONS A. Manufacturer: The company manufacturing the products specified in this section shall have a minimum of ten years experience producing products of this type. 1.07 SYSTEM RESPONSIBILITY A. The contractor shall be responsible for any and all costs associated with any and all changes resulting from the use of a supplier other than the one used as"basis of design". 1.08 WARRANTY A. Provide manufacturer's parts warranty for one year from unit start-up or eighteen months from unit shipment,whichever is shorter. PART 2 PRODUCTS 2.01 MANUFACTURERS A. General 1. Single terminal units shall be UL listed as an assembly. 2. Fan powered terminal units shall be UL listed as an assembly. B. Specified Manufacturers 1. Trane Models-Carnes,Titus. 2.02 MANUFACTURED UNITS A. Single duct terminal units. 1. Ceiling mounted primary air control terminal units for connection to a single medium pressure duct of a central air distribution system. Terminals units shall be provided with controls. B. Fan powered terminal units. 1 Ceiling mounted primary and recirculated air control terminal unit for connection to a single medium pressure duct of a central air distribution system. Terminals units shall be provided with controls and integral heating coils. C. Identify each terminal unit with clearly marked identification label and airflow indicator. Label shall include unit nominal air flow, maximum factory-set air flow, minimum factory-set air flow, and coil type. 2.03 FABRICATION A. Casings: Units shall be completely factory-assembled, manufactured of corrosion protected steel,and fabricated with a minimum of 18-gauge metal on the high pressure(inlet)side of the terminal unit damper and 22-gauge metal on the low pressure(outlet)side and unit casing. B. Plenum air fitters shall be provided on all fan powered units. AIR TERMINAL UNITS—VARIABLE VOLUME GUINN SCHOOL 15840-2 r AIR TERMINAL UNITS-VARIABLE VOLUME GUINN SCHOOL 15840-3 C. INSULATION - Matte Faced - The interior surface of unit casing acoustically and thermally lined with a minimum of 1/2 inch, 1.75 lb./cu. ft. density glass fiber with a high density facing. The insulation R-Value shall be a minimum of 1.9. Insulation shall meet NFPA-90A and UL 181 requirements. The cut edges on the discharge of the unit shall be covered by a metal flange. D. Assembly. Primary air control damper, airflow sensor,fans, controls and optional heating coil in single cabinet. E. Rectangular Supply Air Outlet Connections: Rectangular outlet connections for units without optional heating coils on the outlet of the terminal unit shall be flange type. Rectangular outlet connections for units with optional heating coils on the outlet of the terminal unit shall be flange type. 2.04 PRIMARY AIR CONTROL DAMPER ASSEMBLY A. Locate primary air control damper assembly inside unit casing. Construct the damper assembly from extruded aluminum and/or a minimum 22 gauge galvanized steel components. Maximum damper leak rate shall not exceed 1% of damper nominal CFM at 4 inch wg. differential. B. Provide damper assembly with integral flow sensor. Flow sensor shall be provided regardless of control type. Flow sensor shall be a multi-point, averaging, ring or cross type. Bar or single point sensing type is not acceptable. C. Terminal unit manufacturer shall provide and factory install an electric 24 VAC 3-wire floating control damper actuator. 2.05 HEATING COILS A. Electric Resistance Heating Coil: Coil shall be factory installed and wired and shall be constructed of open-wire type resistance heat elements. Coils shall be provided with primary and secondary over-temperature protection. Coils shall be constructed for single point power connection. Controls shall consist of an integral control box which includes a 24 VAC transformer and magnetic contactors. Electric heat coil shall be installed at the terminal unit supply air outlet connection. 1. Single duct terminal unit electric heat coil shall be furnished with an airflow switch to disable the coil upon a low flow condition. B. Capacity, Provide coils in capacities as scheduled on the drawings. 2.06 FAN ASSEMBLY A. Fan assembly shall be forward curved centrifugal fan with direct drive permanently lubricated, permanent split-capacitor type, thermally protected, three speed motor. Motor must be capable of continuous operation under maximum fan load with no external static pressure. B. Fan motor horsepower shall not exceed the horsepower scheduled for each unit. Fan motors shall be high efficiency and shall not exceed those shown in the table below for each motor size. C. IrTtemally suspend and isolate fan motor assembly from unit casing by using rubber isolators or torsion flex mounting legs. AIR TERMINAL UNITS—VARIABLE VOLUME GUINN SCHOOL 15840-4 D. Unit shall be equipped with a fan motor disconnect switch which breaks both legs of power entering the control box. E. Provide unit with the fan motor factory-wired to the appropriate motor speed for the scheduled operating conditions. 2.07 WIRING A. Factory install and wire power line fusing, a disconnect switch and a 24 VAC transformer for control voltage on fan powered direct digital or electronic control units. Provide terminal strip in control box for field wiring of thermostat and power source. B. Factory wire fan to terminal strip. C. Factory install and wire terminal unit controls. Install electrical components in control box with removable cover. Incorporate single point electrical connection to power source. 2.08 DIRECT DIGITAL VAV CONTROLS A. Direct Digital Controls 1. General. DDC: Controls, actuator and factory costs to mount, calibrate and test the system shall be the responsibility of Section 159xx BAS/Building Management System Contractor. 2. Terminal unit manufacturer shall provide price for factory mounting, continuity check, calibrating, and testing of direct digital controls to the BAS contractor. Field mounted DDC controls are not acceptable. 3. Multi-point, multi-axis flow ring or cross sensor to be furnished and mounted by terminal unit manufacturer. Single point or flow bar sensors are not acceptable. Shall be capable of maintaining airflow to within +/- 5 percent of rated unit airflow setpoint with 1.5 duct diameters straight duct upstream from the unit. B. VARIABLE AIR VOLUME(VAV)TERMINAL UNIT CONTROL 1. The VAV terminal units shall be individually controlled by a DDC VAV controller per VAV terminal unit. The DDC VAV controller, damper motor,transducer and transformer shall be supplied by the BAS contractor and furnished to the terminal unit supplier. The cost to factory mount, calibrate and test the controller, transducer, transformer and actuator shall be coordinated prior to bid day and included in the BAS price. a. To assure proper operation and control, the BAS contractor as part of this bid shall recalibrate the transducers six (6) months after acceptance of the BAS system to correct any deviations as a result of transducer drift. 2. Submit a copy of the calibration report to the Engineer, Mechanical Contractor, Test, Adjust and Balance Contractor and Owner. 3. The BAS shall perform the following VAV Terminal unit control strategies and provide the points as listed on the DDCNAV point list and the specified monitoring and diagnostics. a. Grouping -The BAS shall be able to group VAV boxes via keyboard commands. These groups shall make it possible for the operator to send a common AIR TERMINAL UNITS—VARIABLE VOLUME GUINN SCHOOL 15840-5 command to all boxes in a group to operate in the same mode.A sample of this 1 group report must be provided in the submittal package for approval by engineer and owner. BAS shall also compile on a group basis,the following: (1) Minimum group temperature (2) Maximum group temperature (3) Average group temperature (4) Group boxes total airflow b. Setpoint Control - The BAS shall edit the zone space temperature setpoint of each VAV box. The zone temperature setpoint shall be operator adjustable. Individual zone setpoint and control logic shall reside at the zone level, and not be dependent upon the BAS for control. In the event of communication loss, the box will continue to control to current setpoints. C. Cooling Valve Control - The BAS shall control the cooling air valve to a fully open, fully closed, maximum CFM, or minimum CFM position based on operator commands.The operator shall also have the capability to adjust the maximum & minimum airflow limits of the air valve through the BAS. d. Operating Mode - The BAS shall place the box in* either the occupied or unoccupied mode based on an operator adjustable time schedule. Separate heating & cooling setpoints shall be editable for each mode through the BAS. Other modes available for special applications shall include full open, full closed, maximum flow,and minimum flow. e. Control Offset - The BAS shall be capable of offsetting the cooling or heating setpoints of one or more groups of boxes by an operator adjustable amount.This capability will allow for automatic zone setpoint changes based on system requirements,such as demand limiting. f. Automatic Calibration - The system shall automatically calibrate its air flow sensing & air valve position measurement system at system startup and on a scheduled basis. g. Override Button - The VAV box shall be capable of being placed in the "occupied" mode by pressing an override button mounted on the zone temperature sensor. h. Portable interface terminal -The VAV box shall have a communications port on the space sensor for use with a hand held portable operator's terminal. This portable terminal shall give the operator the capability to interrogate & edit DDC/VAV box parameters. Portable interface terminal shall also have the capability to interrogate and edit DDCNAV box parameters from a central controller. I. Terminal unit status reports - For each terminal unit, the BAS shall provide an operating status summary of all unit sensed values (zone temperature, CFM, etc.),setpoints, and modes. j. Terminal unit group report- For each group of VAV terminal units, the BAS shall report the group mode, heating and cooling airflow, average zone temperature, minimum zone temperature, and maximum zone temperature. The report shall also display for each terminal unit in the group the present temperature control setpoints and the current zone temperature. AIR TERMINAL UNITS—VARIABLE VOLUME GUINN SCHOOL 15MO-6 r 4. Terminal box diagnostics. a. If zone temperature sensor input fails above its high range, unit shall control at its maximum CFM setpoint. If sensor input fails below its low range, unit shall control to its minimum CFM setpoint. b. In both cases, all heat outputs shall be disabled. a diagnostic message shall be displayed upon operator inquiry. C. If flow measuring system fails, unit shall automatically convert to a pressure dependent, damper position based algorithm. Diagnostic message shall be displayed upon operator inquiry. d. If zone temperature setpoint potentiometer on zone sensor fails, unit shall automatically control to programmed occupied setpoints. Diagnostic message shall be displayed upon operator inquiry. e. If communications are lost, controller shall continue to operate in the current mode of operation. All setpoints shall be retained in nonvolatile memory. If communications are not restored within 15 minutes, unit shall automatically initiate a reset and then calibrate the flow sensor and damper position. 2.09 TESTING 1 VERIFICATION A. Factory run test all fan powered units. B. Factory set and check all analog electronic and pneumatic controllers to within 5% of scheduled maximum and minimum settings. Base performance on tests conducted in accordance with ARI 880. C. Maximum Casing Leakage: 1 percent of nominal air flow at 0.5 in wg inlet static pressure. D. Maximum Damper Leakage: 1 percent of design air flow at 4 in wg inlet static pressure. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. 3.02 ADJUSTING A. Reset volume with damper operator attached to assembly allowing flow range modulation from 100 percent of design air flow to 25 percent nominal air flow for cooling only units and 30 percent for units with heating coils. 3.03 DDC VARIABLE AIR VOLUME SYSTEM SEQUENCE OF OPERATION A. General. DDC Controls, actuator and factory costs to mount, calibrate and test the system shall be the responsibility of Section 15960 BAS/Building Management System Contractor. B. Terminal unit manufacturer shall provide price for factory mounting and continuity check of direct digital controls to the ATC contractor. Field mounted DDC controls are not acceptable. AIR TERMINAL UNITS—VARIABLE VOLUME GUINN SCHOOL 15840-7 C. Mufti-point, multi-axis flow ring or cross sensor to be furnished and mounted by terminal unit manufacturer. Single point or flow bar sensors are not acceptable. Shall be capable of maintaining airflow to within+/-5 percent of rated unit airflow setpoint with 1.5 duct diameters straight duct upstream from the unit. 3.04 VAV TERMINAL UNIT CONTROL A. The VAV terminal units shall be individually controlled by a DDC VAV controller per VAV terminal unit. The DDC VAV controller, damper motor, transducer and transformer shall be supplied by the BAS contractor and furnished to the terminal unit supplier. The cost to factory mount, calibrate and test the controller, transducer, transformer and actuator shall be coordinated prior to bid day and included in the BAS price. 1. To assure proper operation and control, the BAS contractor as part of this bid shall calibrate the transducers six (6) months after acceptance of the BAS system to correct any deviations as a result of transducer drift. B. Submit a copy of the calibration report to the Engineer, Mechanical Contractor, Test, Adjust and Balance Contractor and Owner. C. The BAS shall perform the following VAV Terminal unit control strategies and provide the points as listed on the DDC/VAV point list and the specified monitoring and diagnostics. 1. Grouping-The BAS shall be able to group VAV boxes via keyboard commands. These groups shall make it possible for the operator to send a common command to all boxes in a group to operate in the same mode.A sample of this group report must be provided in the submittal package for approval by engineer and owner. BAS shall also compile on a group basis,the following: a. Minimum group temperature b. Maximum group temperature C. Average group temperature d. Current airflow through boxes in group(total} D. Setpoint Control -The BAS shall edit the zone space temperature setpoint of each VAV box. The zone temperature setpoint shall be operator adjustable. Individual zone setpoint and control logic shall reside at the zone level, and not be dependent upon the BAS for control. In the event of communication loss,the box will continue to control to current setpoints. E. Cooling Valve Control-The BAS shall control the cooling air valve to a fully open,fully closed, maximum CFM, or minimum CFM position based on operator commands. The operator shall also have the capability to adjust the maximum & minimum airflow limits of the air valve through the BAS. F. Operating Mode - The BAS shall place the box in either the occupied or unoccupied mode based on an operator adjustable time schedule. Separate heating &cooling setpoints shall be editable for each mode through the BAS. Other modes available for special applications shall include full open,full closed, maximum flow, and minimum flow. G. Control Offset-The BAS shall be capable of offsetting the cooling or heating setpoints of one or more groups of boxes by an operator adjustable amount. This capability will allow for automatic zone setpoint changes based on system requirements,such as demand limiting. AIR TERMINAL UNITS—VARIABLE VOLUME GUINN SCHOOL 1155840-8 r H. Automatic Calibration-The system shall automatically calibrate its air flow sensing & air valve position measurement system at system startup and on a scheduled basis. I. Override Button - The VAV box shall be capable of being placed in the 'occupied" mode by pressing an override button mounted on the zone temperature sensor. J. Terminal unit status reports - For each terminal unit,the BAS shall provide an operating status summary of all unit sensed values (zone temperature, CFM, etc.), setpoints, and modes. K. Terminal unit group report - For each group of VAV terminal units, the BAS shall report the group mode, heating and cooling airflow, average zone temperature, minimum zone temperature, and maximum zone temperature. The report shall also display for each terminal unit in the group the present temperature control setpoints and the current zone temperature. rL. Zone Sensors 1. The zone sensor shall be accurate to within 0.5 F. The sensor shall be a product of the VAV box controls manufacturer and designed specifically for the installed controller. M. Terminal box diagnostics. r1. If zone temperature sensor input fails above its high range, unit shall control at its maximum CFM setpoint. If sensor input fails below its low range, unit shall control to its minimum CFM setpoint. 2. In both cases, all heat outputs shall be disabled. a diagnostic message shall be displayed upon operator inquiry. 3. If flow measuring system fails, unit shall automatically convert to a pressure dependent, damper position based algorithm. Diagnostic message shall be displayed upon operator inquiry. 4. If zone temperature setpoint potentiometer on zone sensor fails, unit shall automatically control to programmed occupied setpoints. Diagnostic message shall be displayed upon operator inquiry. 5. If communications are lost, controller shall continue to operate in the current mode of operation. All setpoints shall be retained in nonvolatile memory. If communications are not restored within 15 minutes, unit shall automatically initiate a reset and then calibrate the flow sensor and damper position. 3.05 SEQUENCE OF OPERATION, SINGLE DUCT VAV TERMINAL UNITS WITH DDC CONTROLS A. Single Duct VAV Terminals, Cooling Only - On a rise in space temperature, the unit will modulate to provide maximum CFM. As space temperature decreases, the box will modulate down to its minimum CFM (ADJ). B. Single Duct VAV Terminals With Reheat-On a rise in temperature above the cooling setpoint, the VAV terminal unit shall modulate to its maximum CFM. As the space temperature drops below the cooling setpoint,the terminal unit shall modulate to its minimum CFM. As the space temperature continues to fall to the heating setpoint, the terminal shall modulate to its heating minimum CFM. At this point,the heat will be staged on as follows: 1. Staged Electric-Stage on electric heat with a 1 degree interval per stage. AIR TERMINAL UNITS—VARIABLE VOLUME GUINN SCHOOL 15840-9 3.06 SEQUENCE OF OPERATION, PARALLEL FAN POWERED TERMINAL UNITS WITH DDC CONTROLS A. Occupied Cycle 1 Intermittent Fan Control - As the space temperature falls below cooling setpoint, the terminal unit shall modulate to its minimum cooling CFM. Upon a continued drop in temperature and/or unit CFM, the parallel fan will be energized. Upon a further decrease in space temperature, the terminal unit will modulate to heating minimum CFM.The heating will then be staged on as follows: a. Staged Electric-Stage on electric heat with a 1 degree interval per stage. B. Unoccupied Cycle 1. The air valve shall drive closed. The fan and heat shall cycle to maintain a reduced space temperature. END OF SECTION—AIR TERMINAL UNITS—VARIABLE VOLUME AIR TERMINAL UNITS—VARIABLE VOLUME GUINN SCHOOL 15840-10 r rSECTION 15850 DUCTWORK AND ACCESSORIES r PART 1 —GENERAL r1.01 RELATED DOCUMENTS A. The conditions of the Contract for Construction and the General Requirements of Division I of rthe Specifications apply to the Work in this section. 1.02 WORK INCLUDED: rA. Provide all necessary labor, equipment, and materials for a complete duct system, including all hardware and accessory devices. rB. Install instrumentation devices in the duct system,furnished under the"Controls"Section. 1.03 STANDARDS: rA. Ductwork shall be fabricated,erected and installed and fitted out with accessories in accordance with the following- I. Governing Building Codes. 2. NFPA 90A, 1985. 3. SMACNA HVAC Duct Construction Standards, First Edition, 1985, 1.04 DEFINITIONS: A. Pressure - Velocity Classification - Classifications of duct construction as defined in SMACNA HVAC Duct Construction Standards,First Edition, 1985(Table 1-1). B. Lined Ductwork- Ducts or plenums internally lined with fiberglass sheet. C. Insulated Ductwork-Externally insulated as specified in the"Insulation"Section. 1.05 SHOP DRAWINGS: A. Submit coordinated Shop Drawings, drawn to scale no less than 1/4 -inch per foot, on the following fabricated items- 1. Entire duct system. 2. Duct joints and support details. 3. Duct connected equipment mountings and flexible connections. 4. Isolators. 5. Supply and return ducts (both cylindrical and rectangular), for each typical floor and each mechanical space. DUCTWORK AND ACCESSORIES GUINN SCHOOL 15850-1 6. Louvers PART 2-PRODUCTS 2.01 MATERIALS: A. Galvanized steel sheets, lock forming quality,ASTM A-525 with galvanized coating, 1-1/4 oz.per sq.ft.for both sides of the sheet. C. Aluminum Base Alloy Sheets - Conforming to ASTM B-209, having not more than 0.40 percent copper with minimum tensile strength 16,000 psi, and ability to satisfactorily make a Pittsburgh lock seam. D. Stainless Steel Sheets-Type 302,nickel steel composition,conforming to ASTM A-167. 2.02 FLEXIBLE CONNECTIONS: A. Woven fiberglass,flameproof fabric maximum 10-inches long, minimum 4-inches in direction of air flow. B. Ventlabrics. 2.03 FIRE DAMPERS: A. Constructed in accordance with NFPA Standard No. 90-A with Underwriters listed thermal element. Entire assembly shall bear UL 555 label. Increase duct area to compensate for frame area. Provide interlocking blade curtain or accordion type with positive closure in any position and 100 percent duct size free area. C. 1.5-Hour Rating-(Fire partitions with ratings up to 2 hours)-Ruskin IBD21 Style C,CO,or CR. D. Acceptable Manufacturers-Action Air, Air Balance, Ruskin,Venco. 2.04 AUTOMATIC DAMPERS: A. Specified in the'Temperature Controls*section or furnished as an integral part of equipment. B. Backdraft Dampers-Provide as scheduled, rated for the differential pressures involved. 1. Ruskin. 2.06 VOLUME DAMPERS: A. Provide manual balancing dampers with position locking mechanism as required to balance the airflow to each outlet or from each inlet B. Construction in accordance with SMACNA manuals. 2.07 'ROUND TAKEOFF: A. A round takeoff made from a rectangular duct shall be similar to a "Genflex Spin-in Fitting" Model SM-11)with butterfly damper and quadrant operator. DUCTWORK AND ACCESSORIES GUINN SCHOOL 15850-2 r 2.08 SHEET METAL HARDWARE: A. Quality and configuration to conform to Ventfabrics, Inc. Piece number and description, as listed- 1. Ventfabrics No. 641 damper regulator,self-blocking, die cast, secure to sheet metal on exposed and concealed ductwork above accessible ceilings. 2. Ventfabrics No. 677 damper regulator, self-blocking die cast, chrome plated cover. To control ductwork located above an accessible ceiling or confined in wall spaces. Control from conditioned space. 3. Ventfabrics No. 607 damper end bearing, die cast for rectangular ducts, with bearing and opening for shaft inclusion. 4. Ventfabrics No. 609 end bearing, die cast for cylindrical ducts, with suitable gaskets, bearing and recess for shaft insertion. 5. Ventfabrics No.615 and 616 tandem placed U-bolts,with washer and nuts to fix damper rod to damper blade. 6. Ventfabrics No.699 die cast instrument test hole,with screw,cap and gasket. 7. Ventfabrics;No.611, 160 F. fusible link, 15 lb.load capacity. 8. Ventfabrics No.613,212 F.fusible link, 15 lb.load capacity. 9. Ventfabrics No. 90, sash lock, cadmium plated stamp steel construction, for use on reach-thru doors. 10. Vendabrics No.220,die cast door pulls for use on reach-thru access doors. 11. Ventfabrics No. 310, Ventlok latch, minimum 2 latches per door, for use on walk-thru doors. 12. Ventfabrics No. 150, 2 x 1-11/16-inch galvanized duct hinges, minimum 2 hinges per door,for use on reach-thru access doors. 13. Ventfabrics No. 370, 3-1/3 x 3-1/2-inch galvanized duct hinges, minimum 3 hinges per door,for use on walk-thru doors. B. Acceptable Manufacturers- Duro Dyne,Ventfabrics,Inc.,Young Regulator. 2.09 FABRICATION: A. Ductwork- I. Fabricate in accordance with SMACNA HVAC Duct Construction Standards, 1985. 2. Each duct system shall be constructed for the specific duct pressure classifications indicated on the Drawings,or,where not indicated,the 1-inch WG pressure class is the basis of compliance regardless of velocity except when the duct is variable volume. All variable volume duct upstream of VAV boxes has a 3-inch WG pressure class unless indicated otherwise on Drawings. DUCTWORK AND ACCESSORIES GUINN SCHOOL 15850-3 3. Pressure-Velocity Classification of duct systems shall be in accordance with SMACNA Table 1-1. 4. Seal in accordance with SMACNA Table 1-2 for required static pressure construction class. B. Rectangular Duct Fittings- 1. Elbows,tees and splits shall be constructed with square turns or radius turns which shall have a centerline radius 1%times the width of the duct as an absolute minimum. 2. If square turns are used,fabricate and install double thickness or airfoil turning vanes in each turn for elbows having equal inlet and outlet dimensions. 3. Where elbows have unequal inlet and outlet dimensions, turning vanes shall have leading and trailing edges parallel with the air flow and shall be high efficiency profile type similar to those manufactured by the Aerodyne Company. Vane assemblies shall be made with Aerodyne side rails,and vanes shall be installed on design centers as for the vanes across the full diagonal dimension of the elbow. Cut center section of each rail as recommended by manufacturer so that the required position adjustment may be made. C. Round Duct- 1. Up to 12-inch-spiral seam,28 gage steel-butt welded longitudinal seam or Acme lock seam,26 gage steel-duct fittings,26 gage steel. 2. 13 thru 18-inch - spiral seam, 26 gage steel - butt welded longitudinal seam or Acme lock seam,24 gage steel-duct lit Ings,24 gage steel. 3. Spiral seam,butt welded longitudinal seam,or Acme lock seam. 4. Joints- a. Beaded sleeve joints on spiral duct, I-inch minimum lap. b. Beaded crimp joints,I-inch minimum lap,3 screws per joint. C. Draw band joint, 4-inch minimum width, lap 2-inch over each section of duct, 2 draw bolts per joint,minimum. d. Companion flange joint. D. Round Ductwork Fittings- 1. Each 90 degree elbow shall be 5-piece construction, and shall have a centerline radius of not less than 1.5 times the duct diameter. 2. Each elbow between 45 and 90 degrees shall be 3-piece construction, with same centerline radius requirements. 3. Provide conical tees for branch taps of high velocity systems. 4. Provide combination lateral elbow and tee, 90 degree tees, conical tees, double wye's DUCTWORK AND ACCESSORIES GUINN SCK*L 15850-4 r rand reducers each as required. 5. Each casing penetration shall be made with radius connection. r 2.10 DUCT LINER: rA. Duct liner shall be multi-density, fiberglass duct liner having an NRC of not less than.70, according to ASTM Test Method C-423, and a K factor not exceeding 0.26 at 75 F. mean temperature. See Insulation Specifications. See plans and schedules for complete inventory rrequirements. B. Velocities to 1500 fpm. r1. Apply liner with 100%coverage of approved fire resistant adhesive. On ducts over 20- inches in either dimension,secure the liner additionally with mechanical fasteners. rC. Velocities 1500 to 4000 fpm. I Apply liner with 100%coverage of approved fire resistant adhesive. On horizontal runs, tops of ducts over 12-inches wide and/or 16-inches high, secure the liner additionally r with mechanical fasteners. D. Mechanical fasteners shall start within 2-inches of the leading edge of each section and within 3- inches of the leading edge of cross joints in each section. All exposed edges and the leading edge of all cross joints shall be heavily coated with adhesive. Make snug closing comer joints, place coated surface of liner to face air stream. E. Duct dimensions shown on drawings are inside the liner. F. Acceptable Manufacturers-CertainTeed,Manville,Owens-Corning. 2.11 AUXILIARY DRAIN PANS: A. Any equipment having a condensate or drain pan installed above a ceiling shall be provided with an auxiliary pan. B. Auxiliary drain pans shall be constructed of 16 gage galvanized steel,at least 2-inches high and at leas'.6-inches greater in width and length than the equipment served. C. Pan joints shall be soldered watertight. D. Run an independent 1-inch drain pipe from the pan to nearest floor or hub drain. PART 3-EXECUTION 3.01 MATERIAL APPLICATION: A. Galvanized Steel Sheets-Use for fabrication of the following: 1. Supply, return,exhaust ducts. 2. Supply, return,and exhaust ducts,except as otherwise specified. DUCTWORK AND ACCESSORIES GUINN SCHOOL 15850-5 r 3. Housings for coils,dampers,filters and fans. 4. Volume control dampers. 5. Hangers for ducts. 6. Flashing and couryterflashing. 3.02 INSTALLATION; A. Flexible Connectors- 1. Install on inlet and outlet of each piece of air handling equipment. B. Fire Dampers- 1. Provide fire dampers with complete access including duct access doors, and access doors for general construction. Duct sleeves and fire dampers shall be supported independent of ductwork. Install dampers within 10 gage wall sleeves (or floor slab sleeves) and finish penetration with continuous welded 1.5 x 1.5 x 0.125-inch wall (or floor)flange. C. Volume Dampers- 1. Install at each split in each run of duct. 2. Provide an opposed blade volume damper in each zone duct from a multizone unit. D. Round Takeoff- 1 Where a round takeoff is made from a rectangular duct, the connection shall be with a spin-in fitting. E. Sheet Metal Hardware- 1. Install as required and in accordance with manufacturer's recommendations. F. Air Devices- I- Each air outlet of each duct system shall be equipped with a balancing damper(either integral with the device or similar device)to distribute air within the conditioned space. 2. These devices shall be installed after the duct systems are thoroughly cleaned, with suitable accessories as specified or required for proper air distribution. 3. See"HVAC Equipment-Air Side"Section for details of these devices. G. Acoustical Lining- 1. The duct dimensions shown on Drawings are inside of the lining. 2. Install in accordance with SMAGNA and manufacturers recommendations using adhesive and fasteners with washers. 3. Provide sheet metal internal transition fitting on leading edge of lined ductwork DUCTWORK AND ACCESSORIES GUINN SCHOOL 15850-6 connections to equipment, flexible connections, or unlined duct. Transition shall afford smooth air flow into lined duct, with no more than 45 degree break angle, and overlap leading edge of lining at least 1 1/2-inches. 3.03 ERECTION: A. Automatic Dampers- 1. Install automatic dampers furnished by the temperature control manufacturer. 2. Install automatic dampers except dampers specified as integral parts of factory fabricated air handling unit components. Dampers shall be furnished by the temperature control manufacturer. B. Smoke/Halon Damper- 1. Similar to automatic damper with low leakage gasketed, low leakage 2 cfm/sq. ft. at 4!' S.P.WG. C. Hangers- 1. Provide round hangers, strap hangers, or trapeze shelf hangers in accordance with SMACNA standards. 2. Ducts 0 thru 60-inches,use 16 gage galvanized strap, 10 feet on center,1-inch strap. 3. Ducts 61 thru 97-inches, use 16 gage galvanized strap, 8 feet on centers, 11/2-inch strap. 4. Cylindrical Ducts -0 thru 36-inches in diameter, use 16 gage galvanized strap, 10 feet on center, 1-inch strap. 5. Vertical Ducts - 0 thru 24-inches in any dimension, use 1 x 1 x 1/8-inch angle galvanized. Secure angle to duct at each floor level,rest angle on building structure. a. Ducts 25-inches thru 60-inches use 11/2xlY2x 3116-inch galvanized angle. b. Ducts over 61-inches use 2 x 2 x 3116-inch galvanized angle. C. Support to the building construction and secure to duct. 6. Support flexible ducts with 16 gage, 1-inch wide galvanized straps,with span lengths as short as necessary to prevent sagging. 7. Support high velocity ducts as specified in"Vibration Isolation"Section. 3.04 ACCESS DOORS: A. Provide access door's as required to service each item of equipment mounted in the ductwork, including but not limited to- 1. Fire dampers. 2. Automatic control dampers. DUCTWORK AND ACCESSORIES GUINN SCHOOL 15850-7 r 3. coils. 4. Volume dampers. 5. Filters. B. Duct access doors shall be complete with latches,gaskets and frames,and shall be constructed in accordance with SMACNA manuals. Provide hinged doors wherever practicable, removable type otherwise. Access doors in lined or insulated ducts shall be insulated. C. Furnish access doors as specified in "Basic Mechanical Requirements' for installation in the general construction wherever duct access doors would not otherwise be accessible. D. Access doors shall be generously sized for the purpose intended. Demonstrate suitability of each to the satisfaction of the Architect. 3.05 TESTING: A. See Testing,Adjusting and Balancing Section. 3.06 COMPLETION: A. Complete each entire duct system, perform system pressure testing and cleaning operations, and leave each system in a condition with the coils cleaned, the filters clean, and debris and foreign material removed from the duct system. B. Install a suitable air diffuser,grille,or similar device to cover each duct outlet. C. Paint bare metal interior surfaces of ducts which can be seen through air inlets or outlets with a flat black paint. D. Operate systems and prove them to be free from excessive noise, free from perceptible air leaks,free from vibration,and capable of delivering the air quantities scheduled. END OF SECTION-DUCTWORK AND ACCESSORIES DUCTWORK AND ACCESSORIES GUINN SCHOOL 15850-8 r rSECTION 15855 rCENTRAL STATION AIR HANDLING UNITS PART I —GENERAL r1.01 RELATED DOCUMENTS A. The conditions of the Contract for Construction and the General Requirements of Division I of r the Specifications apply to the Work in this section. 1.02 WORK INCLUDED FA. Provide and install central station air handling units as scheduled. 1.03 RELATED WORK A. Section 15290-Duct Work Insulation. 1.04 REFERENCES A. ARI 430-Standard for Central Station Air Handling Units. B. NFPA 90A- Installation of Air Conditioning and Ventilation Systems. C. SMACNA-HVAC Duct Construction Standards. D. ARI 410-Standard for Forced Circulation Air-Cooling and Air-Heating Coils. E. ASHRAE 68 - Laboratory Method of Testing In-Duct Sound Power Measurement Procedure for Fans. 1.05 QUALITY ASSURANCE A. Air Handling Units: Product of manufacturer regularly engaged in production of components who issues complete catalog data on total product offering. B. Variable Air Volume Air Handling Units with Variable Frequency Drives: Certify air volume, static pressure, fan speed, brake horsepower and selection procedures in accordance with ARI 430. Certify units in wide-open position. If air handling units are not certified in accordance with ARI 430, contractor shall be responsible for expenses associated with testing of units after installation to verity performance of fan(s). Any costs incurred to adjust fans to meet scheduled capacities shall be the sole responsibility of the contractor. C. Air Coils: Certify capacities, pressure drops and selection procedures in accordance with ARI 410-87. 1.06 SUBMITTALS A. Submit unit performance including:capacity, nominal and operating performance. B. Submit Mechanical Specifications for unit and accessories describing construction, components and options. C. Submit shop drawings indicating overall dimensions as well as installation, operation and CENTRAL STATION AIR HANDLING UNITS GUINN SCHOOL 15855-1 service clearances. Indicate lift points and recommendations. Indicate unit shipping, installation and operating weights including dimensions. D. Submit data on electrical requirements and connection points. Include recommended wire and fuse sizes or MCA,sequence of operation,safety and start-up instructions. 1.07 DELIVERY, STORAGE,AND HANDLING A. Deliver products to site fully assembled up to practical shipping and rigging limitations. Units not shipped fully assembled shall have tags and airflow arrows on each section to indicate location and orientation in direction of airflow. Each section shall have lifting lugs or shipping skid to allow for field rigging and final placement of section. B. Deliver units to she with fan motors,sheaves,and bells completely assembled and mounted in units. Mount motors as specified in Article 2.04 Paragraph F and Article 2.05 Paragraph A. C. Store and protect products. D. Store in clean dry place and protect from weather and construction traffic. Handle carefully to avoid damage to components,enclosures,and finish. 1.08 ENVIRONMENTAL REQUIREMENTS A. Do not operate units for any purpose, temporary or permanent, until ductwork is clean, filters are in place, bearings lubricated,and fan has been test run under observation. 1.09 EXTRA STOCK A. Provide one set of disposable filters. PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Base bid shall be Trane Modular Climate Changer with approved alternate being Carrier and York. Products as manufactured by Carrier and York, 9 they comply with this specification, may be acceptable.Alternate will be considered after the job is awarded. 2.02 GENERAL A. Manufacturer must clearly define any exceptions made to Plans and Specifications. Mechanical Contractor is responsible for expenses that occur due to exceptions made. B. Factory fabricate air handling units of sizes, capacities, and configurations as scheduled on drawings. C. Provide unit mounting legs to support all sections of unit and raise unit for proper trapping. Contractor will be responsible for providing a housekeeping pad when unit mounting device is not of sufficient height to properly trap unit. Unit mounting devices not constructed of galvanized steel shall be chemically cleaned, coated with rust inhibiting primer, and finished with rust inhibiting enamel. 2.03 CASING A. Unit shall be constructed of a complete structural frame with removable panels. Removal of CENTRAL STATION AIR HANDLING UNITS GUINN SCHOOL 15855-2 side panels shall not affect the structural integrity of the unit. Contractor shall be responsible to provide connection flanges and all other framework that is needed on unit to ensure that removal of unit's panels shall not affect structural integrity. On units larger than 12 tons, manufacturer shall be able to ship each segment (filter, coil, fan) separate so that unit can be broken down for ease of installation in tight spaces B. Panels shall be fully removable to allow for a proper way to thoroughly clean panels of microbial growth and to access internal parts. If panels are not removable, then manufacturer shall provide access sections with doors between all internal components to ensure access and cleanability of the air handler. C. Construct casing sections located upstream of supply fan for operation at 4 inches water gage negative static pressure and casing sections located downstream of supply fan for operation at 6 inches water gage positive static pressure. D. All exterior panels and structural frames shall be constructed of G90-U galvanized steel. Casings not constructed of G90-U galvanized steel, casings with welds on exterior surfaces, or casings with welds on interior surfaces that have burned through to exterior surfaces shall be chemically cleaned, coated with rust inhibiting primer, and finished with rust inhibiting enamel in order to prevent premature corrosion and microbial growth. E. Seal and gasket all joints between exterior panels and structural frames with closed-cell foam gasketing for air seal and acoustical break. F. Casing shall have full size removable access doors. Access doors shall have double wall construction. Provide automotive style neoprene gasketing around full perimeter of access doors to prevent air leakage. Provide "ventlock" style non-corrosive alloy latches operable from the inside or outside of unit. If access doors open against unit operating pressure, provide safety latches that allow access doors to partially open after first handle movement and fully open after second handle movement. G. Insulate all sections handling conditioned air with 1" thick 1-1/2 lb. per cubic ft. density matte faced fiberglass or equivalent. Install insulation with adhesive. If edges of fiberglass insulation are exposed, the contractor shall be responsible for sealing exposed edges with mastic sealer to prevent erosion into the airstream. Insulation, adhesive, and mastic sealer (if required) shall conform to NFPA 90A. 2.04 DRAIN PAN CONSTRUCTION A. Providc sealed double wall drain pans constructed of G90-U galvanized steel exterior panels and G90-U galvanized steel interior liner. Encase insulation between exterior and interior walls. Drain pans shall be sloped in 2 planes;cross break interior pans and pitch toward drain connections to ensure complete condensate drainage. Units with cooling coils shall have drain pans under complete cooling coil section. Units with heating coils shall have a drain pan under complete heating coil segment to ensure proper drainage during cleaning. All drain pan connections will be to the side of the unit to enable proper trapping. Units without 2-way sloped drain pans shall coat drain pans with anti-microbial treatment. 2.05 FANS A. Provide supply fan section with airfoil type double width, double inlet centrifugal fan designed and suitable for class of service indicated in the unit schedule. Fan shaft to be properly sized and protectively coated with lubricating oil. Fan shafts shall be solid and properly designed so that fan shaft does not pass through first critical speed as unit comes up to rated RPM. Fans shall be statically and dynamically tested as an assembly at the required RPM to meet design CENTRAL STATION AIR HANDLING UNITS GUINN SCHOOL 15855-3 r specifications. Key fan wheels to fan shaft to prevent slipping. 1 Provide self-aligning, grease lubricated pillow-block ball bearings selected for L-50 200,000 hour average lie per ANSI/AFBMA 9. Extend both grease lubrication fittings to drive side of unit with plastic tubes and zerk fittings rigidly attached to drive side beating support. B. Mount fans on isolation bases. Internally mount motors on same isolation bases and internally isolate fans and motors with 2 inch spring isolators. Install flexible canvas ducts between fan and casings to ensure complete isolation. Flexible canvas ducts shall comply with NFPA 90A. If no isolators or flexible canvas duct is provided, then the entire unit shall be externally isolated from the supply duct work and piping by contractor in order to avoid transmission of noise and vibration through the ductwork. D. Fan sections shall have full height,double wall, hinged, removable access doors on drive side for inspection and maintenance of internal components. Construct doors in accordance with Paragraph 2.03 Paragraph E. I Provide marine lights inside fan sections. Construct marine lights of sealed glass fixtures with wire guards to keep electrical sockets dry and protect fixtures from damage. E. Fan sections shall have totally enclosed belt guards to prevent injury to mechanics who enter fan sections. Construct belt guards of galvanized expanded metal to allow viewing of belt tension. Belt guards shall have removable front and top panels and tach holes opposite fan and motor shafts. F. Weigh fan and motor assembly at AHU manufacturer's factory for isolator selection. Statically and dynamically balance fan section assemblies. Fan section assemblies include fan wheels, shafts, bearings, drives, belts, isolation bases and isolators. Allow isolators to free float when performing fan balance. Measure vibration at each fan shaft bearing in horizontal,vertical and axial directions. Balance at design RPM's as scheduled on drawings. G. For fan sections controlled by variable frequency drives, balance at all speeds between 25% and 100%of design RPM. 2.06 MOTORS AND DRIVES A. Factory install all motors on slide base to permit adjustment of belt tension. B. Fan Motors shall be heavy duty,open drip-proof,operable at 208 Volts, 60 Hz, 3-phase. C. V-Belt Drive shall be variable pitch rated at 1.2 times the motor nameplate. D. Manufacturer shall provide for each fan a nameplate with the listed information to assist air balance contractor in start up: 1. Fan and motor Sheave part number 2. Fan and motor bushing part number 3. #of belts and part numbers 4. Design RPM and Motor HP CENTRAL STATION AIR HANDLING UNITS GUINN SCHOOL 15855-4 5. belt tension and deflection 6. Center distance between shafts 2.07 COILS A. Coils shall be manufactured by the same company as the supplier of the air handling unit. Install coils such that headers and return bends are enclosed by unit casings. B. Construct coils of configuration plate fins and seamless tubes. Fins shall have collars drawn, belled and firmly bonded to tubes by means of mechanical expansion of tubes. Do not use soldering or tinning in bonding process. C. Construct coil casings of galvanized steel with formed end supports and top and bottom channels. If two or more coils are stacked in unit, install intermediate drain channels between coils to drain condensate to main drain pans without flooding lower coils or passing condensate through airstream. D. Water Cooling Coils 1. Clearly label supply and return headers on outside of units such that direction of coil water-flow is counter to direction of unit air-flo. 2. Coils shall be proof tested to 300 psig and leak tested to 200 psig air pressure under water. 3. Construct headers of round copper pipe or cast iron. 4. Construct tubes of 5/8 inch O.D. minimum 0.020 inch thick copper and construct fins of aluminum. 2.08 FILTER/MIXING BOX A. Provide factory fabricated filter/mixing box section of the same construction and finish as unit casings. Filter sections shall have filter guides and full height, double wall, hinged, removable access doors for filter removal. Construct doors in accordance with Article 2.03 Paragraph E. Provide filter blockoffs as required to prevent air bypass around filters. B. Mixing Boxes— 1. 1. Combination Filter Mixing Boxes — shall be furnished such that the filter velocity is in accordance with the velocities scheduled or specified. Access to the filters shall be provided on both sides. Fitters shall fit snugly to prevent air bypass. Each box shall be equipped with parallel blade mixing dampers, duct connection flanges and necessary fastener holes. Damper blades shall be parallel with the width of the air handling units. 2. Casing shall be lined with 1-inch fiberglass insulation. 2.09 DAMPERS A. Provide internally mounted ultra low leak outside air dampers as scheduled on drawings. Dampers shall be Ruskin CD60 double skin airfoil design or equivalent. Construct damper blades and damper frames of galvanized steel. Provide parallel blade action with metal compressible jamb seals and extruded vinyl blade edge seals. Blades shall rotate on stainless steel sleeve bearings. Damper blade lengths shall not exceed 60 inches. Leakage CENTRAL STATION AIR HANDLING UNITS GUINN SCHOOL 15855-5 r rate shall not exceed 5 CFM/square foot at one inch water gage and 9 CFWsquare foot at 4 inches water gage. All Leakage testing and pressure ratings will be based on AMCA Publication 500. B. Motorized automatic dampers shall be of the louver type with not less than 13 gage welded steel frames and galvanized finish. Blades shall have interlocking edges, stainless steel side springs (or vinyl or neoprene gaskets), and Teflon-coated stainless steel thrust washers. Blades shall be edged with neoprene if the damper is to operate in outside air service either as an intake or discharge damper. Damper blades shall have steel turnings mounted in nylon or oilite bearings. 2.10 ACCESS SECTIONS A. Access for inspection and cleaning of the unit drain pan, coils and fans sections shall be provided. The unit shall be installed for proper access. Procedure for proper access, inspection and cleaning of the unit shall be included in the maintenance manual. Access section shall have double wall, hinged, removable access doors on one sides of sections. Construct doors per Article 2.03 Paragraph E. 1. Provide marine lights inside access sections. Construct marine fights of sealed glass fixtures with wire guards to keep electrical sockets dry and protect fixtures from damage. 2.11 FACTORY INSTALLED VARIABLE FREQUENCY DRIVE/DISCONNECTS A. Combination Variable Frequency Drive/disconnects shall be properly sized, mounted, wired to the fan motor, and commissioned by the AHU manufacturer. Combination VFD / 1 disconnects shall include the VFD, a circuit breaker disconnect, and a Hand-Off-Auto (H-O-A) switch. An oversized control transformer, and ontoff binary output, and all interfacing wiring between the VFD and the DDC controller shall be provided with factory mounted controls. Factory mounting will facilitate temporary cooling, ventilation, and/or timely completion of the project. B. DISCONNECTS: VFD / disconnects shall be supplied with 600 VAC, 3 pole, magnetic instantaneous short circuit trip circuit breaker. A.through-the-door interlocking handle shall be spring loaded and designed to rest only in the full "ON*or "OFF*state. A concealed defeater mechanism will allow entry into the enclosure when the handle is in the "ON" position. A heavy duty snap action flange operated fusible disconnect switch is also acceptable. The blades shall be visible in the "OFF" position. A terminal guard shall be supplied on the line side terminals. NEMA Class R fuse clips and fuses shall be provided. C. ENCLOSURES: VFD / disconnects shall have NEMA Type 1 steel•open ventilated enclosures. D. VARIABLE FREQUENCY DRIVES: The VFD / disconnects shall be supplied with a high performance pulse width modulated (PWM) AC drive that generates a sine-code, variable voltage / frequency, three phase output for optimum speed control. Insulated gate bipolar output transistors(IGBT'S)shall ensure a low audible magnetic motor noise(0 60 Hz)of less than 2 Db (6 1 meter) above across the line operation. Power electronics shall provide at least 97%efficiency.The VFD shall have one 16 bit microprocessor control logic circuit board for all horsepower ratings. All programming shall be maintained in non-volatile RAM memory so the program will be maintained when power is removed. A digital operator keypad and display shall provide local control and readout for: run/stopfjog, speed, reset, volts, amps, Kilowatts, and diagnostics. Output current overload should be rated at 125%of motor FLA for one minute. The VFD shall have the following minimal protective features:current limited stall prevention, auto restart after momentary power loss, speed search for starting into rotating CENTRAL STATION AIR HANDLING UNITS GUINN SCHOOL 15855-6 motor, anti-windmill w/ DC injection before start, phase to phase short circuit protection, and ground fault protection. Ambient service temperature rating of -10 to 40 degrees C, and humidity rating to 95% non-condensing. The VFD shall meet or exceed UL, CSA, IEEE 444 (ANSI-C343), and IEC: 146A. E. FACTORY MOUNTING: VFD/ disconnects shall be mounted externally on the drive side of the air handling unit fan section. ensure four feet of mechanical room clearance in front of the starter for serviceability. F. FACTORY WIRING: VFD/disconnects shall be wired to fan motor in "liquid tight"conduit and junction boxes. Units with factory mounted controls shall also include power wiring from the starter control transformer to the control system transformers. A binary start-stop signal and an analog speed signal shall be wired complete from the direct digital controller to the VFD. Wiring methods shall comply with the National Electric Code and NFPA 90. G. FACTORY COMMISSIONING: Trained factory personnel shall ensure proper operation of the VFD by a thorough factory test. The VFD shall be properly set for the voltage and fun load amps of the actual motor supplied. 2.12 CONTROLS A. FACTORY MOUNTED DDC CONTROLS 1. A dedicated stand-alone DDC programmable control module shall be provided with each AHU. Control of more than one unit from a controller is not acceptable. This will ensure that a controller failure will not affect more than one AHU. 2. The controller and a majority of the control components shall be selected, mounted, wired, and tested by the AHU manufacturer. Unit mounted controls shall be covered by the AHU manufacturer's standard warranty of one year from AHU startup or 18 months from shipment, whichever comes first. Factory mounting will facilitate temporary heating, cooling, ventilation, and/or timely completion of the project. Field installed systems are acceptable with the engineer's approval of actuators,valves, sensors, and control drawings prior to bid day. 3. All programming required for operation shall be retained in permanent memory. Battery backup for a minimum of 72 hours is also permissible. 4. The Programmable Control Module shall be fully compatible with a Building Automation System. Complete communications and diagnostics including all Al, BI, AO, BO, set points, and alarms shall only require a twisted pair of wires. System optimization strategies shall be available to perform such energy management functions as resetting duct static downward until one VAV box is fully open, and resetting chilled water temperature upward until one valve is fully open. 5. Each controller shall have an LCD screen and keypad for user interface mounted on the unit it is controlling. System passwords are required to prevent unauthorized use. A portable service tool is acceptable, but one must be permanently mounted at each AHU. Local access to AHU status, set points, and alarms is critical. No exceptions will be permitted. 6. A manual reset low limit switch with a 20 foot element for each 25 square feet of coil area will shut down the fan,close the outside air damper, and open the heating valve to protect the unit. The low limit switches shall be factory mounted to maximize coil coverage. Field installation will be acceptable if the proper capillary clips are used and CENTRAL STATION AIR HANDLING UNITS GUINN SCHOOL 15855-7 1 all four comers of the coil and the coil face are uniformly protected. Averaging sensors must be installed with the same quality procedures across the coil face. 7. Two air handlers shall be chosen by owner representative for verification of factory mounting and commissioning controls and end devices per proper method sheets. Verification shall include testing system for proper wiring continuity and termination at controller and end devices.Tests shall include: 1) Test all actuating devices for proper linkage, stroke and travel. 2) Trip all manual reset low limit thermostats (freezestals) and reset. 3) Test all temperature sensing devices for proper sensing and range. 4) Test any optional relays and verify relays open and close as specified. 5)lf Starter is provided, have dielectric withstand test (Hi-Pot)- Test motor for insulation breakdown and wire shorting per UL specification.6)Test any and all wiring connectors required for split ship units. 7)Test all electrical power devices (transformers, etc.) for proper operation. All tests shall be witnessed by owners representative and a formal written report including test results shall be submitted to engineer. PART 3-EXECUTION 3.01 MODULAR CENTRAL STATION AIR HANDLER CONTROLS A. PROGRAMMABLE CONTROL MODULE: A dedicated standalone DDC programmable control module shall be provided with each air handier unit. Control of more than one unit from a controller is not acceptable. This will ensure that controller failure will not affect more than one air handier unit. B. UNIT MOUNTED DISPLAY AND KEYPAD: Each controller shall have an LCD screen and keypad for user interface mounted on the unit which it is controlling. System passwords are required to prevent unauthorized use. A portable service tool is acceptable,but one must be permanently mounted at each air handier unit. Local access to air handier unit status,setpoints and alarms is critical. No exceptions will be permitted. C. FACTORY MOUNTING: The controller and a majority of the control components shall be selected, mounted, wired and tested by the air handier manufacturer. Unit mounted controls shall be covered by the air handler manufacturer's standard warranty of one year from air handier startup or 18 months from shipment, whichever comes first. Factory mounting will facilitate temporary heating,cooling, ventilation, and/or timely completion of the project. Field installed systems are acceptable with the engineers approval of actuators,valves,sensors,and control drawings prior to bid day. D. PROGRAM MEMORY BACKUP: Ail programming required for operation shall be retained in permanent memory. Battery backup for a minimum of 72 hours is also permissible. E. MANUAL RESET LOW LIMITS AND AVERAGING SENSORS: A manual reset low limit switch with a 20-foot element for each 20 square feet of coil area will shut down the fan and close the outside air damper valve to protect the unit. The low limit switches shall be factory mounted to maximize coil coverage. Field installation will be acceptable if the proper capillary clips are used and all four comers of the coil and the coil face are uniformly protected. Averaging sensors must be installed with same quality procedures across the coil face. F. CONTROL DAMPERS: Control dampers shall be Ruskin CD60 or equivalent. Dampers shall be of airfoil design and galvanized construction. They shall be either parallel or opposed blade type with metal compressible jamb seals and extruded vinyl blade edge CENTRAL STATION AIR HANDLING UNITS GUINN SCHOOL 15855-8 r rseals on all blades. Blades shall rotate on stainless steel sleeve bearings. Maximum damper blade length shall be 60 inches. Leakage rate shall not exceed 8 cfm/square foot at one inch Wg and 12 cfm square foot at 4 inches Wg. Damper actuators shall be rf umished and mounted by the factory. G. BUILDING AUTOMATION SYSTEM: The Programmable Control Module shall be fully compatible with a Building Automation System. Complete communications and diagnostics including all Al, B1, AO, BO, setpoints and alarms shall only require a twisted pair of wires. System optimization strategies shall be available to perform such energy management functions as resetting duct static pressure downward until one VAV box is fully open,and resetting chilled water temperature upward until one valve is fully open. 3.02 SEQUENCE OF OPERATION A. OCCUPIED COOLING MODE: When the AHU is in the Occupied Cooling Mode, the Supply Fan will operate continuously or Frequency Inverter shall modulate to maintain the Duct Static Pressure, and the Cooling Coil Valve, will modulate in sequence to maintain Discharge Air Temperature. B. UNOCCUPIED MODE: When the AHU is in the Unoccupied Mode, the Supply Fan shall be OFF,the Frequency Inverter, Outdoor Air Damper, and Cooling Valve will be closed, and the Heating Valve will be fully open. C. NIGHT SETBACK / MORNING WARMUP HEATING MODE: When the AHU is in the Night Setback / Morning Warmup Heating Mode, the Supply Fan will operate continuously, the Frequency Inverter will modulate to maintain the Duct Static Pressure, the Outdoor Air Damper and Cooling Valve will be closed, the Return Air Damper will be fully open, and the Heating Valve will modulate to maintain the maximum heating Discharge Air Temperature setpoint. The unit shall signal all VAV Terminal Units to full flow until the Morning Warmup setpoint is reached and the AHU returns to occupied mode. D. SUPPLY FAN CONTROL: The Supply Fan will operate continuously whenever the AHU is in either the Occupied Cooling Mode or the Night Setback/Morning Warmup Heating Mode. The Supply Fan will be OFF whenever the AHU is in the Unoccupied Mode, the Stop/Auto interlock is open,the Mixed Air Low Limit is tripped, or the Supply Fan Status indicates a failure(after a two minute delay). The Low Limit and the Fan Failure require a manual reset. E. VARIABLE FREQUENCY DRIVE CONTROL: When the Supply Fan is ON, the Variable Frequency Drive will slowly ramp(adjustable) up to setpoint and modulate to maintain the proper Duct Static Pressure. VFD will close if the Supply Fan is OFF or the Duct Static Pressure Sensor fails. F. COOLING COIL VALVE CONTROL: The Cooling Valve will modulate to maintain the Discharge Air Temperature at the Discharge Cooling Setpoint. The Cooling Valve will be closed N the AHU is in the Heating mode coil, the Supply Fan is OFF, or the Discharge Air Sensor has failed. G. BUILDING AUTOMATION SYSTEM INTERFACE: The Building Automation System (BAS) shall send the AHU a Discharge Air Cooling Setpoint, and a Duct Static Pressure Setpoint. The BAS shall also send Start-up, Occupied, Unoccupied, Morning Warmup, Heating / Cooling, Economizer enable, Timed Override, Startup, Coastdown, Demand Limit, Duty Cycle, Night Setback, Purge, and Priority Shutdown commands. CENTRAL STATION AIR HANDLING UNITS GUINN SCHOOL 15855-9 If communication with the BAS is lost,the AHU uses its default setpoints and operates in the Occupied Cooling mode. The Economizer function is enabled based on the AHU Outdoor Air Temperature Sensor. AHU SYSTEM LEVEL CONTROL 1 Static Pressure Optimization of Discharge Air Temperature and Static Pressure Setpoints The building automation system shall monitor the damper position of all VAV terminal units and determine each VAV AHUs critical zone VAV terminal (CZ), which is the VAV terminal unit that is the widest open. When the CZ is more than 951% (adj) open, the supply fan discharge static pressure setpoint shall be reset downward by 100/o (adj) of the previous setpoint at a frequency of 10 minutes (adj) until the CZ is more than 97% open or the static pressure setpoint has reset downward to the system minimum setting or the inlet vanes(or Frequency Inverter)are at their minimum setting. When the CZ is less than 95'0/16 (adj) open and the-supply fan discharge static pressure setpoint is at the minimum setting, the discharge air temperature setpoint shall be reset upward in increments of 0.5 F (adj) at a frequency of 10 minutes (adj) and the static pressure setpoint held constant until the CZ is more than 97% (adj) open or the discharge air temperature is reset to its maximum setting of 10 F(adj)above design setting. The reverse control sequencing shall occur when the CZ is above 98% (adj) open until the discharge air temperature setpoint and the static pressure setpoint are at their design setpoints. The control bands, setpoint increment values, setpoint decrement values and adjustment frequencies shall be adjusted to maintain maximum static pressure optimization with stable system control and maximum comfort control. 2. VAV Box Reheat Interlock Control Each VAV box reheat shall be disabled from, or enabled for local control by the VAV box standalone controller. At a minimum,all boxes being served by an AHU shall be controlled as a group. Provide more groups as designated in the points list, drawings or elsewhere in this specification. H. The following points will be monitored and alarmed at the AHU controller and the BAS: 1. Supply air temp-Damper output% 2. Mixed air temp-Heat output% 3. Space temp-Fan modulation% 4 Duct static press.-Low limit status 5. Fan status-Heat(cool mode 6. Sensors Norm/Fail status-DDC loop parameters 7. Filter Norm/Dirty-Damper Min. Pos.% CENTRAL STATION AIR HANDLING UNITS GUINN SCHOOL 15855-10 1. The following points will be operator adjustable and/or automatically reset by a BAS program. 1. Cooling setpoint-Cool reset setpoint 2. Min. Position setpoint-Static press. setpoint 5. Damper open/close-Cool/Heat disable END OF SECTION-CENTRAL STATION AIR HANDLING UNITS CENTRAL STATION AIR HANDLING UNITS GUINN SCHOOL 15855-11 SECTION 15900 TEMPERATURE CONTROLS PART 1 —GENERAL 1.01 RELATED DOCUMENTS A. The conditions of the Contract for Construction and the General Requirements of Division I of the Specifications apply to the Work in this section. 1.02 WORK INCLUDED: A. This Section includes the furnishing and installation of complete temperature control systems for the building as described herein and indicated on the Drawings. B. The term "temperature controls" shall be construed to include controls for humidity, velocity, pressure,and temperature, etc.,where required, as well as indicating equipment. C. Provide a complete system utilizing direct digital control (DDC)components as indicated below. The system shall include electronic sensors and a digital system controller which can function as"stand alone" unit or as part of a computerized building automation system. 1. Safeties such as freezestats,smoke detectors and vibration switches shall be hardwired ■ electric controls. 2. Fan powered mixing box and variable air volume box controls with associated thermostats are Direct Digital Control. 1.03 SERVICE AND GUARANTEE: A. The control system shall be free from defects in workmanship and material and shall be guaranteed to perform in accordance with the intent of the Plans and Specifications. B. During the minimum one year guarantee period after completion of the original test of the installation and acceptance, provide service incidental to the proper performance, balancing, adjusting,and control of the system, at no additional cost to the Owner. 1.04 SUBMITTAL DATA: A. Electric or Electronic Systems- 1. Submit schematic diagrams showing relays,control valves,control dampers,malfunction alarm, switches and wiring plus other items not specified herein nor indicated on Drawings necessary to perform the functions. 2. Submit continuous line point-to-point wiring diagrams with wire identification on each control or instrumentation system. Where systems are similar,typical diagrams may be used. 3. Submit listings of all job specific software with annotations,programming manuals and other materials as necessary for the Owner to understand the programs and to modify them at a later date. TEMPERATURE CONTROLS GUINN SCHOOL 15900-1 B. Submit a specification or data sheet showing compliance with these Specifications for each item of instrumentation. C. Submit valve and damper sizing and pressure drop information. 1 D. Submit panel arrangement and dimensions, including location of instruments. E. Submit identification tag numbers for each item on the diagrams and data sheets. Data sheets shall properly reflect in every detail the specific item submitted. F. Submit maintenance brochures after completion of the Work. The maintenance brochure shall include operating instructions, specifications and instruction sheets for all instruments, and complete set of Record Drawings. 1.05 PACKAGED EQUIPMENT: A. Incorporate control elements fumished with packaged equipment into the overall system control. Such equipment includes,but may not be limited to- t. Air cooled chiller 2. Exhaust fans 3. Powered mixing boxes 4. Variable volume boxes 5. Air handling units 6. Water treatment equipment and control devices 1.06 CONTROL DEVICES A. All control devices shall be electric or electronic and shall be compatible with the DDC system. PART 2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Honeywell,Trane,Johnson Controls B. Inclusion in the above list does not indicate that the manufacturers'product will be acceptable by this Specification. All exceptions to the Specification must be detailed by paragraph with the bid. 2.02 ACTUATORS: A. Actuators shall be sized to operate their appropriate dampers or valves with sufficient reserve power to provide smooth modulating action or 2-position action as specified. In every instance where unbalanced forces preclude true proportioning action over the full range,and where two or more actuators are to be modulated in unison or sequence, provide positive positioners with adjustable start point and operating range on each actuator. B. Provide positive positioners for damper actuators on all air handling units. C. Provide damper actuators for automatic control dampers fumished with the air handling equipment. TEMPERATURE CONTROLS GUINN SCHOOL 15900-2 2.03 CONTROL VALVES: A. Shall be pressure and temperature rated equal to or greater than general service valves specified for the system. B. Sizing- 1. Valves shall be sized as indicated. 2. Two-position valve shall be line size unless otherwise indicated. 3. Modulating 3-way valves shall be installed with a balancing valve on the common port side and another balancing valve on the bypass port side, and shall be sized (unless otherwise indicated)to produce a full flow valve pressure drop approximating 1.5 times the full flow pressure drop of the unit(coil or heat exchanger) by-passed. C. Automatic control valves through 2-inches in size shall be brass body,threaded connections. Control valves 212-inches and larger shall be iron body with flanged connections. Unless otherwise indicated,valves shall have removable packing and be straight-thru pattern designed for tight shutoff and dead end service. D. Straight-thru valves shall be, unless otherwise indicated, single seated with equal percentage contoured or V-ported plugs. E. Provide equal percentage valves for proportioning water coil (air conditioning) control valve application. F. Butterfly valves - In-line or 3-way butterfly valves shall be heavy-duty pattern with linear flow characteristics and replaceable lining suitable for temperature of system,with aluminum bronze or stainless steel disc. 2.04 DAMPERS: A. Motorized automatic dampers shall be of the louver type with not less than 13 gage welded steel frames and galvanized finish. Blades shall have interlocking edges,stainless steel side springs (or vinyl or neoprene gaskets),and teflon coated stainless steel thrust washers. Blades shall be edged with neoprene if the damper is to operate in outside air service either as an intake or discharge damper. B. Dampers shall be not more than 48-inches in length between bearings. Modulating dampers shall be of the opposed blade type unless specified otherwise. Blades shall be not over 8-inches in width and shall not be less than 16 gage galvanized steel. Hardware shall be zinc plated. One damper actuator shall be provided for each 16 square feet of damper area. C. Provide dampers of low leakage construction,so designed that the maximum leakage shall be 10 cfm per square foot of damper with 4-inches WG pressure differential applied. 2.05 SMOKE DAMPERS: A. Smoke dampers shall meet all requirements of NFPA 90A and shall bear the UL label for leakage resistance(smoke)-UL 555 S. B. Smoke leakage shall be Classification 11 temperature Class B (250 F). 2.06 TEMPERATURE TRANSMITTERS: TEMPERATURE CONTROLS GUINN SCHOOL 15900-3 A. Duct mounted or insertion temperature transmitters shall have spans of 100 or 200 F., as required,direct acting linear proportional output,and locking covers. Averaging element sensors shall have a minimum of 20 foot capillary element. Multiple elements of less than 20 feet may be used providing the total element length equals 20 feet. Temperature sensors shall be of rigid stem except where averaging is required to get an accurate indication of the temperature. B. Sensing elements for pipe mounted instruments shall be of the rod and tube type with linear proportional direct acting output, and shall be furnished complete with locking covers and separable protecting wells filled with heat conductive compound. C. Transmitters shall be of corrosion resistant construction,factory calibrated,tamperproof,suitable for mounting on a vibrating surface,R capillary type sensors are used,exposed capillary shall be temperature compensated,armored or installed in protective tubing. 2.07 DIFFERENTIAL PRESSURE TRANSMITTERS: A. Direct acting,proportional linear output,with scale range selected so that the control point is in the approximate center of the scale range. 2.08 SPACE TEMPERATURE CONTROLLERS: A. "Thermostats"shall be electronic sensors connected to the Direct Digital Control System unless otherwise specified. B. Covers shall be same as thermostats. C. Provide unobtrusive button sensors in lobbies. 2.09 WATER FLOW SWITCHES: A. Shall be differential pressure switches. Those used in chilled water applications shall be vaporproof to prevent condensation on the electrical switch. B. Are specified to be furnished with certain equipment. Do not duplicate. C. The flow switches shall be installed in accordance with manufacturer's recommendations. D. Provide time delays as required for stable operation. 2.11 FREEZESTATS: A. Manual reset,continuous 20 foot element vapor tension type,adjustable set point, 15 F. to 55 F., mechanical stop to limit control point adjustment below predetermined minimum. The sensing element shall be responsive only to the lowest temperature along its entire length. B. Provide temperature sensing elements long enough to be serpentined across the entire face of the coil to be protected in accordance with the manufacturer's application recommendations. Provide multiple instruments where necessary to achieve proper representative sampling. C. Provide for both air handlers to shut down unit when temperature falls below its setpoint. 2.12 LOW LIMIT CONTROLS: TEMPERATURE CONTROLS GUINN SCHOOL 15900-4 r rA. Provide a proportional low limit temperature controller where specified. The low limit thermostat shall be located in the mixed air stream upstream of water coils, and shall limit the outside air Fdamper position to preclude coil freezing. 2.13 SMOKE DETECTORS: A. Smoke detectors as required by code shall be provided by Division 16. 2.14 LOCAL CONTROL PANELS: A. Provide "standard" unitized cabinets. Relays, switches, and similar devices, except limit controllers and other devices not included in the sequence of operations,shall be located inside fully enclosed steel cabinets. 2.15 MISCELLANEOUS: A. Provide transducers, 2-position relays, capacity relays and other controls necessary to comply with the scheduled control sequences and provide for properly operating the automatic control system. B. Provide time clocks,time delay relays,step controllers,contactors,flow switches,thermostats, pilot lights,pushbuttons,HAND/OFF/AUTOMATIC:switches,starters,panels and miscellaneous devices required, but not specifically specified elsewhere, to operate and control total project mechanical or electrical equipment as listed,specified,or scheduled, required by manufacturers of controlled equipment, or required by codes. PART 3- EXECUTION 3.01 ELECTRIC WIRING: A. Electric wiring and devices necessary for equipment operation in"HAND"position of motor starter selector switches (with temporary jumper between "HAND" terminal and source of control voltage) is included in the Electrical Section. Motor starters shall be arranged with overload contacts and safety cutout contacts wired in the switch leg of the control circuit between the switch side of the control voltage source and the "HAND"terminal of the starter(no contacts in the circuit between the constant terminal of the solenoid and the constant terminal of the control voltage source). B. Provide electric wiring in connection with the instrumentation system,installed by qualified control electricians, utilizing basic materials and methods specified in the Electrical Sections of the Specifications. 1. Normal sequence interlocks and contacts, including start-stop pushbuttons, shall be wired in a series, parallel, or series-parallel circuit as required to achieve the specified control sequence from the"HAND"terminal to the"AUTO"terminal of the cover mounted HAND-OFF-AUTO control switch furnished with the starter. 2. Normally closed safety devices related to motor driven equipment, specified for equipment protection shall be wired in series between the control circuit voltage source and the "HAND" terminal of the cover mounted HAND-OFF-AUTO control switch furnished with the starter, in such a manner that a tripped safety device will absolutely disable operation of the related motor. Remove temporary jumpers installed under Electrical Section. TEMPERATURE CONTROLS GUINN SCHOOL 15900-5 B. Provide the necessary electrical power conditioning equipment to assure protection and proper operation of the computer and each DSC. The purpose of this requirement is to assure that power line noise such as electrical spikes, noise bursts, or sags and surges to not induce nonprogrammed jumps,the processing of erroneous data,or result in microprocessor lockups or damage to the microelectronic circuitry. C. Low voltage wiring required by control systems shall be provided by the control contractor. D. Coordinate with electrical system supplier for any required electric circuits. Pay for any circuits not specifically specified to be provided. 3.02 FIELD MOUNTED INSTRUMENTS: A. Field mounted instruments shall be securely mounted on piping, ducts, casings, walls, or pipe stands. Instruments shall be located so as to avoid interference with access to other equipment. B. Field mounted instruments shall have laminated plastic name tags with tag numbers and service engraved on the tag. Tags shall be securely fastened to the instrument. Tags shall be black with white lettering. 3.03 PANEL MOUNTED INSTRUMENTS: A. Instruments shall be identified by laminated plastic nameplates. Instruments visible from the back 1 of the panel shall be identified by black laminated plastic nameplates with tag number and service. Each wire and tube shall be identified as shown on the submittals by permanent wire markers. B. Panel tubing or wiring shall be bundled and tied with plastic ties. Bundles shall be run parallel to panel lines and arranged to provide access to the instruments for service and maintenance. Devices shall be wired to marked terminal strips. Terminal strips shall have like functions grouped together. 3.04 "FAIL-SAFE"OPERATION: A. Control operators shall be selected, applied, and installed in such a manner that upon power failure or failure of the temperature control system air supply, for any reason, the "normal" position of each operator shall be such that no physical damage will be caused to any equipment, piping, or duct system,to the building,or to its contents,as a result of the failure. 3.05 DEMONSTRATION: A. Demonstrate that the instrumentation system and associated equipment is installed,calibrated, adjusted,and operating as specified. B. Perform the demonstration in company with the Owner's operating personnel. Coordinate timing of the demonstration with interested parties. C. Report operating conditions of the instrument air supply system after total system is complete and in normal operation. 3.06 TRAINING: A. Provide a minimum of 40 hours of hands-on training to familiarize the operating engineers with the completed system. B. Provide a minimum of 40 hours of training in the software and programming methods of the direct digital control system to two people designated by the Owner. TEMPERATURE CONTROLS GUINN SCHOOL 15900-6 C. Provide 16 hours of refresher training at the end of 6 months and again at the end of one year of operation. 3.07 CALIBRATION TOOLS: A. Provide one set of any special tools required for maintenance and calibration of the system at acceptance of the system. END OF SECTION-TEMPERATURE CONTROLS TEMPERATURE CONTROLS GUINN SCHOOL 15900-7 r rSECTION 15960 rENERGY MANAGEMENT AND CONTROL SYSTEM PARTI —GENERAL r1.01 RELARED DOCUMENTS A. The conditions of the Contract for Construction and the General Requirements of Division r I of the Specifications apply to the Work in this section. 1.01 WORK INCLUDED A. Provide a complete Energy Management and Control System (EMCS) including all computer hardware and software, data transmission links, wiring, adjustment, checkout and testing required for a fully operational system. 1.02 DESCRIPTION A. General: The control system shall be as indicated on the drawings and described in the specifications. B. Direct Digital Control (DDC) technology shall be used to provide the functions necessary for control of mechanical systems on this project. C. The control system shall accommodate simultaneous multiple user operation. Access to the control system data should be limited only by operator password. Multiple users shall have access to all valid system data. An operator shall be able to log onto any work- station on the control system and have access to all appropriate data. D. The control system shall be designed such that each mechanical system will be able to operate under stand-alone control. As such, in the event of a network communication failure, or the loss of any other controller, the control system shall continue to independently operate under control. E. Communication between the control panels and all work-stations shall be over a high speed network. All nodes on this network shall be peers. The operator shall not have to know the panel identifier or location to view or control an object. Application Specific Controllers*shall be constantly scanned by the network controllers to update point information and alarm information. F. The documentation is schematic in nature. The Contractor shall provide hardware and software necessary to implement the functions and sequences shown. 1.03 APPROVED CONTROL SYSTEM CONTRACTORS A. Approved Control System Contractors: Company Name Trane Company Johnson Controls Honeywell 1.04 QUALITY ASSURANCE ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-1 A. System Installer Qualifications 1. The Installer shall have an established working relationship with the Control System Manufacturer of not less than three years. 2. The Installer shall have successfully completed Control System Manufacturer's classes on the control system. The Installer shall present for review the certification of completed training, including the hours of instruction and course outlines upon request. 3. The installer shall have an office within [50] miles of the project site and provide 24 hour response in the event of a customer call. B. Codes and Standards: Meet requirements of all applicable standards and codes, except when more detailed or stringent requirements are indicated by the Contract Documents, including requirements of this Section. 1. Underwriters Laboratories: Products shall be UL-916-PAZX listed. 2. National Electrical Code--NFPA 70. 3. Federal Communications Commission -- Part J. 4. ASHRAE/ANSI 135-1995(BACnet) C. All products used in this installation shall be new, currently under manufacture, and shall be applied in similar installations for a minimum of[2]years. This installation shall not be used as a test site for any new products unless explicitly approved by the Owner's representative in writing prior to bid date. Spare parts shall be available for at least 5 years after completion of this contract. 1.05 SYSTEM PERFORMANCE A. Performance Standards. The system shall conform to the following: 1. Graphic Display. The system shall display a graphic with a minimum of [20] dynamic points. All current data shall be displayed within [20] seconds of the request. 2. Graphic Refresh. The system shall update all dynamic points with current data within[30]seconds. 3. Object Command. The maximum time between the command of a binary object by the operator and the reaction by the device shall be [10] seconds. Analog objects shall start to adjust within[10]seconds. 4. Object Scan. All changes of state and change of analog values shall be transmitted over the high-speed network such that any data used or displayed at a controller or work-station will be current,within the prior 60 seconds. 5. Alarm Response Time. The maxim'um time from when an object goes into alarm to when it is annunciated at the work-station shall not exceed 45 seconds. 6. Program Execution Frequency. Custom and standard applications shall be capable of running as often as once every [5] seconds. The Contractor shall be ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-2 responsible for selecting execution times consistent with the mechanical process under control. 7. Performance. Programmable Controllers shall be able to execute DDC PID control loops at a selectable frequency from at least once every[5]seconds. The controller shall scan and update the process value and output generated by this calculation at this same frequency. 8. Multiple Alarm Annunciation. All work-stations on the network shall receive alarms within 5 seconds of each other. 9. Reporting Accuracy. Table 1 lists minimum acceptable reporting accuracies for all values reported by the specified system. Table I-- Reporting Accuracy Measured Variable Reported Accuracy Space temperature ±0.5°C[:t--1 OF] Ducted air *1.0*C[t2°F] Outside air ±1.0*C[t2°F] Water temperature t0.5°C[i:1 OF] Delta-T 10.15-C[±0.25-F] Water flow ±50/6 of full scale Air flow(terminal) ±1 00/6 of reading *Note I Air flow(measuring stations) ±5%of reading Air pressure(ducts) ±25 Pa[±0.1 "W.G.] Water pressure ±2%of full scale *Note 2 Electrical Power 50/6 of reading *Note 3 Note 1:(10%-100%of scale)(cannot read accurately below 10%) Note 2:for both absolute and differential pressure Note 3:*not including utility supplied meters 1.06 SUBMITTALS A. Contractor shall provide shop drawings and manufacturers' standard specification data sheets on all hardware and software to be provided. No work may begin on any segment of this project until submittals have been reviewed by the Engineer and Owner for conformity with the plan and specifications. Six (6) copies are required.All shop drawings shall be done on AutoCAD,and provided to the Owner on a 3.5"floppy diskette. B. Quantities of items submitted shall be reviewed by the Engineer. Such review shall not relieve the contractor from furnishing quantities required for completion. C. Provide the Engineer and Owner, any additional information or data which is deemed necessary to determine compliance with these specifications or which is deemed valuable in documenting the system to be installed. D. Submit the following within[60]days of contract award: 1. A complete bill of materials of equipment to be used indicating quantity, manufacturer and model number. 2. A schedule of all control valves including the valve size, model number(including pattern and connections),flow,CV, pressure rating,and location. ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-3 3. A schedule of all control dampers. This shall include the damper size, pressure drop, manufacturer and model number. 4. Provide manufacturers cut sheets for major system components. When manufacturer's cut sheets apply to a product series rather than a specific product, the data specifically applicable to the project shall be highlighted or clearly indicated by other means. Each submitted piece of literature and drawings shall clearly reference the specification and/or drawing that the submittal is being submitted to cover. Include: a. Building Controllers b. Custom Application Controllers C. Application Specific Controllers d. Operator Interface Computer e. Portable Operator Workstation f. Auxiliary Control Devices 9. Proposed control system riser diagram showing system configuration, device locations,addresses,and cabling. h. Detailed termination drawings showing all required field and factory termination's. Terminal numbers shall be clearly labeled. I. Points list showing all system objects, and the proposed English language object names. j. Sequence of operations for each system under control. This sequence shall be specific for the use of the Control System being provided for this project. k. Provide a BACnet Product Implementation Conformance Statement (PICS)for each BACnet device type in the submittal. I. Color prints of proposed graphics with a list of points for display. E. Project Record Documents: Upon completion of installation submit three (3) copies.of record (as-built)documents. The documents shall be submitted for approval prior to final completion and include: 1 Project Record Drawings-These shall be as-built versions of the submittal shop drawings. One set of magnetic media including CAD DWG or.DXF drawing files shall also be provided. 2. Testing and Commissioning Reports and Checklists. 3. Operating and Maintenance (0 & M) Manual -These shall be as-built versions of the submittal product data. In addition to that required for the submittals, the 0 & M manual shall include: a. Names, address and 24-hour telephone numbers of Contractors installing equipment, and the control systems and service representative of each. b. Operators Manual with procedures of operating the control systems including logging on/off, alarm handling, producing point reports, trending data, overriding computer control, and changing set points and other variables. C. Programming Manual with a description of the programming language including syntax, statement descriptions including algorithms and calculations used, point database creation and modification, program creation and modification,and use of the editor. d. Engineering, Installation and Maintenance Manual(s)that explains how to design and install new points, panels, and other hardware; preventative ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-4 r rmaintenance and calibration procedures; how to debug hardware problems; and how to repair or replace hardware. e. A listing and documentation of all custom software created using the programming language including the point database. One set of magnetic media containing files of the software and database shall also be provided f. One set of magnetic media containing files of all color-graphic screens created for the project. 9. A list of recommended spare parts with part numbers and supplier. h. Complete original issue documentation, installation and maintenance information for all third party hardware provided including computer equipment and sensors. i. Complete original issue diskettes for all software provided including operating systems, programming language, operator work-station software,and graphics software. j. Licenses, Guarantee, and Warrantee documents for all equipment and systems. k. Recommended preventive maintenance procedures for all system components including a schedule of tasks (inspection, cleaning, calibration,etc.),time between tasks, and task descriptions. F. Training Manuals: The Contractor shall provide a course outline and training manuals for all training classes at least six weeks prior to the first class.The Owner reserves the right to modify any or all of the training'course outline and training materials. Review and approval by Owner and Engineer and shall be completed at least 3 weeks prior to first class. 1.10 WARRANTY A. Warrant all work as follows: 1. Labor & materials for control system specified shall be warranted free from defects for a period of twelve (12) months after final completion acceptance by the Owner. Control System failures during the warranty period shall be adjusted, repaired, or replaced at no charge or reduction in service to the Owner. The Contractor shall respond to the Owner's request for warranty service within 24 hours during customary business hours. 2. At the end of the final start-uptlesting, if equipment and systems are operating satisfactorily to the Owner and Engineer, the Owner shall sign certificates certifying that the control system's operation has been tested and accepted in accordance with the terms of this specification. The date of Owners acceptance shall be the start of warranty. 3. Operator work-station software, project specific software, graphics, database, and firmware updates shall be provided to the Owner at no charge during the warranty period. Written authorization by Owner must, however, be granted prior to the installation of such changes. 1.11 OWNERSHIP OF PROPRIETARY MATERIAL A. All project developed hardware and software shall become the property of the Owner. These include but are not limited to: 1. Project graphic images, 2. Record drawings, ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-5 3. Project database, 4. Job-specific application programming code, 5. All documentation. PART 2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Acceptable systems are: Control System Manufacturer Product Line Trane Company Tracer Summit Johnson Controls Metasys Honeywell ExceI5000 B. The Contractor shall use only listed manufacturers products as shown in section I of this division. When a product or component is referred to by manufacturer's name andt6r model number,the Contractor shall use only that product. 2.02 OPERATOR INTERFACE A. Operator Interface. Furnish one PC based work-stations as shown on the system drawings. Each of these work-stations shall be able to access all information in the system. These work-stations shall reside on the same high speed network as the building controllers, and also be able to dial into the system. B. Work-station information access shall use the BACnet Protocol. Communication shall use the ISO 8802-3 (Ethernet) or ARCNET (ASTM 878.1) Physical/Data Link layer protocol. Remote communications shall use the BACnet Point to Point Physical/Data Link Layer Protocol. Work-station shall be located in the first floor mechanical room or owner specified room. C. Hardware. Each operator work-station shall consist of the following: 1. Personal Computer. Furnish IBM compatible PCs as shown on the drawings. The CPU shall be a minimum of an Intel Pentium and operate at a minimum of 200 MHz. A minimum of 32 Megabytes of RAM, one 1.44 Megabytes 3.5 inch diskette drive, 4X CD ROM drive, and a 1 Gigabit hard disk with a minimum access time of 12 milliseconds shall be provided.A two button mouse will also be provided. Furnish all required serial, parallel, and network communication ports, and all cables for proper system operation. The PC shall have a minimum of a 14"SVGA monitor. 2. Printers. Each work station shall have U printers, with tractor feed, and associated cables. Each printer shall be capable of a minimum 160 characters per second operation and be compatible with standard parallel or serial communications. Supply one box of minimum 2000 sheets of printer paper and two(2) printer ribbons or cartridges. 3. BACnet. The PCWS shall use the Read (Initiate) and Write (Execute) Services as defined in Clauses 15.5 and 15.8, respectively, of ASHRAE Standard 135-95, to communicate with BACnet objects in the internetwork. Objects supported shall include: Analog input, analog output, analog value, binary input, binary output, binary value, device. D. System Software ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15%0-6 r 1. Operating System. Furnish a commercially available, concurrent mufti-tasking operating system. The operating system shall also support the use of other common software applications that operate under DOS or Microsoft Windows. Acceptable operating systems are Windows 95/98. 2. System Graphics. The Operator Work-station software shall be graphically oriented. The system shall allow display of up to 10 graphic screens at once for comparison and monitoring of system status. Provide a method for the operator to easily move between graphic displays and change the size and location of graphic displays on the screen. The system graphics shall be able to be modified while on line. An operator with the proper password level shall be able to add, delete, or change dynamic points on a graphic. Dynamic points shall include analog and binary values, dynamic text, static text, and animation files. Graphics shall have the ability to show animation of equipment. a. Custom Graphics. Custom graphic files shall be created with the use of commonly available graphics packages such as PC Paint. The graphics generation package shall create and modify graphics that are saved in industry standard formats such as PCX, BMP, GIF and JPEG. The graphics generation package shall also provide the capability of capturing or converting graphics from other programs such as Designer, or AutoCAD. b. Graphics Library. Furnish a complete library of standard HVAC equipment such as chillers, boilers, air handlers,terminals, fan coils, and unit ventilators.This library shall also include standard symbols for other equipment including fans, pumps, coils, valves, piping, dampers, and duct-work. The library shall be furnished in a file format compatible with the graphics generation package program. C. Engineering Units. Allow for selection of the desired engineering units (i.e. Inch pound or SI) in the system. Unit selection shall be able to be customized by locality to select the desired units for each measurement. Engineering units on this project shall be: Standard Inch Pound. E. System Applications. Each work-station shall provide operator interface and off-line storage of system information. Provide the following applications at each work-station. 1. Automatic System Database Save and Restore. Each work-station shall store on the hard disk a copy of the current database of each building controller. This database shall be updated whenever a change is made in any panel in the system. The storage of this data shall be automatic and not require operator intervention. In the event of a database loss in a building management panel,the first work-station to detect the loss shall automatically restore the database for that panel. 2. Manual Database Save and Restore. A system operator with the proper password clearance shall be able to archive the database from any system panel and store on magnetic media. The operator shall also be able to clear a panel database and manually initiate a download of a specified database to any panel in the system. 3. System Configuration. The work-station software shall provide a graphical method of configuring the system. The user with proper security shall be able to ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-7 add new devices, and assign modems to devices. This shall allow for future 1 system changes or additions. 4. On-Line Help. Provide a context sensitive, on line help system to assist the operator in operation and editing of the system. On line help shall be available for all applications and shall provide the relevant data for that particular screen. Additional help information shall be available through the use of hypertext. 5. Security. Each operator shall be required to log on to the system with a user name and password in order to view, edit, add, or delete data. System security shall be selectable for each operator. The system supervisor shall have the ability to set passwords and security levels for all other operators. Each operator password shall be able to restrict the operators access for viewing and/or changing each system application, full screen editor, and object. Each operator shall automatically be logged off of the system if no keyboard or mouse activity is detected. This auto logoff time shall be set per operator password. All system security data shall be stored in an encrypted format. 6. System Diagnostics. The system shall automatically monitor the operation of all work-stations, printers, modems, network connections, building management panels, and controllers. The failure of any device shall be annunciated to the operator. 7. Alarm Processing. Any object in the system shall be configurable to alarm in and out of normal state. The operator shall be able to configure the alarm limits, warning limits, states, and reactions for each object in the system. a. Alarm Reactions. The operator shall be able to determine what actions, if any, are to be taken, by object (or point), during an alarm. Actions shall include logging, printing, starting programs, displaying messages, dialing out to remote stations, paging, providing audible annunciation or displaying specific system graphics. Each of these actions shall be configurable by work-station and time of day. An object in alarm that has not been acknowledged within an operator specified time period shall be re-routed to an alternate operator specified alarm receipt device. b. Binary Alarms. Each binary object shall be set to alarm based on the operator specified state. Provide the capability to disable alarming when the associated equipment is turned off or is being serviced. C. Analog Alarms. Each analog object.shall have both high and low alarm limits and warning limits. Alarming must be able to be automatically and manually disabled. 8. Trend Logs. The operator shall be able to define a custom trend log for any data in the system. This definition shall include interval, start-time, and stop-time. Trend intervals of 1, 5, 15, 30, and 60 minutes as well as once a shift (8 hours), once a day, once a week, and once a month shall be selectable. All trends shall start based on the hour. Each trend shall accommodate up to 64 system objects. The system operator with proper password shall be able to determine how many samples are stored in each trend. Trend data shall be sampled and stored on the Building Controller panel and be archived on the hard disk. Trend data shall be able to be viewed and printed from the operator interface software. They shall also be storable in a tab delimited ASCII format for use by other industry standard word processing and spreadsheet packages. ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-8 r 9. Alarm and Event Log. The operator shall be able to view all logged system alarms and events from any location in the system. Events shall be listed chronologically. An operator with the proper security level may acknowledged and clear alarms. All that have not been cleared by the operator shall be archived to the hard disk on the work-station. 10. Object and Property Status and Control. Provide a method for the operator with proper password protection to view, and edit if applicable, the status of any object and property in the system. These statuses shall be available by menu, on graphics, or through custom programs. 11. Clock Synchronization. The real time clocks in all building control panels and work-stations shall be synchronized on command of an operator. The system shall also be able to automatically synchronize all system clocks, daily from any operator designated device in the system. The system shall automatically adjust for daylight savings and standard time if applicable. 12. Reports and Logs. Provide a reporting package that allows the operator to select, modify, or create reports. Each report shall be definable as to data content, format, interval, and date. Report data shall be archived on the hard disk for historical reporting. Provide the ability for the operator to obtain real time logs of designated lists of objects. Reports and logs shall be stored on the PC hard disk in a format that is readily accessible by other standard software applications including spreadsheets and word processing. Reports and logs shall be readily printed to the system printer. The operator shall be able to designate reports that shall be printed or stored to disk at selectable intervals. a. Custom Reports: Provide the capability for the operator to easily define any system data into a daily, weekly, monthly, or annual report. These reports shall be time and date stamped and shall contain a report title and the name of the facility. b. Standard Reports. The following standard system reports shall be provided for this project. These reports shall be readily customized to the project by the owner. i. Electrical Meter Report: Provide a monthly report showing the daily electrical consumption and peak electrical demand for each building meter. Provide an annual (12 month) summary report showing the monthly electrical consumption and peak demand for each meter. F. Work-station Applications Editors. Each PC work-station shall support full screen editing of all system applications. Provide editors for each application at the PC work-station. The applications shall be downloaded and executed at the appropriate*controller panels. 1. Controller. Provide a full screen editor for each type controller and application, that shall allow the operator with proper password to view and change the configuration, name, control parameters,and system set-points. 2. Scheduling, An editor for the scheduling application shall be provided at each work-station. Provide a monthly calendar for each schedule. Exception schedules and holidays shall be shown clearly on the calendar. Provide a method for allowing several related objects to follow a schedule. The advance and delay time for each object shall be adjustable from this master schedule. ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-9 a. An operator with proper password level shall be able to modify the schedule. Schedules shall be able to be easily copied between objects and/or dates. 3. Equipment Coordination. Provide a full screen editor that allows equipment to be grouped for proper operation as specified in the sequence of operations. This shall include the coordination of VAV boxes with their associated Air Handling Equipment. 4. Chiller System - The chiller plant control application shall be configured using a full screen editor and shall provide operating status for the system. The display shall include: a. System mode of the chiller plant b. Chiller enable/disable status C. System supply water setpoint d. System supply and return water temperature e. System Chilled water pump status f. System Chilled water flow 9- Current chiller plant control operation h. Add information i. Subtract information j. System failure information k. Chiller failure information 1. Override capabilities to force an add control, subtract control, or change of sequence. 5. Custom Application Programming. Provide the tools to create, modify, and debug custom application programming. The operator shall be able to create, edit, and download custom programs at the same time that all other system applications are operating. The system shall be fully operable while custom routines are edited, compiled, and downloaded. The programming language shall have the following features: a. The language shall be English language oriented and be based on the syntax of programming languages such as BASIC. It shall allow for free form or fill in the blank programming. Alternatively, the programming language can be graphically-based using function blocks as long as blocks are available that directly provide the functions listed below, and that custom or compound function blocks can be created. b. A full screen character editor/programming environment shall be provided. The editor shall be cursor/mouse-driven and allow the user to insert, add, modify, and delete code from the custom programming. It shall also incorporate word processing features such as cut/paste and find/replace. C. The programming language shall allow independently executing program modules to be developed. Each module shall be able to independently enable and disable other modules. d. The editor/programming environment shall have a debugging/simulation capability that allows the user to step through the program and to observe any intermediate values and or results. The debugger shall also provide error messages for syntax and execution errors. ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-10 r e. The programming language shall support conditional statements (IFfrHEN/ELSEIELSE-IF) using compound Boolean (AND, OR, and NOT) and/or relations (EQUAL, LESS THAN, GREATER THAN, NOT EQUAL)comparisons. f. The programming language shall support floating point arithmetic using the following operators: +, -, /, x, square root, and xy. The following mathematical functions shall also be provided: natural log, log, absolute value, and minimum/maximum value from a list of values. 9. The programming language shall have pre-defined variables that represent clock time, day of the week, and date. Variables that provide interval timing shall also be available. The language shall allow for computations using these values. h. The programming language shall have ability to pre-defined variables representing the status and results of the System Software, and shall be able to enable, disable, and change the values of BACnet objects in the system. 2.03 SYSTEM SOFTWARE A. Furnish the following applications software for building and energy management. All software applications shall reside and run in the system controllers. Editing of applications shall occur at the operator work-station. B. System Security 1. User access shall be secured using individual security passwords and user names. 2. Passwords shall restrict the user to only the objects, applications, and system functions as assigned by the system manager. 3. User logon/logoff attempts shall be recorded. 4. The system shall protect itself from unauthorized use by automatically logging off following the last keystroke. The delay time shall be user definable. C. Scheduling. Provide the capability to schedule each object or group of objects in the system. Each of these schedules shall include the capability for start, stop, optimal start, optimal stop, and night economizer actions. Each schedule may consist of up to [101 events. When a group of objects are scheduled together, provide the capability to define advances and delays for each member. Each schedule shall consist of the following: 1. Weekly Schedule. Provide separate schedules for each day of the week. 2. Exception Schedules. Provide the ability for the operator to designate any day of the year as an exception schedule. This exception schedule shall override the standard schedule for that day. Exception schedules may be defined up to a year in advance. Once an exception schedule is executed it will be discarded and replaced by the standard schedule for that day of the week. 3. Holiday Schedules. Provide the capability for the operator to define up to [991 special or holiday schedules. These schedules may be placed on the scheduling ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-11 calendar and will be repeated each year. The operator shall be able to define the length of each holiday period. 4. Optimal Start/Stop. The scheduling application outlined above shall support an optimal start/stop algorithm. This shall calculate the thermal characteristics of a zone and start the equipment prior to occupancy to achieve the desired space temperature at the specified occupancy time. The algorithm shall calculate separate sets of heating and cooling rates for zones that have been unoccupied for less then and greater than 24 hours. Provide the ability to modify the start/stop algorithm based on outdoor air temperature. Provide an early start limit in minutes to prevent the system from starting before an operator determined time limit. D. Alarm Reporting. The operator shall be able to determine the action to be taken in the event of an alarm. Alarms shall be routed to the appropriate work-stations based on time and other conditions. An alarm shall be able to start programs, be logged in the event log, printed,generate custom messages graphics. E Remote Communications. The system shall have the ability to dial out in the event of an alarm. Receivers shall include PC Workstations, and Alpha-numeric pagers. The alarm message shall include the name of the calling location, the device that generated the alarm, and the alarm message Itself. The operator shall be ably to remotely access and operate the system using dial up communications in the same format and method used on site under section 2.1 (Operator Interface). F. Demand Limiting. 1. The demand limiting program shall monitor building power consumption from signals generated by a pulse generator (provided by others) mounted at the building power meter, or from a waft transducer or current transformer attached to the building feeder lines. 2. The demand limiting program shall be based on a predictive sliding window algorithm. The sliding window duration and sampling interval shall be set equal to that of the local Electrical Utility. 3. Control system shall be capable of demand limiting by resetting HVAC system set-points to reduce load while maintaining Indoor Air Quality, (humidity, VOC, CO2)and comfort control in the space. 4. Input capability shall also be provided for an end-of-billing period indication. G. Maintenance Management. The system shall monitor equipment status and generate maintenance messages based upon user designated run time, starts, and/or calendar date limits. H. PID Control. A PID (proportional-integral-derivative) algorithm with direct or reverse action and anti-wind-up shall be supplied. The algorithm shall calculate a time-varying analog value used to position an output or stage a series of outputs. The controlled variable, set-point, and PID gains shall be user-selectable. The set-point shall optionally be chosen to be a reset schedule. 1. Staggered Start. This application shall prevent all controlled equipment from simultaneously restarting after a power outage. The order in which equipment(or groups of equipment) is started, along with the time delay between starts shall be user- selectable. ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-12 J. System Calculations. Provide software to allow instantaneous power (e.g. KW), flow rates (e.g. Us [GPM]) to be accumulated and converted to energy usage data. Provide an algorithm that calculates a sliding-window KW demand value. Provide an algorithm that calculates energy usage and weather data(heating and cooling degree days). These items shall all be available for daily,previous day, monthly and the previous month. K. Anti-Short Cycling. All binary output points shall be protected from short cycling. This feature shall allow minimum on-time and off-time to be selected. 2.04 BUILDING CONTROLLERS A. General. Provide Building Controllers to provide the performance specified in section I of this division. Each of these panels shall meet the following requirements. 1. The Building Automation System shall be composed of one or more independent, stand-alone, microprocessor based Building Controllers to manage the global strategies described in System software section. 2. The Building Controller shall have sufficient memory to support its operating system,database,and programming requirements. 3. The controller shall provide a communications port for connection of the Portable Operators Terminal using Point to Point BACnet physical/data link layer protocol or a connection to the inter-network. 4. The operating system of the Controller shall manage the input and output communications signals to allow distributed controllers to share real and virtual point information and allow central monitoring and alarms. 5. Controllers that perform scheduling shall have a real time clock. 6. Data shall be shared between networked Building Controllers. 7. The Building Controller shall continually check the status of its processor and memory circuits. If an abnormal operation is detected,the controller shall: a. Assume a predetermined failure mode. b. Generate an alarm notification. 8. BACnet. The Building Controller shall use the Read (initiate) and Write(Execute) Services as defined in Clauses 15.5 and 15.8, respectively, of ASHRAE Standard 135-95, to communicate with BACnet objects in the internetwork. Objects supported shall include: Analog input, analog output, binary input, binary output, device. B. Communications. Each Building Controller shall reside on a BACnet inter-network using the ISO 8802-3 (Ethernet) or ARCNET (ASTM 878.1) Physical/Data Link layer protocol. Each Building Controller shall also perform routing to a network of Custom Application and Application Specific Controllers. C. Environment. Controller hardware shall be suitable for the anticipated ambient conditions. Controller used in conditioned ambient shall be mounted in an enclosure, and shall be rated for operation at 0 C to 50 C[32 F to 120 F]. ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-13 D. Serviceability. Provide diagnostic LEDs for power, communications, and processor. All wiring connections shall be made to field removable, modular terminal strips or to a termination card connected by a ribbon cable. E. Memory. The Building Controller shall maintain all BIOS and programming information in the event of a power loss for at least 72 hours. F. Immunity to power and noise. Controller shall be able to operate at 90% to 110% of nominal voltage rating and shall perform an orderly shut-down below 80% nominal voltage. 2.05 CUSTOM APPLICATION CONTROLLERS A. General. Provide Custom Application Controllers to provide the performance specified in section 1 of this division. Each of these panels shall meet the following requirements. 1. The Building Automation System shall be composed of one or more independent, stand-alone, microprocessor based Building Controllers to manage the local strategies described in System software section. 2. The Controller shall have sufficient memory to support its operating system, database,and programming requirements. 3. Controllers that perform scheduling shall have a real time clock. 4. The operating system of the Controller shall manage the input and output communications signals to allow distributed controllers to share real and virtual point information and allow central monitoring and alarms. 5. Data shall be shared between networked Controllers. 6. The Controller shall continually check the status of its processor and memory circuits. If an abnormal operation is detected,the controller shall: a. Assume a predetermined failure mode. b. Generate an alarm notification. B. Environment. Controller hardware shall be suitable for the anticipated ambient conditions. 1. Controllers used outdoors and/or in wet ambient shall be mounted within NEMA 4 Type waterproof enclosures,and shall be rated for operation at-40 C to 65 C[-40 F to 150 F]. 2. Controller used in conditioned ambient shall be mounted in NEMA 1 Type rated enclosures,and shall be rated for operation at 0 C to 50 C [32 F to 120 F]. C. Serviceability. Provide diagnostic LEDs for power, communications, and processor. All 1 wiring connections shall be made to field removable, modular terminal strips or to a termination card connected by a ribbon cable. D. Memory. The Controller shall maintain all BIOS and programming information in the event of a power loss for at least 72 hours. E. Immunity to power and noise. Controller shall be able to operate at 90% to 110% of nominal voltage rating and shall perform an orderly shut-down below 80% nominal voltage. ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-14 r r 2.06 APPLICATION SPECIFIC CONTROLLERS FA. General. Application specific controllers (ASC) are microprocessor-based DDC controllers which through hardware or firmware design are dedicated to control a specific piece of equipment. They are not fully user programmable, but are customized for operation within the confines of the equipment they are designed to serve. 1. Each ASC shall be capable of stand-alone operation and shall continue to provide control functions without being connected to the network. 2. Each ASC will contain sufficient 1/0 capacity to control the target system. B. Environment. The hardware shall be suitable for the anticipated ambient conditions. 1 Controllers used outdoors and/or in wet ambient shall be mounted within NEMA 4 Type waterproof enclosures, and shall be rated for operation at-40 C to 65 C [-40 F to 150 Fl. 2. Controller used in conditioned ambient shall be mounted in NEMA I Type rated enclosures,and shall be rated for operation at 0 C to 50 C[32 F to 120 F]. C. Serviceability. Provide diagnostic LEDs for power, and communications. All wiring connections shall be made to field removable, modular terminal strips or to a termination card connected by a ribbon cable. D. Memory. The Application Specific Controller shall maintain all BIOS and programming information in the event of a power loss for at least 90 days. E. Immunity to Power and noise. Controller shall be able to operate at 90% to 110% of nominal voltage rating and shall perform an orderly shut-down below 80%. F. Transformer. Power supply for the ASC must be rated at minimum of 125% of ASC power consumption, and shall be fused or current limiting type. 2.07 COMMUNICATIONS A. This project shall comprise a BACnet inter-network. All PC Workstations and Building Controller components shall meet ASHRAE I ANSI Standard 135-1995, BACnet. B. Each BACnet device shall operate on the BACnet physical/data link protocols specified for that device as defined earlier in this section C. The controls Contractor shall provide all communication media, connectors, repeaters, hubs,and routers necessary for the inter-network. D. All Building Controllers shall have a communications port for connections with the operator interfaces. This may be either an RS-232 port for Point to Point connection or a network interface node for connection to the Ethernet or ARCNET network. E. Remote operator interface via a 9600 or faster baud modem shall allow for communication with any and all controllers on this network as described in F below. F. Communications services over the internetwork shall result in operator interface and value passing that is transparent to the intemetwork architecture as follows: ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-15 1. Connection of an operator interface device to any one controller on the intemetwork will allow the operator to interface with all other controllers as if that interface were directly connected to the other controllers. Data, status information, reports , system software, custom programs, etc., for all controllers shall be available for viewing and editing from any one controller on the intemetwork. 2. All database values (i.e., points, software variable, custom program variables) of any one controller shall be readable by any other controller on the internetwork. This value passing shall be automatically performed by a controller when a reference to a point name not located in that controller is entered into the controller's database. An operatorfinstaller shall not be required to set up any communications services to perform internetwork value passing. G. The time clocks in all controllers shall be automatically synchronized daily. 2.08 INPUT/OUTPUT INTERFACE A. Hard-wired inputs and outputs may be into the system through Building, Custom, or Application Specific Controllers. B. All input points and output points shall be protected such that shorting of the point to itself, another point, or ground will cause no damage to the controller. All input and output points shall be protected from voltage up to 24V of any duration, such that contact with this voltage will cause no damage to the controller. C. Binary inputs shall allow the monitoring of on/off signals from remote devices. The binary inputs shall provide a wetting current of at least 12 ma to be compatible with commonly available control devices. D. Pulse accumulation input points. This type of point shall conform to all the requirements of Binary Input points,-and also accept up to 2 pulses per second for pulse accumulation, and shall be protected against effects of contact bounce and noise. E. Analog inputs shall allow the monitoring of low voltage (0-10 Vdc), current (4-20 me), or resistance signals (thermistor, RTD). Analog inputs shall be compatible with, and field configurable to commonly available sensing devices. F. Binary outputs shall provide for on/off operation, or a pulsed low voltage signal for pulse width modulation control. [Binary outputs on custom and building controllers shall have 3- position (on/off/auto)override switches and status lights.] Outputs shall be selectable for either normally open or normally closed operation. G. Analog outputs shall provide a modulating signal for the control of end devices. Outputs shall provide either a 0-10 Vdc or a 4-20 ma signal as required to provide proper control of the output device. [Analog outputs on building or custom programmable controllers shall have status lights and a 2-position (auto/manual) switch and manually adjustable potentiometer for manual override.] 2.09 AUXILIARY CONTROL DEVICES A. Motorized dampers,unless otherwise specified elsewhere,shall be as follows: 1 Damper frames shall be 16 gauge galvanized sheet metal or 1/8" extruded aluminum with reinforced comer bracing. ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-16 2. Damper blades shall not exceed 8" in width or 48" in length. Blades are to be suitable for medium velocity performance (2,000 fpm). Blades shall be not less than 16 gauge. 3. Damper shaft bearings shall be as recommended by manufacturer for application. 4. All blade edges and top and bottom of the frame shall be provided with compressible seals. Side seals shall be compressible stainless steel. The blade seals shall provide for a maximum leakage rate of 10 CFM per square foot at 2.5" w.c. differential pressure. 5. All leakage testing and pressure ratings will be based on AMCA Publication 500. 6. Individual damper sections shall not be larger than 480 x 60". Provide a minimum of one damper actuator per section. B. Control dampers shall be parallel or opposed blade type as scheduled on drawings. C. Electronic dampertvalve actuators, 1.. The actuator shall have electronic overload or digital rotation sensing circuitry to prevent damage to the actuator throughout the rotation of the actuator. 2. Where shown, for power-failure/safety applications, an internal mechanical, spring return mechanism shall be built into the actuator housing. 3. All rotary spring return actuators shall be capable of both clockwise or counter clockwise spring return operation. Linear actuators shall spring return to the retracted position. 4. Proportional actuators shall accept a 0-10 VDC or 0-20 ma control signal and provide a 2-10 VDC or 4-20 ma operating range. 5. All 24 VAC/DC actuators shall operate on Class 2 wiring and shall not require more than 10 VA for AC or more than 8 W for DC applications. Actuators operating on 120 VAC or 230 VAC shall not required more than 11 VA. 6. All non-spring return actuators shall have an external manual gear release to allow manual positioning of the damper when the actuator is not powered. Spring return actuators with more than 60 in-lb. torque capacity shall have a manual crank for this purpose. 7. All modulating actuators shall have an external, built-in switch to allow the reversing of direction of rotation 8. Actuators shall be provided with a conduit fitting and a minimum 1 m electrical cable and shall be pre-wired to eliminate the necessity of opening the actuator housing to make electrical connections. 9. Actuators shall be Underwriters Laboratories Standard 873 listed. 10. Actuators shall be designed for a minimum of 60,000 full stroke cycles at the actuator's rated torque. D. Control Valves ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-17 1 1. Control valves shall be two-way or three-way type for two-position or modulating service as scheduled or shown. 2. Close-off (differential) Pressure Rating: Valve actuator and trim shall be furnished to provide the following minimum close-off pressure ratings: a. Water Valves: i. Three-way. 300% of pressure differential between ports A and B at design flow or 100%of total system (pump) head. 3. Water Valves: a. Body and trim style and materials shall be per manufacturers recommendations for design conditions and service shown, with equal percentage ports for modulating service. b. Sizing Criteria: i. Three-way Modulating Service: Pressure drop equal to twice the pressure drop through the coil exchanger (load), [5] psi maximum. ii. Valves 1/2" through 2" shall be bronze body or cast brass ANSI Class 250, spring loaded,Teflon packing, quick opening for two- position service. Two-way valves to have replaceable composition disc,or stainless steel ball. iii. 2-1/2" valves and larger shall be cast iron ANSI Class 125 with guided plug and Teflon packing. b. Water valves shall fail normally open or closed as scheduled on plans or as follows: i. Chilled water control valves-normally closed. ii. Other applications - as scheduled or as required by sequence of operation. d. Zone valves shall be sized to meet the control application and they shall maintain their last position in the event of a power failure. E. TEMPERATURE SENSORS 1. Temperature sensors shall be Resistance Temperature Device (RTD) or Thermistor. 2. Duct sensors shall be rigid or averaging as shown. Averaging sensors shall be a minimum of 1.5m [5 feet]in length. 3. Immersion sensors shall be provided with a separable stainless steel well. Pressure rating of well is to be consistent with the system pressure in which it is to be installed. 4. Space sensors shall be equipped with set-point adjustment, override switch, display,and/or communication port as shown on the drawings. ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-18 5. Provide matched temperature sensors for differential temperature measurement. Differential accuracy shall be within 0.1 C [0.2 17]. F. DUCT MOUNTED STATIC PRESSURE SENSORS 1. Sensor shall have linear output signal. Zero and span shall be field-adjustable. 2. Sensor sensing elements shall withstand continuous operating conditions plus or minus 50%greater than calibrated span without damage. 3. Water pressure sensor shall have stainless steel diaphragm construction, proof pressure of 150 psi minimum. Sensor shall be complete with 4-20 ma output, required mounting brackets, and block and bleed valves. Mount in location accessible for service. 4. Water differential pressure sensor shall have stainless steel diaphragm construction, proof pressure of 150 psi minimum. Over-range limit (DP) and maximum static pressure shall be 3,000 psi. Transmitter shall be complete with 4-20 ma output, required mounting brackets, and five-valve manifold. Mount in a location accessible for service. G LOW LIMIT THERMOSTATS 1. Safety low limit thermostats shall be vapor pressure type with an element 6m [20 11] minimum length. Element shall respond to the lowest temperature sensed by any one foot section. 2. Low limit shall be manual reset only. H. FLOW SWITCHES 1. Flow-proving switches shall be either paddle or differential pressure type, as shown. 2. Paddle type switches (water service only) shall be UL listed, SPDT snap-acting with pilot duty rating (125 VA minimum). Adjustable sensitivity with NEMA 1 Type enclosure unless otherwise specified: 3. Differential pressure type switches (air or water service) shall be UL listed, SPDT snap-acting, pilot duty rated (125 VA minimum), NEMA I Type enclosure, with scale range and differential suitable for intended application,or as specified. 4. Current sensing relays may be used for flow sensing or terminal devices. 1. RELAYS 1. Control relays shall be UL listed plug-in type with dust cover. Contact rating, configuration,and coil voltage suitable for application. 2. Time delay relays shall be UL listed solid-state plug-in type with adjustable time delay. Delay shall be adjustable plus or minus 200% (minimum) from set-point shown on plans: Contact rating, configuration, and coil voltage suitable for application. Provide NEMA 1 Type enclosure when not installed in local control panel. ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-19 J. TRANSFORMERS and POWER SUPPLIES 1. Control transformers shall be UL listed, Class 2 current-limiting type, or shall be furnished with over-current protection in both primary and secondary circuits for Class 2 service. 2. Unit output shall match the required output current and voltage requirements. Current output shall allow for a 50% safety factor. Output ripple shall be 3.0 mV maximum Peak-to-Peak. Regulation shall be 0.10% line and load combined,with 50 microsecond response time for 50% load changes. Unit shall have built-in over-voltage protection. 3. Unit shall operate between 0 C and 50 C. 4. Unit shall be UL recognized. K. CURRENT SWITCHES 1. Current-operated switches shall be self-powered, solid state with adjustable trip current. The switches shall be selected to match the current of the application and output requirements of the DDC system. L. LOCAL CONTROL PANELS 1. All indoor control cabinets shall be fully enclosed NEMA 1 Type construction with [hinged door], key-lock latch, removable sub-panels. A single key shall be common to all field panels and sub-panels. 2. Interconnections between internal and face-mounted devices pre-wired with color-coded stranded conductors neatly installed in plastic troughs and/or tie- wrapped. Terminals for field connections shall be UL listed for 600-volt service, individually identified per control/interlock drawings, with adequate clearance for field wiring. Control termination's for field connection shall be individually identified per control drawings. 3. Provide on/off power switch with over-current protection and main air gauge for control power sources to each local panel. PART 3- EXECUTION 3.01 EXAMINATION A. The project plans shall be thoroughly examined for control device and equipment locations, and any discrepancies, conflicts, or omissions shall be reported to the Architect/Engineer for resolution before rough-in work is started. B. The contractor shall inspect the site to verify that equipment is installable as shown, and any discrepancies, conflicts, or omissions shall be reported to the Architect/Engineer for resolution before rough-in work is started. 3.02 GENERAL WORKMANSHIP A. Install equipment, piping, wiring/conduit parallel to building lines (i.e. horizontal, vertical, 1 and parallel to walls)wherever possible. ENERGY MA14AGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-20 r B. Provide sufficient slack and flexible connections to allow for vibration of piping and equipment. C. Install all equipment in readily accessible location as defined by chapter 1 article 100 part A of the NEC. Control panels shall be attached to structural walls unless mounted in equipment enclosure specifically designed for that purpose. Panels shall be mounted to allow for unobstructed access for service. D. Verify integrity of all wiring to ensure continuity and freedom from shorts and grounds. E. All equipment, installation, and wiring shall comply with acceptable industry specifications and standards for performance, reliability, and compatibility and be executed in strict adherence to local codes and standard practices. 3.03 WIRING A. All control and interlock wiring shall comply with the national and local electrical codes and Division 16 of these specifications. Where the requirements of this section differ with those in Division 16,the requirements of this section shall take precedence. B. Where Class 2 wires are in concealed and accessible locations including ceiling return air plenums, approved cables not in.raceway may be used provided that: I Circuits meet NEC Class 2 (current-limited) requirements. (Low-voltage power circuits shall be sub-fused when required to meet Class 2 current-limit.) 2. All cables shall be UL listed for application, i.e. cables used in ceiling plenums shall be UL listed specifically for that purpose. C. Do not install Class 2 wiring in conduit containing Class I wiring. Boxes and panels containing high voltage may not be used for low voltage wiring except for the purpose of interfacing the two(e.g. relays and transformers). D. Where class 2 wiring is run exposed, wiring shall be run parallel along a surface or perpendicular to it, and bundled, using approved wire ties at no greater than 3 m [10 ft] intervals. Such bundled cable shall be fastened to the structure, using specified fasteners,at 1.5 m [5 ft] intervals or more often to achieve a neat and workmanlike result. E. All wire-to-device connections shall be made at a terminal blocks or terminal strip. All wire-to-wire connections shall be at a terminal block, or with a crimped connector. All wiring within enclosures shall be neatly bundled and anchored to permit access and prevent restriction to devices and terminals. F. Maximum allowable voltage for control wiring shall be 120V. If only higher voltages are available,the Control System Contractor shall provide step down transformers. G. All wiring shall be installed as continuous lengths, where possible. Any required splices shall be made only within an approved junction box or other approved protective device. H. Install plenum wiring in sleeves where it passes through walls and floors. Maintain fire rating at all penetrations in accordance with other sections of this specification and local codes. 1. Size of conduit and size and type of wire shall be the design responsibility of the Control System Contractor, in keeping with the manufacturer's recommendation and NEC. ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-21 J. Control and status relays are to be located in designated enclosures only These relays may also be located within packaged equipment control panel enclosures. These relays shall not be located within Class 1 starter enclosures. K. Follow manufacturer's installation recommendations'for all communication and network cabling. Network or communication cabling shall be run separately from other wiring. L. Adhere to Division 16 requirements for installation of raceway. M. This Contractor shall terminate all control and/or interlock wiring and shall maintain updated(as-built)wiring diagrams with termination's identified at the job site. N. Flexible metal conduits and liquid-tight, flexible metal conduits shall not exceed 3' in length and shall be supported at each end. Flexible metal conduit less than 1/2"electrical trade size shall not be used. In areas exposed to moisture, including chiller and boiler rooms, liquid-tight,flexible metal conduits shall be used. 3.04 INSTALLATION OF SENSORS A. Install sensors in accordance with the manufacturer's recommendations. B. Mount sensors rigidly and adequate for the environment within which the sensor operates. C. Room temperature sensors shall be installed on concealed junction boxes properly supported by the wall framing. D. All wires attached to sensors shall be air sealed in their conduits or in the wall to stop air transmitted from other areas affecting sensor readings. E. Install duct static pressure tap with tube end facing directly down-stream of air flow. F. Sensors used in mixing plenums,and hot and cold decks shall be of the averaging type. Averaging sensors shall be installed in a serpentine manner horizontally across duct. Each bend shall be supported with a capillary clip. G. All pipe mounted temperature sensors shall be' installed in wells. Install all liquid temperature sensors with heat conducting fluid in thermal wells.. H. Wiring for space sensors shall be concealed in building walls. EMT conduit is acceptable within mechanical and service rooms. 1. Install outdoor air temperature sensors on north wall complete with sun shield at designated location. 3.05 FLOW SWITCH INSTALLATION A. Install using a thread-o-let in steel pipe. In copper pipe use C x C x F Tee, no pipe extensions or substitutions allowed. B. Mount a minimum of 5 pipe diameters up stream and 5 pipe diameters downstream or 2 feet which ever is greater,from fittings and other obstructions. C. Install in accordance with manufacturers instructions. D. Assure correct flow direction and alignment. ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-22 r E. Mount in horizontal piping-flow switch on top of the pipe. 3.06 ACTUATORS A. Mount and link control damper actuators per manufacturer's instructions. B. To compress seals when spring return actuators are used on normally closed dampers, power actuator to approximately 50 open position, manually close the damper, and then tighten the linkage. C. Check operation of damper/actuator combination to confirm that actuator modulates damper smoothly throughout stroke to both open and closed positions. D. Valves - Actuators shall be mounted on valves with adapters approved by the actuator manufacturer. Actuators and adapters shall be mounted following manufacturer's recommendations. 3.07 WARNING LABELS A. Affix plastic labels on each starter and equipment automatically controlled through the Control System. Label shall indicate the following: 3.08 IDENTIFICATION OF HARDWARE AND WIRING A. All wiring and cabling, including that within factory-fabricated panels, shall be labeled at each end within 2"of termination with a cable identifier and other descriptive information. B. Permanently label or code each point of field terminal strips to show the instrument or Rem served. C. Identify control panels with minimum 1 cm letters on laminated plastic nameplates. D. Identify all other control components with permanent labels. Identifiers shall match record documents All plug-in components shall be labeled such that removal of the component does not remove the label. 3.09 CONTROLLERS A. Provide a separate Controller for each major piece of HVAC equipment. Points used for control loop reset such as outside air or space temperature are exempt from this requirement. B. Building Controllers and Custom Application Controllers shall be selected to provide a minimum of [15%] spare 1/0 point capacity for each point type found at each location. If input points are not universal, [1151/c]of each type is required. If outputs are not universal, [115%]of each type is required. A minimum of one spare is required for each type of point used. C. Future use of spare capacity shall require providing the field device, field wiring, point database definition, and custom software. No additional Controller boards or point modules shall be required to implement use of these spare points. ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-23 3.10 PROGRAMMING A. Provide sufficient internal memory for the specified control sequences and trend logging. There shall be a minimum of 25%of available memory free for future use. B. Point Naming: System point names shall be modular in design, allowing easy operator interface without the use of a written point index. C. Software Programming 1. Provide programming for the system as per specifications and adhere to the strategy algorithms provided. All other system programming necessary for the operation of the system but not specified in this document shall also be provided by the Control System Contractor. Imbed into the control program sufficient comment statements to clearly describe each section of the program. The comment statements shall reflect the language used in the sequence of operations. D. Operators'Interface 1 Standard Graphics. Provide graphics for each major piece of equipment and floor plan in the building. This includes each Chiller, Air Handler, VAV Terminal, Fan Coil, Boiler, and Cooling Tower. These standard graphics shall show all points dynamically as specified in the points list. 2. The controls contractor shall provide all the labor necessary to install, initialize, start-up, and trouble-shoot all operator interface software and their functions as described in this section. This includes any operating system software, the operator interface data base, and any third party software installation and integration required for successful operation of the operator interface. 3. As part of this execution phase, the controls contractor will perform a complete test of the operator interface.Test duration shall be a minimum of [161 hours on- site. Tests shall be made in the presence of the Owner or Owner's representative. E. Demonstration: A complete demonstration and readout of the capabilities of the monitoring and control system shall be performed. The contractor shall dedicate a minimum of 16 hours on-site with the Owner and his representatives for a complete functional demonstration of all the system requirements.This demonstration constitutes a joint acceptance inspection, and permits acceptance of the delivered system for on-line operation. 3.11 CLEANING A. This contractor shall clean up all debris resulting from his or her activities daily. The contractor shall remove all cartons, containers, crates, etc. under his control as soon as their contents have been removed. Waste shall be collected and placed in a location designated by the Construction Manager or General Contractor. B. At the completion of work in any area, the Contractor shall clean all of his/her work, equipment,etc., making it free from dust,dirt and debris,etc. C. At the completion of work, all equipment furnished under this Section shall be checkect for paint damage, and any factory finished paint that has been damaged shall be repaired to ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-24 match the adjacent areas. Any metal cabinet or enclosure that has been deformed shall be replaced with new material and repainted to match the adjacent areas. 3.12 PROTECTION A. The Contractor shall protect all work and material from damage by his/her work or workers,and shall be liable for all damage thus caused. B. The Contractor shall be responsible for his/her work and equipment until finally inspected, tested, and accepted. The Contractor shall protect his/her work against theft or damage, and shall carefully store material and equipment received on site that is not immediately installed. The Contractor shall close all open ends of work with temporary covers or plugs during storage and construction to prevent entry of foreign objects. 3.13 TRAINING X Provide a minimum of five classroom training sessions, eight hours each, throughout the contract period for personnel designated by the Owner. B. Train the designated staff of Owner's representative and Owner to enable them to proficiently operate the system;create, modify and delete programming; add, remove and modify physical points for the system-, add additional panels when required. C. These objectives will be divided into three logical groupings; participants may attend one or more of these,depending on level of knowledge required: 1. Day-to-day Operators 2. System Troubleshooter 3. System Manager: parts D. Provide course outline and materials as per Part 1 of this Section. The instructor(s) shall provide one copy of training material per student. E. The instructor(s) shall be factory-trained instructors experienced in presenting this material. F. Classroom training shall be done using a network of working controllers representative of the installed hardware or at the customers site. 3.14 FIELD QUALITY CONTROL A. All work, materials and equipment shall comply with the rules and regulations of applicable local, state, and federal codes and ordinances as identified in Part 1 of this Section. B. Contractor shall continually monitor the field installation for code compliance and quality of workmanship. All visible piping and or wiring runs shall be installed parallel to building lines and properly supported. C. Contractor shall arrange for field inspections by local and/or state authorities having jurisdiction over the work. ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-25 3.15 ACCEPTANCE A. The control systems will not be accepted as meeting the requirements of Completion until all tests described in this specification have been performed to the satisfaction of both the Engineer and Owner. Any tests that cannot be performed due to circumstances beyond the control of the Contractor may be exempt from the Completion requirements if stated as such in writing by the Owner's representative. Such tests shall then be performed as part of the warranty. 3.16 CHILLER SEQUENCE OF OPERATION SEE SECTION 15855 FOR AIR HANDLER SEQUENCE OF OPERATION) A. General - The standalone microprocessor based chiller control panel shall monitor and control the chiller(s) in a standalone mode or as directed by the chiller sequencing software. The chiller sequencing software shall perform the following control strategies, provide the points as listed on the chiller point list and support their specified monitoring and diagnostics. B. System Scheduling - The chiller sequencing software will start the chiller system based upon an 8 day(7+Holiday)time of day schedule. The system shall also start in response to a binary contact signal from an external source such as the building control system. ***OR The chiller plant shall start in response to the optimum start, night setback or timed override operation of any system air handler. C. Chiller Sequencing - The chiller sequencing software will start and stop system water pumps and chillers based upon system load. I When the chilled water system is enabled the chiller system control will: a. Start the system chilled water pump and prove flow through the evaporator. b. Start the chiller after chilled water is proven. D. Chiller Soft Start -The chiller sequencing software will provide a user adjustable loading time at system start-up. This prevent the unnecessary operation of the chiller and limits system electrical demand during chilled water loop pulldown. E. Chilled Water Reset - Provide reset of the chilled water supply temperature setpoint based on return chilled water.The reset parameters shall be user selectable. F. Chiller Demand Limiting - As part of the demand limiting scheme on the building, the chiller sequencing software shall be able to monitor and reduce peak power demand through the limiting of chiller system capacity. G. Chiller Status Report- Provide an operating status report for the chiller. The report shall provide the present status of all binary information and for analog information present value, today's average, and the month to date average for the following information to provide the operator with critical chiller operating data. ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-26 r 1. Compressor On/Off Status. 2. Compressor Starts/Run Hours-Compressor A, B 3. Phase 1/2/3 Percent RLA-Compressor A,B 4. Active Chiller Diagnostics or Alarms 5. Leaving Chilled Water Temperature 6. Entering Chilled Water Temperature 7. Chilled Water Setpoint. 8. Condenser Fan Percent Airfl6w-Circuit 1,2 9. Refrigerant Temperature Evaporator/Condenser-Circuit 1, 2 10. Operating Mode 11. Chiller Model and Serial Number 12. Percent RLA/Percent Current Limit 13. Outside Air Temperature H. Diagnostics/Protection -the BAS system shall be able to alarm from all sensed points and diagnostic alarms sensed by the chiller controller. 1. Alarm limits shall be designated for all sensed points. 1. System diagnostic and alarm indication 1 The chiller plant control system shall display the chiller plant diagnostic and alarm status at the operator CRT and at the chiller plant control system panel display. The CRT diagnostic and alarm display shall include an English language description, indication as to whether the alarm is an individual chiller alarm or a chiller system alarm, and the time and date of the alarm. a. Individual chiller and chiller plant system alarms shall be classified as either latching or non-latching. Both Latching and non- latching alarms will shut down the chiller. b. Latching chiller and chiller system alarms will cause an alarm message to be printed on the optional chiller plant control system printer, and will automatically log the alarm message in the battery backed-up (minimum 72 hour back-up) software Event Log. C. The chiller plant control system shall have an ffaudible alarm" feature which, when activated by the operator, will generate an audible tone at the CRT and initiate an autodial sequence via an autodial modem when a latching alarm occurs. d. All latching alarms shall only be resettable at the Chiller control panel. The chiller plant control system shall automatically record a fireturn-to-normal" message in the software Event Log when a latching alarm is reset by the operator. e. The chiller plant control system shall have a "print changes" and "Save changes" feature which, when, activated by the operator, will cause messages for Non-Latching alarms to be printed or automatically logged in the software Event Log. 2. Individual chiller diagnostic and alarm statuses shall include the following latching items for each chiller: a. Leaving Evaporator Sensor Failure b. Entering Evaporator Sensor Failure C. Low Chilled Water Temperature ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15960-27 d. Overload Trip-Compressor A, B, C, D e. High Motor Temperature-Compressor A, B, C, D f. Contactor Failure-Compressor A, B, C,D 9. High Oil Temperature-Compressor A, B, C, D h. Oil Temperature Sensor Failure-Compressor A,B,C,D i. Oil System Fault-Circuit 1,2 j. Low Pressure Cutout-Circuit 1,2 k. High Pressure Cutout-Circuit 1,2 1. Solenoid Valve Failure-Circuit 1,2 M. Phase Loss n. External Interlock 0. Unit Controller 3. Individual chiller diagnostic and alarm statuses shall include the following non-latching items for each chiller: a. -Entering Evaporator Sensor Failure b. Outdoor Air Temperature Sensor Failure C. Zone Temperature Sensor Failure d. High Voltage e. Low Voltage f. Phase Reversal 9. Chiller Water Flow Interlock h. Unit Communication Loss i. Low Chilled Water Temperature(unit off) j. Circuit I - Pumpdown Timeout k. Circuit 2- Pumpdown Timeout 1. Condenser Fan Variable Speed Drive Fault END OF SECTION-ENERGY MANAGEMENT AND CONTROL SYSTEM ENERGY MANAGEMENT AND CONTROL SYSTEM GUINN SCHOOL 15%0-28 r SECTION 15990 TESTING,ADJUSTING AND BALANCING PART 1 —GENERAL 1.01 RELATED DOCUMENTS A. The conditions of the Contract for Construction and the General Requirements of Division I of the Specifications apply to the Work in this section. 1.02 WORK INCLUDED: A. This Section applies to the testing,adjusting,and balancing of all HVAC air and water systems in Division 15 of the Specifications. 1.03 QUALIFICATIONS: A. Testing, adjusting and balancing (T-A-B) of systems shall be performed by an independent company which has competent and experienced personnel, having done similar work in the past,and whose qualifications shall be subject to approval. B. Qualifications for HVAC work- 1. Membership in the Associated Air Balance Council, National Environmental Balancing Bureau. C. In lieu of membership stated above, the qualifications of other applicants will be considered for approval,provided documentation is submitted to show that the minimum published qualification standards for general membership in the listed organizations are met. D. Submit names and qualifications of all persons proposed for testing, adjusting and balancing of mechanical systems and equipment. 1.04 REPORTS: A. Provide reports and certificates required in each category of testing, adjusting and balancing, signed by both the technician performing the work and the Contractor as representing accurate, factual data,based on readings in the field. B. Reports shall be in triplicate on 8-1/2 x 11-inch white bond paper. Submit format for recording data for approval prior to use. PART 2-PRODUCTS 2.01 EQUIPMENT AND MATERIALS: A. Provide all meters, instruments,equipment and materials necessary for performance of tests. B. Testing apparatus, not part of the permanent installation, shall remain the property of the TESTING,ADJUSTING AND BALANCING GUINN SCHOOL 15990-1 Contractor. C. Provide gaskets, lubricants and other expendable materials required to be replaced during the prosecution of the work. 1. Fixed-pitched pulleys required for fan adjustments shall be provided on an exchange basis by the party responsible for the fan installation. D. Provide fuel if any,as required for tests. PART 3-EXECUTION 3.01 HEATING,VENTILATING AND AIR CONDITIONING: A. Ductwork pressure tests- 1. Test air ducts,plenums,casings and all air devices with instrumentation and procedures per SMACNA and/or AABC manuals. 2. Submit for approval details of test procedure, instrumentation, and test arrangement prior to test. Submit final test results for approval. 3. Prior to insulating, ductwork shall be selectively tested, as directed. Sections of the air distribution system comprising approximately 1%of the total shall be pressure tested. 4. A section test will be considered satisfactory when the cfm leakage equals or is less than 1/2 of 1%of the design cfm for the duct under test. 5. Test pressures shall be equal to the maximum pressures that can exist in the air distribution system. 6. A final test shall be conducted of the installed total system to demonstrate that the leakage is not over 5%of the total system cfm for low pressure, and not over 1% for medium and high pressure systems. 7. When tests fall,the Contractor shall take such remedial action as necessary to bring the system to within established leakage tolerances and demonstrate acceptable performance through additional testing as directed. B. Air balancing- 1 Balance the supply and return air systems in accordance with SMACNA and AABC standards, by the use of a direct reading instrument such as "Anemotherm4 or "Vetometer"which has been property calibrated. 2. The quantity of air discharged by each outlet shall be within 10 percent of the design ctm shown on the Drawings. 3. Blank-off sufficient fitter area to simulate a dirty filter condition (maximum pressure drop across filter bank). 4. Balance the total supply air quantities delivered to each individual temperature control TESTING,ADJUSTING AND BALANCING GUINN SCHOOL 15990-2 r zone (area subject to a single space temperature controller) to the amounts indicated. Balance the proportion of total zone air delivery through individual outlets as required to produce even temperature conditions throughout each zone under normal occupied summer operating conditions (although such individual outlet air delivery may vary substantially from that anticipated during design and indicated on the Drawings). Record these "summer" individual outlet air quantities. In the event even temperature conditions cannot be maintained throughout any control zone with "summer" air quantities during operation in other seasons, reproportion the air delivery between individual outlets (while maintaining the indicated zone total air delivery) as required to achieve even air temperatures throughout the zone under normal occupied winter operating conditions and record the "winter" air quantifies to facilitate Owner's future seasonal rebalancing. 5. Adequately sized guillotine slide dampers shall be provided in convenient locations in supply ducts to allow testing and balancing of air handling units serving incomplete (at time of balancing)duct systems. The dampers shall be sized and located'as required to prove adequate air flow capability at the ends of completed branch ducts. The dampers shall be sealed shut at completion of the duct system. 6. Fumish typewritten data tabulating- a. Quantity of air in cfm at each air outlet and inlet. b. Dry bulb temperature in each room. C. Dry bulb temperature of the supply air. d. Outdoor dry and wet bulb temperature at the time the above tests are conducted. 7. Adjust belts,sheaves and the alignment of air handling equipment. 8. Where various combinations of sheaves must be installed on fan systems to achieve the correct air delivery, change the sheaves and continue to take successive readings until the correct combinations are installed. 9. Oil or grease bearings in accordance with manufacturer's instructions. 10. Furnish typewritten data taken at each air handling unit, for both clean and dirty fitter conditions,tabulating- a. Total quantity of supply air in cfm. b. Total quantity of return air in cfm. C. Total quantity of exhaust or relief air in cfm. d. Total quantity of outside air in cfm. e. Rpm of each fan or blower. f. Rpm of each motor. TESTING,ADJUSTING AND BALANCING GUINN SCHOOL 15990-3 9- Voltage and ampere input of each motor(one reading for each phase leg on 3 phase motors). h. Pressure in inches water gage at inlet and discharge of each fan or blower. i. Furnish manufacturer's fan curve with calculated operating condition shown thereon. 11. Furnish air handling unit test data for variable volume systems at both maximum system air delivery and maximum tum-down. C. Outside/Retum Air Mixing Chambers- I. Test each outsidetretum air mixing chamber to prove actual air mixture conditions equal to or better than specified. Conduct tests when the difference between the temperatures of the mixing air streams is at least 30 F. Adjust dampers to admit maximum calculated amount of outside air for operation at lowest wintertime outside temperature. Calculate average mixed air temperature leaving mixing chamber at test and minimum wintertime conditions. Perform temperature traverse from end to end, side to side, and top to bottom, and determine points of least efficient mixing for each representative damper position. Mixed air temperature variance from calculated average values shall not exceed 1 F. for each 6 degrees difference between outside and return air at points of least efficient mixing. Submit test reports of traverse temperatures,with sketch of test points and calculations. D. HVAC Water Coils- 1. Clean exterior surface of coil tubes and fins. Flush interior of tubes with water until water runs clean. Straighten fins. 2. Furnish typewritten data tabulating- Entering and leaving water temperature. Quantity of air in c1m. Face velocity in fpm. Dry and wet bulb air temperature entering and leaving coil. Capacity of coil in Btuh. Quantity of water circulated through coil in gpm. E. HVAC Electric Heating Coils- 1. Furnish typewritten data tabulating- Voltage and ampere input of each phase leg at full load and each incremental stage. Quantity of air flow in cfm. Entering and leaving air temperatures. TESTING,ADJUSTING AND BALANCING GUINN SCHOOL. 15990-4 r r Capacity of coil in Btuh. rF. Refrigeration Machines- 1. Adjust, align and service the equipment in accordance with manufacturer's rrecommendations. 2. Furnish typewritten data tabulating- Suction and condensing temperatures,and pressures. rTemperatures of entering and leaving chilled . Temperature of entering and leaving chilled water. Voltage and ampere input of motors under full load(one for each phase leg). Capacity of machine in Btuh. Quantity of chilled water circulated through machine in gpm. G. Pumps- 1. Adjust, align and service pumps and motors in accordance with manufacturer's recommendations. 2. Furnish typewritten data tabulating- Quantity of water circulated by each pump in gpm. Suction and discharge pressures across each pump in psi. Voltage and ampere input of each motor (one reading for each phase leg on three phase motors). Percent efficiency of each pump. Horizontal,vertical and angular misalignment of pump and driver after 2 hours operation and after remaining idle overnight. Furnish manufacturer's pump curve with calculated operating condition indicated thereon. H. H-V-C Water Piping Systems- 1. ystems-1. Test hydrostatically to a pressure of 75 psi in excess of the operating pressure. 2. Flush and clean piping until the water runs clean. 3. Repair leaks and retest. 4. Tests shall be repeated until the entire system is tight. TESTING,ADJUSTING AND BALANCING GUINN SCHOOL 15990-5 5. Final pressure test shall be maintained for at least 24 hours. END OF SECTION-TESTING,ADJUSTING AND BALANCING TESTING,ADJUSTING AND BALANCING GUINN SCHOOL 15NM ELECTRICAL TABLE OF CONTENTS Guinn School Adaptive Use Business Assistance Center For The City of Fort Worth,Texas Komatsu Architecture Job No. 7152 DIVISION 15-ELECTRICAL 16010 Basic Electrical Requirements 16010-1-12 16050 Basic Materials and Methods(Electrical) 16050-1-14 16400 Power Distribution 16400-1-6 16500 Lighting 16500-1-4 16721 Fire Alarm and Detection Systems 16721-1-4 16950 Electrical Testing(Routine) 16950-1-4 16000-1 SECTION 16010 BASIC ELECTRICAL REQUIREMENTS PART 1 -GENERAL 1.01 CODES AND STANDARDS: A. Workmanship, material and equipment shall be in accordance with Specifications and Drawings and in some instances the requirements exceed those required by codes and standards. Where not exceeded,the codes and standards shall be considered as absolute minimum requirements. B. AD materials, appliances, equipment and devices provided under this contract must meet the requirements of Underwriters Laboratories(UL)Standards. C. Refer to NEC, for definitions of terms used in the Drawings, Specifications, etc. These definitions, in conjunction with local authorities interpretation, convention and common usage, will apply. 1.02 REFERENCE ABBREVIATIONS: A. References are made in the various Electrical Sections to technical societies, codes, specifications, trade organizations, and regulatory authorities in accordance with the following abbreviations: ADA Americans with Disabilities Act(1992). FM- Factory Mutual. FS- Federal Specification. IEEE- Institute of Electrical and Electronics Engineers. IPCEA- Insulated Power Cable Engineers Association. IRI- Industrial Risk Insurors. ISO- insurance Services Organization. NEC- National Electrical Code(NFPA Pamphlet No.70). NEMA- National Electiical Manufacturer's Association. NETA- International Electrical Testing Association, Inc. NFC- National Fire Codes. NFPA- National Fre Protection Association. UL- Underwriters Laboratories,Inc. 1.03 SHOP DRAWINGS AND DATA TO BE SUBMITTED: A. Reference catalog cuts and brochures of products to proper paragraph in Specifications.Fumish numerical index by Specifications paragraph number listing product name,catalog number and reference to page number of submittal brochure. B. Cross reference individual catalog numbers of substitute products to numbers of specked materials. C. Bind submittal in booklet form. BASK ELECTRICAL REQUIREMENTS GUINN SCHOOL 16010-1 D. Requests for permission to use substitute or alternate products shall be ac o mpanied with evidence to prove that the product- 1. Conforms with the standard of performance and quality specified. 2. Will physically fit in the space allocated,with sufficient access and maintenance space. 3. Will not entail changes In Mails and construction of related work whether mechanical, electrical,or general in nature. 4. Involves no additional costs to-the Owner or extender construction tune. E. Requests for permission to use substitute or alternate products she#be immediately brought to the AmhKeds awn. In the event that thei use of these produces may be determined to result in a material,or labor sevings to the contractor,tie the amount of'#Me savings as a credit to the Owner will be required to assist in determination of acceptablitty of the product. Provide drawings,specifications, samples,pedommaace data and other information as may be,required to assist in determination of acceptabilfty of the product. F. Equipment items- 1. Submit manufacturer's certified data relative to equipment required for the installation of the electrical systems. 2. Submit adequate,engineering data on each piece of equipment to allow a careful check of compliance with the technical requirements of the Contract Documents. Clearlyr Indicate on submitted data-the manufacturer's name, piece number, equipment capacity,and other applicable technical data. 3. Data for Electrical Systems: Switchgear and Switchboards. Panelboards. Fre Alarm Systems. Lighting Factures. Disconnect Safety Switches. Raceways and Pittings. Motors and Motor Starters, Switches. Underground Conduit. Wires and Cables. Wiring Devices and Wag Plates, BASIC ELECTRICAL REQUIREMENTS GUINN SCHOOL 16010- 4. Shop Drawings: Submit 1/44nch minimum scale coordinated Shap Drawings relating to the equipment, and foundations, and dimensioned locations of each, including accessories,and showing clearances for operating and servicing. Electrical Room Layouts. Electrical Closets. Mayor conductor routing. 1.04 INSTRUCTIONS: A. When specified in ether Sections,fumish the services of competent instructors who will give full instruction to designated personnel in the adjustment operation, and maintenance, including pertinent safety requirements of the equipment or system specified. Each instructor shall be thoroughly familiar with all parts of the installation and shall be trained in operating theory as well as practical operation and maintenance work. Instruction shall be given during the first regular work week after the equipment or system has been accepted and turned over to the Owner for regular operation. B. The number of man-days'of instruction to be furnished shall be as specified in the various Sections of the Specifications. 1.05 OPERATING AND MA NTENANCE MANUALS: A. Bind in looseleaf binders with the wards, "Operating and Maintenance Manual" and the Project Identification imprinted on the cover. Prepare three complete sets of records for the Owner,with table of contents, index,and tabbed section dividers. B. During the construction period, accumulate the following for inclusion in the Operating and Maintenance Manuals 1. Copies of warranties and guarantees on each piece of equipment installed. 2. Facture brochures. 3. Wiring and control diagrams. 4. Approved Shop Drawings. 5. Operating instructions for= Electrical Systems Fire Alarm System 6. Recommended maintenance procedures. 7 Lists of major items of equipment with name, address, and telephone number of each local representative. C. Submit the manuals for approval at approximately 75 percent job completion. BASIC ELECTRICAL REQUIREMENTS GUINN SCHOOL 16010-3 D. Each manual shall consist of- 1. Complete description of e item of eq uJonerd and apparatus furnished and installed- including ratings,capacities,and chaisdieristics. 2. Fully detailed parts list including all numbered parts of each item of eWlpment and apparatus fumMW and Installed. 3. Manufacturses printed Instructions describing vperation, servicing, maintenance and repair of each item of equipment and apparatus. 4. Typewritten record of all tests made of maters, equipmeM and systems, AD such records shall stale the date tests-were conduct ad,the names-oUall persons making and witnessing the tests,and citing any unusual conditions relevant to the tests. 1.06 RECORD DRAWINGS: A. Accumulate Record Drawings during the conction of the prejea Keep one.(1)set of blueline Contract Drawings at the job ads at all limes, and-mark changes, rerouting or modifications which occur,dearly on the Drawings with dimensions. B. At completion of the job,obtain and pay for a set of reproducibles of the Contract Drawings and transfer the notations indicating changes,to them. Reprodudblei shall be submitted for review prior 10 final payment. Repfoduclblesshall be on mylarmetaft,and I ahall beoompkt*legible. PART 2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Manufaclurees names and catalog numbers are scheduled or specified for the purpose of establishing standard of dssIgn,:"ft.appearance, psrfomrartze and,serviceabirdy, and rot to limit compel itiom S&mk*d produds(as may be modified,by are ftse selected as the basis for system din with respect to physical size AW spacearrangements, req*W capacityr and performance characteristics;and the product quality intended. B. The Drawings Indicate scheduled products,physically arranged in the spaces, used on catalog data of specific manufacturers. C. Listed 'Acceptable Manufacturers" are those-considered capable of manufacturing products conforming to detailed specifications, mid as, such, aa+ainvited to compete on an equal,besis provided the offering is'comparable in ev" respect to sd*WW or,speclfiedI products and actually conforms to the "IW specifications argil schedule requiretrwft Listing heteln as macceptable manufacturers"does not imply"accepted","approved','prior approval",or any other such connotation. All product offerings must be,submitted for approval after Contract award. 0. Vendors are invited to submit material.or equipment bids to bidding contractors on any comparable equivalent pro&A whel1w or not the mamft%m of such pro&o is I1sW herein as an "acceplable manufaclurer*. Such product bids'should dearly indicate offerings that are, .,not NOW as Oacoeplablsrnanufacturere. In vvent.a bidding =*wW,. after satisfying himself that, such unlisted product is in fact 'equal* to to specifled'product with respect to BASIC ELECTRICAL REQUIREMENTS GUINN SCHOOL 16010-4 M:IV -Ilt: . 0: Z* z cK757i. e.rl I•, . 7,07►ve F. 0 a WO I z j z 0 0 Ilk 0 It i 0 It 0 • z 0. 0 WWI I MT-1 riMMIN i 0'*1111--1117-AlWARI -T- - 7- Ott It" I MINTIt 4 14 It M.T771o.,a 0 Z 0 a 0 z D. Provide narneplates to Identify motor starters, disconnect switches, time clocks, transformers, and miscellaneous electrical equipment as to systems or mechanical equipment seared, or specific function as appropriate. E. Nameplates and tags shall correspond to the Record Drawings. F. Submit complete details of Identification legesnds, color fields, and sizes, coordinated between 1 trades. G. Acceptable Manufacturers-Seton Nameplate Corporation,W.H.Brady,Westin. 1 2.04 ELECTRIC MOTORS: A. Shall conform to the requirements of IEEE, NEMA, and shall have vollage,-phase,.frequency and serves as scheduled. B. Each item of motor driven equipment shall be furnished complete with the motors,drives and 1 control equipment, including remote pilot devices,as required to perform the specific function for which it is intended. C. Motors shall be sleeve or ball bearing type selected for quiet operation, shall be manufactured for general purpose duty,with each bearing accessible for lubrication,and designed for the bad imposed by the drive. D. Motors 112 horsepower and larger shall have bearings with pressure lubrication. E. Motors connected to drive equipment,by bel shall be furnished with adjustable slide rail bases 1 except for fractional horsepower motors which shall have slotted bases. Motor leads shall be permanently identified and supplied with connectors. F. Provide open drlpproof enclosures for motors located indoors in dry locations, and splashproof enclosures in wet locations Motors to be installed outdoors strap be ttxatly-errciosed fan-cooled. G:. Unless otherwise indicated, motors smaller than 314 horsepower shelf be brushless, capacitor 1 start or split phase type designed for 120 volt,single phase,60 Hz alternating current. H. Motors 314 horsepower and larger shall be squirrel cage induction type, 208 volts, 3 phase, 60 Hz alternating current,unless otherwise noted. I. Each motor shall be free from magnetic hum,designed for quiet operation. J. Each motor shall be suitable for the bralm horsepower of the drivers unit, rated with 1.15 minimum service factor,with the temperaturo rise not to exceed NEMA standards and shall be capable of withstanding momentary overloads.of 25 percent without injurious overheating. K. Electrical Specifications -Copper windings, winding insulation system NEMA Class B or better, wound for standard voltages. Except where premium motors are specifically required in the detailed equipment specifications,motors shall conform to NEMA Design B as a minimum. L. Mechanical Specifications - Frame dimensions,conform to NEMA standards for OT-Frame" motors. Frame construction of motors-larger ithan NEMA frame 14ST of cast-iron or.extruded 1 BASIC ELECTRICAL REQUIREMENTS GUINN SCHOOL 16010-6 aluminum construction ion and those of NEMA frame size 145T and smaller may be of fabricated steel type. Nameplates shall be stainless`steel.Grease lubricated ball or roller bearings shall be supplied unless otherwise specified. On NEMA frame sizes 182T and larger make provisions for regreasing by use of removable grease plugs. M. Acceptable Manufacturers - Allis Chalmers, Baldor, Century, General Electric, Ideal, Lincoln, Louis Allis,Marathon,Reliance,U.S.,Wagner,Westinghouse. 2.05 MOTOR STARTERS: A. Except where otherwise specified or scheduled, each starter shall be fumished by the supplier who furnishes the equipment it controls. B. A manual or magnetic starter shall be provided for each motor. Where such devices are included on the draw,they shall be as shown. Otherwise,they shall be as recommended by the equipment manufacturer. C. Magnetic starters shall include overload protection for each phase wired with normally dosed contacts in series control circuit ahead of any other control contacts on the control side of the solenoid coil, and no contacts between the other side-of the solenoid coil and the control power source. Motor starters shall conform to NEMA Standards for Industrial Control for 3 phase motors,No.IC-1,with 120 volt(maximum)control circuit and control power transformer. D. Where individual starters and disconnect switches (or circuit breakers) are indicated to be in the same location,furnish combination devices in a common housing.Fused disconnects shall have rejection type fuse clips and Class RK-1 fuses. E. In every instance where magnetic starters are not required,furnish manual starters for fractional horsepower single phase motors - "On-Off", snap-switch type with soldered ratchet overload protection• F. When interlocking or automatic control of single phase motors is indicated or required, the motors shall be furnished with magnetic across-the-line starters. G. When interlocking or automatic control of electric heaters is indicated or required, the heaters shall be fumished with contactors. Provide control power transformers as required to maintain control circuit voltages not exceeding 120 volts. H. Provide with each magnetic starter a reset button, pilot light, and HAND-OFF-AUTOMATIC switch, heavy-duty type, mounted in starter cover. Provide field reversible (normally open or normally closed) auxiliary contacts required for interlocking but in no case less than two (2) per starter. t. The chiller shall be provided with reduced voltage starting. J. Acceptable Manufacturers Square D. BASIC ELECTRICAL REQUIREMENTS GUINN SCHOOL 16010-7 2.06 SLEEVES,INSERTS,ANCHORS AND SUPPORTS: i A. Provide in concrete, carpentry or masonry,consttruction, hangers, sleeves, expansion bolts, inserts. supporting steel, or other fixtures necessary for the support of equipment arks devices fum;sh under each Section of the Specifications. B. Except as otherwise indicated or specified.each conduit, passing through walls,floors, ceilings or partitions shall be provided with sleeves having internal diameters approximately 1-inch larger than the outside diameter of conduit. C, Sleeves through interior partitions.anti floors shall be no less than 22 gage galvanized steel,set flush with the finished surfaces. D. Sleeves through precast or post-tensioned structures shah be ,no less than Schedule 40 galvanized steel pipe and shall,be subject to the,acceptance of the designer of the structure. Submit size,location,and sleeve material for Structural Engineer review and acceptance. E. Sleeves through grade slabs,basement or exterior wall shall be steel-or cast iron conduit with 1 water stop flange,set flush with finished surfaces,and with the space between the pipe and the sleeve packed with oakum or jute twine and calked water#ight. F. Sleeves in wet or potentially wet floors or,spaces-such as equipment rooms or sprinklered areas shall be Schedule 40 galvanized steel pipe with water stop flange and with the top of the sleeve projecting 2-inches above the finished fkoor,with annular space packedwith oakum or jute twine and calked watertight. G. Option-Provide link-seal neoprene closure fittings n lieu of packing. H. Attachments to structure shall be by mean of beam clamps wtrE3reverpractic:able. Unavoidable attachments to concrete structure shall be by means of pre-set concrete inserts whenever the need for such attachment can be reasonably foreseen and the locations and sizes of Inserts is known prior to pouring of concrete. In iris where it is necessary to mace attachments to concrete and proper inerts have not been pre-set,the attachrrerit shall be made by means of drilled holes and expansion anchors of`eOw the bolt stud or flush variety. Design working stress of attachments shag be limited to 25 percent of the average maximum (ultimate) stress values published by the manufacturer. I. Inserts shall be cast iron or galvanized steel individual type,with accommodations for removable nuts and threaded rods up to 344nch diameter,and permitting lateral adjustment. J. Fasteners in concrete beams shall be sufficiently above the bottom of the beam to clear reinforcing. K. Expansion anchors shall be zinc and chromate plated for corrosion protection and conform to the dimensional requirements of Federal Specification FF-S-325. Expansion anchors shall be selected and installed in accordance with the 'recommendations of "Expansion Anchor Manufacturer's Institute(EAMI)and the manufacturer's instructions. L. Acceptable Manufacturers-Grinnell,Hilti, Phillips,or Thundedine. 1 BASIC ELECTRICAL REQUIREMENTS GUINN SCHOOL 16018-8 2.07 FIRE-STOPPING: A. Seal annular spaces between sleeves and penetrating materials in fire-rated floors, ceilings,and walls with fireproof and waterproof silicone elastomer applied in accordance with the manufacturer's published instructions. Multiple penetrations shall be sealed with silicone foam; single perpetrations may be sealed with silicone calking. Seal material shall be UL classified for use in fire-rated penetration seals, and shall be applied in the manufacturer's recommended thickness for the fire rating of the penetrated structure in accordance with ASTM-E-814 requirements. B. Acceptable Manufacturers- Dow Coming,General Electric. 2.08 WATERPROOFING: A. Seal penetrations of wet or potentially wet structures,floors,exterior walls,etc.,other than those requiring fire-stopping,with sealant to prevent moisture leakage. Apply sealing material(calking) in accordance with manufacturer's published instructions. B. Product Research and Chemical Co."Poly-Sulphide Sealant"PRC-5000. 2.9 AUXILIARY STRUCTURAL SUPPORTS: A. Provide auxiliary structural supports as necessary to support electrical systems from the building structure indicated on the structural drawings. Supporting members shall be metal strut framing or standard structural shapes, designed to support imposed loads with a working stress no greater than 25 percent of ultimate stress values of the members, and articulation with the buikding stnx;ture without exceeding structural limitations at the point of attachment to the building structure. Prepare calculations and Shop Drawings of each such support and submit for approval. 2.10 ESCUTCHEONS: A. Provide escutcheons or 22 gage minimum painted galvanized sheet metal wall flanges(in event standard manufactured product does not exist)for electrical penetrations of floors,ceilings,walls or partitions. Escutcheons shall be sized to enclose the outside of the penetration sleeve and fit snugly to the pipe (or over outside of insulation) of insulated lines. Both exposed surfaces of such penetrated elements shall be fitted with escutcheons which shall both afford a finished appearance and prevent passage of vermin. B. Except where otherwise specified, escutcheons shall be one-piece (where practicable) or split, hinged,stamped brass type designed to fit the pipe,and to cover the terminating pipe sleeve, in chrome plated finish,with securing device to hold the escutcheon tight to the pipe. r C. Use deep escutcheon on each sleeve set in a waterproof concrete floor. D. Acceptable Manufacturers-Beaton and Corbin,Grinnell,Sweet and Donaldson. BASIC ELECTRICAL REQUIREMENTS GUINN SCHOOL 16010-9 PART 3-EXECUTION 3.01 ELECTRiC WIRING OF MOTORS AND EQUIPMENT: A. Power wiring and disconnect switches for the proper Isolation of each piece of equipment shall be provided under the electrical sections of the specifications,as necessary for operation in the 'HANDY position of the HANDOFF-AUTO corftl switch. B. The electrical design is based on the equipment wed In the schedules. Parties furnishing equipment requiring changes in the electrical design shall pay costs involved in modgyft the electrical design to,accommodate the equipment involved. C. Control and interlock wiring for the mechanical systems shall be provided under the electrical sections of the specifications, as necessary for operation in the 'AUTO' position of the HAND-OFF-AUTO control switch. Wiring shat be In strict accordance with wiring diagrams, previously submitted and reviewed'acceptable." Systems include: 1. Plumbing, 1 2. Fire Protection. 3. Heating,Ventilating,Cooling. 4. Temperature Controls. D. Fumish complete integrated systems wiring diagrams showing the detailed power wiring, the interlock wiring; and the contr*wiring, each relating to the exact equipment purchased for the installation. include diagram wiring for smoke (or products of combustion) and heat detection devices and equipment furnished in connection with air distribution systems and as well as diagram wiring as required to cause fans to step if vibration switches are activated by excessive vibration. E. Wiring diagrams shall be submitted within not more than thirty-five'(35) days after equipment suns have been accepted. The diagrams shag be completeIntegnited wiring diagrams,not manufacturer's equipment drawings. F. At the completion of the project, and before.ficial inspection, those partes having detailed responsitillity for(1)temperature control and interlock wirinig.dlagrams; (2)equipment controlled by the temperature control system; and (3) installation of the temperature control and interlock wiring shall meet at the job site and jointly checkout,test and inspect each control circuit, each interlock and each power circuit to each piece of equipment,and shall advise In writing that each piece of equipment meets their joint approval' Insofar as per ldrnnance, operation and interconnect are concerned. This document shall be jointly signed by each responsible individual and included in record documents. 3.02 PROTECTK)N OF EQUIPMENT: A. Protect equipment from physical damage and deterioration after it is delivered to the Project,and during the installation period prior to Owner acceptance. BASIC ELECTRICAL REQUIREMENTS GUINN SCHOOL 10410-10 B. The equipment shall be kept clean. Motors and electrical devices shall be covered with suitable material to prevent dirt or dust accumulation within equipment. Machinery and devices shall be property oiled and maintained to prevent rusting and deterioration. C. Repair scratches,mars,or paint deterioration. 3.03 EXCAVATION AND BACKFILL: A. Perform excavation and backfill required for the installation of underground conduit. B. Cut trenches true and straight and grade bottom to afford uniform bearing of barrel on firm soil. Stack the excavation material in a suitable location. Shore trenches and excavated areas as required for safety,and for security of adjacent earth and structures. C. Cut through walks, roads,and other structures as necessary for the installation. D. Install underground electrical conduits with a minimum cover of 24-inches from finished grade. E. Do not place backfill until the work has been inspected,tested and accepted. F. Backfill material shall be free of cinder or rocks,and free of clods or lumps larger than 1-inch, up to 12-inches above top of pipe, and 2-inches in remainder. If the excavated material is not suitable, provide adequate material from other locations. G. Backfill by installing clean earth in accordance with the above Specifications in layers no more than 6-inches thick,tamping (and wetting down, if necessary). Hand place and tamp each layer of initial backfill in 4-inch layers up to pipe centerline,and in 6-inch layers up to 12-inches above the top of pipe. Complete backfill to grade and create a substantial,well-compacted trench to 95 percent compaction by the standard Proctor test. H. Remove surplus earth or materials remaining after backfilling from the site. I. Repair utilities, lines, walks, and roads, and other surfaces and structures damaged by these operations to match conditions existing prior to excavation. 3.04 EQUIPMENT SPACE: A. The Drawings indicate scheduled products physically arranged in the spaces, based on catalog data of specific manufacturers. B. Prepare Shop Drawings indicating the exact.physical space requirements for equipment and servicing of equipment actually purchased for each dem of equipment involved; and electrical connections,and be fully responsible for costs or modifications required for the installation. 3.05 EQUIPMENT FOUNDATIONS: A. Floor mounted electrical equipment shall be mounted on concrete housekeeping pads at least 4-inches high,poured integral with the floor slab wherever practicable. BASIC ELECTRICAL REQUIREMENTS GUINN SCHOOL 16010-11 B. Pads shall extend'a minimum of 15-inc w in front of equiPmek where necessary to afford 1 operating surface no more than Mmhes beneath the center of the:hoest operating handle In Its position. Otherwise,'pads shell a w F,. urn of 44xthes in front of the equipment.Pads shall extend a minimum of 4-ins on sides of equipment. C. Coordinate pad sizes and locations. D. Fumish templates for bolt installation,.along with the anchor bolts. E. Provide necessary supporting steel required for the electrical systems. F. Set equipment, and rout the equipment to the base and fill void with nonsh . 9 e��q�nn � grout. Dowel direct driven equipment and driving motors to their common mounting frame after final alignment and run-in. 3.06 INTERFERENCES. A. Relocate or reroute existing wiring, as 'required to facilitate construction of finished work as 1 planned. Restore surfaces,insulation,and finish to match condition of 64a0ent work. 3.O7 CUTTING AND PATCHING. A. Assume costs and responsibility for cutting arW patching required to-complete the Installation. B. Patch surfaces to the condition of the adjacent surfaces. 3.8 PAINTING,AND FINISHING AND CLEANING: A. Finish painting (other than factory applied) and electrical equipment, and its associated conduit and devices is specified elsewhere in the Specifications. Provide touch-up.painting of pre- finished electrical products. B. Leave surfaces clean and remove debris: 3.9 Otrl'IQtV TO RELOCATE OUTLETS AND RELATED DEVICES: A. 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 Shop Drawing preparation or roughing4n begins. B. Only work which must be re-performed in this connection will be considered extra. END OF SECTION-BASIC ELECTRICAL REQUIREMENTS BASIC ELECTRICAL REQUIREMENTS GUINN SCHOOL 16010-12 r SECTION 160.50 BASIC MATERIALS AND METHODS(ELECTRICAL) PART 1 -GENERAL 1.01 WORK INCLUDED: A. This Section applies to the furnishing and installing of electrical materials as specified here and in all other Division 16 Sections. PART 2-PRODUCTS 2.01 EQUIPMENT WITHSTAND RATINGS: A. Electrical equipment, circuit protective devices,bussing, and switches shall be rated to interrupt or withstand short circuit faults greater than the available fault current. 2.02 WIRE AND CABLE: A. General- 1. Wire and cable for feeder and branch circuits shall conform to the requirements of the current edition of the National Electrical Code, and shall meet applicable ASTM spec tiorm Conductors shall be soft drawn, annealed, 98 percent conductivity copper.Wire and cable shall be new, shall have size, type of insulation, voltage rating and manufacturer's name permanently marked on the outer covering at regular intervals. Conductors No.6 AWG and smaller shall be color coded. Cokxs for each phase and neutral shall be consistent throughout the system. B. 600 volt insulation - Provide conductors with insulation rated for 600 volts unless specified or indicated otherwise. System design is based on the following U.S.products: 1. NEC Type THW, XHHW, THWN or THHN solid or sbwwJed for Number 10 AWG or smaller. 2: NEC Type THW,XHHW,THWN or THHN stranded for Number 8 and larger. 3. NEC Type MC- Factory assembled armored cable consisting of one or more insulated conductors, and bare ground wire, with suitable filler and a binder applied over the twisted conductors consisting of a compound filled fabric tape,enclosed with a covering of interlocking metal tape,or an impervious close fitting corrugated tube. a. Conductors shall be copper, NEC Type XHHW with 90 C. 600 volt rated crosslinked polyethylene insulation. C. Aluminum Ck tuctm- 1. Aluminum conductor shall not be used. BASIC MATERIALS AND METHODS(ELECTRICAL) GUINN SCHOOL 16050-1 r D. acceptable Manufacturers for Wire. and Cable - Alcan, American Insulated Wire, Cablec, 1 Capital, Diamond, General Cable, Lam'bee, "ft.. OkonitNe, Pamnite,Pirelli, Royal, Senator, Techbestos. E. Acceptable Manufacturers for Type MC cue;Alflex,AFC,America Metal Moulding. F. Acceptable Manufacturers for Connectors-Appleton,Wim, Bridgeport Buchanan,Bumdy, Ideal,IGNark, Ilsco,3M,OZ., Penn Union,Th omas&belts. 2.03 RACEWAYS: A. Metallic conduit and ANSI 080.4 filtings shalt be incorporated into the Electrical Work in accordance with the applicable articles of the National Electrical Cade. B. GRC-Galvanized rigid conduit,threaded and coupled steel.ANSI C80.1, UL-6,protected by an overall zinc coating to the inside and outside surfaces of the meal. Coating may be applied by the hot-dip metals ft or sherardizing process. C. IMC- Intermediate metal axxiuti,threaded and cold steel, manufactured in accordance with UL 1242,hot-ft gal4anized,installed In accordance with UL general information card DYBY and NEC Article.346,with threaded joints. D. EMT- Electrical metallic tubing, 'thin waIr zinc dated steel, enameled interior, ANSI C80.3, UL-797, assembled using concrete tight and rain tight gland-ring compression threaded type fittings except where alternate type fittings are specific*allowable. E Flex--Flexible steel,UL-1,conduit shall be constructed from interlocking singles strip flexible steel tubing,galvanized or sherardized Connectors shall be galvartmd,malleable iron squeeze type, or Tomic twist-in type. F. Liquid-tight flexible metallic raceway shall be similar to standard flees steel conduit except encased in liquid tight neoprene outer jacket. G. EB (plastic) - Encased Burial - High Impact polyvinyl chloride (PVC) or acrylontrile.butadiene styrene (ABS) Type 1, tubing and fittings designed for cement encasement, NEMA TC1, with solvent welded joir,ds. H, DB (plastic) - direct Burial - High impact polyvinyl chloride (PVC) or acrylontrile butadiene styrene (ABS) Type 2, tubing and Wings designed for direct burial, NEMA TCI with solvent welded fittings. 1. Application- 1. pplication 1. Provide electrical metallic tubing(EMT)within structure,except as specified otherwise. 2. EMT connectors-Provide gland ring compression threaded fittings,except- a. Concrete tight double set screw type connectors are moble in 2%-inch and larger sizes in dry locations only, 3. Rigid steel conduit(GRC)shall be used in the following locutions- BASIC MATERIALS AND METHODS(ELECTRICAL) GUINN SCHOOL 16050-2 a. At or below grade. b. In locations where electrical metallic tubing is not permitted and other raceway is not required. C. In'or beneath slabs on grade. d. Where exposed to physical damage,excessive moisture,rain,etc. e. At drop connections to motors. 4. Interrnedlate metal conduit (IMC) may be substituted for GRC for sizes 4-inches and smaller if approved by code authority. S. Provide flexible conduit for transformer connections, and at equipment requiring adjustments or removal for service,not subject to moisture. 6. Provide Liquid-tight flexible conduit for each motor and rotating device for power and control and for other equipment requiring adjustments or removal for service in mechanical rooms or where subject to moisture or weather. 7. Metal-clad armored cable (ACT or MC) may be applied, at Contractor's option, in dry locations where approved by code authority and approved by the engineer. & Non-rnelaft conduit (and grounding conductor) with rigid steel riser stub-ups may be used for Webs on grade. . Conduit and fittings stall be UL listed for the application and location of their intended uses. G. Acceptable Manufacturers - for GRC, IMC, and EMT - Ailed, Century, Triangle, Western, Wheatland. H. Acceptable Manufacturers for GRC, IMC, and EMT Fittings - Adalet, Appleton, Bridgeport, Electroline,Midwest,Neer,O.Z.Gedney,Raco,Steel City. 1. Acceptable Manufacturers for flex and.liquid-tight flex - Arnerican Flex, Alflex, Anamet, Anaconda,Coleman,Electri-Flex, Intemational. J. Acceptable Manufacturers for flex and liguid-tight flex frktings - Adalet, Appleton, Bridgeport, Berger,Efcor,Electrollne,Midwest,Neer,O.Z.Gedney,Raco,Steel City. K. Acceptable Manufacturers for PVC and PVC fittings - Centex, Carlon Certainteed, National, Sedco,Midwest. 2.04 CABLE FIRESTOPS: A. Seed cable penetrations of fire-rated floors, ceilings, and walls with a fine-rated closure in compliance with NEC 300-21 and UL 1479. Closures shall be rated as per ASTM-E-119 three- hour fire rating and hose test and shall consist of grouted-in metal frame sized for applicable fill per NEC,and seafirg black assemblies of elastomenc material sized to fit the cables or conduits BASIC MATERIALS AND METHODS(ELECTRICAL) GUINN SCHOOL 16050-3 entering the fire barrier. The elastameric material shag expand during fire to seal any voids left by turning cable insulation. 8; Install closures in accordance with manufm*rees recomme ` ns. C. Actable Manufacturers ! Crouse-H lson, 3 M, Dow Coming, General Electric, Intemational'Protective Coafinp. 2.05 FLASHINGS: A. Provide weatherproof flashings for c rirr�through the roof related to electrical systems. B. Flashings for conduits shalt-be constructed from 20 gago'gahwized,stoof sem, vAth a base extending 10-inches in each direction beyond to exterior surkce d the operring to be flash C. Flashings shall be construe .to termiruft not less than-12-inch-a the roof with suitable counterffashing construclocl from the sam material as the flashing. D. Fumish flashbW for curbs.mlated Welectical system.... Furnish and Install c unterflashing at each curb. 2.06 HANGERS AND SUPPORTS: A. Conduits - Support securely from the Shia" with rigid steel scsaports. Provide necessary c hwnels, .merger rocks, bc#a,,nuts, Iockrruts, cessodesanddevi0ootoprovideacmpIlete structural systema The system shah allow free expansion and1contractlon. B. Panelboards, Disconnects, Starters, Cabinsts; Pull and Junction Boxes, at. Provide channel supports and miscellaneous steell engem to 4ft-suppm equipmrt,from.the re whererequired bar special conditions re and whom venal arKVor horizontal support is required other than that provl f in the structure. C. Stnuctural.support systerns shall be Vecifiaaily desipated as suitable for electrical illations. Bases,dirnersiom andareAto be as"Kp*W forapplication,Vit+conditions.loads Imposed and manufactunfs recommendations. D: Channels- Provide continuous slotted channal, #12 gage steel (minimum). Fasten conduits to channels with pipe channel straps. ,E. Hamer Rads-Provide steel rads with cuntirwous,free running thresd& F. Straps,Pipe and Conduit HwWrs,Inserts,Clamps,Accessories and Devices Provide nWisable !=orfomned steel.as app le. G. Flexible able,strap or wire m and fasteners will not be accepted. H; Steel and rnalleable Iron shall be zinc chromate eloctrogalvanized. 1. Attachmenta.to Structure - F. 'n s to wood.shall be by wood scram or screw nam. Fastening to hollow mason#Y urns shall'be bye-toggle oche. ,F68tehkW to, boner,or brick Mall be by preset inserts or expansion bolts. Fasteninp to std '9Wbe by-she screws, BASIC MATERIALS AND METHODS(ELECTRICAL) GUINN SCHOOL 16050.4 bolts(with flet washers and lockwashers),wekled threaded studs or beam clamps designed for the application. Wood plugs and gun fired power driven fasteners will not be accepted. J. Fasten single runs of conduit directly to the structure or hang on rod harmers with one or two hole pipe straps, "U" bolts, lay-in pipe hangers, conduit and pipe hangers, beam clamps and angle clamps as appropriate. K. Fasten multiple runs of conduit directly to the structure using cgntinuous channel inserts or continuous surface channels. Trapeze hangers utilizing channels and rod hangers may also be used. Y L. Conduit shall be securely fastened within three feet of each outlet or junction box,fitting,carnet or panelboatt Conduit shall be fastened at intervals not to exceed 10 feet. M. Provide riser clamps at floor lines for vertical runs of conduit. N. Conduits and Raceways with Expansion Joints - Install supports to allow equally distributed expansion and contraction. Use guides, saddles, "U" bolts andlor anchors designated for this O. Cables and Wires in Manholes, Cabe Chambers,Cable Chases and Other Locations - Provide hangers, maks, cable cleats and supports designated for the application to insure a neat and secure installation. P. Structural support systems,channels, hanger rods, bolts, nuts and accessory items shall be as manufactured by Unistrut or approved equal. Q. All supports shall be directly connected to basic structural elements of the building or sitework. Electrical support systems shall be independent of other systems(HVAC, plumbing,suspended ceilings, raised floors, etc.). Support systems may be shared with similar wireway and conduit systems We alarm,security,MAN,etc.). 2.07 IDENTIFICATION: A. Bundle all associated conductors andlor cables exiting from conduit or cable with ties, similar to the T & B Ty-Wrap, at the beginning and and of the bundled gawp. Provide identification by using ties similar to the T&B Ty-Wrap identification tie. B. Identify individual conductors at their termination by wrap-around type of identification similar to T &B conductor markers. C. Identify all terminal blacks and terminals in the switchgear and control cabinets similar to the conductor groups mentioned above. D. The Identification of conductors, cables and conduit shall conform to that set forth in their respective schedules. 2.08 GROUND EQUIPMENT: A. Rods-10 feet long,314-inch diameter copper weld nods. B. Conductor-Sized no smaller than the following- BASIC MATERIALS AND METHODS(ELECTRICAL) GUINN SCHOOL 16050-5 1. The size noted on the drawings or o#mwise scheduled. 2. The size of the phase conductors in the feeder or branch circ. 3. The sizes required by Article 250 of the National Electrical Code, C. Exothermic. Grounding Connectors Provide Cadweid exothermic wek6W system as manufac�tred,ERIC.O Pcoduots`Inc. CMIy C adweld ExoIon low smoke, low emission welling system shall be used in encloW areas of the building. D. Compression Grounding Connectors.-Provide Hyground c ompressin system as manufactured by Bumdy. Each cronnector shall have the cue index number embossed on mon. E. Grounding connectors shall meet the test requirements of IEEE Standard 837. F. AN ground conductors shag be copper,and unless specifically noted otherwise,shall be provided with Type THW or TtilliCf+l,600 volt insulation. 2.09 EXPANSION JOINTS: A. Provide sip type]galvanized steel conduit joints wherever structural expansion joints are crossed by c©nduitss embedded in slabs. [retail with end barrels flush with-concrete on both sides. 2.10 PROTECTIVE COATING FOR METALLIC CONDUIT: A. Cold applied coating in tape form having a minimum thk kness of 35 mils and a minimum 1 dielectric sbneno of 12 kv,, conforming to-the applicable requirements of ASTM-D-5, ASTM-D-1000, ASTM-", and ASTM-D-1737. # etalk and'litti igs below grade shall be spiral wrapped with a minimum of V44neh overlap. Condult`pmt shag be in accordance with coating manufacturer's recommendations. B. Scotchrap 53. 2.11 WIREWAYS,PULL AND JUNCTION BOXES: A. Provide wirreways,junction and pull boxes indicated and at locations required by the National Electrical Code, and at those 10089 ns.required to facilitate the puffing of wire, fabricated in accordance with NEMA and,Rational Electrical,Code recxuirernerte with -respect,to material, gages,dimensions and methods of fastening. Wireways,junction and pull boat shall bear the UL WW and shelf be iii for the applic arm and location of their intended use. Units shag be finished in,standard gray enamel,skles and backs spot welded In position,and removable screw cover. B. Construct wireway and accessories in accordance with UL 870; with hinged, removable, sealable covers, arranged for la" conductor Installation. Connectors shag be shin arrangement with captive mounting screws. Arrange hangers in a "J" configuration to allow conductor lay-in from one side. C. Interior boxes shall be stamped or fabricated galvanized steel. BASIC MATERIALS AND METHODS(ELECTRICAL) GUINN SCHOOL 16050-6 D. Exterior boxes not totally protected from exposure to driving rain or from excessive moisture shall be hotgalvanized cast iron,complete with threaded hubs, bolted weatherproof covers, and rubber or neoprew gaskets. E. Grade level exterior boxes shall be cast iron with solid covers secured with rubber gaskets and bronze cap screws. Conduit connections shall be drilled and tapped for threaded connections. 1. Neenah Series R7519. F. Conduits entering boxes shall be thru tight-fitting bored or punched holes,or threaded hubs,and shall be secured firmly. G. Covers in finished areas shall have prime coat. H. The vokrme of the boxes shall be in accordance with the NEC requirements, but shall be no smaller than 4-inches square in any case. 1. Boxes shall be accessible at job completion. Boxes with covers in finished areas shall be in those by the Architect. J. Acceptable Manufacturers-Unity,Universal,Circle AW,Hoffman,Neenah. 2.12 OUTLET BOXES: A. Interior boxes-Standard,single or multiple gang stamped galvanized steel boxes,of the proper size to accommodate the device and function for which intended, complete with extension or piaster rims where required. Boxes for mounting of surface lighting fixtures shah be 4-inch octagon boxes, with 3J8-inch no-bolt fixture studs used to securely support fixture. Provide proper covers or device plates. B. Exterior boxes-Hot-dip galvanized cast iron,complete with threaded hubs, bofked weatherproof comers,and rubber or neoprene gaskets. C. Waterproof,boxes - Design FD or FS conduit boxes of cast or metal threaded hub type with suitable gasket covers shall be used where waterproof boxes are required. D. Acceptable Manufacturers. - Appleton, Adalat, Bowers, Crouse Hinds, Killark, O.A. Gedney, Ranco,,Red Dot,Steel City. 2.13 TERMINAL CABINETS: A. Cabinet bodies shall be constructed in accordance with the NEMA P81 specification for pane board cabinets. Provide steel doors with key locks and keys as specified for panelooards. 2.14 BACKBOARDS: A. Construct backboards from exterior gradee Douglas fir plywood 314-inch thick, and mount on walls or in cabinets with the bottom of the board 6-inches above the finished floor minimum. Secure to walls with inserts embedded in the wall,and not less than 114-inch-20 bran machine bolt, with nut and washers. For telephone backboanda, furnish a No.6 AWG grounding conductor with terminal lug attached to the lower right-hand bolt of the board. BASIC MATERIALS AND METHODS(ELECTRICAL) GUiNN SCHOOL 16050-7 F 2.15 'WIRING DEVICES. A. Install on each and every outlet box, a wiring dsvice and t irplate a Indicated by symW on the Drawhgs. Mamifactureew model riumbw am not Intended to Indicate color of devi6es. Color of devices is designated under"De vice Platiiis*. B. Toggle switches shall be quiet,ac type,specificalibn Wade,Rated by Un0erwriters Laboratories. Inc.,and meeting the,requirementi of'NEMA Standard WD-1.197i- Back or"screw tsar ninal "I acoarrI Int t up to 10 AWG solld or stranded'cornu*ars. Cbnlacts,shall be rated.at 20 amperes,120)277 volts ac only,,single pole,3,;way,4-way,or key-operated as indicated. 1. Hubbell 1221. C. General purpose single and duplax receptacles - Shd be spec.1fication,grade rated 125 volts, two-pols,thresowire,.-grouh ding type-with polartzad pwWM,slots, Style 9,&miss, in accoidence with FederalSpecific0on W-C-5W,aridftled`b idemterii;Laboratories, Inc..in a=rdanoe yUrl. with NEMA Standard Publiostim WD4,paragraph 3.02. Bodies shall be of phoriolic compound supported by mounting strap, having plaster,ears� Contact anangoment shall be such that contact is made on two sides of ani ed Receptacle"I*sida-w-bac*vAred with two screws per terminal. The third grounding pole shall be connected to the metal mounting yoke- 1. 2D ampere,NEMA 5.20R,Duplex-Hubbell 5362 Series. M Special-purpose or heavy-duty receptacles-$WI be of the type and of ratings and number of poles Indicated or required for the anticipated puqxw. 1 Provide an appropriate plug for each special purpose receptacle. E. Device Plates. 1 Provide one-piece coverplates with rounded edges for out and ftr W- to suit the devices installed. Screws shall hovevourviersunk heads, provided in.a color to match the finish of the plate. -Plates;shalt be Installed with all four.edgm In cbn*uxxm contact with*MW wall sudwes,wNwo the use of maw or skftr devices.plasteir MkW will riot. be permitted. Plates shall t* installed *0 an alignment O*mb) tolerarm of IM&Inch. The use of sectional-type devim plMse will-not to permitted. Plates installed in wet locations shall be 96sketed. , Device plated for telephone and intercommunications;outlets shell have a Winch bushed opening in center. 2. Provide smooth zinc:finish cast metal or sheet steel plates with Ivory color devices Iry a. Unfinished-walls. b. Equipment room. Exterior coverplates,- Provide TW*3t .aMrod plates withspring termedww and PVC plate aga nd-cover siceft-with Ivory coloudevices. 4. Provide OANnch minimurn smooth pW&plates with matching color devices In- Fin istied arm-wory. BASIC MATERIALS AND METHODS(ELECTRICAL) GUINN SCHOOL 16060-8, 2.16 PHOTOELECTRIC CONTROL:- A. ONTROL:A. Photosensitive fighting controls shall have weatherproof enclosure, shall energize artificial ruing when natural lighting level falls to a preset adjustable value, and do-energize when natural lighting level rises above a preset adjustable value. The operation shall be fail-safe in that in the event of failure of any components of the control, the artificial lighting shall be continuously energized. B. Include time delay device to prevent switching of artificial lighting due to transient lighting changes. Provide precise method field adjustment of both on and oft lighting levels. Controls shall be temperature compensated, suitable for operation from minus 20 to 120 F., compkitely unaffected by humidity. Switch mechanisms shall be snap acting, of sufficient capacities to adequately handle loads encountered. C. Unit shall be solid state pre-aged, stabilized, and hermetically sealed, enclosed in metal or plastic housing to screen out ultraviolet rays,provide maximum equipment light,and be capable of being faced .in the desired direction for proper operation. Power consumption shall not exceed 3 watts per unit at any time. Unit, factory tested and guaranteed, shall be furnished complete with proper mounting base for installation encountered,with all miscellaneous required appurtenances for proper operation in the system. D. Unit shall be circuited with manual override located in accessible location. E. Acceptable Manufacturers-General Electric, Photo Switch, Precision, Revere,Westinghouse. PART 3-EXECUTION 3.01 EQUIPMENT CONNECTIONS: A. Provide wiring for the connection of motors and control equipment and control wiring as indicated on the Electrical Drawings. 1. Equipment installed under other sections of the Specifications-wiring shall be extended to the equipment,and proper connections made thereto. 2. Flexible connections of short lengths - Shall be provided for equipment subject to vibration or movement and for motors. Liquid-tight conduit shall be used in wet locations. A separate ground conductor shall be provided across flexible connections. a. Length of flexible connections for motors shall be at least 11-inches plus 114-inch per horsepower up to 100 hp, and need not be longer than Winches unless otherwise indicated. b. Length of flexible connections for transformers shall be at least 11-inches plus 1!44nch per kva up to 100 kva, and need not be longer than 384nches unless otherwise indicated. 3. Power connections to any vibration isolated equipment shall be made with a length of flexible conduit having a 90 degree bend in it between the junction box on the equipment and any nonflexible conduit. BASIC MATERIALS AND METHODS(ELECTRICAL) GUINN SCHOOL 16050-9 3.02 OUTLET BOXES: A. Wall switches shall he mounted on the stoke side of the doors, as flnally hung, whether so shown on the Drawings or not. B. More than one conduit connection to outlet or junction boxes smaller than 4 x 4 x 1l.-inches is C. Outlet boxes shall be placed at height as scheduled. Otherwise, install—at the following heights, censer of box to finished floor level- ` 1. Wd switt s-4'-0". - 2. Convenience outlets and telephones—16 inches. 3.03 CONDUIT INSTALLATION: A. Coordinate installation of raceways with building structure and other mechanical trades, T cornplets with bends, fitters, Junction and pull boxes to meet codes -and=make complete operating systems. Raceways 14n ch and larger shall not be run in concrete slates without approval of structural engineer. B. Complete continuous raceway shall be provided for pulling and installation of wires. AH wlting shall be run in raceways unless otherwise specified. C. In general, conduits shall be concealed in finished anus, and may be exposed in unfinished areas, run square to the building construction, and continuous from outlet to oudK connected mechanic*and electrically to assure grounding. Conduits shall be cut squama, reamed to full size, shouldered without butting into couplings or fittings. The the shalt be of standard length and diameter required for the size of the conduit used, and graphite, bearing thread lubricant shall be used In making up the threads. Running threads Will not be acceptable. Conduits shall have a smooth interior surface free of obstructions;-shall be capped with conduit seals during the construc tim period, shall be uniformly sloped to eminate trapped conden n;shall be thoroughly cleaned and dry before putting any wire. Cdnduit installation shall dear hot pipes not less than 6-inches. D. Rigid conduit or electrical metallic tubing shall not be rigidly connected to vibrating equipment. Use flexible conduit or Seattlte. E. Conduit installation above accessible ceiling shall be such that there will be no interference with the i ml 11etion of lighting Wires,air outlets or other devices. . r F. Conduit installed underground,in concrete or mrr wry- 1. Joints shall be made liquid-tight and shall engage not less than five threads. 2. Conduit In concrete shall be placed so that no portion of the conduit or couplings are exposed, and at a sul icl ent depth to prevent craddng or'spWbig. Conduit 1-inch or larger shall not be placed In walls or slabs except as dilly indicated. BASIC MATERIALS AND METHODS(ELECTRICAL) GUINN SCHOOL 16060.10 ''r #: • • f •: •:-ter:• • Fi • •:f#:# :t F:! R'• 54771,1117 •: #V A 'O's":'o ATjTLs go —oio! •: • rw. • • f r - is .•: . - •, : « ar :• • r - 4 Z 1:. M minimum 2 feet extra length at each end,properly tagged to indicate terminal points and length of runs(at junction boxes as well as terminations). B. Systems shag meet requite of, be accepted by, and be approved by the code authority, utility,equipment supplier,Owner,Contractor or subcontractor furnishing system equipment and wiring for the system involved. C. Provide minimum V4-inch size empty conduit urtess otherwise Indicated. D. Partial empty raceway systems include systems that allow open wiring installed above accessible coArW utilized as plenums(with special plenum tables)or where the oiling cavity is not utilized as an air plenum. Hollow walls with system wap outlets may serve as raceway where approved by code. Provide wap plaster frames, coverplates, and pup wire from box to above accessible ceilings, E. Provide partial empty raceway for- 1. or-1. Telephone System. F. Fumish and install empty conduit, cabinets, outlet boxes junction boxes,backboards and other miscellaneous appurtenances required for the systems specified. Conduit shall be as specified, and empty systems left complete,with 14 gage steel puff wire in each unk,ends property tagged. Backboards shall be as specified, and cabinets shall be complete with-doors and snap latches as specified for'distributicm panelboards'. G. Underground empty conduit intended for future use shall be identified by permanent concrete markers indicating location and intended use, Locate at each end and at each-change of direction as a minimum. 1 3.06 CONDUCTOR INSTALLATION: A. Wire and cable No. 10 and smaller shall be factory color coded. Provide factory color coding for No.8 and No.6 wire and cable or mark conductors on each end and in all junction or pup boxes with three-inch band of colored pressure sensitive plastic tape or by the use of brilliant waterproof lacquer properly applied. Colors for each phase and the neutral shall be consistent throughout the system. B. Color Coding shall be- 120r208 Vit USE Black Phase 1 Red Phase 2 Blue Phase 3 White Neutral Green Ground C. When voltage to ground does not exceed 120 volts, the minimum size conductor for use in fighting and power branch circuits shall be No. 12 AWG,. Home runs longer than 100 feet actual wire length from panel to electrical load carder of the circuit shall be no smaller than No. 10 AWG. BASIC MATERIALS AND METHODS(ELECTRICAL) GUINN SCHOOL 16050-12 D. Cable,terminals, taps and splices No. 6 and larger shall be made secure with UL listed soldlerfess Indenter compression barrel type connectors wherever practicable. UL listed set screw lugs may be used on circuit breakers, motor starters, and switches not available with Indenter connections. Joints in conductors No. 8 and smaller shall be made by applying a UL listed insulated, cadmium plated, live steel spring We connector in sizes up to the catalog capacity of the connector. E. Do not install wires in conduit until entire system of conduit and outlet boxes is permanently in place. Conductors shall be pulled using a UL listed wire lubricant. F. Conductors in conduits shall be continuous and without splices except in junction boxes. Indenter compression barrel type lugs shall be used for stranded conductor terminations except UL Ns%d Med compression type connectors or lam, factory furnished on such devices as circuit breakers, switch units and motor starters, may be utilized. Indenter compression type connections shall be used to make splices,taps and motor connections. G. Insulate , taps; and connections such that the insulation of the joint is no less than the insulation of the wire. Insulate with manufactured lock-on splice caps or build up with rubber tape applied directly to the joint,and then cover with thermoplastic electrical tape. H. Exercise care when installing wire in conduit so as to prevent injury to the conductor insulation. Mechanical means of pulling shall not be used unless approved. Conductors shall be pulled usft UL listed lubricant. 1. Whenever wiring leaves the conduit and terminates at a terminal board, the wiring shall be formed and laced with waxed twine,or plastic wire ties. J. In the event circ feed through outlet boxes, provide splice and pigtail for device connection, with sufficient slack to pull splice out of box at least 6-inches(for inspection). 3.07 GROUNDING INSTALLATION: A. The grounding electrode shall be provided in strict accordance with Article 250 of the National Electrical Code. Resistance to ground shall be 25 ohms or less. B. The following items or sub-systems are to be interconnected to the single grounding electrode- 1. Secondary electric service neutral conductors. 2. Neutral conductors of separately derived systems including transformers, UPS system outputs,motor generator outputs and engine generator outputs. 3. Metallic water piping systems. 4. Building concrete encased foundation electrode. 5. Lightning protection system. 6. Budding structural steel(where available). 7. Electrical equipment enclosures and raceway systems. BASIC MATERIALS AND METHODS(ELECTRICAL) GUINN SCHOOL 16050-13 8. E*prnentgrounding=Axftrs. 8. Surge arrestor discharge,connections. 10. Medium voltage cable shiekfs. 3.09 METAL-CLAD CABLE INSTALLATION: A. Wiring shag be mus bet"reten outs, devices, etc., and except-as permitted for ry gutters or w revvays shall be vuftUt spm or tao vbin the raceway itself. B. snclosums shall to melaliic,ally oonrmcw to boxes,fbctaures, fittings and cabinets to provide effective electrical confinuity ar►dshall-be mechanically secured: C. Cable assemblies shall be Willed in cable tr4ya or secured by approved straps or hangers at intervals not exceeding 4-#ewK and within 12-Inoses-from every outlet box or fitting mept where cable is frshed. Outlet and}unction boxes shall to irKkpendently supported frorn structure. D. Masklacl cable may be u W in dry bksns,for under plaster extensions,er nbedded In plaster finish on brit or other masonry In damp or wet dors. Cable assernbly shell not be installed in concrete ordrect burial in the END OF SECTION-BASIC MATERIALS AND METHODS(ELECTRICAL) 1 1 1 1 1 BASIC MATERIALS AND METHODS(ELECTRICAL) GUINN SCHOOL 150-14 SECTION 16400 POWER DISTRIBUTION PART 1 -GENERAL 1.01 WORK INCLUDED: A. This Section of the Specifications includes the furnishing and installing of the electrical service to the building and the power distribution system. PART 2-PRODUCTS 2.01 UNDERGROUND DUCTS: A. Underground ducts shall be of the size,spacing,and shape as indicated on the Drawings. B. The bottom foams for the concrete envelopes of underground ducts, where practical, may be smoottieerrth of thetrenches,with uniform grading. C. Concrete for duct bank anvelopes shall be standard 2000 psi concrete mix as described in °Concrete" Section and be colored deep red for permanent marking of underground electrical work. The concrete red pigment shall be pure inorganic natural metallic base pigment. Organic pigments.will not be permitted. The approved pigments shall be mixed 4 pounds per each 94 pound sack of cement. D. All ducts shall be buried a minimum of 24'below finished grade except as specifically noted on the Drawings. E. AN bends shall be made with the longest practical radius, preferable with a succession of deflection couplings,or with long radius bends. 1. No conductor shall be installed in cracked,broken,or faulty ducts. F. All joins on underground ducts shall be made up tightly, driven home on boat sides, and thoroughly waterproofed by correct use of seal provided by duct manufacturer. G. . Each conduit concrete envelope shall be one monolithic pour wherever possible. Where,not possible,concrete envelope job shall be tapered with a 10 to 1 slope. H. Transition from nonmetallic conduit to steel conduit shall be made in ducts which terminate above Wound. Ductsterminating above grade shall tum up with concrete envelope extender a minimum of 12-inches above grade, except as specifically noted. Concrete encased conduits shall terminate in serniflush steel couplings pmecting a minimum of 1I8-inch and a maximum of 1l44rrch alcove the fished concrete surface, except as specifically noted. The vertical riser conduits shall be rigid galvanized steel and shall be extended from surface couplings. I. Excavation, trenctting, concrete and reinforc a hent placement, and backfilling for street repair shelf be in accordance with the applicable provisions of other Sections of the Specifications. POWER DISTRIBUTION GUINN SCHOOL 16400-1 J. The c ontnictor shall be responsible for.locafing and aiding all existing underground utili ies during coroftuckm. 2.02 TRANSFORMER PADS: A. Provide transformer pads as required by TXU. 2.03 CIRCUIT SWITCHING AND PROTECTIVE DEVICES. A. Shall be mmoft from kmmft Jerminals10 outgoing load*minaie, nor r'oupow and rated for current raracte lnd ,*0 rrWft at Just egril to the avallable short circuit current availalA,at the lime terminals. B. Molded case circ uft breaker- _ 1. Shall conform to NEMA Standard AB-1,UL 489,and FS-W-C-3758. 2. Shah have an inleigial rugged houses of mokled polymaster giass Insulating mound, with silver al oy contacts, arc quenchetsancl phase-barriers for each pole, and stored enemy operating medwilern. SFS be of *m#mwhanit*trip fros,whim a trip element for each pole,and a common tri bar connected tkr a Of esu mateM;(harift tis are u ); Iridicaling •ter*, t e&, and •dr podions. Provide inverse tirne element thermal trip The owre drofiection and magnetic instantwisous trip for short circuit Orcilecdon ureas of wmis ,16cli sated: 3. Standard conventional brealmrs ,sholl be quick-make,--quick4meak, wing contaM anal magrieft,common t*trip Inclicaft aimMent wripwaded,with arc du tes, single bt free handle mechanisms and the mal long time trip and magnef9c Instantaneous trip. . 4. Provide blerchangeable thermal trips and adjustaM is magic,tripe on 225 ampere frame size and last circuit breakers with trip urfa sealed to prevent 5. Ground faun interrupting - Provide UL Class A (5 milliampere seneltnrify) single phase ground fault circuit protection. C. Manual switch below 1000 amps- Shall conform to NEMA Standard KS1,UL 98,and FS WS-865C. 2. Shall not be used in wwess of 1000 amps raft. 3. Shall be dead from,load break, duty,horsepower Fated;quick-make,qu 4weak swi�res with are hers, pad provisions and, e door wherlock to prevent-opening door Wth wwltchon orawfthing on door open. 4. Fused urs serving induc live bob shall have Class R neje cdon type fuse cis, arranged Ito be d&-energized when wfth-le t'rpen. 5. Fused onils serving noWtictive loads shall have Class J (special dlmension)ty{ae fuse curs;arranged to be de-energ ed when cur is open. POWER DISTRIBUTION GUINN SCHOOL. 16400-2 • t • : i'•1 i ! r ! ! !. 'l t: • - • is •` ;lis a ; r •.- -• _:i i. LIZ .• i WIN LA it .0.m :: i # '#.t :.! #: i` # »:•, i �:• Ph.' #: # : # # • :9# -' E .: i». #» E —»i # r i ifs: � '# ! •` :• �#, — — # P#• # ': to 'I # : Pc - _ P: #.!: - # • • • : :11.• B. Equipment shall not be shipped andlor delivered to the job with the fuses installed in place. C. Furnish to the Owner a set of spare fuses as required for replacement of each fuse type and rating used on the project. The set shall consist of ten percent of each type and rating(minimum of three per ging),in standard unbroken packaging. D., Provide spare fuse cabinet(s) with capacitor sufficient to store the spare fuses (Bussman No. SFC or equal). E. Provide fuses in each device requiring same. 2.10 FUSES(600 VOLTS AND LESS): A. F larger than 600 amperes shall be in accordance with UL Standard 198.2,Glass L,current fim with 200,000 amps rms symmetrical interrupting opacity,designed with 45 second time delay at 300 pendent current rating,silver link,Bussman KRP-C,or equal. B. Fuses 600 amperes and less shall be'in accordanoe with UL Standard 198.2, Class J, current limiting,time delay,with 200,000 rms symmetrical amperes internapting capacity, Bussman LPJ, or equal. C. Acceptable Manufacturers-Bussman,Shawmut, l.ittlefuse. 2.11 ACCEPTABLE MANUFACTURERS: A. Acceptable manufacturers for circuit breakers, enclosures, switchboards, panelboards, safety switches- 1. Square D. PART 3-EXECUTION 3.01 MANUFACTURER'S DIRECTIONS: A. Install equipment in strict accordance with manufacturer's recommendations and requirements of other Sections. B. Where altemate designs and/or products are allowed at the request of the manufacturer and/or contractor, it shall be their sole responsibility to verify and document, that adequate withstand ratings are maintained and that the system will be selectively coordinated. 3.02 SHORT CIRCUIT AND COORDINATION STUDY: A. ft shall be the responsibility of the equipment manufacturer to perform and provide a coordination study of the devices, transformers and relays, cables and accessories. The study shall begin at the utility company pant of service and extend through the low voltage distribution system. The study shall provide a documented short circuit study. It shall recommend fuse selections,breaker trip settings, bus bracing and device interrupting ratings. Actual equipment Impedances,device characteristics and circuit lengths shall be the basis of the study.Study shall include,but not be limited to the following: POWER DISTRIBUTION GUINN SCHOOL 16400-5 1.. System one We diagram. 2. Short Circuit calculation. 3. Equiprnent evaluation. 4. ProtectKm de4i6o coordination study to define setting of adjustable prove devices and$+slut CT M**. 5. Study shall include the entire system. B. The distn'bution system shalbe fu yrated. C. The recommendations of tib► short circuit study shall be followed in ssleeng muss bracing, circuit switching and prof five deal es,steak :,as specified in this end dW sections. D. Equipment submitted prior to the sawniital of the start circuit study sfi ll be accompanied by the cert�ication that the equipment vWP comply with 1Nr�em'mm ndations of the study. Adjustments reWired by ft study to the s� be peftm*d at no cost. END OF SECTION-POWER DISTRIBUTION MOWER DISTRIBUTION GUINN SCHOOL 16404.8 SECTION 16500 LIGHTING PART 1 -GENERAL 1.01 WORK INCLUDED: A. Fumish and instal lighting fixtures and accessories as shown, specified and/or scheduled for use throughout the Project. PART 2-PRODUCTS 2.01 LIGHTING FIXTURES: A. Furnish, install and wire lighting fixtures scheduled or indicated by type designation on the Drawings. If We designation is omitted,fixtures shall be of the same type as shown for rooms of similar usage. Verify before purchase and installation. B. Locations of fixtures on Electrical Drawings are diagrammatic. Verily location and spacing with architectural reflected ceiling plans and other reference data before installation. Coordinate space conditions, including head room clearances, and interferences with ceiling components, such as ducts,openings,beams and piping,prior to installation. C. Check the architectural finishes, and regardless of the catalog prefixes and suffixes shown, famish.fixtures with the proper trim, frames, supports, hangers and other miscellaneous appurtenances to properly coordinate with said finishes. Where required,furnish reinforcing for calling c onsft hon to support weight of fixtures. D. Fixtures shall be free of light leaks and designed to provide sufficient ventilation of lamps and ballasts, including vent hoes where required. Outdoor fixtures with vent holes shall have wire mesh screens in the vent titles. E. Wiring channels and socket mountings shall be rigid and accurately made. Sockets shall hold lamps securely against normal vibration and maintenance handling. Provide sinter plated contacts in sockets for mogul base incandescent, metallic vapor and mercury vapor lamps, in all Outdoor fixtures,and.tungsten halogen lamps. F. Housing shall be National Electrical Code gage, bonderized steel or equal rust protection, rigid construction,baked-on enamel finish,color as selected by Engineer. Fluorescent housings shall be suitable for continuous row mounting where indicated. Incandescent housings shall have matte black finish on concealed surfaces,and all fixtures shall be prewtired. G. Fluorescent troffers shall conform to NEMA Standards Publication LEI, latest edition, including references to fixture dimensions and temperature ratings. H. Reflectors shall have no less than 85 percent reflectance. LIGHTING GUINN SCHOOL 16500-1 1. Light shields.and lens shall be as specified under Individual fixture types but.leps thickness shall be no less than 0.125-inches, shall weigh not less than eight ounces per square foot manufactured from 100%virgin m*. • J. Fbftres scheduled by manufacturer's names and catalog numbers am fixtures which will be acceptable. Fixtures of other I rnartufacturs, I similar and equal (with respect to quality of materials,materials, components, construction, light distribution characteristics and physical sbmi she" and appearance) to those scheduled, will be considered as subsilltutiom for the scheduled fixtures,subject to approval of submittal data(and sample,9 requested). K. Submit Shop Drawings or catalog cuts for each type of fixture spedled or noted. Drawings shall indicate fixture We, complete details of fixtures, Including m catalog numbers for sockets, ballasts, fight shields, metal gages,type of w*kV, color and texture-of finish..1 Submit nx samples of finish and ETL curves(phato4ric data)when required. -Submit fixture samples;as specified. 2.02 LAMPS: A. Provide lamps for all fixtures. Lamps on the project shall be now, delivered to the job site in original packing cases and sleeves,and-shall be of the same manufacture. Incandescent lamps not scheduled otherwise shall be inside frosted, high duty service, 130 vok. Ruorescent lamps not scheduled-otherwise shall be rapid start standard type and cool whits color High blensity discharge(H.I.D.)lamps shall be of the type and color scheduled. 2.03 BALLASTS: A. Electronic ballasts for fluorescent lamps shall be,premium,energy savings No, efficiency", high power factor Class Vone,two three or four lamps as scheduled,sound level Glass A.UL listed. Constw# fight output shall be maintained over operating ranges of 110V to 125V for 120V ballasts and 254V to 289V for 277V ballasts. Total harmonic distortion shall not oweW 10%. The ballast shall withstand line transients as defined In IEEE Publication 587, Category Nonoonsumer. With regard to radiated and generated nolse,the ballast shag meet FCC Rules and Regulations,Part I& Operating frequency shall exceed!25 KHZ with no r6ticeable flicker. Maximum lamp current crest factor shall be 1.7 per ANSI Standards. B. Compact fluorescent ballast'(for PL or TTL lamps) shall be high power factm potted and rated to operate at the available service voltage. C. Where scheduled, high Ir-density discharge, ballasts shall be encased and-,potted, constant wattage aft transformer(CWN, have built-In thermal cutout with atdiomstic nom, power factor and shall be separately fused with built-in or InKne replaceable fuse rated to the manufacturers recommendations. The ballast capacitor shelf contain no PCB's. Sound rating shall be Class B. D. High Intensity discharge ballasts shall be core and cal, high power factor,consW wattage auto transformer, and'shall be separately fused with built-in or Wine replaceable ft*e(s) rated to the manufacturees recommendations. Ballasts shall be UL llsted.' &*M noise shall not be objectionable for the environment spedfied. Individual ballasts which, by comparison with those in other fixtures in the installation, are weessively noisy shall be replaced. For lower wattage lamps where constard wattage autotransformer ballasts are not available, high reactance auto transformer(HX-HPF)or reactor(R-HPF),high power factor ballasts may be used. LIGHTING GUINN SCHOOL 16500-2 2.04 ADJUSTMENT DEVICES: A. In fixtures using lamps with asymmetrical beams,lamp adjustment devices shaft be set to insure permanent orientation of light beam,and shall not be affected by relamping. 2.05 ACCEPTABLE MANUFACTURERS FOR FIXTURES: A. Any listed manufacturer conforming to Specifications. 2.06 ACCEPTABLE MANUFACTURERS FOR LAMPS: A. Alto. 2.07 ACCEPTABLE MANUFACTURERS FOR BALLASTS: A. Advance. PART 3-EXECUTION 3.01 OUTSIDE BUILDING LIGHTING: A. Exact aiming of floodlighting and accent lighting is not shown,but shall be determined at the job site. Arrange for trial aiming at night as directed by the Architect. Fixtures shall be powered prior to trial aiming,complete approval of aiming procedure obtained in writing after trial but prior to final aiming,and fixtures finally aimed in accordance with approved procedure. 3.02 LIGHTING FIXTURE LAMPS: A. Install lamps in fixtures prior to energizing and replace burned out lamps up to the day building Is accepted for beneficial occupancy. 3.03 LIGHTING FIXTURE INSTALLATION: A. Align,mount and level fixtures uniformly. B. Avold interfer es with and provide clearance for other elements.Where locations indicated for fixtures conflict with the locations of other elements, relocate fixtures the minimum distance necessary to avoid conflict as directed by the Architect. C. Provide fixture supports for each complete fixture. Supports may be anchored to channels of ceiling construction,to the structural slab,or to structural members within a partition or above a suspended ceiling, and shall maintain fixture position after cleaning and relamping without causing ceilings or partitions to deflect. D. Suspended grid ceilings with the ceiling grid structurally supported - Provide hardware devices for recessed troffers and fixtures to safely lock the fixture into the ceiling at no less than four points without spreading the support members. E. Suspended grid ceilings not structurally supported - Provide hardware devices for recessed troffers to independently support the fixture from the building structure at 4 points. Fixtures shall not be dependent on ceiling grid for support. LIGHTING GUINN SCHOOL 16500-3 F. Reflector cones, baffles, plate and decorative elements of fixtures shah not be Installed until WmPletiork of plastering,06111010 the work,hanging rood general cleanup in the arse. G. Replace blemished,damaged, or unsatisfactory fixtures at no additional mast to the Owner,and in a manner satisfactory to Architec L H. Provide labor and materials for final targeting of o4ustabie fixtures. Targeting shad take place immediately,before building is turned over to,Owner, and after regular working hours where required. 1. Remove dirt, gnaw and foreign mate"from fixtures. Remove finger prim, smudges and dirt from fixture larses,reflectors and lamps. 3.04 INSTALLATION OF LIGHTING POLES: A. Install righting poles without monolithic ground section on concrete foundations as detailed. Preset raceway and rigid conduit ell in the foundation. Prevent any, re between conductor jacket or sheer and the ends of raceways. Pees with morwAthie shah be carefully compacted In the ground with the bottom of the,base flush with the foisted grade or paving. Level and adf tit poles as necessary to provide apermanent vertical position with the bracket atm in proper position for Idminalre location. Provide driven ground rocs and#6 cu. AWG.bare ground wire to.grounding lug on each prole. For each comcrole foundation or monoMW ground section,provide#6-AWO bare W.conductor from cu.ground plate in contact with the earth at the bottom of the pole foundation up to the conned at the pole grounding lug. 3.05 EXIT SIGNS: A. Provide and install exit signs as scheduled and as required by the authority having jurisdiction. END OF SECTION-LIGHTING LIGHTING GUINN SCHOOL 16500.4 SECTION 16721 FIRE ALARM AND DETECTION SYSTEMS PART 1 -GENERAL 1.01 DESCRIPTION OF WORK: A. The fire alarm and detection system work is as indicated by the drawings and shall meet all requiremerits of the NFPA, NEC, ADA and TAS. Additional devices required by the authority having jurisdiction,or required by applicable codes,shall be provided at no additional cost to the owner, B. The fire alarm and detection system shall be a combination manual and automatic, non-coded, addressable system. 1.02 QUALITY ASSURANCE: A. Manufacturers-Finns regularly engaged in manufacture of fire alarm and detection systems,of types, sizes, and electrical characteristics required, whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer — Certified fire alarm contractor with at least 5 years of successful installation experience on projects with fire alarm and detection system installation work similar to that required for Project. C. NEC Compliance-Comply with NEC as applicable to construction and installation of fire alarm and detection system components and accessories. D. UL Compliance and Labeling - Provide fire alarm and detection system components which are UL fisted and labeled. E. FM Compliance - Provide fire alarm and detection systems and accessories which are FM approved. 1.03 SUBMITTALS: A. Product Data - Submit manufacturer's data on fire alarm and detection systems including, but not limited to, roughing--in diagrams and Instructions for installation, operation and maintenance, suitable for inclusion in maintenance manuals. Also include standard or typical riser and wiring diagrams. 1.04 SHOP DRAWINGS: A. Provide Shop Drawings showing equipment/device locations and connecting wiring of entire fire alarm and detection system. Include wiring diagrams and riser diagrams. FIRE ALARM AND DETECTION SYSTEMS GUINN SCHOOL 16721-1 PART 2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Subject to compliance with requirements,provide fire alarm and detection systems of one of the following: ADT Edwards Gamew+ell General Signal Corp. Honeywd Notifier Pymtronics Simplex Time-Recorder 2.02 FIRE ALARM AND DETECTION SYSTEMS: A. General - Provide fire ahurn and detection system products of types, sbes, and capacities indicated,which-cornl*with mAnufacsurer's standard des%w materials, components,construct in accordance with published product Iffornufti, and as required for c omplate installation. Provide fire alarm and detection systems for appliostions Indicated, and with the follo+wM sequence of operations,components and function'features: 1. Combination, Ncrr-faded-Either manual activateu►of a fire alarm station or activation of an automatic Initiating device enerpizs m all fire alarm system signaling devices, sounding a non-coded alarm. 2. Optional System Features- Class A circuits. Battery standby system. 2.03 MATERIALS AND EQUIPMENT: A. Wiring Materials - Provide basic vAring materials which corgi ply with other D'nrision-18 specifications,types to be selected by the Installer. B. Manual .Fere Alarm Siaticsris - Provide manufacturprs standard cormtruction, red enclosure, manual fire alarm stations*ft the following res- 1. Surface mounted. 2. Non-coded. 3. Nonbra*glass operation. 4. General alarm. FIRE ALARM AND DETECTION SYSTEMS GUINN'SGNOOL 1�1-2 G. Automatic Fire Detectors - Provide manufacturers standard construction automatic fire detectors,of the following types and temperature requirements- 1. equirements-1. Fixed temperature,spot type,restorable. D. Automatic Smoke (Combination Products) Detectors - Provide manufacturer's standard construction automatic smoke detectors of the following types- 1. Ionization type, restorable. E. Automatic Alarm Initiative Switches and Extinguishing Systems - Provide manufacturers standard construction automatic switches for the following applications- 1. pplications-1. Main type water flow switch. F.. Homs-Provide manufacturers standard construction fire alarm homs with the following features and configuratioons- 1. Non-coded. 2. Surface mounted(with grille). 3. Flush mounted. 4. Single projection. G. Alarm Lights-Provide manufacturers standard constriction strobe light. 1. 75 candela minimum. 2. Minimum flash rate of 1 Hz and maximum of 3 Hz. H. Combination Alarm Unit - Provide manufacturer's standard construction combination horn and strobe unit. 1. Annunciators — Provide manufacturers standard construction 80-character, back4 t, alphanumeric,LCD readout annunciator mounted with or adjacent to the control panel. 1. Annunciator shall indicate alarm trouble and supervisory signals as appropriate for the device. 2. Annunciator shall indicate which device and location of device that initiated the signal. J. Control Panels-Provide manufacturer's standard construction fire alarm control panels to house devices and circuits necessary to perform required functions, and to serve as test points, and trouble-signal paints. FIRE ALARM AND DETECTION SYSTEMS GUINN SCHOOL 16721-3 PART3 EXECUTION 3.01 INSTALLATION OF FIRE ALARM AND DETECTION SYSTEMS: A. Install fire alarm and deter as Indicated, In accordance with equipment manufactuWe wfftn W*Vucftw ard compiftwith applicable,portion* of ITEC and NECKS `Standard'of i. . 3.02 INSTALLATION OF BASIC IDENTIFICATION: A. Install electrical iderdicetlorr In adcordonmwfth Basic Electrical Requirements Section. &03 INSTALLATION OF BASK WIRING SYSTEM MATERIALS: A. Instal wiring, racerways, and electrical boxes and fittings in accord with other Division-16 specifiers, B. Provide electrical wiring to all fire protection supervisory devices included under Fire Protection, Simon i s5t10. 3.04 FIELD QUALITY CONTROL- A. ONTROLA. Inspect relays and sgneb for, malfunctioning, and where necessary, adjust units for proper operation to fu#il Project requirements. 1, Final adjustment shall be performed by specially trained personnel in direct employ of manufacturer of fire Warm and detection system equipment. ,END OF SECTION-FIRE ALARM AND DETECTION SYSTEMS f FIRE ALARM AND DETECTION SYSTEMS GUINN SCHOOL 16721-4 SECTION 16950 ELECTRICAL TESTING (ROUTINE TESTING) PART I -GENERAL 1.01 WORK INCLUDED: A. This Section applies to the testing of systems in Division IS of the Specifications. 1.02 QUALIFICATIONS. A. Testing of system shall be performed by competent and experienced personnel, having done similar work in the past,and whose qualifications shall be subject to approval. B. 'Submit names and qualifications of all persons proposed for testing of electrical systems and equoment- 1.03 REPORTS: A. Provide reports and certificates required in each category of testing, adjusting and balancing, signed by,both the technician performing the work and the Contractor as representing accurate, factual data,based on readings in the field. B. Reports shall be in triplicate on 8-1/2 x 11-inch white bond paper. Submit format for recording data for approval prior to use. PART 2-PRODUCTS 2.01 EQUIPMENT AND MATERIALS: A. Provide all meters,instruments,equipment and materials necessary for performance of tests. B. Testing- apparatus, riot part of the permanent installation, shall remain the property of the Contractor. C. Provide gaskets, lubricants and other expendable materials required to be replaced during the prosecution of the work. PART 3-EXECUTION 3.01 ELECTRICAL: A. Equipment - Shall be tested and adjusted to insure coned functional performance. Inspect, lubricate, test and adjust equipment and correct defects or damages before connecting the equipment to the system. ELECTRICAL TESTING(ROUTINE TESTING) GUINN SCHOOL 16950-1 B. Wiring- 1. Test power, lighting and control wiring or bus duct for continuity, short circuits and Improper growing. 2. Test each grounding circuit separately,for continuity. inuity. 3. V of Insuktion resistanoe shall meet the standards established by the National Electrical CtX10. 4. If faults are detected,to pct or points of such fault shall be-located and the defective whing replaced at the dontractoft C. Acceptance T. - Leave the ` eleeo** system installed under this Contract In proper working . Upon cora of latish,an # run: ascertain that staff;'t trot breskers, Mot^ ting ` pushtxM ns, alarm dies and other electrical equipment and -controls are operates conectly as required for the overall operation of the facility. D. Submit certified reports indicating full compliance with test requirements. E. Make MPIWerneras or repairs to tested products which'are damaged as result of tests. F. Schedule testas at a time convenient to required witnesses or persons affected by the tests. G. Give written notification for test procedures,price to the test. H. Upon completion of the work,recheck electrical connections,cable to bus,cable to panels,bus to bus,throughout the job for tightness. I. Check motors for connect rotation. ;I. Test electrical systems grounding prior to completion of the work. "Nola ground resistance together with method .of testing. For ground rods, note the .soli`condition at the time measurements were tnads. around resistance shall not exceed 5ohms, K. Test feeder and power circuft No. 8 AWG or WWr with a"Megger"from each conduces to ground:and between conductors. Record each reading. At the cdmpWon of work-pertify the results of the*Meggee testing. L. After the electrical equipment and the wire is installed,and prior to energift for the first-time arry section of. the electrical:system, test pie- phase, and phase4- o-Wound Insulation on feeders and.subfeeders s , dry-We ,'. , and other pieces of electrical equipment to-assure that they have the proper Iroulation and aye free of nd s. Systems rated above 250 volts shall be tested with a 1000 volt frieW. Circuits rated at or below 250 volts std be tested with a 600 rpt Megger. M. Energlits each tecepkkele tester anis test each outlat with a plug-in rape circuwith Ind n f fi r,llowect wiring';:"open ground°, A grounds, 'reversed polarityit er", sopen neutral", "hot unwi , "hot and ground reversecr,'"GFCI tri,",and "GFCI t9W. Correct any deficiencies .discovered cluing testing. ELECTRICAL TESTING-(ROUTINE TESTING) GUINN SCI)4L 16984.2 N. 'Light and test each lamp. Prove and test energy available at the load side of disconnect switches,breakers and the final point of connection to driven equipment Make such reasonable tests required to assure a complete electrical installation in first class condition and ready for operation. O. Branch circuits served from panelboards vary in loading. When entire load is turned on and system Is operating at 100 percent demand,the initial unbalance should not exceed 10 percent. In the event greater unbalance exists, report the measured individual branch circuit loads and panel feeder loads and request instructions. Balance the panelboard loads as directed within 10 percent tolerance. P. Fumish at the completion of the Project a final inspection certificate from the local inspecting authority. Q. Perform the following testing and certify test results- I. Phase-to-phase and phase-to-ground resistance- At the supply line terminals of each item of electrical distribution system equipment. At supply side of each feeder and sub-feeder. At line terminals of each motor. At any other point required by the Architect. 2. Ground resistance at each panel neutral bus. 3. Voltage to ground on each secondary leg of each transformer at no load and full load. 4. Service voltage at switchboard at full load between phases and to ground. 5. Line current in each line of each power transformer and at switchboard at full load, taken at completion of project. R. Failures or improper operations shall be corrected. Furnish necessary test equipment and pay cost of testing,replacing and repairing. 3.02 FIRE ALARM SYSTEM: yy A. A factory certified technician shall perform the necessary tests and adjustments to the system. The technicians shall calibrate and adjust all components in place and under operating conditions, and shall submit three copies of a written report on- forms provided by the manufacturer to indicate the system has been fully tested in supervision, trouble and alarm modes,and is fully operational. B. The test report shall contain,but is not limited to- 1. A complete list of equipment installed and wired. 2. Indication that all equipment is properly installed. 3. Tests of individual zones as applicable. ELECTRICAL TESTING (ROUTINE TESTING) GUINN SCHOOL 16960-3 Y 4. numbom, by ane,Od member d each' ed device. 5. Voltam(senwW,seftinp for each ionizilkm detector, as measured in VW*with the sir wriditioning system -6. Responsefimeonautornsfic Warm initiaft END OF SECTION-ELECTRICAL TESTING . ELECTRICAL TESTING(ROUTINE TESTING) GU M SCHOOL 10050-4